HomeMy WebLinkAbout2006-06-12-Meeting Agenda
Engineering Services Committee
Meeting
Committee Room- 6/12/2006- 1:30 PM
ENGINEERING SERVICES
1. Approve proposal from JG Swift & Associates for an
engineering design of a sixteen inch (16”) water main
along Gordon Highway as part of the 630 system
improvements.
Attachments
2. Approve proposal from JG Swift & Associates for an
engineering design of a twenty-four inch (24”) water main
along Gordon Highway as part of the 630 system
improvements.
Attachments
3. Approve proposal from W.K. Dickson for an engineering
design of a twelve inch (12”) water main along Gordon
Highway as part of the 630 system improvements.
Attachments
4. Approve proposal fees in the amount of $677,674.52 for
the design of a 48" sanitary sewer main to replace the
easternmost portion of the Butler Creek Sewer main.
Attachments
5. Approve proposal from Williams Russell and Johnson for
an engineering design of a thirty-inch (30”) water main
along Gordon Highway as part of the 630 system
improvements.
Attachments
6. Authorize the Engineering Department to extend the
current agreement with Jordan, Jones & Goulding (JJG) to
provide project management support via staff
augmentation in an amount not to exceed $70,000 to be
funded from One Percent Sales Tax Phase IV
Administration lapsed salaries upon receipt and review of
executed documents.
Attachments
www.augustaga.gov
7. Authorize execution of an Amendment to Zimmerman
Evans and Leopold’s (ZEL Engineers) professional
services contract for the design of the Auxiliary High
Service Pumping Station Upgrade Project in the amount of
$79,747.
Attachments
8. Motion to approve entering into an agreement with
Thompson Building Wrecking Co, Inc. in the amount of
$64,440.00 for the demolition of 2 buildings and their
parking areas on the St. Sebastian Way/Greene Street/15th
Street project, CPB#327-04-0296812003. The buildings
and their parking areas must be removed for the purpose of
doing the fieldwork associated with the mitigation of the
African-American archaeological site. Funding is available
in SPLOST Phase IV Project Engineering Account
324041110-5212115/202824003-5212115.
Attachments
Engineering Services Committee Meeting
6/12/2006 1:30 PM
Approve proposal fees from JG Swift for 16" water main
Department:Utilities
Caption:Approve proposal from JG Swift & Associates for an
engineering design of a sixteen inch (16”) water main along
Gordon Highway as part of the 630 system improvements.
Background:The Master Plan identified areas that require infrastructure
for water and sewer in western Augusta, along Gordon
Highway. This project is part of an extensive capital
improvements phase to bring water to the undeveloped areas
of Augusta. This water line will be installed along Gordon
Highway from Jimmy Dyess Parkway to Robinson Avenue.
Analysis:Accepting this proposal will allow for the design of water
main to provide primary service to the Gordon Highway
corridor and potentially to Fort Gordon.
Financial Impact:JG Swift has proposed a fee of $128,166.40 to perform this
work. These funds are available from the 2004 Bond Issue,
under account number 510043410/5212115-
80310156/5212115.
Alternatives:Do not approve the proposal and delay infrastructure
development in western Augusta.
Recommendation:It is recommended to approve the proposal fees in the
amount of $128,166.40
Funds are
Available in the
Following
Accounts:
510043410/5212115 80310156/5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Disadvantaged Business Enterprise.
Administrator.
Clerk of Commission
Disadvantaged Business Enterprise Department
501 Greene Street, Suite 304 - Augusta, GA 30901
(706) 826-2406 – Fax (706) 821-4228
WWW.AUGUSTAGA.GOV
TO: Geri Sams
Director, Procurement Department
Max Hicks
Director, Augusta Utilities Department
FROM: Yvonne Gentry, Coordinator
Disadvantaged Business Enterprise Department
SUBJECT: DBE REVIEW AND APPROVAL OF RECOMMENDED DBE GOAL -
Approve Proposal Fees from JG Swift for 16” Water Main
DATE: May 24, 2006
This memo is to transmit the review and concurrence of the
recommended DBE Utilization goal of zero(0)% for the above
referenced project. The goal-setting methodology considered the
following factors based on good faith efforts of the contractor:
• The project’s total estimated cost is $128,166.40.
• There is 0% value of the scope of work where minority/
women businesses availability exists.
• There is 0% value of the scope of work where small
businesses availability exists.
• There is 100% value of the scope of work where local
businesses availability exists.
The contractor must prepare their proposed DBE Utilization Form
submittal based on the total dollar value of their base bid. No
further adjustments should be made.
The above recommendation is based on information provided at the
time of review. If you have any questions, please feel free to
contact me at (706) 826-1325.
YG:glw
AGENDA.PDFCONVERT.2032.DOC PAGE 1 OF 2
To: James G. Swift & Associates
Attn: David Hargrove
1206 Interstate Parkway
Augusta, GA 30909
Re: RFQ #05-087
Qualified Engineering Firms on 2004 Bond Issue Projects
From: Geri Sams
Date: February 17, 2006
Project Number: 10156
Project Name: Gordon Highway 16-inch Water Main
The Augusta Program Management Team has completed a review of your Statement of
Qualifications submitted in response to RFQ #05-087 issued March 7, 2005 and received April
12, 2005. Based upon a series of criteria involving your preferences, capabilities, past
performance with the Augusta Utilities Department, and the Program needs, your firm has
been selected to complete the engineering design for the Gordon Highway 16-inch Water
Main. Included within this memorandum is the preliminary project scope. A meeting will be
set up by the Program Management Team to discuss the project your firm has been assigned
and clarify expectations of the program. Tentatively, these meetings will be scheduled to begin
in late February. Following preparation of your proposal a second meeting will be arranged to
begin contract negotiations. The Augusta Utilities Department looks forward to working with
you on this project. We request that any correspondence regarding this particular project
includes the above noted project number and name.
Preliminary Project Scope
• Design a pipeline extension along Gordon Highway for the Augusta water distribution
system that will extend from the new 24-inch water main on Gordon Highway to Gate 3 into
Fort Gordon. Refer to the attached location figure for a general overview of the project area.
The proposed water main project will consist of approximately 19,000 feet of 16-inch
diameter ductile iron pipe that will connect to a new 24-inch water main on Gordon
Highway and an existing pipeline on Fort Gordon.
AGENDA.PDFCONVERT.2032.DOC PAGE 2 OF 2
During the first meeting be prepared to discuss the cost of route analysis, surveying, easement
plat preparation, design standards, bid package preparation, bid phase support, construction
phase support and optional services during construction/resident observation for this project.
Should you have any questions prior to the first meeting please contact the Augusta Program
Management Office at 706-303-2426 or submit questions to the Program Manager at
larry.scott@ch2m.com.
Sincerely,
Geri Sams
Director Procurement
COPIES: Max Hicks/Utilities Dept. Director
Wes Byne/Utilities Dept. Assistant Director
Clifford Goins/Utilities Dept. Assistant Director
Allen Saxon/Utilities Dept. Assistant Director
Russell Thies/Utilities Dept. Assistant Director
Larry Scott/Program Manager
Bob Davis/Program Construction Manager
James Rush/Program Project Engineer
Request for Qualifications
RFQ’s will be received at this office until 3:00 p.m., Tuesday, April 12, 2005
RFQ #05-087 Qualified Engineering Firms on 2004 Bond Issue Projects for Augusta Utilities
RFQ’s 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 30911
706-821-2422
RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street
– Room 605, Augusta, GA 30911.
All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-
2811 or by mail. No RFQ will be accepted by fax, all must be received by mail or hand delivered.
Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition
of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate
information upon which to base his qualifications.
It is the wish of the Owner that minority businesses are given the opportunity to submit on the various parts of
the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to
increase the cost of the work. The Owner supports a healthy free market system that seeks to include
responsible businesses and provide ample opportunity for business growth and development.
No RFQ may be withdrawn for a period of 60 days after time has been called on the date of opening.
Bidders will please note that the number of copies requested; all supporting documents including financial
statements and references and such other attachments that may be required by the Request of Qualification are
material conditions of the package. Any package found incomplete or submitted late shall be rejected by the
Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from
bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the
Augusta Commission. Please mark RFQ number on the outside of the envelope.
Bidders are cautioned that sequestration 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.
Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women
Owned Businesses. For more information about this program contact the Human Resources Department at
706-821-2303.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle March 10, 17, 24, 31, 2005
Augusta Focus March 17, 2005
cc: Tameka Allen Interim Deputy Administrator
Yvonne Gentry DBE Coordinator
Max Hicks Utilities Department
Jim Rush CH2M Hill
FAX TRANSMISSION
AUGUSTA-RICHMOND COUNTY CONSOLIDATED GOVERNMENT
530 Greene Street - Room 605
Augusta, Georgia 30911
706 821-2422
Fax: 706 821-2811
To:
Southeastern Newspaper
Date: March 3, 2005
Fax #:
706 823-3588
Pages:
From:
Geri A. Sams
2, including this cover sheet.
Subject:
LEGAL NOTICES FOR RFQ ITEM: #05-087
COMMENTS:
Please print the above RFQ Item(s) on the following dates:
March 10, 17, 24, 31, 2005
REQUISITION #47297A
Please send an affidavit of publication.
