Loading...
HomeMy WebLinkAbout2014-02-18-Meeting Agenda Commission Meeting Agenda Commission Chamber 2/18/2014 2:00 PM INVOCATION: PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA. Five (5) minute time limit per delegation DELEGATIONS A. Ms. Annie Blount regarding the "use of public funds". Attachments B. Rev. Christopher Johnson, Director Augusta InterFaith Coalition. RE: Proposal regarding the downsizing of the Augusta Commission. Attachments C. Ms. Gena Kirkendohl RE: Sewage Damage, 1612 Wylds Road Attachments CONSENT AGENDA (Items 1-30) PLANNING 1. FINAL PLAT – HAYNES STATION PHASE 3 – S-839 – A request for concurrence with the Augusta, Georgia Planning Commission to approve a request by Cranston Engineering Group, on behalf of Coel Development Company, requesting final plat approval, under Performance Guarantee, for Haynes Station Phase 3. This residential subdivision is located on Haynes Station Drive, adjacent to Haynes Station Phase 1 and contains 22 lots. DISTRICT 3 Attachments 2. Z-14-05 – A request for concurrence with the Augusta, Georgia Planning Commission to approve a petition by Western Alternative Corrections, Inc., on behalf of Magnolia LLC, requesting a change of zoning from Zone LI (Light Industry) to Zone B-2 (General Business) and a Special Exception to establish a Bureau of Prisons Residential Re- entry Center per Section 26-1-(p) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing .57 acres and is known as 802 Seventh Street. Tax Map 047-3-267-00-0 DISTRICT 1 Attachments 3. Z-14-07 – A request for concurrence with the Augusta, Georgia Planning Commission to deny a petition by Veronica Kinsey, on behalf of Clorinda Zawacki, requesting a Special Exception to establish a Family Personal Care Home per Section 26-1 (h) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing .46 acres and is known as 3924 Grape Avenue. Tax Map 052-0-138-00-0 DISTRICT 3 Attachments 4. Z-14-09 – A request for concurrence with the Augusta, Georgia Planning Commission to approve a petition by Cranston Engineering Group, on behalf of Augusta Village at Riverwatch LLC, requesting a change of zoning from Zone LI (Light Industry) and Zone R-3B (Multiple- Family Residential) to Zone B-2 (General Business) affecting property containing approximately 50 acres and is known as Lot 5 of Village at Riverwatch plat and is part of Tax Map 008-0-010-10-0 DISTRICT 7 Attachments 5. Z-14-10 – A request for concurrence with the Augusta, Georgia Planning Commission to approve a petition by Kroeg Mixson Investments LLC, on behalf Kroeg Mixson Investments LLC and Carl Purvis, requesting a change of zoning from Zone R-1C (One-family Residential) to Zone R-1D (One-family Residential) affecting property containing .36 acres and is known as 1902 ½ and 1904 McDowell Street. Tax Map 045-3- 027-01-0 and 045-3-028-00-0 DISTRICT 1 Attachments PUBLIC SERVICES 6. Motion to approve New Ownership Application: A. N. 14 - 08: A request by Kanubhai S. Patel for a retail package Beer & Wine license to be used in connection with Super Express #6 located at 2447 Wrightsboro Rd. District 2. Super District 9. (Approved by Public Services Committee February 10, 2014) Attachments 7. Motion to approve New Application: A. N. 14 - 09: A request by Kelly N. Hutto for a retail package Beer & Wine license to be used in connection with Wal-Mart Stores East LP D/B/A Walmart Super Center located at 3338 Wrightsboro Rd. District 5. Super District 9. (Approved by Public Services Committee February 10, 2014) Attachments 8. Motion to approve New Ownership Application: A. N. 14 - 07: A request by Alpeshkumar M. Patel for a retail package Beer & Wine license to be used in connection with Old Town BP located at 443 Broad St. District 1. Super District 9. (Approved by Public Services Committee February 10, 2014) Attachments 9. Motion to approve the Customer Facility Charge (CFC) Ordinance as approved by the Augusta Aviation Commission at their December 19, 2013 meeting. (Approved by Public Services Committee February 10, 2014) Attachments 10. Motion to approve a request by Michael Anglin for a One Day Special Event license to be used in connection with Tipsy McStumbles located at 214 7th St. (This is an outdoor event for St. Patrick's Day) District 1. Super District 9. (Approved by Public Services Committee February 10, 2014) Attachments 11. Motion to approve a request by Victoria E. Payton for a Therapeutic Massage Operators license to be used in connection with Phoenix Massage L. L. C. located at 3062 Damascus Rd. District 2. Super District 9. (Approved by Public Services Committee February 10, 2014) Attachments PUBLIC SAFETY 12. Motion to accept proposal from Stage Front Presentation Systems regarding the presentation system for the new Commission Chambers. (Approved by Public Safety Committee February 10, 2014) Attachments ENGINEERING SERVICES 13. Motion to authorize condemnation to acquire title of a portion of property in fee simple and permanent construction and maintenance easement (Parcel 209-0-008-01-0) 4733 Windsor Spring Road. (Approved by Engineeering Services Committee February 10, 2014) Attachments 14. Motion to authorize condemnation to acquire title of a portion of property for right-of-way, and temporary construction easement, (Parcel 041-1-155-00-0) 3001 Raes Wood Drive.(Approved by Engineeering Services Committee February 10, 2014) Attachments 15. Motion to approve bid recommendation for Instrumentation for Pressure, Flow & Level Transmitters (Bid Item #13-176). (Approved by Engineeering Services Committee February 10, 2014) Attachments 16. Motion to approve change to purchase order P216042 in the amount of $250,000.00 to Avrett Plumbing Company for cleaning sanitary sewer systems. (Approved by Engineeering Services Committee February 10, 2014) Attachments 17. Motion to approve purchase order in the amount of $69,239.00 to P&H Supply Company for a portable pipeline inspection camera. Augusta- Richmond County bid item 13-223. (Approved by Engineeering Services Committee February 10, 2014) Attachments 18. Motion to award contract to manufacture and install a new turbine assembly for unit #9 and to recondition the existing turbine for unit #1 at the Goodrich Street Raw Water Pump Station (RFQ 13-193). (Approved by Engineeering Services Committee February 10, 2014) Attachments 19. Motion to approve funding for an extension of the Southeastern Natural Sciences Academy (SNSA) Savannah River at Risk study.(Approved by Engineeering Services Committee February 10, 2014) Attachments 20. Motion to approve Georgia Power Company License Agreement EV- 41434. (Approved by Engineeering Services Committee February 10, 2014) Attachments 21. Motion to award the Design Consultant Services Agreement for the North Leg Road Improvements Project CPB# 371-041110-T13045129 to Wolverton and Associates and approve funding for the first three phases of the contract. The first three phases include: Concept Development in the amount of $128,000; Database Preparation in the amount of $60,000; and Environmental Documentation in the amount of $5,000 ($193,000 total). Project is in Band 1 of the approved Richmond County Project List for the Transportation Investment Act of 2010 (aka, TIA, TSPLOST). (Approved by Engineeering Services Committee February 10, 2014) Attachments 22. Motion to approve Supplemental Agreement Number Two, Change Number Two with Kimley-Horn and Associates for the Roundabout Evaluation and Design Services to include design services for the Druid Park Avenue Road Diet Project (RC07-001219). This project is on the approved Band 1 list of Richmond County’s Transportation Investment Act of 2010 (aka, TIA, TSPLOST) projects. This Supplemental Agreement Number Two will be for the initial phases of the project including data collection, traffic studies, renderings, and public involvement in the amount of $82,946 as requested by AED. (Approved by Engineeering Services Committee February 10, 2014) Attachments 23. Motion to approve the final phases of the Consultant Services Agreement, Supplemental Agreement Number Three, CPB # 328- 041110-212828014 and Change Number Three to Kimley-Horn and Associates for the Roundabout Evaluation Design Services Project in the amount of $409,741 as requested by AED. (Approved by Engineeering Services Committee February 10, 2014) Attachments 24. Motion to award Phase 1 -Tasks A, B, and E of Consulting Services Agreement for Watershed Assessment & Analyses, and Inventory & Mapping Stormwater Facilities & Storm Conveyance System to W.R. Toole Engineers in the amount of $282,006.50 for Oats Creek, Phinizy Swamp, & Beaver Dam Ditch Watershed; Cranston Engineering in the amount of $282,006.50 for Rae’s Creek & Augusta Canal (1st & 2nd Level) Watershed; WK Dickson in amount of $282,006.50 for Spirit Creek & Little Spirit Creek Watershed; Thomas & Hutton in amount of $282,006.50 for Rocky Creek Watershed; Constantine Engineering in amount of $282,006.50 for Rock Creek & McBean Creek Watershed; Attachments and Michael Baker in amount of $282,006.50 for Butler Creek Watershed. Also Authorize and approve Augusta Engineering Department (AED) to utilize Southeastern Natural Science Academy services under existing Memorandum of Understanding for assistance in establishing county wide Rain Gauge Network and documenting Stream Outfalls at a cost not to exceed $193,760.00. This project will be funded through SPLOST PHASE VI as requested by AED.(Approved by Engineeering Services Committee February 10, 2014) 25. Motion to award Design Consultant Services Agreement to Kimley- Horne and Associates for the Walton Way Signal Modernization Phases II and III Projects (T13043144 & T13043145) in the amounts of $173,030 and $346,070, respectively ($519,100 total) as requested by AED/TE. This is a Band 1 Project; part of the 2010 Transportation Investment Act (aka, TIA, TSPLOST).(Approved by Engineeering Services Committee February 10, 2014) Attachments PETITIONS AND COMMUNICATIONS 26. Motion to approve the minutes of the regular meeting of the Commission held February 4, 2014 and Special Called Meetings held February 4 & 10, 2014. Attachments SUBCOMMITTEE Pension Committee 27. Motion to approve COLA increases for retirees of the RC 1945 Plan, the City of Augusta 1949 Plan and the City of Augusta 1945 Plan in the amount of 1.8% to be effective March 1, 2014. The Bureau of Labor and Statistics published the amount as the increase in the Consumer Price Index for the South Region for 2013. (Approved by Pension Committee February 10, 2014) Attachments Pension Committee 28. Motion to approve 2014 schedule of internal audits. (Approved by Pension Committee February 10, 2014) Attachments Pension Committee 29. Motion to proceed with the process to appoint a guardian for a surviving Attachments spouse receiving benefits under the 1949 Plan. (Approved by Pension Committee February 10, 2014) APPOINTMENT(S) 30. Motion to approve the appointment of Taylor Bryant to the Augusta Animal Control Board representing District 4. Attachments ****END CONSENT AGENDA**** AUGUSTA COMMISSION 2/18/2014 AUGUSTA COMMISSION REGULAR AGENDA 2/18/2014 (Items 31-46) PUBLIC SERVICES 31. Motion to approve an agreement with Augusta, Georgia and the Sandridge Community Association (SCA) for Improvement Projects at Jamestown Community Park. (No recommendation by Public Services Committee February 10, 2014) Attachments ADMINISTRATIVE SERVICES 32. Discuss summary of conference call with Attorney Colette Holt. (Referred from the Administrative Services Committee January 27, 2014) (No recommendation Administrative Services Committee February 10, 2014) Attachments 33. Discuss/approve departmental audits. (Requested by Commissioner Marion Williams) Attachments 34. Discuss the authorities of the General Counsel versus the Augusta Commission. (Requested by Commissioner Marion Williams) Attachments 35. Consider a request from Paul Simon regarding an appeal of the non- compliance status of RFP No. 13-218, proposed merger of Augusta First Tee with the Augusta Municipal Golf Course "The Patch".(No recommendation by Administrative Services Committee February 10, 2014) Attachments 36. Update from the Interim Administrator regarding the Augusta Public Transit Citizens Advisory Board. (Requested by Commissioner Marion Williams) Attachments 37. Motion to approve recommendations for appointment to Urban Redevelopment Agency (URA). (Requested by Mayor Deke Copenhaver) Attachments 38. Motion to approve tasking the Chair of the Finance Committee with scheduling a work session for an extensive review of ALL SPLOST Monies collected, invested, and expended since the inception of the SPLOST Program in ARC. Direct each recipient of SPLOST funds to provide documentation that will reflect the status and disposition of all funds. Task the Finance Director with providing ALL financial documentation associated with the SPLOST Program. This documentation must reflect interest earned and disposition of these earnings. Any SPLOST Monies utilized to retire General Obligation Bonds must be reflected, to include authorization for these actions. Any relevant documentation not specifically requested will be provided. ALL recipients of SPLOST Funds must be available to answer any questions posed by the governing body. Work session should be conducted prior to the February 24 Finance Committee Meeting.(No recommendation Administrative Services Committee February 10, 2014) Attachments FINANCE 39. Approve the purchase of one (1) prisoner transport vehicle for the Richmond County Sheriff’s Office-Civil Division . Attachments 40. Consider the issuance of a Tax Anticipation Note as funding mechanism for GRU Cancer Center Request in SPLOST VII. Attachments 41. Motion to consider the request from Mr. James K. Smith, Jr. regarding a refund of taxes related to his status as a 100% disabled veteran and have the Tax Commissioner report the actual dollar amount of the tax refund for which Mr. Smith qualifies to the committee. (Referred from February 4 Commission meeting) Attachments 42. Motion to approve a refund for property located at 3629 San Sebastian Drive, owned by Doanphuong N. Nguyen, in the amount of $114.61 for prior tax year 2012 due to value change revision/correction. Attachments 43. Update from the Interim Administrator regarding budget reductions. (Requested by Commissioner Wayne Guilfoyle) Attachments ENGINEERING SERVICES 44. Motion to determine that Telfair Lane, as shown on the attached plat has ceased to be used by the public to the extent that no substantial public purpose is served by it or that its removal from the county road system is otherwise in the best public interest, and to receive as information the results of the public hearing held regarding the issue of abandonment pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed to the appropriate party(ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department and adopt the attached Resolution. (Requested by Augusta Law Department) Attachments 45. Discussion regarding storm damage clean-up and emergency removal. (Requested by Commissioner Jackson) Attachments LEGAL MEETING A. Pending and Potential Litigation. B. Real Estate. C. Personnel. Upcoming Meetings www.augustaga.gov 46. Motion to authorize execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Commission Meeting Agenda 2/18/2014 2:00 PM Annie Blount Department: Caption:Ms. Annie Blount regarding the "use of public funds". Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 1 Attachment number 1 \nPage 1 of 2 Item # 1 Attachment number 1 \nPage 2 of 2 Item # 1 Commission Meeting Agenda 2/18/2014 2:00 PM Augusta Faith Coalition Department: Caption:Rev. Christopher Johnson, Director Augusta InterFaith Coalition. RE: Proposal regarding the downsizing of the Augusta Commission. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 2 Attachment number 1 \nPage 1 of 1 Item # 2 Commission Meeting Agenda 2/18/2014 2:00 PM Gena Kirkendohl Department:Clerk of Commission Caption:Ms. Gena Kirkendohl RE: Sewage Damage, 1612 Wylds Road Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 3 Attachment number 1 \nPage 1 of 1 Item # 3 Commission Meeting Agenda 2/18/2014 2:00 PM Final Plat Haynes Station Phase 3 Department:Planning Commission Caption: FINAL PLAT – HAYNES STATION PHASE 3 – S-839 – A request for concurrence with the Augusta, Georgia Planning Commission to approve a request by Cranston Engineering Group, on behalf of Coel Development Company, requesting final plat approval, under Performance Guarantee, for Haynes Station Phase 3. This residential subdivision is located on Haynes Station Drive, adjacent to Haynes Station Phase 1 and contains 22 lots. DISTRICT 3 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 4 Commission Meeting Agenda 2/18/2014 2:00 PM Z-14-05 Department:Planning Commission Caption: Z-14-05 – A request for concurrence with the Augusta, Georgia Planning Commission to approve a petition by Western Alternative Corrections, Inc., on behalf of Magnolia LLC, requesting a change of zoning from Zone LI (Light Industry) to Zone B-2 (General Business) and a Special Exception to establish a Bureau of Prisons Residential Re-entry Center per Section 26-1-(p) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing .57 acres and is known as 802 Seventh Street. Tax Map 047-3-267-00-0 DISTRICT 1 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 5 Commission Meeting Agenda 2/18/2014 2:00 PM Z-14-07 Department:Planning Commission Caption: Z-14-07 – A request for concurrence with the Augusta, Georgia Planning Commission to deny a petition by Veronica Kinsey, on behalf of Clorinda Zawacki, requesting a Special Exception to establish a Family Personal Care Home per Section 26-1 (h) of the Comprehensive Zoning Ordinance for Augusta, Georgia affecting property containing .46 acres and is known as 3924 Grape Avenue. Tax Map 052-0-138-00-0 DISTRICT 3 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 6 Commission Meeting Agenda 2/18/2014 2:00 PM Z-14-09 Department:Planning Commission Caption: Z-14-09 – A request for concurrence with the Augusta, Georgia Planning Commission to approve a petition by Cranston Engineering Group, on behalf of Augusta Village at Riverwatch LLC, requesting a change of zoning from Zone LI (Light Industry) and Zone R-3B (Multiple-Family Residential) to Zone B-2 (General Business) affecting property containing approximately 50 acres and is known as Lot 5 of Village at Riverwatch plat and is part of Tax Map 008-0-010-10-0 DISTRICT 7 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 7 Commission Meeting Agenda 2/18/2014 2:00 PM Z-14-10 Department:Planning Commission Caption: Z-14-10 – A request for concurrence with the Augusta, Georgia Planning Commission to approve a petition by Kroeg Mixson Investments LLC, on behalf Kroeg Mixson Investments LLC and Carl Purvis, requesting a change of zoning from Zone R-1C (One-family Residential) to Zone R-1D (One-family Residential) affecting property containing .36 acres and is known as 1902 ½ and 1904 McDowell Street. Tax Map 045-3-027-01-0 and 045-3-028-00-0 DISTRICT 1 Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 8 Commission Meeting Agenda 2/18/2014 2:00 PM Alcohol Application Department:Planning & Development Caption:Motion to approve New Ownership Application: A. N. 14 - 08: A request by Kanubhai S. Patel for a retail package Beer & Wine license to be used in connection with Super Express #6 located at 2447 Wrightsboro Rd. District 2. Super District 9. (Approved by Public Services Committee February 10, 2014) Background:This is a new ownership application. Formerly in the name of Ritaben Patel. Analysis:The applicant meets the requirements of the City of Augusta's Alcohol Ordinance. Financial Impact:The applicant will pay a fee of $1330.00. Alternatives: Recommendation:Planning & Development recommends approval. The RCSO recommends approval. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 9 Attachment number 1 \nPage 1 of 2 Item # 9 Attachment number 1 \nPage 2 of 2 Item # 9 Commission Meeting Agenda 2/18/2014 2:00 PM Alcohol Application Department:Planning & Development Caption:Motion to approve New Application: A. N. 14 - 09: A request by Kelly N. Hutto for a retail package Beer & Wine license to be used in connection with Wal-Mart Stores East LP D/B/A Walmart Super Center located at 3338 Wrightsboro Rd. District 5. Super District 9.(Approved by Public Services Committee February 10, 2014) Background:This is a new application. Analysis:The applicant meets the requirements of the City of Augusta's Alcohol Ordinance. Financial Impact:The applicant will pay fee of $1330.00. Alternatives: Recommendation:Planning & Development recommends approval. The RCSO recommends approval. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 10 Attachment number 1 \nPage 1 of 2 Item # 10 Attachment number 1 \nPage 2 of 2 Item # 10 Commission Meeting Agenda 2/18/2014 2:00 PM Alcohol Application Department:Planning & Development Caption:Motion to approve New Ownership Application: A. N. 14 - 07: A request by Alpeshkumar M. Patel for a retail package Beer & Wine license to be used in connection with Old Town BP located at 443 Broad St. District 1. Super District 9. (Approved by Public Services Committee February 10, 2014) Background:This is a new ownership application. Formerly in the name of Ky S. S. Sanders. Analysis:The applicant meets the requirements of the City of Augusta's Alcohol Ordinance. Financial Impact:The applicant will pay a fee of $1330.00. Alternatives: Recommendation:Planning & Development recommends approval. The RCSO recommends approval. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 11 Attachment number 1 \nPage 1 of 2 Item # 11 Attachment number 1 \nPage 2 of 2 Item # 11 Commission Meeting Agenda 2/18/2014 2:00 PM CUSTOMER FACILITY CHARGE (CFC) AUGUSTA REGIONAL AIRPORT Department:Augusta Regional Airport Caption:Motion to approve the Customer Facility Charge (CFC) Ordinance as approved by the Augusta Aviation Commission at their December 19, 2013 meeting. (Approved by Public Services Committee February 10, 2014) Background:In January 2007, the Aviation Commission voted to increase the Rental Car CFCs from one dollar ($1.00) to three dollars and fifty cents ($3.50) for all on-Airport rental car transactions. This increased charge took effect on April 1, 2007. In February 2007, the Executive Director sent correspondence regarding the increase in cost to all on-site rental car companies. This correspondence notified all of the rental car companies that this increase was an amendment to their existing 2006 interim On-Site Rental Car Concession agreements. The companies were asked to execute and return the letter acknowledging the increase and the proposed use of funds by the Airport. This amendment stated that the CFCs would be used by the Airport as follows: 1. To pay financial and physical planning and architecture and engineering design costs associated with the new rental car facilities, as determined by the Commission. 2. To pay project management and construction costs associated with the new rental car facilities, as determined by the Commission. 3. To pay the operating and maintenance expenses of the Commission that were allocable to the rental car operating areas. Additionally, in March 2008, the Aviation Commission adopted an ordinance for the regulation of off-Airport Rental Car companies. This ordinance established the requirement of a permit to provide service to customers at the Airport and the collection of CFCs. The Commission’s stated purpose for the collection of CFCs was to cover the capital, financing, maintenance and operations allocable to the cost of providing infrastructure and facilities to the rental car industry. In 2012, the Commission entered into new concession agreements with the on-Airport Rental Car companies. However, the new concession agreements do not address the collection of CFCs and the parties agreed to continue the collection of the CFCs under the same terms and conditions set forth in the 2006 interim agreements until such time as a new Cover Memo Item # 12 agreement was reached. The rental car companies have continued to adhere to the previous agreement regarding the collection and remittance of the CFCs. As you may be aware, O.C.G.A. § 36-10- 1 requires that contracts with counties be in writing to be enforceable. Under Georgia law any contract entered into with other persons or companies on behalf of a county must be in writing and spread on the official minutes of the Commission. In this instance, while the parties entered into valid contracts for the rental car concessions, the concession agreements do not specifically address the collection and expenditure of the CFCs. Additionally, there is no ordinance governing the collection or expenditure of CFCs for on-Airport Rental Car companies. Therefore, no enforceable agreement exists between the rental car companies and the Airport regarding the collection or expenditure of the CFCs. Analysis:AGS has been collecting CFC’s through concession agreements with on-airport rental car agencies and through a local ordinance for off airport car rental agencies. Airport legal counsel has advised that the preferred method for establishing a CFC including fees and charges, as well as, the disposition and accounting of funds received from the CFC is through a local ordinance as opposed to being identified within individual concession agreements or contracts. Staff is recommending that the Augusta Aviation Commission no longer include CFC language in concession agreements but instead amend the current off-Airport Rental Car ordinance to include all airport car rental companies. The basic language and intent of the expired agreements and the existing off-Airport Rental Car ordinance will remain the same. There are some minor changes in the use of funds language to include marketing and common use transportation equipment and facilities. Marketing purposes will include items such as signage, landscaping and promotion of the current airport facility and the future consolidated rental car facility. Financial Impact:Three dollars and fifty cents ($3.50) for all on-Airport rental car transactions Alternatives:Deny request. Recommendation:Approve the new Customer Facility Charge (CFC) Ordinance. Funds are Available in the Following Accounts: Cover Memo Item # 12 REVIEWED AND APPROVED BY: Finance. Law. Clerk of Commission Cover Memo Item # 12 AN ORDINANCE TO AMEND THE AUGUSTA-RICHMOND COUNTY CODE SECTION § 1-3-8.15-1.3.28 SO AS TO AMEND THE CODE TO PROVIDE FOR A RENTAL CAR CUSTOMER FACILITY CHARGE FOR ON PREMISES RENTAL CAR CONCESSIONS AT THE AUGUSTA REGIONAL AIRPORT AT BUSH FIELD; TO PROVIDE FOR LEVY AND COLLECTION OF SAID FEES; TO PROVIDE PENALTIES FOR UNTIMELY PAYMENT OF SAID FEES AND OTHER CHARGES; TO PROVIDE FOR SEVERABILITY; TO REPEAL ALL ORDINANCES AND PARTS OF ORDINANCES IN CONFLICT HEREWITH; TO PROVIDE AN EFFECTIVE DATE AND FOR OTHER PURPOSES. BE IT ORDAINED BY THE AUGUSTA-RICHMOND COUNTY COMMISSION AND IT IS HEREBY ORDAINED BY THE AUTHORITY OF SAME, THAT THE AUGUSTA- RICHMOND COUNTY CODE BE AMENDED AS FOLLOWS: SECTION 1. Augusta Richmond County Code Section § 1-3-8.15-1-3-8.28, as set forth in "Exhibit A" hereto is to be adopted as provided herein. SECTION 2. The revisions to this Ordinance shall become effective upon its adoption in accordance with applicable laws. SECTION 3. All ordinances or parts of ordinances in conflict herewith are hereby repealed. SECTION 4. SAVINGS CLAUSE In the event any phrase, clause, sentence, paragraph, or paragraphs of this Ordinance is or are declared invalid for any reason, the remainder of this Ordinance shall not be invalidated, but shall remain in full force and effect, all parts of this Ordinance being declared separable and independent of all others. In the event that a judgment is entered, and all appeals exhausted, which judgment finds, concludes or declares this Ordinance is unconstitutional or is otherwise invalid, the Customer Facility Charge authorized by this Ordinance shall be suspended and terminated as of the date such declaration. Attachment number 1 \nPage 1 of 12 Item # 12 Page 2 of 12 EXHIBIT A RENTAL CAR BUSINESS ORDINANCE Table of Contents RENTAL CAR BUSINESS ORDINANCE 3 Section 1-3-8.15 —Policy 3 Section 1-3-8.16 —Definitions 3 Section 1-3-8.17 —Non-Concessionaire Rental Car Business Permit 7 Section 1-3-8.18 —Operational Procedures 7 Section 1-3-8.19 —Percentage Fee 7 Section 1-3-8.20 — Customer Facility Charge 8 Section 1-3-8.21 —Conditions of Permit 10 Section 1-3-8.22 —Suspension of Permit 10 Section 1-3-8.23 —Revocation of Permit 11 Section 1-3-8.24 —Failure to Pay Percentage Fees 11 Section 1-3-8.25 —Records to Be Maintained by Permittee 11 Section 1-3-8.26 —Failure to Submit Statement of Gross Revenue 12 Section 1-3-8.27 —Term of Permit 12 Section 1-3-8.28 —Permit Non-Transferable 12 Attachment number 1 \nPage 2 of 12 Item # 12 Page 3 of 12 RENTAL CAR BUSINESS ORDINANCE Section 1-3-8.15 (a) The County hereby adopts the following fiscal policy for the establishment of percentage fees to be paid by all concessionaire and non-concessionaire rental car businesses operating at the Airport. (b) The cost of operating, maintaining, and developing the Airport is paid solely through Airport revenues and such government grants as may be received by the Aviation Commission and lawfully used for Airport purposes, without the use of ad valorem taxes or other County revenue or pledges, so as not to place any burden on taxpayers or residents of the County. (c) The Aviation Commission shall fix, establish, maintain, and collect such rates, fees, rentals, and other charges for the use of the Airport and its services and shall revise the same from time to time whenever necessary, so as to always provide net revenues sufficient to pay for operating, maintaining and developing the Airport. (d) In furtherance of this policy and in accordance with the authority conferred upon the County by the laws of the State of Georgia, the County, acting though the Aviation Commission, shall assess, and periodically adjust as required, a Customer Facility Charge (as hereinafter defined and a percentage fees on the Gross Revenue for all Rental Car Providers operating at the Airport. Section 1-3-8.16—Definitions The following terms in this section shall have the following meanings in this Ordinance unless expressly stated otherwise. (a) "Airport Customer" shall mean anyone who is provided transportation to or from the Airport as part of a rental car transaction in a rental car courtesy vehicle of a Concessionaire Rental Car Provider and who either (1) executes an agreement to rent a motor vehicle from a Concessionaire or Non- Concessionaire Rental Car Provider or had executed an agreement to rent a motor vehicle and completed the rental transaction with a Non-Concessionaire Rental Car Provider, or (2) takes delivery of a motor vehicle rented from a Concessionaire or Non-Concessionaire Rental Car Provider or returned a motor vehicle rented from a Concessionaire or Non- Concessionaire Rental Car Provider. (b) "Contract Day" shall mean each twenty-four-hour period, and each fraction thereof, during which a motor vehicle having been delivered by a Concessionaire or Non-Concessionaire Rental Car Provider to each customer picked up at the Airport which is rented by such. Airport customer from a Concessionaire or Non-Concessionaire Rental Car Provider. Each fractional period less than a twenty-four-hour period shall be deemed a contract day. Attachment number 1 \nPage 3 of 12 Item # 12 Page 4 of 12 (c) “Concessionaire Rental Car Provider” shall mean all persons, firms, agencies, or companies providing rental car services from locations based at the Airport that are signatory to a concession lease with the Aviation Commission providing terminal building counter locations and rental car ready lot vehicular parking. (d) "Gross Revenue" of a Concessionaire or Non-Concessionaire Rental Car Provider shall mean: 1. All amounts received by the Concessionaire or Non-Concessionaire Rental Car Provider, or which the a Concessionaire or Non-Concessionaire Rental Car Provider is entitled to receive, from (a) any rental of a motor vehicle to any person picked up by the Concessionaire or Non-Concessionaire Rental Car Provider, or its agent, from any point on the Airport, including but not limited to (i) the Airport terminal building, (ii) any premises leased by the Aviation Commission to Concessionaire or a third party doing business on the Airport, or (iii) any other location within the Airport, or from (b) any rental of a motor vehicle to any person returned by the Concessionaire or Non- Concessionaire Rental Car Provider, or its agent, to any point on the Airport, including but not limited to (i) the Airport terminal building, (ii) any premises leased by the Aviation Commission to a third party doing business on the Airport, or (iii) any other location on the Airport or within one (1.0) mile of the Airport. 2. All revenue received by the Concessionaire or Non-Concessionaire Rental Car Provider from every Airport Customer who, at the business location of the Rental Car Provider, either (a) executes an agreement for the rental of a motor vehicle from the Rental Car Provider, or (b) takes delivery of a motor vehicle rented from the Rental Car Provider. Gross Revenue shall be deemed received at the time that the sales, lease, or service transaction occurs, giving rise to the Rental Car Provider's right to collect said monies, regardless of whether the transaction was conducted in person, by telephone, or by mail; whether the transaction was for cash or credit; and, if for credit, regardless of whether the Rental Car Provider ultimately collects the monies owed for said transaction from the Airport Customer. 3. Any Gross Revenue owed the Aviation Commission and determined by the Rental Car Provider at a later date to be uncollectible shall not offset future percentage fees owed the Aviation Commission. If the initial rental car agreement entered into between the Rental Car Provider and the Airport Customer is subsequently amended because the Airport Customer's actual usage of the rental car vehicle differs from the usage contemplated in the original agreement, and the charges to be paid by the Airport Customer to the Rental Car Provider are therefore different from the charges contemplated in the original agreement, the percentage of Gross Revenue to which the Aviation Commission is entitled hereunder shall be based upon the Gross Revenue that the Rental Car Provider is entitled to receive under the rental car agreement with its Airport Customer, as amended. 4. Gross Revenue shall not include: a. Federal, State, or municipal sales taxes separately stated and collected from the Airport Customer. Attachment number 1 \nPage 4 of 12 Item # 12 Page 5 of 12 b. Amounts that the Rental Car Provider receives, or is entitled to receive, for the sale, disposition, loss, conversion, or abandonment of Rental Car Provider's used motor vehicles and other equipment, personal property, and trade fixtures. c. Amounts that the Rental Car Provider receives, or is entitled to receive, for the repair of damages to its motor vehicles. (e) Gross Revenue shall not be reduced by reason of any commission or similar amount paid by the Rental Car Provider to travel agents or others. (f) "Non-Concessionaire Rental Car Provider" or "Operator" or "Permittee" shall mean all persons, firms, agencies, or companies providing rental car services from locations based outside of the Airport that are not signatory to a concession lease with the Aviation Commission providing terminal building counter locations and rental car ready lot vehicular parking. (g) "Rental Car Courtesy Vehicle" shall mean a courtesy vehicle of the Non-Concessionaire Rental Car Provider if it is operated by, or under agreement with, the Non-Concessionaire Rental Car Provider. A courtesy vehicle shall be deemed operated under agreement with the Non- Concessionaire Rental Car Provider if the Airport Director finds that such courtesy vehicle is operated pursuant to any agreement or arrangement between the Operator of such courtesy vehicle and the Non-Concessionaire Rental Car Provider. (h) "Rental Car Customer Facility Charge" shall mean a charge imposed on a transactional basis and shall be a fixed uniform amount applied each day, or fraction thereof, by a Rental Car Provider from the renter of the vehicle. Section 1-3-8.17--Non-Concessionaire Rental Car Business Permit (a) Each Non-Concessionaire Rental Car Provider seeking to operate at the Airport shall execute a written agreement with the Commission in the form of a Non-Concessionaire Rental Car Business Permit (Permit) before engaging in any business activities on the Airport. The Permit must be renewed annually, as described below. Application for such Permit shall be made to the office of the Airport Director. (b) The Permit shall be substantially in the form appended to this ordinance adopting this Ordinance, the terms of which are incorporated in and made a part of this Ordinance by reference. The Airport Director may modify the form of the Permit in any manner not inconsistent with the provisions of this section. In the event of conflict between any provisions of this section and any provision of the Permit, this section shall be controlling. (c) Operation of any Rental Car Courtesy Vehicle on the Airport shall be allowed only with a color- coded decal as required by this County Ordinance. Providers of Rental Car Courtesy Vehicles shall observe all rules and Ordinances of this section in addition to those established by other provisions of the Administrative Code of the County. (d) Non-concessionaire Rental Car Courtesy Vehicle decals shall be provided by the Airport Director initially to the Non-Concessionaire Rental Car Provider upon execution of the Permit and successful completion of a vehicle safety inspection. Decals shall be issued for each Rental Car Attachment number 1 \nPage 5 of 12 Item # 12 Page 6 of 12 Courtesy Vehicle operated by the Non-Concessionaire Rental Car Provider. No decals shall be issued without the Operator having valid courtesy vehicle licenses as may be required by the Aviation Commission. (e) Decals shall be permanently affixed to the lower right hand corner of the front windshield of the Rental Car Courtesy Vehicle and shall be clearly visible at all times. Decals shall expire at the time of expiration of the Permit. Only those vehicles displaying valid decals will be authorized to pick up passengers at the Airport. (f) In the case of loss of a decal or damage beyond recognition, a duplicate decal may be obtained after payment by the Operator of Twenty Five Dollars ($25.00) and after submission of a statement setting forth the circumstances of the loss or damage of the decal. (g) Application forms for annual renewal of Rental Car Courtesy Vehicle Airport Permit decals must be submitted to the Airport Director at least ten (10) working days prior to the expiration of the current decal. Renewal applications shall be reviewed and renewal of the decal shall be contingent upon satisfactory payment of the percentage fees and completion of the annual Rental Car Courtesy Vehicle inspection. (h) All Rental Car Courtesy Vehicles are subject to inspection by a representative of the Airport Director to determine if they are in an adequate state of repair. (i) The Airport Director or his representative, a police officer, or an Airport safety officer may inspect a Rental Car Courtesy Vehicle at any time while it is on the Airport. A vehicle found to be in an inadequate state of repair will be required to immediately leave the Airport and will not be permitted further access to the Airport until the noted deficiencies are corrected. (j) The Aviation Commission may suspend and/or revoke any Non-Concessionaire Rental Car Business Permit, including the non-concessionaire Rental Car Courtesy Vehicle decal. Such power of suspension and/or revocation may be exercised only upon the failure of the Non- Concessionaire Rental Car Provider to satisfy the conditions of this section or the Permit or for noncompliance with the Aviation Commission code regarding the operation of Rental Car Courtesy Vehicles. Section 1-3-8.18 - Operational Procedures All Rental Car Courtesy Vehicles shall operate on the Airport in compliance with the Airport's operational procedures and all applicable federal, State and local laws. Section 1-3-8.19 - Percentage Fee (a) Each Non-Concessionaire Rental Car Provider offering rental car services from locations based outside the Airport shall pay to the Aviation Commission ten percent (10%) of all Gross Revenue derived by said Non-Concessionaire Rental Car Provider from the rental of motor vehicles to Airport Customers picked up by said Non-Concessionaire Rental Car Provider from any point within the Airport or returned by said Non-Concessionaire Rental Car Provider to any point within the Airport. (b) Each Non-Concessionaire Rental Car Provider shall submit to the office of the Airport Director, on or before the twentieth (20th) day of each month, a statement that sets forth: Attachment number 1 \nPage 6 of 12 Item # 12 Page 7 of 12 1. The total gross revenue earned during the prior month; and 2. Information demonstrating to the satisfaction of the Airport Director which of the Non-Concessionaire Rental Car Provider's gross revenue during the prior month originated from Airport Customers and which gross revenue originated from non- Airport Customers. (c) It shall be presumed that ninety-five percent (95%) of all gross revenue earned by the Non- Concessionaire Rental Car Provider during the month for which the statement is submitted constituted Airport Customer-generated Gross Revenue, unless, and to the extent that, the Non- Concessionaire Rental Car Provider is able to demonstrate otherwise in its statement to the satisfaction of the Airport Director. (d) The statement of gross revenue shall be submitted together with the Non-Concessionaire Rental Car Provider's remittance in payment of the non-concessionaire rental car percentage fee incurred during the prior month. Each Non-Concessionaire Rental Car Provider shall submit a timely statement of gross revenue each month even if such Non-Concessionaire Rental Car Provider earned no Airport-generated Gross Revenue during the prior month (and therefore incurred no non-concessionaire rental car percentage fee during such prior month). In such case, the statement of gross revenue shall state the Non-Concessionaire Rental Car Provider's total gross revenue during the prior month and shall demonstrate to the satisfaction of the Airport Director that none of such revenue constituted Airport generated Gross Revenue. Section 1-3-8.20 - Customer Facility Charge (a) The Aviation Commission will determine the amount adequate to cover the capital, financing, maintenance, marketing and operations allocable to the cost of providing infrastructure and facilities to the rental car industry and common use transportation equipment and facilities. In addition, the cost of collection, processing, enforcement of payment of the Customer Facility Charge, administration of the Customer Facility Charge and audits of all Concessionaire Rental Car Providers and Non-Concessionaire Rental Car Providers compliance with this Ordinance will be included in Customer Facility Charge. These amount shall be the basis for calculating the Rental Car Customer Facility Charge. (b) The Customer Facility Charge shall be collected by Concessionaire Rental Car Provider and Non-Concessionaire Rental Car Provider, as agent for the Aviation Commission, from customers and remitted to the Aviation Commission, as provided for below. (c) The Rental Car Customer Facility Charge shall be imposed on a transactional basis and shall be a fixed uniform amount applied each day, or fraction thereof, to each subject contract and shall be added to the amounts collected by Concessionaire Rental Car Providers and Non- Concessionaire Rental Car Provider from the renter of the vehicle. The Rental Car Customer Facility Charge collected by Concessionaire Rental Car Providers and Non-Concessionaire Rental Car Provider shall be the amount established by the Aviation Commission for all on- airport rental car operators at the Airport. It shall be collected from all customers of Concessionaire Rental Car Provider and Non-Concessionaire Rental Car Provider, including customers receiving complimentary or discounted car rental under Concessionaire Rental Car Provider and Non-Concessionaire Rental Car Provider's bona fide marketing plans. Attachment number 1 \nPage 7 of 12 Item # 12 Page 8 of 12 (d) An amount exactly equivalent to the Rental Car Customer Facility Charge collected or should have been collected by the Concessionaire Rental Car Provider and Non-Concessionaire Rental Car Provider from customers shall be payable to the Aviation Commission. Such amount shall be immediately due to the Aviation Commission on collection by the Concessionaire Rental Car Provider and Non-Concessionaire Rental Car Provider who shall be required to hold such amount in trust for the Aviation Commission's benefit. From the moment of collection, Customer Facility Charge proceeds shall be the Aviation Commission's property and Concessionaire Rental Car Provider and Non-Concessionaire Rental Car Provider shall hold only a possessory interest, not an equitable interest, in these funds held in trust. The amount equivalent to that collected or which should have been collected shall be remitted by Concessionaire Rental Car Providers and Non-Concessionaire Rental Car Provider to Aviation Commission no later than the last day of each month. (e) Concessionaire Rental Car Providers and Non-Concessionaire Rental Car Providers shall maintain records and controls which are sufficient to demonstrate the correctness of the Rental Car Customer Facility Charge revenue collected by Non-Concessionaire Rental Car Provider and the amount of Rental Car Customer Facility Charge paid to the Aviation Commission. The records shall be subject to the same audit and review requirements as all other remittances as outlined in Section 11 of this Ordinance. (f) The current Rental Car Customer Facility Charge is $3.50 per Contract Day. As used in this Ordinance, "Contract Day" means each twenty-four (24) hour period, and each fraction thereof, during which a motor vehicle having been delivered by Non-Concessionaire Rental Car Provider to each customer at the Airport is rented by such customer from the Concessionaire Rental Car Providers and Non-Concessionaire Rental Car Provider. Each fractional period less than a twenty-four (24) hour period shall be deemed a Contract Day. The Aviation Commission may adjust the Rental Car Customer Facility Charge annually, based on estimates of Contract Days for the upcoming year. Approximately 60 days prior to the end of the Aviation Commission's fiscal year (December 31, annually), the Aviation Commission shall calculate the revised Rental Car Customer Facility Charge and notify each Concessionaire Rental Car Providers and Non-Concessionaire Rental Car Provider of the new Rental Car Customer Facility Charge. Any credits or shortfalls from the prior fiscal year, as determined by the Aviation Commission, shall carry forward to the next fiscal year. Concessionaire Rental Car Providers and Non-Concessionaire Rental Car Provider shall provide its estimate of rental days for the upcoming fiscal year no later than October 1, annually. After receiving the estimate for the adjusted Rental Car Customer Facility Charge, Concessionaire Rental Car Providers and Non-Concessionaire Rental Car Providers may request a meeting to discuss the estimated Rental Car Customer Facility Charge. The request for such a meeting shall be made within twenty (20) days after the forwarding of the estimated rate for the upcoming fiscal year. The adjusted Rental Car Customer Facility Charge shall become effective on January 1 of each year. (g) The number of transactions completed by Concessionaire Rental Car Providers and Non- Concessionaire Rental Car Provider shall be reported to the Aviation Commission each month. The report, signed by an authorized agent of the Concessionaire Rental Car Providers and Non- Concessionaire Rental Car Provider, is to be received no later than the last day of the month Attachment number 1 \nPage 8 of 12 Item # 12 Page 9 of 12 following such transactions and shall be remitted with the payment of the Rental Car Customer Facility Charge. (h) The Aviation Commission and Non-Concessionaire Rental Car Provider acknowledge that it is anticipated that the individual members of the traveling public renting Non-Concessionaire Rental Car Provider's cars and directly benefiting from Airport infrastructure and facilities are to pay the Rental Car Customer Facility Charge on each transaction and that such renters are also subject to any sales tax imposed by the State for the lease or license of real property arising from the use of the facility. It shall be the responsibility of the Non-Concessionaire Rental Car Provider to separately state any such tax liability on its rental contracts, to collect such tax and to remit it to the State. Section 1-3-8.21 - Conditions of Permit The Aviation Commission shall not issue a Non-Concessionaire Rental Car Business Permit, and if the Aviation Commission has issued such a Permit, may suspend and/or revoke that Permit, unless the subject Non-Concessionaire Rental Car Provider continuously complies with the provisions of this Ordinance and the Permit. Section 1-3-822 - Suspension of Permit (a) The Airport Director may suspend any Non-Concessionaire Rental Car Business Permit upon the failure of the permitted Non-Concessionaire Rental Car Provider to continuously comply with any provision of this section or of the Permit, provided, however, that such suspension is to be imposed only following fourteen (14) days advance written notice to the Non- Concessionaire Rental Car Provider whose Permit is to be suspended. (b) A Non-Concessionaire Rental Car Provider whose Permit is suspended or subject to suspension may demonstrate to the Airport Director, at any time before or after such suspension has been imposed, that such Permittee is in compliance or has remedied its noncompliance or that it is making a good faith effort to do so. (c) If the Non-Concessionaire Rental Car Provider whose Permit is subject to suspension demonstrates that it has remedied its failure to satisfy the conditions of this section or the Permit, the Airport Director will remove the suspension of such Non-Concessionaire Rental Car Provider's Permit, if such suspension has been imposed, or shall abandon proceedings to suspend the Permit if such suspension has not yet been imposed. (d) If the Non-Concessionaire Rental Car Provider whose Permit is subject to suspension demonstrates that it is making a good faith effort to remedy its failure to comply with this section and/or the Permit (though it has not yet remedied such failure), the Airport Director may, at his discretion, remove the suspension of such Permittee's Non-Concessionaire Rental Car Business Permit, if such suspension has been imposed, or abandon proceedings to suspend the Permit if such suspension has not yet been imposed. (e) Once a Non-Concessionaire Rental Car Business Permit has been properly suspended, it shall remain suspended unless and until Permittee's noncompliance is remedied to the satisfaction of the Airport Director and its suspension is removed, or until the Permit is revoked. Attachment number 1 \nPage 9 of 12 Item # 12 Page 10 of 12 (f) A Non-Concessionaire Rental Car Provider whose Permit has been properly suspended by the Airport Director may appeal the decision to the Aviation Commission. Section 1-3-8.23 - Revocation of Permit (a) The Airport Director may revoke any Non-Concessionaire Rental Car Business Permit upon the failure of the Permittee to continuously comply with all provisions of this section and its Permit, provided, however, that: 1. Such Permit has been properly suspended for at least thirty (30) days, and 2. Permittee has been given thirty (30) days' advance written notice, which notice may be issued to the Non-Concessionaire Rental Car Provider holding such Permit only after the Permit has been suspended. (b) Upon revocation of its Non-Concessionaire Rental Car Business Permit, the Non- Concessionaire Rental Car Provider must immediately remove any rental car decals issued in connection with the revoked Permit from its Rental Car Courtesy Vehicles. (c) A Non-Concessionaire Rental Car Business Permit that has been revoked may not be reinstated. However, a Non-Concessionaire Rental Car Provider whose Permit has been revoked may apply for a new Permit after curing all causes of revocation. (d) The Airport Director may revoke, without notice, the Permit of any Non-Concessionaire Rental Car Provider if, at any time while such Permit is suspended, any of such Non-Concessionaire Rental Car Provider's vehicles seek to enter the Airport under the authority of the suspended Permit for the purpose of loading passengers for transport to or unloading passengers after transport from any facility of such Non-Concessionaire Rental Car Provider. Section 1-3-8.24 - Failure to Pay Percentage Fees and Customer Facility Charge Proceeds (a) If any Non-Concessionaire Rental Car Provider fails to submit any percentage fees and/or Customer Facility Charge Proceeds as required by this Ordinance by the end of the tenth (10th) day following the final day on which such remittance should have been submitted, the Non- Concessionaire Rental Car Provider shall pay interest to the County at the rate of eighteen percent (18%) per year (one-and-one-half percent [1.5%] per month) (or, if less, the maximum rate of interest allowed by law) on such overdue amounts calculated from the date on which such amounts should have been paid. (b) If any Concessionaire Rental Car Provider fails to submit any Customer Facility Charge Proceeds as required by this Ordinance by the end of the tenth (10th) day following the final day on which such remittance should have been submitted, the Concessionaire Rental Car Provider shall pay interest to the County at the rate of eighteen percent (18%) per year (one-and-one-half percent [1.5%] per month) (or, if less, the maximum rate of interest allowed by law) on such overdue amounts calculated from the date on which such amounts should have been paid. Section 1-3-8.25 - Records to Be Maintained by Permittee (a) During and with respect to the term of any Non-Concessionaire Rental Car Business Permit issued to it, each Non-Concessionaire Rental Car Provider shall maintain such books and Attachment number 1 \nPage 10 of 12 Item # 12 Page 11 of 12 records as would normally be examined by an independent certified public accountant in accordance with generally accepted auditing standards in performing an audit or examination of Permittee's revenues and gross revenue in accordance with generally accepted accounting principles and this section. (b) Each Non-Concessionaire Rental Car Provider to whom a Non-Concessionaire Rental Car Business Permit is issued shall make all records available for inspection by the Airport Director and/or his duly authorized representative(s), during reasonable business hours, for a period of not less than three (3) years following the end of the term of the Permit to which such records relate; provided, however, that no such inspection will be conducted at a time or in a manner that causes undue interference with the business of the Non-Concessionaire Rental Car Provider. (c) The Non-Concessionaire Rental Car Provider may make such records available for inspection at a specified place in Augusta, Georgia, or at its corporate headquarters. In the event that the inspection of such records is made at the Non-Concessionaire Rental Car Provider's corporate headquarters, and said corporate headquarters are located outside the limits of the County, then the Non-Concessionaire Rental Car Provider shall reimburse the County for all reasonable travel expenses associated with travel by the Airport Director and/or his duly authorized representative(s) to the Non-Concessionaire Rental Car Provider's corporate headquarters for the inspection of such records. Section 1-3-8.26 - Failure to Submit Statement of Gross Revenue and Customer Facility Charge Report (a) If, in any month, any Concessionaire Rental Car Provider or Non-Concessionaire Rental Car Provider fails to submit a timely statement of gross revenue and Customer Facility Charge Report, as required by Section 5 of this Ordinance, at the end of the thirtieth (30th) day following the final day on which such timely statement should have been submitted, the Aviation Commission may, at its discretion, perform, or hire an agent to perform, an audit of Concessionaire Rental Car Provider or Non-Concessionaire Rental Car Provider 's various books and records (including, but not limited to, the records that such Concessionaire Rental Car Provider or Non-Concessionaire Rental Car Provider is required to maintain under the provisions of this Ordinance) to determine Concessionaire Rental Car Provider or Non- Concessionaire Rental Car Provider’s gross revenue and Customer Facility Charge requirement during the month that would have been the subject of such timely statement of gross revenue and Customer Facility Charge report. The Concessionaire Rental Car Provider or Non-Concessionaire Rental Car Provider shall, within thirty (30) days of receipt of an invoice from the Aviation Commission therefor, reimburse the Aviation Commission for its reasonable cost of performing or of hiring an agent to perform, such audit. Section 1-3-8.27 -Term of Permit (a) The term of such Non-Concessionaire Rental Car Business Permit shall extend from the date it is issued until either midnight on the 31st day of December next following the date it was issued or the date on which such Permit is revoked, whichever is earlier. The Rental Car Courtesy Vehicle decals issued in connection with a Permit shall expire at the end of the term of such Permit. Attachment number 1 \nPage 11 of 12 Item # 12 Page 12 of 12 (b) On the first day of January of each succeeding year, the term of the Non-Concessionaire Rental Car Business Permit shall be extended automatically for successive one (1) year periods, unless said Permit is earlier suspended or revoked. If a suspension is in effect on January 1, the Non- Concessionaire Rental Car Provider shall remedy all failures to comply with the provisions of this Ordinance and shall apply for a new Non-Concessionaire Rental Car Business Permit before any such Permit may be issued. Section 1-3-8.28 - Permit Non-Transferable (a) No Non-Concessionaire Rental Car Business Permit, and no rental car decal issued in connection with such Permit, may be transferred, assigned, loaned, or used in any way by any person or entity other than the Non-Concessionaire Rental Car Provider to whom such Permit was issued or the Operator of a Rental Car Courtesy Vehicle operated under agreement with such Non-Concessionaire Rental Car Provider. Attachment number 1 \nPage 12 of 12 Item # 12 Commission Meeting Agenda 2/18/2014 2:00 PM One Day Special Event License Department:Planning & Development Caption:Motion to approve a request by Michael Anglin for a One Day Special Event license to be used in connection with Tipsy McStumbles located at 214 7th St. (This is an outdoor event for St. Patrick's Day) District 1. Super District 9. (Approved by Public Services Committee February 10, 2014) Background:This is an Annual Event. Analysis:The applicant meets the requirements of the City of Augusta's Alcohol Ordinance. Financial Impact:The applicant will pay a fee of $60.00. Alternatives: Recommendation:Planning & Development recommends approval. The RCSO recommends approval. