HomeMy WebLinkAbout2010-01-11-Meeting Agenda
Engineering Services Committee Meeting Commission Chamber- 1/11/2010- 12:50 PM
ENGINEERING SERVICES
1. Approve construction contract award to Garnto & Gearig Bros in the
amount of $766,260.73.
Attachments
2. Award subject Wetland Mitigation Credits purchase from The Phinizy
Swamp Mitigation Bank through Merry Land Properties, LLC in the
amount of $56,700.00.
Attachments
3. Award contract to CSRA Testing and Engineering in the amount of
$34,788.00.
Attachments
4. Approve award of the contract for Replacement of Sidewalk at Augusta
Riverwalk to L-J, Inc. of Beech Island, SC in the amount of $20,250. To be
funded from 272-04-2260.
Attachments
5. Consider a request from Ms. Barbara Coping regarding a waiver of the
solid waste charges for the property located at 1615 Cornell Drive.
Attachments
6. Approve Capital Project Budget Change Number Three and Supplemental
Agreement Number Four in the amount of $140,250.00 on the Belair Road
Improvements project CPB# 323-041110-201823332. Funding is available
in the project contingency and right-of-way accounts to be transferred to
the project engineering account as requested by AED.
Attachments
7. Approve Capital Project Budget Number One and Change Order Number
One for Construction Material Testing and unforeseen subsurface
construction in the amount of $400,000 to Tommy L. Griffin Plumbing and
Heating on the D’Antignac Street Drainage Improvements
project. Funding is available in the project storm drainage account as
requested by AED.
Attachments
8. Receive as information the Emergency Repair to the Stormwater Drainage
Open Channel along Interstate Parkway for the Engineering
Department. The award of the contract to DS Utilities in the amount of
$54,382.81 is funded from SPLOST Phase III Recapture account upon
receipt of signed contract and proper bonds.
Attachments
9. Approve award of contract to Peek Pavement Marking in the amount of
$406,726.25 for The Off System Safety Project, Georgia Department of
Attachments
Transportation Project Number CSSFT-0008-00(876); P.I. #0008876,
subject to receipt of signed contract and proper bonds. Funding is
available in Traffic Engineering Account 272-041710-5311630 as
requested by AED.
10. Motion to approve an Option for the purposes of acquiring an easement
between Augusta Select Tissue, LLC., as owner, and Augusta, Georgia, as
optionee, in connection with the Marvin Griffin Road Improvement
Project, (7,779 sq. ft.) permanent drainage and utility easement and (N/A
sq. ft.) of temporary construction easement from the property located at:
3452 Cookie Road, private, at the purchase price of $1,800.00.
Attachments
11. Motion to approve an Option for the purposes of acquiring an easement
between Textron, Inc., as owner, and Augusta, Georgia, as optionee, in
connection with the Marvin Griffin Road Improvement Project, (151 sq.
ft.) permanent drainage and utility easement and (8,104 sq. ft.) of
temporary construction easement from the property located at: 1441
Marvin Griffin Road, private, at the purchase price of $700.00.
Attachments
12. Motion to approve an Option for the purposes of acquiring a Right-of-Way
between Mitchell Milovich, as owner, and Augusta, Georgia, as optionee,
in connection with the Marvin Griffin Road Improvement Project,
conveyed in fee simple (1,122.27 sq. ft.) more or less; and (71.75 sq. ft.) of
permanent easement from property located at: 1639 Marvin Griffin Road,
private, at the purchase price of $1,000.00.
Attachments
13. Motion to approve a resolution creating street lighting districts as
requested by Traffic Engineering.
Attachments
14. Approve recommendation to select R.W. Allen, LLC as the Construction
Manager @ Risk for the TEECenter and authorize negotiation of the
contract.
Attachments
15. Approve the deed of dedication and road resolutions submitted by the
Engineering Department for Willhaven, Phase I.
Attachments
16. Approve Capital Project Budget Change Number Five and Supplemental
Agreement Number Five on the Windsor Spring Road Improvement
project CPB 323-041110-296823516 and authorize the Engineering
Department to extend the current agreement with W. R. Toole for six
months to provide engineering services in an amount not to exceed
$84,000.00 to be funded from SPLOST Phase III Recapture.