FAX TRANSMISSION
AUGUSTA-RICHMOND COUNTY CONSOLIDATED GOVERNMENT
530 Greene Street - Room 605
Augusta, Georgia 30911
706 821-2422
Fax: 706 821-2811
To:
Augusta Focus
Date: March 3, 2005
Fax #:
706 724-8432
Pages:
From:
Geri A. Sams
2, including this cover sheet.
Subject:
LEGAL NOTICES FOR RFQ ITEM: #05-087
COMMENTS:
Please print the above RFQ Item(s) on the following dates:
March 17, 2005
REQUISITION #47297B
Please send an affidavit of publication.
Vendor Original
Five
Copies Vendor Original
Five
Copies
EMC Engineering Yes Yes Cheatham, Fletcher, Scott & Sears
Black & Veatch Yes Yes Lowe & Associates
Prad Group Yes Yes Nicholas Dickinson & Assoc
MacTec Engineering & Consulting Yes Yes The Woodhurst Partnership
Jordan Jones & Goulding Yes Yes URS Greiner Woodward Clyde
Gannett Fleming Yes Yes The LPA Group
Stantec Consulting Yes Yes KBJ Architects, Inc.
Arcadis Yes Yes Phillips & Jordan, Inc.
W. R. Toole Engineering, Inc. Yes Yes Goldie & Associates, Inc.
HDR Yes Yes H. Lawson Graham
James G. Swift & Associates Yes Yes Kimley-Horn & Assoc
Cranston, Robertson & Whitehurst Yes Yes QK4
W. K. Dickson Yes Yes R. W. Armstrong & Assoc
Johnson, Laschober & Assoc Yes Yes Scott Godefroy & Assoc
Stevenson & Palmer Yes Yes Stevens & Wilkinson
Williams-Russell & Johnson Yes Yes T3 Design Associates, Inc.
Zimmerman, Evans & Leopold Yes Yes Hobbs, Upchurch & Assoc.
RTW Yes Yes Grice & Associates
Environmental Services Group Yes Yes Pharr Engineering
B & E Jackson Yes Yes Heath & Lineback Engineers
Malcolm Pirnie Gresham Smith & partners
Southern Partners USInfrastructure, Inc.
Montgomery, Watson, Harza Volkert & Associates
Greenhorne & O'Mara Rochester & Associates
Clark Patterson Virgo Gambill Architects
Camp Dresser & McKee Parson Engineering
PM & A Consulting
RFQ #05-087 Qualified Engineering Firms on 2004 Bond Issue Projects
Augusta Utilities
RFQ Due: Tuesday, April 12, 2005 @ 3:00 p.m.
Engineering Services Committee Meeting
6/12/2006 1:30 PM
Approve proposal fees from JG Swift for 24" water main along Gordon Highway
Department:Utilities
Caption:Approve proposal from JG Swift & Associates for an
engineering design of a twenty-four inch (24”) water main
along Gordon Highway as part of the 630 system
improvements.
Background:The Master Plan identified areas that require infrastructure
for water and sewer in western Augusta, along Gordon
Highway. This project is part of an extensive capital
improvements phase to bring water to the undeveloped areas
of Augusta. This water line will be installed along Gordon
Highway from approximately halfway between Barton
Chapel Road and Jimmy Dyess Parkway.
Analysis:Accepting this proposal will allow for the design of water
main to reinforce the Jimmy Dyess parkway corridor, and
provide primary service to the Gordon Highway corridor.
Financial Impact:JG Swift has proposed a fee of $135,260.00 to perform this
work. These funds are available from the 2004 Bond Issue,
under account number 510043410/5212115-
80310153/5212115.
Alternatives:Do not approve the proposal and delay infrastructure
development in western Augusta.
Recommendation:It is recommended to approve the proposal fees in the
amount of $135,260.00
Funds are
Available in the
Following
Accounts:
510043410/521211 80310153/5212115.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Disadvantaged Business Enterprise.
Administrator.
Clerk of Commission
Disadvantaged Business Enterprise Department
501 Greene Street, Suite 304 - Augusta, GA 30901
(706) 826-2406 – Fax (706) 821-4228
WWW.AUGUSTAGA.GOV
TO: Geri Sams
Director, Procurement Department
Max Hicks
Director, Augusta Utilities Department
FROM: Yvonne Gentry, Coordinator
Disadvantaged Business Enterprise Department
SUBJECT: DBE REVIEW AND APPROVAL OF RECOMMENDED DBE GOAL -
Approve Proposal Fees from JG Swift for 24” Water Main
DATE: May 24, 2006
This memo is to transmit the review and concurrence of the
recommended DBE Utilization goal of zero(0)% for the above
referenced project. The goal-setting methodology considered the
following factors based on good faith efforts of the contractor:
• The project’s total estimated cost is $135,260.
• There is 0% value of the scope of work where minority/
women businesses availability exists.
• There is 0% value of the scope of work where small
businesses availability exists.
• There is 100% value of the scope of work where local
businesses availability exists.
The contractor must prepare their proposed DBE Utilization Form
submittal based on the total dollar value of their base bid. No
further adjustments should be made.
The above recommendation is based on information provided at the
time of review. If you have any questions, please feel free to
contact me at (706) 826-1325.
YG:glw
AGENDA.PDFCONVERT.2035.DOC PAGE 1 OF 2
To: James G. Swift & Associates
Attn: David Hargrove
1206 Interstate Parkway
Augusta, GA 30909
Re: RFQ #05-087
Qualified Engineering Firms on 2004 Bond Issue Projects
From: Geri Sams
Date: February 17, 2006
Project Number: 10153
Project Name: Gordon Highway Water Main Improvements
The Augusta Program Management Team has completed a review of your Statement of
Qualifications submitted in response to RFQ #05-087 issued March 7, 2005 and received April
12, 2005. Based upon a series of criteria involving your preferences, capabilities, past
performance with the Augusta Utilities Department, and the Program needs, your firm has
been selected to complete the engineering design for the Gordon Highway Water Main
Improvements. Included within this memorandum is the preliminary project scope. A meeting
will be set up by the Program Management Team to discuss the project your firm has been
assigned and clarify expectations of the program. Tentatively, these meetings will be scheduled
to begin in late February. Following preparation of your proposal a second meeting will be
arranged to begin contract negotiations. The Augusta Utilities Department looks forward to
working with you on this project. We request that any correspondence regarding this particular
project includes the above noted project number and name.
Preliminary Project Scope
• Design a pipeline extension along Gordon Highway for the Augusta water distribution
system that will extend from the existing 18-inch water main feeding Fort Gordon to the
existing 16-inch water main on Powell Road. Refer to the attached location figure for a
general overview of the project area. The proposed water main project will consist of
approximately 5,000 feet of 24-inch diameter ductile iron pipe and 1,000 feet of 16-inch
diameter ductile iron pipe that will connect to a new pipeline on Gordon Highway and an
existing pipeline on Powell Road.
AGENDA.PDFCONVERT.2035.DOC PAGE 2 OF 2
During the first meeting be prepared to discuss the cost of route analysis, surveying, easement
plat preparation, design standards, bid package preparation, bid phase support, construction
phase support and optional services during construction/resident observation for this project.
Should you have any questions prior to the first meeting please contact the Augusta Program
Management Office at 706-303-2426 or submit questions to the Program Manager at
larry.scott@ch2m.com.
Sincerely,
Geri Sams
Director Procurement
COPIES: Max Hicks/Utilities Dept. Director
Wes Byne/Utilities Dept. Assistant Director
Clifford Goins/Utilities Dept. Assistant Director
Allen Saxon/Utilities Dept. Assistant Director
Russell Thies/Utilities Dept. Assistant Director
Larry Scott/Program Manager
Bob Davis/Program Construction Manager
James Rush/Program Project Engineer
Request for Qualifications
RFQ’s will be received at this office until 3:00 p.m., Tuesday, April 12, 2005
RFQ #05-087 Qualified Engineering Firms on 2004 Bond Issue Projects for Augusta Utilities
RFQ’s 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 30911
706-821-2422
RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street
– Room 605, Augusta, GA 30911.
All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-
2811 or by mail. No RFQ will be accepted by fax, all must be received by mail or hand delivered.
Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition
of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate
information upon which to base his qualifications.
It is the wish of the Owner that minority businesses are given the opportunity to submit on the various parts of
the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to
increase the cost of the work. The Owner supports a healthy free market system that seeks to include
responsible businesses and provide ample opportunity for business growth and development.
No RFQ may be withdrawn for a period of 60 days after time has been called on the date of opening.
Bidders will please note that the number of copies requested; all supporting documents including financial
statements and references and such other attachments that may be required by the Request of Qualification are
material conditions of the package. Any package found incomplete or submitted late shall be rejected by the
Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from
bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the
Augusta Commission. Please mark RFQ number on the outside of the envelope.
Bidders are cautioned that sequestration 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.
Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women
Owned Businesses. For more information about this program contact the Human Resources Department at
706-821-2303.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle March 10, 17, 24, 31, 2005
Augusta Focus March 17, 2005
cc: Tameka Allen Interim Deputy Administrator
Yvonne Gentry DBE Coordinator
Max Hicks Utilities Department
Jim Rush CH2M Hill
FAX TRANSMISSION
AUGUSTA-RICHMOND COUNTY CONSOLIDATED GOVERNMENT
530 Greene Street - Room 605
Augusta, Georgia 30911
706 821-2422
Fax: 706 821-2811
To:
Southeastern Newspaper
Date: March 3, 2005
Fax #:
706 823-3588
Pages:
From:
Geri A. Sams
2, including this cover sheet.