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 13 Attachment number 1 \nPage 1 of 1 Item # 13 Commission Meeting Agenda 2/18/2014 2:00 PM Therapeutic Massage Operators License Department:Planning & Development Caption:Motion to approve a request by Victoria E. Payton for a Therapeutic Massage Operators license to be used in connection with Phoenix Massage L. L. C. located at 3062 Damascus Rd. District 2. Super District 9. (Approved by Public Services Committee February 10, 2014) Background:This is a new application. Analysis:The applicant meets the requirements of the City of Augusta's Ordinance regulating Therapeutic Massage. Financial Impact:The applicant will pay a fee of $121.00. Alternatives: Recommendation:Planning & Development recommends approval. The RCSO recommends approval. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 14 Attachment number 1 \nPage 1 of 3 Item # 14 Attachment number 1 \nPage 2 of 3 Item # 14 Attachment number 1 \nPage 3 of 3 Item # 14 Commission Meeting Agenda 2/18/2014 2:00 PM Jamestown Community Park Improvements Department:Recreation, Parks and Facilities Caption:Motion to approve an agreement with Augusta, Georgia and the Sandridge Community Association (SCA) for Improvement Projects at Jamestown Community Park. (No recommendation by Public Services Committee February 10, 2014) Background:The SCA has maintained an operational agreement with Augusta, Georgia since 1998. The SCA and Augusta, Georgia have previously entered into a mutual agreement in 2007 and in 2012 to work jointly to accomplish a variety of needed capital improvements through SPLOST funds to this community park. Analysis:The SCA and the Department of Recreation, Parks and Facilities have agreed upon the need for capital improvements to Jamestown Community Park as per the attached list of projects and estimated costs associated with this work, at a not to exceed cost of $150,000 with funding to proceed as two (2) $75,000 projects. Funding will be made available as outlined per the attached agreement and established guidelines for dispersal of SPLOST Funds. Financial Impact:The cost of the recommended improvements is set at a not to exceed cost of $150,000 and is available as part of SPLOST VI funded projects administered through the Department of Recreation, Parks and Facilities. Alternatives:1. To Approve agreement between the Sandridge Community Association (SCA) and Augusta, Georgia. 2. Move No Action. Recommendation:1. Move to Approve. Funds are Available in the Following Accounts: 328061110 - 211066801 Cover Memo Item # 15 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 15 Attachment number 1 \nPage 1 of 6 Item # 15 Attachment number 1 \nPage 2 of 6 Item # 15 Attachment number 1 \nPage 3 of 6 Item # 15 Attachment number 1 \nPage 4 of 6 Item # 15 Attachment number 1 \nPage 5 of 6 Item # 15 Attachment number 1 \nPage 6 of 6 Item # 15 Commission Meeting Agenda 2/18/2014 2:00 PM Conference Call with Attorney Colette Holt Department: Caption:Discuss summary of conference call with Attorney Colette Holt. (Referred from the Administrative Services Committee January 27, 2014) (No recommendation Administrative Services Committee February 10, 2014) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 16 Attachment number 1 \nPage 1 of 4 Item # 16 Attachment number 1 \nPage 2 of 4 Item # 16 Attachment number 1 \nPage 3 of 4 Item # 16 Attachment number 1 \nPage 4 of 4 Item # 16 Commission Meeting Agenda 2/18/2014 2:00 PM Department Audits Department: Caption:Discuss/approve departmental audits. (Requested by Commissioner Marion Williams) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 17 Commission Meeting Agenda 2/18/2014 2:00 PM General Counsel Authorities Department: Caption:Discuss the authorities of the General Counsel versus the Augusta Commission. (Requested by Commissioner Marion Williams) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 18 Commission Meeting Agenda 2/18/2014 2:00 PM Paul Simon Department:Clerk of Commission Caption:Consider a request from Paul Simon regarding an appeal of the non-compliance status of RFP No. 13-218, proposed merger of Augusta First Tee with the Augusta Municipal Golf Course "The Patch".(No recommendation by Administrative Services Committee February 10, 2014) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 19 Attachment number 1 \nPage 1 of 1 Item # 19 Commission Meeting Agenda 2/18/2014 2:00 PM Public Transit Citizens Advisory Board Department: Caption:Update from the Interim Administrator regarding the Augusta Public Transit Citizens Advisory Board. (Requested by Commissioner Marion Williams) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 20 Attachment number 1 \nPage 1 of 3 Item # 20 Attachment number 1 \nPage 2 of 3 Item # 20 Attachment number 1 \nPage 3 of 3 Item # 20 Attachment number 2 \nPage 1 of 9 Item # 20 Attachment number 2 \nPage 2 of 9 Item # 20 Attachment number 2 \nPage 3 of 9 Item # 20 Attachment number 2 \nPage 4 of 9 Item # 20 Attachment number 2 \nPage 5 of 9 Item # 20 Attachment number 2 \nPage 6 of 9 Item # 20 Attachment number 2 \nPage 7 of 9 Item # 20 Attachment number 2 \nPage 8 of 9 Item # 20 Attachment number 2 \nPage 9 of 9 Item # 20 Commission Meeting Agenda 2/18/2014 2:00 PM URA Appt. Recommendations Department: Caption:Motion to approve recommendations for appointment to Urban Redevelopment Agency (URA). (Requested by Mayor Deke Copenhaver) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 21 Commission Meeting Agenda 2/18/2014 2:00 PM Work Session to Review SPLOST Monies Department:Clerk of Commission Caption:Motion to approve tasking the Chair of the Finance Committee with scheduling a work session for an extensive review of ALL SPLOST Monies collected, invested, and expended since the inception of the SPLOST Program in ARC. Direct each recipient of SPLOST funds to provide documentation that will reflect the status and disposition of all funds. Task the Finance Director with providing ALL financial documentation associated with the SPLOST Program. This documentation must reflect interest earned and disposition of these earnings. Any SPLOST Monies utilized to retire General Obligation Bonds must be reflected, to include authorization for these actions. Any relevant documentation not specifically requested will be provided. ALL recipients of SPLOST Funds must be available to answer any questions posed by the governing body. Work session should be conducted prior to the February 24 Finance Committee Meeting.(No recommendation Administrative Services Committee February 10, 2014) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 22 Commission Meeting Agenda 2/18/2014 2:00 PM Accept Stage Front Presentation System Proposal Department:Information Technology Caption:Motion to accept proposal from Stage Front Presentation Systems regarding the presentation system for the new Commission Chambers.(Approved by Public Safety Committee February 10, 2014) Background:The Information Technology (IT) Department has explored options for installing and managing an Audio-Visual (A/V) presentation system for the renovated Commission Chambers in the Augusta-Richmond County Municipal Building. The system utilized in the current Commission Chambers on the Municipal Building 8th floor contains components that can be re-used in the new Commission Chambers. It is the intention of the IT Department to move and re-use as many components of the existing system as is practical. While there are components that can be re-used in the new chambers, there are also certain pieces which it will be to Augusta’s advantage to replace or add on to the current system. Due to the different configuration of the new commission chambers (which includes a Control Room on the 3rd floor), there is a need for cabling to move the control of sound and video to the Control Room. Additionally, the new shape of the chambers means that it is possible for wall-mounted cameras to be used in order to improve the video feed. The addition of waiting rooms and a conference room external to the chambers also provides an opportunity to provide an improved audio and video experience for persons who attend commission meetings. Analysis:The goal of the IT Department in this project is to ensure that the new commission chamber has audio and video performance that is superior to what is currently available. There are needs in the areas of audio and video that can be addressed. The new Chambers will include an A/V Control Room on the 3rd floor, overlooking the Chambers. Sound for the existing system is operated with controls that are located underneath the dais, so there is a need for cabling to move those controls to the Control Room. Cabling from microphones and the lectern will likewise need to be installed to reach the control room. Due to the rapid pace of technological change and the configuration of the new Cover Memo Item # 23 chambers, there are other components that cannot or should not be re-used. Augusta IT will work with the Vendor to replace this A/V equipment with newer models, but reserves the right to purchase from other resources in order to secure the best price. Likewise, we also reserve the right to choose which components of the proposal are implemented. In regard to video, the use of large monitors rather than ceiling-mounted projectors means that the existing Crestron presentation-management system will need to be re-programmed so that the video feed can be directed through the monitors. IT is also seeking to include wall-mounted cameras as part of this project so that a more robust, higher-quality video feed can be presented to persons in the waiting rooms and to the outside world via the live-streaming internet feed. Stage Front Presentation Systems was selected for our original presentation system project. Stage Front has maintained, reprogrammed, and replaced parts in the original system as needed. They have intimate knowledge of the inner workings of our presentation system, and personnel from Stage Front have been consulted for various modifications to the system. Based on the reasons listed above and the technology expertise that is needed to satisfy the presentation needs of the new chambers, IT recommended that Stage Front be recognized as a sole-source for purposes of moving equipment (where practical) as well as installing and configuring a limited selection of new equipment. Utilizing this vendor ensures that the components of the system can be set up by the same company that set it up originally, eliminating any potential conflict if/when support is needed. Stage Front has been a dependable vendor, and they have responded quickly and appropriately when needed. Financial Impact:This project will be funded through the budget for the renovation of the municipal building. The project should cost, at maximum, $153,339.46, but permission is requested to spend up to $170,000 based on contingencies that may occur during installation. Alternatives:N/A Recommendation:Accept proposal from Stage Front Presentation Systems regarding the presentation system for the new Commission Chambers Funds are Available in the Following Accounts: GL - 328-05-1120, JL - 212055101 REVIEWED AND APPROVED BY: Cover Memo Item # 23 Procurement. Information Technology. Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 23 Attachment number 1 \nPage 1 of 2 Item # 23 Attachment number 1 \nPage 2 of 2 Item # 23 AUDIO-VISUAL SYSTEMS FOR THE CITY OF AUGUSTA, GEORGIA COUNCIL CHAMBER PROPOSAL & QUALIFICATIONS TOMMY LARUE NATIONAL SYSTEMS CONSULTANT 912.721.5760 / TOMMYL@SFPS.NET800.736.9242 / STAGEFRONT.NET Attachment number 2 \nPage 1 of 33 Item # 23 TABLE OF CONTENTS Section 1 Audio Visual Proposal Section 2 Company Overview Section 3 Stage Front Design-Build Advantages Section 4 Design-Build Projects–Fast Track, Multi-Room Section 5 Stage Front Audio-Visual Solutions Section 6 Stage Front Certifications Section 7 Proposed Team Members Section 8 Stage Front Service and Support Section 9 Stage Front Financial Information Section 10 Stage Front Mission and Values Section 11 Reference Letters Attachment number 2 \nPage 2 of 33 Item # 23 SECTION 1: AUDIO VISUAL PROPOSAL February 3, 2014 City of Augusta, Georgia 530 Greene Street Annex 101 Augusta, Georgia 30901 Phone: 706.821.2862 E-mail: blanchard@augustaga.gov Attn: Mike Blanchard, Deputy Director Information Technology Ref: Council Chamber Audio Visual Systems Relocation and Upgrades Proposal Dear Mike Blanchard, It is my pleasure to assist City of Augusta, Georgia with the City Commission Chamber Relocation. The follow- ing proposal outlines the equipment and installation costs associated with furnishing the systems and services described below. The presentation systems described in this document reflects Stage Front’s 30+ years of experience, including the design and integration of systems for many municipal clients. The design incorporates systems that have proven most successful in similar facilities, updated with the latest in technology and fine-tuned for the intended use of City of Augusta, Georgia. Stage Front provided integration services for the existing Council Chambers on the 8th Floor. It is critical from a support and usability standpoint to maintain a consistent support model, user interface, technical design, and equipment in the new 2nd Floor location. Due to the critical nature of this facility, continuity of service for the council, staff, and participants is paramount. Since the initial install, Stage Front has provided ongoing support and minor modifications as required. Stage Front is the only vendor fully qualified to provide a completely con- sistent design, user interface, and support model within the restricted project schedule. Please call to discuss at your convenience. Best regards, Tommy LaRue Attachment number 2 \nPage 3 of 33 Item # 23 PRESENTATION SYSTEM NARRATIVE AND PROPOSAL ANALOG AUDIO & VIDEO RELOCATION The following will detail the scope of work required to relocate the existing analog system from the 8th Floor to the 2nd Floor. This will also highlight the new monitors and necessary minor functionality upgrades. 8th Floor Remove entire existing system from 8th floor. This will require a labor investment of (32) hours (2 men / two days). 2nd Floor Install racks in upstairs control room. Mount 14 new “shotgun” style microphones at dais and clerk area with new cabling back to booth. The shotgun microphones will help alleviate the issue of people not speaking directly into the microphones. Mount wall speakers and cable to booth. Cut in audio media input/output plates and cable to booth. Add new microphone and line level audio cables in lecterns and extend to booth. Add audio output to camera input/output plate location at rear of room. Install wireless antenna distribution and extend from booth to council chambers. Re-configure the digital signal processor for the room changes, analyze and tune the speaker system. Run VGA cables from the outputs of the lecterns and clerks area to the switcher at the booth. Add a VGA distribu- tion amplifier after the switcher to feed the dais 80” LCD monitors, the camera input/output plate at the rear of the house and to the council distribution amplifiers in the dais. The new camera input/output plate needs a composite video and audio run to the encoder in the booth which will be connected to the network. At the Dais, three VGA distribution amplifiers will need to be installed, feeding the eleven council and two clerk monitors. This cabling will be run in Wiremold raceways by AV contractor, as will the grommet holes for cables and mic mounts in the counter tops. The dais monitors will be mounted and tested. Two new 80” LCD monitors will be added to the back wall of the dais. Two 60” LCD monitors will be added to the lobby and one 70” LCD in the conference room. These monitors include the necessary mounts, hardware, required VGA and audio cabling. The new distribution amplifier after the switcher will also feed the new monitors at the two lobby locations and the conference room. Because current video system is VGA and the outsourced camera system is composite video, there is not a good way to get quality video back into the system without adding scalers and switchers. This would run the cost of the current system to that of a digital system and still suffer from poor quality video. This means that the lobby/conference room monitor system will only show the sources from the lecterns and clerks computer. The conference monitor will also have an HDMI feed from the east end of the conference table for local sources. The monitor sources will be switched with the monitor’s hand held remote control. The existing Crestron control system will be installed and reprogrammed for the new/different video outputs. Two button control panels in the lecterns will be wired to the processor in the booth. The Crestron WAP will be mounted in the dais. Control cabling for the WAP and the docking station will be routed via the Cisco switch at the rack. The new 80” LCD monitors will be added to the control, as well as the necessary wiring. The lobby and conference room monitors will be controlled locally with their hand held remote controls. A SmartBoard with integrated video projector will be added to the west wall of the conference room, and will have HDMI and USB cables extended to the west end of the conference table for connection to a local OFE com- puter. Attachment number 2 \nPage 4 of 33 Item # 23 ANALOG RELOCATION & DIGITAL VIDEO UPGRADE The following details the scope of work and equipment required to relocate the existing analog system and bring it up to current standards. This includes input support for analog and digital high definition sources and wide screen aspect ratio formats and display resolutions. This scope also provides integrated high definition camera display, capture, and streaming functionality. As much current equipment as possible will be relocated and repurposed in this configuration. 8th Floor Remove entire existing system from 8th floor. This will require a labor investment of (32) hours (2 men / two days). 2nd Floor The OFE audio equipment will be reinstalled with a new 16 x 16 digital video matrix switcher, HD camera twisted pair receivers and necessary interface devices. All rack equipment will be rewired for new configuration and racks installed in upstairs control room. Mount 14 new “shotgun” microphones at dais and clerk area with new cabling back to booth. The shotgun micro- phones will help alleviate the issue of people not speaking directly into the microphones. Mount wall speakers and cable to booth. Cut in audio media input/output plates and cable to booth. Add new microphone and line level audio cables in lecterns and extend to booth. Install wireless antenna distribution and extend from booth to coun- cil chambers. Re-configure the digital signal processor for the room changes, analyze and tune the speaker system. At the lecterns, the existing PC, document camera, DVD/VCR and VGA laptop fed through the Extron VGA switcher will remain and its output will be fed into a two input switch that will digitize the VGA and output it in a digital format. The other input will be a digital HDMI laptop input located at the top of the lecterns. This will allow digital HDMI, VGA and composite inputs into the system. Unlike the existing analog system that only allows one source to be shown on all output monitors at once, the 16 x 16 digital matrix switcher will allow any source to be sent to any output group (council/clerks monitors, either 80” LCD monitor, either of the lobby monitors, the conference room monitor and the encoder) separately. For ex- ample, the council and one lobby monitor could see the laptop input at the lectern, while the other lobby monitor and the streaming encoder could see the camera feeds from the chamber. Only one source from each lectern can be viewed at a time, however. This is due to the lectern sources being routed through a format converting switcher prior to input to the main matrix switcher. Two new 80” LCD monitors will be added to the back wall of the dais. Two 60” LCD monitors will be added at the lobby and one 70” LCD in the conference room. These will have individual digital scalers at each with its separate home runs to the switcher. This will allow any digital video to be scaled to match the monitor correctly. Also, the scalers carry audio and control to each monitor. Mounts, hardware, cabling and programming are included. The conference monitor will also have a HDMI feed from the east end of the conference table for local sources. The monitor sources will be switched with its hand held remote controls. A digital scaler will be added in front of the streaming OFE Earth Channel box to ensure all video sources are at the same resolution and look the same. Attachment number 2 \nPage 5 of 33 Item # 23 At the Dais, five, HDMI DA’s will need to be installed feeding the eleven new council and two clerk 21” high- definition monitors. These monitors will be mounted to the existing lowered stands. The cabling will be run in Wiremold raceways by AV contractor, as will the grommeted holes for monitor cables and mic mounts in the counter tops. The dais monitors will be mounted and tested. A 21” monitor will be added at the booth to review the video from that location. There will be an HDMI and VGA computer input into the system at the clerk’s desk. There will be an HDMI and VGA computer input into the system at the mayor’s location. There will be a computer input card at the booth switcher for a local PC input. Two HD pan, tilt, zoom cameras will be added with digital video outputs. One will mount in the center of the room just above the main entrance for a front view of the dais. The other camera will mount stage right behind the councilmen to pick up the lecterns and gallery shots. The existing Crestron control system will be installed and reprogrammed for the different video outputs. Two but- ton control panels in the lecterns will be wired to the processor in the booth. The Crestron WAP will be mounted in the dais. Control cabling for it and the docking station will be routed via the Cisco switch at the rack. The new 80” LCD dais monitors and the 60” LCD lobby monitors will be added to the control, as well as the necessary wir- ing. Conference room monitor will be controlled locally with its hand held remote. Programmed into the control system will be preset locations for the cameras to pan to and the ability to switch between cameras. A SmartBoard with video projector will be added to the west wall of the conference room. This will have HDMI and USB cables extended to the west end of the conference tables for connection to a local OFE computer. Attachment number 2 \nPage 6 of 33 Item # 23 PRESENTATION SYSTEM EQUIPMENT LIST OFE EQUIPMENT TO BE UN-INSTALLED & RE-INSTALLED QTY Manufacturer Model No.Description 500 Extron Electronics 22-103-0X Mini-HRP 5-Channel Plenum High-Resolution Video Cable 160 Extron Electronics 100-074-XX BNC Male MHR Crimp Connector 2 SFPS Misc 1 Necessary Cables, Connectors, Accessories 14 Chief Mfg FCS-110B Single Swing Arm Desk Mount 28 Extron Electronics 26-532-01 SYF BNCF/0.5 15-pin HD Female-5 BNC Female, 6" long 14 NEC ASLCD52V-BK AccuSync 15" Analog LCD Flat Panel Monitor XGA 2 Hitachi ST15XLP Starboard EM Panel 15" LCD Interactive Panel, XGA 2 Kensington TD#39174D RF Wireless Presenter (2.4GHz) with Laser Pointer 1 SFPS Misc 1.5 Necessary Cables, Hardware, Connectors, Accessories 2 Extron Electronics 26-566-02 MVGA-A M-M/6 Male to Male VGA Micro HR with Audio 2 Extron Electronics 60-569-01 IN1508 Eight Input Scaling Presentation Switcher with Audio 3 Extron Electronics 60-245-03 P/2 DA6xi Six Output VGA-QXGA Distribution Amplifier 2 Extron Electronics 60-804-01 ASA 141 Passive Audio Adapter 1 Extron Electronics 60-258-02 SW 4 VGArs Four Input VGA/XGA Switcher, RS232 4 Extron Electronics 60-190-01 1U Rack Shelf (Mounting for DA's & 4x1 switcher) 3 Extron Electronics 60-506-03 P/2 DA2xi Two Output VGA-QXGA Distribution Amplifier 3 Extron Electronics 70-077-01 Under Desk Mounting Kit 10 SFPS RI HR Additional Hour of Specialized Site Preparation Services 2 Extron Electronics 60-600-02 Black MLC 226IP MediaLink Controller w/IP Link 2 Middle Atlantic RC-3 3-Space Rack Clamp Shelf 2 Samsung DVD-V6700 DVD/VHS Combo Player 2 Samsung UF-80ST XGA Digital Presenter, 20fps, Native XGA 2 Comprehensive B-PP-C-10HR 10' BNC Plug to RCA Plug Video Cable 2 SFPS Audio 10 Dual RCA 10ft. Audio Cable 2 Extron DVID SL/15 Single Link DVI-D Male to Male Patch Cable, 15' Long 1 SFPS Adjust8 Field Labor to Test & Adjust - 8 Hours 1 Lectrosonics, Inc.DM1612 16 Input 12 Output Digital Automatic Matrix Mixer 1 Lectrosonics, Inc.DM8/12 8 Input/ 12 Output Digital Automatrix Matrix Mixer 2 Shure Bros SM58-LC Dynamic Handheld Cardioid Vocal Microphone. (Less Cable) 2 Rapco NQP-25 25Ft. XLR-XLR Quadraplus Microphone Cable 3 Shure Bros SLX14/85-L4 UHF Wireless Bodypack Microphone System 6 SFPS FLD HR Additional Hour of MOUNTING MICROPHONES 1 Crown CDI2000 2 Channel Amplifier 2 A K G Acoustic KM254 Tripod Microphone Stand w/ Boom, Black Anodized 2 Bose BLACK 028673 Black WBP-MA12 Bi-Pivoting Wallmount Bracket for MA-12 2 Bose BLACK 027059 Black MA12 Modular Line Array 16 Audio-Technica ES915H21 Miniature Condenser Gooseneck Microphone 4 Audio-Technica AT8666 Plug-In Desk Stand for Gooseneck Microphone 400 West Penn 25225B 2-Cond. 16 Awg Plenum-Rated Speaker Cable 400 West Penn 25291B 2-Cond. 22 Awg Plenum Shielded Audio Line Level Cable 8 SFPS FLD HR Additional Hour of Specialized Field Services 1 SFPS Misc 2.5 Necessary Cables, Connectors, Hardware, Accessories 6 SFPS Serial Serial Cable 1 SFPS ProgF8 Programmer Field Labor - 8 Hours Attachment number 2 \nPage 7 of 33 Item # 23 OFE EQUIPMENT TO BE UN-INSTALLED & RE-INSTALLED (CONTINUED) QTY Manufacturer Model No.Description 1 Crestron AV2-TPMC-PAK Isys WiFi Control Package - Includes TPMC-8X 1 Crestron CNPWS-75 75 Watt Cresnet Power Supply 1 Crestron CNTBLOCK Network Terminal Block 1 Cisco AIR-LAP1131AG-A-K9 Cisco Aironet 1131AG 1 SFPS Prog8 Programmer Shop Labor - 8 Hours 6 SFPS FLD HR Additonal Hour of Specialized Field Services 2 Middle Atlantic D-3LK 3-Space Storage Drawer w/ Key Lock 2 Littlite L-3/18 High Intensity (5-watt) Lampset 1 SFPS Misc 1 Necessary Cables, Connectors, Accessories 1 Millers Millworks Charge Incoming freight & handling charge 2 Lowell Mfg.RPC-4-CD 15A Remote Power Control Rack-Mount 2 Kensington 513544 PocketHUB Mini USB 2.0 - Hub - 4 ports 2 Comprehensive USB2-AA-MF-10 HR Pro Series USB 2.0 A Male to A Female Extension Cable 2 Altinex CNK241 CNK221 Cable-Nook Jr.Tabletop Interconnect Box 2 Millers Millworks Custom Classic Lectern 42in.W X 30in. D X 45in. H 2 Middle Atlantic EB-1 LOGO 1-Space Econo Flanged Blank Panel-- SFPS Logo 1 Middle Atlantic EB-1 1-Space Econo Flanged Blank Panel--Smooth Finish. 3 Panduit 3X2 6Ft. Wiring Duct 2 Middle Atlantic HTX (50 pcs.) Black Star Post Screws w/Washers 2 Lowell Mfg.RPC-4-CD 15A Remote Power Control Rack-Mount 8 SFPS FLD HR Additional Hour of Specialized Field Services 2 Middle Atlantic 5-14 Slim 5 Series14-Space (24.5In.) Multi-Bay Rack 2 Middle Atlantic SP-5-14 (Pair) Side Panels for 5-14 Rack, Black Finish 2 Middle Atlantic DO-5-14 Solid Front Door for 5-14 2 Middle Atlantic RAP14 Rear Access Pan, fits 5-14 1 Middle Atlantic EB-2 2-Space Econo Flanged Blank Panel--Smooth Finish. 1 Middle Atlantic VT-1 1-Space Vent Panel, Large Perforation 2 Middle Atlantic EB-1 1-Space Econo Flanged Blank Panel--Smooth Finish. 2 Middle Atlantic EB-3 3-Space Econo Flanged Blank Panel--Smooth Finish. 2 Middle Atlantic EB-1 LOGO 1-Space Econo Flanged Blank Panel-- SFPS Logo 8 SFPS FLD HR Additional Hour of Specialized Field Services 8 Panel Auth Custom1G3 1G Plate w/3 Connectors 300 Extron Electronics 22-103-0X Mini-HRP 5-Channel Plenum High-Resolution Video Cable 20 Extron Electronics 100-074-XX BNC Male MHR Crimp Connector 1 SFPS Misc 2.5 Necessary Cables, Connectors, Hardware, Accessories 4 Lowell Mfg.P1X 1-Gang Surface Mount Steel Wall Box, 3- KO's 2 Lowell Mfg.P1X-2 2-Gang Surface Mount Steel Wall Box, 3- KO's 2 Extron Electronics 60-453-02 Two-gang Surface Mount Wall Box (black) 4 Extron Electronics 26-531-01 15Pin HD Male to 5 Female BNC Adaptor Cable 15 Wiremold V700 One-Piece Wire Raceway, 3/4 in. wide x .65 in. high 5 Wiremold V5744 1-Gang Receptacle Box, 2 3/4 inch Deep 350 West Penn D25430 Plenum Two Individually Shielded Pairs of 22 Ga. 2 Hewlett-Packard HPE-UD012E HP Care Pack 4-Year (parts & Labor) Extended Service 2 Kingston KIN-KTH-XW4300/1G Memory, 1 GB - DIMM 240-pin - DDR II - 667 MHz 2 HP Compaq dc5700 (CDW 1264799)1.8GHz Pentium Dual Core E2160 Processor, 2GB RAM, 80GB 2 Wireless Computing RF-380 Compact Keyboard / Optical Mouse Bundle Attachment number 2 \nPage 8 of 33 Item # 23 OFE EQUIPMENT TO BE UN-INSTALLED & RE-INSTALLED (CONTINUED) QTY Manufacturer Model No.Description 120 SFPS RI HR Additional Hour of Specialized Site Preparation Services 10 Wiremold 2600-10 Base & Cover Metal Raceway (price per/ft.) 2 Wiremold 2642D 5" Round Junction Box 1 Wiremold 1546B Duplex Receptacle Box 2 Wiremold 2602 Fiber Bushing 10 Wiremold 2300BAC Base & Cover 2.25" Wide X 11/16" High 2 Wiremold V57243G Grounded Duplex Receptacle and Box 50 Wiremold V2400BD Dual-Channel Steel Raceway Base 50 Wiremold V2400C Dual-Channel Steel Raceway Base Cover 1 Wiremold V2411 90 Degree Flat Elbow 10 Hubbell CR151 Duplex Receptacle, 15A125V 8 Thomas & Betts 58361 1/2 1-7/8" Deep Handy Box 1000 SFPS THHN-12-STR-BLK 12 Awg. THHN Stranded Copper Cable, 600V 300 SFPS MC ALUM 12/2 12/2 w/Ground Metal Clad Type MC Cable 1 SFPS Misc 5 Necessary Cables, Connectors, Hardware, Accesssories 1 Fleetwood CRS-940 Wireless Interface/Base Station 1 ARS, Inc Case Soft Case (holds 30 keypads & 1 base) 15 Fleetwood CRS-5200 Wireless Response Keypad 1 ARS, Inc.wInquiry Polling Software End-Users License 1 Fleetwood Training One-Day On-Site Training 1 Hewlett-Packard HPE-UD012E HP Care Pack 4-Year (parts & Labor) Extended Service 1 NEC ASLCD52V-BK AccuSync 15" Analog LCD Flat Panel Monitor XGA 1 Kingston KIN-KTH-XW4300/1G Memory, 1 GB - DIMM 240-pin - DDR II - 667 MHz 1 HP Compaq dc5700 (CDW 1264799)1.8GHz Pentium Dual Core E2160 Processor, 2 GB RAM, 80GB QTY Manufacturer Model No.Description 1 Extron Electronics 60-1329-12 Three Input Switcher with Integrated DTP Transmitter 1 Crestron Electronics CBL-HD-6 Crestron Certified HDMI Interface Cable, 6Ft 1 Crestron Electronics CBL-HD-12 Crestron Certified HDMI Interface Cable, 12 ft 1 Crestron Electronics CBL-HD-DVI-12 Crestron Certified HDMI to DVI Interface Cable, 12ft 1 Extron Electronics 60-1331-13 HDMI 330 Rx Long Distance HDMI Twisted Pair Extender Rx 1500 West Penn D25430 Plenum Shielded Pairs of 22 Ga. Conductors with Drain Wire, 30 BTX CD-DB9M DSUB 9-Pin Male sldr (requires hood) 54 BTX CD-MX915H Hood for MaxBlox HD15 & DB9 1 SFPS Prog16 Programmer Shop Labor - 16 hours 3 SFPS ProgF8 Programmer Field Labor -8 Hours 40 SFPS RI HR Additional Hour of Specialized Site Preparation Services 2 Sharp LC-60LE650U 60" AQUOS Backlit LED HDTV Full HD 1080p Smart TV 2 Chief LTMU FUSION Universal Flat Panel Micro-Adjustable Tilt Wall Mount 2 Chief PAC511 Flat Panel Retro-Fit Pre-Wire In-Wall Box 1 Extron Electronics 60-488-01 DA2 RGBHV 1x2 Distribution Amplifier 1 SFPS Misc .5 Necessary Cables, Connectors, Accessories NEW EQUIPMENT - ANALOG SYSTEM RELOCATION Attachment number 2 \nPage 9 of 33 Item # 23 NEW EQUIPMENT - ANALOG SYSTEM RELOCATION (CONTINUED) QTY Manufacturer Model No.Description 205 Extron Electronics 22-103-0X MHR-5P Plenum Mini High Resolution Video Cable, Per Foot 4 BTX CD-MX15F MaxBlox HD15 Female VGA to Terminal Block Connector 2 Extron Electronics 26-649-12 DVID SL Pro/12 Pro Series Single Link DVI-D Cable, 12' Long 600 Extron Electronics 22-103-0X MHR-5P Plenum Mini High Resolution Video Cable, Per Foot 180 Extron Electronics 100-250-0X BNC Male MHR Crimp Connectors (unit price) 12 SFPS Misc 1 Necessary Cables, Connectors, Accessories 2 Extron Electronics 26-566-02 MVGA-A M-M/6 Male to Male VGA Micro HR with Audio 2 Comprehensive B-PP-C-10HR Pro AV/IT Series BNC Plug to RCA Plug Video Cable 10Ft 4 Extron Electronics 26-531-01 SYM BNCF/0.5 15-pin HD Male to BNC Female 14 BTX CD-MX15F MaxBlox HD15 Female VGA to Terminal Block Connector 1 SFPS Adjust16 Field Labor to Test & Adjust 16 Hours 66 SFPS FLD HR Move and connect audio equip 55 SFPS FLD HR Additional Hour of Specialized Field Services 1 SFPS Misc 2 Necessary Cables, Connectors, Hardware, Accessories 260 West Penn 25227B 2-Cond. 12 Awg Plenum Speaker Cable 150 West Penn 25841 Plenum-Rated Shielded RG-6/U 75 Ohm Coax Cable 1 SFPS Misc 2 Necessary Cables, Connectors, Hardware, Accessories QTY Manufacturer Model No.Description 18 Asus VS228H-P 21.5" Backlit LED/LCD Monitor, Full HD, HDMI, DVI, VGA 1 Crestron Electronics CBL-HD-6 Crestron Certified HDMI Interface Cable, 6Ft 1 Crestron Electronics DMC-C DigitalMedia 8G STP Input Card for DM Switchers 1 Crestron Electronics DM-TX-201-C DigitalMedia 8G Shielded Twisted Pair Transmitter 1 Extron Electronics 26-490-03 VGA-A M-M MD/12 Male to Male 15-Pin VGA Cable w/Audio 1 Crestron Electronics CBL-HD-6 Crestron Certified HDMI Interface Cable, 6Ft 3 Crestron Electronics CBL-HD-20 Crestron® Certified HDMI® Interface Cable, 20Ft 1 Crestron Electronics DM-RMC-SCALER-C DigitalMedia Receiver & Room Controller w/Built-In HD Scaler 1 Kramer VM-4Hxl 1:4 HDMI Distribution Amplifier, 1RU 2 Crestron Electronics CBL-HD-6 Crestron Certified HDMI Interface Cable, 6Ft 1 Chief LTMU FUSION Universal Flat Panel Micro-Adjustable Tilt Wall Mount 1 FSR DR-PCB-H15M HDMI Male to HDMI Male Plenum Digital Ribbon Cable, 1 Sharp LC-70LE650U 70" AQUOS Backlit LED HDTV Full HD 1080p 1 Crestron Electronics DM-RMC-SCALER-C DigitalMedia Receiver & Room Controller w/Built-In HD Scaler 1 Smart Technologies SBX885ix SMART Board X885 Interactive Whiteboard UX60 Projector 1 Extron Electronics 60-870-12 Twisted Pair Extender for USB Peripherals, Transmitter 1 Extron Electronics 60-870-22 USB Extender AAP Rx Twisted Pair Receiver - 2-Space AAP, Black 150 Liberty Wire & Cable 24-4P-P-L5SH-BLK Plenum Rated STP, 100% Foil Shield, 24 Awg, 4 Pair Cat5E, Black 4 Comprehensive RJ45P RJ-45 Plug 50u Gold Plated, 8 Position, 8 Conductor Connector 1 Comprehensive USB2-AA-10ST USB 2.0 A to A Cable 10Ft 1 Comprehensive USB2-AA-3ST USB 2.0 A to A Cable 3Ft 1 Extron Electronics 60-1329-12 Three Input Switcher with Integrated DTP Transmitter 1 Crestron Electronics CBL-HD-6 Crestron Certified HDMI Interface Cable, 6Ft 1 Crestron Electronics CBL-HD-12 Crestron Certified HDMI Interface Cable, 12 ft 1 Crestron Electronics CBL-HD-DVI-12 Crestron Certified HDMI to DVI Interface Cable, 12ft NEW EQUIPMENT - DIGITAL VIDEO UPGRADE Attachment number 2 \nPage 10 of 33 Item # 23 NEW EQUIPMENT - DIGITAL VIDEO UPGRADE (CONTINUED) QTY Manufacturer Model No.Description 1 Extron Electronics 60-1331-13 6 HDMI 330 Rx Long Distance HDMI Twisted Pair Extender 400 West Penn 25291B 2-Cond. 22 Awg Plenum Shielded Audio Line Level Cable 4 BTX CD-DB9M DSUB 9-Pin Male sldr (requires hood) 4 BTX CD-MX915H Hood for MaxBlox HD15 & DB9 1 TRIPP-LITE SMART1500RM2U SmartPro Intelligent 1500VA/1000W Interactive Line 2 Crestron Electronics CBL-HD-6 Crestron Certified HDMI Interface Cable, 6Ft 2 Chief LTMU FUSION Universal Flat Panel Micro-Adjustable Tilt Wall Mount 2 Sharp LC-80LE650U 80" AQUOS Backlit LED Smart HDTV Narrow Bezel 13 Crestron Electronics CBL-HD-6 Crestron Certified HDMI Interface Cable, 6Ft 4 Crestron Electronics CBL-HD-30 Crestron Certified HDMI Interface Cable, 30 ft 12 Crestron Electronics CBL-HD-20 Crestron® Certified HDMI® Interface Cable, 20Ft 10 Extron Electronics 26-490-02 VGA-A M-M MD/6 Male to Male 15-Pin VGA Cable w/Audio, 1500 Liberty Wire & Cable 24-4P-P-L5SH-BLK Plenum Rated STP, 100% Foil Shield, 24 Awg, 4 Pair Cat5E, Black 26 Comprehensive RJ45P RJ-45 Plug 50u Gold Plated, 8 Position, 8 Conductor Connector 1 Comprehensive MPS-MPS-6ST ST Series 3.5mm Stereo Mini Plug to Plug Audio Cable 6 ft. long 2 Comprehensive 2PP-2PP-6ST Standard Series 2 gold RCA Plugs Each End Stereo Audio Cable 2 Comprehensive PP-PP-CV-6HR HR Pro Series RCA Plug to RCA Plug Video Cable 6Ft 1 Extron Electronics 26-649-06 DVID SL Pro Series<br>Single Link DVI-D Cables 6' 2 Vaddio LLC 999-6906-000AW WallVIEW HD-18 DVI/HDMI PTZ Camera System 1 Crestron Electronics DM-MD16X16 16x16 DigitalMedia Switcher, Requires DMC Series Input Cards 3 Crestron Electronics DMC-C DigitalMedia 8G STP Input Card for DM Switchers 1 Crestron Electronics DMC-HD HDMI Input Card for DigitalMedia Switchers. 2 Crestron Electronics DMC-DVI DVI/RGB Input Card for DM Switchers 1 Crestron Electronics DMCO-5553 6 DM 8G+ w/3 HDMI & 2 HDMI 1 Crestron Electronics DMCO-5000 2 DM 8G STP w/1 HDMI Output Card for DM-MD16X16 5 Crestron Electronics DM-RMC-SCALER-C DigitalMedia Receiver & Room Controller w/Built-In HD Scaler 3 Crestron Electronics DM-TX-201-C DigitalMedia 8G Shielded Twisted Pair Transmitter 4 Kramer VM-4HC 1x4 HDMI Distribution Amplifier, 1/2 Rack Width 1 SFPS Misc 2 Under Desk Mounts 1 SFPS PLACEHOLDER - Generic OFE Rack Adjustment 2 Crestron Electronics CBL-HD-6 Crestron Certified HDMI Interface Cable, 6Ft 2 Chief LTMU FUSION Universal Flat Panel Micro-Adjustable Tilt Wall Mount 2 Sharp LC-60LE650U 60" AQUOS Backlit LED HDTV Full HD 1080p Smart TV Attachment number 2 \nPage 11 of 33 Item # 23 DESIGN Stage Front will provide complete system design documentation, including a room equipment plan and signal flow diagrams for video, audio, and remote control. INSTALLATION During the system installation phase, Stage Front will: • Deliver equipment to the jobsite • Furnish, install, and terminate all low-voltage wiring for equipment in this proposal, and clearly and permanently label field wiring. • Install the sound system with all low-voltage wiring and speaker rigging. Speaker alignment, system tuning, and training and included. • Terminate and install all devices for console receptacles. • Install, connect, test, and rough-focus all lighting fixtures. • Install all pipe battens with 1.5" Schedule 40 pipe, painted flat black and joined with internal sleeved connectors and rivets. • Suspend dead-hung battens with proof coil chain with rapid-link fasteners. • Install, test, and trim all rigging hardware. • Locate and mount connector strips and plugging boxes. • Identify all ceiling aperture locations. • Energize the system, program the control equipment, and demonstrate the fully operational system to the owner. • Remove all trash and debris related with Stage Front work. TURN ON At system turn-on, Stage Front will: • Test, adjust, and demonstrate all systems. • Provide training on the operation and maintenance of the systems. MANUALS Stage Front will supply electronic copies of instruction and maintenance manuals for the equipment. WARRANTY Stage Front warrants this installation to the original purchaser to be free from defects in material and workmanship under normal use during the warranty period. • Materials: Products will be repaired or replaced, at Stage Front’s option, without charge for a period of 365 days after first beneficial use or completion of installation, whichever comes first. • Labor: Products will be repaired or replaced, at Stage Front’s option, without charge for a period of 365 days after first beneficial use or completion of installation, whichever comes first. WORK BY OTHERS The following items that must be in-place for this project are outside the scope of this proposal: • At our designated locations, regulated, clean 110VAC power with isolated ground. • Additional owner-furnished connections, including low-voltage cabling. • All conduit, raceways, standard backboxes, and line voltage wiring. • Any related phone and LAN systems and wiring. • Dimmer rack, if applicable • Any necessary structural or architectural modifications. • Space with suitable operating environment for Stage Front electronic equipment. • Patching and/or repair/repainting of holes exposed after the removal of existing equipment. STAGE FRONT SERVICES INCLUDED Attachment number 2 \nPage 12 of 33 Item # 23 THE FOLLOWING TASKS ARE OUTSIDE THE SCOPE OF THIS PROPOSAL: • Removal of any existing wiring not utilized in the new installation. • Sales and user taxes, permits and fees to the appropriate governmental authority (costs are responsibility of the customer). • As-built drawings, and other detailed engineering. These can be provided as an above-contract item. • Although our equipment includes the original manufacturer’s standard lightning and power protection, there is no guarantee provided against damage due to either of these sources. Additional protection is available and may be desirable. • Our proposals include two standard finishes for plates: stainless steel and anodized black. Other custom finishes, unless specified, are available as an above-contract item. • The cost of any parking during system installation. • Patching and/or repair/repainting of holes exposed after the removal of existing equipment. Stage Front will coordinate with other related trades as required. Additional equipment required to achieve any interface or integration not specified in our proposal can be made available as an above-contract item. PROJECT LIFE CYCLE Phase 1 – Submittal approval and equipment delivery (typically 3-5 weeks) • Stage Front – Engineering design/equipment validation and graphic user interface (GUI) development; prepare submittals and finish samples, if applicable • Work by others – Approve submittals , GUI design and select finishes, if applicable • Stage Front - Order and receive equipment Phase 2 – Infrastructure rough-in – Infrastructure rough-in (typically 1-2 weeks) • Work by others – All AV conduit and back boxes must be installed prior to AV installation. • Stage Front – All cables and wiring installed, above ceiling devices mounted. Phase 3 – Wiring termination, device bracketry (typically 1-2 weeks) • Work by others – Finish paint, wall coverings. Cabinetry must be installed prior to AV installation. • Stage Front – All cables and wiring terminated, wall plates and device brackets installed, equipment racks installed in cabinetry as required. Phase 4 – Equipment installation, testing and commissioning (typically 1-2 weeks) • Work by others – All owner-provided furniture installed, floor covering installed. Room must be secured, dust free and lockable. • Stage Front – All devices installed (monitors, projectors, touch screen controls, etc.). Testing and commissioning, Phase 5 – Training and Warranty • Work by others - organize attendees for full AV training session(s) • Stage Front - Provides full system training; “quick start” guides provided. • Transition into Warranty period Note: Typical time frames are preliminary. The actual schedule will depend on factors such as client schedule, facility avail- ability, work of other trades, manufacturers’ schedules, and Stage Front workload. Stage Front’s project management group looks forward to working with your team to develop a realistic and mutually beneficial schedule. Attachment number 2 \nPage 13 of 33 Item # 23 PROJECT SCHEDULE - ANALOG SYSTEM RELOCATION Demo Total $4,522.48 Audio Equipment $5,191.25 Audio Labor, Warranty, Freight, Travel $22,043.09 Audio Total $27,234.34 Control System Equipment $1,116.00 Control System Labor, Warranty, Freight, Travel $12,369.55 Control System Total $13,485.55 Video Equipment $3,274.12 Video Labor, Warranty, Freight, Travel $15,500.09 Video Total $18,774.21 80” LCD Dais Monitors $9,971.91 80” LCD Dais Monitors Labor, Warranty, Freight, Travel $6,037.97 80” LCD Dais Monitors Total $16,009.88 Conference Room LCD Monitor $4,142.12 Conference Room LCD Monitor Labor, Warranty, Freight, Travel $2,911.59 Conference Room LCD Monitor Total $7,053.71 Lobby LCD Monitors $4,080.89 Lobby LCD Monitors Labor, Warranty, Freight, Travel $3,582.99 Lobby LCD Monitors Total $7,663.88 Conference Room SMARTBoard $9,054.07 Conference Room SMARTBoard Labor, Warranty, Freight, Travel $4,682.10 Conference Room SMARTBoard Total $13,736.17 GRAND TOTAL $108,480.23 Note: Pricing includes equipment, shipping, delivery, programming, installation, turn-on, training, and one-year warranty. Necessary permits & sales tax are not included and if required are the responsibility of the Owner. This proposal is based on current manufacturers’ pricing and is good for 45 days. If, after acceptance of this proposal, we are notified of impending price increases we will arrange for early shipment of affected materials to a secured jobsite storage (by you) or to Stage Front warehouse, if you prefer. You will be responsible for secured storage at the jobsite of the materials, un- less you opt for storage at the Stage Front warehouse, in which case we will insure the materials until delivery. In either case, you will be invoiced for materials delivered. If storage at a bonded warehouse is required, you will bear that cost. Delivery: 5-6 Weeks ARO Via: Best way FOB: Destination Terms: 30% w/order, 40% upon equipment delivery, 20% upon completion, 10% retainage due net 10 days Attachment number 2 \nPage 14 of 33 Item # 23 CONFIDENTIALITY STATEMENT “The data contained in all pages of this proposal has been submitted in confidence and contains trade secrets and/or privileged or confidential commercial or financial information. Such data shall be used or disclosed only for evaluation pur poses, provided a contract is awarded to Stage Front as a result of or in connection with the submission of this proposal. The Customer shall have the right to use or disclose the data herein to the extent provided in the contract. This restriction does not limit the Customer’s right to use or disclose data obtained without restriction from any source, including Stage Front.” PROJECT SCHEDULE - ANALOG SYSTEM RELOCATION & DIGITAL VIDEO UPGRADES Demo, Audio, & Control From Above $5,962.51 Demo, Audio, & Control Labor, Warranty, Freight, Travel $38,811.06 Demo, Audio, & Control Total $44,773.57 Digital and Control Upgrades Equipment $34,604.27 Digital and Control Upgrades Labor, Warranty, Freight, Travel $27,472.37 Digital and Control Upgrades Total $62,076.64 22” Dais Monitors Equipment $3,090.82 22” Dais Monitors Labor, Warranty, Freight, Travel $1,609.99 22” Dais Monitors Total $4,700.81 Mayor’s HDMI & VGA Input Equipment $1,566.24 Mayor’s HDMI & VGA Input Labor, Warranty, Freight, Travel $621.42 Mayor’s HDMI & VGA Input Total $2,187.66 Clerk HDMI & VGA Input Equipment $558.79 Clerk HDMI & VGA Input Labor, Warranty, Freight, Travel $344.07 Clerk HDMI & VGA Input Total $902.86 Conference Room HD Display Equipment $3,592.39 Conference Room HD Display Labor, Warranty, Freight, Travel $2,120.57 Conference Room HD Display Total $5,712.96 Conference Room SMARTBoard Equipment $9,054.07 Conference Room SMARTBoard Labor, Warranty, Freight, Travel $4,682.10 Conference Room SMARTBoard Total $13,736.17 Dais 80” LCD Monitors $8,948.56 Dais 80” LCD monitors Labor, Warranty, Freight, Travel $4,915.51 Dais 80” LCD Monitors Total $13,864.07 Lobby LCD Monitors Equipment $3,105.42 Lobby LCD Monitors Labor, Warranty, Freight, Travel $2,407.20 Lobby LCD Monitors Total $5,512.62 GRAND TOTAL $153,339.46 Attachment number 2 \nPage 15 of 33 Item # 23 STANDARD WARRANTIES We warranty this installation to the original purchaser to be free from defects in material and workmanship under normal use during the warranty period. This period will be as follows: Materials Products will be repaired or replaced, at our option, without charge for a period of 365 days after first beneficial use or completion of installation, whichever comes first. Labor Products will be repaired or replaced, at our option without charge for a period of 90 days after first beneficial use or comple- tion of installation, whichever comes first. Labor to correct warranty problems is provided only during normal working hours, Monday through Friday, 8:30 a.m. – 5:00 p.m., excluding holidays. Clarification Consumable items such as videocassette recorder record/tape playback heads, lamps, and batteries, will be warranted in accordance with the original manufacturer’s warranty only. Devices including, but not limited to, fuses and/or power and/ or lightning transient protectors/suppressors, which are designed to fail in order to protect the system equipment(s) are not included in the warranty. Software All software is warranted to perform and operate in accordance with published specifications at the time of sale. In the event of a program defect, the sole obligation of Stage Front Presentation Systems shall be to make available all published modifica- tions that correct program problems which are published within one (1) year from date of purchase, provided the Purchaser has returned the Registration Form delivered with the software package. The warranty will not apply to any product or installation, which has been misused, abused, or altered. THE ONLY WARRANTY PROVIDED BY STAGE FRONT PRESENTATION SYSTEMS IS THE LIMITED WARRANTY STATED ABOVE WHICH SHALL NOT EXTEND BEYOND THE PERIOD STATED ABOVE. STAGE FRONT PRESENTATION SYSTEMS MAKES NO OTHER WARRANTIES, EXPRESSED, IMPLIED, OF MER- CHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. NO RESPONSIBILITY IS ASSUMED FOR ANY IN- CIDENTAL OR CONSEQUENTIAL DAMAGES EVEN IF STAGE FRONT PRESENTATION SYSTEMS HAS BEEN AD- VISED OF THE POSSIBILITY OF SUCH DAMAGES. THIS WARRANTY WILL BE VOIDED IF, DURING THE WARRANTY PERIOD, THE PURCHASER CONNECTS TO OR INTERCONNECTS WITH SUBSEQUENT TO THE INITIAL INSTALLATION, DEVICES NOT SUPPLIED OR IN- STALLED BY STAGE FRONT PRESENTATION SYSTEMS. THE WARRANTY WILL ALSO BE VOIDED IF WARRANT- ED EQUIPMENT IS SERVICED BY A NON- STAGE FRONT PRESENTATION SYSTEMS AUTHORIZED ORGANIZA- TION. THE WARRANTY PERIOD SHALL COMMENCE WHEN CUSTOMER HAS BENEFICIAL USE OF THE SYSTEM, OR COMPLETION OF SYSTEM INSTALLATION, WHICHEVER OCCURS FIRST. Attachment number 2 \nPage 16 of 33 Item # 23 Stage Front Presentation Systems forged its own niche in the design-build industry. Focusing on three areas of expertise, it employs a design-build strategy that eliminates the need for third-party consultants, allowing Stage Front to work directly with clients to develop projects from concept to installation. A proactive implementation of a customer relationship management (CRM) program, transparent business model, strong design standards, and a focus on specialized markets enable them to collaborate internally and externally to produce timely, scalable presentation solutions. - National Systems Contractors Association SECTION 2: COMPANY OVERVIEW CREATIVE-COMPETENT-CONSISTENT • Founded in 1978 • Focus on design-build • Installations in 33 states in last 2 years • 80+ employees • Top industry certifications and training • History of completing jobs on time and on budget ” “ NSCA 2011 EXCELLENCE IN BUSINESS AWARD PROJECT DEVELOPMENT Attachment number 2 \nPage 17 of 33 Item # 23 SECTION 3: STAGE FRONT DESIGN-BUILD ADVANTAGES There are three main reasons customers rely on Stage Front for Design-Build Audio-Visual services: 1. We consult with the architect and end-user to ensure the integrated systems are not only aesthetically part of the design but also not an afterthought from an interiors and infrastructure perspective. Customers rightfully expect their audio-visual systems to be simple to operate. That requires control systems that present a common user interface for all audio-visual elements company-wide, mask- ing the underlying system complexity and ensuring a consistent user experience. Stage Front is adept at delivering control systems that fully serve their purpose without requiring extensive end-user training or operational expertise. 2. Our design-build approach is geared up for the fast track. In tight construction schedules, it’s not practical to finalize all design elements before building begins. Stage Front’s design-build method en- ables us to identify all design parameters relative to budget pre-build, and to complete portions of de- sign even as portions of build proceed. Unlike the design-bid-build process, having Stage Front serve as a single design-build provider keeps the project moving more quickly, and more cost-effectively. 