Attachments
17. Authorize the Engineering Department to approve Capital Project Budget
Number Eleven and Supplemental Agreement Ten with PBS & J in the
amount of $57,680 to hold a Public Information Open House Meeting
(PIOH) as mandated by GDOT; update the environmental document in
Attachments
www.augustaga.gov
accordance with the new noise criteria and various permits that are now
required; and the extensive right of plan revisions associated with the
realignment of Barton Chapel Road as part of the improvements to
Wrightsboro Road from Jimmie Dyess Parkway to I-520, CPB# 323-
041110-296823309. Funds will be transferred from the project Right of
Way Account to the project Engineering Account.
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Approve construction contract award in the amount of $766,260.73 to Garnto & Gearig Bros for the Fort Gordon
Eisenhower Hospital Area Gravity Sewer System . Bid item #09-156.
Department:Augusta Utilities Department
Caption:Approve construction contract award to Garnto & Gearig Bros in the
amount of $766,260.73.
Background:This project is located at Fort Gordon, Augusta GA. The gravity sewer trunk
line will begin near 22nd Street and connect to the existing municipal
System just northwest of the National Science Center. It will serve an area
of approximately 250 acres bounded to the north by Fort Gordon Highway
(Route 10/78/278), west of the Gate I entrance . The trunk line will
eliminate the need for 2 existing lift stations and 3,200 If of force main
required to convey wastewater to the Fort Gordon wastewater treatment
plant. This municipal gravity sewer trunk line will consist of approximately
4,625 If of 8-inch and 2,700 If of 10-inch SDR 26 PVC pipe with an
estimated twenty-four 48-inch diameter manhole structures.
Analysis:Garnto & Gearig Bros submitted an acceptable bid package and was the
lowest responsive bidder. The staff of the Utilities Department has
completed evaluation of the bid package and review of the design
engineering firm’s (Stevenson & Palmer Engineering) recommendation
letter and it is recommended that the award go to Garnto & Gearig Bros for
$766,260.73
Financial Impact:The amount submitted for the construction of this project was
$766,260.73.These funds are available from account 507043420-
5425210/88880069-5425210
Alternatives:Award the contract to Garnto & Gearig Bros
Recommendation:It is recommended to award the contract to Garnto & Gearig Bros. in the
amount of $766,260.73
Funds are Available in
the Following
Accounts:
507043420-5425210/88880069-5425210 from account $766,260.73
REVIEWED AND APPROVED BY:Cover Memo
Item # 1
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 1
Attachment number 1
Page 1 of 2
Item # 1
Attachment number 1
Page 2 of 2
Item # 1
Stevenson & Palmer Engineering, Inc.
723 Industrial Boulevard, Evans, GA 30809 (706) 261-4040
Project Name:Augusta Utilities Department Date: 10/28/2009
Fort Gordon Provatization Eisenhower Area Gravity Sewer
System Project No.: G1240801
Bid Number: 09-156 Prepared by: Eric Olson
AUD Project No. ICU-0069 Checked by: James Willson