Subject:
LEGAL NOTICES FOR RFQ ITEM: #05-087
COMMENTS:
Please print the above RFQ Item(s) on the following dates:
March 10, 17, 24, 31, 2005
REQUISITION #47297A
Please send an affidavit of publication.
FAX TRANSMISSION
AUGUSTA-RICHMOND COUNTY CONSOLIDATED GOVERNMENT
530 Greene Street - Room 605
Augusta, Georgia 30911
706 821-2422
Fax: 706 821-2811
To:
Augusta Focus
Date: March 3, 2005
Fax #:
706 724-8432
Pages:
From:
Geri A. Sams
2, including this cover sheet.
Subject:
LEGAL NOTICES FOR RFQ ITEM: #05-087
COMMENTS:
Please print the above RFQ Item(s) on the following dates:
March 17, 2005
REQUISITION #47297B
Please send an affidavit of publication.
Vendor Original
Five
Copies Vendor Original
Five
Copies
EMC Engineering Yes Yes Cheatham, Fletcher, Scott & Sears
Black & Veatch Yes Yes Lowe & Associates
Prad Group Yes Yes Nicholas Dickinson & Assoc
MacTec Engineering & Consulting Yes Yes The Woodhurst Partnership
Jordan Jones & Goulding Yes Yes URS Greiner Woodward Clyde
Gannett Fleming Yes Yes The LPA Group
Stantec Consulting Yes Yes KBJ Architects, Inc.
Arcadis Yes Yes Phillips & Jordan, Inc.
W. R. Toole Engineering, Inc. Yes Yes Goldie & Associates, Inc.
HDR Yes Yes H. Lawson Graham
James G. Swift & Associates Yes Yes Kimley-Horn & Assoc
Cranston, Robertson & Whitehurst Yes Yes QK4
W. K. Dickson Yes Yes R. W. Armstrong & Assoc
Johnson, Laschober & Assoc Yes Yes Scott Godefroy & Assoc
Stevenson & Palmer Yes Yes Stevens & Wilkinson
Williams-Russell & Johnson Yes Yes T3 Design Associates, Inc.
Zimmerman, Evans & Leopold Yes Yes Hobbs, Upchurch & Assoc.
RTW Yes Yes Grice & Associates
Environmental Services Group Yes Yes Pharr Engineering
B & E Jackson Yes Yes Heath & Lineback Engineers
Malcolm Pirnie Gresham Smith & partners
Southern Partners USInfrastructure, Inc.
Montgomery, Watson, Harza Volkert & Associates
Greenhorne & O'Mara Rochester & Associates
Clark Patterson Virgo Gambill Architects
Camp Dresser & McKee Parson Engineering
PM & A Consulting
RFQ #05-087 Qualified Engineering Firms on 2004 Bond Issue Projects
Augusta Utilities
RFQ Due: Tuesday, April 12, 2005 @ 3:00 p.m.
Engineering Services Committee Meeting
6/12/2006 1:30 PM
Approve proposal from WK Dickson for engineering services for 12" water line on Powell Rd
Department:Utilities
Caption:Approve proposal from W.K. Dickson for an engineering
design of a twelve inch (12”) water main along Gordon
Highway as part of the 630 system improvements.
Background:The Master Plan identified areas that require infrastructure
for water and sewer in western Augusta, along Powell Road
in the 630 water system. This project is part of an extensive
capital improvements phase to bring water to the
undeveloped areas of Augusta. This water line will be
installed along Powell Road from it’s intersection with
Flagler Road in a north-westerly direction to an existing ten
inch (10”) water main.
Analysis:Accepting this proposal will allow for the design of the water
main to reinforce the west end of the water system that serves
the Belair Road area, and extend service to many new
customers that the Utilities Department has not been able to
serve.
Financial Impact:W.K. Dickson has proposed a fee of $76,498 to perform this
work. These funds are available from the 2004 Bond Issue,
under account number 510043410/5212115-
80310166/5212115.
Alternatives:Do not approve the proposal and delay infrastructure
development in western Augusta.
Recommendation:It is recommended to approve the proposal fees in the
amount of $76,498.
Funds are
Available in the
Following
Accounts:510043410/5212115 80310166/5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Disadvantaged Business Enterprise.
Administrator.
Clerk of Commission
Disadvantaged Business Enterprise Department
501 Greene Street, Suite 304 - Augusta, GA 30901
(706) 826-2406 – Fax (706) 821-4228
WWW.AUGUSTAGA.GOV
TO: Geri Sams
Director, Procurement Department
Max Hicks
Director, Augusta Utilities Department
FROM: Yvonne Gentry, Coordinator
Disadvantaged Business Enterprise Department
SUBJECT: DBE REVIEW AND APPROVAL OF RECOMMENDED DBE GOAL -
Approve Proposal from WK Dickson for Engineering
Sevices for 12” Water Line on Powell Road
DATE: May 24, 2006
This memo is to transmit the review and concurrence of the
recommended DBE Utilization goal of zero(0)% for the above
referenced project. The goal-setting methodology considered the
following factors based on good faith efforts of the contractor:
• The project’s total estimated cost is $76,498.
• There is 0% value of the scope of work where minority/
women businesses availability exists.
• There is 0% value of the scope of work where small
businesses availability exists.
• There is 100% value of the scope of work where local
businesses availability exists.
The contractor must prepare their proposed DBE Utilization Form
submittal based on the total dollar value of their base bid. No
further adjustments should be made.
The above recommendation is based on information provided at the
time of review. If you have any questions, please feel free to
contact me at (706) 826-1325.
YG:glw
AGENDA.PDFCONVERT.2038.DOC PAGE 1 OF 2
To: WK Dickson & Company, Inc.
Attn: William G. Wingate
1450 Greene Street, Suite 225
Augusta, GA 30901
Re: RFQ #05-087
Qualified Engineering Firms on 2004 Bond Issue Projects
From: Geri Sams
Date: February 17, 2006
Project Number: 10166
Project Name: Powell Road Water Main Extension
The Augusta Program Management Team has completed a review of your Statement of
Qualifications submitted in response to RFQ #05-087 issued March 7, 2005 and received April
12, 2005. Based upon a series of criteria involving your preferences, capabilities, past
performance with the Augusta Utilities Department, and the Program needs, your firm has
been selected to complete the engineering design for the Powell Road Water Main Extension.
Included within this memorandum is the preliminary project scope. A meeting will be set up
by the Program Management Team to discuss the project your firm has been assigned and
clarify expectations of the program. Tentatively, these meetings will be scheduled to begin in
late February. Following preparation of your proposal a second meeting will be arranged to
begin contract negotiations. The Augusta Utilities Department looks forward to working with
you on this project. We request that any correspondence regarding this particular project
includes the above noted project number and name.
Preliminary Project Scope
• Design a section of pipeline along Powell Road for the Augusta water distribution system
that will extend from Flagler Road to the existing water main on Powell Road. Refer to the
attached location figure for a general overview of the project area. The proposed water
main project will consist of approximately 7,500 feet of 12-inch diameter ductile iron pipe
that will connect to an existing water main at Flagler Road and to the existing water main on
Powell Road.
AGENDA.PDFCONVERT.2038.DOC PAGE 2 OF 2
During the first meeting be prepared to discuss the cost of route analysis, surveying, easement
plat preparation, design standards, bid package preparation, bid phase support, construction
phase support and optional services during construction/resident observation for this project.
Should you have any questions prior to the first meeting please contact the Augusta Program
Management Office at 706-303-2426 or submit questions to the Program Manager at
larry.scott@ch2m.com.
Sincerely,
Geri Sams
Director Procurement
COPIES: Max Hicks/Utilities Dept. Director
Wes Byne/Utilities Dept. Assistant Director
Clifford Goins/Utilities Dept. Assistant Director
Allen Saxon/Utilities Dept. Assistant Director
Russell Thies/Utilities Dept. Assistant Director
Larry Scott/Program Manager
Bob Davis/Program Construction Manager
James Rush/Program Project Engineer
Vendor Original
Five
Copies Vendor Original
Five
Copies
EMC Engineering Yes Yes Cheatham, Fletcher, Scott & Sears
Black & Veatch Yes Yes Lowe & Associates
Prad Group Yes Yes Nicholas Dickinson & Assoc
MacTec Engineering & Consulting Yes Yes The Woodhurst Partnership
Jordan Jones & Goulding Yes Yes URS Greiner Woodward Clyde
Gannett Fleming Yes Yes The LPA Group
Stantec Consulting Yes Yes KBJ Architects, Inc.
Arcadis Yes Yes Phillips & Jordan, Inc.
W. R. Toole Engineering, Inc. Yes Yes Goldie & Associates, Inc.
HDR Yes Yes H. Lawson Graham
James G. Swift & Associates Yes Yes Kimley-Horn & Assoc
Cranston, Robertson & Whitehurst Yes Yes QK4
W. K. Dickson Yes Yes R. W. Armstrong & Assoc
Johnson, Laschober & Assoc Yes Yes Scott Godefroy & Assoc
Stevenson & Palmer Yes Yes Stevens & Wilkinson
Williams-Russell & Johnson Yes Yes T3 Design Associates, Inc.