3. We combine multiple disciplines into one document set. Stage front isn’t just an audio-visual expert, or a video conferencing expert. We’re expert at the full spectrum of audio-visual disciplines that are important in corporate installations, filling gaps that often exist with more narrowly focused providers. With Stage Front, you don’t need two or three consultants, and won’t incur two or three design fees. The Boeing Company is known around the world as a leading manufacturer of commercial airplanes. Stage Front has pro- vided Boeing with turnkey audio-visual and lighting systems design, installation, service and on-site sustaining support resources at its new state-of-the-art facility in N. Charleston, South Carolina. Through ongoing collaborative efforts and open communication, Stage Front and Boeing’s design and management teams were able to build a successful relationship throughout the project, with the intention of meeting the following goals: • Produce uniform high-quality systems across all installations. • Complete fast-paced, phased projects on-time and on-budget. • Provide detailed design documentation and drawings for other trades to ensure proper infrastructure and work sequencing thus minimizing change orders and cost overruns. • Ensure optimum systems usage, with continued after-sales training to ensure full familiarity, and with attentive service to minimize down-time. EXAMPLE: THE BOEING COMPANY Attachment number 2 \nPage 18 of 33 Item # 23 SECTION 4: DESIGN-BUILD PROJECTS–FAST TRACK, MULTI-ROOM PROJECT: Boeing - Charleston Expansion Program LOCATION: North Charleston, SC PRIMARY CONTACT: Blake Tyler, btyler@tcco.com CONTRACT AMOUNT: $5.6M DESCRIPTION: Stage Front was contracted by BRPH Architects and Turner Construction for fast-paced build and integration of audio- visual systems. Scope of work totals 196 systems consisting of video conference, integrated audio conference, video distribution via Crestron digital media, hard-wired and wireless touch panel control systems, wireless microphone systems, flat panel displays, front project, rear projection, digital signage, IPTV, distance learning, training systems and multi-purpose cafetorium system. Stage Front also provided mobile touch-sensitive displays for communication and direction among employees on the factory floor. PROJECT: Gulfstream Aerospace - General Dynamics LOCATION: Savannah, GA PRIMARY CONTACT: Jordan Harris; (912) 965-7355 CONTRACT AMOUNT: >$3M DESCRIPTION: Over the last 7 years, Stage Front has designed and installed turnkey audio-visual systems, videoconference and distributed information displays for use in many conference rooms, training rooms, break rooms, labs and public spaces. PROJECT: US Capitol Police LOCATION: Washington, DC PRIMARY CONTACT: George McCree; (301) 877-8248 CONTRACT AMOUNT: $279K DESCRIPTION: The Federal Law Enforcement Training Center in Cheltenham, MA, sought to coordinate eight US Capitol Police offices in the DC area via advanced videoconference systems incorporating high-level encryption and sophisticated control and bridging systems. Stage Front was contracted to design and install these systems. Schedule from contract to completion was 10 weeks. Attachment number 2 \nPage 19 of 33 Item # 23 PROJECT: Strategic Weapons Facility, Atlantic (SWFLANT) LOCATION: Kings Bay, GA PRIMARY CONTACT: Rob Ballard; (912) 573-1043 CONTRACT AMOUNT: $106K DESCRIPTION: Stage Front provided an upgraded video-teleconferencing system incorporating multi- media technology. Crestron Digital Media was utilized to create a system of advanced video and audio conferencing with enhanced lighting control and a touchpanel for AV control throughout the Conference Room. PROJECT: Catalysis Headquarters LOCATION: Irvine, CA PRIMARY CONTACT: Greg Mitchell CONTRACT AMOUNT: $800K DESCRIPTION: Through in-depth needs analysis, Stage Front identified and addressed the system priorities of the American Career College Catalysis Headquarters: Functionality for improved meeting efficiency and communication; lasting impression creating a visual and emotional impact on clients, recruits and partners; value of investment as shown through functionality/reliability per dollar spent; and ease of maintenance to keep the system working with a practical upgrade path. These priorities were met by incorporating video/data display and projection, video/audio conferencing, digital signage and control elements with the latest technology. PROJECT: 360i & Innovation Interactive (2 Floors) LOCATION: Atlanta, GA and New York, NY PRIMARY CONTACT: Ray Douglas; (404) 961-9203 CONTRACT AMOUNT: $500K DESCRIPTION: Stage Front designed and installed a high-end system in 360i & Innovation Interactive’s Atlanta office incorporating video/audio display, capture and routing systems, audio and video conferencing systems and control elements using the latest in technology. These systems have been installed in offices, conference rooms, network operations center, game room, lounges and lobbies. Attachment number 2 \nPage 20 of 33 Item # 23 SECTION 5: STAGE FRONT AUDIO-VISUAL SOLUTIONS Stage Front services its general customer base with a full suite of audio-visual solutions, enabling us to serve as a true one- stop shop for professional AV needs. VIDEO CONFERENCE ROOMS Stage Front video conference rooms make worldwide communications much easier while helping to keep travel costs under control. Connect whenever needed, face-to-face, with customers, partners, and suppliers, wherever they may be located. BOARDROOMS/CONFERENCE ROOMS Stage Front boardroom and conference room designs bring presentations to life with audio-video optimized for each room’s unique acoustics and configuration. Custom-programmed touch-screen controls put complex presentation technology in the hands of non-technical users to ensure maximum value. DIGITAL SIGNAGE Stage Front’s digital signage solutions deliver information about meetings, schedules, locations, and more throughout a facility. Stage Front begins each digital signage project with thorough needs analysis, ensuring that the solution we ultimately deliver and install accounts for environmental and application requirements. CONFERENCE AND TRAINING CENTERS In hosted conferences and large-scale training, success depends in part on how well the audio, video, lighting, and controls perform. Stage Front’s conference and training center designs ensure that all elements work together to ensure that every seat in the house is a good seat. Attachment number 2 \nPage 21 of 33 Item # 23 SECTION 6: STAGE FRONT CERTIFICATIONS • AMX School • ATP – Cisco TelePresence Video Express • Biamp Audia Training • Bose Modeler • BSS Soundweb London • Cisco TelePresence Video Sales Specialist - PATVSSE • Cisco TelePresence Video Sales Engineer - PATVSEE • Cisco TelePresence Video Field Engineer - PATVFEE • CompTIA – Network+ and A+ • Crestron Certified Silver Masters Programmer • Crestron Digital Media Certified Designer – DMC-D • Crestron Digital Media Certified Engineer – DMC-E • Daktronics, Inc. ASC Certification • Digital Signage Experts Group – Digital Signage Certified Expert • EASE Training • Electronic Theater Controls • Extron School; Extron AV Associate • InfoComm Technology Specialist – Design, Install, General • InfoComm Calculating Rear Projection Mirror Systems • InfoComm BICSI Network Cabling • InfoComm Networking Fundamentals • InfoComm Specifying Telco Lines for Video Conference • InfoComm & Shure Advanced Wireless Setup • InfoComm Video Conferencing • JBL EVO & AIA Training • Lectrosonics – Lectro School • LifeSize Certified Technical Expert – LCTE • Microsoft – MCP • Polycom – Installed Voice and Video Solutions • Properly Installing Cat 5 Cable • Renkus Iconix • Richmond Show Control Programming • Smart Live Training • Vid Cad School • Properly Installing Cat 5 Cable Our team of engineers, project managers, and technicians has collectively acquired the following industry certifications: DIGITAL MEDIA EXPERTISE Multiple members of the Stage Front team are Certified Crestron Control Systems Programmers. Of special note is that one of these, Mark Jervis, is a Certified Master Programmer. Most AV firms contract out their needs for master programming, but Stage Front re- tains that function in-house. Having a master programmer involved in the systems build is especially valuable in projects with extensive requirements for digital media. I am very proud and honored to recommend Stage Front Presentation Systems for any and all Crestron affiliated projects. Stage Front has been a premier Crestron integration partner since 1996, with hundreds of successful audio-video control system installations across the U.S. Stage Front is devoted to providing a quality solution for our mutual customers, and their commitment to industry training shows in the following Crestron certifications: • Crestron Installation – ‘02 • Crestron Configuration & Essentials for Programming – ’02, ’05, ’06, ’07, ’08, ’09, ‘10 • Crestron Intermediate Programming – ’06, ‘07 • Crestron Programming Certification – ’07, ‘09 • Crestron Lighting – ‘08 • Crestron Masters Programming – ’09, ‘10 • Crestron DigitalMedia Designer (DMC-D) – ‘10 • Crestron DigitalMedia Certified Engineer (DMC-E) – ‘10 As you may know, Crestron is the largest and most trusted audio-video control system brand in the industry, and we’re proud of our relationship with Stage Front. You should have absolute confidence choosing Stage Front as your integration partner. Landon Lovett Director, Crestron South & Mid-Atlantic Attachment number 2 \nPage 22 of 33 Item # 23 AVSP DIAMOND CERTIFICATION Attachment number 2 \nPage 23 of 33 Item # 23 SECTION 7: PROPOSED TEAM MEMBERS DESIGN Mike oversees the technical design for all audio, video and remote control systems created for Stage Front. For each system, Mike reviews systems design concepts and job documentation to ensure satisfaction with Stage Front standards and compliance with contract specifications. Bill also reviews all shop drawings for accuracy with engineering staff, in- structs systems builders on scope of project and monitors in-house construction and testing, oversees engineering staff as they program remote control and test systems, and reviews as-built documents for accuracy. Career Experience 25 Years in Audio Visual Business | 15 Years at Stage Front | 22 years as Chief Engineer I. Mike Reynolds — Chief Engineer II. Damian Centgraff—Network Engineer Damian is responsible for the technical design of all audio, video, and remote control systems on assigned projects. For each project, Damian produces systems design concepts and job documentation to ensure satisfaction of Stage Front standards and compliance with contract specifications. Damian also produces all shop drawings, instructs systems builders on scope of project, monitors in-house construction and testing, and produces as-built documents for project close-out. Damian also reviews designs for interfaces between the AV systems and IT networks to ensure accuracy and compliance with industry standards and client requirements. Damian also serves as adjunct instructor at the Technical College of the Low Country, Beaufort South Carolina. Career Experience 33 years in Electronics industry | 5 years at Stage Front | 5 years as Control Systems Programmer INTEGRATION I. Cheryl Saxon—Project Manager PMP Certified project manager (#1580842) with 14 years estimating and project management experience in the construction industry. Responsible for all phases of project management as it relates to AV Integration and Theatrical Systems Installation including but not limited to job start up and hand over, scheduling, subcontractor management, liaison to architects, owners & subcontractors, reviewing and preparing submittals, processing project close out, and providing project lead with items necessary to complete jobs on schedule and under budget. Career Experience: 14 years in Audio-Visual business | 2.5 years at Stage Front | 14 years Project Management experience II. Tim Hix—Onsite Lead Technician Tim supervises the field installation of systems equipment and wiring. His typical tasks include: review concept, job documentation, design AV systems to insure it meets SFPS standards and is in compliance with contract specifications. Review shop drawings for accuracy with engineering staff. Instruct systems builders on scope of project and monitor in- house construction and testing. Oversee engineering staff as they program remote control and test system. Review as-built documents for accuracy. Tim is also an OSHA Safety Compliance Officer. Career Experience: 20 years in Audio-Visual business | 20 years at Stage Front | 20 years as Onsite Lead Technician Attachment number 2 \nPage 24 of 33 Item # 23 III. Mark Jervis—Certified Master Control Systems Programmer Mark Jervis designs and produces the programming code for all remote control systems created by Stage Front Presentation Systems. For each project, Mark reviews systems design concepts and the needs and desires of the system end user to ensure satisfaction of Stage Front standards and compliance with contract specifications. Mark also reviews the programs of the engineering staff for accuracy, instruct systems builders on scope of project control scheme, and monitors in-house construction and testing of control systems. Career Experience 12 years in Audio-Visual business | 7 years at Stage Front | 5 years as Master Crestron Programmer IV. Scott Stephens—Commissioning Scott oversees SFPS construction operations, and ensures and verifies specification compliance and customer satisfaction. His typical tasks include: review job documentation and system design to insure it meets SFPS standards and is in compliance with contract specifications, interface with customer to determine system installation schedule and delivery, coordinate other trades as necessary, keep customer apprised of system and installation status, anticipate potential schedule or priority delays and initiates plans for alternative actions, determine and finalize system design. He has significant experience in designing, implementing and managing projects with multi-systems responsibilities. Career Experience 30 years in Presentation Systems business | 30 years at Stage Front | 30 years of Project Management Experience POST-CONSTRUCTION SUPPORT I. Bill Nesmith—Service Manager Bill performs and oversees service and repair of installed systems for SFPS. He ensures that problems are addressed quickly and effectively to keep client’s systems operational and useful. His typical tasks include: receives problem re- ports from clients and in house personnel, works with Engineering and Project Management to develop and implement solutions, supervises technical personnel both in house and in the field, schedules service visits, facilitates service work and ensures that it is completed on a timely basis. Career Experience 33 years in Presentation Systems Business | 13 years at Stage Front | 15 years Service Management Experience II. Kevin Childree—Managed Services Director Kevin has been with Stage Front for only three short years, but in that time has mastered many roles in our Techni- cal Services department. He performs field service calls on audio, video, and telepresence communications and dis- tance learning systems. He is a proficient troubleshooter and leads our team of service technicians by example and by instruction. Kevin has mastered advanced levels of control systems programming (Crestron, Kramer, Extron, etc) and holds CETsr, CTS, EAVA, Audia, and DMC-E certifications. Career Experience 9 Years Electronics Service and Support | 3 Years at Stage Front | 2 Years Technical Education Attachment number 2 \nPage 25 of 33 Item # 23 SECTION 8: STAGE FRONT SERVICE & SUPPORT Stage Front is well-known for its high standard of training and service, and offers one of the best warranties in the audio-visual industry. TRAINING At each new system turn-on, Stage Front provides thorough systems operation and maintenance training. We provide user personnel with a step-by-step functional review of system features and concept, followed by hands-on instruction on system usage. We also review all maintenance procedures and schedules with technical personnel. ONSITE SERVICE Stage Front Service provides three options for maintaining systems. All include 24 x 7 service and support. Our Complete Maintenance and Service Agreement covers all parts, labor, and other maintenance and repair expenses. Preventative Maintenance Service Agreement covers onsite preventative maintenance, with priority scheduling and a discounted service rate when repairs are needed. On-Site Sustaining Support illustrates our commitment to providing the highest quality support on an on-going basis from the initial moment our installation team arrives on-site to beyond project completion, providing on-demand response for successful operations. WARRANTY REPAIR Stage Front warrants all installations to be free from defects in material and workmanship under normal use, with repairs made as follows: • Materials: Defective products will be repaired or replaced without charge for a period of 365 days after first beneficial use or completion of installation, whichever comes first. • Labor: Labor for warranty repair will be provided without charge for a period of 90 days after first beneficial use or completion of installation, whichever comes first. • Consumables: Consumable items such as DVRs, lamps, and batteries will be warranted in accordance with the original manu- facturer’s warranty. • Software: All software is warranted to perform and operate in accordance with published specifications at the time of sale. Stage Front will make available all modifications that correct program problems that are published within one year from date of purchase. Complete warranty details are provided with each Stage Front proposal. Attachment number 2 \nPage 26 of 33 Item # 23 SECTION 9: STAGE FRONT FINANCIAL INFORMATION FINANCIAL HIGHLIGHTS FOR STAGE FRONT PRESENTATION SYSTEMS • Annual revenues: >$21 million • Debt/equity Ratio: .22 • Quick ratio: 3.76 • Bonding capacity: $50 million single project, $100 million aggregate • Bonding fee: .92% • Liability insurance: $1 million single incident, $2 million aggregate Higher limits available as necessary. Attachment number 2 \nPage 27 of 33 Item # 23 SECTION 10: STAGE FRONT MISSION, VISION, & VALUES STAGE FRONT PRESENTATION SYSTEMS Designs and builds audio-visual systems for corporations, school systems, and governments throughout the Southeast, and for institutions of higher learning throughout the U.S. and beyond. With over 80 skilled employees and extensive professional certifications, Stage Front serves as a true turnkey audio-visual resource. OUR SPECIALTY Stage Front excels at integrating the right elements of audio, video, lighting, videoconferencing, and control systems necessary to help people educate, communicate, and entertain. Our comprehensive design-build packages reduce costs associated with coordination, installation, and service, enabling us to deliver systems and support at a price level where many firms can provide only equipment. OUR HISTORY Stage Front began operation in 1978, initially focused on theatrical lighting for entertainment. As the company developed its skill set and its service offerings matured, Stage Front undertook the mission of serving architects, electrical contractors, and general contractors as a thoroughly dependable design-build resource for technical presentation systems capable of consistently delivering solutions on-time and on-budget. We continue to serve our partners in architecture and engineering, and have also developed classroom and corporate systems that we supply directly to end-user customers. Today, we enjoy a strong partnering position throughout the South- east and have systems operating in 34 states plus Canada and Central America. OUR MISSION Stage Front will provide the highest quality systems-based solutions for presentation, training, education and entertain- ment. These solutions will be reliable and easy to use, and delivered in a timely, profitable, and well-organized manner. Stage Front will employ qualified people who enjoy a challenging work, clear responsibilities, above average benefits and compensation, active involvement in decisions that affect their positions, opportunities for professional development and personal growth. Stage Front team members will share a high level of trust and mutual respect, and have a strong commitment to customer satisfaction and excellent service. Stage Front will contribute to our local community and be respected throughout our industry. Attachment number 2 \nPage 28 of 33 Item # 23 SECTION 11: REFERENCE LETTERS Attachment number 2 \nPage 29 of 33 Item # 23 Attachment number 2 \nPage 30 of 33 Item # 23 July 14, 2011 Stage Front has been an outstanding audio/visual resource to VOA. The individual teams that have been assembled for each project have work cohesively, with VOA and our consultants to respond to the needs and priorities of our projects. Stage Front has consistently provided qual- ity design, construction, and most importantly, proactive insight, to the VOA team resulting in exceptional designs and installations to our clients. It is without reservation that I recommend Stage Front Presentation Systems. Thomas Matzke Associate Principal VOA Associates Incorporated July 16, 2011 To whom it may concern: I have worked with Stage Front as the general contractor on multiple projects for Gulfstream Aerospace Corporation in Savannah, Georgia over the years and have always been more than satisfied with the quality of their work. From the initial design to the implementation and train- ing, Stage Front has excelled in all aspects of job performance and workmanship. Stage Front provides excellent document and submittal drawings from the inception to the completion. They have always been attentive in meeting project schedules and budget require- ments. Their service and consistent quality have positioned them as a preferred vendor an any project with AV requirements. I would recommend them on any design-build project and look forward to a continued relation- ship with them in the future. If you need any further information please feel free to contact me. Chris McLaren Haskell 904-791-4500 Attachment number 2 \nPage 31 of 33 Item # 23 To whom it may concern: It is with great pleasure that I recommend Stage Front Presentation Systems. I have known and worked with this company with the integration of Audio, Visual, and Lighting on design-build projects for the past 14 months. Stage Front has always displayed a high degree of integrity, responsibility, and responsiveness. They first started out just doing a few lecture rooms for us but we found their work of such high quality and their willingness to partner with us on finding new solutions such as a state of the art Nursing Lab facility, Video Conferencing solutions, and various Medical AV solutions that we are now using them exclusively for all of our AV needs. In addition to their excellent integration accomplishments, they have proven their leadership with industry design standards and product development. I have found them to provide very high quality work as well as being very honest and forthright in their methodologies for installation, project management, and training. I serve as an Assistant Vice President of Campus Technology for my company and my experience has been direct and extremely favorable. Stage Front and their team would be an asset to any organization, and I am happy to give my wholehearted endorsement. Sincerely, Drew Smith Education Management Corporation (EDMC) July 9, 2010 We are very impressed with Stage Front Presentation Systems ability to understand the needs and capabilities of the many venues we have on Fort Stewart and Hunter Army Airfield. The audio and presentation systems engineered and installed fit the level of ability of users, and the equipment that would best do the job for us. Stage Front provides state-of-the-art equipment and installation done by highly knowledgeable, friendly and skilled professionals. It is a pleasure to work with a vendor that cares about their customers. I know we will continue to call on Stage Front Presentation Systems to assist us in providing audio and video support for the best Army in the world. Steve Ng Chief, Multimedia Visual Information Service Center Fort Stewart, Georgia 31314 Attachment number 2 \nPage 32 of 33 Item # 23 Attachment number 2 \nPage 33 of 33 Item # 23 Commission Meeting Agenda 2/18/2014 2:00 PM 2014 - Sheriff Transport Vehicle Department:Finance - Fleet Management Caption:Approve the purchase of one (1) prisoner transport vehicle for the Richmond County Sheriff’s Office-Civil Division . Background:The Richmond County Sheriff’s Office-Civil Division would like to request the purchase of one automobile to assist in local and cross country prisoner transport. They are proposing the purchase of the new vehicle to improve reliability in their transport fleet and simultaneously reduce their maintenance costs. These transport vehicles accrue high mileages rather quickly due to the long distances of travel required, so the new vehicle would aid in the additional life cycle longevity of their fleet. Analysis:The new vehicle would be purchased through the Georgia Statewide Contract bid program, contract number SWC-ES-RFR- 40199-409, assuring the best pricing available throughout the state. Financial Impact:The vehicles will be purchased using the Sheriff’s Capital Outlay funds. The cost of the new transport vehicle is $24,716.00. Alternatives:1) Approve the request; 2)disapporve the request. Recommendation:Approve the replacement of one prisoner transport automobile for the Richmond County Sheriff’s Office-Civil Division. Funds are Available in the Following Accounts: Phinizy Road Capital Outlay: 278-03-2511/5422110 REVIEWED AND APPROVED BY: Finance. Cover Memo Item # 24 Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 24 Attachment number 1 \nPage 1 of 7 Item # 24 Attachment number 1 \nPage 2 of 7 Item # 24 Attachment number 1 \nPage 3 of 7 Item # 24 Attachment number 1 \nPage 4 of 7 Item # 24 Attachment number 1 \nPage 5 of 7 Item # 24 Attachment number 1 \nPage 6 of 7 Item # 24 Attachment number 1 \nPage 7 of 7 Item # 24 Commission Meeting Agenda 2/18/2014 2:00 PM Funding Mechanizm for GRU Cancer Center Request Department:Mayor/Administrator/Finance Caption:Consider the issuance of a Tax Anticipation Note as funding mechanism for GRU Cancer Center Request in SPLOST VII. Background:Georgia Regents University has requested $8 million in funding from SPLOST VII. To facilitate the timing requirement a Tax Anticipation Note could be used as the funding mechanism. Analysis:The use of a tax anticipation note(TAN) would facilitate the funding of the request made by George Regents Univeristy. The TAN is a short term funding mechanism and would be repaid by funds from SPLOST VII. Financial Impact:Funding of Debt Service would be from proceeds of SPLOST VII. Alternatives: Recommendation:Approve TAN concept and authorize the Administrator and Finance Department to begin working on TAN resolution. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 25 Commission Meeting Agenda 2/18/2014 2:00 PM James K. Smith Jr. Department:Clerk of Commission Caption:Motion to consider the request from Mr. James K. Smith, Jr. regarding a refund of taxes related to his status as a 100% disabled veteran and have the Tax Commissioner report the actual dollar amount of the tax refund for which Mr. Smith qualifies to the committee. (Referred from February 4 Commission meeting) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 26 Item # 26 Commission Meeting Agenda 2/18/2014 2:00 PM REFUND REQUEST FOR D. NGUYEN_M/P#141-0-272-00-0 Department:Tax Assessors Caption:Motion to approve a refund for property located at 3629 San Sebastian Drive, owned by Doanphuong N. Nguyen, in the amount of $114.61 for prior tax year 2012 due to value change revision/correction. Background:Valuation change resulted from notification of owner's husband (Travis Nguyen) questioning labeling of addition that was added to rear of the house. After a site inspection and review, the label was changed from addition to enclosed frame porch due to construction and the degree of interior finish that will be completed. Prior years revision 2012/2013 - $115,150 to 105,703. Analysis:N/A Financial Impact:N/A Alternatives:N/A Recommendation:Approve refund for property located at 3629 San Sebastian Drive, in the amount of $114.61 for prior tax year 2012. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 27 Attachment number 1 \nPage 1 of 5 Item # 27 Attachment number 1 \nPage 2 of 5 Item # 27 Attachment number 1 \nPage 3 of 5 Item # 27 Attachment number 1 \nPage 4 of 5 Item # 27 Attachment number 1 \nPage 5 of 5 Item # 27 Commission Meeting Agenda 2/18/2014 2:00 PM Update on Budget Reduction Department:Clerk of Commission Caption:Update from the Interim Administrator regarding budget reductions. (Requested by Commissioner Wayne Guilfoyle) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 28 Attachment number 1 \nPage 1 of 1 Item # 28 Commission Meeting Agenda 2/18/2014 2:00 PM Acquisition of a portion of property from Willie Bell Horton (deceased) and James Horton Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property in fee simple and permanent construction and maintenance easement (Parcel 209-0-008-01-0) 4733 Windsor Spring Road.(Approved by Engineeering Services Committee February 10, 2014) Background:The City cannot determine clear title due to a deceased owner. Therefore the City seeks to acquire title through condemnation. In order to proceed and avoid further project delays, it is necessary to condemn a portion of subject property. The required property consists of 1,084.78 square feet in fee and 399.81 square feet of permanent construction and maintenance easement. The appraised value is $1,000.00. Analysis:Condemnation is necessary in order to acquire the required property. Financial Impact:The necessary costs will be covered under the project budget Alternatives:Deny condemnation. Recommendation:Approve condemnation. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: G/L 323041110-52.12122 J/L 299823786-52.12122 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Cover Memo Item # 29 Clerk of Commission Cover Memo Item # 29 Attachment number 1 \nPage 1 of 1 Item # 29 Commission Meeting Agenda 2/18/2014 2:00 PM Acquisition of Right-of-Way- April Kathleen Beard Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right-of-way, and temporary construction easement, (Parcel 041-1-155-00-0) 3001 Raes Wood Drive.(Approved by Engineeering Services Committee February 10, 2014) Background:Despite repeated efforts, the City has been unable to reach an agreement with the property owner and therefore seeks to acquire title through condemnation. In order to proceed and avoid further project delays, it is necessary to condemn a portion of subject property. The required property consists of 2,118.71 square feet of right-of-way and 1,123.53 square feet of temporary construction easement. The appraised value is $7,070.00. Analysis:Condemnation is necessary in order to acquire the required property. Financial Impact:The necessary costs will be covered under the project budget. Alternatives:Deny condemnation. Recommendation:Approve condemnation. Funds are Available in the Following Accounts: DEPARTMENT FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: G/L 325041120-52.12122 J/L 209825201-52.12122 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 30 Attachment number 1 \nPage 1 of 1 Item # 30 Commission Meeting Agenda 2/18/2014 2:00 PM Approve Bid Recommendation for Instrumentation for Pressure, Flow & Level Transmitters (Bid Item #13-176). Department:Utilities Caption:Motion to approve bid recommendation for Instrumentation for Pressure, Flow & Level Transmitters (Bid Item #13-176). (Approved by Engineeering Services Committee February 10, 2014) Background:The Utilities Department utilizes pressure, flow and level transmitters throughout our water treatment, water distribution and wastewater systems. In order to ensure system reliability we requested bids for replacement units and parts anticipated to be needed during the year. We received two bids in response to the advertisement. In order to insure the bids were directly comparable we requested that the two bidders provide the model numbers of the items included in their bids. We only received a response from one of the bidders (Rosemont, Inc.) and all of their items were of the make and model requested. Analysis:The pricing provided by Rosemont Inc. is within the anticipated range for these items and their products meet our specifications. We will order items from this bid on an as-needed basis. Financial Impact:$111,120.00 based on anticipated purchases of listed bid items. Alternatives:Purchase items using a separate procurement process for each order (not recommended). Recommendation:Approve the bid recommendation for instrumentation for pressure, flow & level transmitters (Bid Item #13-176) with the total purchases of the listed items estimated as $111,120.00. Funds are Available in the Following Accounts: 506043580-5316180 Cover Memo Item # 31 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 31 Attachment number 1 \nPage 1 of 3 Item # 31 Attachment number 1 \nPage 2 of 3 Item # 31 Attachment number 1 \nPage 3 of 3 Item # 31 Invitation to Bid Sealed bids will be received at this office on Friday, September 6, 2013 @ 11:00 a.m. for furnishing: Bid Item 13-176 Instrumentation for Pressure, Flow & Level Transmitters for Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. A Mandatory Pre Bid Conference will be held on Friday, August 16, 2013 @ 10:00 a.m. in the Procurement Department, 530 Greene Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, August 20, 2013 @ 5:00 p.m. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Augusta Chronicle July 25, August 1, 8, 15, 2013 Metro Courier July 31, 2013 Revised: 8/15/2011 Attachment number 2 \nPage 1 of 1 Item # 31 Attachment number 3 \nPage 1 of 1 Item # 31 Attachment number 4 \nPage 1 of 2 Item # 31 Attachment number 4 \nPage 2 of 2 Item # 31 VENDORS Number Model Number Bid Price Model Number Bid Price Model Number Bid Price 1 3051SMV3M42NNN2A11A1AM5T1 $2,497.51 3051SMV3M42NNN2A11A1AM5T1 2 3051S2CD2A2A11A1AE5M5T1 $1,755.04 3051S2CD2A2A11A1AE5M5T1 3 3051S2TG3A2A11A1AB4E5M5T1 $1,584.22 3051S2TG3A2A11A1AB4E5M5T1 4 0305RT32B11B1 $399.49 0305RT32B11B1 5 1 8712ESR1A1N0DA1DA2M4 $2,841.35 8712ESR1A1N0DA1DA2M4 2 8705TSA005C1W0N0R05 $1,435.19 8705TSA005C1W0N0R05 3 8705PSA010C1W0N0R05 $1,400.13 8705PSA010C1W0N0R05 4 8705PSA015C1W0N0R05 $1,491.60 8705PSA015C1W0N0R05 5 8705PSA020C1W0N0R05 $1,548.90 8705PSA020C1W0N0R05 6 8705PSA030C1W0N0R05 $1,691.57 8705PSA030C1W0N0R05 7 8705PSA040C1W0N0R05 $1,977.31 8705PSA040C1W0N0R05 8 8705PSA060C1W0N0R05 $2,400.40 8705PSA060C1W0N0R05 9 8705PSA080C1W0N0R05 $2,715.19 8705PSA080C1W0N0R05 10 8705PSA100C1W0N0R05 $4,131.15 8705PSA100C1W0N0R05 11 8705PSA120C1W0N0R05 $4,823.15 8705PSA120C1W0N0R05 12 8705PSA140C1W0N0R05 $6,689.68 8705PSA140C1W0N0R05 13 8705PSA160C1W0N0R05 $7,370.86 8705PSA160C1W0N0R05 14 8705PSA180C1W0N0R05 $8,766.65 8705PSA180C1W0N0R05 15 8705PSA200C1W0N0R05 $9,702.89 8705PSA200C1W0N0R05 Bid Item #13-176 Instrumentation for Pressure, Flow & Level Transmitters For Augusta, Georgia - Utilities Department Bid Opening: Friday, September 6, 2013 @ 11:00 a.m. ROSEMOUNT INC 8200 MARKET BLVD. CHANHASSEN, MN 55317 Scalable Pressure Transmitters Magnetic Flow Meters INSTRUMENT & VAVLE SERVICES COMPANY 109 PARK OF COMMERCE DR SAVANNAH, GA 31405 SHEALY ELECTRICAL WHOLESALERS 120 MEROVAN DRIVE NORTH AUGUSTA, SC 29860 At t a c h m e n t n u m b e r 5 \ n P a g e 1 o f 2 It e m # 3 1 VENDORS ROSEMOUNT INC 8200 MARKET BLVD. CHANHASSEN, MN 55317 INSTRUMENT & VAVLE SERVICES COMPANY 109 PARK OF COMMERCE DR SAVANNAH, GA 31405 SHEALY ELECTRICAL WHOLESALERS 120 MEROVAN DRIVE NORTH AUGUSTA, SC 29860 16 8705PSA240C1W0N0R05 $12,772.61 8705PSA240C1W0N0R05 1 5402AH1E54SPVCAM1T1 $2,793.82 5402AH1E54SPVCAM1T1 2 5301HA1S1V5AE02500RAE5M1T1 $2,267.92 5301HA1S1V5AE02500RAE5M1T1 3 1 1420A2A3N2 $3,475.68 1420A2A3N2 2 1420A2A3N2WL2 $4,252.31 1420A2A3N2WL2 3 1410A1ND1WN2NA $2,631.88 1410A1ND1WN2NA 4 3051S2TG3A2A11X5AWA3WM1 B4M5 $2,857.36 3051S2TG3A2A11X5AWA3WM1 B4M5 5 701PBKKF $157.78 701PBKKF 6 3051S2TG3A2A11X5AWA3WN1 B4M5 $3,032.99 3051S2TG3A2A11X5AWA3WN1 B4M5 7 3051S2CD2A2A11X5AWA3WM1 I5M5 $3,055.82 3051S2CD2A2A11X5AWA3WM1 I5M5 8 3051S2CD2A2A11X5AWA3WN1 I5M5 $3,231.45 3051S2CD2A2A11X5AWA3WN1 I5M5 9 708X2PA1NAHC01WA3WP5 $861.96 708X2PA1NAHC01WA3WP5 10 701PGNKF $105.36 701PGNKF 11 702DX22D1I5WA3WN1B4 $1,718.74 702DX22D1I5WA3WN1B4 12 3308ASX1D1NAS1V5NNN5AE0 2500WA3WK1M5BRW3 $3,444.48 3308ASX1D1NAS1V5NNN5AE0 2500WA3WK1M5BRW3 Yes Failed to respond to the Clarification of Bid Pricing Yes No Bid Response No Bid Response 206948 228208 No Bid Response No Bid Response Yes Yes No Bid Response No Bid Response Yes Yes No Bid Response No Bid Response Attachment B E-Verify Number SAVE Form Addendum 1 Radar Level Transmitters Wireless Field Network At t a c h m e n t n u m b e r 5 \ n P a g e 2 o f 2 It e m # 3 1 Commission Meeting Agenda 2/18/2014 2:00 PM Approve Change to Purchase Order to Avrett Plumbing Company for cleaning of sanitary sewer systems Department:Utilities Caption:Motion to approve change to purchase order P216042 in the amount of $250,000.00 to Avrett Plumbing Company for cleaning sanitary sewer systems. (Approved by Engineeering Services Committee February 10, 2014) Background:Avrett Plumbing Company has provided assistance with cleaning sanitary sewer systems. They have agreed to hold their competitively bid prices for this change order. Using Avrett's crews as another tool in our cleaning and assessment as required by our consent order from Georgia Environmental Protection Division is indispensable at this point. Avrett cleans lines that are found to be in need of cleaning behind our acoustic testing methods. This allows our trucks and crews to be able to handle larger projects and the occasional emergency without causing delays in vital pipe cleaning. Analysis:This change to this purchase order will allow us to continue to sustain our downward trend of backups and overflows that have a negative effect on our customers or the environment. Financial Impact:The change to this purchase order is $250,000.00. These funds are available from the following accounts: 506043410-5223223 Alternatives:Deny the change to Avrett Plumbing COmpany's purchase order. Recommendation:It is recommended to approve the change to Avrett Plumbing Company's purchase order. Funds are Available in the Following Accounts: 506043410-5424130 REVIEWED AND APPROVED BY: Cover Memo Item # 32 Attachment number 1 \nPage 1 of 24 Item # 32 Attachment number 1 \nPage 2 of 24 Item # 32 Attachment number 1 \nPage 3 of 24 Item # 32 Attachment number 1 \nPage 4 of 24 Item # 32 Attachment number 1 \nPage 5 of 24 Item # 32 Attachment number 1 \nPage 6 of 24 Item # 32 Attachment number 1 \nPage 7 of 24 Item # 32 Attachment number 1 \nPage 8 of 24 Item # 32 Attachment number 1 \nPage 9 of 24 Item # 32 Attachment number 1 \nPage 10 of 24 Item # 32 Attachment number 1 \nPage 11 of 24 Item # 32 Attachment number 1 \nPage 12 of 24 Item # 32 Attachment number 1 \nPage 13 of 24 Item # 32 Attachment number 1 \nPage 14 of 24 Item # 32 Attachment number 1 \nPage 15 of 24 Item # 32 Attachment number 1 \nPage 16 of 24 Item # 32 Attachment number 1 \nPage 17 of 24 Item # 32 Attachment number 1 \nPage 18 of 24 Item # 32 Attachment number 1 \nPage 19 of 24 Item # 32 Attachment number 1 \nPage 20 of 24 Item # 32 Attachment number 1 \nPage 21 of 24 Item # 32 Attachment number 1 \nPage 22 of 24 Item # 32 Attachment number 1 \nPage 23 of 24 Item # 32 Attachment number 1 \nPage 24 of 24 Item # 32 Commission Meeting Agenda 2/18/2014 2:00 PM Approve Purchase Order to P&H Supply Company for a pipeline inspection camera system Department:Utilities Caption:Motion to approve purchase order in the amount of $69,239.00 to P&H Supply Company for a portable pipeline inspection camera. Augusta-Richmond County bid item 13-223. (Approved by Engineeering Services Committee February 10, 2014) Background:A pipeline inspection system is a valuable tool for maintaining a sanitary sewer system. Utilizing a pipeline inspection system allows operators to see the severity of problems inside a pipeline without requiring excavation or personnel entry. Camera systems are extremely helpful in every day operation of the system as well as during emergencies. Daily, they can be used for a multitude of tasks. One of which is to locate connections to the sewer main which benefits our customers and saves inestimable time of crew members. The cameras are used during emergency situations to determine the type of obstruction or severity of damage to a pipe, allowing personnel to intelligently assess and correct any problems in an expedient manner. Analysis:Purchase of this pipeline inspection system is crucial to the continued success of our operations. Financial Impact:The purchase price of the pipeline inspection system is $69,239.00. These funds are available from the following accounts: 506043410-5424130 Alternatives:Deny purchase of the pipeline inspection system. Recommendation:It is recommended to award the purchase order to the lowest responsive bidder that met all provided specifications P&H Supply in the amount of $69,239.00 for the purchase of the pipeline inspection system. Funds are Available in the Following 506043410-5424130 Cover Memo Item # 33 Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 33 Invitation to Bid Sealed bids will be received at this office on Tuesday, November 19, 2013 @ 11:00 a.m. for furnishing: Bid Item 13-223 Portable Pipeline Inspection Camera for Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, November 8, 2013 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Augusta Chronicle October 17, 24, 31, November 7, 2013 Metro Courier October 23, 2013 Revised: 3/7/2013 Attachment number 1 \nPage 1 of 1 Item # 33 Attachment number 2 \nPage 1 of 3 Item # 33 Attachment number 2 \nPage 2 of 3 Item # 33 Attachment number 2 \nPage 3 of 3 Item # 33 Attachment number 3 \nPage 1 of 2 Item # 33 Attachment number 3 \nPage 2 of 2 Item # 33 Vendors P & H Supply 101 Lennox Avenue P. O. Box 268 Warrenton, GA 30828 Atlas Inspection Technologies 4787 Waywood Dr., Ste A Zachary, LA 70791 Environmental Products of Georgia 4815 Mendel Ct SW Atlanta, GA 30336 Attachment B YES YES YES E-Verify Number 217394 563764 312637 SAVE Form YES YES YES Bid Price List Bid Price Bid Price Bid Price Bid Price Bid Price Bid Price Pan, Tilt and Zoom Camera (Color)$17,668.75 $53,577.50 $19,750.00 Robotic Tractor (Small)$13,883.75 $16,500.00 Optional Manual Lift $3,213.75 $12,000.00 Portable Power Supply/Controller $17,968.75 $11,500.00 Powered Cable Winch (660 ft)$15,035.75 $19,000.00 Work Accessories: A (cable deflection pulley) $575.75 $267.00 Work Accessories: B (lowering hook with quick disconnect) $218.75 INCLUDED Pressure Test Kit $673.75 INCLUDED Bid Opening Date: Tuesday, November 19, 2013 @ 11:00 a.m. Bid Item #13-223 Portable Pipeline Inspection Camera for the City of Augusta - Utilities Department Page 1 of 1 At t a c h m e n t n u m b e r 4 \ n P a g e 1 o f 1 It e m # 3 3 Commission Meeting Agenda 2/18/2014 2:00 PM Award contract to manufacture and install a new turbine assembly for unit #9 and to recondition the existing turbine for unit #1 at the Goodrich Street Raw Water Pump Station (RFQ 13-193). Department:Utilities Caption:Motion to award contract to manufacture and install a new turbine assembly for unit #9 and to recondition the existing turbine for unit #1 at the Goodrich Street Raw Water Pump Station (RFQ 13-193). (Approved by Engineeering Services Committee February 10, 2014) Background:Included in our 2012 bond issue is funding for the purchase and installation of new turbine-driven pumping units at the Goodrich Street Raw Water Pump Station. In addition, we have included funding in our 2014 budget to refurbish and upgrade our existing turbine-driven pumping unit #1. All of these units are custom made for our unique application. In order to proceed with these projects we requested that the Augusta Procurement Department advertise a Request for Qualifications (RFQ #13-193) to select the most qualified company to perform the specialized work of designing and manufacturing these units. Through this process we received a single response from Weir American Hydro (WAH). WAH is a highly regarded turbine manufacturer and is fully capable of meeting our requirements. We have worked with them before and found their work to be excellent. Through our negotiations with WAH they have submitted the attached proposals for your consideration. Analysis:WAH has submitted two proposals. Their proposal number PRO2891 is for the refurbishment of our unit #1 at a cost of $1,364,100 and their proposal number PRO2725 is for the purchase of a new unit #9 at a cost of $3,297,100. The cost of field services (disassembling, reassembling and installation of the turbines) by WAH is proposed as not to exceed $290,000 for unit #1 and not to exceed $337,000 for unit #9. Field service costs would be billed on a time and material basis. Our experience with WAH has been very positive and they are very familiar with our application. We have reviewed these proposed costs with our consulting engineer and they have issued a recommendation that we accept the Weir American Hydro Proposals.Cover Memo Item # 34 Financial Impact:$5,288,200 from bond funds and Utilities Department budget Alternatives:No reasonable alternative exists for providing reliable raw water pumping capability. Recommendation:We recommend that the Commission accept the negotiated proposals from Weir American Hydro for the refurbishment of our unit #1 at a cost of $1,364,100 with field services not to exceed $290.000 and for the purchase of a new unit #9 at a cost of $3,297,100 with field services not to exceed $337,000. Funds are Available in the Following Accounts: Refurbishment of Unit #1: 507043410-5425110 New Unit #9: 512043410-5425110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 34 Municipal Engineering Water Plants – Distribution Wastewater Plants – Collection Investigations – Planning Studies Recreational Facilities Industrial Parks – Roadways Civil – Structural – Mechanical Electrical & Instrumentation Founded 1946 SERVING GEORGIA AND SOUTH CAROLINA Jorge E. Jiménez, P. E. (GA) Charles D. Drown, P. E. (GA, SC, CA) Stacey W. Gordon, P. E. (GA, SC) Mitchell E. Freeman, P. E. (GA) Kenneth M. Wardenski, EIT, MCSE Zimmerman, Evans and Leopold, inc. (706) 724-5627 – FAX (706) 724-5789 435 Telfair Street Augusta, Ga. 30901-2494 January 9, 2014 Mr. Tom Wiedmeier, P.E., Director Augusta-Richmond Co. Utilities Dept. 360 Bay Street. Suite 180 Augusta, GA 30901 RE: Goodrich St RWPS Turbines Dear Mr. Wiedmeier: We have reviewed the Best and Final offer from the Commission-Selected hydro turbine supplier, Weir American Hydro (WAH), for the referenced project. The request for a best and final offer has resulted in a reduction of $ 444,400 from the initial offer. The offer will provide a completely rehabilitated Leffel Double Francis Turbine for Unit No. 1 and a completely new WAH Double Francis Turbine for Unit No. 9. The cost of disassembling, assembling and installing the turbines will be done on a time and cost basis Not to Exceed $627,000 by WAH. Augusta will be responsible for providing a proper crane for their use for installation of the turbines at the Raw Water Pumping Station. The cost of the rehabilitation of Unit No. 1 is $1,364,100 and the purchase cost of the new Unit No. 9 is $3,297,100. In addition, the completion of the civil works and related appurtenances and equipment required, including the purchase and installation of the hydro turbines, is now estimated to cost a total of $11,844,510. Your present budgeted cost for the construction is $12,000,000. We have attached the evaluation worksheet we used to determine the most cost effective path toward meeting the goal of the project, which is to be able to pump a minimum of 60 MGD to the Highland Avenue reservoir. This combination is the least cost alternative and the firm capacity exceeds 60 MGD. We recommend Augusta award the purchase of these units to Weir American Hydro of York, Pennsylvania and accept the commercial offer, attached, dated January 7, 2014. If you have any questions in this regard, please let us know. Sincerely yours, ZIMMERMAN, EVANS AND LEOPOLD, INC. Jorge E. Jiménez, P. E. Principal JEJ:st cc: Mr. D. Allen Saxon, Jr., Assistant Director. Attachment number 1 \nPage 1 of 1 Item # 34 December 16, 2013 Mr. Jorge G. Jimenez, P. E. Principal ZEL Engineers 435 Telfair Street Augusta, GA 30901 SUBJECT: City of Augusta – Augusta Utilities Department Goodrich Street Raw Water Pumping Station Unit 1 Upgrade and Rehabilitation Weir American Hydro Proposal Number 2891 Dear Mr. Jimenez: Weir American Hydro (WAH) is pleased to submit this proposal to perform the upgrade and rehabilitation of Unit 1 at the Goodrich Pumping Plant for the Augusta Utilities Department (AUD). With over 600 replacement runners supplied over the last 26 years, including two runners for Unit 4 at the same plant, we feel highly qualified to supply this equipment. WAH offers unmatched capabilities to design and manufacture hydro turbine equipment to the highest technological standards. The new Francis runners will be manufactured in our York, Pennsylvania facility utilizing computer controlled machine tools to assure accuracy, quality and reliability. This offering will provide the Augusta Utilities Department with superior matching of capabilities and equipment. We acknowledge and appreciate that the AUD has elected to enter into negotiations with WAH on the basis of our response to the RFQ. In that regard, we are presenting in Appendix A to this proposal, a justification for sole- sourcing this work to us. Please note this justification includes information that is very sensitive to our competitive position in the market and we ask that you treat that information discretely and in strict confidence. Please consider the pricing included in this proposal valid for acceptance within 60 days from the date of submittal. We trust that you and the AUD will find this proposal complete and responsive to your needs. We look forward to working with you on the successful upgrade of Unit 1. Should any questions arise during your review of this proposal, please contact us at your earliest convenience. Sincerely, Michael L. Bennett President & Managing Director cc: Jonas Batten - WAH Weir American Hydro American Hydro Corporation 135 Stonewood Road P. O. Box 3628 York, PA 17402 Tel: (717) 755-5300 www.weirpowerindustrial.com Attachment number 2 \nPage 1 of 46 Item # 34 TABLE OF CONTENTS 1 Introduction 2 Pricing Justification 3 Scope of Supply 4 Hydraulic Design and Performance 4.1 Hydraulic Design 4.2 Hydraulic Performance 5 Mechanical Design 6 Field Work 6.1 Disassembly and Removal 6.2 Installation and Assembly 7 Quality Assurance 8 Commercial Offer 8.1 Pricing 8.2 Payment Schedule 8.3 Proposal Validity 8.4 Schedule 8.5 Guarantees 8.6 Commercial Terms Attachment number 2 \nPage 2 of 46 Item # 34 PROPOSAL UNIT UPGRADE AND REHABILITATION Unit No. 1 Goodrich Street Raw Water Pumping Plant Prepared For City of Augusta Augusta Utilities Department By Weir American Hydro December 16, 2013 Attachment number 2 \nPage 3 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 1 INTRODUCTION This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 2 \nPage 4 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 1. INTRODUCTION Project Background and Understanding The Goodrich St. Raw Water Pumping Station is located on the Augusta Canal in Augusta, Georgia. The plant was originally constructed to house four (4) turbine-driven pumps, the turbines of which are all horizontal, duplex (2 runner) units. The turbines are equipped with speed increasers to directly drive water pumps that supply the City’s raw water reservoirs. Two of these units are still in operation, Units 1 & 4. The Augusta Utilities Department (AUD) is now interested in rehabilitating Unit 1 to increase pumping capacity, as well as installing two new units, Units 9 & 10, to replace Units 2 & 3. In September of this year, Weir American Hydro (WAH) responded to AUD’s Request for Qualifications and was determined to be the lone qualified supplier. Weir American Hydro (WAH) understands that the primary goal for the refurbishment of Unit 1 is to restore the performance and reliability of the unit. Understanding the goals laid out by the AUD, the rehabilitation scope provided by WAH is more comprehensive than that of Unit 4. Once rehabilitated, Unit 1 will operate with Unit 4 as the primary means of pumping water until new Units 9 & 10 are operational, and then will remain as a back up to these new units. Unit 1 will maximize the power within the constraints of the existing equipment configuration. This proposal will focus on the rehabilitation of Unit 1. The Weir American Hydro Solution Weir American Hydro is a leading supplier and installer of equipment for the hydroelectric and water distribution industries, specializing in the design, manufacture, upgrade and servicing of high performance hydro turbines and pumps. WAH has worked with the AUD at the Goodrich St. Raw Water Pumping Station since 2003, upgrading Unit 4, aiding in repairs and providing quotes for future work. In addition to WAH’s familiarity with the site and equipment, WAH has designed, rehabilitated and built several duplex and quadruplex units in the last ten years. As WAH has worked with both the AUD and ZEL Engineers for the last ten years, WAH has the working relationships and knowledge of the facilities to ensure a mutually successful project. BHI Energy Power Services LLC (formerly Power Equipment Maintenance) has completed work both for WAH as a subcontractor and directly for the AUD at the site, so they are also familiar with the personnel, facilities and practices of all involved parties. It is because of BHI’s experience and our ongoing working relationship that WAH intends to subcontract the field work craft labor portion of this contract to them. Attachment number 2 \nPage 5 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 1. INTRODUCTION (continued) Unit 1 will have a comprehensive rehabilitation that will include new runners, shafts, wicket gates and new and rehabilitated bearings. The gate mechanism, stay ring, bearings and packing boxes will also be rehabilitated appropriately. The full rehabilitation description and scope of supply can be found in Section 3 of this proposal. The rehabilitation will also include disassembly and reassembly of Unit 1. The description of the field work can be found in Section 6. As the lone qualified supplier of the equipment and services for this work, WAH is providing a justification for the pricing provided in the proposal. It should be noted by the AUD that projects of the size, configuration and scope of the Unit 1 upgrade are not common and market level pricing for such is scarce. Therefore, WAH is basing the justification on a project won through competitive bidding for Duke Energy in 2005. Adjustments for scope, physical size and time have been made, including the derivation of present day market level pricing for the new runners and wicket gates, two of the components comprising a large portion of the total price. The full justification can be found in Section 2. WAH understands that the AUD’s goal is to have Unit 1 rehabilitated prior to the installation of Units 9 & 10 and to have the entire project completed by the fall of 2015. WAH is confident this schedule can be met. Attachment number 2 \nPage 6 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 2 PRICING JUSTIFICATION This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 2 \nPage 7 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 2. PRICING JUSTIFICATION Introduction The justification for the pricing submitted in Section 8.1 of this proposal is based on the competitive tenders for the upgrade and rehabilitation of Unit 1 at Duke Energy’s Ninety Nine Islands Hydroelectric Plant in South Carolina. In June 2005, Duke solicited proposals for the rehab of four (4) units in the Plant with varying scopes of supply by unit. American Hydro Corporation was the successful bidder. The scope of work on Unit 1 was new runners and shafts, new wicket gates, other new components and remaining component rehabilitation. Installation of the units was also part of the scope of the Unit 1 rehab project. Power Equipment Maintenance (now BHI) provided the labor for the project under WAH supervision. Methodology Please refer to the Price Justification Summary, included as Exhibit A-1. Pricing was requested by Duke in a manner such that the pricing was partially itemized and recorded separately. Please refer to Exhibit A-2, Bid Form I (Page 2 of 4), Bid Information, Specification No.: 024.0075.0000-001, Rev0. The turbine that comprised the winning bid for Ninety Nine Islands Unit 1 is a horizontal, duplex, “camelback” turbine, essentially the same design as that installed in Unit 1 in the RWPS. The physical size of the two units are also quite close; the runner diameters on Ninety Nine Islands are 63.5”, while those in Unit 1 at the RWPS are 57.0”. To develop the “Market Price” for Unit 1, the Total Fixed Price for Unit 1 from the Ninety Nine Islands bid form was used as the starting point. The field work was removed to allow for adjustments to the turbine scope and physical size. As recent market level price data exists for the runners and wicket gates, these items were removed from the scope of Ninety Nine Islands. Also, scope items that are dissimilar were removed from the Ninety Nine Islands price, resulting in a price reflecting a very similar scope of supply. This value was then adjusted for escalation since the time of the bid in 2005. The basis for this escalation amount is Producer Price Index data issued by the U.S. Department of Labor, U.S. Bureau of Labor Statistics on a monthly basis. As there is no specific category for hydraulic turbines, the category entitled “Capital Equipment – Pumps, compressors, and equipment” was used for this adjustment. Reports of this data for June 2005 and October 2013 (latest data available at the time of this submittal) are enclosed as Exhibit A-3. The index value for June 2005 is 178.3 and that for October 2013 is 235.8, resulting in an approximate 32% increase over this time period. This number was also adjusted for the physical size difference, using a diameter ratio raised to an empirical exponent, derived over years of experience. Attachment number 2 \nPage 8 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 2. PRICING JUSTIFICATION (continued) At this point, the present day, dissimilar scope item pricing for Unit 1 was added to the adjusted unit price derived from the Ninety Nine Islands pricing. Note the large difference in the pricing for the gate regulating system is the desire of AUD to include self-lubricating (greaseless) materials and the corresponding need to have all surfaces adjacent to these materials made from a corrosion resistant (stainless steel) material. Exhibits A-4 and A-5 provide curves of recent, competitively bid pricing for runners and wicket gates. Unit 1 runner and gate pricing were calculated on the basis of these curves and added to the derived price for the remainder of the turbine scope of work. Transportation to Augusta was then added to arrive at a total market price for upgrade and rehabilitation of the Unit 1 turbine. Finally, as bonding is required by the City for this project, the cost of providing the bond was added to the price. Conclusion The derived market price, less bonding, for the shop scope of work associated with the upgrade and rehabilitation of the Unit 1 turbine is $1,458,545. The price offered herein for this work scope is $1,384,800, or approximately 5% below the derived market level price. Attachment number 2 \nPage 9 of 46 Item # 34 (;+,%,7$ Attachment number 2 \nPage 10 of 46 Item # 34 Basis: Ninety Nine Islands Unit 1 Duke Energy Date of Offer:April-05 Total Sell Price:1,401,692 Scope of Work: New runners and shafts 473,024 Remaining replacement and refurbished turbine components 614,241 (including new SST wicket gates) Field labor to disassemble and reassemble turbine 314,427 Turbines (transportation not included)1,087,265 Dissimilar scope items Ninety Nine Islands Unit 1 New gate rings 21,230 Gate Operating Mechanism (new parts and rehab)47,530 182,910 New packing boxes 54,880 1,510 (rehab) New stay rings 128,050 Bearing rehab 99,340 54,870 New guide bearing 34,090 Total 351,030 273,380 Common Scope Items 736,235 Remove Runners 369,111 Remove Wicket Gates 174,847 Remaining scope 192,277 Adjust for Time (PPI)1.3225 254,286 Adjust for size - (D/d)^1.64 0.838561 213,235 Add Augusta dissimilar scope items 486,615 Add Runners (market price curve)672,887 Add Wicket Gates (market price curve)267,323 $80.50/# Total Turbine Price 1,426,825 Add Transportation 31,720 Total 1,458,545 1,384,800 (bid price) Bonding (0.85%)12,398 Total with Bonding 1,470,942 City of Augusta Goodrich St. Raw Water Pumping Station Unit 1 PRICE JUSTIFICATION EXHIBIT A-1 Attachment number 2 \nPage 11 of 46 Item # 34 (;+,%,7$ Attachment number 2 \nPage 12 of 46 Item # 34 ^^^^ Project:Ninety Nine Island Hydro Station Mechanical Upgrade Specification Date April 15,2005 Bid Information Specification No.:024.0075.0000-001 Rev.0 Bid Form I (Page 2 of 4) Price Component Labor Materials & Equipment Other Price for new runners and shafts for Unit 1.