Date: 10/28/2009
PAY ITEM DESCRIPTION
Estimated
Quantity Units Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
SANITARY SEWER
S-1A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to
6’, including Type II (No. 67 stone) bedding material 109 LF 45.00$ 4,905.00$ 20.73$ 2,259.57$ 23.00$ 2,507.00$ 6.30$ 686.70$ 22.00$ 2,398.00$ 15.10$ 1,645.90$ 14.09$ 1,535.81$
S-1B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to
6’, including Type II (No. 67 stone) bedding material 125 LF 65.00$ 8,125.00$ 23.83$ 2,978.75$ 25.00$ 3,125.00$ 10.20$ 1,275.00$ 24.00$ 3,000.00$ 17.20$ 2,150.00$ 17.30$ 2,162.50$
S-1C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to
6’, including Type II (No. 67 stone) bedding material 100 LF 75.00$ 7,500.00$ 23.55$ 2,355.00$ 28.00$ 2,800.00$ 14.50$ 1,450.00$ 26.00$ 2,600.00$ 19.95$ 1,995.00$ 20.23$ 2,023.00$
S-2A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to
8’, including Type II (No. 67 stone) bedding material 381 LF 50.00$ 19,050.00$ 20.73$ 7,898.13$ 25.00$ 9,525.00$ 6.70$ 2,552.70$ 22.00$ 8,382.00$ 16.50$ 6,286.50$ 14.78$ 5,631.18$
S-2B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to
8’, including Type II (No. 67 stone) bedding material 1060 LF 65.00$ 68,900.00$ 23.83$ 25,259.80$ 27.00$ 28,620.00$ 11.00$ 11,660.00$ 24.00$ 25,440.00$ 19.00$ 20,140.00$ 18.20$ 19,292.00$
S-2C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to
8’, including Type II (No. 67 stone) bedding material 265 LF 75.00$ 19,875.00$ 23.55$ 6,240.75$ 30.00$ 7,950.00$ 15.00$ 3,975.00$ 26.00$ 6,890.00$ 21.45$ 5,684.25$ 21.22$ 5,623.30$
S-2D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to
8’, including Type II (No. 67 stone) bedding materia 155 LF 90.00$ 13,950.00$ 27.44$ 4,253.20$ 33.00$ 5,115.00$ 22.70$ 3,518.50$ 30.00$ 4,650.00$ 26.20$ 4,061.00$ 26.29$ 4,074.95$
S-3A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to
10’, including Type II (No. 67 stone) bedding material 811 LF 50.00$ 40,550.00$ 20.73$ 16,812.03$ 30.00$ 24,330.00$ 7.10$ 5,758.10$ 22.00$ 17,842.00$ 18.70$ 15,165.70$ 15.66$ 12,700.26$
S-3B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to
10’, including Type II (No. 67 stone) bedding material 842 LF 75.00$ 63,150.00$ 23.83$ 20,064.86$ 32.00$ 26,944.00$ 11.50$ 9,683.00$ 24.00$ 20,208.00$ 21.20$ 17,850.40$ 18.91$ 15,922.22$
S-3C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to
10’, including Type II (No. 67 stone) bedding material 1332 LF 80.00$ 106,560.00$ 23.55$ 31,368.60$ 34.00$ 45,288.00$ 16.00$ 21,312.00$ 26.00$ 34,632.00$ 23.70$ 31,568.40$ 22.07$ 29,397.24$
S-3D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to
10’, including Type II (No. 67 stone) bedding material 436 LF 95.00$ 41,420.00$ 27.43$ 11,959.48$ 38.00$ 16,568.00$ 24.20$ 10,551.20$ 30.00$ 13,080.00$ 28.40$ 12,382.40$ 27.14$ 11,833.04$
S-4A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 10’ to
12’, including Type II (No. 67 stone) bedding material 877 LF 50.00$ 43,850.00$ 20.73$ 18,180.21$ 35.00$ 30,695.00$ 7.80$ 6,840.60$ 22.00$ 19,294.00$ 22.60$ 19,820.20$ 16.36$ 14,347.72$
S-4B
10” diameter PVC sanitary sewer pipe SDR 26, Depth 10’