Zimmerman, Evans & Leopold Yes Yes Hobbs, Upchurch & Assoc.
RTW Yes Yes Grice & Associates
Environmental Services Group Yes Yes Pharr Engineering
B & E Jackson Yes Yes Heath & Lineback Engineers
Malcolm Pirnie Gresham Smith & partners
Southern Partners USInfrastructure, Inc.
Montgomery, Watson, Harza Volkert & Associates
Greenhorne & O'Mara Rochester & Associates
Clark Patterson Virgo Gambill Architects
Camp Dresser & McKee Parson Engineering
PM & A Consulting
RFQ #05-087 Qualified Engineering Firms on 2004 Bond Issue Projects
Augusta Utilities
RFQ Due: Tuesday, April 12, 2005 @ 3:00 p.m.
Vendor Original
Five
Copies Vendor Original
Five
Copies
EMC Engineering Yes Yes Cheatham, Fletcher, Scott & Sears
Black & Veatch Yes Yes Lowe & Associates
Prad Group Yes Yes Nicholas Dickinson & Assoc
MacTec Engineering & Consulting Yes Yes The Woodhurst Partnership
Jordan Jones & Goulding Yes Yes URS Greiner Woodward Clyde
Gannett Fleming Yes Yes The LPA Group
Stantec Consulting Yes Yes KBJ Architects, Inc.
Arcadis Yes Yes Phillips & Jordan, Inc.
W. R. Toole Engineering, Inc. Yes Yes Goldie & Associates, Inc.
HDR Yes Yes H. Lawson Graham
James G. Swift & Associates Yes Yes Kimley-Horn & Assoc
Cranston, Robertson & Whitehurst Yes Yes QK4
W. K. Dickson Yes Yes R. W. Armstrong & Assoc
Johnson, Laschober & Assoc Yes Yes Scott Godefroy & Assoc
Stevenson & Palmer Yes Yes Stevens & Wilkinson
Williams-Russell & Johnson Yes Yes T3 Design Associates, Inc.
Zimmerman, Evans & Leopold Yes Yes Hobbs, Upchurch & Assoc.
RTW Yes Yes Grice & Associates
Environmental Services Group Yes Yes Pharr Engineering
B & E Jackson Yes Yes Heath & Lineback Engineers
Malcolm Pirnie Gresham Smith & partners
Southern Partners USInfrastructure, Inc.
Montgomery, Watson, Harza Volkert & Associates
Greenhorne & O'Mara Rochester & Associates
Clark Patterson Virgo Gambill Architects
Camp Dresser & McKee Parson Engineering
PM & A Consulting
RFQ #05-087 Qualified Engineering Firms on 2004 Bond Issue Projects
Augusta Utilities
RFQ Due: Tuesday, April 12, 2005 @ 3:00 p.m.
Engineering Services Committee Meeting
6/12/2006 1:30 PM
Approve proposal from WR Toole for 48" sanitary sewer main
Department:Utilities
Caption:Approve proposal fees in the amount of $677,674.52 for the
design of a 48" sanitary sewer main to replace the
easternmost portion of the Butler Creek Sewer main.
Background:The Butler Creek sewershed serves a suburban area in central
Augusta. The sewershed is aging, and has some capacity
problems due to development in the basin. As the upper
portion of the basin develops, pressures on the service of the
sewer line will increase. The sewer line was scheduled for
upgrade in three sections, based on history of performance
and work orders issued on each section of line. The middle
portion of the line was replaced approximately 18 months
ago, and the easternmost and westernmost sections will be
replaced as the designs are completed. The timely
replacement of this section of line is also important to service
Fort Gordon's sewer requirements.
Analysis:The Butler Creek Interceptor will require additional line
capacity to service the entire sewer drainage basin in the
future. This upgrade design will ensure efficient and high-
quality sewer service for many years.
Financial Impact:WR Toole has submitted a proposal for services for this
project. The surveying, environmental permitting, and
engineering services associated with this project are proposed
to be $677,674.52. This is calculated to be 6.74% of the
estimated construction cost. Funds are available in
510043420-5212115/80360107-5212115
Alternatives:Do not authorize proposal and delay replacement of the
sanitary sewer main in Butler Creek.
Recommendation:It is recommended to approve proposal fees in the amount of
$677,674.52 for the design of a 48" sanitary sewer main to
replace the easternmost portion of the Butler Creek Sewer
main.
Funds are
Available in the
Following
Accounts:
510043420-5212115 80360107-5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Disadvantaged Business Enterprise.
Administrator.
Clerk of Commission
Disadvantaged Business Enterprise Department
501 Greene Street, Suite 304 - Augusta, GA 30901
(706) 826-2406 – Fax (706) 821-4228
WWW.AUGUSTAGA.GOV
TO: Geri Sams
Director, Procurement Department
Max Hicks
Director, Augusta Utilities Department
FROM: Yvonne Gentry, Coordinator
Disadvantaged Business Enterprise Department
SUBJECT: DBE REVIEW AND APPROVAL OF RECOMMENDED DBE GOAL -
Approve Proposal from WR Toole for 48” Sanitary
Sewer Main
DATE: May 24, 2006
This memo is to transmit the review and concurrence of the
recommended DBE Utilization goal of zero(0)% for the above
referenced project. The goal-setting methodology considered the
following factors based on good faith efforts of the contractor:
• The project’s total estimated cost is $677,674.52.
• There is 0% value of the scope of work where minority/
women businesses availability exists.
• There is 0% value of the scope of work where small
businesses availability exists.
• There is 100% value of the scope of work where local
businesses availability exists.
The contractor must prepare their proposed DBE Utilization Form
submittal based on the total dollar value of their base bid. No
further adjustments should be made.
The above recommendation is based on information provided at the
time of review. If you have any questions, please feel free to
contact me at (706) 826-1325.
YG:glw
AGENDA.PDFCONVERT.2023.DOC PAGE 1 OF 2
To: WR Toole Engineers, Inc.
Attn: Erik Hammarlund
349 Greene Street
Augusta, GA 30901
Re: RFQ #05-087
Qualified Engineering Firms on 2004 Bond Issue Projects
From: Geri Sams
Date: February 17, 2006
Project Number: 60107
Project Name: Butler Creek Interceptor Upgrade - East
The Augusta Program Management Team has completed a review of your Statement of
Qualifications submitted in response to RFQ #05-087 issued March 7, 2005 and received April
12, 2005. Based upon a series of criteria involving your preferences, capabilities, past
performance with the Augusta Utilities Department, and the Program needs, your firm has
been selected to complete the engineering design for the Butler Creek Interceptor Upgrade -
East. Included within this memorandum is the preliminary project scope. A meeting will be set
up by the Program Management Team to discuss the project your firm has been assigned and
clarify expectations of the program. Tentatively, these meetings will be scheduled to begin in
late February. Following preparation of your proposal a second meeting will be arranged to
begin contract negotiations. The Augusta Utilities Department looks forward to working with
you on this project. We request that any correspondence regarding this particular project
includes the above noted project number and name.
Preliminary Project Scope
• Design a pipeline to replace the eastern section of the Butler Creek Trunk Sewer. Refer to the
attached location figure for a general overview of the project area. The project consists of
approximately 26,100 feet of 48-inch diameter DIP gravity sewer. The project will extend
from the JB Messerly Water Pollution Control Plant to the beginning of the recently
completed upgrade project in the vicinity of Lexington Drive.
AGENDA.PDFCONVERT.2023.DOC PAGE 2 OF 2
During the first meeting be prepared to discuss the cost of route analysis, surveying, easement
plat preparation, design standards, bid package preparation, bid phase support, construction
phase support and optional services during construction/resident observation for this project.
Should you have any questions prior to the first meeting please contact the Augusta Program
Management Office at 706-303-2426 or submit questions to the Program Manager at
larry.scott@ch2m.com.
Sincerely,
Geri Sams
Director Procurement
COPIES: Max Hicks/Utilities Dept. Director
Wes Byne/Utilities Dept. Assistant Director
Clifford Goins/Utilities Dept. Assistant Director
Allen Saxon/Utilities Dept. Assistant Director
Russell Thies/Utilities Dept. Assistant Director
Larry Scott/Program Manager
Bob Davis/Program Construction Manager
James Rush/Program Project Engineer
Vendor Original
Five
Copies Vendor Original
Five
Copies
EMC Engineering Yes Yes Cheatham, Fletcher, Scott & Sears
Black & Veatch Yes Yes Lowe & Associates
Prad Group Yes Yes Nicholas Dickinson & Assoc
MacTec Engineering & Consulting Yes Yes The Woodhurst Partnership
Jordan Jones & Goulding Yes Yes URS Greiner Woodward Clyde
Gannett Fleming Yes Yes The LPA Group
Stantec Consulting Yes Yes KBJ Architects, Inc.
Arcadis Yes Yes Phillips & Jordan, Inc.
