Loading...
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