$243,180 $203,294 $26,550 Price for remaining Unit 1 replacement and refurbished turbine components.$259,961 $315,253 $39,027 Price for field labor to disassemble and assemble Unit 1 turbine including auxiliary system modifications.$241,849 $60,372 $12,206 Subtotal $744,990 $578,919 $77,783 Option for field machining Unit 1 bulkhead and draft chest flanges.Reference Section 15200, paragraph 3.1.2.$50,925 $938 $2,625 Option for machining draft tube and draft chest flanges.Reference Section 15200,paragraph 3.1.3 $7,915 (Set up include 0 d in base bid) 0 Option for re-babbitting guide bearings.Reference Section 15200,paragraph 3.2.1.0 0 $14,633 Option to pressure clean embedded Unit 1 turbine drain line piping.Reference Section 15200, paragraph 3.3.3.$1,959 0 0 Optional price for new Unit 1 regulating shafts and greaseless bearings.Included in base bid Other:Transportation $2,080 0 $18,533 Subtotal $62,879 $938 $35,791 TOTAL FIXED PRICE FOR UNIT 1 S 1,401,692 (Transportation Not Included) Note 1: Includes all consumables and materials/equipment supplied by Contractor and installed in the plant. Page 16 of28 Attachment number 2 \nPage 13 of 46 Item # 34 EXHIBIT A-3 Attachment number 2 \nPage 14 of 46 Item # 34 Table 2.Producer price indexes and percent changes for selected commodity groupings by stage ofprocessing—Continued (1982=100 unless otherwise indicated) Grouping Finished consumer goodsexcluding foods—Continued Sporting andathletic goods2 Tobaccoproducts2 Mobilehomes2 Jewelry,platinum,&karatgold2 Costumejewelry andnovelties2 Capital equipment. Agricultural machinery and equipment ... Construction machinery andequipment2. Metal cutting machine tools2 Metal forming machine tools2 Tools,dies,jigs,fixtures,andind.molds2 Pumps,compressors,and equipment Industrial material handling equipment Electronic computers (Dec.1998=100)2 Textile machinery2 Paperindustries machinery (June1982=100)2 Printing tradesmachinery2 Transformers and power regulators2 Communication &related equip.(Dec.1985=100)2 X-ray andelectromedical equipment2 Oil field and gasfield machinery Mining machinery andequipment2 Office andstoremachines andequipment2 Commercial furniture2. Light motor trucks Heavy motor trucks2 Truck trailers2 Civilian aircraft (Dec.1985=100). Ships(Dec.1985=100)2 Railroadequipment2 Intermediate materials,supplies,and components . Intermediate foods and feeds . Flour2 Refined sugarand byproducts2 Confectionery materials2 Softdrink beveragebases (Dec.1985=100)2 Preparedanimal feeds2 Intermediate materials less foods and feeds . Synthetic fibers2 Processedyarnsandthreads2 Grayfabrics2 Finished fabrics2 Industrial textile products2 Leather Liquefied petroleumgas Commercial electricpower Industrial electricpower Commercialnatural gas (Dec.1990=100) Industrial natural gas (Dec.1990=100) Natural gas to electric utilities (Dec.1990=100). Seefootnotes atend oftable. Commodity code 15-12 15-2 15-5 15-94-02 15-94-04 1-1 1-2 1-37 1-38 1-39 1-41 1-44 1-51 1-62 1-64 1-65 1-74 1-76 1-79-05 1-91 1-92 1-93 14-11-05 14-11-06 14-14 14-21-02 14-31 14-4 02-12-03 02-53 02-54 02-64-01-11 02-9 03-1 03-2 03-3 03-4 03-83-03 05-32 05-42 05-43 05-52 05-53 05-54 Unadjusted index Feb. 20051 124.5 454.0 197.2 137.5 153.5 173.7 164.6 154.1 178.3 140.0 175.4 148.0 26.3 158.4 176.3 144.0 145.4 102.6 96.2 150.0 172.4 115.3 151.1 159.3 154.0 199.1 173.2 156.0 133.6 121.1 126.7 178.8 110.5 109.0 110.0 114.0 122.9 133.8 205.5 142.3 148.0 207.1 211.9 183.7 May 2005' 124.9 459.3 200.5 137.6 153.5 174.6 169.7 154.9 178.9 142.7 177.3 152.2 24.0 162.3 177.6 144.4 148.5 102.4 95.6 155.8 175.2 115.0 147.6 161.3 156.5 200.3 174.8 158.1 132.6 120.3 123.9 180.6 116.2 112.3 111.4 115.0 124.7 134.6 202.7 145.9 151.3 214.8 226.0 185.5 June 20051 124.8 459.3 201.0 137.2 153.5 175.1 169.0 159.0 178.9 142.7 178.3 150.8 23.8 161.7 179.1 144.3 150.2 102.3 95.1 156.8 175.5 115.0 144.0 161.4 156.6 200.3 175.1 161.3 133.9 122.8 125.5 180.6 118.5 112.8 111.4 114.8 124.3 134.4 207.2 154.2 159.9 209.8 217.9 178.1 Unadjusted percent change to June 2005from: June 2004 1.5 6.0 (') 1.7 4.1 5.9 7.6 5.1 36 2.5 6.9 4.9 -21.2 2.4 2.9 .9 11.5 -.8 -2.3 8.8 7.2 1.0 -4.0 39 5.5 6.4 1.5 12.2 6.2 -7.3 3.5 .8 .3 2 1 -10.8 6.3 2.2 1.0 2.9 1.8 162 4.4 4.9 7.2 5.2 -2.8 May 2005 -0.1 0 .2 -.3 0 .3 -.4 2.6 0 0 -.1 1.1 -.1 -.5 .6 .2 0 -2 4 .1 .1 0 .2 20 1.0 2.1 1.3 0 2.0 2.2 5.7 5.7 -2.3 -3.6 -4.0 Seasonally adjusted percent changefrom: Mar. to Apr. 0.1 1.0 -.7 .4 - 1 1 .2 -.4 -.6 -.1 2.7 -.8 2.2 ,1 .2 -.4 .1 -1.3 .2 -.4 -3.5 .6 1.0 .2 -.1 -3.4 4.1 -1.8 .3 2.0 1.1 -.2 10 -.2 -.1 2.0 .1 5 8.0 84 4.5 Apr. to May .7 .1 2.5 .3 2.2 .1 .3 .4 .3 .2 -4 8 -.2 3 0 -.3 -.1 0 1.2 ,1 .3 6 -.1 .2 .3 .4 2.2 -.7 -.4 1.0 .7 .2 .4 - 1 1.2 .1 1.1 .3 -.3 -1.5 -2.3 May to June -0.1 0 .2 -.3 0 .3 -4 2.6 0 0 .6 -.1 1.1 -.1 -.5 .6 .2 0 -1.7 1 ,1 -.2 .2 2.0 1.0 2.1 1.3 0 2.0 4 0 -.2 -.3 -.1 2.2 -.3 1.2 -2.8 -5.1 -1.1 Attachment number 2 \nPage 15 of 46 Item # 34 Table 2. Producer price indexes and percent changes for selected commodity groupings by stage of processing [1982=100,unless otherwise indicated] Unadjusted index Unadjusted percent change to Oct.2013 from: Seasonallyadjusted percent change from: Grouping Finished goods Finished consumergoods Finished consumerfoods Fresh fruits and melons2 Fresh and dryvegetables2 Eggs for fresh use (Dec 1991=100) Bakery products Milled rice2 Pasta products (June 1985=100) Beef and veal Pork Processed young chickens Processed turkeys Finfish and shellfish Dairy products Processed fruits and vegetables Confectionery end products2 Soft drinks2 Roasted coffee2 Shortening and cooking oils Frozenspecialties2 Finished consumer goods excluding foods Alcoholic beverages Petfood Women's,girls',&infants'apparel (Dec2003=100) Men'sand boys'apparel(Dec2003=100)2 Textile housefurnishings2 Footwear2 Residential electric power (Dec 1990=100) Residential gas (Dec 1990=100) Gasoline Home heating oil and distillates Pharmaceutical preparations (June 2001=100) Soaps and detergents2 Cleaning and polishing products (June1983=100)2 Cosmeticsand othertoilet preparations2 Tires, tubes, tread, etc2 Sanitarypaper products2 Household furniture2 Floorcoverings2 Household appliances Homeelectronic equipment2 Lawn and gardenequip,extractors2 Silverwareand hollowware (Dec 2011=100)2 Passenger cars Traveltrailers and campers (June 1984=100)2 Toys,games, and children's vehicles2 Sportingand athleticgoods2 Tobacco products2 Mobile homes Jewelry,platinum,&karatgold2 Costumejewelry and novelties2 Capital equipment Agricultural machinery andequipment2 Construction machinery and equipment Metal cuttingmachinetools2 Metal forming machine tools2 Tools,dies,jigs,fixtures,and ind.molds2 Pumps,compressors,and equipment industrial material handling equipment' Electronic computers(Dec2004=100)2 See footnotes at end of table. Commodity code 01-11 01-13 01-71-07 02-11 02-13 02-14-02 02-21-01 02-21-04 02-22-03 02-22-06 02-23 02-3 02-4 02-55 02-62 02-63-01 02-78 02-85 02-61 02-94-02 03-81-06 03-81-07 03-82 04-3 05-41 05-51 05-71 05-73-02 06-38 06-71 06-72 06-75 07-12 09-15-01 12-1 12-3 12-4 12-5 12-66 12-6A 14-11-01 14-16 15-11 15-12 15-2 15-5 15-94-02 15-94-04 11-1 11-2 11-37 11-38 11-39 11-41 rrar 11-51 June 20131 197.2 211.2 203.2 115.6 191.2 118.1 266.0 210.9 204.5 206.1 158.5 176.3 143.9 295.5 199.5 194.6 267.2 191.5 197.7 275.9 186.4 212.8 189.3 248.6 106.0 113.6 143.5 185.9 166.3 198.3 302.5 276.0 183.4 177.4 170.8 155.1 155.9 185.1 199.7 181.3 117.2 50.9 142.4 99.9 129.1 183.9 151.0 134.3 657.8 256.5 243.9 168.7 163.8 215.4 210.9 192.9 213.9 150.2 235.6 T5TS- 22.3 13 Sept. 20131 197.3 211.4 203.6 129.0 200.8 143.7 267.9 210.8 204.1 193.6 168.2 174.6 148.6 310.7 199.6 193.0 266.4 191.8 195.2 274.8 185.5 212.9 189.2 252.2 106.8 114.0 143.5 186.6 167.7 193.5 299.5 286.8 182.3 177.1 171.4 155.9 154.8 185.0 200.4 183.9 116.6 51.0 142.2 98.5 128.5 184.0 150.8 133.7 658.5 256.9 241.1 172.4 163.9 215.5 211.2 194.5 215.7 150.4 235.7 197.9 22.4 Oct.20131 196.9 210.2 204.3 124.9 209.7 143.5 270.6 209.4 202.3 197.7 162.7 170.4 159.5 313.6 201.7 191.6 267.3 193.0 194.8 271.1 185.9 211.0 191.4 251.9 107.2 114.0 143.6 187.1 164.1 192.1 282.8 280.6 182.7 177.3 171.9 156.0 154.8 184.9 200.6 183.8 116.6 51.0 142.2 99.2 133.4 184.0 150.7 133.8 658.8 257.8 237.9 171.0 165.3 215.9 211.4 194.2 216.4 151.2 235.8 193.4' 22.0 Oct.2012 1.7 0.5 51.5 1.0 3.3 1.6 0.0 0.9 3.9 -0.5 7.9 10.8 -0.9 -0.8 2.3 -0.8 -8.5 -7.2 0.8 -0.5 0.8 3.0 1.8 -0.8 -0.1 4.8 2.9 6.8 -11.3 -2.1 5.1 0.5 1.4 1.2 1.4 2.3 -0.9 -2.3 -0.2 -0.9 1.0 2.7 0.4 -0.4 3.1 3.9 -1.3 3.3 1.0 0.4 2.5 2.7 2.8 1.3 2.0 1.3 -9.1 Sept.2013 -0.2 -0.6 -3.2 4.4 -0.1 1.0 -0.7 -0.9 2.1 -3.3 -2.4 7.3 0.9 1.1 -0.7 0.3 0.6 -0.2 -1.3 0.2 1.2 -0.1 0.4 0.0 0.1 -2.1 -0.7 -5.6 -2.2 0.2 0.1 0.3 0.1 0.0 -0.1 0.1 -0.1 0.0 0.0 0.0 0.7 3.8 0.0 -0.1 0.1 0.0 0.4 -1.3 -0.8 0.9 0.2 0.1 -0.2 0.3 0.5 0.0 0.3 -1.8 July to Aug. 0.3 0.4 0.6 -0.4 26.9 -9.4 0.8 -0.2 -0.6 -1.8 -1.8 1.4 2.1 -1.7 -0.9 -1.3 0.1 1.3 -0.4 -1.2 0.4 0.3 -0.1 1.6 0.4 1.1 0.0 0.1 0.2 -1.7 2.6 -5.7 0.2 0.0 -0.6 -0.3 -0.1 0.0 0.1 1.8 0.0 0.0 0.1 -0.4 -0.5 0.0 -0.6 0.0 0.0 -0.2 -0.1 0.4 -0.1 -0.2 0.1 0.4 0.5 -0.1 0.1 -0.1 -0.4 Aug.to Sept. -1.0 13.3 -17.9 2.8 -0.2 0.0 1.0 -2.7 0.0 -2.1 -1.1 3.7 -0.6 0.4 0.1 -2.2 0.8 -0.5 -0.5 0.1 0.2 0.4 0.9 -0.6 -0.5 -0.1 0.2 1.0 -0.1 6.0 -1.5 -0.2 0.2 1.0 -0.9 -0.2 0.0 -0.6 0.0 0.0 -0.2 -0.2 0.3 0.0 0.5 -0.4 0.0 -0.2 0.1 1.0 0.3 0.0 0.2 -0.3 0.0 0.1 0.1 0.1 0.9 Sept.to Oct. -3.2 4,4 -0.3 0.9 -0.7 -1.3 7.5 -2.4 -1.8 6.5 0.7 0.5 -0.6 0.3 0.6 -0.2 1.8 0.2 -0.6 0.1 0.0 0.4 0.0 0.1 0.3 -0.6 -3.8 -1.0 0.3 0.1 0.3 0.1 0.1 -0.1 -0.2 0.0 0.0 0.7 1.7 0.0 -0.1 0.1 0.0 0.4 -1.3 -0.8 0.1 0.2 0.1 -0.2 0.3 0.5 0.1 0.3 -1.8 Attachment number 2 \nPage 16 of 46 Item # 34 (;+,%,7$ Attachment number 2 \nPage 17 of 46 Item # 34 140.00 120.00 100.00 80.00 60.00 40.00 20.00 Runner Price -$/# ^^^-; 20,000 40,000 60,000 Runner Weight-lbs 80,000 ♦Runner $/# •Augusta Ul A Augusta 9&10 Power (Runner $/#) Attachment number 2 \nPage 18 of 46 Item # 34 EXHIBIT A-5 Attachment number 2 \nPage 19 of 46 Item # 34 100.00 90.00 80.00 70.00 60.00 <A 50.00 40.00 30.00 20.00 10.00 Wicket Gate Price -$/# Stainless Steel Castings %V \♦ \»♦ A ♦ 500 1,000 Gate Weight -lbs 1,500 ♦Pound Price •Unitl A Units 9&10 Power (Pound Price) Attachment number 2 \nPage 20 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 3 SCOPE OF SUPPLY This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 2 \nPage 21 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 3. SCOPE OF SUPPLY Please find our detailed project work scope below for the upgrade and rehabilitation of Unit 1. General Work Scope All turbine components that are not embedded and that require rehabilitation, or that are required for informational purposes, will be transported to our York, Pennsylvania facility and back to the Augusta powerhouse. As appropriate they will be disassembled and mechanically and/or solvent cleaned. Parts with paint will have their critical surfaces masked followed by metal blasting - see Comment 1 below. A Visual inspection will then be performed. Suspicious or critical surfaces will be Magnetic Particle inspected. Any discovery work found from initial inspections beyond the scope of work defined in this proposal is not included in the price and will be handled as an adder to the contract. Dimensional inspection using hand tools will be completed as needed to document the as-received condition. Where applicable, a VBM or portable CMM (laser tracker) inspection will be performed to measure as-received sizes and to document the geometric characteristics of, and the relationships between, critical surfaces. Results will be reported to Owner along with recommendations and pricing for rework/repairs. The primer coat of the WAH standard coating for submerged, watered or oiled surfaces will be applied as appropriate – see drawing 20078-A. Interior cavities with limited access will be cleaned, examined and painted on a best effort basis. The final coat of the standard coatings will be applied after all processing is completed. The part specific work scope outlined below will be completed. Please note that the proposal drawing, drawing 29575-D, for Unit 1 is located at the end of Section 5. Drawing 20078-A is also located at the end of Section 3. Comment 1 - Considering the vintage of this unit, any remaining paint likely contains lead. Weir American Hydro has installed a state-of-the-art blast room that offers multiple blast-media types, media recycling and contaminant filtering. The facility includes a reduced pressure containment vessel where all blasting and particle separation takes place in an environmentally secured enclosure. Contaminants are separated from the media and deposited in individual containers depending on their mass and magnetic properties. The accumulated paint residue (dust, chips, etc.) is tested for heavy metals and disposed of according to applicable federal, state and local regulations. Weir American Hydro (WAH) will supply the following new components: (2) Francis Runners with ASTM A240 S30403 (or equivalent) stainless steel band and buckets, ASTM A516-60/70 (or equivalent) carbon steel crown. Approximately 3,500 hours. (1) ASTM A508 Grade 2 (or equivalent) Forged Turbine Shaft complete with ASTM A743 CA15 heat treated to BHN 220-260 stainless steel sleeves at both bearings. Approximately 35 hours. (1) ASTM A508 Grade 2 (or equivalent) Intermediate Shaft complete with ASTM A743 CA15 heat treated to BHN 220-260 stainless steel sleeves at the bearing and at the bulkhead seal area. The Attachment number 2 \nPage 22 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 3. SCOPE OF SUPPLY (continued) shaft end that mates to the speed increaser will be sized and the keyway will be machined to match existing flex coupling. Approximately 35 hours. (1) ASTM A36 Outboard bearing stand and bearing housing complete with all hardware. Approximately 20 hours. (40) Wicket Gates cast from ASTM A487 Grade CA-6NM stainless steel with self-lube bushings installed. Approximately 1,200 hours. Push-Pull (Connecting) Rod Assembly The “General” work scope, outlined above, will be performed. Each of the (4) connecting rod assemblies will be replaced with new components consisting of a turnbuckle, left hand and right hand rod ends, and hex nuts. New self-lube bushings will be installed in the rod ends. New stainless steel connecting rod pins will be provided. Approximately 125 hours. Gate Linkage and Hardware The “General” work scope, outlined above, will be performed. All of the following hardware will be replaced with 40 sets (20 x 2) of new stainless steel hardware: Gate bolts, Lock nuts, Gate bolt locks, Gate link pins, Eccentric pins and cast iron Breaking links with self-lube bushings (80). The test break links will be broken to confirm design shear-load. Approximately 400 hours. The following components will be rehabilitated: Gate Operating Shaft The “General” work scope, outlined above, will be performed. The rocker arms will be disassembled from the gate operating shaft(s) so that the shafts can be machined and fitted with new stainless steel sleeves at the (3) pillow block bearing locations. The rocker arms will then be reinstalled. Approximately 200 hours. Draft Chest The “General” work scope, outlined above, will be performed. The draft chest will be visually inspected with additional NDT performed in any suspect areas. All split hardware will be replaced with stainless steel fasteners. No machining of any surfaces are included with this estimate, all surfaces to be inspected and inspection reports will be forwarded to engineering for evaluation. Approximately 200 hours. Draft Tube Liner A visual inspection of the existing draft tube liner will be performed. Pillow Block Bearings (Gate Shaft) The “General” work scope, outlined above, will be performed. Each of the (3) gate shaft, pillow block bearings will be fitted with ORKOT self-lubricated bearing liners. New split hardware will be provided. Approximately 120 hours. Attachment number 2 \nPage 23 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 3. SCOPE OF SUPPLY (continued) Bulkheads/Packing Boxes The “General” work scope, outlined above, will be performed. New braided square packing will be supplied for both the main turbine shaft and the gate operating shaft. Approximately 20 hours. Gate Rings The “General” work scope, outlined above, will be performed. The general work scope outlined above will be performed. A corrosion resistant ring will be installed on the inside diameter for the opposing self-lube wear pads on the head cover. The (2) push pull rod bolts and the link pins will be removed. These bores will then be re-machined to engineered sizes to accommodate the new rods. Approximately 250 hours. Right and Left Hand Distributors The general work scope outlined above will be performed. The distributors will not be dis- assembled, the upper distributor ring, bottom plate, stay vanes and discharge ring will remain assembled. The wicket gates will be removed and replaced with new gates as described above. The current band seal is an axial type arrangement. The lower distributor deck will be machined to accommodate a radial band seal. See drawing 29575-D for details. Self-lube wear pads will be installed on the upper distributor ring and machined to final size. Each distributor will then have the gates and gate operating linkage assembled and stroked to confirm smooth operation. The gate seal clearances and hydraulic openings will be verified and adjusted to within design limits. Approximately 725 hours. Turbine Guide Bearings All (3) bearing blocks will be replaced with Lignum Vitae wood blocks. Approximately 30 hours. Bearing Pedestal and Housing Pump side pedestal and housing, the general work scope outlined above will be performed. In addition to the general rehabilitation to the pedestal and housing the inboard bearing material will be replaced with Lignum Vitae wood blocks. The outboard pedestal and bearing housing will be replaced with new components. Approximately 75 hours. Thrust Bearing The thrust bearing will be refurbished and re-babbitted by one of our approved Babbitt bearing suppliers. Approximately 10 hours. Attachment number 2 \nPage 24 of 46 Item # 34 Attachment number 2 \nPage 25 of 46 Item # 34 Attachment number 2 \nPage 26 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 4 HYDRAULIC DESIGN AND PERFORMANCE This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 2 \nPage 27 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 4. HYDRAULIC DESIGN AND PERFORMANCE 4.1 HYDRAULIC DESIGN The state of the art replacement runners will be designed using the American Hydro Runner Design System ("AHRDS"). Developed by American Hydro engineers, AHRDS provides a computer interactive design environment with complete flexibility for runner shape definition. The AHRDS system accomplishes two major functions. The geometry generation portion provides rapid computer-interactive runner hardware design. The fluid flow analysis "tests" the hydraulic performance of the runner geometry to determine power, efficiency, and cavitation resistance. The three-dimensional finite element flow analysis provides a fully three-dimensional calculation of water velocity, pressure, and energy for the wicket gates or for the runner. Boundary layer calculations are used to evaluate the fluid losses near the surface of the blades. This style of analysis has proven to be very accurate in determining turbine power and cavitation performance as shown by extensive model testing. Replacement runner design presents a unique challenge in that operating conditions and wheelcase geometry are established and the runner must be designed to match. Existing runner designs are compromised when applied to such situations, whereas the AHRDS system allows for the design of a fully customized runner with complete confidence that the hydraulic performance will be optimized. Once the hydraulic design is completed, the AHRDS program provides the numerical design data necessary for the mechanical design, structural analysis and for computer numerically controlled manufacturing of the runner. The quality and conformance to design of the manufactured runner are thereby assured through the single computerized geometry definition that is used in all phases of engineering and fabrication. The hydraulic design of the runner for Unit 1 was prepared with the understanding that the turbine will drive a pump through an existing gearbox. Based on our review of the records, the design speed of the original turbine was 270 rpm and the design net head of the turbine is 30 feet. In designing a turbine for a pump drive, it is important to prepare the design such that the best efficiency of the turbine results in the required power output at the nominal pump speed. Additionally, there should be some excess capacity in the turbine to avoid the possibility of under-powering the pump. With this in mind, WAH designed the replacement runners to achieve a power output of no less than 1850 Horsepower at a speed of 270 rpm under 30 feet net head. If the net head is slightly lower or higher, the wicket gates can be adjusted to maintain the pump speed and flow. Dimensions were taken for the replacement runner from measurements of the existing units. The runner was designed with 13 blades to minimize pressure pulsation levels and avoid the possibility of cavitation damage. A sketch of the runner blades and pressure plots at the design flow of 660 cfs are shown below. Attachment number 2 \nPage 28 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 4. HYDRAULIC DESIGN AND PERFORMANCE (continued) Augusta Unit 1 Replacement Runner Design The pressure distribution on the blade at full load of 1850 HP was analyzed using AHRDS software with the following results. Pressure Side of Blade Suction Side of Blades Augusta Unit 1 Preliminary Blade Design Attachment number 2 \nPage 29 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 4. HYDRAULIC DESIGN AND PERFORMANCE (continued) The pressure plots above confirm that the pressure on the surface of the blade will not drop below vapor pressure and therefore no cavitation damage will occur on the blade surface. If hydraulic conditions differ from those noted above, this should be considered in the final runner design. 4.2 HYDRAULIC PERFORMANCE The upgraded hydraulic performance is influenced by both the new runner design and the existing turbine water passage. To evaluate the existing water passages, they are compared with modern water passage designs. Model test data for a modern turbine serves as a baseline for the performance calculation. If the existing design is deficient, adjustments are made to the model data. In this manner, performance curves for a modern runner in an existing wheelcase are developed. The following performance curve shows the performance of the upgraded turbine with the replacement runners in the existing turbine chamber and draft chest. Hydraulic performance guarantees are found in Section 8.5 of this proposal. Attachment number 2 \nPage 30 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved Attachment number 2 \nPage 31 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 5 MECHANICAL DESIGN This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 2 \nPage 32 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 5. MECHANICAL DESIGN WAH will produce the new turbine runner components and quality assurance drawings according to our substantial experience in replacement runner design and manufacture. A complete and structurally sound runner design is assured through analysis and correct specification of: ♦ Materials ♦ Welding techniques and procedures including weld sizes ♦ Bucket thickness ♦ Shaft and seal mating tolerances ♦ Conformance to existing water passages Finite element analysis of the replacement runner will assure ample safety margins on stress levels even under full runaway speed. All engineering for this project will be done at the WAH headquarters using in-house developed and verified design/analysis software and complete NX CAD-CAM system. In addition, commercially available software including Fluent (CFD) and ANSYS (FEA) will be utilized. The mechanical design of the upgraded replacement turbine runners proposed for this project has been carefully developed to provide many years of reliable service. The new design is based on successful application of similar designs that have been verified using advanced structural analyses. The analyses accurately identify deflections, maximum stresses, mode and frequencies of vibration, fatigue life and material flaw acceptance criteria. Such analyses are also used to specify appropriate connection weld geometries. Stress and deformation levels will be within acceptable industry and specification limits. In addition to the specified structural analyses, the final runner design’s fatigue life will be evaluated to verify that a minimum 50-year reliable service life exists. Easily detectable material flaw acceptance criteria will be developed using the smaller values allowed by either the ASME Code or our fracture mechanics analytical results. These final evaluations will use published material properties that are available for all the proposed stainless steel plate and weld heat affected zone. The finish machined runner will fit in the reassembled wheelcase with proper spacing relative to the adjacent turbine components since accurate measurements are used to determine final dimensions and develop manufacturing and assembly drawings. The axial style band seal will be abandoned and a new radial band seal will be machined on each wheel case. The new runners will be designed so that appropriate band clearances are maintained. Attachment number 2 \nPage 33 of 46 Item # 34 Attachment number 2 \nPage 34 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 6 FIELD WORK This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 2 \nPage 35 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 6. FIELD WORK WAH intends to subcontract the field work portion of this contract to BHI Energy. WAH will provide a Field Service Representative for the duration of the project to oversee the work performed by BHI and our proposal includes one week of start up support. The City of Augusta will be responsible to provide site security, dewatering, compressed air, electrical service and potable water. The following scope of work will be included: 6.1. Disassembly & Removal a. Mobilize personnel and tooling b. Mobilize and set-up crane c. Perform LOTO, unload tool module d. Remove inboard & outboard bearings/pedestals e. Open manways and remove center guide bearing f. Uncouple shaft, disconnect and remove linkage arms g. Remove turbine upper casings (camel backs) h. Unbolt, rig and lift turbine assembly i. Remove inboard gate casing; lift turbine assembly j. Remove outboard gate casing; lift turbine assembly k. Remove turbine runner/shaft assembly l. Remove turbine lower casing m. Clean & prepare parts for shipment n. Load and secure two upper casings (camel backs) on truck for shipment (by WAH) o. Load and secure two gate casings on truck for shipment (by WAH) p. Load and secure turbine runner/shaft assembly, linkage shaft and bearings on truck for shipment (by WAH) q. Remove LOTO and load tool module r. Demobilize personnel and tooling 6.2. Installation & Assembly a. Mobilize personnel and tooling b. Mobilize and set-up crane c. Perform LOTO, unload tool module d. Receive and offload turbine runner/shaft assembly, linkage shaft and bearings e. Receive and offload two gate casings f. Receive and offload two upper casings (camel backs) g. Clean and prepare parts for assembly h. Install lower turbine casing i. Install turbine runner/shaft assembly j. Install outboard gate casing k. Install inboard gate casing l. Set and fasten turbine assembly m. Install turbine upper casings (camel backs) n. Couple shaft, install and connect linkage arms o. Install center guide bearing and close manways p. Install inboard and outboard bearings/pedestals q. Remove LOTO and load tool module r. Demobilize personnel and tooling s. Start-up assistance for up to five days. Attachment number 2 \nPage 36 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 7 QUALITY ASSURANCE This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 2 \nPage 37 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 7. QUALITY ASSURANCE Weir American Hydro has always been committed to providing the highest quality hydro turbine equipment available. As a result of our continuous efforts to meet this commitment, American Hydro Corporation’s Quality Management System has been certified by Lloyd’s Register Quality Assurance to the requirements of ISO 9001, for the design and manufacture of hydro turbines and related water control products, see certification below. Upon receipt of a contract, a Quality Assurance Plan is generated which identifies the customer quality requirements and provides input to Engineering and Manufacturing. In addition to the specific project oriented activities, Quality Assurance monitors and evaluates the quality related activities throughout the organization by performing product, process and system audits. The inspection department provides an independent evaluation of product characteristics by sample inspection of minor characteristics, and complete inspection of major characteristics that affect the erection and/or performance of the equipment. A quality control program developed specifically for runner manufacturing and designed to prevent and readily detect and correct non-conformities in quality of the work will be maintained. Quality control documentation will be submitted. These records will include but not necessarily be limited to: • Material certifications • Inspection and nondestructive examination reports • Test records Inspection and verification points are planned and performed starting with the receipt of material and continue throughout manufacturing, cleaning, coating, and shipping preparations. Inspection and test points are planned to readily detect non-conformities and prevent delays and costly rework. 1. Inspection and Verification Points a. Runner 1. Material certifications. 2. Premachined crown and band shapes. 3. Bucket finish, fairness, and profile. 4. Runner assembly dimensional check, including vent dimensions, both before and after welding. 5. Specification of internal welding procedures. 6. Runner dimensional check after finish machining. 7. Runner vents, and hydraulic balance. 8. Runner balancing. 9. Runner/shaft fit. b. Wicket Gates 1. Material Certifications 2. First Pilot Casting will be RT inspected. Attachment number 2 \nPage 38 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 7. QUALITY ASSURANCE (continued) 3. MT inspect 100% at Foundry 4. Post Rough Machine MT 5. Post Final Machine Visual and Dimensional Inspection c. Turbine Shaft 1. Material Certification from Foundry a. Including 100% UT and MT testing at Foundry 2. Receiving and Pre Machined Dimensional Inspection 3. Non Destructive testing using Magnetic Particle of the Fillets 4. Post Machining Final Dimensional Inspections including Runouts. d. Runner to Shaft Assembly 1. Assemble components and 2. Line Bore Inspection of Coupling Bolts 3. Match marking of Components 4. Inspected to drawing requirements e. Other Components/Assemblies (Operating Mechanism, Bearings, Pedestal) 1. Material certifications. 2. Fabrication weld surfaces. 3. Final dimensions on fabrications and machined components. 4. Fits and clearances of assemblies. 5. Surface preparation for coating. 6. Coating visual examination f. Wheelcase Assembly 1. Inspection for Functional Operation 2. Inspection for Gate Opening and Gate End Clearance g. Rehabilitation of Existing Components 1. Post Blast and Cleaning, Visual Inspection 2. MT suspected areas 3. Post Rehabilitation Inspections (Visual and Dimensional as needed) 2. Nondestructive Testing a. Runner 1. Welds will be 100 percent liquid penetrant (PT) tested in compliance with ASTM E165-80, and acceptance standards are in accordance with ASME Code Section VIII Appendix 8. 2. Welds joining the buckets to the band and crown will be ultrasonically inspected in the highly stressed areas in addition to the PT inspection. Attachment number 2 \nPage 39 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 7. QUALITY ASSURANCE (continued) Ultrasonic testing will be in compliance with ASME Code Section VIII, Appendix 12. b. Turbine & Intermediate Shafts 1. At the Foundry, the forged shafts will be 100 percent ultrasonically tested in conformance with the requirements of ASTM A418 with acceptance in accordance with ASME Code Section VIII, Appendix 12. 2. At the Foundry, the forged shafts will be 100 percent Magnetic Particle (MT) tested in compliance with ASTM A275, and acceptance standards are in accordance with ASME Code Section VIII Appendix 6. 3. After Machining the flange fillets and other critical and high-stress areas of the Turbine Shaft will be Magnetic Particle (MT) tested in compliance with ASTM A275, and acceptance standards are in accordance with ASME Code Section VIII Appendix 6. c. Wicket Gates 1. The Wicket Gates will be 100 percent Magnetic Particle (MT) tested in compliance with ASTM A275, and acceptance standards are in accordance with ASME Code Section VIII Appendix 6. 3. ISO 9001 Certification: Please find our ISO 9001 certification at the end of this section. Attachment number 2 \nPage 40 of 46 Item # 34 Attachment number 2 \nPage 41 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 8 COMMERCIAL OFFER This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 2 \nPage 42 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 8. COMMERCIAL OFFER 8.1 Pricing New Runners: $577,300 New Turbine & Intermediate Shafts: $97,900 Runner and Shaft Assembly: $16,700 New Wicket Gates: $224,800 Wheelcase Rehabilitation: $95,300 Guide and Thrust Bearings: $107,000 Gate Operating System: $178,300 Draft Chest Rehabilitation: $22,000 Transportation: $30,900 Disassembly Field Work (estimate) $116,000 Reassembly Field Work (estimate) $174,000 Bonding: $13,900 Total: $1,654,100 This price is exclusive of any applicable taxes. 8.2 Payment Schedule The following payment schedule shall apply to the work performed under this proposal. Payment Schedule Milestone Contract Percentage Approximate Time After Award (Months) Contract Award 10% - Order of Runner Material 10% 2 Receipt of Runner Material 15% 3 Disassembly Complete, Unit 1 Components Shipped to WAH Shop 15% 6 Runners Assembled, Ready for Final Welding 12% 7 Completion of Shop Distributor Assembly 10% 9 Final Shipment of Components to Site 8% 10 Reassembly Complete 10% 11 Commissioning 10% 12 All payments shall be due net 30 days following submittal of invoice. 8.3 Proposal Validity Please consider the pricing included in this proposal valid for acceptance within 60 days from the date of this proposal. Attachment number 2 \nPage 43 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 8. COMMERCIAL OFFER (continued) 8.4 Project Schedule Please find our project schedule enclosed. 8.5 Guarantees Guarantees are subject to verification by field testing by the Owner, conducted in accordance with IEC 60041 including the application of appropriate test uncertainties. Please note that we expect that there is sufficient wicket gate opening with the existing distributors to achieve the guaranteed power output. However, measurements or drawings of the gate rotation are not available at the time of the bid. Upon receipt of dimensional information, Weir American Hydro will analyze the gate rotation and provide recommendations for modifications if the rotation is not sufficient. All guarantees assume that the minimum tailwater level during unit operation will be no less than 118.5 feet. 8.5.1 Power Output Weir American Hydro guarantees that the upgraded turbine with replacement runners will achieve a power output no less than 1850 horsepower at the rated head of 30 feet and a turbine speed of 270 rpm. 8.5.2 Efficiency Weir American Hydro guarantees that the upgraded turbine with replacement runners will achieve a peak efficiency of no less than 83% at 30 feet net head. 8.5.3 Cavitation Pitting The turbine runners will be guaranteed against excessive loss of metal due to pitting caused by cavitation in accordance with IEC Publication 60609 for a period of one (1) year from the date the turbine with replacement runner is placed in service, but not to exceed two (2) years from date of final completion and offer of shipment, provided that during the cavitation pitting guarantee period the turbine is operated within the following conditions: • A net head range between 28 and 32 feet. • Normal operation between 260 and 280 rpm. • During the guarantee period, the turbine will operate no more than 100 hours above the guaranteed minimum output of 1850 HP Excessive cavitation pitting is defined as the removal of 4.0 pounds of metal from each of the runner by the action of cavitation. Surfaces which have a peak-to-valley height of less than 0.5 mm are not considered as having been affected by cavitation. Erosion or damage Attachment number 2 \nPage 44 of 46 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNIT 1 Copyright © 2013 American Hydro Corporation. All rights reserved 8. COMMERCIAL OFFER (continued) caused by solid particles in the water and corrosion caused by aggressive chemical substances in the water, or by galvanic or electrolytic actions, are not covered by the pitting guarantee. If excessive cavitation pitting occurs, Weir American Hydro will repair the resulting damage by welding and grinding to a smooth surface equal to finish to the as- furnished runners. For cavitation repair, Owner shall dewater the turbine to the extent necessary at a mutually convenient time and shall provide proper access to the work. Owner shall also provide free of charge the use of station power and compressed air. All other items of equipment and materials required for the repairs will be furnished by Weir American Hydro. 8.6 Commercial Terms The contract terms and conditions will be those that are mutually agreed upon between the Augusta Utilities Department and Weir American Hydro. The basis for such agreement shall be the contract between The City of Augusta, Georgia and American Hydro Corporation for the Unit 4 Raw Water Pump Station Upgrade, Project 0302-04 dated December, 2004 and additional revisions in an email from WAH to Jorge Jimenez on November 25, 2013. Attachment number 2 \nPage 45 of 46 Item # 34 Activity ID Activity Name Original Duration Start Finish Augusta Unit No. 1Augusta Unit No. 1 321d 01-06-14 11-23-14 PROJECT MANAGEMENTPROJECT MANAGEMENT 321d 01-06-14 11-23-14 A1180 CONTRACT AWARD 0d 01-06-14* A1250 COMPLETION 0d 11-23-14 ENGINEERINGENGINEERING 210d 01-06-14 08-04-14 A1190 HYDRAULIC ENGINEERING 14d 01-06-14 01-20-14 A1200 DESIGN FOR LONG LEAD MATERIALS 14d 01-20-14 02-03-14 A1210 DESIGN ENGINEERING 182d 02-03-14 08-04-14 PRODUCTIONPRODUCTION 266d 02-03-14 10-27-14 ROTATING COMPONENTSROTATING COMPONENTS 266d 02-03-14 10-27-14 RUNNER/SHAFT ASSEMBLYRUNNER/SHAFT ASSEMBLY 266d 02-03-14 10-27-14 RH RUNNERRH RUNNER 252d 02-03-14 10-13-14 LH RUNNERLH RUNNER 252d 02-03-14 10-13-14 TURBINE SAHFTTURBINE SAHFT 196d 02-03-14 08-18-14 INTERMEDIATE SHAFTINTERMEDIATE SHAFT 196d 02-03-14 08-18-14 ASSEMBLYASSEMBLY 14d 10-13-14 10-27-14 STATIONARY COMPONENTSSTATIONARY COMPONENTS 259d 02-03-14 10-20-14 DISTRIBUTOR ASSEMBLYDISTRIBUTOR ASSEMBLY 259d 02-03-14 10-20-14 NEW SST GATESNEW SST GATES 168d 02-03-14 07-21-14 GATE LINKAGEGATE LINKAGE 35d 06-23-14 07-28-14 DISTRIBUTOR REHABDISTRIBUTOR REHAB 98d 06-23-14 09-29-14 TRIAL ASSEMBLYTRIAL ASSEMBLY 21d 09-29-14 10-20-14 GATE OPERATING SYSTEMGATE OPERATING SYSTEM 56d 06-23-14 08-18-14 DRAFT CHEST REHABDRAFT CHEST REHAB 28d 06-23-14 07-21-14 TURBINE GUIDE BEARINGSTURBINE GUIDE BEARINGS 42d 06-23-14 08-04-14 OUTBOARD BEARING PEDESTALOUTBOARD BEARING PEDESTAL 42d 06-23-14 08-04-14 THRUST BEARINGTHRUST BEARING 84d 06-23-14 09-15-14 PACKING BOXPACKING BOX 21d 06-23-14 07-14-14 TRANSPORTATIONTRANSPORTATION 140d 06-16-14 11-03-14 TO SHOPTO SHOP 7d 06-16-14 06-23-14 TO SITETO SITE 7d 10-27-14 11-03-14 FIELD SERVICEFIELD SERVICE 174d 06-02-14 11-23-14 DISASSEMBLYDISASSEMBLY 14d 06-02-14 06-16-14 REASSEMBLYREASSEMBLY 20d 11-03-14 11-23-14 Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan 2014 2015 CONTRACT AWARD COMPLETION Augusta Utilities Department RWPS Proposal No. 2891 Schedule Weir American Hydro Page 1 of 1 TASK filter: All Activities   Attachment number 2 \nPage 46 of 46 Item # 34 December 16, 2013 Mr. Jorge G. Jimenez, P. E. Principal ZEL Engineers 435 Telfair Street Augusta, GA 30901 SUBJECT: City of Augusta – Augusta Utilities Department Goodrich Street Raw Water Pumping Station Units 9 & 10 Upgrade American Hydro Corporation Proposal Number 2725 Dear Mr. Jimenez: Weir American Hydro (WAH) is pleased to submit this proposal to supply two new duplex turbines for Units 9 & 10 at the Goodrich Pumping Plant for the Augusta Utilities Department (AUD). With over 25 new turbines supplied over the last 26 years, including the successful rehabilitation of Unit 4 at this same station in 2005, we feel highly qualified to supply this equipment. WAH offers unmatched capabilities to design and manufacture hydro turbine equipment to the highest technological standards. The two new duplex turbines will be manufactured in our York, Pennsylvania facility utilizing computer controlled machine tools to assure accuracy, quality and reliability. This offering will provide the City of Augusta with superior matching of capabilities and equipment. Please consider the pricing included in this proposal valid for acceptance within 60 days from the date of submittal. Also, note our proposal does not have cranes provided as WAH assumes there will be a sufficient crane on site provided by the civil contractor, the requirements are further described in Section 6. We trust that you and the AUD will find this proposal complete and responsive to your needs. We look forward to working with you on the successful manufacture and installation of new Units 9 & 10. Should any questions arise during your review of this proposal, please contact us at your earliest convenience. Sincerely, Michael L. Bennett President & Managing Director cc: Jonas Batten – WAH Weir American Hydro American Hydro Corporation 135 Stonewood Road P. O. Box 3628 York, PA 17402 Tel: (717) 755-5300 www.weirpowerindustrial.com Attachment number 3 \nPage 1 of 57 Item # 34 TABLE OF CONTENTS 1 Introduction 2 Pricing Justification 3 Scope of Supply 3.1 Description of Scope of Supply 3.2 Work to Be Provided by Owner 4 Hydraulic Design and Performance 4.1 Hydraulic Design 4.2 Hydraulic Performance 5 Mechanical Design 6 Field Work 6.1 Draft Tube Installation 6.2 Turbine Installation 7 Quality Assurance 8 Commercial Offer 8.1 Pricing 8.2 Payment Schedule 8.3 Proposal Validity 8.4 Schedule 8.5 Guarantees 8.6 Commercial Terms Attachment number 3 \nPage 2 of 57 Item # 34 PROPOSAL NEW DUPLEX TURBINES Units 9 & 10 Goodrich Street Raw Water Pumping Plant Prepared For City of Augusta Augusta Utilities Department By Weir American Hydro December 16, 2013 Attachment number 3 \nPage 3 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 1 INTRODUCTION This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 3 \nPage 4 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 1. INTRODUCTION Project Background and Understanding The Goodrich St. Raw Water Pumping Station is located on the Augusta Canal in Augusta, Georgia. The plant was originally constructed to house four (4) turbine-driven pumps, the turbines of which are all horizontal, duplex (2 runner) units. The turbines are equipped with speed increasers to directly drive water pumps that supply the City’s raw water reservoirs. Two of these units are still in operation, Units 1 & 4. The Augusta Utilities Department (AUD) is now interested in rehabilitating Unit 1 to restore lost pumping capacity, as well as installed two new units, Units 9 & 10, to replace Units 2 & 3. In September of this year, Weir American Hydro (WAH) responded to AUD’s Request for Qualifications and was determined to be the lone qualified supplier. Weir American Hydro (WAH) understands that new Units 9 & 10 will become the primary pumping units for the plant, with Units 1 & 4 acting as a backup. WAH also understands that the AUD desires to maintain a similar design and arrangement for Units 9 & 10 to that of the current units for ease of maintenance and servicing. Units 9 & 10 will maximize the power within the given constraints. This proposal will focus on the supply and installation of new Units 9 & 10. The Weir American Hydro Solution Weir American Hydro is a leading supplier and installer of equipment for the hydroelectric and water distribution industries, specializing in the design, manufacture, upgrade and servicing of high performance hydro turbines and pumps. WAH has worked with the AUD at the Goodrich St. Raw Water Pumping Station since 2003,upgrading Unit 4, aiding in repairs and providing quotes for future work. In addition to WAH’s familiarity with the site and equipment, WAH has designed, rehabilitated and built several duplex and quadruplex units in the last ten years. As WAH has worked with both the AUD and ZEL Engineers for the last ten years, WAH has the working relationships and knowledge of the facilities to ensure a mutually successful project. BHI Energy Power Services LLC (formerly Power Equipment Maintenance) has completed work for both WAH as a subcontractor and directly for the AUD at the site, so they are also familiar with the personnel, facilities and practices of all involved parties. It is because of BHI’s experience and our ongoing working relationship, that WAH intends to subcontract the field work portion of this contract to them. Attachment number 3 \nPage 5 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 1. INTRODUCTION (continued) New Units 9 & 10 will be custom designed duplex “camel back” type hydro turbines designed to meet the minimum requirement of 3500 horsepower. Each unit will have two (2) 300 series stainless steel runners and two sets of stainless steel wicket gates. Significant focus has been placed on mechanical design of these two units to optimize quality and cost and allow ease of maintenance. One instance of this is the design of the draft chest which allows the center bearing to be adjusted from outside the draft chest. As the lone qualified supplier of the equipment and services for this work, WAH is providing a justification for the pricing provided in the proposal. It should be noted by the AUD that projects of the size, configuration and scope of the new equipment for Units 9 & 10 are not common and market level pricing for such is scarce. Therefore, WAH is basing the justification on a project with similar scope (and same physical size) and configuration won through competitive bidding for Avista in 2010. Adjustments for scope and time have been made. The full justification can be found in Section 2. WAH understands that the AUD’s goal is to have this project completed by the fall of 2015, and WAH is confident this schedule can be met. Please refer to Section 8.4 to see our proposed project schedule for the new Units 9 & 10. Attachment number 3 \nPage 6 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 2 PRICING JUSTIFICATION This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 3 \nPage 7 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 2. PRICING JUSTIFICATION Introduction The justification for the pricing submitted in Section 8.1 of this proposal is based on the competitive tenders for replacement generating equipment for Units 1 and 2 at Avista Energy’s Nine Mile Hydroelectric Plant in eastern Washington State. In early 2010, Avista solicited proposals for the replacement of two (2) horizontal quad (4 runner) units; bids were received on April 1, 2010. The scope of work was turbines, generators and governors and controls. American Hydro Corporation was the successful bidder. Installation of the units was not part of the scope of the Nine Mile project. For Units 9 and 10, the pricing for this portion of the work scope is based solely on the pricing provided to WAH by BHI. This pricing justification covers the supply of the turbines only. Methodology Please refer to the Price Justification Summary, included as Exhibit A-1. Pricing was requested by Avista in a manner such that the turbine pricing was itemized and recorded separately. Please refer to Exhibit A-2, Itemized Quote Form, RFP R-36487, REPLACEMENT HYDRO TURBINE GENERATOR UNITS 1 AND 2. The turbines that comprised the winning bid for Nine Mile Units 1 and 2 are of the “Seagull” type, a design that features two turbines on a single, horizontal shaft, very similar to the arrangement requested by Augusta Utilities Department (AUD) for Units 9 and 10. The difference is the two turbines discharge “away” from each other, whereas those for Units 9 and 10 are of the “camel back” design, with the two turbines discharging “towards” each other. The two arrangements are shown in Exhibit A-3. The turbine wheel cases and runners are very similar in design and, in this instance, the identical physical size. To develop the “Market Price” for Units 9 and 10, the turbine price from the Nine Mile pricing sheet was used as the starting point. As this price included transportation to the site in Washington State, this amount was removed and the result divided by 2 to yield a “unit” price. As there are some differences in the scope and design between the two projects, the respective items were removed from the Nine Mile price, resulting in a price reflecting the same scope of supply. This value was then adjusted for escalation since the time of the bid in April 2010. The basis for this escalation amount is Producer Price Index data issued by the U.S. Department of Labor, U.S. Bureau of Labor Statistics on a monthly basis. As there is no specific category for hydraulic turbines, the category entitled “Capital Equipment – Pumps, compressors, and equipment” was used for this adjustment. Reports of this data for April 2010 and October 2013 (latest data available at the time of this submittal) are enclosed as Exhibit A-4. The index value for April 2010 is 214.6 and that for October 2013 is 235.8, resulting in an approximate 10% increase over this time period. Attachment number 3 \nPage 8 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 2. PRICING JUSTIFICATION (continued) At this point, the present day, dissimilar scope item pricing for Units 9 and 10 was added to the escalated unit price derived from the Nine Mile unit pricing and doubled to reflect two units. One-time costs, consisting of engineering, patterns, fixtures, etc., and transportation to Augusta were then added to arrive at a total market price for the supply of the two turbines. Finally, as bonding is required by the City for this project, the cost of providing the bond was added to the price. Conclusion The derived market price for the supply of two, duplex horizontal Francis turbines, with the scope of supply requested by AUD, less bonding, is $6,319,331. The price offered herein for equipment supply only is $6,171,600, or approximately 2.3% below market price. Attachment number 3 \nPage 9 of 57 Item # 34 EXHIBIT A-1 Attachment number 3 \nPage 10 of 57 Item # 34 Basis: Nine Mile Units 1&2 Avista Energy Date of Offer:April-10 Total Sell Price (Turbines, Governors and Auxiliary Equipment):8,542,600 Qty 2 Scope of Work: Design (Turbine only)1,230,000 Turbines (including transportation)6,510,000 Governors (including engineering and transportation)326,250 As-Built Drawings, O&M Manuals, etc.409,900 Spare Parts (Turbine)48,100 Spare Parts (Governor)18,350 Turbines (including transportation)6,510,000 Remove Transportation 279,000 Per Unit Price (Turbines)3,115,500 Dissimilar scope items Nine Mile Augusta Bulkhead 189,000 14,000 Gate Operating Mechanism 388,000 415,000 Draft Tube 668,000 553,000 Vibration Monitoring 96,000 - Shafting 204,000 118,000 Total 1,545,000 1,100,000 Common Scope Items 1,570,500 Adjust for Time (PPI)1.0988 1,725,665 Add Augusta dissimilar scope items 2,825,665 Two Units 5,651,331 Add One-Time costs (Design, manuals, patterns, etc.)668,000 Add Transportation 82,000 Total for two turbines 6,319,331 Bonding (0.85%)53,714 Total with Bonding 6,373,045 City of Augusta Goodrich St. Raw Water Pumping Station Units 9 & 10 PRICE JUSTIFICATION EXHIBIT A-1 Attachment number 3 \nPage 11 of 57 Item # 34 EXHIBIT A-2 Attachment number 3 \nPage 12 of 57 Item # 34 Itemized Quote Form RFP R-36487 REPLACEMENT HYDRO TURBINE GENERATOR UNITS 1 AND 2 AVISTA UTILITIES Nine Mile HED Nine Mile Falls,WA All quotes must be submitted using this Form.Please carefully review the area for pricing and enter your firm price for Each Item. Unit AmountTurbines,Governors and Auxiliary Equipment Qtv 2 1 Design turbines and associated systems and parts for new turbine installation.This includes submission of engineering calculations, computer modeling, manufacturing drawings, and listof materials. SELLERis eligible for payment when allengineering design data and drawings have been accepted by BUYER and upon certificationby SELLER that the milestone has been met. $1,230,000 (AHC) 2 Procurement of key turbine components,including the runner buckets,crown,band,draft chests,distributor components,gate operating system, shaft and receipt inthe manufacturingfacility,fully tested as defined in the Technical Specifications Section 11290 and other items as specified inthe procurement documents;and accepted by the SELLER. SELLER is eligible for payment upon receipt of keyturbine components have been received inSELLER'S shop and upon certification by SELLER that milestone has been met. 3 Manufacture,test, and supply,including delivery FOB tojobsitetwo Lump Sum $6,510,000 (AHC) replacement turbines including auxiliary equipment, couplingbolts, fasteners,nut guard, shaft wearing sleeve,erection support bracket (ifrequired), special lifting bracket (ifrequired), and other items as specified inthe procurement documents.SELLER is eligible for payment when the turbine runner and associated parts have been unloaded from the truck at the Nine Mile HED unloading bay and upon certification by SELLER that milestone has been met. 4 Manufacture, test, supply and deliver FOB destination,freight prepaid and allowed to job site two governor systems (GE 505H) including auxiliary equipment,SELLER is eligiblefor payment when the governors and associated parts have been unloaded fromthe truck at the Nine Mile HED unloading bay and upon certification by SELLER that milestone has been met Completion of final as-built drawings,erection procedures, recommended commissioning test procedures,O &M manuals,and other supporting data for the replacement turbines.SELLER is eligiblefor payment when allspecified data has been received by BUYERand upon certification by SELLER that the milestone has been met. Lump Sum Lump Sum Cost forpayment bond. Suretycompany rating of A++(Superior)per Lump Sum A.M.Best 7 Cost forperformancebond. Suretycompany rating ofA++(Superior)Lump Sum per A.M.Best Included in Item 3 Below $326,250 (L&S) (Includes engineering) $409,900 (AHC) Later Later Attachment number 3 \nPage 13 of 57 Item # 34 '.