W. R. Toole Engineering, Inc. Yes Yes Goldie & Associates, Inc.
HDR Yes Yes H. Lawson Graham
James G. Swift & Associates Yes Yes Kimley-Horn & Assoc
Cranston, Robertson & Whitehurst Yes Yes QK4
W. K. Dickson Yes Yes R. W. Armstrong & Assoc
Johnson, Laschober & Assoc Yes Yes Scott Godefroy & Assoc
Stevenson & Palmer Yes Yes Stevens & Wilkinson
Williams-Russell & Johnson Yes Yes T3 Design Associates, Inc.
Zimmerman, Evans & Leopold Yes Yes Hobbs, Upchurch & Assoc.
RTW Yes Yes Grice & Associates
Environmental Services Group Yes Yes Pharr Engineering
B & E Jackson Yes Yes Heath & Lineback Engineers
Malcolm Pirnie Gresham Smith & partners
Southern Partners USInfrastructure, Inc.
Montgomery, Watson, Harza Volkert & Associates
Greenhorne & O'Mara Rochester & Associates
Clark Patterson Virgo Gambill Architects
Camp Dresser & McKee Parson Engineering
PM & A Consulting
RFQ #05-087 Qualified Engineering Firms on 2004 Bond Issue Projects
Augusta Utilities
RFQ Due: Tuesday, April 12, 2005 @ 3:00 p.m.
Request for Qualifications
RFQ’s will be received at this office until 3:00 p.m., Tuesday, April 12, 2005
RFQ #05-087 Qualified Engineering Firms on 2004 Bond Issue Projects for Augusta Utilities
RFQ’s 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 30911
706-821-2422
RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street
– Room 605, Augusta, GA 30911.
All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-
2811 or by mail. No RFQ will be accepted by fax, all must be received by mail or hand delivered.
Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition
of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate
information upon which to base his qualifications.
It is the wish of the Owner that minority businesses are given the opportunity to submit on the various parts of
the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to
increase the cost of the work. The Owner supports a healthy free market system that seeks to include
responsible businesses and provide ample opportunity for business growth and development.
No RFQ may be withdrawn for a period of 60 days after time has been called on the date of opening.
Bidders will please note that the number of copies requested; all supporting documents including financial
statements and references and such other attachments that may be required by the Request of Qualification are
material conditions of the package. Any package found incomplete or submitted late shall be rejected by the
Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from
bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the
Augusta Commission. Please mark RFQ number on the outside of the envelope.
Bidders are cautioned that sequestration 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.
Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women
Owned Businesses. For more information about this program contact the Human Resources Department at
706-821-2303.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle March 10, 17, 24, 31, 2005
Augusta Focus March 17, 2005
cc: Tameka Allen Interim Deputy Administrator
Yvonne Gentry DBE Coordinator
Max Hicks Utilities Department
Jim Rush CH2M Hill
FAX TRANSMISSION
AUGUSTA-RICHMOND COUNTY CONSOLIDATED GOVERNMENT
530 Greene Street - Room 605
Augusta, Georgia 30911
706 821-2422
Fax: 706 821-2811
To:
Southeastern Newspaper
Date: March 3, 2005
Fax #:
706 823-3588
Pages:
From:
Geri A. Sams
2, including this cover sheet.
Subject:
LEGAL NOTICES FOR RFQ ITEM: #05-087
COMMENTS:
Please print the above RFQ Item(s) on the following dates:
March 10, 17, 24, 31, 2005
REQUISITION #47297A
Please send an affidavit of publication.
FAX TRANSMISSION
AUGUSTA-RICHMOND COUNTY CONSOLIDATED GOVERNMENT
530 Greene Street - Room 605
Augusta, Georgia 30911
706 821-2422
Fax: 706 821-2811
To:
Augusta Focus
Date: March 3, 2005
Fax #:
706 724-8432
Pages:
From:
Geri A. Sams
2, including this cover sheet.
Subject:
LEGAL NOTICES FOR RFQ ITEM: #05-087
COMMENTS:
Please print the above RFQ Item(s) on the following dates:
March 17, 2005
REQUISITION #47297B
Please send an affidavit of publication.
Engineering Services Committee Meeting
6/12/2006 1:30 PM
Approve proposal from WRJ for engineering design of a 30" water main
Department:Utilities
Caption:Approve proposal from Williams Russell and Johnson for an
engineering design of a thirty-inch (30”) water main along
Gordon Highway as part of the 630 system improvements.
Background:The Master Plan identified areas that require infrastructure
for water and sewer in western Augusta, along Gordon
Highway in the 630 water system. This project is part of an
extensive capital improvements phase to bring water to the
undeveloped areas of Augusta. This water line will be
installed along Gordon Highway approximately 7,000 feet
from Milledgeville Road to an existing eighteen-inch (18”)
water main that feeds Fort Gordon and a future twenty four-
inch (24”) water main.
Analysis:Accepting this proposal will allow for the design of the water
main to reinforce the west end of the water system that serves
Fort Gordon and the existing customers in the Belair Road
area.
Financial Impact:Williams Russell and Johnson has proposed a fee of
$107,284 to perform this work. These funds are available
from the 2004 Bond Issue, under account number
510043410/5212115-80310152/5212115.
Alternatives:Do not approve the proposal and delay infrastructure
development in western Augusta.
Recommendation:It is recommended to approve the proposal fees in the
amount of $107,284.
Funds are
Available in the
Following
Accounts:510043410/5212115 80310152/5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Disadvantaged Business Enterprise.
Administrator.
Clerk of Commission
Disadvantaged Business Enterprise Department
501 Greene Street, Suite 304 - Augusta, GA 30901
(706) 826-2406 – Fax (706) 821-4228
WWW.AUGUSTAGA.GOV
TO: Geri Sams
Director, Procurement Department
Max Hicks
Director, Augusta Utilities Department
FROM: Yvonne Gentry, Coordinator
Disadvantaged Business Enterprise Department
SUBJECT: DBE REVIEW AND APPROVAL OF RECOMMENDED DBE GOAL -
Approve Proposal from William-Russell and Johnson
for Engineering Design of a 30” Water Main
DATE: May 24, 2006
This memo is to transmit the review and concurrence of the
recommended DBE Utilization goal of 100% for the above referenced
project. The goal-setting methodology considered the following
factors based on good faith efforts of the contractor:
• The project’s total estimated cost is $107,284.
• There is 100% value of the scope of work where minority/
women businesses availability exists.
• There is 0% value of the scope of work where small
businesses availability exists.
• There is 0% value of the scope of work where local
businesses availability exists.
The contractor must prepare their proposed DBE Utilization Form
submittal based on the total dollar value of their base bid. No
further adjustments should be made.
The above recommendation is based on information provided at the
time of review. If you have any questions, please feel free to
contact me at (706) 826-1325.
YG:glw
AGENDA.PDFCONVERT.2026.DOC PAGE 1 OF 2
To: Williams-Russell and Johnson, Inc.
Attn: Charles E. Thomas
771 Spring Street, NW
Atlanta, GA 30308
Re: RFQ #05-087
Qualified Engineering Firms on 2004 Bond Issue Projects
From: Geri Sams
Date: February 17, 2006
Project Number: 10152
Project Name: Gordon Highway 30-inch Water Main
The Augusta Program Management Team has completed a review of your Statement of
Qualifications submitted in response to RFQ #05-087 issued March 7, 2005 and received April
12, 2005. Based upon a series of criteria involving your preferences, capabilities, past
performance with the Augusta Utilities Department, and the Program needs, your firm has
been selected to complete the engineering design for the Gordon Highway 30-inch Water
Main. Included within this memorandum is the preliminary project scope. A meeting will be
set up by the Program Management Team to discuss the project your firm has been assigned
and clarify expectations of the program. Tentatively, these meetings will be scheduled to begin
in late February. Following preparation of your proposal a second meeting will be arranged to
begin contract negotiations. The Augusta Utilities Department looks forward to working with
you on this project. We request that any correspondence regarding this particular project
includes the above noted project number and name.
Preliminary Project Scope
• Design a pipeline extension along Gordon Highway for the Augusta water distribution
system that will extend from Milledgeville Road to the existing 18-inch water main feeding
Fort Gordon. Refer to the attached location figure for a general overview of the project area.
The proposed water main project will consist of approximately 7,000 feet of 30-inch
diameter ductile iron pipe that will connect to existing pipeline at Milledgeville Road and an
existing 18-inch water main on Gordon Highway.
AGENDA.PDFCONVERT.2026.DOC PAGE 2 OF 2
During the first meeting be prepared to discuss the cost of route analysis, surveying, easement
plat preparation, design standards, bid package preparation, bid phase support, construction
phase support and optional services during construction/resident observation for this project.
Should you have any questions prior to the first meeting please contact the Augusta Program
Management Office at 706-303-2426 or submit questions to the Program Manager at
larry.scott@ch2m.com.