to 12’, including Type II (No. 67 stone) bedding material
207 LF 70.00$ 14,490.00$ 23.83$ 4,932.81$ 38.00$ 7,866.00$ 12.60$ 2,608.20$ 24.00$ 4,968.00$ 25.15$ 5,206.05$ 20.02$ 4,144.14$
S-4C
12” diameter PVC sanitary sewer pipe SDR 26, Depth 10’
to 12’, including Type II (No. 67 stone) bedding material
754 LF 80.00$ 60,320.00$ 23.55$ 17,756.70$ 40.00$ 30,160.00$ 17.50$ 13,195.00$ 26.00$ 19,604.00$ 27.55$ 20,772.70$ 22.94$ 17,296.76$
S-4D
15” diameter PVC sanitary sewer pipe SDR 26, Depth 10’
to 12’, including Type II (No. 67 stone) bedding material
420 LF 95.00$ 39,900.00$ 27.44$ 11,524.80$ 43.00$ 18,060.00$ 26.60$ 11,172.00$ 30.00$ 12,600.00$ 32.21$ 13,528.20$ 28.02$ 11,768.40$
S-5A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 12’ to
14’, including Type II (No. 67 stone) bedding material 383 LF 55.00$ 21,065.00$ 20.73$ 7,939.59$ 41.00$ 15,703.00$ 8.90$ 3,408.70$ 22.00$ 8,426.00$ 25.26$ 9,674.58$ 18.02$ 6,901.66$
S-5B
10” diameter PVC sanitary sewer pipe SDR 26, Depth 12’
to 14’, including Type II (No. 67 stone) bedding material
25 LF 70.00$ 1,750.00$ 23.83$ 595.75$ 43.00$ 1,075.00$ 14.60$ 365.00$ 24.00$ 600.00$ 28.15$ 703.75$ 21.55$ 538.75$
S-5C
12” diameter PVC sanitary sewer pipe SDR 26, Depth 12’
to 14’, including Type II (No. 67 stone) bedding material
602 LF 80.00$ 48,160.00$ 23.55$ 14,177.10$ 46.00$ 27,692.00$ 20.00$ 12,040.00$ 26.00$ 15,652.00$ 30.32$ 18,252.64$ 24.09$ 14,502.18$
S-5D
15” diameter PVC sanitary sewer pipe SDR 26, Depth 12’
to 14’, including Type II (No. 67 stone) bedding material
392 LF 100.00$ 39,200.00$ 27.44$ 10,756.48$ 49.00$ 19,208.00$ 30.50$ 11,956.00$ 30.00$ 11,760.00$ 35.06$ 13,743.52$ 30.41$ 11,920.72$
S-6A 8” diameter PCV sanitary sewer pipe SDR 26, Depth 14’ to
16’, including Type II (No. 67 stone) bedding material 746 LF 55.00$ 41,030.00$ 20.73$ 15,464.58$ 46.00$ 34,316.00$ 10.20$ 7,609.20$ 24.00$ 17,904.00$ 29.79$ 22,223.34$ 22.13$ 16,508.98$
S-6B
10” diameter PCV sanitary sewer pipe SDR 26, Depth 14’
to 16’, including Type II (No. 67 stone) bedding material
61 LF 75.00$ 4,575.00$ 23.83$ 1,453.63$ 49.00$ 2,989.00$ 16.60$ 1,012.60$ 26.00$ 1,586.00$ 35.33$ 2,155.13$ 25.73$ 1,569.53$
S-6C
12” diameter PCV sanitary sewer pipe SDR 26, Depth 14’
to 16’, including Type II (No. 67 stone) bedding material
695 LF 85.00$ 59,075.00$ 23.55$ 16,367.25$ 51.00$ 35,445.00$ 22.70$ 15,776.50$ 28.00$ 19,460.00$ 34.74$ 24,144.30$ 28.65$ 19,911.75$
S-6D
15” diameter PCV sanitary sewer pipe SDR 26, Depth 14’
to 16’, including Type II (No. 67 stone) bedding material
900 LF 100.00$ 90,000.00$ 27.44$ 24,696.00$ 54.00$ 48,600.00$ 34.40$ 30,960.00$ 32.00$ 28,800.00$ 39.45$ 35,505.00$ 35.22$ 31,698.00$
S-7A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 16’ to
18’, including Type II (No. 67 stone) bedding material 390 LF 60.00$ 23,400.00$ 20.73$ 8,084.70$ 52.00$ 20,280.00$ 10.80$ 4,212.00$ 24.00$ 9,360.00$ 37.16$ 14,492.40$ 27.24$ 10,623.60$
S-7B
10” diameter PVC sanitary sewer pipe SDR 26, Depth 16’
to 18’, including Type II (No. 67 stone) bedding material