•*,,'•%.,-,r-.'.*"'.-A-'*--Sub Total Items 1-7 $8,476,150- 8 Spare Parts for Turbine,delivered FOB destination, freight prepaid and allowed to job site Items a-h $48,100 (AHC) a. Two wicket gates and stems completely machined 2 b. Two gate stem levers withkeys 2 c.One complete set of breaking elements (shear pins, etc.)for the qate operating mechanism Lump Sum d.One turbine bearing of each type Lump Sum e. Five sets of bushings and sleeves for gate stems and 5 linkages to the operatinq rinq f. Two complete sets of packings,gaskets,seals,and 2 otherexpendable parts g. One wearing sleeve for shaft seal 1 h. Two coupling bolts &nuts for shaft couplings (for each kind) Lump Sum 9 Spare Parts for Governor (GE505H)delivered FOB destination,freight prepaid and allowed to job site. Items a-b)$18,350 (L&S) a.One governor oil pump and motor Lump Sum b.Spare electronic printed circuit cards,modules or subassemblies shall be calibrated and adjusted for operational use equivalent to the actual items furnished in the governors Lump Sum Additional Spare Parts or other items offered by the SELLERforthe turbine shall be listingbelow showing quantity,part number,description,and priceper unitdeliveredFOBdestination,freight prepaid and allowed to job site. 10 a.unit Later b.unit c.unit d.unit e.unit etc.unit Sub Total Items 8-10 $66,450 Total Cost Turbines,Governors and Auxiliary Equipment $8,542,600 Generators,Excitation Equipment,GCB's,Qty 2 Protection and Controls 11 Design two complete new 0.90 PF generators and associated excitation equipment as outlined in Section 16210 and the procurement documents.This includes submission of engineering calculations,computer modeling, manufacturing drawings, and list of materials.SELLER is eligible for payment when all engineering design data and drawings have been accepted by BUYERand upon certification bySELLER thatthe milestone has been met. Unit Amount $273,750 (HIEC) Attachment number 3 \nPage 14 of 57 Item # 34 12 Material Procurement for StatorAssembly complete as described in Section 16210 and other items as specified in the procurement documents;and accepted by the SELLER. SELLER is eligiblefor payment upon receipt ofkeyturbine components have been received in SELLER'S shop and upon certification by SELLER that milestone has been met. a. Material procurement for stator windings LumpSum $721,300 (HIEC) b. Material procurement for core laminations LumpSum $184,150 (HIEC) c. Material procurement for stator frame Lump Sum $350,950 (HIEC) 13 Manufacture test and supply, including delivery FOB to Job Site the two new 0.90 PF generators complete as described in Section 16210 and the procurement documents including any erection support bracket (ifrequired),special lifting brackets (ifrequired), and other items as specified in the procurement documents.SELLER is eligiblefor payment when the generator and associated parts have been unloaded from the truck at the Nine Mile HED unloading bay and upon certification by SELLER that milestone has been met 14 Supply two complete static excitation systems (Basler DECS400) delivered FOB destination,freight prepaid and allowed to job site. 15 Cost for payment bond. Surety company ratingofA++(Superior) per LumpSum A.M.Best 16 Cost forperformance bond. Surety company ratingofA++(Superior) LumpSum per A.M.Best Sub Total Items 11-16 17 Spare parts for generator(s)delivered FOB destination, freight prepaid and allowed to job site. Qty Unit Price $1,492,500 (HIEC) $384,300 (L&S) Later Later $3,406,950 Item Price a.One complete set of wearing parts for the thrust bearing, including thrust bearing runner and complete set of babbitted stationary shoes or segments Lump Sum $26,800 (HIEC) b. One complete babbitted liner or set of shoes for each guide bearing c. Two sets of coils -each set containing the maximum number of coils which must be removed to permit replacement of a failed coil d. Two complete generator field coils, including necessary materials for installation. If"Integrated Strap Wound Type" of coil construction is utilized,each spare field coil shall be furnished complete with pole piece and a factory-fabricated integral coil and pole assembly. e.One (1)complete set of generator brake pads f.One of each type of device specified in Paragraph 2.2 "Instrumentation and Controls"of Technical Spec No. 16210 g.One set of brushes h.Stator core laminations 18 Spare parts for exciter(s)delivered FOB destination, freight prepaid and allowed to job site a.Complete set of six thyristors for the rectifier bridge b.Complete set of six fuses for the rectifier bridge c.Printed circuit of each type Lump Sum $25,600 (HIEC) N/A $14,300 (HIEC) $1,150 (HIEC) LumpSum $21,250 (HIEC) Lump Sum $950 (HIEC) Lump Sum N/A Items a-c $97,400 (L&S) Lump Sum Attachment number 3 \nPage 15 of 57 Item # 34 19 Additional Spare Parts or other items offered by the SELLER for the generators and exciters shall be listing below showing quantity, part number,description,and price per unitdelivered FOB destination,freight prepaid a.unit Later b.unit c.unit d.unit e.unit etc.unit Sub Total Items 17-19 $187,450 $481,100 (L&S)20 Design manufacture,test and deliver FOB destination, freight prepaid and allowed to job site for medium voltage switchgearas described inTechnical Specification Section 16340 and other items as specified in the procurement documents.SELLER is eligiblefor payment when the switchgear and associated parts have been unloaded from the truck at the Nine Mile HED unloading bay and upon certification by SELLER that milestone has been met. 21 Design,manufacture,test and deliver FOB destination,freight prepaid and allowed to job site the relay and control panels as described inTechnical Specification Section No. 16941 and other items as specified in the procurement documents.SELLER is eligible for payment when the switchgear and associated parts have been unloaded from the truck at the Nine Mile HED unloading bay and upon certification by SELLER that milestone has been met. a.Unit Manual Control Panels b. Unit Relay Panels c.Unit PLC Panels Lump Sum Each Each Each 22 Develop, design and implement the unitcontrol system by use ofthe LumpSum System Integrator as described inthe Technical Specifications Section 17010 and other items as specified in the procurement documents.SELLER is eligible for payment once the unit control system is functionally verified after commissioning the Nine Mileunits and upon certificationbySELLERthat milestone has been met. Sub Total Items 20-22 23 Total Price for Generators,Excitation Equipment,GCB's, Protection and Controls Field Services During Construction Services ofan Erecting Supervisor for providing technical direction 200 Days for loading,receipt at the job site, inventorying,unloading, installation,testing and initial operation of the turbine,generator, governor, controls, switchgear, and excitation equipment as outlined in Section 1310 Project Coordination.Construction supervision will be required during the 200 working days allocated for construction. a.Round trip travel expenses per trip $791,300 (L&S) Included Included Included $682,400 (L&S) $1,954,800 $5,549,200 $250,810 $2,100 Attachment number 3 \nPage 16 of 57 Item # 34 24 b.Weekly Rate c.Rate of Pay per day d. Hourlyrate overtime (exceeds 40 hrs / week) e. Meal and Lodging per diem f. Meal and Lodging per diem Total For Field Services During Construction Field Services During Start-up Commissioning b.Rate of Pay per day c. Hourlyrate overtime (exceeds 40 hrs /week) d. Meal and Lodging per diem Total For Field Services During Construction week day hour week day Services ofa Start-up Commissioning Supervisor for providing 2 weeks technical direction for start-up commissioning testing of the turbine generator units and associated controls. a.Round trip travel expenses 1 trip 15 days hour 15 days 25 Training Program for Operators Lump Sum Total Complete Bid Price for Turbines,Governors,Generators, Excitation Equipment,GCB's,Protection and Controls,and Field Services and Training Optional Bid Items The following optional biditemsshall be bid as a cost adder to the above complete bid price Optional Bid Items Qty 2 Each $5,440 $1,088 $197 $1,190 $170 $257,210 (AHC) $12,940 $2,100 $1,088 $197 $170 $13,260 (AHC) $65,000 $14,427,270 Amount $248,800 (HIEC)A Incremental cost to provide increased VARcapacity by providingtwo complete new 0.80 PF generators and associated excitation equipment as outlined in Section 16210 and the procurement documents. B Fire Detection System (Units 1 and 2) C 2000 Amp Main Switchgear Breaker feeding GSU LumpSum $128,600 (HIEC) Lump Sum Later Attachment number 3 \nPage 17 of 57 Item # 34 EXHIBIT A-3 Attachment number 3 \nPage 18 of 57 Item # 34 At t a c h m e n t n u m b e r 3 \ n P a g e 1 9 o f 5 7 It e m # 3 4 At t a c h m e n t n u m b e r 3 \ n P a g e 2 0 o f 5 7 It e m # 3 4 EXHIBIT A-4 Attachment number 3 \nPage 21 of 57 Item # 34 PPI Detailed Report Data for April 2010 | U.S.Department of Labor. U.S.Bureau of Labor Statistics Mining Agriculture •Utilities • BLS ryt *x- Attachment number 3 \nPage 22 of 57 Item # 34 Table 2. Producer price indexes and percent changes for selected commodity groupings by stage of processing [1982=100,unless otherwise indicated] Unadjusted index Unadjusted percent change to Apr.2010 from: Seasonally adjusted percentchange from: Grouping Finished goods Finished consumergoods Finished consumerfoods Fresh fruits and melons2 Fresh and dryvegetables2 Eggs for fresh use (Dec 1991=100) Bakeryproducts2 Milled rice2 Pasta products (June1985=100)2 Beef and veal2 Pork Processed young chickens Processed turkeys Finfish and shellfish2 Dairy products2 Processed fruits and vegetables2 Confectioneryend products2 Soft drinks2 Roasted coffee2 Shorteningand cookingoils2 Frozenspecialties2 Finished consumer goods excluding foods Alcoholic beverages Pet food2 Women's,girls',&infants'apparel(Dec2003=100): Men'sand boys'apparel(Dec2003=100)2 Textile housefurnishings Footwear2 Residential electric power (Dec 1990=100) Residential gas (Dec 1990=100) Gasoline Home heating oil and distillates Pharmaceutical preparations (June 2001=100) Soaps and synthetic detergents2 Cleaning and polishing products(June1983=100)2 Cosmeticsand othertoiletpreparations2 Tires,tubes,tread, etc2 Sanitary paperproducts2 Household furniture2 Floorcoverings2 Householdappliances2 Home electronic equipment2 Householdglassware2 Household flatware2 Lawn and garden equip,ex tractors2 Passenger cars Traveltrailersand campers (June 1984=100)2 Toys,games, and children's vehicles2 Sportingand athleticgoods2 Tobaccoproducts2 Mobile homes2 Jewelry,platinum,&karatgold2 Costumejewelry and novelties2 Capital equipment. Agricultural machinery and equipment2 Construction machinery and equipment Metal cuttingmachine tools2 Metal forming machinetools2 Tools,dies, jigs,fixtures,and ind.molds2 , Pumps,compressors,and equipment Industrial material handling equipment" See footnotes at end of table. Commodity code 01-11 01-13 01-71-07 02-11 02-13 02-14-02 02-21-01 02-21-04 02-22-03 02-22-06 02-23 02-3 02-4 02-55 02-62 02-63-01 02-78 02-85 02-61 02-94-02 03-81-06 03-81-07 03-82 04-3 05-41 05-51 05-71 05-73-02 06-38 06-71 06-72 06-75 07-12 09-15-01 12-1 12-3 12-4 12-5 12-62 12-64 12-66 14-11-01 14-16 15-11 15-12 15-2 15-5 15-94-02 15-94-04 11-1 11-2 11-37 11-38 11-39 11-41 mr Dec. 20091 176.0 183.8 179.8 134.6 188.5 152.7 245.3 192.5 174.8 139.7 122.6 143.7 121.4 251.1 170.6 176.9 232.5 181.8 180.7 224.5 178.9 184.2 173.9 220.7 101.9 101.6 129.2 160.6 148.7 200.9 203.3 183.3 149.3 161.3 169.3 148.2 132.9 181.3 186.4 170.3 110.6 52.8 197.8 194.6 141.8 131.2 169.8 143.4 132.3 552.3 223.5 177.6 156.3 157.1 201.2 191.2 174.2 199.0 142.7 213.4 •TS2T1 Mar. 20101 185.6 134.2 260.6 157.9 245.1 189.5 172.4 149.3 135.3 147.8 123.3 284.9 167.3 177.3 235.7 185.3 182.0 228.3 176.1 188.3 173.9 220.8 101.8 101.1 131.7 161.5 149.5 204.8 225.2 200.9 153.2 161.5 168.1 148.3 133.2 181.2 186.1 170.5 108.5 52.9 199.1 142.1 129.0 170.6 140.9 134.0 556.8 224.7 188.6 159.0 157.2 202.1 190.8 174.5 199.5 142.6 214.2 Apr.20101 184.6 124.7 234.0 113.1 244.8 182.8 172.2 163.3 141.3 148.5 127.6 267.2 168.3 177.5 236.7 185.6 183.9 229.3 176.2 189.4 173.8 220.8 101.8 101.9 131.7 161.8 151.2 199.9 232.0 215.5 153.7 161.4 169.0 148.7 135.7 181.6 186.3 169.0 110.6 52.9 199.1 195.9 141.9 129.5 170.4 141.6 134.6 556.8 226.1 186.8 158.1 157.3 202.3 191.4 174.5 199.5 142.8 214.6 152.9 Apr.2009 Mar.2010 5.5 7.3 4.9 17.3 33.3 -20.8 -0.5 -12.8 -6.0 16.0 22.1 0.9 5.4 2.1 9.3 1.1 2.7 1.9 1.9 0.8 -0.8 8.1 1.2 -1.7 -0.3 0.5 2.3 1.3 1.6 -2.5 52.7 48.5 5.9 -0.1 -1.1 0.7 4.5 -0.5 0.8 -1.1 -2.2 -0.1 2.1 -0.8 -0.7 0.6 -1.2 1.5 3.6 1.8 11.5 -0.9 0.3 1.7 0.0 -0.2 0.5 -1.3 1.0 0.7 0.2 0.3 -0.5 -7.1 -10.2 -28.4 -0.1 -3.5 -0.1 9.4 4.4 0.5 3.5 -6.2 0.6 0.1 0.4 0.2 1.0 0.4 0.1 0.6 -0.1 0.0 0.0 0.8 0.0 1.1 -2.4 3.0 7.3 0.3 -0.1 0.5 0.3 1.9 0.2 0.1 -0.9 1.9 0.0 0.0 0.4 -0.1 0.5 0.4 0.0 0.6 -1.0 -0.6 0.1 0.3 0.0 0.0 0.1 0.2 0.4 Jan.to Feb. 0.4 -12.9 5.3 8.5 0.2 -0.5 -0.2 4.0 1.6 -0.5 2.5 4.0 0.4 -0.2 0.6 0.7 0.9 -0.7 0.3 -1.0 -0.9 0.4 0.1 -0.8 2.1 1.1 0.4 0.8 -7.4 -5.6 0.2 3.1 0.1 0.1 0.0 0.1 0.1 1.4 -0.1 0.2 0.6 0.1 0.5 0.4 0.0 1.4 -0.1 -0.2 -0.8 0.6 -0.1 0.1 -0.2 0.0 0.3 0.1 -0.3 0.0 Feb.to Mar. 2.4 -4.3 49.3 5.5 -0.1 -1.2 -1.1 3.5 2.6 -3.0 0.8 7.8 -1.9 0.0 0.0 -0.2 0.1 4.1 0.0 0.4 0.5 -0.2 -0.1 0.2 -0.4 -0.5 1.2 -0.3 2.1 1.9 -0.1 0.1 -0.7 0.0 0.0 0.7 -0.2 -0.3 -1.1 0.0 0.0 -1.1 0.0 -1.7 0.1 0.9 0.7 5.9 0.7 0.0 0.0 0.1 0.1 -0.1 -0.2 0.1 -0.1 Mar.to Apr. -0.1 -0.2 -0.2 -7.1 -10.2 -16.4 -0.1 -3.5 -0.1 9.4 3.0 0.6 2.5 -6.2 0.6 0.1 0.4 0.2 1.0 0.4 0.1 -0.2 0.2 0.0 0.0 0.8 0.2 0.2 1.2 -1.3 -2.7 5.2 0.3 -0.1 0.5 0.3 1.9 0.2 0.1 -0.9 1.9 0.0 0.0 -0.1 0.6 -0.1 0.5 0.4 0.0 0.6 -1.0 -0.6 0.1 0.4 0.0 0.0 0.1 0.3 0.4 Attachment number 3 \nPage 23 of 57 Item # 34 PPI Detailed Report Data for October 2013 U.S.Department of Labor U.S.Bureau of Labor Statistics Attachment number 3 \nPage 24 of 57 Item # 34 Table 2. Producer price indexes and percent changes for selected commodity groupings by stage of processing [1982=100,unless otherwise indicated] Unadjusted index Unadjusted percent change to Oct.2013 from: Seasonallyadjusted percent change from: Grouping Finished goods Finished consumergoods Finished consumerfoods Fresh fruits and melons2 Fresh and dryvegetables2 Eggs for fresh use (Dec 1991=100) Bakery products Milled rice2 Pasta products (June 1985=100) Beef and veal Pork Processed young chickens Processed turkeys Finfish and shellfish Dairy products Processed fruits and vegetables Confectionery end products2 Soft drinks2 Roasted coffee2 Shortening and cooking oils Frozenspecialties2 Finished consumer goods excluding foods Alcoholic beverages Petfood Women's,girls',&infants'apparel (Dec2003=100) Men'sand boys'apparel(Dec2003=100)2 Textile housefurnishings2 Footwear2 Residential electric power (Dec 1990=100) Residential gas (Dec 1990=100) Gasoline Home heating oil and distillates Pharmaceutical preparations (June 2001=100) Soaps and detergents2 Cleaning and polishing products (June1983=100)2 Cosmeticsand othertoilet preparations2 Tires, tubes, tread, etc2 Sanitarypaper products2 Household furniture2 Floorcoverings2 Household appliances Homeelectronic equipment2 Lawn and gardenequip,extractors2 Silverwareand hollowware (Dec 2011=100)2 Passenger cars Traveltrailers and campers (June 1984=100)2 Toys,games, and children's vehicles2 Sportingand athleticgoods2 Tobacco products2 Mobile homes Jewelry,platinum,&karatgold2 Costumejewelry and novelties2 Capital equipment Agricultural machinery andequipment2 Construction machinery and equipment Metal cuttingmachinetools2 Metal forming machine tools2 Tools,dies,jigs,fixtures,and ind.molds2 Pumps,compressors,and equipment industrial material handling equipment' Electronic computers(Dec2004=100)2 See footnotes at end of table. Commodity code 01-11 01-13 01-71-07 02-11 02-13 02-14-02 02-21-01 02-21-04 02-22-03 02-22-06 02-23 02-3 02-4 02-55 02-62 02-63-01 02-78 02-85 02-61 02-94-02 03-81-06 03-81-07 03-82 04-3 05-41 05-51 05-71 05-73-02 06-38 06-71 06-72 06-75 07-12 09-15-01 12-1 12-3 12-4 12-5 12-66 12-6A 14-11-01 14-16 15-11 15-12 15-2 15-5 15-94-02 15-94-04 11-1 11-2 11-37 11-38 11-39 11-41 rrar 11-51 June 20131 197.2 211.2 203.2 115.6 191.2 118.1 266.0 210.9 204.5 206.1 158.5 176.3 143.9 295.5 199.5 194.6 267.2 191.5 197.7 275.9 186.4 212.8 189.3 248.6 106.0 113.6 143.5 185.9 166.3 198.3 302.5 276.0 183.4 177.4 170.8 155.1 155.9 185.1 199.7 181.3 117.2 50.9 142.4 99.9 129.1 183.9 151.0 134.3 657.8 256.5 243.9 168.7 163.8 215.4 210.9 192.9 213.9 150.2 235.6 T5TS- 22.3 13 Sept. 20131 197.3 211.4 203.6 129.0 200.8 143.7 267.9 210.8 204.1 193.6 168.2 174.6 148.6 310.7 199.6 193.0 266.4 191.8 195.2 274.8 185.5 212.9 189.2 252.2 106.8 114.0 143.5 186.6 167.7 193.5 299.5 286.8 182.3 177.1 171.4 155.9 154.8 185.0 200.4 183.9 116.6 51.0 142.2 98.5 128.5 184.0 150.8 133.7 658.5 256.9 241.1 172.4 163.9 215.5 211.2 194.5 215.7 150.4 235.7 197.9 22.4 Oct.20131 196.9 210.2 204.3 124.9 209.7 143.5 270.6 209.4 202.3 197.7 162.7 170.4 159.5 313.6 201.7 191.6 267.3 193.0 194.8 271.1 185.9 211.0 191.4 251.9 107.2 114.0 143.6 187.1 164.1 192.1 282.8 280.6 182.7 177.3 171.9 156.0 154.8 184.9 200.6 183.8 116.6 51.0 142.2 99.2 133.4 184.0 150.7 133.8 658.8 257.8 237.9 171.0 165.3 215.9 211.4 194.2 216.4 151.2 235.8 193.4' 22.0 Oct.2012 1.7 0.5 51.5 1.0 3.3 1.6 0.0 0.9 3.9 -0.5 7.9 10.8 -0.9 -0.8 2.3 -0.8 -8.5 -7.2 0.8 -0.5 0.8 3.0 1.8 -0.8 -0.1 4.8 2.9 6.8 -11.3 -2.1 5.1 0.5 1.4 1.2 1.4 2.3 -0.9 -2.3 -0.2 -0.9 1.0 2.7 0.4 -0.4 3.1 3.9 -1.3 3.3 1.0 0.4 2.5 2.7 2.8 1.3 2.0 1.3 -9.1 Sept.2013 -0.2 -0.6 -3.2 4.4 -0.1 1.0 -0.7 -0.9 2.1 -3.3 -2.4 7.3 0.9 1.1 -0.7 0.3 0.6 -0.2 -1.3 0.2 1.2 -0.1 0.4 0.0 0.1 -2.1 -0.7 -5.6 -2.2 0.2 0.1 0.3 0.1 0.0 -0.1 0.1 -0.1 0.0 0.0 0.0 0.7 3.8 0.0 -0.1 0.1 0.0 0.4 -1.3 -0.8 0.9 0.2 0.1 -0.2 0.3 0.5 0.0 0.3 -1.8 July to Aug. 0.3 0.4 0.6 -0.4 26.9 -9.4 0.8 -0.2 -0.6 -1.8 -1.8 1.4 2.1 -1.7 -0.9 -1.3 0.1 1.3 -0.4 -1.2 0.4 0.3 -0.1 1.6 0.4 1.1 0.0 0.1 0.2 -1.7 2.6 -5.7 0.2 0.0 -0.6 -0.3 -0.1 0.0 0.1 1.8 0.0 0.0 0.1 -0.4 -0.5 0.0 -0.6 0.0 0.0 -0.2 -0.1 0.4 -0.1 -0.2 0.1 0.4 0.5 -0.1 0.1 -0.1 -0.4 Aug.to Sept. -1.0 13.3 -17.9 2.8 -0.2 0.0 1.0 -2.7 0.0 -2.1 -1.1 3.7 -0.6 0.4 0.1 -2.2 0.8 -0.5 -0.5 0.1 0.2 0.4 0.9 -0.6 -0.5 -0.1 0.2 1.0 -0.1 6.0 -1.5 -0.2 0.2 1.0 -0.9 -0.2 0.0 -0.6 0.0 0.0 -0.2 -0.2 0.3 0.0 0.5 -0.4 0.0 -0.2 0.1 1.0 0.3 0.0 0.2 -0.3 0.0 0.1 0.1 0.1 0.9 Sept.to Oct. -3.2 4,4 -0.3 0.9 -0.7 -1.3 7.5 -2.4 -1.8 6.5 0.7 0.5 -0.6 0.3 0.6 -0.2 1.8 0.2 -0.6 0.1 0.0 0.4 0.0 0.1 0.3 -0.6 -3.8 -1.0 0.3 0.1 0.3 0.1 0.1 -0.1 -0.2 0.0 0.0 0.7 1.7 0.0 -0.1 0.1 0.0 0.4 -1.3 -0.8 0.1 0.2 0.1 -0.2 0.3 0.5 0.1 0.3 -1.8 Attachment number 3 \nPage 25 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 3 SCOPE OF SUPPLY This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 3 \nPage 26 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 3. SCOPE OF SUPPLY The turbines for Units 9 and 10 will be of the horizontal shaft, twin-runner “camelback” type and will be used to power a water pump. A gear drive, supplied by Owner, will be used to increase the turbine speed to the required rotational speed of the pump. See Drawing No. 29574-D, enclosed at the end of Section 5, for the general arrangement of the turbine. The scope of supply for each unit is as follows: One horizontal duplex turbine, complete with: Two distributor assemblies (stay vanes and wicket gates) Two fabricated runners (right hand and left hand) Two discharge rings One draft chest, split horizontally One draft tube Four distributor pedestals Three water lubricated guide bearings One gate operating shaft with rocker arms and manual actuator Four gate ring connecting rods Wicket gate actuator linkage (breaking links, pins, etc.) Gate shaft bearings and pedestals One turbine shaft One outboard stub shaft One intermediate shaft Coupling bolts/nuts Main shaft bulkhead/packing box and seal tube Gate shaft bulkhead/packing box Transportation of components to site 3.1 DESCRIPTION OF SCOPE OF SUPPLY The work involved with fabricating, welding, and machining the turbine components will be performed by personnel skilled in their various trades. Welding procedures, welders, and welding operators will be qualified to ASME Section IX of the Boiler and Pressure Vessel Code. Unless otherwise specified, all components will be painted per Weir American Hydro standard 20078-A, this can be found at the end of this section. Conservative factors of safety have been selected for the design of the machine. Stress levels and alternating loading conditions have been considered when selecting the component materials. Likewise, welding properties have also been taken into account and, therefore, the materials selected for each component have been scrutinized for strength, toughness, weldability, and fatigue resistance. Based on these considerations, no volumetric inspection of welds has been included in this proposal, except where noted in the Section 7. Surface inspection consisting of either magnetic particle or dye penetrant examination is planned for welds joining certain components. Attachment number 3 \nPage 27 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 3. SCOPE OF SUPPLY (continued) Runners The runner crowns bands, and buckets for this project will either be fabricated or cast of stainless steel plate, ASTM A240 S30403. The buckets will be cut from stainless steel plate and hot formed using steel formers produced from the computer generated blade shapes. The forming of the buckets will be performed at a high temperature in order to accurately produce the design shape while avoiding the spring back that occurs with cold forming. Following their respective fabrication operations, each runner band and crown will be premachined, allowing machining stock on the outside diameter and bore for subsequent finishing of the runner. The water passageway surfaces will be finished to the computer generated design contour. Set-up points, used later for the runner assembly, are established by this machining operation. Accurate placement of the blades into the runner assembly will be accomplished through the use of an assembly fixture and points created on the hub during the premachining operations. The techniques employed during the assembly phase will establish the proper blade angles and vent spacings. Prior to and after welding, critical dimensions, such as the vent points will be measured and recorded. Flux-cored arc, shielded-metal arc, and gas-tungsten arc welding processes will be utilized to produce the welds used to join the buckets to the band and crown. Each fabricated runner will be accurately finish machined and statically balanced to ISO 1940 Grade G16. Turbine Fabrication – Major Components Stay Rings/Headcovers – The head covers are integral with the stay rings. They will be fabricated from ASTM A36 and/or A516 carbon steel plate. They will be post-weld stress relieved. Pedestals - The distributors will be supported by substantial pedestals bolted to the floor and mounted to each stay ring. Discharge Rings - The discharge rings will be fabricated from ASTM A36 and/or ASTM A516 carbon steel plate. Draft Chests - The draft chests will be fabricated from ASTM A36 carbon steel plate. A pair of 24” mandoors will be included; one on each side of the draft chest for access to the runner discharge water passage. The doors will not be hinged but will have lifting lugs. Attachment number 3 \nPage 28 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 3. SCOPE OF SUPPLY (continued) Draft Tubes - The draft tubes will be fabricated from ASTM A36 carbon steel plate. The exterior surfaces that will be embedded will be blasted but not painted. Adequate concrete anchors will be provided. A stainless steel wire rope and turnbuckle arrangement will be provided to secure the free-hanging portion of the draft tube. Turbine and Gate Shaft Bulkheads - The intermediate turbine shaft and gate operating shaft bulkheads will be fabricated from ASTM A36 carbon steel. A seal tube on the intermediate turbine shaft, with a longitudinal expansion joint located between the inboard distributor and the bulkhead, will prevent any turbine vibration from transmitting into the bulkhead. Shafting The turbine shafts will be machined from ASTM A508, Grade 2, Class 1 forgings with special properties to accommodate the cyclical loading inherent in horizontal machines. There will be three shafts; a stub shaft connected to the outboard runner, a turbine shaft between the runners (within the draft chest), and an intermediate turbine shaft starting at the inboard runner and passing through the bulkhead and packing box. Coupling studs made from ASTM A193 Gr. B7 alloy steel, and coupling nuts made from ASTM A194 grade 2H alloy steel will be supplied for all connections. Wicket Gates Sixteen right-hand and sixteen left-hand wicket gates machined from ASTM A487 CA6NM, Class A stainless steel castings will be provided. The gates will be cast solid (no interior cavities). The as-cast surface will be ground for required finish and fairness. The entire length of the long and short stems and the leaf end-seal faces will be fully machined. The gate stem bushing journals will not be sleeved. The journals will be integral with the stems and will be sized to interface with the new self-lubricated stem bushings. Wicket Gate Linkage The gate arms and gate caps will be machined from ASTM A240 S30403 stainless steel plate to preclude rust. Breaking links will be machined from ASTM A48 Class 20 cast iron and will be tested to ensure the proper break load is achieved. The interface between all surfaces with relative motion will be lined with self-lubricated bushings, discs, pads, or strips. Bushings, gate operating ring wear pads, and thrust discs will be made from Orkot TXMM or equivalent self-lubricated material. Corrosion- resistant (stainless steel) surfaces will oppose all self-lubricated materials. Attachment number 3 \nPage 29 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 3. SCOPE OF SUPPLY (continued) Gate Operating Ring A gate operating ring will be installed on each distributor. The gate ring rotates the wicket gates via gate arms and breaking links and is attached to the gate operating shaft with turnbuckle style connecting rods. The gate ring will be guided by self-lubricated wear pads mounted to the stay ring. Gate Operating Shaft A tubular gate operating shaft made from ASTM A36 or equivalent mechanical tubing will be supplied. Due to the length, the shaft will be made in two approximately 200” long sections and bolted together. Rocker arms will be keyed to the shaft and will operate the gate rings by way of connecting rods. Stainless steel sleeves will be attached to the gate shaft at each bearing location. The inboard end of the shaft will be welded to a smaller, solid shaft which will be keyed for connection to the gate shaft actuator. Gate Shaft Actuator A manually operated, Limitorque WG series worm gear operator will be provided. The actuator will be mounted on the inboard end of the gate shaft. During preparation of the proposal there have been some discussions of an automatic operator, which would require a motor (or servomotor and lever arm) as well as a control system. This is something that can certainly be explored in greater detail upon request. Intermediate And Gate Shaft Seals Split packing boxes, located at the respective bulkheads, will be supplied for both the intermediate and gate shaft seals. The packing boxes will be fabricated from ASTM A36 carbon steel plate. The intermediate shaft packing box will include an "L" shaped wearing ring made from Orkot TLMM composite material and a bronze lantern ring. Carbon steel packing glands will be provided for both packing boxes. Stainless steel split hardware will be provided along with braided square packing. The intermediate shaft packing box will require connection to Owner’s cooling water, supplied at 5 GPM, and filtered to 150 microns. Stainless steel sleeves made from A743 CA15 (220-260 bhn) will be installed on the shafts in the location of the packing boxes. Attachment number 3 \nPage 30 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 3. SCOPE OF SUPPLY (continued) Turbine Guide/Support Bearings A pair of shell-type water-lubricated bearings, mounted to the distributors, will be supplied. The bearings will be lined with Orkot TLMM self-lubricated material. The lubrication system will require connection to the Buyer’s water supply, and will require approximately 35 GPM filtered to 150 microns. The bearings are designed to be rotated 180 degrees to provide double the life for the liners. A lignum vitae wood bearing will be located in the center of the draft chest. This bearing will be a saddle type bearing meant for support on the bottom of the shaft. It will be adjustable from the top side of the draft chest. Shop Wheelcase Assembly The individual wheel cases and their respective gate linkage systems will be shop assembled and the gate arms doweled to the gate stems. The gates will be stroked to confirm smooth operation and the gate seal clearances and hydraulic openings will be verified and adjusted to within design limits. The components will then be match- marked and prepared for shipment. Vibration Monitoring System At this time no vibration monitoring system has been included in this proposal or price. WAH is certainly willing to investigate this at a later time if requested. 3.2 WORK TO BE PROVIDED BY OWNER 1. Cooling/seal/lube filtered water supply and piping. 2. Embedded piping and conduit where required and clearly requested by SELLER. 3. Speed Increaser with integral thrust bearing. Attachment number 3 \nPage 31 of 57 Item # 34 Attachment number 3 \nPage 32 of 57 Item # 34 Attachment number 3 \nPage 33 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 4 HYDRAULIC DESIGN AND PERFORMANCE This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 3 \nPage 34 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 4. HYDRAULIC DESIGN AND PERFORMANCE 4.1 HYDRAULIC DESIGN The hydraulic design for Units 9-10 was prepared with the understanding that the turbine will drive a pump through a gearbox. Selection of gearbox ratio will be based on the required turbine speed. Upon review of the dimensions of the proposed turbine flume, depth of water in the flume and setting of the flume above tailwater level, Weir American Hydro recommends a design power output from the new turbines of 3500 horsepower. This is based on an expected net head of the turbine of 30 feet. In designing a turbine for a pump drive, it is important to prepare the design such that the best efficiency of the turbine results in the required power output at the nominal pump speed. Additionally, there should be some excess capacity in the turbine to avoid the possibility of under-powering the pump. With this in mind, WAH designed the replacement runners to achieve a power output of no less than 3500 horsepower at a speed of 160 rpm under 30 feet net head. If speed must be modified slightly to accommodate the new gearbox or pump, this can be considered in the final runner design. If the net head is slightly lower or higher, the wicket gates can be adjusted to maintain the pump speed and flow. The design of a new turbine starts with the design of the turbine runner as the primary driver of turbine dimensions and design. The state of the art runners will be designed using the American Hydro Runner Design System ("AHRDS"). Developed by American Hydro engineers, AHRDS provides a computer interactive design environment with complete flexibility for runner shape definition. The AHRDS system accomplishes two major functions. The geometry generation portion provides rapid computer-interactive runner hardware design. The fluid flow analysis "tests" the hydraulic performance of the runner geometry to determine power, efficiency, and cavitation resistance. The three-dimensional finite element flow analysis provides a fully three-dimensional calculation of water velocity, pressure, and energy for the wicket gates or for the runner. Boundary layer calculations are used to evaluate the fluid losses near the surface of the blades. This style of analysis has proven to be very accurate in determining turbine power and cavitation performance as shown by extensive model testing. Once the hydraulic design is completed, the AHRDS program provides the numerical design data necessary for the mechanical design, structural analysis and for computer numerically controlled manufacturing of the runner. The quality and conformance to design of the manufactured runner are thereby assured through the single computerized geometry definition that is used in all phases of engineering and fabrication. Upon finalization of the design features of the new turbines, an 11-blade runner design was prepared for the new turbines. A sketch of the runner blades and pressure plots at the design flow of 1250 cfs are shown below. Attachment number 3 \nPage 35 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 4. HYDRAULIC DESIGN AND PERFORMANCE (continued) Augusta Units 9-10 Runner Design The pressure distribution on the blade at full load of 3500 HP was analyzed using AHRDS software with the following results. Pressure Side of Blade Suction Side of Blades Augusta Units 9-10 Preliminary Blade Design Attachment number 3 \nPage 36 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 4. HYDRAULIC DESIGN AND PERFORMANCE (continued) The pressure plots above confirm that the pressure on the surface of the blade will not drop below vapor pressure and therefore no cavitation damage will occur on the blade surface. If hydraulic conditions differ from those noted above, this should be considered in the final runner design. Upon completion of the runner design, Weir American Hydro then prepared a hydraulic design for the remainder of the components upstream and downstream of the runner. The design of the distributor (stay ring and wicket gates) is a standard design used on numerous projects and detailed hydraulic analysis was not required for that component. However, with low head projects such as this, performance of the draft tube is critical to achieve a high performance unit. Multiple design shapes for the draft chest and draft tube were analyzed with the highest performing arrangement shown below. This analysis was performed using ANSYS Fluent. Flow Field Through Draft Chest and Draft Tube 4.2 HYDRAULIC PERFORMANCE The performance curve at the end of this section shows the expected performance of the new turbine within the proposed flume arrangement at the pumping station. Hydraulic performance guarantees are found in Section 8.5 of this proposal. Attachment number 3 \nPage 37 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved Attachment number 3 \nPage 38 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 5 MECHANICAL DESIGN This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 3 \nPage 39 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 5. MECHANICAL DESIGN The structural designs of all the major components of the turbines for Units 9 and 10 have been developed and verified using Weir American Hydro's state-of-the-art stress, deformation, vibration and life analysis technology. The significant aspects of the structural design of each of the major components are documented below. Each new turbine application is sized and verified before manufacture. SHAFTING SYSTEM Any horizontally oriented shafting system must be designed on the basis of fatigue life due to the cyclic bending resulting in the shaft by its rotation in the gravitational field. Additionally, the normal 1/5 of tensile yield limitation on torsional shear stress and 125% of runaway speed limitation on critical speed must be satisfied. The final design will account for maximum torsional shear and bending stress levels. The shafting system's predicted resonant frequencies will be above and remote from possible operating forcing frequencies to assure that no amplification of the statically analyzed stress and deformation levels will occur. Design stress levels will be safe and a generous fatigue life is predicted. Also, fracture mechanics analysis of surface and imbedded material defects will be used to establish non-destructive testing acceptance criteria. The choice of design and materials of the fasteners, which secure the shafting system components together are of equal importance and are also based on a generously calculated fatigue life. Each fastener's pre-load is specified so that compressive contact is maintained in all flange joints through all operating regimes of the machinery, thus minimizing the cyclic stretch of the fasteners. The marine type guide bearings are of a proven design, used extensively in horizontally oriented hydraulic turbines. RUNNER The runner's structural design is based on acceptable deformation and vibration characteristics as well as safe stress levels. Together these dictate the crown, band, and blade thicknesses, as well as the material choice and weld joint geometries. Extra care is taken to assure that the stress risers associated with the blade joints allow the presence of detectable material defects as well as permit a trouble-free operational life. The stay vane, wicket gate, runner blade combination is carefully selected to avoid a development of forcing frequencies which can create vibration problems. A finite element model of the runner is used to analyze stresses and deformation while generating maximum power and at runaway conditions. STATIONARY COMPONENTS The headcover/stay ring structure provides the lateral stiffness needed to support and align the turbine shafting as well as the wicket gates and their operating mechanism. The stay vanes solidly tie the two sides of the machine together through the ruggedly designed draft chest, which is securely anchored to the floor. The draft tube is designed to withstand an internal Attachment number 3 \nPage 40 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 5. MECHANICAL DESIGN (continued) vacuum so that a safety factor of four (4) exists against collapse. All of these stationary component stiffnesses and joints are sized to withstand maximum water pressure and gravitational loading with conservative deformation and stress criteria, assuring a lifetime of smooth, trouble-free operation. WICKET GATES The wicket gates and their operating mechanism are of sound mechanical design. Selecting a material of appropriate strength accommodates the hydraulically determined cross-sectional leaf geometry and fatigue resistance based on the analytical stress levels. Each gate is supported by two guide bearing journals integrally designed with the gate stems. The resulting bearing pressures are suitable for the self-lubricated bushings. The gate stem stiffness is also compatible with the required bearing clearances to prevent binding. A finite element structural analysis verifies satisfaction of the design criteria described above. The operating mechanism geometry is optimized by computer analysis so as to maximize mechanical advantage at the wicket gate openings associated with the maximum hydraulic torque. The gate shaft actuator is then sized accordingly along with the self-lubricated linkage components. Each gate is protected with a breaking link which is designed to fail if the gate's closing torque causes excessive stress anywhere else in the operating mechanism. Attachment number 3 \nPage 41 of 57 Item # 34 Attachment number 3 \nPage 42 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 6 FIELD WORK This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 3 \nPage 43 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 6. FIELD WORK WAH intends to subcontract the field work portion of this contract to BHI Energy. WAH will provide a Field Service Representative for the duration of the project to oversee the work performed by BHI and our proposal includes one week of start up support. The City of Augusta will be responsible to provide site security, dewatering, compressed air, electrical service and potable water. Concreting and grouting of the embedded components is not included in this proposal or price. This work will be done by others at site once we have positioned and secured the components. The cost of crane(s) is not included in this proposal or price as we assume that suitable crane(s) will already be on site for the civil work associated with the project. The crane(s) must have sufficient capacity and reach to place an assembled unit weighing approximately 132,000 lbs into position in the farthest pit. The crane(s) must be available for use to meet the installation schedule. The following scope of work will be included: 6.1. Draft Tube Installation (Units 9 & 10) a. Mobilize personnel and tooling b. Unload draft tube sections and set in laydown area c. Build scaffold around draft tube d. Set and position draft tube top segment to bottom segment; align and tack weld e. Weld draft tube segments 1. NOTE: BHI Energy assumes a single ‘V’ 30 degree weld joint welded to Weir American Hydro WPS 3-0101-A-S. Any deviation from this assumption may result in additional charges. f. Remove scaffold g. Erect temporary draft tube support structure in draft chest h. Rig, lift and set assembled draft tube on support structure in draft chest and rough align i. Align draft tube in unit j. Secure draft tube from movement and perform final alignment checks k. Remove support spiders from inside draft tube l. Load tool module, demobilize equipment and clean Site m. Demobilize personnel and equipment 6.2. Turbine Installation & Assembly (Units 9 & 10) a. Mobilize personnel and tooling b. Perform job walkdown, unload tool module & set-up equipment c. Unload lower turbine casing d. Unload turbine runner/shaft assembly, linkage shaft and bearings e. Unload two gate casings f. Unload two upper casings (camel backs) g. Install turbine runner/shaft assembly into lower turbine casing h. Install inboard gate casing i. Install outboard gate casing j. Install turbine lower casing assembly into power chest with partial bolting k. Install inboard and outboard bearing pedestals and hardware l. Assemble bearings and install center guide bearing Attachment number 3 \nPage 44 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 6. FIELD WORK (continued) m. Perform preliminary shaft alignment 1. WAH assumes that the driven equipment will already have been installed. Any delay or remobilization due to lack of availability of driven equipment will be considered extra work and billed on a time and material basis. n. Couple shaft o. Install and connect linkage arms and rods p. Perform final alignment and dowel unit q. Install turbine upper casings (camel backs) and torque all hardware r. Install bearing cover plates s. Install remaining turbine assembly to base hardware and torque all hardware t. Remove LOTO u. Load tool module, demobilize equipment and clean Site v. Demobilize personnel and equipment w. Start-up assistance for up to five days for each unit. Attachment number 3 \nPage 45 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 7 QUALITY ASSURANCE This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 3 \nPage 46 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 7. QUALITY ASSURANCE Weir American Hydro has always been committed to providing the highest quality hydro turbine equipment available. As a result of our continuous efforts to meet this commitment, American Hydro Corporation’s Quality Management System has been certified by Lloyd’s Register Quality Assurance to the requirements of ISO 9001, for the design and manufacture of hydro turbines and related water control products, see certification below. Upon receipt of a contract, a Quality Assurance Plan is generated which identifies the customer quality requirements and provides input to Engineering and Manufacturing. In addition to the specific project oriented activities, Quality Assurance monitors and evaluates the quality related activities throughout the organization by performing product, process and system audits. The inspection department provides an independent evaluation of product characteristics by sample inspection of minor characteristics, and complete inspection of major characteristics that affect the erection and/or performance of the equipment. A quality control program developed specifically for runner manufacturing and designed to prevent and readily detect and correct non-conformities in quality of the work will be maintained. Quality control documentation will be submitted. These records will include but not necessarily be limited to: • Material certifications • Inspection and nondestructive examination reports • Test records Inspection and verification points are planned and performed starting with the receipt of material and continue throughout manufacturing, cleaning, coating, and shipping preparations. Inspection and test points are planned to readily detect non-conformities and prevent delays and costly rework. 1. Inspection and Verification Points a. Runner 1. Material certifications. 2. Premachined crown and band shapes. 3. Bucket finish, fairness, and profile. 4. Runner assembly dimensional check, including vent dimensions, both before and after welding. 5. Specification of internal welding procedures. 6. Runner dimensional check after finish machining. 7. Runner vents and hydraulic balance. 8. Runner balancing. 9. Runner/shaft fit. b. Wicket Gates 1. Material Certifications 2. First Pilot Casting will be RT inspected. Attachment number 3 \nPage 47 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 7. QUALITY ASSURANCE (continued) 3. MT inspect 100% at Foundry 4. Post Rough Machine MT 5. Post Final Machine Visual and Dimensional Inspection c. Turbine, Intermediate and Stub Shafts 1. Material Certification from Foundry a. Including 100% UT and MT testing at Foundry 2. Receiving and Pre Machined Dimensional Inspection 3. Non Destructive testing using Magnetic Particle of the Fillets 4. Post Machining Final Dimensional Inspections including Runouts. d. Major Components (Stay Ring/Head Cover, Discharge Ring, Sole Plates, Draft Chest and Bulkheads) 1. Material certifications 2. Fabrication of welded assemblies 3. Final dimensions on fabrications and machined components 4. Stress Relief after welding, where required 5. Surface preparation for coating 6. Coating visual examination and thickness testing 7. Nondestructive Testing using Magnetic Particle or Dye Penetrant where appropriate and applicable e. Runner to Shaft Assembly 1. Assemble components and 2. Line Bore Inspection of Coupling Bolts 3. Match marking of Components 4. Inspected to drawing requirements f. Other Components/Assemblies (Operating Mechanism, Bearings, Pedestal) 1) Material certifications. 2) Fabrication weld surfaces. 3) Final dimensions on fabrications and machined components. 4) Fits and clearances of assemblies. 5) Surface preparation for coating. 6) Coating visual examination g. Wheelcase Assembly 1. Verify wicket gate opening and closing 2. Check seal clearances 3. Check hydraulic openings to verify they meet design requirements Attachment number 3 \nPage 48 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 7. QUALITY ASSURANCE (continued) 2. Nondestructive Testing a. Runner 1. Welds will be 100 percent liquid penetrant (PT) tested in compliance with ASTM E165-80, and acceptance standards are in accordance with ASME Code Section VIII Appendix 8. 2. Welds joining the buckets to the band and crown will be ultrasonically inspected in the highly stressed areas in addition to the PT inspection. Ultrasonic testing will be in compliance with ASME Code Section VIII, Appendix 12. b. Turbine & Intermediate Shafts 1. At the Foundry, the forged shafts will be 100 percent ultrasonically tested in conformance with the requirements of ASTM A418 with acceptance in accordance with ASME Code Section VIII, Appendix 12. 2. At the Foundry, the forged shafts will be 100 percent Magnetic Particle (MT) tested in compliance with ASTM A275, and acceptance standards are in accordance with ASME Code Section VIII Appendix 6. 3. After Machining the flange fillets and other critical and high-stress areas of the Turbine Shaft will be Magnetic Particle (MT) tested in compliance with ASTM A275, and acceptance standards are in accordance with ASME Code Section VIII Appendix 6. c. Wicket Gates 1. A Pilot casting of the Wicket Gates will be Radiographically (RT) tested in the Junction of the Upper Stem to Leaf area in compliance with ASTM AE-280, and acceptance standards are in accordance with ASME Code Section V Articles 2 and 22. 2. The Wicket Gates will be 100 percent Magnetic Particle (MT) tested at the Stem and Leaf junctions in compliance with ASTM A275, and acceptance standards are in accordance with ASME Code Section VIII Appendix 6. 3. The Wicket Gates will be 100 percent Ultrasonically (UT) tested at the Stem and Leaf junctions in compliance with ASTM A388, and acceptance standards are in accordance with ASME Code Section VIII Appendix 12. Attachment number 3 \nPage 49 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 7. QUALITY ASSURANCE (continued) 3. ISO 9001 Certification: Please find our ISO 9001 certification at the end of this section. Attachment number 3 \nPage 50 of 57 Item # 34 Attachment number 3 \nPage 51 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved SECTION 8 COMMERCIAL OFFER This document contains information which is copyright of, and is confidential to American Hydro Corporation. It should not be disclosed in whole or in part to parties other than the recipient, or used for any purpose other than the specific purpose for which it has been provided, without the written permission of authorized personnel of American Hydro Corporation. Attachment number 3 \nPage 52 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Rev 1 - 1/7/2014 Copyright © 2013 American Hydro Corporation. All rights reserved 8. COMMERCIAL OFFER 8.1 Pricing Unit 9 Pricing Turbine: $3,266,500 Field Service (estimate) $337,700** Unit 9 Total: $3,604,200 Unit 10 Pricing Turbine: $2,829,300 Field Service (estimate): $337,700** Unit 10 Total: $3,167,000 Bonding: $57,600 Total: $6,828,800 This price is exclusive of any applicable taxes. 8.2 Payment Schedule The following payment schedule shall apply to the work performed under this proposal. Payment Schedule Milestone Contract Percentage Approximate Time After Award (Months) Contract Award 10% - Submittal of Outline Drawings* 7% 4 Order of Runner Material 12% 5 Receipt of Runner Material 20% 7 Receipt of Wicket Gate Material 16% 8 Runners Assembled, Ready for Final Welding 10% 11 Completion of Shop Distributor Assembly 5% 14 Shipment of Embedded Components 5% 15 Final Shipment 5% 19 Commissioning 10% 20 All payments shall be due net 30 days following submittal of invoice. *Outline Drawings to contain sufficient information (i.e. general arrangement drawing, embedment drawing, weights, and civil foundation loadings) suitable for powerhouse design or modifications. **The price for field service excludes the provision of mobile cranes. WAH will require the use of suitable mobile cranes for unloading, assembly and installation of the equipment provided. Our pricing is based on the assumption that the crane(s) will be furnished by others free of charge to WAH. Attachment number 3 \nPage 53 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 8. COMMERCIAL OFFER (continued) 8.3 Proposal Validity Please consider the pricing included in this proposal valid for acceptance within 60 days from the date of this proposal. 8.4 Project Schedule The enclosed schedule illustrates our earliest manufacturing schedule, the transportation and field service portion of our schedule will be coordinated with the overall project schedule. 8.5 Guarantees Guarantees are subject to verification by field testing by the Owner conducted in accordance with IEC 60041 including the application of appropriate test uncertainties. All guarantees assume that the minimum tailwater level during unit operation will be no less than 118.5 feet. 8.5.1 Power Output Weir American Hydro guarantees that the new turbines will achieve a power output no less than 3500 horsepower at the rated head of 30 feet and a turbine speed of 160 rpm. 8.5.2 Efficiency Weir American Hydro guarantees that the turbine peak efficiency will be no less than 84.75% at 30 feet net head. 8.5.3 Cavitation Pitting The turbine runner will be guaranteed against excessive loss of metal due to pitting caused by cavitation in accordance with IEC Publication 60609 for a period of one (1) year from the date the turbine is placed in service, but not to exceed two (2) years from date of final completion and offer of shipment, provided that during the cavitation pitting guarantee period the turbine is operated within the following conditions: • A net head range between 28 and 32 feet. • Normal operation between 150 and 170 rpm. • During the guarantee period, the turbine will operate no more than 100 hours above the guaranteed minimum output of 3500 HP Attachment number 3 \nPage 54 of 57 Item # 34 PROPOSAL FOR CITY OF AUGUSTA GOODRICH PUMPING PLANT – UNITS 9 & 10 Copyright © 2013 American Hydro Corporation. All rights reserved 8. COMMERCIAL OFFER (continued) Excessive cavitation pitting is defined as the removal of 7.0 pounds of metal from each of the runners by the action of cavitation. Surfaces which have a peak-to-valley height of less than 0.5 mm are not considered as having been affected by cavitation. Erosion or damage caused by solid particles in the water and corrosion caused by aggressive chemical substances in the water, or by galvanic or electrolytic actions, are not covered by the pitting guarantee. If excessive cavitation pitting occurs, Weir American Hydro will repair the resulting damage by welding and grinding to a smooth surface equal to finish to the as-furnished runners. For cavitation repair, Owner shall dewater the turbine to the extent necessary at a mutually convenient time and shall provide proper access to the work. Owner shall also provide free of charge the use of station power and compressed air. All other items of equipment and materials required for the repairs will be furnished by Weir American Hydro. 