Sincerely,
Geri Sams
Director Procurement
COPIES: Max Hicks/Utilities Dept. Director
Wes Byne/Utilities Dept. Assistant Director
Clifford Goins/Utilities Dept. Assistant Director
Allen Saxon/Utilities Dept. Assistant Director
Russell Thies/Utilities Dept. Assistant Director
Larry Scott/Program Manager
Bob Davis/Program Construction Manager
James Rush/Program Project Engineer
Vendor Original
Five
Copies Vendor Original
Five
Copies
EMC Engineering Yes Yes Cheatham, Fletcher, Scott & Sears
Black & Veatch Yes Yes Lowe & Associates
Prad Group Yes Yes Nicholas Dickinson & Assoc
MacTec Engineering & Consulting Yes Yes The Woodhurst Partnership
Jordan Jones & Goulding Yes Yes URS Greiner Woodward Clyde
Gannett Fleming Yes Yes The LPA Group
Stantec Consulting Yes Yes KBJ Architects, Inc.
Arcadis Yes Yes Phillips & Jordan, Inc.
W. R. Toole Engineering, Inc. Yes Yes Goldie & Associates, Inc.
HDR Yes Yes H. Lawson Graham
James G. Swift & Associates Yes Yes Kimley-Horn & Assoc
Cranston, Robertson & Whitehurst Yes Yes QK4
W. K. Dickson Yes Yes R. W. Armstrong & Assoc
Johnson, Laschober & Assoc Yes Yes Scott Godefroy & Assoc
Stevenson & Palmer Yes Yes Stevens & Wilkinson
Williams-Russell & Johnson Yes Yes T3 Design Associates, Inc.
Zimmerman, Evans & Leopold Yes Yes Hobbs, Upchurch & Assoc.
RTW Yes Yes Grice & Associates
Environmental Services Group Yes Yes Pharr Engineering
B & E Jackson Yes Yes Heath & Lineback Engineers
Malcolm Pirnie Gresham Smith & partners
Southern Partners USInfrastructure, Inc.
Montgomery, Watson, Harza Volkert & Associates
Greenhorne & O'Mara Rochester & Associates
Clark Patterson Virgo Gambill Architects
Camp Dresser & McKee Parson Engineering
PM & A Consulting
RFQ #05-087 Qualified Engineering Firms on 2004 Bond Issue Projects
Augusta Utilities
RFQ Due: Tuesday, April 12, 2005 @ 3:00 p.m.
Request for Qualifications
RFQ’s will be received at this office until 3:00 p.m., Tuesday, April 12, 2005
RFQ #05-087 Qualified Engineering Firms on 2004 Bond Issue Projects for Augusta Utilities
RFQ’s 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 30911
706-821-2422
RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street
– Room 605, Augusta, GA 30911.
All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-
2811 or by mail. No RFQ will be accepted by fax, all must be received by mail or hand delivered.
Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition
of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate
information upon which to base his qualifications.
It is the wish of the Owner that minority businesses are given the opportunity to submit on the various parts of
the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to
increase the cost of the work. The Owner supports a healthy free market system that seeks to include
responsible businesses and provide ample opportunity for business growth and development.
No RFQ may be withdrawn for a period of 60 days after time has been called on the date of opening.
Bidders will please note that the number of copies requested; all supporting documents including financial
statements and references and such other attachments that may be required by the Request of Qualification are
material conditions of the package. Any package found incomplete or submitted late shall be rejected by the
Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from
bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the
Augusta Commission. Please mark RFQ number on the outside of the envelope.
Bidders are cautioned that sequestration 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.
Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women
Owned Businesses. For more information about this program contact the Human Resources Department at
706-821-2303.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle March 10, 17, 24, 31, 2005
Augusta Focus March 17, 2005
cc: Tameka Allen Interim Deputy Administrator
Yvonne Gentry DBE Coordinator
Max Hicks Utilities Department
Jim Rush CH2M Hill
FAX TRANSMISSION
AUGUSTA-RICHMOND COUNTY CONSOLIDATED GOVERNMENT
530 Greene Street - Room 605
Augusta, Georgia 30911
706 821-2422
Fax: 706 821-2811
To:
Southeastern Newspaper
Date: March 3, 2005
Fax #:
706 823-3588
Pages:
From:
Geri A. Sams
2, including this cover sheet.
Subject:
LEGAL NOTICES FOR RFQ ITEM: #05-087
COMMENTS:
Please print the above RFQ Item(s) on the following dates:
March 10, 17, 24, 31, 2005
REQUISITION #47297A
Please send an affidavit of publication.
FAX TRANSMISSION
AUGUSTA-RICHMOND COUNTY CONSOLIDATED GOVERNMENT
530 Greene Street - Room 605
Augusta, Georgia 30911
706 821-2422
Fax: 706 821-2811
To:
Augusta Focus
Date: March 3, 2005
Fax #:
706 724-8432
Pages:
From:
Geri A. Sams
2, including this cover sheet.
Subject:
LEGAL NOTICES FOR RFQ ITEM: #05-087
COMMENTS:
Please print the above RFQ Item(s) on the following dates:
March 17, 2005
REQUISITION #47297B
Please send an affidavit of publication.
Engineering Services Committee Meeting
6/12/2006 1:30 PM
Extension of Staff Augmentation Agreement with JJ&G
Department:Abie L. Ladson, P.E., Interim Director Engineering
Department
Caption:Authorize the Engineering Department to extend the current
agreement with Jordan, Jones & Goulding (JJG) to provide
project management support via staff augmentation in an
amount not to exceed $70,000 to be funded from One Percent
Sales Tax Phase IV Administration lapsed salaries upon
receipt and review of executed documents.
Background:Augusta, GA., Engineering Department is responsible for
Pre-construction activities on several GDOT projects
including St. Sebastian, Windsor Spring Road, Alexander
Drive, and Wrightsboro Road. These projects are in various
stages of development and require efficient and effective
interaction and coordination between GDOT, ARC and the
respective design consultants
Analysis:On June 7, 2005 the Commission approved the agreement
with JJG for David Griffith to provide staff support as
Project Manager. On January 3, 2006 the Commission
approved for the contract to be extended and the extension
should expire June, 2006. JJG has agreed to extend the
contract with no cost increase to the original agreement. This
agreement has proven to be very effective and Mr. Griffith’s
knowledge of the GDOT processes and projects have been
beneficial to the Engineering Department. In addition, Mr.
Griffith will be asked to assist in preparing and training for
the Design Section as it relates to GDOT funded projects
Financial Impact:Adequate funds exist in the SPLOST Phase IV
Administration account (324041197-5111110 Salaries)
which would be transferred to (324041197-5211110
Consultant Mgmt) in order to support this activity.
Alternatives:1) Authorize the Engineering Department to extend the
current agreement with Jordan, Jones & Goulding (JJG) to
provide project management support via staff augmentation
in an amount not to exceed $70,000 to be funded from One
Percent Sales Tax Phase IV Administration lapsed salaries
upon receipt and review of executed documents. 2) Deny and
acknowledge that Augusta, GA., managed GDOT projects
may experience delays
Recommendation:Approve Alternative Number One
Funds are
Available in the
Following
Accounts:
GL#324041197/5211110 JL#201824097/5211110
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
6/12/2006 1:30 PM
Highland Ave. Improvements
Department:Utilities
Caption:Authorize execution of an Amendment to Zimmerman Evans
and Leopold’s (ZEL Engineers) professional services
contract for the design of the Auxiliary High Service
Pumping Station Upgrade Project in the amount of $79,747.
Background:ZEL Engineers was retained as the design engineering firm
for the Augusta Utilities Department’s Auxiliary High
Service Pumping Station Upgrade Project at the Highland
Avenue Water Treatment Plant. At the 90% phase, the
Augusta Utilities Department (AUD) determined that the
project should be merged with the Highland Avenue Water
Treatment Plant Improvements Project. The Highland
Avenue Water Treatment Plant Improvements Project is
being constructed through the “Construction Management at
Risk” method rather then the conventional “Design-Bid-
Build” method. In early 2005 the AUD retained Parsons
Water & Infrastructure as the Construction Manager at Risk
on the Highland Avenue Water Treatment Plant
Improvements Project.
Analysis:ZEL Engineers’ existing professional services contract does
not include many of the tasks required under the
Preconstruction Phase of the Construction Management at
Risk delivery method as outlined in the amendment. For the
design engineer to be integrated in the process it is necessary
to add these tasks to the existing contract. In addition to the
new tasks identified in this amendment, the designer will also
be revising the current design documents for constructability
and system benefit. These revisions came about through an
effort to eliminate specification duplication and determine
sensible lines of delineation between the ZEL drawings and
the Gannett Fleming Drawings.
Financial Impact:$79,747 covered under the 2000 Bond Issue, under account
number 509043410-5212115/ 80170300-5212115.
Alternatives:No alternatives are recommended.
Recommendation:We recommend the Commission authorize execution of the
amendment to ZEL Engineers’ professional services contract
for the design of the Auxiliary High Service Pump Station
Upgrade at the Highland Avenue Water Treatment Plant in
the amount of $79,747.
Funds are
Available in the
Following
Accounts:
509043410-5212115 80170300-5212115
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
ZEL ENGINEERS TASK ORDER AMENDMENT TO PROVIDE PROFESSIONAL
ENGINEERING SERVICES DURING PRE-CONSTRUCTION PHASE OF CM AT
RISK PROCESS
Scope of Work
We have presented our proposed scope of work and tasks to match those previously presented by
Parsons.