105 LF 75.00$ 7,875.00$ 23.83$ 2,502.15$ 54.00$ 5,670.00$ 17.50$ 1,837.50$ 26.00$ 2,730.00$ 39.68$ 4,166.40$ 31.63$ 3,321.15$
S-7C
12” diameter PVC sanitary sewer pipe SDR 26, Depth 16’
to 18’, including Type II (No. 67 stone) bedding material
857 LF 85.00$ 72,845.00$ 23.55$ 20,182.35$ 57.00$ 48,849.00$ 24.00$ 20,568.00$ 28.00$ 23,996.00$ 42.12$ 36,096.84$ 34.44$ 29,515.08$
S-8A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 18’ to
20’, including Type II (No. 67 stone) bedding material 40 LF 60.00$ 2,400.00$ 20.73$ 829.20$ 58.00$ 2,320.00$ 11.30$ 452.00$ 24.00$ 960.00$ 52.08$ 2,083.20$ 31.38$ 1,255.20$
S-8B
10” diameter PVC sanitary sewer pipe SDR 26, Depth 18’
to 20’, including Type II (No. 67 stone) bedding material
225 LF 75.00$ 16,875.00$ 23.83$ 5,361.75$ 60.00$ 13,500.00$ 18.30$ 4,117.50$ 26.00$ 5,850.00$ 54.46$ 12,253.50$ 37.14$ 8,356.50$
S-8C
10” diameter PVC sanitary sewer pipe SDR 26, Depth 20’
to 22’, including Type II (No. 67 stone) bedding material
45 LF 125.00$ 5,625.00$ 23.83$ 1,072.35$ 71.00$ 3,195.00$ 19.50$ 877.50$ 26.00$ 1,170.00$ 54.73$ 2,462.85$ 44.25$ 1,991.25$
S-8E
12” diameter PVC sanitary sewer pipe SDR 26, Depth 18’
to 20’, including Type II (No. 67 stone) bedding material
385 LF 90.00$ 34,650.00$ 23.55$ 9,066.75$ 62.00$ 23,870.00$ 25.40$ 9,779.00$ 34.00$ 13,090.00$ 56.92$ 21,914.20$ 39.84$ 15,338.40$
S-8F
12” diameter PVC sanitary sewer pipe SDR 26, Depth 20’
to 22’, including Type II (No. 67 stone) bedding material
100 LF 90.00$ 9,000.00$ 23.55$ 2,355.00$ 74.00$ 7,400.00$ 26.80$ 2,680.00$ 34.00$ 3,400.00$ 54.41$ 5,441.00$ 46.76$ 4,676.00$
S-8G 12 diameter PVC sanitary sewer pipe SDR 26, Depth 22’ to
24’, including Type II (No. 67 stone) bedding material 80 LF 90.00$ 7,200.00$ 23.55$ 1,884.00$ 90.00$ 7,200.00$ 28.40$ 2,272.00$ 34.00$ 2,720.00$ 65.66$ 5,252.80$ 56.22$ 4,497.60$
S-8H
12” diameter PVC sanitary sewer pipe SDR 26, Depth 24’
to 26' including Type II (No. 67 stone) bedding material
120 LF 100.00$ 12,000.00$ 23.55$ 2,826.00$ 113.00$ 13,560.00$ 30.60$ 3,672.00$ 34.00$ 4,080.00$ 76.60$ 9,192.00$ 68.21$ 8,185.20$
S-9C 12” diameter ductile iron sanitary sewer pipe Class 350,
Depth 0’ to 6’, including Type II (No. 67 stone) bedding
material
20 LF 95.00$ 1,900.00$ 90.77$ 1,815.40$ 70.00$ 1,400.00$ 60.30$ 1,206.00$ 64.00$ 1,280.00$ 52.56$ 1,051.20$ 48.34$ 966.80$
Bid Tabulation for
D.S. Utilities, Inc. Tran Construction Garnto & Gearing BrothersL & L Utilities Beam's ContractingEngineers's Opinion Blair Construction, Inc.
Page 1 of 2
Attachment number 2
Page 1 of 2
Item # 1
Stevenson & Palmer Engineering, Inc.
723 Industrial Boulevard, Evans, GA 30809 (706) 261-4040
Project Name:Augusta Utilities Department Date: 10/28/2009
Fort Gordon Provatization Eisenhower Area Gravity Sewer
System Project No.: G1240801
Bid Number: 09-156 Prepared by: Eric Olson
AUD Project No. ICU-0069 Checked by: James Willson
Date: 10/28/2009
PAY ITEM DESCRIPTION
Estimated
Quantity Units Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
Bid Tabulation for
D.S. Utilities, Inc. Tran Construction Garnto & Gearing BrothersL & L Utilities Beam's ContractingEngineers's Opinion Blair Construction, Inc.