8.6 Commercial Terms The contract terms and conditions will be those that are mutually agreed upon between the Augusta Utilities Department and Weir American Hydro. The basis for such agreement shall be the contract between The City of Augusta, Georgia and American Hydro Corporation for the Unit 4 Raw Water Pump Station Upgrade, Project 0302-04 dated December, 2004 and additional revisions in an email from WAH to Jorge Jimenez on November 25, 2013. Attachment number 3 \nPage 55 of 57 Item # 34 Activity ID Activity Name Original Duration Start Finish Augusta Units 9 & 10Augusta Units 9 & 10 663d 01-06-14 10-31-15 PROJECT MANAGEMENTPROJECT MANAGEMENT 663d 01-06-14 10-31-15 A1180 CONTRACT AWARD 0d 01-06-14* A1250 COMPLETION 0d 10-31-15* ENGINEERINGENGINEERING 126d 01-06-14 05-12-14 A1190 EMBEDDED COMPONENT DESIGN 42d 01-06-14 02-17-14 A1200 STATIONARY COMPONENT DESIGN 42d 02-17-14 03-31-14 A1210 ROTATING COMPONENT DESIGN 42d 03-31-14 05-12-14 UNIT 9 PRODUCTIONUNIT 9 PRODUCTION 350d 02-17-14 02-02-15 EMBEDDED COMPONENTSEMBEDDED COMPONENTS 189d 02-17-14 08-25-14 DRAFT TUBEDRAFT TUBE 154d 02-17-14 07-21-14 BULKHEADBULKHEAD 42d 02-17-14 03-31-14 SUPPORT PEDESTALSSUPPORT PEDESTALS 189d 02-17-14 08-25-14 ROTATING COMPONENTSROTATING COMPONENTS 266d 05-12-14 02-02-15 RUNNER/SHAFT ASSEMBLYRUNNER/SHAFT ASSEMBLY 266d 05-12-14 02-02-15 RH RUNNERRH RUNNER 252d 05-12-14 01-19-15 LH RUNNERLH RUNNER 252d 05-12-14 01-19-15 TURBINE SAHFTTURBINE SAHFT 196d 05-12-14 11-24-14 STUB SHAFTSTUB SHAFT 196d 05-12-14 11-24-14 SPOOL SHAFTSPOOL SHAFT 196d 05-12-14 11-24-14 ASSEMBLYASSEMBLY 14d 01-19-15 02-02-15 STATIONARY COMPONENTSSTATIONARY COMPONENTS 280d 03-31-14 01-05-15 DISTRIBUTOR ASSEMBLYDISTRIBUTOR ASSEMBLY 280d 03-31-14 01-05-15 DISCHARGE RINGSDISCHARGE RINGS 140d 03-31-14 08-18-14 STAY RINGSSTAY RINGS 231d 03-31-14 11-17-14 WICKET GATESWICKET GATES 224d 03-31-14 11-10-14 GATE LINKAGEGATE LINKAGE 70d 03-31-14 06-09-14 GATE RINGSGATE RINGS 98d 03-31-14 07-07-14 BEARINGSBEARINGS 168d 03-31-14 09-15-14 TRIAL ASSEMBLYTRIAL ASSEMBLY 49d 11-17-14 01-05-15 GATE OPERATING SYSTEMGATE OPERATING SYSTEM 98d 03-31-14 07-07-14 DRAFT CHESTDRAFT CHEST 238d 03-31-14 11-24-14 UNIT 10 PRODUCTIONUNIT 10 PRODUCTION 294d 05-05-14 02-23-15 EMBEDDED COMPONENTSEMBEDDED COMPONENTS 189d 06-02-14 12-08-14 DRAFT TUBEDRAFT TUBE 154d 06-02-14 11-03-14 BULKHEADBULKHEAD 42d 06-02-14 07-14-14 SUPPORT PEDESTALSSUPPORT PEDESTALS 189d 06-02-14 12-08-14 ROTATING COMPONENTSROTATING COMPONENTS 266d 06-02-14 02-23-15 RUNNER/SHAFT ASSEMBLYRUNNER/SHAFT ASSEMBLY 266d 06-02-14 02-23-15 RH RUNNERRH RUNNER 252d 06-02-14 02-09-15 LH RUNNERLH RUNNER 252d 06-02-14 02-09-15 TURBINE SAHFTTURBINE SAHFT 196d 06-02-14 12-15-14 STUB SHAFTSTUB SHAFT 196d 06-02-14 12-15-14 SPOOL SHAFTSPOOL SHAFT 196d 06-02-14 12-15-14 ASSEMBLYASSEMBLY 14d 02-09-15 02-23-15 STATIONARY COMPONENTSSTATIONARY COMPONENTS 280d 05-05-14 02-09-15 Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec 2014 2015 CONTRACT AWARD COMPLETION Augusta Utilities Department RWPS Proposal No. 2725 Schedule Weir American Hydro Page 1 of 2 TASK filter: All Activities   Attachment number 3 \nPage 56 of 57 Item # 34 Activity ID Activity Name Original Duration Start Finish DISTRIBUTOR ASSEMBLYDISTRIBUTOR ASSEMBLY 280d 05-05-14 02-09-15 DISCHARGE RINGSDISCHARGE RINGS 140d 05-05-14 09-22-14 STAY RINGSSTAY RINGS 231d 05-05-14 12-22-14 WICKET GATESWICKET GATES 224d 05-05-14 12-15-14 GATE LINKAGEGATE LINKAGE 70d 05-05-14 07-14-14 GATE RINGSGATE RINGS 98d 05-05-14 08-11-14 BEARINGSBEARINGS 168d 05-05-14 10-20-14 TRIAL ASSEMBLYTRIAL ASSEMBLY 49d 12-22-14 02-09-15 GATE OPERATING SYSTEMGATE OPERATING SYSTEM 98d 05-05-14 08-11-14 DRAFT CHESTDRAFT CHEST 238d 05-05-14 12-29-14 TRANSPORTATIONTRANSPORTATION 135d 02-26-15 07-11-15 UNIT 9UNIT 9 116d 02-26-15 06-22-15 EMBEDDED COMPONENTSEMBEDDED COMPONENTS 7d 02-26-15 03-05-15 TURBINE COMPONENTSTURBINE COMPONENTS 7d 06-15-15 06-22-15 UNIT 10UNIT 10 117d 03-16-15 07-11-15 EMBEDDED COMPONENTSEMBEDDED COMPONENTS 7d 03-16-15 03-23-15 TURBINE COMPONENTSTURBINE COMPONENTS 7d 07-04-15 07-11-15 FIELD SERVICEFIELD SERVICE 151d 03-02-15 07-31-15 UNIT 9UNIT 9 131d 03-02-15 07-11-15 EMBEDDED INSTALLATIONEMBEDDED INSTALLATION 19d 03-02-15 03-21-15 TURBINE INSTALLATIONTURBINE INSTALLATION 19d 06-22-15 07-11-15 UNIT 10UNIT 10 130d 03-23-15 07-31-15 EMBEDDED INSTALLATIONEMBEDDED INSTALLATION 21d 03-23-15 04-13-15 TURBINE INSTALLATIONTURBINE INSTALLATION 20d 07-11-15 07-31-15 Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec 2014 2015 Augusta Utilities Department RWPS Proposal No. 2725 Schedule Weir American Hydro Page 2 of 2 TASK filter: All Activities   Attachment number 3 \nPage 57 of 57 Item # 34 REQUEST FOR QUALIFICATION Request for Qualifications will be received at this office until Wednesday, September 25, 2013 @ 3:00 p.m. for furnishing: RFQ Item #13-193 Replacement of Runner & Shaft Assembly for Turbine #1, New Complete Water Turbines for Units #9 & 10; Goodrich Street Raw Water Pumping Station for Utilities Department Qualifications will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 Request for Qualification (RFQ) documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, September 13, 2013 @ 5:00 P.M. No Proposal will be accepted by fax, all must be received by mail or hand delivered. No qualifications may be withdrawn for a period of 90 days after time has been called on the date of opening. Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the RFQ including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the RFQ which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the Proponent at the risk of receiving incomplete or inaccurate information upon which to base its qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle August 22, 29, September 5, 12, 2013 Metro Courier August 28, 2013 Revised: 6/27/2013 Attachment number 4 \nPage 1 of 1 Item # 34 VENDORS Attachment B E-Verify # Addendum 1 SAVE Form Original 7 Copies Wier American Hydro 135 Stonewood Rd York, PA 17402-0136 Yes 228859 Yes Yes Yes Yes RFQ Opening RFQ Item #13-193 Replacement of Runner & Shaft Assembly for Augusta, Georgia - Utilities Department RFQ Due: Wednesday, September 25, 2013 @ 3:00 p.m. Page 1 of 1 Attachment number 5 \nPage 1 of 1 Item # 34 Evaluation Criteria PTS Wier American Hydro 135 Stonewood Rd York, PA 17402-0136 1. Firms experience and performance on projects of similar size and scope 50 45.7 2. Firms Quality Control, Quality Assurance and Project Tracking 10 9.7 3. Project Approach and Understanding 10 9.7 4. Qualifications, experience, references and availability of Key Staff 20 17.7 5. Responsiveness to RFQ 10 9.7 Total 100 92.3 Cumulative Evaluation RFQ Item #13-193 Replacement of Runner & Shaft Assembly for Augusta, Georgia - Utilities Department Attachment number 6 \nPage 1 of 1 Item # 34 Municipal Engineering Water Plants – Distribution Wastewater Plants – Collection Investigations – Planning Studies Recreational Facilities Industrial Parks – Roadways Civil – Structural – Mechanical Electrical & Instrumentation Founded 1946 SERVING GEORGIA AND SOUTH CAROLINA Jorge E. Jiménez, P. E. (GA) Charles D. Drown, P. E. (GA, SC, CA) Stacey W. Gordon, P. E. (GA, SC) Mitchell E. Freeman, P. E. (GA) Kenneth M. Wardenski, EIT, MCSE Zimmerman, Evans and Leopold, inc. (706) 724-5627 – FAX (706) 724-5789 435 Telfair Street Augusta, Ga. 30901-2494 October 7, 2013 Mr. Jerry Delaughter, P. E. Assistant Director Augusta Utilities Department 360 Bay Street, Suite 180 Augusta, GA 30901 Re: Turbine Procurement RFQ Item # 13-193 Goodrich Street Pumping Station Dear Jerry, We have reviewed the submittal by Weir American Hydro for the referenced project for compliance with the requirements contained in pages 27 to 31 of the RFQ. We find that the submittal has provided the information we recommended and was required by the RFQ. Our evaluation of their submittal gives us relief that Augusta will have one of the outstanding manufacturers of hydro-turbines in the world provide the Francis unit runner for existing Unit No. 1 and the complete machines for Units No. 9 and 10. We recommend that Augusta approve Weir American Hydro as its supplier for these crucial machines. Please let us know if you have any questions or comments. Very truly yours, ZIMMERMAN, EVANS AND LEOPOLD, INC. Jorge E. Jimenez, P.E. Principal JJT:JEJ:slv ZEL 0302-02 RFQ #13-193 Recommendation Attachment number 7 \nPage 1 of 1 Item # 34 Attachment number 8 \nPage 1 of 1 Item # 34 Attachment number 9 \nPage 1 of 4 Item # 34 Attachment number 9 \nPage 2 of 4 Item # 34 Attachment number 9 \nPage 3 of 4 Item # 34 Attachment number 9 \nPage 4 of 4 Item # 34 Attachment number 10 \nPage 1 of 3 Item # 34 Attachment number 10 \nPage 2 of 3 Item # 34 Attachment number 10 \nPage 3 of 3 Item # 34 Commission Meeting Agenda 2/18/2014 2:00 PM Extended funding for the Southeastern Natural Sciences Academy Savannah River at Risk Study. Department:Utilities Caption:Motion to approve funding for an extension of the Southeastern Natural Sciences Academy (SNSA) Savannah River at Risk study. (Approved by Engineeering Services Committee February 10, 2014) Background:The Southeastern Natural Sciences Academy (SNSA) began a study of the middle Savannah River in January 2006. This study, known as Savannah River at Risk, was funded by multiple entities including Augusta. The study identified additional issues that needed to be investigated in order to fully understand the complex nature of the Savannah River system from Thurmond Dam to the Savannah Harbor. Augusta was one of the original partners to provide funding for this important work and we have continued to fund the work due to the valuable data being produced. The data from this work is now being used by the regulatory agencies to evaluate the true impacts of municipal, industrial and natural activity on the river. Analysis:The information obtained from this ongoing study has been very helpful to Augusta as we have worked with regulators in developing a new dissolved oxygen standard for the Savannah Harbor and as we work with regulators and other dischargers to develop a plan to meet the new dissolved oxygen standard. It is imperative that decisions regarding the use of the river for wasteload assimilation be based on the most accurate and scientifically valid data to insure that wasteload allocation reductions are truly necessary for the health of the river system. This data has been extremely valuable during the development of the revised Total Maximum Daily Load determination for the harbor and will continue to be valuable during discussions with regulators about future individual permit requirements. These future permit requirements have a potential for significant impact on both our capital improvement and operations budgets. Ongoing monitoring of the river is also important as a means to document water quality improvements attained through discharger improvement activities. We would like to continue our funding for this project for an additional three years in the amount of $75,000 Cover Memo Item # 35 per year for a total additional participation of $225,000. Financial Impact:$75,000 from the 2014, 2015 and 2016 budgets for a total additional participation of $225,000 Alternatives:1) Rely on the limited data currently available to inform regulatory decision makers (not recommended). 2) Continue Augusta's participation in the SNSA study through a commitment of $75,000 per year for three years. Recommendation:Continue Augusta's participation in the SNSA study through a commitment of $75,000 from the 2014, 2015 and 2016 budgets for a total additional participation of $225,000 Funds are Available in the Following Accounts: 507043490-5212115/80500010-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 35 Commission Meeting Agenda 2/18/2014 2:00 PM Georgia Power Company License Agreement EV-41434 Department:Augusta Utilities Department Caption:Motion to approve Georgia Power Company License Agreement EV-41434. (Approved by Engineeering Services Committee February 10, 2014) Background:AUD will be constructing Project 800010-Rock Creek Relief Sewer, in 2014. A portion, of the project, will run within the Georgia Power Easement. Analysis:This is the usual municipal license agreement that the Georgia Power Company requires, for pipelines. Financial Impact:None Alternatives:Deny the motion to approve Georgia Power Company License Agreement EV-41434 and redesign the project. Recommendation:Approve the motion to approve Georgia Power Company License Agreement EV-41434. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 36 Attachment number 1 \nPage 1 of 14 Item # 36 Attachment number 1 \nPage 2 of 14 Item # 36 Attachment number 1 \nPage 3 of 14 Item # 36 Attachment number 1 \nPage 4 of 14 Item # 36 Attachment number 1 \nPage 5 of 14 Item # 36 Attachment number 1 \nPage 6 of 14 Item # 36 Attachment number 1 \nPage 7 of 14 Item # 36 Attachment number 1 \nPage 8 of 14 Item # 36 Attachment number 1 \nPage 9 of 14 Item # 36 Attachment number 1 \nPage 10 of 14 Item # 36 Attachment number 1 \nPage 11 of 14 Item # 36 Attachment number 1 \nPage 12 of 14 Item # 36 Attachment number 1 \nPage 13 of 14 Item # 36 Attachment number 1 \nPage 14 of 14 Item # 36 Commission Meeting Agenda 2/18/2014 2:00 PM North Leg Road Improvements Project (13-186)- Contract Award Department:Abie Ladson, Director Caption:Motion to award the Design Consultant Services Agreement for the North Leg Road Improvements Project CPB# 371-041110- T13045129 to Wolverton and Associates and approve funding for the first three phases of the contract. The first three phases include: Concept Development in the amount of $128,000; Database Preparation in the amount of $60,000; and Environmental Documentation in the amount of $5,000 ($193,000 total). Project is in Band 1 of the approved Richmond County Project List for the Transportation Investment Act of 2010 (aka, TIA, TSPLOST). (Approved by Engineeering Services Committee February 10, 2014) Background:The purpose of the North Leg Road Improvements Project is to improve traffic operations and safety along North Leg Road between Sibley Road and Wrightsboro Road. Currently, this corridor serves almost 10,000 vehicles per day and experiences a significant number of accidents per year. Some of these issues are to the close proximity of the Sibley Road to Wrightsboro Road as well as other factors such as: the substandard skew of Sibley Road at its intersection with North Leg Road as well as the unusual lane-drop along southbound North Leg Road at its intersection with Sibley Road that results in rear-end and side-swipe accidents. This project, which is in Band 1 of the approved Richmond County TIA list, will realign the Sibley Road intersection to correct this skew as well as improve the skew of North Leg/Jackson Roads at its intersection with Wrightsboro Road and provide an improved lane drop that will be more in-line with driver’s expectations and improve the traffic flow and safety of the corridor. Moreover, this project will include improved pedestrian facilities, lighting, and aesthetics through landscape treatments along the corridor. Analysis:In October 2013, a Request for Qualifications was released for qualified firms to provide design services for this project. Firms were evaluated based on qualifications, project approach, experience, and interviews in November 2013. The following firms submitted RFQs and were evaluated: 1. CH2MHill; 2. Cover Memo Item # 37 Cranston Engineering Group; 3. EMC Engineering; 4. Heath and Linebeck Engineering; 5. Moreland Altobelli and Associates; 6. Wolverton and Associates; and 7. W.R. Toole Engineers, Inc. Based on the evaluation procedures, Wolverton and Associates was selected for this project. Financial Impact:Funds are available in the TIA budget account numbers: North Leg Road Improvements Project 371-041110- 5212115/T13045129-5212115 ($193,000). Alternatives:1) Approve award of Design Consultant Services Agreement for the North Leg Road Improvements Project to Wolverton and Associates and funding for the first three phases of the contract in the amount of $193,000. 2) Do not approve Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: TIA Project Funds 371-041110-5212115/T13045129-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 37 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby adopted: Section 1: This project is set up and authorized to CPB# 371-041110-5212115/ T13045129-5212115. This project consists of Design Services for North Leg Road between Sibley Road and Wrightsboro Road). Also award the Design Funding is available in TIA project budget account numbers: $500,000 in Design. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. 500,000$ 500,000$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department PLEASE DO NOT PROCESS, ONCE APPROVED AED WILL SEND ORIGINAL FOR PROCESSING Honorable Deke Copenhaver, Mayor CPB#371-041110-T13045129 CAPITAL PROJECT BUDGET North Leg Road Corridor Improvements TIA Project Budget (Wrightsboro Road to Sibley Road) Consultant Contract to Wolverton and Associates in the amount of $193,000. 1 of 3 1.24.2011 Attachment number 1 \nPage 1 of 3 Item # 37 Augusta-Richmond County, Georgia CPB#371-041110-T13045129 CAPITAL PROJECT BUDGET North Leg Road Corridor Improvements 2 of 3 1.24.2011 Attachment number 1 \nPage 2 of 3 Item # 37 Augusta-Richmond County, Georgia CPB#371-041110-T13045129 CAPITAL PROJECT BUDGET North Leg Road Corridor Improvements CPB AMOUNT NEW SOURCE OF FUNDS CPB CPB TIA Project Funds (500,000)$ (500,000)$ 371-04-1110-5212115/T13045129-5212115 - TOTAL SOURCES:(500,000)$ (500,000)$ USE OF FUNDS ENGINEERING 371-04-1110-5212115/T13045129-5212115 500,000$ 500,000$ TOTAL USES:500,000$ 500,000$ 3 of 3 1.24.2011 Attachment number 1 \nPage 3 of 3 Item # 37 Attachment number 2 \nPage 1 of 3 Item # 37 Attachment number 2 \nPage 2 of 3 Item # 37 Attachment number 2 \nPage 3 of 3 Item # 37 Evaluation Criteria PTS CH2MHill Inc. 3011 S.W. Williston Rd Gainesville, FL 32608 Cranston Engineering 452 Ellis Street Augusta, GA 30901 EMC Engineering 4106 Colbern Blvd, Suite 105 Evans, GA 30809 Heath & Lineback Engineering 2390 Canton Road Building 200 Marietta, GA 30066-5393 Moreland Altobelli Assoc 2211 Beaver Ruin Road Norcross, GA 30071 Wolverton & Associates 6745 Sugarloaf Parkway Duluth, GA 30097 W.R. Toole Engineers 1005 Broad St., Ste 200 Augusta, GA 30901 1) Qualifications of Company 30 24.3 24.7 22.3 23.3 24.3 26.7 24.7 2) Qualifications of Key personnel that will actually perform the design services 35 27.3 29.0 26.7 29.0 28.7 30.3 29.7 3) Experience on similar Georgia DOT projects 20 13.3 15.7 11.7 15.0 16.7 18.3 16.3 4) References including specific individuals, address, phone number and e- mail address 10 9.2 9.2 9.2 10.0 8.3 8.3 8.3 5) Proximity to Area • Within Richmond County 5 pts. • Within CSRA 4 pts. • Within Georgia 3 pts. • Within SE United States (includes AL, TN, NC, SC, FL) 2 pts. • All Others 1 pt. 5 3.0 5.0 4.0 3.0 3.0 3.0 5.0 Total 100 77.2 83.5 73.8 80.3 81.0 86.7 84.0 Presentations 4 3 1 2 Cumulative Phase II - Presentations (Ranking in order of preference - 1 being the number one choice Cumulative Phase I - Evaluation Sheet RFQ Item #13-186 North Leg Road Corridor Improvements (Wrightsboro Road to Sibley Road) for Augusta, Georgia - Engineering Department Evaluation Committee Comments: During Phase I Cranston Engineering, Moreland Altobelli, Wolverton & Associates, and W.R. Toole Engineers received the highest scores and were therefore shortlisted and invited to participate in Phase ii of the evaluation process. During Phase II of the evaluation process, each company was ranked on their presentation by the committee members with their number 1 choice receiving a 1. The cumulative totals are listed in Phase II Attachment number 3 \nPage 1 of 1 Item # 37 REQUEST FOR QUALIFICATION Request for Qualifications will be received at this office until Tuesday, September 24, 2013 @ 11:00 a.m. for furnishing: RFQ Item #13-186 North Leg Road Corridor Improvements (Wrightsboro Road to Sibley Road) for Engineering Department Qualifications will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 Request for Qualification (RFQ) documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, September 6, 2013 @ 5:00 P.M. No Proposal will be accepted by fax, all must be received by mail or hand delivered. No qualifications may be withdrawn for a period of 90 days after time has been called on the date of opening. Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the RFQ which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the Proponent at the risk of receiving incomplete or inaccurate information upon which to base its qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle August 15, 22, 29, September 5, 2013 Metro Courier August 21, 2013 Revised: 6/27/2013 Attachment number 4 \nPage 1 of 1 Item # 37 VENDORS Attachment B E-Verify #SAVE Form Addendum 1 Original 7 Copies CH2MHill Inc 3011 S.W. Williston Rd Gainesville, FL 32608 Yes 40635 Yes Yes Yes Yes Moreland Altobelli Assoc 2211 Beaver Ruin Road Norcross, GA 30071 Yes 53328 Yes Yes Yes Yes Wolverton & Associates 6745 Sugarloaf Parkway Duluth, GA 30097 Yes 110645 Yes Yes Yes Yes Heath & Lineback Engin 2390 Canton Road Building 200 Marietta, GA 30066-5393 Yes 64937 Yes Yes Yes Yes EMC Engineering 4106 Colbern Blvd, Suite 105 Evans, GA 30809 Yes 324745 Yes Yes Yes Yes W.R. Toole Engineers 1005 Broad St., Ste 200 Augusta, GA 30901 Yes 62985 Yes Yes Yes Yes Jacobs Engineering 6801 Governors Lake Parkway, Building 200 Norcross, GA 30071 Yes No Non- Compliant Yes Yes Yes Yes Cranston Engineering 452 Ellis Street Augusta, GA 30901 Yes 64684 Yes Yes Yes Yes RFQ Opening RFQ Item #13-186 North Leg Road Corridor Improvements (Wrightsboro Road to Sibley Road) for Augusta, Georgia - Engineering Department RFQ Due: Tuesday, September 24, 2013 @ 11:00 a.m. Page 1 of 1 Attachment number 5 \nPage 1 of 1 Item # 37 Attachment number 6 \nPage 1 of 1 Item # 37 Attachment number 7 \nPage 1 of 4 Item # 37 Attachment number 7 \nPage 2 of 4 Item # 37 Attachment number 7 \nPage 3 of 4 Item # 37 Attachment number 7 \nPage 4 of 4 Item # 37 Attachment number 8 \nPage 1 of 4 Item # 37 Attachment number 8 \nPage 2 of 4 Item # 37 Attachment number 8 \nPage 3 of 4 Item # 37 Attachment number 8 \nPage 4 of 4 Item # 37 Commission Meeting Agenda 2/18/2014 2:00 PM RFQ - Druid Park Road Improvements Diet Project (12-170) Department:Abie Ladson, Director Caption:Motion to approve Supplemental Agreement Number Two, Change Number Two with Kimley-Horn and Associates for the Roundabout Evaluation and Design Services to include design services for the Druid Park Avenue Road Diet Project (RC07- 001219). This project is on the approved Band 1 list of Richmond County’s Transportation Investment Act of 2010 (aka, TIA, TSPLOST) projects. This Supplemental Agreement Number Two will be for the initial phases of the project including data collection, traffic studies, renderings, and public involvement in the amount of $82,946 as requested by AED. (Approved by Engineeering Services Committee February 10, 2014) Background:A “Road Diet” is technique employed in transportation engineering whereby the number of travel lanes or travel-lane widths are reduced in order to achieve other systemic benefits such as bike lanes, wider sidewalks, shorter crossings, and traffic calming. This concept has been shown to encourage multi-modal transportation use as well as improve safety for all roadway users. In addition to Druid Park Avenue, other areas that road diets are being considered include 15th Street, Upper Broad Street, and Laney Walker Boulevard. The extent of this project run from Wrightsboro Road to Walton Way and includes its intersection with Laney Walker Boulevard where a roundabout is currently proposed. In December 2012, Augusta, Georgia awarded a contract to Kimley-Horn and Associates for the study and design of five roundabouts in the county. The intersection of Druid Park Avenue and Laney Walker Boulevard was included in that contract and would encompass a large portion of the road diet project. Analysis:The intersection of Druid Park Avenue and Laney Walker Boulevard was included in Kimley-Horn’s initial contract and any road diet elements developed would need to be incorporated into that design, the purpose of this item is to supplement Kimley- Horn’s contract in order to expand the scope and include the road diet. Cover Memo Item # 38 Financial Impact:Funds are available in the TIA budget account numbers: Druid Park Improvements (Walton Way to Wrightsboro Road) in the amount of $82,946. Alternatives:1) Approve the proposed supplement. 2) Do not approve. Recommendation:Approve Caption #1 Funds are Available in the Following Accounts: TIA project Funds GL 371-04-1110 JL - T13041219 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 38 n TEL 404 419 8700 December 19, 2013 n 817 West Peachtree Street, NWThe Biltmore, Suite 601Atlanta, Georgia 30308 Steve Cassell Assistant Director of Traffic Engineering City of Augusta Engineering Department 505 Telfair Street Augusta, Georgia 30901 Re: Amendment No 1: Roundabout Evaluation & Design Services Agreement Druid Park Avenue Road Diet Transportation Engineering (TE) Study, Concept Development, Concept Report, and Meetings – Additional services/extension to the current Druid Park Avenue/Laney Walker Boulevard project Augusta, Georgia Dear Steve: Kimley-Horn and Associates, Inc. is pleased to submit this Amendment to our Agreement for Roundabout Evaluation and Design Services (the Agreement). The City of Augusta desires to evaluate the feasibility of a road diet along Druid Park Avenue from Walton Way to Wrightsboro Road (approximately 0.7 miles). As part of this effort, the City has requested that KHA prepare a transportation engineering study, develop a preliminary concept layout along the project corridor, and provide public involvement services. It is our understanding that this project will be funded through Transportation Investment Act of 2012 (TIA) funding. This Amendment to the Agreement is based on your request. Our scope of services, schedule, and fee are as follows. SCOPE OF SERVICES The purpose of this amendment is to evaluate the feasibility of a road diet and pedestrian improvements along Druid Park Avenue within the limits described above, and to develop a preferred concept alternative for improvements along the corridor. The deliverables to the City will consist of the following: 1)One (1) Traffic Engineering study report for Druid Park Avenue that summarizes the existing (2013), base year (2016) and design year (2036) traffic conditions with recommendations for operational improvements. 2)Up to two (2) alternative concept design layouts of proposed recommended improvements. The concept designs will be depicted on an aerial graphic and will be for illustrative purposes only (not sufficient for construction). Attachment number 1 \nPage 1 of 8 Item # 38 Steve Cassell, December 19, 2013, Page 2 K:\AMT_Marketing\City of Augusta\Druid Park Road Diet 2013\Amendment - Druid Park Road Diet Concept Study-CityofAugusta-Revised 19December2013.doc 3)An opinion of probable construction cost of the proposed recommended improvement option based on the concept design described above. 4)Up to five (5) color renderings of proposed concept alternatives 5)Project Concept Report The scope of services of this amendment does not include preparation of construction plans, environmental documentation, concept reports, or other documentation as required by the Georgia Department of Transportation (GDOT) Plan Development Process (PDP). KHA understands that these services will be provided under separate agreement, to be developed after a preferred concept alternative is selected. Task 1 – Data Collection/Project Coordination KHA will perform traffic counts that will be used in the traffic analysis. The counts will specify the number of vehicles, heavy vehicles, and pedestrians. KHA will collect the following data: ·Six (6) hours of turning movement data will be performed at three (3) intersections. The data will include two (2) hours each during the morning, midday, and afternoon peak periods. The following intersections will counted: o Druid Park Avenue/Walton Way o Druid Park Avenue/Central Avenue o Druid Park Avenue/Wrightsboro Road ·Seven (7) 24-hour bi-directional tube counts will be performed at the following locations along Druid Park Avenue: o Walton Way east and west of Druid Park Avenue o Central Avenue east and west of Druid Park Avenue o Druid Park Avenue between Central Avenue and Wrightsboro Road. o Wrightsboro Road east and west of Druid Park Avenue ·The most recent complete three (3) years of accident data ·Data for the Druid Park Avenue/Laney Walker Boulevard intersection, including turning movement counts and 24-hour tube counts of all approaches, will be collected by the City as part of the Agreement. The City of Augusta will provide the following: 1.GIS Mapping 2.Survey information as available 3.Signal Timing as available 4.Public Schools in the vicinity – District boundary map Kimley-Horn will attend one (1) kickoff meeting with City staff and will provide project coordination. Attachment number 1 \nPage 2 of 8 Item # 38 Steve Cassell, December 19, 2013, Page 3 K:\AMT_Marketing\City of Augusta\Druid Park Road Diet 2013\Amendment - Druid Park Road Diet Concept Study-CityofAugusta-Revised 19December2013.doc Task 2 – Traffic Engineering (TE) Study Report A site visit will be performed to document the existing roadway conditions and intersection operations (e.g. posted speed limits, signing, signalized intersection, unsignalized intersection, queuing, etc.). Future roadway/intersection projects in the vicinity of the site will also be researched and summarized. The traffic analysis will evaluate existing and projected roadway conditions. The analysis will use Synchro and SimTraffic applications, and will analyze the existing 2013 traffic conditions as well as the base year 2016 and design year 2036 conditions. The base year 2016 conditions and design year 2036 conditions will be based on the existing 2013 conditions plus additional background traffic growth (from historical counts). For the base year 2016 and design year 2036 conditions analyses, we will provide the analysis based on the existing roadway laneage as well as the recommended roadway laneage to serve the base 2016 and design 2036 volumes. The following intersections will be evaluated: ·Druid Park Avenue/Walton Way ·Druid Park Avenue/Central Avenue ·Druid Park Avenue/Wrightsboro Road The Druid Park Avenue/Laney Walker intersection will be evaluated as part of the original Agreement and is not included in the scope of services of this amendment. Task 2b – Roundabout Analysis This task is applicable to the Druid Park Avenue/Central Avenue intersection. Kimley-Horn and Associates, Inc. will use the traffic data and the roadway/intersection geometry to determine if the intersection would be a suitable location for a modern roundabout based on existing traffic volumes and roadway conditions. We will also determine if the intersection would be a suitable location for a modern roundabout based on the base year 2016 and design year 2036 traffic volumes. Based on the GDOT Roundabout Analysis Tool, we will determine if the location meets the preliminary requirements of a roundabout. This GDOT tool also measures of effectiveness for each intersection approach. If the location is deemed an appropriate location for a roundabout, we will continue our analysis, and capacity analyses will be performed using SIDRA 3.1 to determine delay and level of service (LOS). Analysis will be performed for existing conditions, base year 2016 conditions and design year 2036 conditions. Roundabout analysis of the Druid Park Avenue/Laney Walker Boulevard intersection will be provided as part of the scope of services of the Agreement and is not included in the scope of services of this amendment. Attachment number 1 \nPage 3 of 8 Item # 38 Steve Cassell, December 19, 2013, Page 4 K:\AMT_Marketing\City of Augusta\Druid Park Road Diet 2013\Amendment - Druid Park Road Diet Concept Study-CityofAugusta-Revised 19December2013.doc Task 2c – Conceptual Roadway Improvement Graphics Utilizing the aerial mapping that will be provided by the City of Augusta, we will provide up to two (2) alternative concept layouts that illustrate the recommended improvements needed to serve the design year 2036 conditions. The concept layouts will illustrate, to the best extent possible, existing right-of-way, existing roadway laneage, and existing building structures. The display will also show edges of pavement, pavement striping, as well as the proposed recommended roadway improvements. The concept plan will be suitable for information purposes only. The concept graphics will not be of sufficient detail to construct improvements; however, they can be utilized by design engineers to develop construction drawings. These concept graphics will be included in the Traffic Engineering Study report. We will prepare a technical report that summarizes our findings, evaluations, and recommendations. General recommendations for needed roadway and operational improvements will be developed. Up to ten (10) copies of the report will be provided. Additionally, the Synchro and SimTraffic files will also be provided. Task 2d – Concept Report Preparation KHA will prepare a Concept Report per the requirements of the GDOT Transportation Investment Act (TIA) Manual. The concept report will consist of a project description, project justification statement, existing and proposed design elements, right-of-way, utility and environmental concerns, brief description of alternatives considered, project schedule and an opinion of probable construction cost. The TE study report and concept layout prepared in Tasks 2, 2b and 2c will be submitted as attachments to the concept report. Because the project is funded with TIA funds only, it is anticipated that the concept report will reviewed by the local Regional Commission, GDOT and the City of Augusta. KHA will prepare and submit a draft concept report and respond to one (1) round of review comments from each agency (up to three (3) total reviews). Up to two (2) KHA staff will attend up to one (1) initial concept team meeting and up to one (1) concept team meeting with City of Augusta and GDOT staff (up to two (2) team meetings total). Task 3 – Corridor Renderings Additionally, based on the recommended improvement option, up to five (5) color renderings of the proposed improvements along Druid Park Avenue will be prepared. These color illustrations will be done by hand and then digitally scanned, descriptive labels added and shared with the client for their use in presenting the alternative improvement concepts to the public at public meetings or in print. Attachment number 1 \nPage 4 of 8 Item # 38 Steve Cassell, December 19, 2013, Page 5 K:\AMT_Marketing\City of Augusta\Druid Park Road Diet 2013\Amendment - Druid Park Road Diet Concept Study-CityofAugusta-Revised 19December2013.doc Task 4 – Project Presentations/Meetings/Public Relations Under Task 4, we anticipate having to prepare for and attend several meetings. The intent of these meetings is to discuss the scope and recommendations contained in the traffic study report and to garner support for the recommended improvement option. We anticipate attending the following meetings: a.Preparation and Attendance at Meetings with Paine College (up to 2) b.Preparation and Attendance at Public Meeting (up to 1) Additionally, the concept graphics (Task 2c) and the Corridor Renderings (Task 3) will be used as displays during these presentations. Task 5 - ADDITIONAL SERVICES The following tasks are not included in this proposal; however, we are prepared to undertake them as additional services: a.Additional Meetings (all meetings beyond the three meetings noted in Task 4) b.Traffic Counts beyond those listed in Task 1 c.Evaluation of additional intersections or corridors d.VISSIM modeling or other modeling beyond that described in Task 2 e.TIA Plan Development Process Activities Including: a.Environmental Documentation b.Survey and Mapping c.Soil Surveys d.Pavement Evaluations e.Municipal Separate Storm Sewer System (MS4) Permitting f.Roadway Design g.Intersection Design h.Roundabout Design i.Traffic/Pedestrian Signal Design j.Intelligent Transportation Systems (ITS) k.Field Plan Review Submittal and Attendance l.Special Provision Preparation m.Value Engineering Study Participation n.Design Exception/Variance Preparation o.Utility Coordination p.Right-of-Way Cost Estimation or Acquisition q.Right-of-Way Plan Preparation f.Traffic Signal Timing g.Construction Phase Services Attachment number 1 \nPage 5 of 8 Item # 38 Steve Cassell, December 19, 2013, Page 6 K:\AMT_Marketing\City of Augusta\Druid Park Road Diet 2013\Amendment - Druid Park Road Diet Concept Study-CityofAugusta-Revised 19December2013.doc FEE AND SCHEDULE The attached fees assume one round of City of Augusta review comments, and that comments will be addressed at one time. KHA will perform the services described as follows: The fee breakdown is as follows: Task 1 – Data Collection/Coordination $ 5,786 Lump sum Task 2 – Traffic Engineering (TE) Study Report $ 43,350 Lump sum Task 3 – Corridor Renderings $ 8,060 Lump sum Task 4 – Project Presentations/Meetings/Public Relations $ 21,040 Lump Sum Expenses:$ 4,710 Lump Sum Total (Lump Sum):$82,946 Fees will be invoiced monthly based upon the percentage of services completed as of the invoice date. Payment will be due within 25 days of the date of the invoice. Task 5 (Additional Services) will be performed at current hourly rates plus expenses. Effort associated with Task 5 will not be performed without authorization from you. Given notice to proceed, we will undertake the services listed in Tasks 1-4 (and Task 5 if authorized). We anticipate having a draft traffic study report, and concept improvement graphics available for your review within eight weeks of collecting the traffic count information and obtaining the aerial base mapping from the City. Attachment number 1 \nPage 6 of 8 Item # 38 Steve Cassell, December 19, 2013, Page 7 K:\AMT_Marketing\City of Augusta\Druid Park Road Diet 2013\Amendment - Druid Park Road Diet Concept Study-CityofAugusta-Revised 19December2013.doc We appreciate the opportunity to submit this proposal to you. We look forward to performing these services for you and will begin work immediately upon your notification. Very truly yours, KIMLEY-HORN AND ASSOCIATES, INC. John D. Walker, P.E., PTOE Vice President/Senior Associate Sean P. Johnston, P.E. Associate Agreed to this day of , 2013 City of Augusta By: Title: Witness: Attachment number 1 \nPage 7 of 8 Item # 38 Sr. Traffic Sr. Roadway Traffic Roadway Landscape Traffic Roadway Landscape TASKS Engineer Engineer Engineer Engineer Architect Analyst Analyst Analyst Clerical TASKS Total 1 Data Collection/ Project Coordination a. Project Start-Up - Coordination with Subs 2 2 4 b. Coordintation with City Staff 2 2 4 c. Obtain Accident Data 2 2 d. Obtain Traffic Count Data 4 4 e. Kick-Off Meeting with City Staff 8 8 16 f. Coordination with Subs - Duration of project 2 4 6 Total Hours Task 1 14 16 0 0 0 6 0 0 0 36 Total Costs Task 1 $2,758 $2,512 $0 $0 $0 $516 $0 $0 $0 $5,786 2 Traffic Engineering (TE) Study - 1 Report Step 1 a. Site Visit - Site Photos - Field Inventory 8 8 8 2 26 b. Set-Up Traffic Model with Existing Data 2 4 20 26 c. Traffic Analysis 2 4 20 26 d. Draft Reporting 2 4 32 38 Step 2 a. Prepare Concept Alternative Layouts (up to 2)2 8 4 16 60 90 b. Graphics 2 16 18 c. Draft Reporting 2 4 12 18 Step 3 a. Address Comments and Distribute Final Report 2 2 4 4 8 8 2 30 Step 4 a. Prepare TIA Concept Report 4 12 24 40 b. Attend Initial and Concept Team Meeting (2 meetings)16 16 32 c. Address COA, RC and GDOT Comments (3 reviews)12 12 24 48 Total Hours Task 2 36 50 34 44 0 108 116 0 4 392 Total Costs Task 2 $7,092 $7,850 $4,148 $4,664 $0 $9,288 $9,976 $0 $332 $43,350 3 Corridor Renderings Develop color renderings - assume 5 5 5 15 50 75 Total Hours Task 3 5 5 0 0 15 0 0 50 0 75 Total Costs Task 3 $985 $785 $0 $0 $1,740 $0 $0 $4,550 $0 $8,060 4 Public Relations a. Preparation and Attendance at Paine College Meeting (2)16 16 8 8 48 b. Preparation and Attendance at Public Meetings (1)12 12 16 16 56 0 0 Total Hours Task 4 28 28 0 0 0 24 24 0 0 104a. WR Toole $7,000 Total Costs Task 4 $5,516 $4,396 $0 $0 $0 $2,064 $2,064 $0 $0 $21,040 Total Labor Hours 407 549 340 440 15 1,110 1,184 50 40 4,135 Total Labor Costs (KHA + WR Toole)$16,351 $15,543 $4,148 $4,664 $1,740 $11,868 $12,040 $4,550 $332 $78,236 Direct Costs a. Travel Expenses, Mileage (300 miles X 4 trips)$660 b. Printing/Reproduction $500 c. Courier Fees, FedEx $50 d. Traffic Count Sub $3,500 Total Direct Costs (KHA)$4,710 TOTAL COST $82,946 Fee Proposal - Hour Estimate Druid Park Avenue Road Diet Concept Study City of Augusta / Richmond County Attachment number 1 \nPage 8 of 8 Item # 38 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project change is authorized to CPB# 328-041110-212828014 Supplemental Agreement Number Two in the amount of $82,946.00 to Kimley-Horne for Design Services for the initial phases of Druid Park Avenue Road Diet Project, including data collection, Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. 300,000$ 15,000$ 82,946$ 397,946$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Deke Copenhaver, Mayor Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department CPB#328-041110-212828014 Special 1% Sales Tax, Phase VI Special 1% Sales Tax, Phase VI TIA Funds traffic studies, renderings, and public involvement. CAPITAL PROJECT BUDGET INTERSECTION SAFETY ROUNDABOUT CHANGE NUMBER TWO 1.7.2014 Attachment number 2 \nPage 1 of 2 Item # 38 Augusta-Richmond County, Georgia CPB#328-041110-212828014 CAPITAL PROJECT BUDGET INTERSECTION SAFETY ROUNDABOUT CHANGE NUMBER TWO CPB AMOUNT ADDITION NEW SOURCE OF FUNDS CPB REQUEST CPB SPECIAL 1% SALES TAX, PHASE VI 328-04-1110-6011110-212828012 ($315,000)($315,000) TIA Funds ($82,946) ($82,946) 235-041110-6011110 TOTAL SOURCES: ($315,000) ($82,946) ($397,946) USE OF FUNDS ENGINEERING 328-041110-5212115-212828012 $315,000 $315,000 TIA Engineering 235-041110-5212115 $82,946 $82,946 TOTAL USES: $315,000 $82,946 $397,946 1.7.2014 Attachment number 2 \nPage 2 of 2 Item # 38 Commission Meeting Agenda 2/18/2014 2:00 PM RFQ - Roundabout Evaluation and Design Services (12-170) Department:Abie Ladson, Director Caption:Motion to approve the final phases of the Consultant Services Agreement, Supplemental Agreement Number Three, CPB # 328- 041110-212828014 and Change Number Three to Kimley-Horn and Associates for the Roundabout Evaluation Design Services Project in the amount of $409,741 as requested by AED. (Approved by Engineeering Services Committee February 10, 2014) Background:In SPLOST VI, Augusta created an Intersection Operational and Safety Initiative project to look at several existing intersections that are either all-way stop controlled or signalized to determine the feasibility of the installation of a roundabout at each. The intersections included in this evaluation included: Wheeler Road at Aumond Road; Milledgeville Road at North Leg Road; Laney Walker Boulevard at Druid Park Avenue; Central Avenue at Monte Sano Avenue; and Boy Scout Road at Skinner Mill Road. This project was awarded to Kimley-Horn and Associates in December 2012. The initial phases of this project, which included traffic studies, concept development, and public outreach, were completed in October 2013 and the decision was made to move forward with full design on the following two intersections: Wheeler Road at Aumond Road and Milledgeville Road at North Leg Road. Moreover, based on public feedback, it was further decided to perform more a planning effort for the Central Avenue at Monte Sano Avenue intersection and look more toward a future revitalization/streetscape effort. The purpose of this item is to continue the project and move it from concept into detailed design as well as continued public outreach as the projects move closer to construction. Analysis:In December 2012, commission approved the initial design phases of the project that included concept development and public involvement. The purpose of this item is to move the project from concept to final design for the intersections of Wheeler Road at Aumond Road and Milledgeville Road at North Leg Road. Cover Memo Item # 39 Financial Impact:Funding is available in the amount of $409,741 from Intersection Operational and Safety Initiative project SPLOST Phase VI Alternatives:1)Approve Caption 1. 2) Do not approve Recommendation:Approve Caption #1. Funds are Available in the Following Accounts: 328-041110-5212115/212828014-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 39 December 18, 2013 Steve Cassell Assistant Director Traffic Engineering Division City of Augusta Engineering Department 505 Telfair Street Augusta, Georgia 30901 Re: Wheeler Road at Aumond Road Design of Intersection Improvements; North Leg Road at Milledgeville Road Design of Intersection Improvements; and Central Ave. at Monte Sano Ave./Summerville Community Analysis Professional Services Fee Proposal – Next Phases Purchase Order Number: P219302 Dear Steve: Kimley-Horn and Associates, Inc. (“Kimley-Horn” or “Consultant”) is pleased to submit this letter agreement (the “Agreement”) to the City of Augusta (“Client” or “the City”) for providing design and planning services for the above referenced projects. Wheeler Road at Aumond Road – Task A Project Understanding – Task A The existing four-way, stop-controlled intersection of Wheeler Road and Aumond Road in Augusta, Georgia is located approximately two miles east of the Wheeler Road overpass at I-520. The two eastbound and westbound approaches of Wheeler Road each consist of a combined thru/right turn lane and a dedicated left turn lane. The southbound Aumond Road approach consists of a combined thru/left turn lane and a dedicated right turn lane. The northbound Aumond Road approach is a single lane. Both facilities have curb and gutter shoulders with sidewalk existing only on the northern shoulder of Wheeler Road. The area is predominantly residential with a church, the Aldersgate United Methodist Church, located just east of the intersection. According to the Georgia Department of Transportation’s (GDOT) Functional Classification Maps, both Wheeler Road and Aumond Road are classified as urban collector streets. The posted speed for Wheeler Road is 35 MPH and for Aumond Road is 30 MPH. Kimley-Horn has already coordinated with the Client on concept design and public involvement activities for the above, referenced project. The Client has requested that Kimley-Horn move forward with design services. Kimley-Horn assumes that any additional traffic studies, environmental screenings and n Suite 450 2 Sun Court Norcross, Georgia 30092 n TEL 770 825 0744 Attachment number 1 \nPage 1 of 35 Item # 39 Mr. Steve Cassell December18, 2013 2 resource identifications, and any necessary geotechnical investigations/reports will be performed by the Client. The Client has stated that one additional public meeting will be needed for this project. Scope of Services – Task A Kimley-Horn will provide the services specifically set forth below. Task A.1 – Concept Summary Report Upon Notice to Proceed from the Client, Kimley-Horn will prepare a concept summary report to document the existing and proposed features for this project. The report will not follow the format of a typical GDOT concept report. However, the following information will be documented in this report: ·Project Location Map ·Existing conditions/typical sections ·Project need and purpose ·Description of proposed improvements/typical sections ·Project Limits ·Base year and design year traffic volumes (as reported in previously performed traffic studies) ·Proposed roundabout features ·Existing utility owners and facility types ·Existing and required rights-of-way and/or easements ·Anticipated Permits/Coordination ·Concept level construction cost estimate ·Concept level pavement design (using the GDOT Pavement Design Tool spreadsheet) ·Traffic Engineering Study Results (from previous efforts) Kimley-Horn will use the previously generated concept display, as presented to the public on October 22, 2013 for the basis of this report. No modifications or additions to this concept layout are anticipated as part of this effort. A concept team meeting is not anticipated, though it is anticipated that one round of modifications to the concept summary report based on the Client’s comments will be required. Task A.2 – Database Preparation Upon Notice to Proceed from the Client, Kimley-Horn will team with Toole Surveying Company, Inc. (“TSC”) to perform topographic survey of the proposed project area. The survey will be performed per GDOT specifications and will be delivered in InRoads for design in MicroStation V8i. Storm and sanitary sewer lines will be located within the project area as well as above ground utility facilities. Trees with a caliper of 12” and above will be located. Property lines will be located as well. TSC will coordinate with CSRA Utility Marking to provide “spray locations,” though no direct location methods (including potholing) or subsurface utility exploration activities will occur. No formal Client review and approval is anticipated. Attachment number 1 \nPage 2 of 35 Item # 39 Mr. Steve Cassell December18, 2013 3 Task A.3 - Preliminary Plans Upon the Client’s approval of the Concept Summary Report and completion of the database collection, Kimley-Horn will proceed with preliminary plans design of the project. Plans will be designed in Microstation V8i and any coordinate geometry work will be performed in InRoads. Kimley-Horn will coordinate with the Client for submission of plans to utility facility owners within the project limits. Kimley-Horn will coordinate with MTJ Engineers, Inc., who will utilize the topographic survey to generate the horizontal geometric design portion of the design for incorporation into the design plans. Kimley-Horn will use MTJ’s horizontal alignments and layout as a beginning and advance the design through preliminary plans. Kimley-Horn anticipates that design plans will include full Erosion, Sedimentation, and Pollution Control (ESPC) Plans as more than one acre of disturbance is predicted. Staging plans are anticipated, but no off-site detours are under consideration. In addition, Kimley-Horn anticipates that landscaping plans, planting details, and lighting plans will be required for this project. Kimley-Horn will coordinate with Electrical Design Consultants, Inc. (“EDC”) to prepare the lighting plans. Kimley-Horn does not anticipate any environmentally sensitive areas and/or buffered waters within the project limits. Kimley-Horn will again coordinate with MTJ, who will perform a quality control review of the design plans, prior to submission to the Client. Once preliminary plans are completed, Kimley-Horn will submit five (5) sets of plans to the Client for review. To complete the review process, the appropriate representatives from Kimley-Horn will attend a Client-administered Preliminary Field Plan Review (“PFPR”) to review the plans and perform a site visit. Kimley-Horn will also provide formal responses to any Client comments. Task A.4 – Public Involvement Upon updating the plans per the Client PFPR comments, Kimley-Horn will revise the original concept layouts to incorporate any changes. Kimley-Horn, along with representatives from W.R. Toole Engineers, Inc., will attend both a Client-administered Public Involvement Open House (“PIOH”) dry run as well as the actual PIOH. Kimley-Horn will address one round of public stakeholder comments, if needed. Task A.5 - Right-of-Way Plans Upon updating the plans per the Client PFPR comments, Kimley-Horn will prepare right-of-way plans and data tables for submission to the Client. If necessary, Kimley-Horn will address Client comments and resubmit for approval. Kimley-Horn assumes that up to four rounds of formal right-of-way revisions will be necessary due to property owner negotiations and/or condemnations. Kimley-Horn will team with TSC to provide one round of right- Attachment number 1 \nPage 3 of 35 Item # 39 Mr. Steve Cassell December18, 2013 4 of-way and easement staking services. Task A.6 - Final Plans Kimley-Horn will incorporate all County and internal PFPR review comments as well as any changes resulting from right-of-way acquisition. Quantities will be verified and reported within the plans per the County standards, current as of this agreement. Again, Kimley-Horn will coordinate with MTJ, who will perform a quality control review of the final design plans, prior to submission to the Client. As part of the submittal package of the final field plan review (FFPR) plans, the quantities will be compiled into a construction cost estimate that will be provided to the Client. Kimley-Horn will attend a Client FFPR and provide responses to any comments received. Design plans will be revised per these comments and submitted, along with an updated construction cost estimate, to the Client for advertisement and construction. Kimley-Horn will attend both a pre-bid meeting and a pre- construction meeting. Shop drawings are not anticipated as part of this project As it is assumed that this project will result in the disturbance of more than one acre, Kimley-Horn will coordinate with the Client to submit plans to the Georgia Environmental Protection Division (EPD). Any comments received from the EPD will be addressed and if necessary, revisions provided. One seven-day inspection, including a report documenting the inspection findings, will be conducted by Kimley-Horn at the appropriate times. Services Not Included – Task A Any other services, including but not limited to the following, are not included in this Agreement: ·Traffic studies, roundabout validation efforts, and laneage recommendations (beyond previous efforts) ·Concept Team Meeting ·Signal warrant analyses ·Survey database accuracy review ·Detailed analysis of identified state waters ·Ecology-related Agency/Client coordination, meetings, or submittals, unless listed previously ·Ecology-related review of permit needs or preparation of permit applications ·Federal Waters identification ·Stream Buffer Variances ·Environmental Documentation ·Hydraulic/Hydrologic Design Services ·Pavement Evaluations and/or any other geotechnical investigation ·Attendance at meetings not specified in the attached fee proposal ·Detour Plans Attachment number 1 \nPage 4 of 35 Item # 39 Mr. Steve Cassell December18, 2013 5 Additional Services – Task A Any services not specifically provided for in the above scope will be billed as additional services and performed at our then current rate schedule, as previously provide to the Client. Additional services we can provide include, but are not limited to, the following: ·ATMS/Interconnect Design ·Design or modification of signals ·Design of bike lanes/bicycle friendly features ·Preparation of design variances/exceptions ·Construction Administration Services (per Client request, a separate task has been included for this specific effort, but will not be used unless authorized by the Client) North Leg Road at Milledgeville Road – Task B Project Understanding – Task B The existing four-way, stop-controlled intersection of Milledgeville Road and North Leg Road/Old McDuffie Road in Augusta, Georgia is located approximately 0.6 miles east of the Milledgeville Road overpass at I-520. A four-way flashing beacon reinforces the stop-controlled movement. The two eastbound and westbound approaches of Milledgeville Road each consist of a combined thru/right turn lane and a dedicated left turn lane. The northbound and southbound approaches of North Leg Road/Old McDuffie Road are single lane approaches. Curb and gutter shoulders exist at all four approaches with sidewalk existing only on the northern and southern shoulders of Milledgeville Road, east of the intersection. The area is a mixture of residential and commercial properties, including a Citgo gas station located in the northeast quadrant and having driveway access on both North Leg Road and Milledgeville Road. According to the Georgia Department of Transportation’s (GDOT) Functional Classification Maps, both Wheeler Road and Aumond Road are classified as urban collector streets. The posted speed for both roads is 45 MPH. A named stream, Rocky Creek, crosses North Leg Road via a culvert approximately 0.1 miles north of the intersection. This project is not anticipated to impact this crossing or its related stream buffer. Kimley-Horn has already coordinated with the Client on concept design and public involvement activities for the above, referenced project. The Client has requested that Kimley-Horn move forward with design services. The Client has stated that one additional public meeting will be needed for this project. For this project, W.R. Toole Engineering, Inc. (“WRTE”) will serve as the lead designer with Kimley-Horn serving in a project managerial role as well as performing retaining wall and landscape design. Attachment number 1 \nPage 5 of 35 Item # 39 Mr. Steve Cassell December18, 2013 6 Scope of Services – Task B Kimley-Horn will provide the services specifically set forth below. Task B.1 – Concept Summary Report Upon Notice to Proceed from the Client, WRTE will prepare a concept summary report to document the existing and proposed features for this project. The report will not follow the format of a typical GDOT concept report. However, the following information will be documented in this report: ·Project Location Map ·Existing conditions/typical sections ·Project need and purpose ·Description of proposed improvements/typical sections ·Project Limits ·Base year and design year traffic volumes (as reported in previously performed traffic studies) ·Proposed roundabout features ·Existing utility owners and facility types ·Existing and required rights-of-way and/or easements ·Anticipated Permits/Coordination ·Concept level construction cost estimate ·Concept level pavement design (using the GDOT Pavement Design Tool spreadsheet) ·Traffic Engineering Study Results (from previous efforts) WRTE will use the previously generated concept display, as presented to the public on October 15, 2013 for the basis of this report. No modifications or additions to this concept layout are anticipated