Task 1 Project Management (Parsons’ tasks 1.1-1.5)
ZEL will continue to provide project management from its Augusta office. Jorge Jimenez will
continue to serve as Project Manager. This task includes managing staff and budgets and general
project coordination with the PMT. We have budgeted 4 hours a week for 7 months (30 weeks)
for the Project Manager for this task. We have also included attendance by the Project Manager
(Tom Clark), Civil Discipline Manager (Mike Robinson), and Sr. Technical Officer (Jeff
Raffensperger) by conference call to attend a 4-hour training session on the use of Primavera
Expedition to be put on by Parsons. GF assumes that we will use Expedition to access, view,
and print files, but that all postings, changes to Expedition file documents, and system
maintenance will be performed by Parsons.
Task 2 – Project Meetings
Task 2.1 – Kickoff Meeting
ZEL Engineers will provide Jorge Jimenez for a one day project kickoff meeting in Augusta
among the PMT. We understand this meeting will allow the primary project managers to
become acquainted and to establish lines of communications. A brief review of critical project
issues and schedule will also be accomplished.
Task 3 – Document Review
Task 3.3 – Preparation of Final (100%) Plans and Specifications
ZEL will prepare final design documents based on the outcome of the VE study. We will submit
final design documents in draft form for one final review by AUD, CH2M Hill, and Parsons, and
incorporate review comments. Final design documents will be sealed by professional engineers
and architects registered in Georgia according to the appropriate engineering disciplines.
Task 6 – Partnering
ZEL will provide Jorge Jimenez for a one-day partnering workshop in Augusta. We understand
Parsons will be using the services of an outside facilitator to lead this partnering session.
Task 10 – Pre-bid Conference
The ZEL Project Manager will attend the pre-bid conference that Parsons will set up with
prospective trade subcontractors and suppliers for bid packages prepared and issued under Task
9.2. ZEL will respond to written questions submitted by the bidders.
Task 11 – Bidding Services and Evaluations
Under this task Parsons will administer the bid and award process on vendor and subcontractor
bids in developing their GMP. ZEL has included effort to respond to any questions from Parsons
that could arise during their bidding and award process. We estimate approximately 2 of the bid
packages received by Parsons will require addressing.
Fee
ZEL proposes to complete the services stated above for a not to exceed cost estimate of $79,747
we will continue to bill AUD monthly under our current Consultant Services Agreement.
Engineering Services Committee Meeting
6/12/2006 1:30 PM
St Sebastian St/Greene St/15th St
Department:Abie L. Ladson, P.E., Interim Director Engineering
Department
Caption:Motion to approve entering into an agreement with
Thompson Building Wrecking Co, Inc. in the amount of
$64,440.00 for the demolition of 2 buildings and their
parking areas on the St. Sebastian Way/Greene Street/15th
Street project, CPB#327-04-0296812003. The buildings and
their parking areas must be removed for the purpose of doing
the fieldwork associated with the mitigation of the African-
American archaeological site. Funding is available in
SPLOST Phase IV Project Engineering Account 324041110-
5212115/202824003-5212115.
Background:This is a Georgia Department of Transportation (GDOT)
project that will extend St. Sebastian Way on new location
from Walton Way to Riverwatch Parkway and provide
connectivity to Broad Street. Final design plans are 88%
complete, right of way acquisition is underway and the
project is currently scheduled to receive bids in November,
2006.
Analysis:The Engineering Department is responsible for the
acquisition of the right of way on this project with GDOT
funding the acquisition cost. The alignment encroaches on 2
buildings and their parking lots that must be removed to
conduct the mitigation of the African-American
archaeological site. On April 26, 2006, the bid package was
submitted to the Procurement Office for advertisement with a
deadline of 3 p.m. on May 31, 2006. The advertisement also
was published in The Augusta Chronicle for 4 weeks and the
Augusta Focus for 1 week. A requirement of the RFP was
that all companies had to be prequalified with GDOT as a
contractor. Bids were received from 3 companies but only 1
company, Thompson Building Wrecking Co, Inc., was
prequalified with GDOT. They submitted a bid of $
64,440.00. The cost to demolish these buildings and their
parking areas is not included in the acquisition cost that
GDOT is providing.
Financial Impact:Thompson Building Wrecking Co, Inc., submitted the only
bid that met all of the bid specifications and has proposed a
cost of $64,440.00 to demolish the 2 buildings and their
parking lots. The Engineering Department is responsible for
this cost. Funds are available in the SPLOST Phase IV
Project Engineering Account.
Alternatives:1) Approve the Engineering Department’s requests to enter
into an agreement with Thompson Building Wrecking Co,
Inc. in the amount of $64,440.00 for the demolition of 2
buildings and their parking areas on the St. Sebastian
Way/Greene Street/15th Street project, CPB#327-04-
0296812003. The buildings and their parking areas must be
removed for the purpose of doing the fieldwork associated
with the mitigation of the African-American archaeological
site. Funding is available in SPLOST Phase IV Project
Engineering Account 324041110-5212115/202824003-
5212115. 2)Do not approve the request, which will delay the
mitigation of the African-American archaeological site and
jeopardize the federal funds that have been
authorized/identified for this project.
Recommendation:Approve Alternative Number One
Funds are
Available in the
Following
Accounts:
324041110-5212115 202824003-5212115
REVIEWED AND APPROVED BY:
Finance.
Administrator.
Clerk of Commission
CITY OF AUGUSTA
CONSULTANT SERVICE AGREEMENT
Project: St. Sebastian Way/Greene St./15th St. County Richmond P. I. No. # 262750
DE-OOMS (389)
This Agreement is made and entered into this ______ day of ________________, 20___, by
and between the City of Augusta, hereinafter called the “City” and ,
authorized to do business in Georgia, hereinafter called the “CONSULTANT.”
WHEREAS, the City desires to obtain the services of a qualified and experienced consultant to
provide certain services as outlined in Attachment “A,” of this agreement entitled ‘Scope of Work’;
said services being related to the Demolition Activities on the above referenced project; and
WHEREAS, the QUALIFIED REPRESENTATIVE OF THE CONSULTANT has represented
to the City that it is experienced and qualified in these activities as identified in said Attachment “A,”
and the City has relied upon such representation;
NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained,
it is agreed by and between the City and the CONSULTANT (further reference herein to
CONSULTANT shall also mean to include CONSULTANT; QUALIFIED REPRESENTATIVE of
the CONSULTANT; and, any qualified DESIGNATED REPRESENTATIVE of the CONSULTANT)
that:
1. This Consultant Service Agreement may be entered into with either an individual consultant, as
a single entity, or with a firm, partnership, corporation or combination thereof.
A. If said agreement is entered into with a firm, partnership, corporation or combination
thereof, the following regulations will apply:
1. The names of the Consultant’s designated representatives must be identified on
Page 5 in this agreement and must be approved by the Georgia Department of
Transportation (GDOT) and be fully qualified to perform the required services.
2. The City and the Consultant recognize that continued and uninterrupted
performance of the specified services is essential. Therefore, it is further agreed
between the parties that in the event a named representative of this agreement
leaves the Consultant’s employ, the Consultant shall immediately notify the City
and with approval from the City, assign this agreement to an equally qualified
representative.
B. The representatives designated by a firm, partnership, corporation or combination
thereof to perform certain service assignments hereby understand and agree to abide by
all requirements and conditions of this agreement as verified by Consultant’s signature.
2. Consultant agrees to begin services as outlined in Attachment “A” upon receipt of the Notice to
Proceed issued by the City.
3. It is understood and agreed that the consultant performing any work under this contract will not
employ, assign, or use any individual in the performance of this contract who is not
prequalified and not previously approved by the GDOT to perform the services outlined in
Attachment “A.”
4. This agreement is not assignable by Consultant, either in whole or in part and no portion of the
work may be sublet or transferred to any other persons without prior written approval of the
City. If it is discovered that such a violation has occurred, the Consultant of record will be
subject to suspension for a period of time to be specified by the City.
5. It is fully understood and agreed that in the event the services are not completed within the
specified time, a penalty of suspension from all consultant activity for a period of time to be
specified by the GDOT may be imposed. However, it is understood that an extension of time
may be granted by the City, under extenuating circumstances, if conditions so warrant and the
request for such an extension is submitted in writing.
6. The Consultant further warrants that he has not employed or retained any company or person
other than an individual solely under his employ to solicit or secure this agreement and that he
has not paid or agreed to pay any company or person other than one of his bona fide employees
working solely for him any fee, commission, percentage, brokerage fee, gifts, or any other
consideration, contingent upon or resulting from the award or making of this agreement. For
breach or violation of this warranty, it is understood that the City will have the right to annul
this agreement without liability, and in the event conditions or circumstances so warrant, this
agreement may, by mutual consent, be adjusted as to time or basis or payment.
7. The Consultant will immediately notify the City of any conflicts of interest which exists or may
arise in the Consultant’s or its representatives’ performance of any activity addressed in the
scope of services of this agreement. Upon said notification, the City will have the option of
either canceling this agreement in its entirety or withdrawing certain service activities as are
necessary to eliminate the Consultant’s conflict of interest.
8. The City shall have the right of cancellation for all or any part of the services under the terms
of this agreement for any reason by giving notice to the Consultant herein, and shall be liable
for services furnished only to the date of receipt of such notice by the Consultant. In the event
of cancellation, Consultant shall be paid a proportionate part of the fee for the particular
services terminated as set forth above in proportion to the work actually completed at the date
of cancellation. It is agreed that if for any reason work under this agreement is terminated, all
work actually done by the Consultant to the date of cancellation shall become the property of
the City.