S-10A 8” diameter ductile iron sanitary sewer pipe Class 350,
Depth 6’ to 8’, including Type II (No. 67 stone) bedding
material
22 LF 75.00$ 1,650.00$ 42.61$ 937.42$ 62.00$ 1,364.00$ 41.30$ 908.60$ 43.00$ 946.00$ 40.49$ 890.78$ 35.31$ 776.82$
S-11C 12” diameter ductile iron sanitary sewer pipe Class 350,
Depth 8’ to 10’, including Type II (No. 67 stone) bedding
material
20 LF 95.00$ 1,900.00$ 90.77$ 1,815.40$ 78.00$ 1,560.00$ 66.40$ 1,328.00$ 64.00$ 1,280.00$ 56.22$ 1,124.40$ 50.18$ 1,003.60$
S-13A 8” diameter ductile iron sanitary sewer pipe Class 350,
Depth 12’ to 14’, including Type II (No. 67 stone) bedding
material
50 LF 75.00$ 3,750.00$ 42.61$ 2,130.50$ 75.00$ 3,750.00$ 44.00$ 2,200.00$ 43.00$ 2,150.00$ 48.69$ 2,434.50$ 38.54$ 1,927.00$
S-13B 10” diameter ductile iron sanitary sewer pipe Class 350
Depth 12’ to 14’, including Type II (No. 67 stone) bedding
material
25 LF 85.00$ 2,125.00$ 50.09$ 1,252.25$ 81.00$ 2,025.00$ 54.10$ 1,352.50$ 49.00$ 1,225.00$ 54.61$ 1,365.25$ 46.00$ 1,150.00$
S-14A 8” diameter ductile iron sanitary sewer pipe Class 350,
Depth 14’ to 16’, including Type II (No. 67 stone) bedding
material
38 LF 75.00$ 2,850.00$ 42.61$ 1,619.18$ 86.00$ 3,268.00$ 45.30$ 1,721.40$ 43.00$ 1,634.00$ 53.41$ 2,029.58$ 42.67$ 1,621.46$
S-15B 10” diameter ductile iron sanitary sewer pipe Class 350
Depth 16’ to 18’, including Type II (No. 67 stone) bedding
material
74 LF 85.00$ 6,290.00$ 50.09$ 3,706.66$ 103.00$ 7,622.00$ 57.40$ 4,247.60$ 49.00$ 3,626.00$ 66.24$ 4,901.76$ 56.07$ 4,149.18$
S-20A Pre-cast sanitary manhole, GA DOT STD 1011A, Type 1,
Depth 0’ to 6’ (48” Diameter)61 EA 2,500.00$ 152,500.00$ 1,445.53$ 88,177.33$ 2,200.00$ 134,200.00$ 1,444.00$ 88,084.00$ 1,350.00$ 82,350.00$ 1,231.91$ 75,146.51$ 1,382.00$ 84,302.00$
S-21A Additional sanitary manhole depth, Type 1, Depth Class 1
(48” Dia.)348 VF 50.00$ 17,400.00$ 60.45$ 21,036.60$ 175.00$ 60,900.00$ 73.30$ 25,508.40$ 140.00$ 48,720.00$ 88.72$ 30,874.56$ 75.00$ 26,100.00$
S-27A 48” Diameter sanitary manhole interior protective coating
with Spectra-Shield, full system 348 VF 125.00$ 43,500.00$ 125.50$ 43,674.00$ 280.00$ 97,440.00$ 91.00$ 31,668.00$ 274.00$ 95,352.00$ 257.40$ 89,575.20$ 250.00$ 87,000.00$
S-27B 48” Diameter sanitary manhole interior protective coating
with Spectra-Shield, top coat only 28 VF 250.00$ 7,000.00$ 125.50$ 3,514.00$ 280.00$ 7,840.00$ 139.00$ 3,892.00$ 274.00$ 7,672.00$ 257.40$ 7,207.20$ 250.00$ 7,000.00$
S-28 Outside Drop Piping – Complete 1 EA 1,000.00$ 1,000.00$ 11,278.05$ 11,278.05$ 11,360.00$ 11,360.00$ 8,207.00$ 8,207.00$ 4,200.00$ 4,200.00$ 10,562.06$ 10,562.06$ 7,135.00$ 7,135.00$
S-30 6” sanitary sewer service, complete 130 LF 45.00$ 5,850.00$ 43.05$ 5,596.50$ 46.00$ 5,980.00$ 4.80$ 624.00$ 30.00$ 3,900.00$ 12.10$ 1,573.00$ 20.93$ 2,720.90$
S-33 Tie new sanitary sewer to existing manholes, diameter