as part of this effort. A concept team meeting is not anticipated, though it is anticipated that one round of modifications to the concept summary report based on the Client’s comments will be required. Task B.2 – Database Preparation Upon Notice to Proceed from the Client, Kimley-Horn will team with Toole Surveying Company, Inc. (“TSC”) to perform topographic survey of the proposed project area. The survey will be performed per GDOT specifications and will be delivered in InRoads for design in MicroStation V8i. Storm and sanitary sewer lines will be located within the project area as well as above ground utility facilities. Trees with a caliper of 12” and above will be located. Property lines will be located as well. TSC will coordinate with CSRA Utility Marking to provide “spray locations,” though no direct location methods (including potholing) or subsurface utility exploration activities will occur. No formal Client review and approval is anticipated. Attachment number 1 \nPage 6 of 35 Item # 39 Mr. Steve Cassell December18, 2013 7 Task B.3 - Preliminary Plans Upon the Client’s approval of the Concept Summary Report and completion of the database collection, WRTE will proceed with preliminary plans design of the project. Plans will be designed in Microstation V8i and any coordinate geometry work will be performed in InRoads. WRTE will coordinate with the Client for submission of plans to utility facility owners within the project limits. Kimley-Horn will coordinate with MTJ Engineers, Inc., who will utilize the topographic survey to generate the horizontal geometric design portion of the design for incorporation into the design plans. WRTE will use MTJ’s horizontal alignments and layout as a beginning and advance the design through preliminary plans. WRTE anticipates that design plans will include full Erosion, Sedimentation, and Pollution Control (ESPC) Plans as more than one acre of disturbance is predicted. Staging plans are anticipated, but no off-site detours are under consideration. In addition, Kimley-Horn anticipates that landscaping plans, planting details, and lighting plans will be required for this project and will be performed by Kimley-Horn. Kimley-Horn will coordinate with Electrical Design Consultants, Inc. (“EDC”) to prepare the lighting plans. Kimley-Horn does not anticipate any buffered waters within the project limits. Kimley-Horn will again coordinate with MTJ, who will perform a quality control review of the WRTE prepared design plans, prior to submission to the Client. Kimley-Horn will team with S&ME, Inc. who will prepare a Wall Foundation Investigation per GDOT standards for two retaining walls and submit to the Client for review and records. Three borings at each wall (six total) will be taken. Minor clearing will be required and it is assumed that cleared vegetation will not be removed from the site. Kimley-Horn will prepare wall envelopes for two contractor designed cut walls, anticipated to be a maximum height of 13’ each. No decorative finishing/cladding/stonework is anticipated for either wall. Once preliminary plans investigations are completed, WRTE will submit five (5) sets of plans to the Client for review. To complete the review process, the appropriate representatives from Kimley-Horn and WRTE will attend a Client- administered Preliminary Field Plan Review (“PFPR”) to review the plans and perform a site visit. WRTE will also provide formal responses to any Client comments. Task B.4 – Public Involvement Upon updating the plans per the Client PFPR comments, WRTE will revise the original concept layouts to incorporate any changes. WRTE will attend both a Client-administered Public Involvement Open House (“PIOH”) dry run as well as the actual PIOH. Kimley-Horn will only attend the PIOH. WRTE will address one round of public stakeholder comments, if needed. Attachment number 1 \nPage 7 of 35 Item # 39 Mr. Steve Cassell December18, 2013 8 Task B.5 - Right-of-Way Plans Upon updating the plans per the Client PFPR comments, WRTE will prepare right-of-way plans and data tables for submission to the Client. If necessary, WRTE will address Client comments and resubmit for approval. WRTE assumes that up to four rounds of formal right-of-way revisions will be necessary due to property owner negotiations and/or condemnations. Kimley-Horn will team with TSC to provide one round of right-of-way and easement staking services. Task B.6 - Final Plans WRTE will incorporate all County and internal PFPR review comments as well as any changes resulting from right-of-way acquisition. Quantities will be verified and reported within the plans per the County standards, current as of this agreement. Again, MTJ will perform a quality control review of the final design plans, prior to submission to the Client. As part of the submittal package of the final field plan review (FFPR) plans, the quantities will be compiled into a construction cost estimate that will be provided to the Client. Kimley-Horn and WRTE will attend a Client FFPR and WRTE will provide responses to any comments received. Design plans will be revised per these comments and submitted, along with an updated construction cost estimate, to the Client for advertisement and construction. Kimley-Horn and WRTE will attend both a pre-bid meeting and a pre-construction meeting. Shop drawings are not anticipated as part of this project As it is assumed that this project will result in the disturbance of more than one acre, WRTE will coordinate with the Client to submit plans to the Georgia Environmental Protection Division (EPD). Any comments received from the EPD will be addressed and if necessary, revisions provided. One seven-day inspection, including a report documenting the inspection findings, will be conducted by WRTE at the appropriate times. Services Not Included – Task B Any other services, including but not limited to the following, are not included in this Agreement: ·Traffic studies, roundabout validation efforts, and laneage recommendations (beyond previous efforts) ·Concept Team Meeting ·Signal warrant analyses ·Survey database accuracy review ·Detailed analysis of identified state waters ·Ecology-related Agency/Client coordination, meetings, or submittals, unless listed previously ·Ecology-related review of permit needs or preparation of permit applications ·Federal Waters identification Attachment number 1 \nPage 8 of 35 Item # 39 Mr. Steve Cassell December18, 2013 9 ·Stream Buffer Variances ·Hydraulic/Hydrologic Design Services ·Pavement Evaluations and/or any other geotechnical investigation not previously specified ·Attendance at meetings not specified in the attached fee proposal ·Detour Plans ·Environmental screenings/analyses, including Phase I studies Additional Services – Task B Any services not specifically provided for in the above scope will be billed as additional services and performed at our then current rate schedule, as previously provide to the Client. Additional services we can provide include, but are not limited to, the following: ·ATMS/Interconnect Design ·Design or modification of signals ·Design of bike lanes/bicycle friendly features ·Preparation of design variances/exceptions ·Construction Administration Services (per Client request, a separate task has been included for this specific effort, but will not be used unless authorized by the Client) Central Ave. at Monte Sano Ave./Summerville Community Analysis – Task C Project Understanding – Task C The proposed Roundabout concept design for Central Avenue and Monte Sano Avenue prepared by Kimley-Horn was presented to the public during a Public Information Open House on October 24, 2013. After processing the public feedback and understanding the potential for improvement within the Summerville community, the City of Augusta would like to explore the relationship between commercial and residential properties in the community so that a greater identity can formed within the neighborhood in conjunction with the development of the traffic improvements. In order to identify the opportunities, better link the community and create a greater sense of place, Kimley-Horn will assess existing conditions in the area and develop a Central Avenue/Monte Sano Avenue Area Opportunity Assessment. Elements that will be included as part of this assignment will be an analysis of existing land uses and physical conditions, an assessment of area improvement opportunities, concept development using the potential roundabout as a base and exploration of community improvements that can be catalyzed as a part of or in addition to roadway improvements. Kimley-Horn will also conduct a design charette with the City of Augusta and key business, church and residential owners, and develop a refined concept plan for the intersection that can be used as the basis for public communication and for design development and construction documentation. Attachment number 1 \nPage 9 of 35 Item # 39 Mr. Steve Cassell December18, 2013 10 Scope of Services – Task C Kimley-Horn will provide the services specifically set forth below. Task C.1 – Area Opportunity Assessment Upon Notice to Proceed from the Client, Kimley-Horn will prepare an assessment of the study area roughly defined as the area within a ¼ mile radius of the Central Ave and Monte Sano Ave intersection. The assessment of existing conditions will document current features of the community including: ·Area land uses ·Current zoning ·Business and residential composition and relationship ·Community character and identity ·Available number of parking spaces Based on the existing conditions assessment, Kimley-Horn will develop a series of planning and development opportunities that could lead to community improvement and enhancement. Opportunities will include potential physical enhancements (streetscape, open space, parking improvement opportunity) and identification of potential development or improvement sites. The following will be included as part of this task: ·One (1) site visit and project kick-off meeting to document and discuss existing conditions of the area ·Preparation of existing conditions assessment and preliminary opportunity analysis ·One (1) stakeholder meeting to include elected officials, business owners, and church leadership. Meeting to include approximately eight (8) stakeholders ·Address one (1) round of stakeholder comments ·Preparation of opportunity assessment summary report Task C.2 – Concept Development Upon completion of the Opportunity Assessment, Kimley-Horn will develop up to three (3) concepts for the Summerville Community that incorporate the recommendations from the opportunity assessment, public comments from the PIOH held on October 24, 2013 and Client comments. Concepts will focus on the Central Ave and Monte Sano Ave intersection as the central business district and will build on the current Roundabout concept prepared by Kimley-Horn. Parking, pedestrian connectivity and safety improvements will be incorporated in various combinations into the concept design. The following will be included as part of this task: ·Preparation of up to three (3) rendered concepts ·Preparation of up to four (4) character sketches Attachment number 1 \nPage 10 of 35 Item # 39 Mr. Steve Cassell December18, 2013 11 ·One (1) review meeting the Client ·Address one (1) round of Client comments ·Prepare concepts for Charrette and Public Involvement Task C.3 – Design Charrette and Public Involvement Upon the Client’s approval of the Concept Development, Kimley-Horn will participate and support the City of Augusta in a design charrette and public involvement session. The key business and residential land owners will be invited to review the concepts prepared and provide input. The following will be included as part of this task: ·Four (4) members of the Kimley-Horn team will attend the design charrette and public involvement session in Augusta, GA ·Kimley-Horn will bring all materials necessary for the session ·Kimley-Horn will support the City of Augusta team during the session ·Kimley-Horn will document the design ideas and public input during the session Task C.4 – Final Concept Plan After review of design charrette and public involvement input and receiving Client direction, Kimley-Horn will prepare a final concept plan. The final concept plan will incorporate all elements of the planning process and will serve as the basis for the design development and construction document plans. The following is included as part of this task: ·Kimley-Horn will select and revise one (1) concept for final development ·Kimley-Horn will provide one (1) final concept plan to the Client for review ·Kimley-Horn will address one (1) round of Client comments ·Kimley-Horn will prepare and submit the final concept plan ·Kimley-Horn will prepare one (1) rendering of the final concept plan Services Not Included – Task C Any other services, including but not limited to the following, are not included in this Agreement: ·Demographic research or assessment of the study area and/or neighborhood ·Economic Market Assessment ·Traffic studies, roundabout validation efforts, and laneage recommendations (beyond previous efforts) ·Signal warrant analyses ·Survey database accuracy review ·Detailed analysis of identified state waters ·Ecology-related Agency/Client coordination, meetings, or submittals, unless listed previously Attachment number 1 \nPage 11 of 35 Item # 39 Mr. Steve Cassell December18, 2013 12 ·Ecology-related review of permit needs or preparation of permit applications ·Federal Waters identification ·Stream Buffer Variances ·Environmental Documentation ·Hydraulic/Hydrologic Design Services ·Pavement Evaluations and/or any other geotechnical investigation ·Attendance at meetings not specified in the attached fee proposal ·Detour Plans ·Construction Documents Additional Services – Task C Any services not specifically provided for in the above scope will be billed as additional services and performed at our then current rate schedule, as previously provide to the Client. Additional services we can provide include, but are not limited to, the following: ·Design Development plans ·Construction Documents ·Design or modification of signals ·Design of bike lanes/bicycle friendly features ·Preparation of design variances/exceptions Information Provided By Client Kimley-Horn shall be entitled to rely on the completeness and accuracy of all information provided by the Client or the Client’s consultants or representatives. The Client shall provide all information requested by Kimley-Horn during the project, including but not limited to the following: ·GIS, Cadd, and database files including shapefiles for current zoning and land use, if available ·Traffic Data/Laneage Recommendations ·Current Client notes for inclusion in the plans ·Water and sewer facilities design and corresponding quantities/pay items ·Environmental resource information, delineations, documentation, surveys, etc. ·Future Land Use Map Schedule We will provide our services as expeditiously as practicable with the goal of meeting a schedule to be agreed upon after being given Notice to Proceed by the Client. Attachment number 1 \nPage 12 of 35 Item # 39 Mr. Steve Cassell December18, 2013 13 Fee and Expenses Kimley-Horn will perform the services in Tasks A-C, as well as having separate funding set aside in each task for future client authorized tasks, for the total lump sum fee below. Individual task amounts are informational only. All permitting, application, and similar project fees will be paid directly by the Client. Task A.1 Concept Summary Report $ 8,110 Task A.2 Database Preparation $12,525 Task A.3 Preliminary Plans $58,391 Task A.4 Public Involvement $16,295 Task A.5 Right-of-Way Plans $11,815 Task A.6 Final Plans $40,799 Const. Admin. (used per Client’s written authorization only)$10,330 Force Account (used per Client’s written authorization only)$15,827 Total Task A Lump Sum Fee $174,092 Task B.1 Concept Summary Report $ 3,595 Task B.2 Database Preparation $22,375 Task B.3 Preliminary Plans $60,827 Task B.4 Public Involvement $5,655 Task B.5 Right-of-Way Plans $12,940 Task B.6 Final Plans $53,195 Const. Admin. (used per Client’s written authorization only)$10,330 Force Account (used per Client’s written authorization only)$16,892 Total Task B Lump Sum Fee $185,809 Task C.1 Area Opportunity Assessment $16,430 Task C.2 Concept Development $11,440 Task C.3 Design Charrette and Public Involvement $8,045 Task C.4 Final Concept Plan $11,400 Task C Estimated Expenses $2,525 Total Task C Lump Sum Fee $49,840 TOTAL LUMP SUM FEE (TASKS A-C) $409,741 Lump sum fees will be invoiced monthly based upon the overall percentage of services performed and using the invoicing guidance previously provided by the Client. Payment will be due within 25 days of your receipt of the invoice. Attachment number 1 \nPage 13 of 35 Item # 39 At t a c h m e n t n u m b e r 1 \ n P a g e 1 4 o f 3 5 It e m # 3 9 12/18/2013 Augusta, GA KHA Wheeler/Aumond Roundabout Design Position Hourly Rate Principal-In-Charge 225 Project Manager 165 Senior Engineer - PE 165 Staff Engineer - PE 110 Staff Engineer - EIT 95 CAD Operator 80 Administrator 80 Phase #Phase Name Phase 1 Concept Summary Phase 2 Database Phase 3 Preliminary Plans Phase 4 Public Involvement Phase 5 Right-of-Way Plans Phase 6 Final Plans Phase 7 Bidding / Advertising Phase 8 Const. Admin & Inspection Project Location: Owner: Project Name: Date: Attachment number 1 \nPage 15 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Concept Summary Develop project schedule 2 2 Determine preliminary typical section 1 4 5 Develop Need and Purpose Statement 1 2 1 4 Develop concept cost estimate 1 6 7 Prepare Concept Summary Report 2 16 18 Internal QC of Concept Summary Report 1 4 5 Modify Report for 1 Round of Client comments 1 4 5 Project management & administration 2 6 6 14 0 0 0 0 0 0 Total = 3 14 8 28 0 0 7 60 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 3 $225.00 $675.00 Project Manager 14 $165.00 $2,310.00 Senior Engineer - PE 8 $165.00 $1,320.00 Staff Engineer - PE 28 $110.00 $3,080.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 0 $80.00 $0.00 Administrator 7 $80.00 $560.00 1. Total per Rate Schedule $7,945.00 $7,945.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Mileage (1 Trip)300 $0.550 $165.00 Sub-Consultants 5. Total Other Direct Costs $165.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$8,110.00 Wheeler/Aumond Roundabout Design Date: Project Location: 12/18/2013 Augusta, GA Owner: Project Name: KHA Attachment number 1 \nPage 16 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Database Coord w/Surveyor 1 2 4 4 11 Review Database 2 4 6 Project management & administration 2 2 4 0 0 0 0 0 0 0 0 0 0 0 Total = 1 6 0 8 0 0 6 21 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 1 $225.00 $225.00 Project Manager 6 $165.00 $990.00 Senior Engineer - PE 0 $165.00 $0.00 Staff Engineer - PE 8 $110.00 $880.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 0 $80.00 $0.00 Administrator 6 $80.00 $480.00 1. Total per Rate Schedule $2,575.00 $2,575.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Sub-Consultants Toole Surveying (topo survey)1 $9,950.00 $9,950.00 5. Total Other Direct Costs $9,950.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$12,525.00 Project Name:Wheeler/Aumond Roundabout Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 17 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Preliminary Plans Develop Vertical Geometry 2 12 14 Develop Template 8 8 20% Internal QC Check 4 4 Drainage calculations 2 16 18 Prepare Cover Sheet 2 2 4 Prepare Index Sheet, General Notes 1 1 2 Prepare Typical Section Sheets 1 4 1 6 Prepare Constr. Stakeout sheets 2 1 3 Prepare Construction Plan sheets 2 12 16 30 Prepare profile sheets 2 2 4 Prepare Driveway Profiles 1 6 2 9 Prepare roadway cross-sections 6 1 7 Plot construction limits on Constr. Plans 1 1 2 Submit plans/files to Utility Owners 2 4 1 7 Add existing utilities to Utility Plan sheets 2 8 12 22 Prepare Pipe Profiles 4 2 6 Prepare grading plan/apron detail 8 1 9 Prepare Staging Plans 2 8 4 14 Prepare Signing and Marking Plans 1 8 4 13 Prepare Landscaping Plans 2 1 20 8 31 Prepare ESPC Plans 4 20 8 32 Prepare Water Quality Calculations/Features 8 30 38 Set up DE & SOQ sheets 1 4 2 7 QC Preliminary Plans 2 6 8 Prepare MTJ submittal 4 4 1 9 Revise plans per MTJ review commments 1 1 8 10 Prepare PFPR Package 4 2 4 1 11 Attend PFPR 8 8 5 21 Prepare responses to PFPR Report 8 8 Project management & administration 4 8 6 18 0 0 0 0 Total = 16 62 13 207 0 68 9 375 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 16 $225.00 $3,600.00 Project Manager 62 $165.00 $10,230.00 Senior Engineer - PE 13 $165.00 $2,145.00 Staff Engineer - PE 207 $110.00 $22,770.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 68 $80.00 $5,440.00 Administrator 9 $80.00 $720.00 1. Total per Rate Schedule $44,905.00 $44,905.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Reproduction - 5 sets, 10 sheets 50 $0.20 $10.00 Mileage (1 Trip)300 $0.550 $165.00 Sub-Consultants MTJ Engineering (Horizontal Design)1 $9,479.00 $9,479.00 MTJ Engineering (Preliminary Review)1 $2,512.00 $2,512.00 EDC (Lighting)1 $1,320.00 $1,320.00 5. Total Other Direct Costs $13,486.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$58,391.00 Project Name:Wheeler/Aumond Roundabout Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 18 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Public Involvement Revise Layouts 4 16 4 24 Attend Dry Run 8 8 16 Update Layouts per Dry Run comments 2 6 8 Attend PIOH 8 8 16 Address comments 2 4 6 Project Management & administration 4 4 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Total = 16 28 0 22 0 4 8 78 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 16 $225.00 $3,600.00 Project Manager 28 $165.00 $4,620.00 Senior Engineer - PE 0 $165.00 $0.00 Staff Engineer - PE 22 $110.00 $2,420.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 4 $80.00 $320.00 Administrator 8 $80.00 $640.00 1. Total per Rate Schedule $11,600.00 $11,600.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Mileage (2Trip)600 $0.550 $330.00 Sub-Consultants W.R. Toole (Dry Run/Public Meeting)1 $2,340.00 $2,340.00 W.R. Toole (Individual Property Owners Meetings)3 $675.00 $2,025.00 5. Total Other Direct Costs $4,695.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$16,295.00 Project Name:Wheeler/Aumond Roundabout Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 19 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Right-of-Way Plans R/W Plan Cover 1 2 3 Set up R/W & ESMT chains 1 12 13 Prepare Data Tables 4 4 Prepare R/W Plans Sheets 1 4 8 13 Internal QC 2 2 Prepare Initial R/W Plans Submittal 1 2 1 4 Address Client Comments 2 4 4 10 Prepare Final R/W Plans Submittal 1 2 1 4 Prepare Data for R/W Staking 1 2 3 Project management & administration 4 4 8 Formal R/W Revisions (Assume 4)4 16 20 Generate Output Files 4 4 0 0 Total = 0 15 2 51 0 14 6 88 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 0 $225.00 $0.00 Project Manager 15 $165.00 $2,475.00 Senior Engineer - PE 2 $165.00 $330.00 Staff Engineer - PE 51 $110.00 $5,610.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 14 $80.00 $1,120.00 Administrator 6 $80.00 $480.00 1. Total per Rate Schedule $10,015.00 $10,015.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Reproduction - 5 sets, 100 sheets 500 $0.20 $100.00 Mileage (0 Trip)0 $0.550 $0.00 Sub-Consultants Toole Surveying (R/W Staking - 1 round)1 $1,700.00 $1,700.00 5. Total Other Direct Costs $1,800.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$11,815.00 Project Name:Wheeler/Aumond Roundabout Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 20 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Final Plans Finalize Cover Sheet 1 1 Finalize Index Sheet 1 1 Prepare Revision Summary Sheet 1 1 Finalize Typical Sections Sheets 1 1 Finalize Constr. Plan Sheets 2 8 4 14 Finalize Profile Sheets 1 1 Finalize drainage designs 6 2 8 Second Utility Submission 2 2 1 5 Finalize Utility Plans 4 12 16 Finalize roadway cross-sections 4 4 Finalize Landscaping Plans 2 1 16 8 27 Finalize Driveway Profiles 2 2 Finalize Signing and Marking Plans 4 1 5 Finalize Details of Proposed Signs 4 4 Finalize Staging Plans 2 4 6 Finalize ESPC Plans 2 8 2 12 Finalize Water Quality Calculations/Features 1 4 5 Quantify Pay Items, Add to SOQ/DE 1 12 13 Prepare final construction cost estimate 2 4 6 QC Final plans 2 4 6 Prepare FFPR Package, incl QC checklist 4 2 6 Attend FFPR 8 8 16 Prepare responses to FFPR Report 6 6 Incorporate comments from FFPR 4 12 4 20 QC Contract Plans 2 4 6 Final submittal of electronic files 1 1 Attend Pre-Bid Meeting, generate minutes 8 8 Respond to Contractor Questions 4 4 Attend Pre-Construction Meeting 8 8 Project Closeout Submittal 2 2 1 5 Project management & administration 4 10 4 18 7-Day ERC Inspection and Report 12 12 0 Total = 34 64 10 96 0 39 5 248 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 34 $225.00 $7,650.00 Project Manager 64 $165.00 $10,560.00 Senior Engineer - PE 10 $165.00 $1,650.00 Staff Engineer - PE 96 $110.00 $10,560.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 39 $80.00 $3,120.00 Administrator 5 $80.00 $400.00 1. Total per Rate Schedule $33,940.00 $33,940.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Reproduction - 10 sets, 100 sheets 1,000 $0.20 $200.00 Mileage (3 Trips)900 $0.550 $495.00 Sub-Consultants MTJ Engineering (RAB Review)1 $3,084.00 $3,084.00 EDC (Lighting)1 $3,080.00 $3,080.00 5. Total Other Direct Costs $6,859.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$40,799.00 Project Name:Wheeler/Aumond Roundabout Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 21 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Bidding / Advertising N/A 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Total = 0 0 0 0 0 0 0 0 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 0 $225.00 $0.00 Project Manager 0 $165.00 $0.00 Senior Engineer - PE 0 $165.00 $0.00 Staff Engineer - PE 0 $110.00 $0.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 0 $80.00 $0.00 Administrator 0 $80.00 $0.00 1. Total per Rate Schedule $0.00 $0.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Mileage (1 Trip)0 $0.550 $0.00 Sub-Consultant 0 $0.00 $0.00 5. Total Other Direct Costs $0.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$0.00 Project Name:Wheeler/Aumond Roundabout Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 22 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Const. Admin & Inspection 0 N/A - Treat as expense 0 0 0 0 0 0 0 0 0 0 0 0 0 Total = 0 0 0 0 0 0 0 0 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 0 $225.00 $0.00 Project Manager 0 $165.00 $0.00 Senior Engineer - PE 0 $165.00 $0.00 Staff Engineer - PE 0 $110.00 $0.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 0 $80.00 $0.00 Administrator 0 $80.00 $0.00 1. Total per Rate Schedule $0.00 $0.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Mileage (2Trip)600 $0.550 $330.00 KHA (Const. Admin)1 $10,000.00 $10,000.00 5. Total Other Direct Costs $10,330.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$10,330.00 Project Name:Wheeler/Aumond Roundabout Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 23 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Concept Summary 3 14 8 28 0 0 7 60 Database 1 6 0 8 0 0 6 21 Preliminary Plans 16 62 13 207 0 68 9 375 Public Involvement 16 28 0 22 0 4 8 78 Right-of-Way Plans 0 15 2 51 0 14 6 88 Final Plans 34 64 10 96 0 39 5 248 Bidding / Advertising 0 0 0 0 0 0 0 0 Const. Admin & Inspection 0 0 0 0 0 0 0 0 Totals 70 189 33 412 0 125 41 870 Total Task Fees Concept Summary $8,110.00 Database $12,525.00 Preliminary Plans $58,391.00 Public Involvement $16,295.00 Right-of-Way Plans $11,815.00 Final Plans $40,799.00 Bidding / Advertising $0.00 Const. Admin & Inspection $10,330.00 Subconsultant $158,265.00 W.R. Toole Engineering, Inc. Toole Surveying Co., Inc. MTJ Engineering Force Account (10%) =15,826.50$ EDC Subconsultant Totals Total =174,091.50$ $13,486.00 $11,600.00 $4,695.00 Phase Description Phase Description $7,945.00 $165.00 $2,575.00 Cost Summary 12/18/2013 Augusta, GA Date: $33,940.00 $1,800.00 $9,950.00 Project Location: KHA Man-Hour Summary KHA Wheeler/Aumond Roundabout DesignProject Name: Owner: Estimated Total = KHA Labor Costs Sub-Consultant Costs andDirect Costs $0.00 $0.00 $10,330.00 $6,859.00 $10,015.00 $0.00 $44,905.00 4,365.00$ 11,650.00$ 15,075.00$ 4,400.00$ 35,490.00$ Fee Attachment number 1 \nPage 24 of 35 Item # 39 12/18/2013 Augusta, GA KHA North Leg/Milledgeville RAB Design Position Hourly Rate Principal-In-Charge 225 Project Manager 165 Senior Engineer - PE 165 Staff Engineer - PE 110 Staff Engineer - EIT 95 CAD Operator 80 Administrator 80 Phase #Phase Name Phase 1 Concept Summary Phase 2 Database Phase 3 Preliminary Plans Phase 4 Public Involvement Phase 5 Right-of-Way Plans Phase 6 Final Plans Phase 7 Bidding / Advertising Phase 8 Const. Admin & Inspection Project Location: Owner: Project Name: Date: Attachment number 1 \nPage 25 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Concept Summary Project management & administration 3 3 6 0 0 0 0 0 0 0 0 0 0 0 0 0 Total = 0 3 0 0 0 0 3 6 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 0 $225.00 $0.00 Project Manager 3 $165.00 $495.00 Senior Engineer - PE 0 $165.00 $0.00 Staff Engineer - PE 0 $110.00 $0.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 0 $80.00 $0.00 Administrator 3 $80.00 $240.00 1. Total per Rate Schedule $735.00 $735.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Mileage (0 Trip)$0.550 $0.00 Sub-Consultants W.R. Toole Engineering (Concept Summary)1 $2,860.00 $2,860.00 5. Total Other Direct Costs $2,860.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$3,595.00 North Leg/Milledgeville RAB Design Date: Project Location: 12/18/2013 Augusta, GA Owner: Project Name: KHA Attachment number 1 \nPage 26 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Database Preparation of right-of-entry letter 2 2 Project management & administration 3 4 7 0 0 0 0 0 0 0 0 0 0 0 0 Total = 0 5 0 0 0 0 4 9 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 0 $225.00 $0.00 Project Manager 5 $165.00 $825.00 Senior Engineer - PE 0 $165.00 $0.00 Staff Engineer - PE 0 $110.00 $0.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 0 $80.00 $0.00 Administrator 4 $80.00 $320.00 1. Total per Rate Schedule $1,145.00 $1,145.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Sub-Consultants Toole Surveying - Survey and Utility Locate 1 $13,100.00 $13,100.00 S&ME - WFI 1 $6,700.00 $6,700.00 W.R. Toole Engineering (Database review/coord)1 $1,430.00 $1,430.00 5. Total Other Direct Costs $21,230.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$22,375.00 Project Name:North Leg/Milledgeville RAB Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 27 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Preliminary Plans Prepare Landscaping Plans 2 1 20 8 31 Prepare Retaining Wall Envelopes (up to 2 total)2 6 24 8 4 44 Review WRTE PFPR Package 6 6 Attend PFPR 8 8 Project management & administration 8 8 16 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Total = 2 25 6 44 8 12 8 105 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 2 $225.00 $450.00 Project Manager 25 $165.00 $4,125.00 Senior Engineer - PE 6 $165.00 $990.00 Staff Engineer - PE 44 $110.00 $4,840.00 Staff Engineer - EIT 8 $95.00 $760.00 CAD Operator 12 $80.00 $960.00 Administrator 8 $80.00 $640.00 1. Total per Rate Schedule $12,765.00 $12,765.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Mileage (1 Trip)300 $0.550 $165.00 Sub-Consultants MTJ Engineering (Horizontal Design)1 $11,405.00 $11,405.00 MTJ Engineering (Preliminary Review)1 $2,512.00 $2,512.00 EDC (Lighting)1 $1,320.00 $1,320.00 W.R. Toole (Preliminary Design Plans/PFPR)1 $32,660.00 $32,660.00 5. Total Other Direct Costs $48,062.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$60,827.00 Project Name:North Leg/Milledgeville RAB Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 28 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Public Involvement Review Layouts 2 2 Attend PIOH 8 8 Project Management & administration 2 3 5 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Total = 0 12 0 0 0 0 3 15 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 0 $225.00 $0.00 Project Manager 12 $165.00 $1,980.00 Senior Engineer - PE 0 $165.00 $0.00 Staff Engineer - PE 0 $110.00 $0.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 0 $80.00 $0.00 Administrator 3 $80.00 $240.00 1. Total per Rate Schedule $2,220.00 $2,220.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Mileage (1 Trip)300 $0.550 $165.00 Sub-Consultants W.R. Toole (Public Meeting)1 $3,270.00 $3,270.00 5. Total Other Direct Costs $3,435.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$5,655.00 Project Name:North Leg/Milledgeville RAB Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 29 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Right-of-Way Plans Project management & administration 3 3 6 0 0 0 0 0 0 0 0 0 0 0 0 0 Total = 0 3 0 0 0 0 3 6 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 0 $225.00 $0.00 Project Manager 3 $165.00 $495.00 Senior Engineer - PE 0 $165.00 $0.00 Staff Engineer - PE 0 $110.00 $0.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 0 $80.00 $0.00 Administrator 3 $80.00 $240.00 1. Total per Rate Schedule $735.00 $735.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Reproduction - 5 sets, 100 sheets $0.20 $0.00 Mileage (0 Trip)0 $0.550 $0.00 Sub-Consultants W.R. Toole (RW Plans, Output files)1 $10,505.00 $10,505.00 Toole Surveying (R/W Staking - 1 round)1 $1,700.00 $1,700.00 5. Total Other Direct Costs $12,205.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$12,940.00 Project Name:North Leg/Milledgeville RAB Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 30 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Final Plans Finalize Landscaping Plans 2 1 16 8 27 Finalize Retaining Wall Envelopes (up to 2 total)2 6 24 8 40 Review WRTE FFPR Package 6 6 Attend FFPR 8 8 Review WRTE Contract Plans 6 6 Attend Pre-Bid Meeting, generate minutes 8 8 Attend Pre-Construction Meeting 8 8 Project management & administration 8 12 20 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Total = 2 47 6 40 8 8 12 123 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 2 $225.00 $450.00 Project Manager 47 $165.00 $7,755.00 Senior Engineer - PE 6 $165.00 $990.00 Staff Engineer - PE 40 $110.00 $4,400.00 Staff Engineer - EIT 8 $95.00 $760.00 CAD Operator 8 $80.00 $640.00 Administrator 12 $80.00 $960.00 1. Total per Rate Schedule $15,955.00 $15,955.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Mileage (3 Trips)900 $0.550 $495.00 Sub-Consultants W.R. Toole (Final Design Plans/FFPR)1 $30,485.00 $30,485.00 MTJ Engineering (RAB Review)1 $3,180.00 $3,180.00 EDC (Lighting)1 $3,080.00 $3,080.00 5. Total Other Direct Costs $37,240.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$53,195.00 Project Name:North Leg/Milledgeville RAB Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 31 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Bidding / Advertising N/A 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Total = 0 0 0 0 0 0 0 0 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 0 $225.00 $0.00 Project Manager 0 $165.00 $0.00 Senior Engineer - PE 0 $165.00 $0.00 Staff Engineer - PE 0 $110.00 $0.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 0 $80.00 $0.00 Administrator 0 $80.00 $0.00 1. Total per Rate Schedule $0.00 $0.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Mileage (0 Trip)0 $0.550 $0.00 Sub-Consultant 0 $0.00 $0.00 5. Total Other Direct Costs $0.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$0.00 Project Name:North Leg/Milledgeville RAB Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 32 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Item/ Task Description Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Const. Admin & Inspection 0 N/A - Treat as expense 0 0 0 0 0 0 0 0 0 0 0 0 0 Total = 0 0 0 0 0 0 0 0 Personnel Est. Hours Rate/Hour Cost ($)Totals Principal-In-Charge 0 $225.00 $0.00 Project Manager 0 $165.00 $0.00 Senior Engineer - PE 0 $165.00 $0.00 Staff Engineer - PE 0 $110.00 $0.00 Staff Engineer - EIT 0 $95.00 $0.00 CAD Operator 0 $80.00 $0.00 Administrator 0 $80.00 $0.00 1. Total per Rate Schedule $0.00 $0.00 Additional Costs Other Direct Costs Number Rate Est. Cost ($) Mileage (2Trip)600 $0.550 $330.00 KHA /W.R. Toole (Const. Admin)1 $10,000.00 $10,000.00 5. Total Other Direct Costs $10,330.00 6. Maximum Amount of Contract Proposal (3) + (4) + (5) Estimate Total:$10,330.00 Project Name:North Leg/Milledgeville RAB Design Date:12/18/2013 Project Location:Augusta, GA Owner:KHA Attachment number 1 \nPage 33 of 35 Item # 39 Kimley-Horn and Associates, Inc. Design Services Hour and Fee Summary Principal-In-Charge Project Manager Senior Engineer - PE Staff Engineer - PE Staff Engineer - EIT CAD Operator Administrator Total Concept Summary 0 3 0 0 0 0 3 6 Database 0 5 0 0 0 0 4 9 Preliminary Plans 2 25 6 44 8 12 8 105 Public Involvement 0 12 0 0 0 0 3 15 Right-of-Way Plans 0 3 0 0 0 0 3 6 Final Plans 2 47 6 40 8 8 12 123 Bidding / Advertising 0 0 0 0 0 0 0 0 Const. Admin & Inspection 0 0 0 0 0 0 0 0 Totals 4 95 12 84 16 20 33 264 Total Task Fees Concept Summary $3,595.00 Database $22,375.00 Preliminary Plans $60,827.00 Public Involvement $5,655.00 Right-of-Way Plans $12,940.00 Final Plans $53,195.00 Bidding / Advertising $0.00 Const. Admin & Inspection $10,330.00 Subconsultant $168,917.00 W.R. Toole Engineering, Inc. Toole Surveying Co., Inc. MTJ Engineering Force Account (10%) =16,891.70$ EDC S&ME Total =185,808.70$ Subconsultant Totals 81,210.00$ 14,800.00$ 17,097.00$ 4,400.00$ 6,700.00$ Fee Estimated Total = KHALabor Costs Sub-Consultant Costs and Direct Costs $0.00 $0.00 $10,330.00 $37,240.00 $735.00 $0.00 $12,765.00 $15,955.00 $12,205.00 $21,230.00 Project Location: KHA Man-Hour Summary KHA North Leg/Milledgeville RAB DesignProject Name: Cost Summary 12/18/2013 Augusta, GA Date: Owner: 124,207.00$ $48,062.00 $2,220.00 $3,435.00 Phase Description Phase Description $735.00 $2,860.00 $1,145.00 Attachment number 1 \nPage 34 of 35 Item # 39 Sr. LA LA/LA CADD TASKS Architect Planner Analyst Technician Clerical TASKS Total 1 Area Opportunity Assessment a. Site visit and project kick-off 8 8 8 4 28 b. Coordintation with City Staff 4 2 6 c. Preparation of existing conditions assessment and prelim opportunity analysis 8 15 10 4 37 d. Review meeting with Stakeholders 10 10 10 30 e. Address one round of Stakeholder comments 4 6 6 16 f. Preparation of opportunity assessment summary report 4 4 6 4 18 Total Hours Task 1 22 38 47 20 8 135 Total Costs Task 1 $4,620 $4,750 $4,700 $1,800 $560 $16,430 2 Concept Development a. Concept preparation-up to three (3)6 6 10 10 1 33 b. Character sketch preparation-up to four (4) views 2 2 10 4 1 19 c. Review meeting with Client 6 6 6 2 20 d. Address one (1) round of Client comments 2 6 6 14 e. Prepare concepts for charrette and public involvement 4 6 4 14 0 Total Hours Task 2 14 16 36 26 8 100 Total Costs Task 2 $2,940 $2,000 $3,600 $2,340 $560 $11,440 3 Design Charrette and Public Involvement a. Attend design charrette in Augusta, GA 12 12 12 36 b. Set up all materials for charrette 1 2 4 7 c. Support City of Augusta team in the presentation of concepts during the session 2 2 2 6 d. Documentation of design ideas and public input 2 2 4 4 12 Total Hours Task 3 16 17 20 0 8 61 Total Costs Task 3 $3,360 $2,125 $2,000 $0 $560 $8,045 4 Final Concept Plan a. Select and revise one (1) concept for final development 1 1 4 10 2 18 b. provide one (1) final concept for Client review 2 c. Address one (1) round of Client comments 2 2 6 6 d. Prepare and submit final concept plan 2 2 6 6 4 20 e. Preparation of one (1) rendering of final concept plan 10 15 15 40 Total Hours Task 4 15 22 31 22 6 96 Total Costs Task 4 $3,150 $2,750 $3,100 $1,980 $420 $11,400 Total Labor Hours 67 93 134 68 30 392 Total Labor Costs (KHA)$14,070 $11,625 $13,400 $6,120 $2,100 $47,315 Direct Costs a. Travel Expenses, Mileage (300 miles X 3 trips)$825 b. Printing/Reproduction $1,500 c. Courier Fees, FedEx $200 Total Direct Costs (KHA)$2,525 TOTAL COST $49,840 Cost Estimate - Man Hour Estimate Intersection Operation and Safety Improvement Initiative City of Augusta / Richmond County Planning, Concept Design and Public Involvement Attachment number 1 \nPage 35 of 35 Item # 39 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project change is to approve final phases of the Consultant Service Agreement, Supplemental Agreement Number Three, CPB #328-041110-212828014 and Change Number Three in the amount of $409,741.00 to Kimley-Horne and Associates Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. 300,000$ 15,000$ 82,946$ 409,741$ 807,687$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Deke Copenhaver, Mayor Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department Special 1% Sales Tax, Phase VI CPB#328-041110-212828014 Special 1% Sales Tax, Phase VI Special 1% Sales Tax, Phase VI TIA Funds for the Roundabout Evaluation Design Services Project. CAPITAL PROJECT BUDGET INTERSECTION SAFETY ROUNDABOUT CHANGE NUMBER THREE 1.7.2014 Attachment number 2 \nPage 1 of 2 Item # 39 Augusta-Richmond County, Georgia CPB#328-041110-212828014 CAPITAL PROJECT BUDGET INTERSECTION SAFETY ROUNDABOUT CHANGE NUMBER THREE CPB AMOUNT ADDITION NEW SOURCE OF FUNDS CPB REQUEST CPB SPECIAL 1% SALES TAX, PHASE VI 328-04-1110-6011110-212828012 ($315,000) ($409,741) ($724,741) TIA Funds 235-041110-6011110 ($82,946)($82,946) TOTAL SOURCES: ($397,946) ($409,741) ($807,687) USE OF FUNDS ENGINEERING 328-041110-5212115-212828012 $315,000 $409,741 $724,741 TIA Engineering 235-041110-5212115 $82,946 $82,946 TOTAL USES: $397,946 $409,741 $807,687 1.7.2014 Attachment number 2 \nPage 2 of 2 Item # 39 Commission Meeting Agenda 2/18/2014 2:00 PM Stormwater Utility Program-Watershed Assessment & Analyses, & Inventory & Mapping stormwater Facilities & Storm Conveyance System -13-149 Department:Abie Ladson, Director Caption:Motion to award Phase 1 -Tasks A, B, and E of Consulting Services Agreement for Watershed Assessment & Analyses, and Inventory & Mapping Stormwater Facilities & Storm Conveyance System to W.R. Toole Engineers in the amount of $282,006.50 for Oats Creek, Phinizy Swamp, & Beaver Dam Ditch Watershed; Cranston Engineering in the amount of $282,006.50 for Rae’s Creek & Augusta Canal (1st & 2nd Level) Watershed; WK Dickson in amount of $282,006.50 for Spirit Creek & Little Spirit Creek Watershed; Thomas & Hutton in amount of $282,006.50 for Rocky Creek Watershed; Constantine Engineering in amount of $282,006.50 for Rock Creek & McBean Creek Watershed; and Michael Baker in amount of $282,006.50 for Butler Creek Watershed. Also Authorize and approve Augusta Engineering Department (AED) to utilize Southeastern Natural Science Academy services under existing Memorandum of Understanding for assistance in establishing county wide Rain Gauge Network and documenting Stream Outfalls at a cost not to exceed $193,760.00. This project will be funded through SPLOST PHASE VI as requested by AED.(Approved by Engineeering Services Committee February 10, 2014) Background:Watershed assessment & analysis, and Inventory and mapping of stormwater conveyance system are warranted to address increasing maintenance needs and comply with federally mandated regulations. Currently these operations are reactive rather than proactive. It is critical to develop a proactive approach to stay in compliance with the Augusta area-wide stormwater permit and minimize potential liability exposure. In 1992 Augusta came under the required regulations of the National Pollutant Discharge Elimination System (NPDES) Stormwater Phase I Permit. The permit was reissued in 2013, and required Augusta to develop a Stormwater Management Plan addressing stormwater quality management and stormwater conveyance inventory and consolidated mapping. A Phase approach was developed as a result of available funding constraints to complete the project. Additional funds could be generated through a Stormwater Utility Cover Memo Item # 40 Fee Program. Analysis:Firms were evaluated based on qualifications, project approach, and schedule on August 13, 2013. The following firms submitted RFQs and were evaluated: 1). Michael Baker, 2). Constantine Engineering, 3). Moreland Altobelli, 4). WR Toole Engineers, 5). WK Dickson, 6). Cranston Engineering, 7). Jacobs Engineering, 8). Steven & Palmer, 9). Moore and Associates, and 10). Thomas & Hutton. The six highest scored firms were selected for detailed scoping and fee schedule development based on the Augusta Procurement procedures that are used in RFQ Projects. Augusta Engineering Department (AED) has grouped Augusta’s Drainage Basin into six (6) major watersheds. Based on watershed characteristics and firm experience, a selected watershed was assigned to each firm. Selected Firm and assigned watershed are as follows: i) WR Toole Engineers - Oats Creek, Phinizy swamp, Beaver Dam Ditch, and 3rd Level Canal Watershed; ii) Cranston Engineers – Rae’s Creek and Augusta Canal (1st & 2nd Level) Watershed; iii) WK Dickson – Spirit Creek & Little Spirit Creek Watershed; iv) Thomas & Hutton – Rocky Creek Watershed; v) Constantine Engineering – Rock Creek & McBean Creek Watershed; and vi) Michael Baker – Butler Creek Watershed Financial Impact:Funds are available in the amount of $1,885,799.00 in SPLOST PHASE VI account number 328-041110 5212115/ 211828002- 5212115. Alternatives:1) Approve caption. 2) Do not approve bid award and find alternative ways to complete stormwater system and drainage system condition assessment and federally mandated required stormwater system inventory work. Recommendation:Approve alternative one. Funds are Available in the Following Accounts: SPLOST PHASE VI 328-041110 5212115/ 211828012-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 40 Cover Memo Item # 40 Attachment number 1 \nPage 1 of 4 Item # 40 Attachment number 1 \nPage 2 of 4 Item # 40 Attachment number 1 \nPage 3 of 4 Item # 40 Attachment number 1 \nPage 4 of 4 Item # 40 All Entries, to the degree possible. Augusta, Georgia Engineering Department Thomas & Hutton Cranston SNSA Phase 1: Data Inventory and Assessment Dickson Baker Constantine Toole Task A: Digital Conversion Unit Price ($0 Quantity Cost Unit Price ($0 Quantity Cost A.1 Review of existing images provided by AED describing the system.Per Sheet (Est. 50 Sheets)25.50$ 50 1,275.00$ 0 0 0 A.2 Georeference and Rectify scanned images of the existing system, provided by AED.Per Sheet (Est. 50 Sheets)55.00$ 50 2,750.00$ 0 0 0 A.3 Add rectified imagery to a new RecordDrawing dataset and populate the database with relevant drawing information.Per Sheet (Est. 50 Sheets)20.25$ 50 1,012.50$ 0 0 0 5,037.50$ A.4 Digitize features on rectified imagery. A.4.1 Digitize all available information, pipe diameter, structure diameter, material.Est 15 features per sheet -$ 0 -$ 0 0 0 A.4.2 Digitize only structure type and incoming/outgoing pipe diameter(s).Est 15 features per sheet 5.80$ 3375 19,575.00$ 0 0 0 (15*50 = 750) Task B: Inventory Closed Pipe and Open Conveyance System B.1 Asset Inventory & Assessment Estimated 4500 features Total B.1.1 Closed Structures (1)Per Feature, Included in Total Price B.1.2 Ditch Structures (2)Per Feature, Included in Total Price B.2 Management and QA/QC of field data Per 100 Features, Included in Total Price 50.00$ 4500 225,000.00$ 0 0 0 B.3 Survey Grade Asset Collection B.3.1 Survey Grade Collection of Asset Rim/Top Elevations Per Feature (Est. 10% of Features)55.32$ 450 24,894.00$ 0 0 0 B.3.2 Survey Grade Collection of off-site assets requiring traditional surveying Field Crew per Day (Price per 5 days of field work)-$ 0 0 0 0 0 Task C: Inventory Receiving Streams C.1 Stream Walk & Geomorphic Assessment Per Stream Mile (Est 1 mile/day)TBD 0 0 550.00$ 72 39,600.00$ C.2 Document Outfalls Per Feature TBD 0 0 200.00$ 20 4,000.00$ C.3 FEMA Cross-Section, 4-point characterization Per Cross-section TBD 0 0 200.00$ 100 20,000.00$ C.4 Final Report Lump Sum TBD 0 0 Task D: Rain Gage Installation D.1 Review Equipment and Gage Locations Lump Sum TBD 0 0 10,000.00$ 1 10,000.00$ D.2 Install Raingages and Level Gauges Per Installation TBD 0 0 2,840.00$ 14 39,760.00$ D.3 Monitor Raingages to ensure operation Per Month TBD 0 0 6,700.00$ 12 80,400.00$ Task E: Project Coordination Meetings E.1 Monthly Status Meeting to review and Discuss Progress Per Month (Est 8)1,250.00$ 6 7,500.00$ Phase 2: Modeling Effort To Be Scoped as Funds are Identified.282,006.50$ 193,760.00$ Phase 3: Water Quality Monitoring Effort To Be Scoped as Funds are Identified. Expanded Total 1,692,039.00$ Grand Total 1,885,799.00$ Contractor Name: Consolidated Sheet Date: January 8, 2014 Attachment number 2 \nPage 1 of 1 Item # 40 Augusta-Richmond County, Georgia Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase VI 500,000$ 1,885,799$ 2,385,799$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ CHANGE NUMBER ONE Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks CPB#328-041110-211828002 Honorable Deke Copenhaver, Mayor CAPITAL PROJECT BUDGET STORMWATER UTILITY Program BID #13-149 WATERSHED ASSESSMENT & ANALYSES, AND INVENTORY & MAPPING STORMWATER FACILITIES & STORM CONVEYANCE SYSTEM Special 1% Sales Tax, Phase VI BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby adopted: Section 1: This project is authorized to CPB#328-041110-211828002 and Change Number One to award Phase 1- Tasks A, B, and E of Consulting Services Agreement for Watershed Assessment & Analyses, and Inventory & Mapping Stormwater Facilities & Storm Conveyance System for a total of $1,885,799.00 as follows: W. R. Toole Engineers - $282,006.50- Oats Creek, Phinizy Swamp, & Beaver Dam Ditch Watershed Cranston Engeering $282,006.50 - Rae's Creek & Augusta Canal (1st & 2nd Level) Watershed WK Dickson -$282,006.50 - Spirit Creek & Little Spirit Creek Watershed Thomas & Hutton - $282,006.50 - Rocky Creek Watershed, Michael Baker - $282,006.50 - Butler Creek Watershed Constantine Engineering - $282,006.50 - Rock Creek & McBean Creek Watershed Southeastern Natural Science Academy - $193,760.00 Funds are available in SPLOST VI. 1 of 2 10.24.2011 Attachment number 3 \nPage 1 of 2 Item # 40 Augusta-Richmond County, Georgia CPB#328-041110-211828002 CAPITAL PROJECT BUDGET STORMWATER UTILITY Program WATERSHED ASSESSMENT & ANALYSES, AND INVENTORY & MAPPING CPB AMOUNT ADDITION NEW SOURCE OF FUNDS CPB REQUEST CPB SPLOST, PHASE VI 328-041110-211828002 ($500,000)($1,885,799)($2,385,799) TOTAL SOURCES: ($500,000) ($1,885,799) ($2,385,799) USE OF FUNDS ENGINEERING 328-041110-5212115-211828002 $500,000 $1,885,799 $2,385,799 TOTAL USES:$500,000 $2,385,799 2 of 2 10.24.2011 Attachment number 3 \nPage 2 of 2 Item # 40 Request for Qualifications Request for Qualifications will be received at this office until Friday, June 21, 2013 @ 11:00 a.m. for furnishing: RFQ Item #13-149 Professional Services to Assess & Analyze Watersheds, Inventory Stormwater Facilities & Storm Conveyance for Engineering Department RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, June 7, 2013 @ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of 90 days after time has been called on the date of opening. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the outside of the envelope. Bidders are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle May 16, 23, 30, June 6, 2013 Revised: 8/15/2011 Attachment number 4 \nPage 1 of 1 Item # 40 VENDORS Attachment B E-Verify Addendum 1-2 SAVE Form Original 6 Copies Micheal Baker 272 Bendix Dr., Ste 400 Virginia Beach, VA 23452 Yes Yes Yes Yes Yes Yes Nova 3640 Kennesaw North Industrial Pkwy,Suite E Kennesaw, GA 30144 No Bid Response Constantine Engineering 1988 Lewis Turner Blvd Ft Walton Beach, FL 32547 Yes Yes Yes Yes Yes Yes Moreland Altobelli Asso 2211 Beaver Ruin Road, Suite 190 Norcross, GA 30071 Yes Yes Yes Yes Yes Yes W R Toole Engineers 1005 Broad Street, 200 Augusta, GA 30901 Yes Yes Yes Yes Yes Yes WK Dickson & Co 1450 Greene Street Augusta, GA 30901 Yes Yes Yes Yes Yes Yes Cranston Engineering Group 452 Ellis Street Augusta, GA 30903-2546 Yes Yes Yes Yes Yes Yes Jacobs Engineering 6801 Govenor's Lake Pk Norcross, GA 30071 Yes Yes Yes Yes Yes Yes Stevenson & Palmer 723 Industrial Park Dr Evans, GA 30809 Yes Yes Yes Yes Yes Yes Moore and Associates 1009 East Avenue North Augusta, SC 29841 Yes Yes Yes Yes Yes Yes Thomas & Hutton 50 Park of Commerce Savannah, GA 31405 Yes Yes Yes Yes Yes Yes EMC Engineering 4106 Colbern Blvd., Suite 105 Evans, GA 30809 Yes No/Non- Compliant Yes Yes Yes Yes RFQ Opening RFQ Item #13-149 Professional Services to Assess & Analyze Watersheds, Inventory Stormwater Facilities & Storm Conveyance for Augusta, Georgia - Engineering Department Page 1 of 1 Attachment number 5 \nPage 1 of 1 Item # 40 Evaluation Criteria PTS Micheal Baker 2835 Brandwine Rd., Suite 200 Atlanta, GA 30341 Constantine Engineering 1988 Lewis Turner Blvd Ft Walton Beach, FL 32547 Moreland Altobelli Asso 2211 Beaver Ruin Road, Suite 190 Norcross, GA 30071 W R Toole Engineers 1005 Broad Street, 200 Augusta, GA 30901 K Dickson & Co 1450 Greene Street Augusta, GA 30901 Cranston Engineering Group 452 Ellis Street Augusta, GA 30903-2546 Jacobs Engineering 6801 Govenor's Lake Pk Norcross, GA 30071 Stevenson & Palmer 723 Industrial Park Dr Evans, GA 30809 Moore and Associates 1009 East Avenue North Augusta, SC 29841 Thomas & Hutton 50 Park of Commerce Savannah, GA 31405 1) Qualifications of company (company profile).10 9.2 8.7 7.0 8.3 8.2 8.5 8.5 7.3 6.0 9.5 2) Qualifications and experience of key professionals that will be assigned to the project. 20 16.7 17.3 13.0 17.3 16.3 17.3 15.7 14.7 13.2 17.2 3) Specific relevant experience of your company.25 21.5 19.7 15.0 19.3 19.7 21.5 20.0 18.2 12.7 21.8 4) A detailed description of the proposed technical approach to be taken for the performance of the required services. 25 22.2 19.0 14.2 18.2 21.0 19.3 19.0 18.0 11.8 19.8 5) Conceptual project schedule.10 9.0 9.0 9.0 8.7 8.3 9.2 8.7 9.0 9.0 9.3 6) References 5 4.3 5.0 4.7 5.0 5.0 5.0 4.7 4.7 4.7 5.0 7) Proximity to Area 5 3.0 4.0 3.0 5.0 5.0 5.0 3.7 4.0 4.0 3.0 Total 100 85.8 82.7 65.8 81.8 83.5 85.8 80.2 75.8 61.3 85.7 1.0 6.0 5.0 1.0 4.0 3.0 Cumulative Evaluation Sheet RFQ Item #13-149 Professional Services to Assess & Analyze Watersheds, Inventory Stormwater Facilities & Storm Conveyance for Augusta, Georgia – Engineering Department Qualified Vendors Attachment number 6 \nPage 1 of 1 Item # 40 ENGINEERING DEPARTMENT Abie L. l-adson, P.E., CPESC, Director Hameed Malik, Ph.D., PE, Assistant Dir€ctor MEMORANDUM TO: THRUI FROM: DATEI Ms. Geri Sams, Director Proaurement Abie L. Ladson, PE, CPESC, Director, AED Hameed Malik, Ph.D., PE, Assistant Director, AED Wednesday, August 28, 2013 SUBIECT: (13-149) RFQ- Professional seruices to assess and analyze watersheds, inventory stormwater facilities, and storm conveyances Projed Number: N/A File Reference: 13-014(4) Ms. Sams, AED has grouped Augusta's drainage basin into six {6) major watersheds. Accordingly, AED is recommending selecting the top six (6) ranked firms and assigning one watershed to each as listed below: watershed Recommended Firm l,) Rae's creek and Augusta Canal (1'1 & 2nd Levels) 2) oats creek, Phinizy Swap, Beaver Dam Ditch and 3'd Level Canal 3) Rocky Creek 4) Butler Creek 5) Spirit Creek and Little Spirit Creek 6) Rock Creek and McBean Creek Cranston Engineering Tool Engineers Thomas & Hutton Michael Baker WK Dickson Constantine Engineering Should you require additional :nformation, please do not hesitate to contact Hameed Malik, at (706) 796-5040 or hmalik@aueustasa.eov. Thonking you in ddvonce. HM/scm Phyllis Mills, Quality Assurance Analyst Valerie R. Jenkins, Department Accountant File Augu5ta GA., CnEineerinB Adminisratio. S05Telfair Street augusta, Georga 30901 Phone: {706)796 s040 Fax:(706) 796.s04s www.auSLstaga gov Attachment number 7 \nPage 1 of 1 Item # 40 Attachment number 8 \nPage 1 of 4 Item # 40 Attachment number 8 \nPage 2 of 4 Item # 40 Attachment number 8 \nPage 3 of 4 Item # 40 Attachment number 8 \nPage 4 of 4 Item # 40 Attachment number 9 \nPage 1 of 5 Item # 40 Attachment number 9 \nPage 2 of 5 Item # 40 Attachment number 9 \nPage 3 of 5 Item # 40 Attachment number 9 \nPage 4 of 5 Item # 40 Attachment number 9 \nPage 5 of 5 Item # 40 Commission Meeting Agenda 2/18/2014 2:00 PM Walton Way Signal Modernization Phases II and III Projects (13-183) Department:Abie Ladson, Director Caption:Motion to award Design Consultant Services Agreement to Kimley-Horne and Associates for the Walton Way Signal Modernization Phases II and III Projects (T13043144 & T13043145) in the amounts of $173,030 and $346,070, respectively ($519,100 total) as requested by AED/TE. This is a Band 1 Project; part of the 2010 Transportation Investment Act (aka, TIA, TSPLOST).