9. It is agreed that if a dispute concerning a question of fact in connection with the work not
disposed of by this agreement, arises, the decision of the City shall be final.
10. The Consultant agrees to indemnify and save harmless the City, its officers, agents, and
employees from any and all claims and loss occurring or resulting to any and all persons, firms,
or corporations furnishing work, services, materials or supplies in connection with the
performance of this contract, and from any and all claims and losses occurring or resulting to
any person, firm, or corporation who may be injured or damaged by the Consultant in the
performance of the agreement.
11. The parties hereto agree that the Consultant, and any agent of the Consultant, in the
performance of this agreement, shall act in an independent capacity and not as officers,
employees or agents of the City.
12. The Consultant agrees to comply with all Federal, State and local laws and all policies and
procedures of the City applicable to the work.
13. The Consultant also agrees to comply with Federal regulations relative to non-discrimination in
Federally-assisted programs of the U.S. Department of Transportation as herein defined under
Appendix “A” below:
APPENDIX “A”
a. Compliance with Regulations: The contractor shall comply with the Regulations
relative to nondiscrimination in Federally-assisted programs of the Department of
Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended
from time to time, (hereinafter referred to as the Regulations), which are herein
incorporated by reference and made a part of this contract.
b. Non discrimination: The contractor, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color or national origin in the
selection and retention of contractors, including procurements of materials and leases of
equipment. The contractor shall not participate either directly or indirectly in the
discrimination prohibited by Section 21.5 of the Regulations, including employment
practices when the contract covers a program set forth in Appendix B of the
Regulations.
c. Solicitations for Subcontractors, Including Procurements of Materials and Equipment:
In all solicitation either by competitive bidding or negotiation made by the contractor
for work to be performed under a subcontract, including procurements of materials or
leases of equipment, such potential subcontractor or supplier shall be notified by the
contractor of the contractor’s obligations under this contract and the Regulations
relative to nondiscrimination on the grounds of race, color or national origin.
d. Information and Reports: The Contractor shall provide all information and reports
required by the Regulations, or directives issued pursuant thereto, and shall permit
access to its books, records, accounts, other sources of information, and its facilities as
may be determined by GDOT or the Federal Highway Administration (FHWA) to be
pertinent to ascertain compliance with such Regulations or directives, where any
information required of a contractor is in the exclusive possession of another who fails
or refuses to furnish this information, the contractor shall so certify to the GDOT or the
FHWA, as appropriate, and shall set forth what efforts it has made to obtain the
information.
e. Sanctions for Noncompliance: In the event of the contractor’s noncompliance with the
nondiscrimination provisions of the contract, the City shall impose such contract
sanctions as it, GDOT or FHWA may determine to be appropriate, including, but not
limited to:
1) withholding of payments to the contractor or under the contract until the
contractor complies, and/or
2) cancellations, termination or suspension of the contract, in whole or in part.
f. Incorporation of Provisions: The contractor shall include the provisions or paragraphs
“a” through “f” in every subcontract, including procurements of materials and leases of
equipment, unless exempt by the Regulations, or directives issued pursuant thereto.
The contractor shall take such action with respect to any subcontract or procurement as
the City, GDOT or FHWA may direct as a means of enforcing such provisions
including sanctions for non-compliance: Provided, however, that in the event a
contractor becomes involved in, or is threatened with, litigation with a subcontractor or
supplier as a result of such direction, the contractor may request the City to enter into
such litigation to protect the interest of the City, and, in addition, the contractor may
request the GDOT to enter into such litigation to protect the interest of the State and
FHWA to enter into such litigation to protect the interest of the United States.
DRUG-FREE WORK PLACE CERTIFICATION
14. The undersigned certifies that the provisions of Code Section 50-24-1 through 50-24-6
of the Official Code of Georgia Annotated, relating to the “Drug-free Workplace Act”,
have been complied with in full. The undersigned further certifies that:
(1) A drug-free workplace will be provided for the contractor’s employees during
the performance of the contract; and
(2) Each contractor who hires a subcontractor to work in a drug-free workplace
shall secure from that subcontractor the following written certifications: “As part of the
subcontracting agreement with _______ certifies to the contractor that a drug-free
workplace will be provided for the subcontractor’s employees during the performance
of this contract pursuant to Paragraph (7) of Subsection (B) of Code Section 50-24-3.”
(3) Also, the undersigned further certifies that he will not engage in the unlawful
manufacture, sale, distribution, dispensation, possession, or use of a controlled
substance or marijuana during the performance of the contract.
15. All information and/or knowledge gained from the performance of this agreement are to
be treated as confidential and privileged communication. The Consultant shall take all
necessary steps to insure that neither he nor any member of his staff or organization
divulges any information gained from the performance of this agreement to anyone
other than the proper officials of GDOT or officials of the FHWA until authorized by
City Officials to do so, or until the Consultant is required to do so by due process of law
or until released from this obligation by having publicly testified as to such findings.
16. It is mutually understood and agreed that no alteration or variation of the terms of this
agreement shall be valid unless made in writing and signed by the parties hereto, and
that no oral understanding or agreements not incorporated herein, and alterations or
variations of the terms hereof, unless made in writing between the parties hereto, shall
be binding on any of the parties hereto.
17. See Attachment “A” for Scope of Services under this contract.
The undersigned has read all terms and conditions of this Consultant Service Agreement and
Attachment “A” Scope of Services and agrees to fully comply with its content.
ATTACHMENT “A”
SCOPE OF SERVICES
Specific tasks included are:
1. Within 14 calendar days of executed Agreement, submit General Work Plan to Owner’s Project
Manager, including scheduled completion of all major tasks.
2. Prepare a Safety Plan and submit to Owner’s Project Manager, within 14 days of executed Agreement.
Plan should include emergency response procedures, discussion of potential hazards, personal protective
equipment, air monitoring, etc.
3. Attend Pre-Demolition Conference with Owner Representatives.
4. Obtain and pay for all required permits, taking into account all applicable laws and regulations.
5. Prior to demolition work, utilize an approved Pest Control Contractor to search for and exterminate
rodents found on the property.
6. Cooperate and support environmental engineers in their abatement oversight duties, including air
monitoring and abatement compliance inspections.
7. Dispose of all hazardous waste in accordance with Abatement Plan and Local and State regulations.
8. Protect all adjacent properties that may be affected by the demolition work, including historic homes
and operating businesses.
9. Install an eight foot high chain link fence with two ten foot gates to secure the site. Fence shall be
placed prior to start of Work and shall remain in place until work is Substantially Complete, whereupon
it shall be removed by the Contractor.
10. Utilize water-based or other approved dust control methods to reduce migration of dust and debris onto
adjoining properties.
11. Completely demolish, remove and properly dispose of all on-site structures, including all concrete and
asphalt parking areas. The removal of this concrete or asphalt should be done in such a way as to
minimize the impact on the surfaces under these materials.
12. Following demolition, provide topographical survey of site, indicating locations and sizes of all
subsurface, residual foundations, including spread footings, pile caps and piles, to a depth of at least 42”
below finished floor elevation of the ground floor of the buildings. Provide spot elevations at top of
said foundation structures and statement of elevation datum, using National Vertical Geodetic Datum
(NVGD) 1929. Give location of benchmark used.
13. Coordinate all utility work with appropriate authorities, including Augusta Utilities, Georgia Power,
BellSouth and the natural gas company (Atlanta Gas Light).
14. Provide traffic control as needed.
15. Contact all necessary utility companies for all appropriate disconnections of service and arrange for
removal of any utility-owned equipment.
16. Remove all rubble and debris from the property, transport and dispose of in accordance with Local and
State regulations.
17. Provide evidence of proper manifests and disposal procedures, including delivery receipts at permitted
disposal facilities. Include type of materials, type/location of facility, date of delivery and tipping fee
paid.
18. Comply with all Federal, State and Local regulations.
All salvageable materials will become the property of the Contractor, unless specifically noted otherwise.
SIGNED SEALED AND DELIVERED
______________________________ IN THE PRESENCE OF:
Signature of Consultant
Address:
______________________________
____________________________
______________________________ Notary Public
(SEAL):
My Commission Expires: ________
SIGNED SEALED AND DELIVERED
______________________________ IN THE PRESENCE OF:
Signature of Designated Qualified
Representative
Address:
______________________________
____________________________
______________________________ Notary Public
(SEAL):
My Commission Expires: ________
Listing of Designated Agents being used and their capacities:
_____________________________ ____________________________
_____________________________ ____________________________
See attached for additional Representatives
Based on prior field review of the services involved in this contract proposal by the Land
Acquisition personnel as to the nature and complexity of the services required and on my
knowledge of fees paid for said services of similar contracts, I have determined that the fees as
proposed under this contract are reasonable for the services rendered.
RECOMMENDED: ACCEPTED:
_____________________________ ________________________________
DIRECTOR OF AUGUSTA MAYOR
ENGINEERING
ATTEST:
_______________________________
CITY ADMINISTRATOR ___________________________
CLERK OF COMMISSION
WITNESS: WITNESS:
_______________________________ ___________________________
NOTARY