varies 3 EA 200.00$ 600.00$ 808.50$ 2,425.50$ 2,615.00$ 7,845.00$ 375.00$ 1,125.00$ 2,100.00$ 6,300.00$ 1,367.18$ 4,101.54$ 1,325.00$ 3,975.00$
S-61A Jack and Bore 16” diameter steel casing, Minimum wall
thickness 0. 250 inch, Carrier pipe included, 8” diameter
SDR 26 sanitary sewer pipe, end seals
120 LF 850.00$ 102,000.00$ 200.59$ 24,070.80$ 285.00$ 34,200.00$ 183.00$ 21,960.00$ 190.00$ 22,800.00$ 131.68$ 15,801.60$ 194.00$ 23,280.00$
S-61B Jack and Bore 16” diameter steel casing, Minimum wall
thickness 0. 250 inch, Carrier pipe included, 10” diameter
SDR 26 sanitary sewer pipe, end seals
164 LF 850.00$ 139,400.00$ 203.20$ 33,324.80$ 290.00$ 47,560.00$ 184.00$ 30,176.00$ 190.00$ 31,160.00$ 132.68$ 21,759.52$ 198.00$ 32,472.00$
S-62 Flow monitoring station, complete as shown on the
Drawings 1 EA 9,900.00$ 9,900.00$ 28,167.30$ 28,167.30$ 37,800.00$ 37,800.00$ 21,400.00$ 21,400.00$ 30,000.00$ 30,000.00$ 31,027.27$ 31,027.27$ 32,250.00$ 32,250.00$
W-22
Replace existing 10” diameter AC water transmission main
with new 10” diameter ductile iron water transmission main
Class 350, standard joint, including Hymax couplings
70 LF 100.00$ 7,000.00$ 56.29$ 3,940.30$ 90.00$ 6,300.00$ 58.00$ 4,060.00$ 120.00$ 8,400.00$ 54.66$ 3,826.20$ 54.06$ 3,784.20$
P-2 Graded aggregate base, 10 ½ ” thick, 7’ wide and asphalt
patch 2 ½ ” thick, including removal of 2 ½ ” GAB and
placement of bituminous tack coat
31 SY 15.50$ 480.50$ 44.16$ 1,368.96$ 70.00$ 2,170.00$ 21.40$ 663.40$ 100.00$ 3,100.00$ 36.61$ 1,134.91$ 37.00$ 1,147.00$
P-5 4” thick concrete sidewalk, 3000 psi mix 158 SY 20.00$ 3,160.00$ 27.70$ 4,376.60$ 45.00$ 7,110.00$ 18.20$ 2,875.60$ 40.00$ 6,320.00$ 29.19$ 4,612.02$ 28.00$ 4,424.00$
P-7 4” asphalt pavement driveway replacement 13 SY 65.00$ 845.00$ 19.69$ 255.97$ 70.00$ 910.00$ 30.00$ 390.00$ 40.00$ 520.00$ 29.62$ 385.06$ 32.00$ 416.00$
P-8 24” wide concrete curb and/or gutter removal and
replacement (as appropriate and necessary)25 LF 10.00$ 250.00$ 21.16$ 529.00$ 63.00$ 1,575.00$ 15.80$ 395.00$ 20.00$ 500.00$ 18.02$ 450.50$ 21.00$ 525.00$
P-11 Dirt Road Replacement to match existing 3110 SY 3.00$ 9,330.00$ 2.00$ 6,220.00$ 2.00$ 6,220.00$ 6.40$ 19,904.00$ 10.00$ 31,100.00$ 3.37$ 10,480.70$ 0.37$ 1,150.70$
MISCELLANEOUS
M-1 Flowable fill 4 CY 75.00$ 300.00$ 110.51$ 442.04$ 180.00$ 720.00$ 107.00$ 428.00$ 150.00$ 600.00$ 143.60$ 574.40$ 145.00$ 580.00$
M-2 Rock excavation 100 CY 90.00$ 9,000.00$ 20.00$ 2,000.00$ 78.00$ 7,800.00$ 59.00$ 5,900.00$ 60.00$ 6,000.00$ 10.50$ 1,050.00$ 25.00$ 2,500.00$
M-4 Clearing and Grubbing 2 ACRE 2,000.00$ 4,000.00$ 4,908.75$ 9,817.50$ 7,900.00$ 15,800.00$ 5,457.00$ 10,914.00$ 2,000.00$ 4,000.00$ 7,029.75$ 14,059.50$ 7,100.00$ 14,200.00$
M-6 Remove & replace 42" storm RCP 20 LF 200.00$ 4,000.00$ 71.03$ 1,420.60$ 125.00$ 2,500.00$ 145.00$ 2,900.00$ 100.00$ 2,000.00$ 124.50$ 2,490.00$ 82.50$ 1,650.00$