(Approved by Engineeering Services Committee February 10, 2014) Background:In combination, these projects will upgrade the existing traffic signal systems and street lights along Walton Way between Druid Park Avenue and Bransford Road. Currently, the infrastructure and equipment supporting the traffic signals and streetlights along Walton Way are over 30 years old and lack basic functions such as connectivity and pedestrian facilities that are inherent to modern signal systems. The purpose of this item is to provide design services for the modernization of the signal and street light systems along Walton Way. Once completed, this project will provide significant improvement to pedestrian safety and vehicle flow of the Walton Way corridor. Analysis:In September 2013, a Request for Qualifications was released for qualified firms to provide design services for this project. Firms were evaluated based on qualifications, project approach, experience, and interviews in November 2013. The following firms submitted RFQs and were evaluated: 1) Gresham, Smith, & Partners; 2) Foresite Group, Inc.; 3) Kimley-Horn and Associates; 4) Wolverton and Associates; 5) Jacobs. Based on the evaluation criteria and interviews, Kimley-Horn and Associates was selected for this project. Financial Impact:Funds are available in the TIA budget account numbers: Walton Way Signal Modernization Phase II, 371-041110/T13043144 ($173,030) and Walton Way Signal Modernization Phase III, 371- 041110/T13043145 ($346,070).Cover Memo Item # 41 Alternatives:1) Approve the award of design services for the Walton Way Signal Modernization Phases II and III Projects to Kimley-Horn and Associates. 2) Do not approve. Recommendation:Approve option 1 Funds are Available in the Following Accounts: 371-041110/T13043144 & 371-041110/T13043145 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 41 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby adopted: Section 1: This project is set up and authorized to CPB# T13043144 & T13043145. This project consists of design services for the Walton Way Signal Modernization (Bransford Rd to Milledge Rd) and (Druid Park to Heard Ave). Also award the Design Consultant Funding is available in TIA project budget account numbers: 371-041110-5212115/T13043144 & 371-041110-5212115/T13043145. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. 173,030$ TIA Project Funds 346,070$ 519,100$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Honorable Deke Copenhaver, Mayor Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department CPB# T13043144 & T13043145 CAPITAL PROJECT BUDGET Walton Way Signal Modernization Phase II and III TIA Project Funds Heard Ave and $346,070 for Bransford Rd to Milledge Rd for a total of $519,100. Contract to Kimley Horn and Associtates in the amount of $173,030 for Druid Park to Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks 1 of 4 1.20.2014 Attachment number 1 \nPage 1 of 4 Item # 41 Augusta-Richmond County, Georgia CPB# T13043144 & T13043145 CAPITAL PROJECT BUDGET Walton Way Signal Modernization Phase II and III CPB AMOUNT NEW SOURCE OF FUNDS CPB CPB TIA Project Funds (173,030)$ (173,030)$ 371-041110-5212115/T13043144 TIA Project Funds (346,070) (346,070) 371-041110-5212115/T13043145 TOTAL SOURCES: (519,100)$ (519,100)$ USE OF FUNDS ENGINEERING 371-04-1110-5212115/T13043144 173,030$ 173,030$ ENGINEERING 346,070$ 346,070$ 371-04-1110-5212115/T13043145 TOTAL USES:519,100$ 519,100$ 2 of 4 1.20.2014 Attachment number 1 \nPage 2 of 4 Item # 41 Section 1: This project is set up and authorized to CPB# T13043144 & T13043145. This project consists of design services for the Walton Way Signal Modernization (Bransford Rd to Milledge Rd) and (Druid Park to Heard Ave). Also award the Design Consultant CPB# T13043144 & T13043145 Heard Ave and $346,070 for Bransford Rd to Milledge Rd for a total of $519,100. Contract to Kimley Horn and Associtates in the amount of $173,030 for Druid Park to xecution. For 3 of 4 1.20.2014 Attachment number 1 \nPage 3 of 4 Item # 41 CPB# T13043144 & T13043145 4 of 4 1.20.2014 Attachment number 1 \nPage 4 of 4 Item # 41 January 10, 2014 Steve Cassell Assistant Director Traffic Engineering Division City of Augusta Engineering Department 505 Telfair Street Augusta, Georgia 30901 Re: Walton Way Signal Modernization, Phases II & III Augusta, Georgia Dear Steve: Kimley-Horn and Associates, Inc. (“Kimley-Horn” or “Consultant”) is pleased to submit this letter agreement (the “Agreement”) to the City of Augusta (“Client” or “the City”) for providing design services for the above referenced project. PROJECT UNDERSTANDING The Walton Way Signal Modernization, Phases II & III projects will consist of traffic signal upgrade designs, traffic signal interconnect and Advanced Traffic Management System (ATMS) design, and traffic signal timing for 12 signals along the Walton Way corridor from Bransford Road to Druid Park Avenue. The traffic signal upgrade designs will include replacing the existing span wire installations with decorative mast arms, upgrading cabinet and controller equipment, and upgrading pedestrian infrastructure. Additional aspects of the project include a corridor study to determine operational improvements along Walton Way, a tree evaluation at the traffic signal upgrade locations, and lighting design along the entire corridor. It is understood that Phases II and III are two separate projects and will be invoiced as two projects; however, the design package will include both Phases II and III for constructability purposes. Phase II includes intersections from Heard Avenue to Druid Park Avenue, and Phase III includes intersections from Bransford Road to Milledge Road. The following 12 locations will be included in the project: Phase II 1.Walton Way @ Heard Avenue 2.Walton Way @ Baker Avenue 3.Walton Way @ Crawford Avenue 4.Walton Way @ Druid Park Avenue n Suite 601 817 West Peachtree Street, NW Atlanta, Georgia 30308 n TEL 404.419.8700 Attachment number 2 \nPage 1 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 2 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc Phase III 5.Walton Way @ Bransford Road 6.Walton Way @ Lake Forest Drive 7.Walton Way @ Highland Avenue 8.Walton Way @ Monte Sano Avenue 9.Walton Way @ Fleming Avenue / GRU Entrance 10.Walton Way @ Johns Road 11.Walton Way @ Episcopal Day School Pedestrian HAWK Signal (Proposed installation) 12.Walton Way @ Milledge Road SCOPE OF SERVICES Kimley-Horn will provide the services specifically set forth below for Phases II and III. Task 1 – Project Management This task will consist of general project management, administrative, and accounting activities for the project. It will further consist of a kick-off meeting with City staff and project stakeholders, project status and review meetings throughout the life of the project, preparing and distributing project correspondence, scheduling of review meetings and activities, periodic project status reporting, and discussion of any project issues throughout the life of the project. Task 1.1 – Kick-off Meeting Kimley-Horn will coordinate and facilitate a kick-off meeting with City staff after the official notice-to-proceed has been granted. The purpose of this meeting will be to introduce the participants to the project, review project scope, review the project schedule, discuss key issues and agency goals for the project, and identify other issues so they can be resolved early in the process. Kimley-Horn will prepare and distribute agendas and minutes for the meeting. Task 1.2 –Project Meetings Kimley-Horn will coordinate and facilitate periodic project meetings – a total of up to three (3) excluding the kick-off meeting – at a location in Augusta (to be determined by City staff). Each meeting will consist of project status updates, schedule review, submittal reviews, and discussion of upcoming milestones for both the project team and City staff. Kimley-Horn will prepare and distribute agendas and minutes for each meeting. Task 2 – Data Collection This task will encompass the collection of the base mapping and survey data necessary for the development of the design plan sheets for this project. In addition, field visits will be performed by Kimley-Horn staff at each of the project intersections. Attachment number 2 \nPage 2 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 3 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc Task 2.1 – Survey of Existing Features Upon Notice to Proceed from the Client, Kimley-Horn will team with Toole Surveying Company, Inc. (TSC) to perform topographic surveys of the 12 project intersections. The width of the survey for each intersection is defined as 400 feet beyond the center of the intersection along Walton Way, and 200 feet beyond the center of the intersection along the side streets. The survey will be performed per Georgia Department of Transportation (GDOT) specifications and will be delivered in InRoads for design in MicroStation V8i. The existing edges of pavement, existing pole type and locations, span or mast arm configuration, cabinet location, existing pedestrian features, and existing pavement markings will be located. Topographic information will be gathered at the corners of the intersection and within the center of the intersection, so that proper signal head clearance can be achieved. Storm and sanitary sewer lines will be located within the project area as well as above ground utility facilities and utility pole locations. Trees with a caliper of 10” and above will be located. Property lines will be located as well. TSC will coordinate with CSRA Utility Marking to provide “spray locations,” though no direct location methods (including potholing) or subsurface utility exploration activities will occur. Utility line heights from the road of the lowest aerial utility line will be provided. No formal Client review and approval is anticipated. Task 2.2 – Assemble Base Mapping and Perform Field Inventory This subtask includes the acquisition of available base mapping and aerial photography for use in the development of the traffic signal upgrades, traffic signal interconnect design, and the traffic signal timing study. It is anticipated that the base mapping will consist of the following: §Traffic signal upgrades base mapping will consist of the topographic survey provided by TSC, including underground utility spray locations. §Traffic signal interconnect and lighting design base mapping will consist of GIS data and/or aerial photography provided by the City of Augusta. Underground utility spray locations will not be conducted. Kimley-Horn will coordinate with affected underground utility companies to markup the traffic signal interconnect and lighting design GIS base mapping with the approximate location of underground utilities. Kimley-Horn staff will team with W.R. Toole Engineers, Inc. (WRT) to perform a field inventory at every intersection to verify the survey, catalog the traffic signal equipment at each intersection and cabinet, and determine any pedestrian infrastructure upgrades that are required per the Americans with Disabilities Act (ADA). Photographs will be taken of all approaches, corners, and any area with ADA compliance issues. Kimley-Horn will take the gathered information from the surveys, GIS, aerial photography, and field visits to assemble the base mapping to use as the design plan sheets. Task 2.3 – Traffic Data Collection Traffic data collection services will be provided by our subconsultant, National Data & Surveying Services (NDS). These services will consist of 7-day volume counts and turning movement counts. Attachment number 2 \nPage 3 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 4 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc The 7-day volume counts will consist of tube counts for five (5) locations along the Walton Way project corridor to be determined by the City and Kimley-Horn during the kickoff meeting. The tube counts will be completed for each intersection to determine schedules for peak periods and to analyze speed data. Turning movement counts will be conducted for the 12 intersections during weekday (Tuesday to Thursday) AM, Mid-Day (MD), and PM peak hours. Traffic counts will be conducted while school is in session and not during major holidays, inclement weather conditions, or traffic incidents. Weekend turning movement counts will not be conducted; Kimley-Horn will develop weekend turning movement counts by utilizing data obtained from the weekend tube count data. Task 2.4 – Mast Arm and ATMS Research It is assumed that the City of Augusta preferred signal design is decorative mast arms with luminaire attachments. Kimley-Horn will research signal mast arm vendors to develop a list of options for decorative mast arm features, including but not limited to, curved mast arms, straight mast arms, decorative scrolls/emblems, and fluted poles. Mast arm options will be digitally rendered at critical intersections as discussed in Task 8.2, and Kimley-Horn will present the City of Augusta with the list of options at a project status meeting. Kimley-Horn will research the existing Regional ATMS Master Plan to determine its applicability to this project. Kimley-Horn will research ATMS elements that may be considered for this project, including but not limited to, CCTV camera types, vehicle detection technologies, bus transit priority technologies, and emergency vehicle preemption. Kimley-Horn will present the City of Augusta with a list of options at a project status meeting. No vendor demonstrations will be performed as part of this scope of services. Task 3 – Traffic Signal and Pedestrian Upgrades This task encompasses the preparation of construction documents for traffic signal upgrade designs at the 12 project intersections. Furthermore, it will consist of pedestrian infrastructure upgrades, including ADA ramp upgrades and pedestrian signalization upgrades. Task 3.1 – Preliminary Plans (60% Submittal) The 12 signal upgrade designs will be based on GDOT and City standards, existing and proposed intersection geometrics, and will include the following: proposed pole locations, proposed controller input file assignments, proposed signal head locations, proposed phasing diagrams, proposed vehicle detection locations, proposed conduit and junction box locations, proposed pedestrian push button and pedestrian displays, and necessary notes. WRT staff will provide the design of locations for pedestrian ramp upgrades and crosswalk to comply with the ADA requirements at the traffic signal upgrade locations. Any additional sidewalk, roadway, and/or drainage improvements that are cataloged during the field inventory stage will be documented during field inventory and presented to the City of Augusta in a memo format. The design of Attachment number 2 \nPage 4 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 5 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc such elements are not included within this scope of services, but if necessary are covered as part of the Additional Services (Task 11). Prior to submitting the preliminary signal plans, Kimley-Horn staff will perform a field visit to ensure that the plans do not include any construction challenges. Upon completion of the preliminary plans, Kimley-Horn will submit one (1) full- size and two (2) half-size sets to the City for review and comment. The design plans will be at a scale of 1”=30’. Kimley-Horn will attend up to one (1) field review meeting with City staff and any affected utility owners. Task 3.2 – Final Plans (90% and 100% Submittal) After obtaining review comments from the City, the signal design plans will be modified and resubmitted as a 90% submittal. Kimley-Horn will submit one (1) full-size and two (2) half-size sets to the City for final review. Once final review comments are received, Kimley-Horn will submit one (1) full-size and two (2) half-size sets to the City. Digital files of the final design will be provided as necessary. The deliverable for this task will consist of final signal designs that are suitable to be released for construction. The final signal designs, ATMS design, and lighting design will be submitted as one construction documents package. Task 4 – Traffic Signal Interconnect / Advanced Traffic Management System (ATMS) Design This task involves the design of approximately 3.1 miles (16,500 feet) of fiber optic interconnect connecting the 12 project intersections along the Walton Way corridor to the intersection of Walton Way at 15th Street. It further consists of the design of other ATMS elements, including up to four (4) CCTV camera locations eight (8) system detector locations, emergency vehicle preemption, and bus signal priority. It is assumed that the fiber optic interconnect will be installed underground where feasible. Task 4.1 – Interconnect and ATMS Field Survey In addition to the field survey that is to be performed as a part of Task 2.2, an additional survey will be conducted by Kimley-Horn staff along the corridor to develop a preliminary routing plan for the proposed underground fiber optic interconnect. Field survey of up to four (4) potential CCTV camera locations will be performed, which will include bucket truck surveys to determine the appropriate locations for CCTV cameras. Kimley-Horn will coordinate with the City staff to utilize a bucket truck for this task. This task will also consist of the assessment of appropriate critical locations for up to eight (8) system detector locations. Task 4.2 – Preliminary Plans (60% Submittal) Utilizing the information gathered in the above tasks, Kimley-Horn will develop preliminary interconnect and ATMS design plans along the Walton Way corridor. The designs will be based on existing and proposed roadway geometrics, underground utility locations provided by the utility companies, and GDOT and the City design standards and requirements. Attachment number 2 \nPage 5 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 6 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc Prior to submitting the preliminary signal plans, Kimley-Horn staff will perform a field visit to ensure that the plans do not include any construction challenges. Upon completion of the preliminary plans, Kimley-Horn will submit one (1) full- size and two (2) half-size sets to the City for review and comment. The interconnect design plans will be at a scale of 1”=100’. Kimley-Horn will attend up to one (1) field review meeting with City staff and any affected utility owners. Utility Make Ready (UMR) plans, aerial attachment points, or fiber optic splicing details are not included as part of this scope of services but may be added as an Additional Service (Task 11). Task 4.3 – Final Plans (90% and 100% Submittal) After obtaining review comments from the City, the signal design plans will be modified and resubmitted as a 90% submittal. We will submit one (1) full-size and two (2) half-size sets to the City for final review. Once we obtain final review comments, we will submit one (1) full-size and two (2) half-size sets to the City. Digital files of the final design will be provided as necessary. The deliverable for this task will consist of final interconnect designs that are suitable to be released for construction. The final signal designs, ATMS design, and lighting design will be submitted as one construction documents package. Task 4.4 – Technical Specifications Development This subtask develops the special provisions that will be used for the final bidding and construction documents. It is understood that the GDOT Standard Specifications Construction of Transportation Systems and any City specifications will serve as a base for the special provisions for this project. Kimley-Horn will develop project specific technical specifications that are not covered within those documents. Task 5 – Lighting Design Kimley-Horn’s subconsultant Johnson, Laschober & Associates, P.C. (JLA) will provide a lighting design along Walton Way. JLA will provide registered professional electrical engineers in Georgia and approved by GDOT to provide recommendations, design, specifications, bid phase and construction phase services required for the project. Design will be based on the American Association of State Highway and Transportation Officials (AASHTO) policy Roadway Lighting Design Guide for the state of Georgia and the Illuminating Engineering Society of North America (IESNA). §JLA will prepare the electrical base plan of existing conditions based on overall project topographic and utility survey base plan provided by project engineer. JLA will supplement the base plan with field work to located and identify existing field conditions required to design new street lighting systems. §JLA will prepare preliminary lighting and power distribution plans for Owner and project engineer review and comment. §JLA will meet on-site to review plans with effected utility companies and their representatives. The meeting(s) is intended to serve as a design Attachment number 2 \nPage 6 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 7 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc coordination meeting to coordinate any required utility relocations required for the lighting portion of the project. §Based on the City review and comment, JLA will prepare final lighting and power distribution plans and specifications for project engineer use in preparing bid and construction drawings. During the design phase, JLA will coordinate required utility relocations with effected utility companies. Design coordination will be reflected in project plans and specifications. The final signal designs, ATMS design, and lighting design will be submitted as one construction documents package. Task 6 – Traffic Signal Timing This task will comprise the development and implementation of coordinated traffic signal timings for the 12 project intersections. Task 6.1 – Evaluate Existing Conditions / Operational Analysis Using the data collected in the field, knowledge of the conditions seen during the field observations, and data provided by the City, a network will be developed for each peak using Synchro 8. Existing geometry and traffic volumes along with existing signal timings and settings provided by the City will be duplicated in Synchro. The Synchro/SimTraffic model will be developed using aerial photography as the background or GIS data provided by the City. Once all field data has been collected and compiled, Kimley-Horn staff will perform an Operational Analysis for each of the intersections. Capacity analyses consistent with the Highway Capacity Manual 2000 will be performed when analyzing improvement options. Existing and proposed signal phasing/sequencing will be analyzed as well as identifying other possible operational improvements (i.e. pavement marking changes, geometric improvements, signal control equipment additions and/or upgrades,Manual on Uniform Traffic Control Devices, 2009 Edition (MUTCD) compliance, etc.). As part of the Operational Analysis, a corridor study will also be performed to address the potential for a “road diet” along the Walton Way corridor. The corridor study will evaluate existing and projected roadway conditions. Capacity analyses for the existing 2014 traffic conditions as well as the projected 2017 and 2037 conditions will be performed using Synchro to determine delay and level of service (LOS). The projected 2017 and 2034 conditions will be based on the existing 2014 conditions plus additional background traffic growth (from historical counts). For the projected 2017 and 2034 conditions analyses, Kimley- Horn will provide analysis based on the existing roadway laneage as well as the recommended roadway laneage to serve the projected volumes. The Operational Analysis will be compiled in a summary memorandum submitted to the City and discussed at a project status meeting. Updated accident data will be collected from the City for the most recent complete three (3) years for this segment of Walton Way. Accident rates will be calculated and will be compared to the Statewide Averages provided by GDOT. Attachment number 2 \nPage 7 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 8 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc Any patterns or trends will be identified, analyzed, and discussed in the Operational Analysis summary memorandum. Task 6.2 – Timing Plan Development Kimley-Horn will prepare up to six (6) timing plans for each of the signalized intersections as follows: §Weekday AM peak timing plan §Weekday MD peak timing plan §Weekday PM peak timing plan §Weekday OFF peak timing plan §Weekend peak timing plan §Special event or incident management timing plan Task 6.2.1 – Clearance Intervals Using the criteria set forth in the MUTCD, 2009 Edition, and based on the City recommendations,Kimley-Horn staff will calculate and recommend values for the following local controller settings: minimum vehicular green, yellow clearance interval, all-red clearance interval, pedestrian walk time, and pedestrian flashing don’t walk time. These values will be tabulated in a spreadsheet format and submitted to City staff for review and comment prior to finalization. Task 6.2.2 – Cycle Length Evaluation Kimley-Horn staff will begin the re-timing process with performing peak hour cycle length evaluations in Synchro by evaluating the natural cycle lengths and coordinatability factors for each signal. Using evaluations from Synchro along with knowledge gained via observations in the field, a cycle length will be recommended for each timing plan. Preliminary cycle length recommendations will be tabulated for staff review along with accompanying remarks. This information will then be provided to City staff and agreed upon prior to further timing plan development. Task 6.2.3 – Split, Offset, and Phase Sequence Development Once the cycle lengths for each period have been finalized, each intersection will be evaluated to determine the optimal phase splits for each vehicle movement. Next, phase sequencing and offset manipulation will be analyzed in an effort to maximize the arterial greenbands and reduce vehicle stops and delay. Both Synchro and SimTraffic will be used to analyze and observe coordination options. During the project status meeting, recommended timing plans will be reviewed by City staff and approved prior to field implementation. Task 6.2.4 –TOD Clock Development Using the tube counts collected in Task 2, Kimley-Horn staff will develop a Time-of-Day (TOD) clock for the signal system to determine the optimal timing plan for each hour of a typical weekday or weekend. The recommended TOD clocks will be submitted to City staff for review. Task 6.2.5 – Traffic Responsive / Bus Signal Priority Development After development of the TOD plans, Kimley-Horn will develop traffic responsive parameters to bring the TOD plans in based on actual traffic demand Attachment number 2 \nPage 8 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 9 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc on the roadway. As part of Task 4.1, Kimley-Horn will assess appropriate critical locations for system detectors that are to be utilized by the traffic responsive system for real-time traffic data collection. Kimley-Horn will develop bus signal priority timing parameters to be integrated into the proposed timing database. Task 6.3 – Database Development and Testing Using the approved timing plans from Task 4, updated TACTICS database files will be prepared by Kimley-Horn staff. The existing TACTICS database files provided by the City will be verified to determine if any modifications need to be made based upon geometric, phasing, or hardware changes that might have occurred. Next, Kimley-Horn staff will load the new timing plans into the TACTICS database and test the database in a controller lab to assess each timing plan for each signal for any errors prior to field implementation. Task 6.4 – Field Implementation / Fine Tuning After completion of Task 6.3, Kimley-Horn staff will coordinate with City staff to download the new timing data to the local controllers once field implementation begins. Kimley-Horn (and City staff, if desired) will conduct field observations of each signalized intersection. Using time-space diagrams and engineering judgment, the coordinated timings will be verified as to effectiveness and fine-tuned as necessary. Progression, as well as split times, TOD settings, or other settings may be adjusted based on field observations. Kimley-Horn staff will drive the project corridors multiple times during each peak period on multiple days. During fine tuning, any immediate adjustments recognized will be made that day in the field, and these adjustments will be communicated to City staff. Up to three (3) days of fine tuning will be performed. Once the standard TOD plans have been implemented and fine-tuned, Kimley- Horn will assist with the implementation and fine tuning of the bus signal priority system. Up to three (3) days of bus priority timing fine tuning will be performed. Task 6.5 – ‘Before’ and ‘After’ Travel Time and Delay Studies Kimley-Horn staff will collect and compile “before” conditions travel time and delay data for the Walton Way corridors during the weekday AM, MD, and PM peak periods prior to the implementation of the new timings. Following implementation and fine-tuning of the new timings, “after” conditions will be collected for the corridor. The “after” travel time data will be collected once the system has had ample time to stabilize after the new timings have been implemented. Following the implementation and fine-tuning of the bus priority signal timing, “after” conditions will be collected for the corridor. Using the travel time data collected in the field, Kimley-Horn will prepare “before and after” comparisons using the following parameters: §Total travel time Attachment number 2 \nPage 9 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 10 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc §Stopped time §Average speed §Number of stops §Fuel consumption §Emissions reductions A minimum of six (6) successful travel time runs will be completed for each corridor. This data will be collected electronically using a laptop computer and a GPS unit. Kimley-Horn will also collect “before” bus travel time information of one (1) bus system route along the corridor. Following the implementation and fine-tuning of the standard TOD timing plans, an “after” bus travel time study will be conducted. Following the implementation and fine-tuning of the bus priority signal timing, “after” bus travel time information will be collected, and a comparative analysis will be conducted and submitted to the City. Task 6.6 – Effectiveness Study Once all timings have been implemented and fine-tuned we will prepare a brief FINAL report. The FINAL report will summarize the following: §Project overview §Results of Before and After travel time runs §Summary of all data collected §Recommended improvements (from Operational Analysis) §Timing plan data §Results of field implementation/fine-tuning Kimley-Horn will also develop a brochure style executive summary that is suitable for submission to a non-technical audience. Task 7 – Tree Evaluation JLA will work with a Registered Consulting Arborist to evaluate the trees within the project area and provide recommendations, design, specifications, and construction phase services required for the project. Tree evaluation will be incorporated into the overall design package. Task 7.1 – Tree Inventory JLA will perform an initial visual observation of all existing trees and other landscape elements within the corridor and develop a written preliminary evaluation. The observation is intended to determine which trees should be evaluated by a certified arborist and other landscaping that will be impacted by the project. Based on the initial visual observation and the limits of the project, JLA and the project arborist will inspect trees for the purpose of evaluating the heath and overall condition of each tree. A written report will be developed by the project arborist and submitted to the project engineer for review and comment. Attachment number 2 \nPage 10 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 11 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc Task 7.2 – Evaluation of Signal Design Impacts JLA will evaluate the proposed signalization design and consult with the project engineer as to the impact of the design on the existing trees. §Evaluation of tree removal – JLA will provide recommendations and specifications as appropriate §Evaluation of tree trimming/pruning – JLA will provide recommendations and specifications as appropriate §Evaluation of work adjacent to trees and/or mitigation work - JLA will provide recommendations, design, details and specifications as appropriate §Evaluation of tree replacement – JLA will provide recommendations, design, details and specifications as appropriate §Provide miscellaneous landscape design and consulting as required for project due to removal of existing landscaping and other landscape items Task 8 – Concept Graphics / Renderings Task 8.1 – Operational Analysis Concept Graphics Utilizing the aerial mapping that will be provided by the City of Augusta, Kimley-Horn Landscape Architects will provide a concept graphic that illustrates the recommended “road diet” improvements needed as identified in the Operational Analysis (Task 6.1). The concept layout will illustrate, to the best extent possible, existing right-of-way, existing roadway laneage, and existing building structures. The concept graphic will also show edges of pavement, pavement striping, as well as the proposed recommended roadway improvements. The concept plan will be suitable for information purposes only. The concept graphic will not be of sufficient detail to construct improvements; however, they can be utilized by design engineers to develop construction drawings. Additionally, based on the recommended improvement option, color renderings of recommended cross sections will be prepared. Kimley-Horn will provide up to three (3) plan graphic color illustrations of the recommended cross sections as approved by the City of Augusta. The color illustrations will be created by hand and digitally scanned with descriptive labels subsequently added. Kimley-Horn will provide the color illustrations to the client for their use in presenting the preferred improvement concepts to the public at public meetings or in print. Kimley-Horn will submit the concept graphics and cross sections to the City for review and comment, and will attend one (1) project status meeting to review the graphics (included in Task 1.2). Any comments will be addressed and incorporated in a final submittal of the concept graphics and cross sections to the City. Task 8.2 – Signal Design Renderings Utilizing intersection photography collected during Task 2.2, Kimley-Horn staff will prepare digital renderings of proposed mast arm installations at the 12 project intersections. Four (4) critical intersections will be chosen to have up to three (3) renderings developed for each intersection, which will show multiple Attachment number 2 \nPage 11 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 12 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc options of mast arm types, luminaire arrangements, and other aesthetic options that were previously discussed at a project status meeting. Kimley-Horn will submit the signal design renderings to the City for review and comment, and will attend one (1) project status meeting to review the graphics (included in Task 1.2). Any comments will be addressed and incorporated in a final submittal of the concept graphics and cross sections to the City. Task 9 – Public Involvement Under Task 9, we anticipate having to prepare for and attend up to one (1) public meeting. The intent of this meeting is to discuss the proposed traffic signal upgrades, ATMS designs, tree inventory, and lighting designs and to garner support for the improvement options. We, along with representatives from WRT and JLA, anticipate preparing for and attending one (1) public meeting Additionally, the concept graphics and renderings (Task 8) will be used as displays during the public meeting. Task 10 – Construction Phase Services Kimley-Horn, along with representatives from WRT and JLA, will provide assistance to the City during the bid phase and will provide construction phase services for both of the construction projects (Phases II and III). Task 10.1 – Bid Document Preparation Kimley-Horn will prepare and assemble construction bidding documents, including specifications for the subject Work and the construction contract, based on the Client’s standard general conditions for construction contracts. We will provide assistance to the City to issue bid packages for the submittal of quotations to perform the work. We will also respond to reasonable contractor requests for information that may arise during the bidding process on behalf of the City. Task 10.2 – Construction Phase Services Kimley-Horn staff will attend a Pre-Construction Conference prior to commencement of Work at the Site, for both of the projects (Phases II and III). Kimley-Horn will respond to reasonable and appropriate Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents to Client as appropriate to the orderly completion of Contractor's work. Any orders authorizing variations from the Contract Documents will be made by Client. Task 10.2.1 – Visits to Site and Observation of Construction Consultant will provide on-site construction observation services during the construction phase. Consultant will make up to three (3) site visits. Such visits and observations by Consultant are not intended to be exhaustive or to extend to every aspect of Contractor's work in progress. Observations are to be limited to spot checking, selective measurement, and similar methods of general observation of the Work based on Consultant’s exercise of professional judgment. Based on information obtained during such visits and such observations, Consultant will evaluate whether Contractor's work is generally Attachment number 2 \nPage 12 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 13 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc proceeding in accordance with the Contract Documents, and Consultant will keep Client informed of the general progress of the Work. The purpose of Consultant’s site visits will be to enable Consultant to better carry out the duties and responsibilities specifically assigned in this Agreement to Consultant, and to provide Client a greater degree of confidence that the completed Work will conform in general to the Contract Documents. Consultant shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over Contractor's work, nor shall Kimley-Horn have authority over or responsibility for the means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction selected by Contractor, for safety precautions and programs incident to Contractor's work, nor for any failure of Contractor to comply with laws and regulations applicable to Contractor's furnishing and performing the Work. Accordingly, Consultant neither guarantees the performance of any Contractor nor assumes responsibility for any Contractor's failure to furnish and perform its work in accordance with the Contract Documents. Consultant will recommend to Client that Contractor's work be disapproved and rejected while it is in progress if, on the basis of such observations, Consultant believes that such work will not produce a completed Project that conforms generally to Contract Documents. Task 10.2.2 – Shop Drawings and Samples Consultant will review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs. Task 11 – Additional Services (may be authorized at a later date) Any services not specifically provided for in the above scope, as well as any changes in the scope the Client requests, will be considered additional services and will be performed at our then current hourly rates. Additional services we can provide include, but are not limited to, the following: §Additional Meetings (all meetings beyond the four (4) listed in Task 1) §Public Involvement Meetings (beyond the one (1) listed in Task 9) §Additional Construction Phase Services §Subsurface Utility Engineering (SUE) §Utility Make Ready Plans §Roadway/Sidewalk/Drainage Design §Environmental Documentation §Evaluation/design of other ATMS design elements §Wireless Communications Survey §Fiber Optic Splicing Design §Additional Traffic Signal Designs/Modifications §Additional Signal System Interconnection Design Attachment number 2 \nPage 13 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 14 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc §Additional Traffic Signal Timing §Additional Renderings/Concept Graphics §Others as requested by the Client\ INFORMATION PROVIDED BY CLIENT Kimley-Horn shall be entitled to rely on the completeness and accuracy of all information provided by the Client or the Client’s consultants or representatives. The Client shall provide all information requested by Kimley-Horn during the project, including but not limited to the following: §GIS and aerial photography of the project corridor §Most recent complete three (3) years of accident data along the project corridor §TACTICS database with existing signal configurations and timing plans of each intersection KIMLEY-HORN DELIVERABLES Kimley-Horn will provide the following deliverables to the City of Augusta during the course of this project: §Monthly invoicing – electronic and hard copy format §Preliminary and Final Signal Design, ATMS Design, and Lighting Design Plans – electronic and hard copy format o Includes pedestrian infrastructure upgrades and tree evaluation inventory §Preliminary and Final Engineer’s Opinion of Probable Construction Cost §Operational Analysis Summary Memorandum – electronic copy §Concept graphics and renderings of proposed corridor improvements §Concept renderings of mast arm signal and lighting installations §Local controller settings recommendations spreadsheet – electronic copy §Synchro 8 files for both existing conditions and optimized conditions (including field implementation edits) – electronic §TACTICS database files for the optimized conditions – electronic copy §FINAL Effectiveness Study – hard and electronic copies §Bid Documentation and Special Provisions Attachment number 2 \nPage 14 of 18 Item # 41 Mr. Steve Cassell January 10, 2014, Page 15 K:\AMT_Marketing\City of Augusta\Walton Way Signal Modernization\Scope - Fee\2014-01-10_Walton Way Signals_Fee Proposal_Final.doc FEE AND EXPENSES Kimley-Horn will perform the services described in Tasks 1 – 10 for both Phases II and III for the lump sum fees below. The lump sum fee includes separate funding set aside for future client authorized tasks. Individual task amounts are informational only. All permitting, application, and similar project fees will be paid directly by the Client. Phase II Task 1 – Project Management $9,060 Task 2 – Data Collection $32,980 Task 3 – Traffic Signal and Pedestrian Upgrades $29,300 Task 4 – Traffic Signal Interconnect and ATMS Design $16,720 Task 5 – Corridor Lighting Design $21,600 Task 6 – Traffic Signal Timing $22,250 Task 7 – Tree Evaluation $5,800 Task 8 – Concept Graphics / Renderings $7,250 Task 9 – Public Involvement $4,290 Task 10 – Construction Phase Services $12,510 Expenses $3,030 Force Account (used per Client’s written authorization only)$8,240 Total Phase II Lump Sum Fee $ 173,030 Phase III Task 1 – Project Management $18,110 Task 2 – Data Collection $65,960 Task 3 – Traffic Signal and Pedestrian Upgrades $58,600 Task 4 – Traffic Signal Interconnect and ATMS Design $33,450 Task 5 – Corridor Lighting Design $43,200 Task 6 – Traffic Signal Timing $44,490 Task 7 – Tree Evaluation $11,600 Task 8 – Concept Graphics / Renderings $14,500 Task 9 – Public Involvement $8,590 Task 10 – Construction Phase Services $25,020 Expenses $6,070 Force Account (used per Client’s written authorization only)$16,480 Total Phase III Lump Sum Fee $ 346,070 TOTAL LUMP SUM FEE (PHASES II AND III) $ 519,100 Lump sum fees will be invoiced monthly based upon the overall percentage of services performed and using the invoicing guidance previously provided by the Client. Payment will be due within 25 days of your receipt of the invoice. SCHEDULE We will provide our services as expeditiously as practicable with the goal of meeting a schedule to be agreed upon after being given Notice to Proceed by the Client. Attachment number 2 \nPage 15 of 18 Item # 41 At t a c h m e n t n u m b e r 2 \ n P a g e 1 6 o f 1 8 It e m # 4 1 Sr. Traffic Project Traffic Landscape Traffic Landscape TASKS Engineer Manager Engineer Architect Analyst Analyst Clerical TASKS Total 1 Project Management Project Start-Up - Coordination with Subs 4 4 8 Coordintation with City Staff 4 4 8 Kick-Off Meeting with City Staff 10 12 10 12 44 Project Status Meetings (3 meetings)12 35 35 40 122 Clerical, Billing, etc.20 20 Coordination with Subs - Duration of project 10 5 15 Total Hours Task 1 22 65 45 0 61 0 24 217 Total Costs Task 1 $4,400 $8,450 $6,300 $0 $6,100 $0 $1,920 $27,170 2 Data Collection Obtain Accident Data 2 2 4 Obtain Traffic Count Data 2 2 4 Obtain Utility Information 10 20 30 Assemble Base Mapping 10 80 90 Mast Arm / ATMS research 5 5 25 35 Field Survey 25 25 35 4 89 Total Hours Task 2 (KHA)5 54 50 0 139 0 4 252 Total Costs Task 2 (KHA)$1,000 $7,020 $7,000 $0 $13,900 $0 $320 $29,240 NDS (traffic counts)$7,400 Toole Surveying (surveying)$62,300 Total Costs Task 2 $98,940 3 Traffic Signal and Pedestrian Upgrades Preliminary Plan Development (60% Plans)5 60 5 240 310 Utility Coordination 10 15 25 Constructability Review 12 12 12 12 48 Prepare submittal package 8 8 4 20 Field Review Meeting 12 12 15 39 Final Plan Development (90% Plans)4 40 5 100 149 Final Plan Development (100% Plans)10 5 20 35 Prepare submittal package 8 8 4 20 Total Hours Task 3 (KHA)21 160 39 0 418 0 8 646 Total Costs Task 3 (KHA)$4,200 $20,800 $5,460 $0 $41,800 $0 $640 $72,900 WR Toole (Pedestrian design)$15,000 Total Costs Task 3 $87,900 4 Traffic Signal Interconnect and ATMS Design Field Survey 25 35 4 64 Preliminary Plan Development (60% Plans)5 30 5 90 130 Utility Coordination 10 15 25 Constructability Review 12 12 12 12 48 Prepare submittal package 5 5 2 12 Field Review Meeting 12 12 15 39 Final Plan Development (90% Plans)5 20 5 40 70 Final Plan Development (100% Plans)5 5 10 20 Prepare submittal package 8 8 4 20 Total Hours Task 4 22 127 39 0 230 0 10 428 Total Costs Task 4 $4,400 $16,510 $5,460 $0 $23,000 $0 $800 $50,170 5 Lighting Design Coordination with Subconsultant 5 10 25 40 Total Hours Task 5 (KHA)5 10 0 0 25 0 0 40 Total Costs Task 5 (KHA)$1,000 $1,300 $0 $0 $2,500 $0 $0 $4,800 JLA (Lighting Design)$60,000 Total Costs Task 5 $64,800 6 Traffic Signal Timing Develop Synchro Model 2 10 12 Operational Analysis 2 20 40 62 Timing Plan Development 2 20 60 82 Traffic Responsive Parameters 8 20 40 68 Bus Priority Parameters 8 30 40 78 Database Development and Testing 5 30 35 Implementation and Fine Tuning 65 70 135 Before / After Travel Times 4 60 64 Effectiveness Study 4 8 40 4 56 Total Hours Task 6 24 174 0 0 390 0 4 592 Total Costs Task 6 $4,800 $22,620 $0 $0 $39,000 $0 $320 $66,740 7 Tree Inventory Coordination with sub 5 5 10 20 Total Hours Task 7 (KHA)0 5 0 5 0 10 0 20 Total Costs Task 7 (KHA)$0 $650 $0 $650 $0 $1,100 $0 $2,400 JLA (Tree inventory)$15,000 Total Costs Task 7 $17,400 8 Concept Graphics Operational Analysis Concept Graphics - Road Diet 2 10 2 60 10 84 Operational Analysis Cross Section Renderings - assume 3 2 5 10 40 4 61 Signal Design Renderings 2 5 20 15 4 46 Total Hours Task 8 6 20 0 32 60 65 8 191 Total Costs Task 8 $1,200 $2,600 $0 $4,160 $6,000 $7,150 $640 $21,750 9 Public Involvement Preparation and Attendance at Public Meetings (1)12 12 12 16 4 4 60 Total Hours Task 9 (KHA)12 12 0 12 16 4 4 60 Total Costs Task 9 (KHA)$2,400 $1,560 $0 $1,560 $1,600 $440 $320 $7,880 WR Toole (Public Involvment)$2,500 JLA (Public Involvment)$2,500 Total Costs Task 9 $12,880 10 Construction Phase Services Bid Document / Technical Spec Preparation 4 25 15 8 4 56 Pre-construction conference 12 12 24 Construction Phase Services 4 40 20 20 84 Total Hours Task 10 (KHA)20 77 35 0 28 0 4 164 Total Costs Task 10 (KHA)$4,000 $10,010 $4,900 $0 $2,800 $0 $320 $22,030 WR Toole (Const. Phase)$3,000 JLA (Const Phase)$12,500 Total Costs Task 10 $37,530 Total Labor Hours (KHA)137 704 208 49 1,367 79 66 2,610 Total Labor Costs (KHA)$27,400 $91,520 $29,120 $6,370 $136,700 $8,690 $5,280 $305,080 Cost Estimate - Man Hour Estimate Walton Way Signal Modernization City of Augusta / Richmond County Attachment number 2 \nPage 17 of 18 Item # 41 Cost Estimate - Man Hour Estimate Walton Way Signal Modernization City of Augusta / Richmond County Direct Costs Travel Expenses, Mileage (300 miles x 12 trips; 500 miles signal timing)$2,500 Travel Expenses, Hotels ($100/night x 30 nights)$3,000 Travel Expenses, Meals ($60/day x 40 days)$2,400 Printing/Reproduction $1,000 Courier Fees, FedEx $200 Total Direct Costs (KHA)$9,100 SUB-CONSULTANTS a. WR Toole $20,500 b. NDS $7,400 c. Toole Surveyors $62,300 d. JLA $90,000 TOTAL COST $494,380 Force Account (5%)$24,720 TOTAL COST $519,100 Total Cost Phase II - 4 Intersections $173,030 1 Project Management $9,060 2 Data Collection $32,980 3 Traffic Signal and Pedestrian Upgrades $29,300 4 Traffic Signal Interconnect and ATMS Design $16,720 5 Lighting Design $21,600 6 Traffic Signal Timing $22,250 7 Tree Inventory $5,800 8 Concept Graphics $7,250 9 Public Involvement $4,290 10 Construction Phase Services $12,510 Expenses $3,030 Force Account $8,240 Total Cost Phase III - 8 Intersections $346,070 1 Project Management $18,110 2 Data Collection $65,960 3 Traffic Signal and Pedestrian Upgrades $58,600 4 Traffic Signal Interconnect and ATMS Design $33,450 5 Lighting Design $43,200 6 Traffic Signal Timing $44,490 7 Tree Inventory $11,600 8 Concept Graphics $14,500 9 Public Involvement $8,590 10 Construction Phase Services $25,020 Expenses $6,070 Force Account $16,480 Attachment number 2 \nPage 18 of 18 Item # 41 Evaluation Criteria PTS Gresham, Smith & Partners 2325 Lakeview Pkwy Suite 400 Alpharetta, GA 30009 Foresite Group Inc 5185 Peachtree Parkway Norcross, GA 30092 Kimley-Horn Associates 817 West Peachtree St Atlanta, GA 30308 Wolverton & Associates 6745 Sugarloaf Parkway Duluth, GA 30097 Jacobs 6801 Governors Lake Parkway Norcross, GA 30071 1) Qualifications of Company 30 24.3 22.7 26.3 26.7 25.0 2) Qualifications of Key personnel that will actually perform the design services 35 25.0 26.7 31.0 31.7 31.0 3) Experience on similar Georgia DOT projects 20 15.7 14.0 16.3 18.3 16.0 4) References including specific individuals, address, phone number and e-mail address 10 9.3 9.3 9.3 9.3 10.0 5) Proximity to Area • Within Richmond County 5 points • Within CSRA 4 points • Within Georgia 3 points • Within SE United States 2 points (includes AL, TN, NC, SC, FL) • All Others 1 point 5 3.0 3.0 3.0 3.0 3.0 Total 100 77.3 75.7 86.0 89.0 85.0 Presentations 135 1.3 1.7 3.0 Cumulative Phase 1 - Evaluation Sheet RFQ Item #13-183 Walton Way Signal Modernization Phases II & III for Augusta, Georgia - Engineering Department Cumulative Phase II - Presentations (Ranking in order of preference - 1 being the number one choice Attachment number 3 \nPage 1 of 1 Item # 41 REQUEST FOR QUALIFICATION Request for Qualifications will be received at this office until Tuesday, September 17, 2013 @ 11:00 a.m. for furnishing: RFQ Item #13-183 Walton Way Signal Modernization Phases II & III for Engineering Department Qualifications will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 Request for Qualification (RFQ) documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, August 30, 2013 @ 5:00 P.M. No Proposal will be accepted by fax, all must be received by mail or hand delivered. No qualifications may be withdrawn for a period of 90 days after time has been called on the date of opening. Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the RFQ which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the Proponent at the risk of receiving incomplete or inaccurate information upon which to base its qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle August 8, 15, 22, 29, 2013 Metro Courier August 14, 2013 Revised: 6/27/2013 Attachment number 4 \nPage 1 of 1 Item # 41 VENDORS Attachment B E-Verify #SAVE Form Addendum 1 Original 7 Copies Moreland Altobelli Asso 2211 Beaver Ruin Road Norcross, GA 30071 Cranston Engineering 452 Ellis Street Augusta, GA 30901 Gresham, Smith & Partners 2325 Lakeview Parkway Suite 400 Alpharetta, GA 30009 Yes 52704 Yes Yes Yes Yes Foresite Group Inc 5185 Peachtree Parkway Norcross, GA 30092 Yes 205771 Yes Yes Yes Yes Kimley-Horn Associates 817 West Peachtree St Atlanta, GA 30308 Yes 412062 Yes Yes Yes Yes Wolverton & Associates 6745 Sugarloaf Parkway Duluth, GA 30097 Yes 110645 Yes Yes Yes Yes Jacobs 6801 Governors Lake Parkway Norcross, GA 30071 Yes 212531 Yes Yes Yes Yes RFQ Opening RFQ Item #13-183 Walton Way Signal Modernization Phases II & III for Augusta, Georgia - Engineering Department RFQ Due: Thursday, September 19, 2013 @ 3:00 p.m. Page 1 of 1 Attachment number 5 \nPage 1 of 1 Item # 41 Attachment number 6 \nPage 1 of 1 Item # 41 Attachment number 7 \nPage 1 of 4 Item # 41 Attachment number 7 \nPage 2 of 4 Item # 41 Attachment number 7 \nPage 3 of 4 Item # 41 Attachment number 7 \nPage 4 of 4 Item # 41 Attachment number 8 \nPage 1 of 4 Item # 41 Attachment number 8 \nPage 2 of 4 Item # 41 Attachment number 8 \nPage 3 of 4 Item # 41 Attachment number 8 \nPage 4 of 4 Item # 41 Commission Meeting Agenda 2/18/2014 2:00 PM Determination and request for abandonment of Telfair Lane Department: Caption:Motion to determine that Telfair Lane, as shown on the attached plat has ceased to be used by the public to the extent that no substantial public purpose is served by it or that its removal from the county road system is otherwise in the best public interest, and to receive as information the results of the public hearing held regarding the issue of abandonment pursuant to O.C.G.A. §32-7- 2, with the abandoned property to be quit-claimed to the appropriate party(ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department and adopt the attached Resolution. (Requested by Augusta Law Department) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 42 Attachment number 1 \nPage 1 of 3 Item # 42 Attachment number 1 \nPage 2 of 3 Item # 42 Attachment number 1 \nPage 3 of 3 Item # 42 Commission Meeting Agenda 2/18/2014 2:00 PM Storm Damage Clean-Up Department:Clerk of Commission Caption:Discussion regarding storm damage clean-up and emergency removal. (Requested by Commissioner Jackson) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 43 Commission Meeting Agenda 2/18/2014 2:00 PM Minutes Department:Clerk of Commission Caption:Motion to approve the minutes of the regular meeting of the Commission held February 4, 2014 and Special Called Meetings held February 4 & 10, 2014. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 44 Commission Meeting Agenda 2/18/2014 2:00 PM Pension Committee Department: Caption:Motion to approve COLA increases for retirees of the RC 1945 Plan, the City of Augusta 1949 Plan and the City of Augusta 1945 Plan in the amount of 1.8% to be effective March 1, 2014. The Bureau of Labor and Statistics published the amount as the increase in the Consumer Price Index for the South Region for 2013. (Approved by Pension Committee February 10, 2014) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 45 Attachment number 1 \nPage 1 of 3 Item # 45 Attachment number 1 \nPage 2 of 3 Item # 45 Attachment number 1 \nPage 3 of 3 Item # 45 Commission Meeting Agenda 2/18/2014 2:00 PM Pension Committee Department: Caption:Motion to approve 2014 schedule of internal audits. (Approved by Pension Committee February 10, 2014) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 46 Attachment number 1 \nPage 1 of 3 Item # 46 Attachment number 1 \nPage 2 of 3 Item # 46 Attachment number 1 \nPage 3 of 3 Item # 46 Commission Meeting Agenda 2/18/2014 2:00 PM Pension Committee Department: Caption:Motion to proceed with the process to appoint a guardian for a surviving spouse receiving benefits under the 1949 Plan. (Approved by Pension Committee February 10, 2014) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 47 Attachment number 1 \nPage 1 of 3 Item # 47 Attachment number 1 \nPage 2 of 3 Item # 47 Attachment number 1 \nPage 3 of 3 Item # 47 Commission Meeting Agenda 2/18/2014 2:00 PM District 4 Appt. Department: Caption:Motion to approve the appointment of Taylor Bryant to the Augusta Animal Control Board representing District 4. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 48 Attachment number 1 \nPage 1 of 1 Item # 48 Commission Meeting Agenda 2/18/2014 2:00 PM Affidavit Department:Clerk of Commission Caption:Motion to authorize execution by the Mayor of the affidavit of compliance with Georgia's Open Meeting Act. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 49