M-8 Demolish Lift Station - Complete 2 EA 5,000.00$ 10,000.00$ 6,930.00$ 13,860.00$ 6,000.00$ 12,000.00$ 2,568.00$ 5,136.00$ 5,000.00$ 10,000.00$ 3,822.00$ 7,644.00$ 2,395.00$ 4,790.00$
LUMP SUM
LS-1 Lump sum construction (includes but is not limited to the
listing continued below)1 LS 200,000.00$ 200,000.00$ 123,146.15$ 123,146.15$ 182,544.00$ 182,544.00$ 22,770.00$ 22,770.00$ 30,000.00$ 30,000.00$ 93,540.75$ 93,540.75$ 64,200.00$ 64,200.00$
TOTAL Engineer's Total 1,797,250.50$ Calculated Total 771,378.13$ Calculated Total 1,302,188.00$ Calculated Total 561,778.00$ Calculated Total 814,267.00$ Calculated Total 859,688.12$ Calculated Total 766,260.73$
Bidder's Total 771,378.13$ Bidder's Total 1,296,344.00$ Bidder's Total 561,778.00$ Bidder's Total 814,267.00$ Bidder's Total 859,726.42$ Bidder's Total 766,260.73$
Difference -$ Difference 5,844.00$ Difference -$ Difference -$ Difference (38.30)$ Difference -$
Results Conformed Extension Error Conformed Conformed Addition Error Conformed
PAVEMENT STRUCTURES
WATER MAIN
Page 2 of 2
Attachment number 2
Page 2 of 2
Item # 1
Attachment number 3
Page 1 of 1
Item # 1
Invitation To Bid
Sealed bids will be received at this office until 3:00 p.m., Tuesday, October 13, 2009 for furnishing:
Bid Item #09-156 Fort Gordon Eisenhower Hospital Area Gravity Sewer for Utilities
Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene
Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all
prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and
specifications which are non-refundable is $200.00
Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262
Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. It is the
wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this
policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge
through Augusta Blue Print (706 722-6488) beginning Thursday, August 27, 2009. Bidders are cautioned that
submitting a package without Procurement of a complete set are likely to overlook issues of construction
phasing, delivery of goods or services, or coordination with other work that is material to the successful
completion of the project. 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.
A Mandatory Pre-Bid Conference will be held on Tuesday, September 22, 2009 @ 10:00 a.m. in the
Procurement Department – Room 605. All questions must be submitted in writing to the office of the
Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be
received by mail or hand delivered. All questions are to be submitted in writing by Friday, September
25, 2009 by 3:00 p.m.
No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10%
Bid bond is required to be submitted in a separate envelope so marked along with the bidders’
qualifications; a 100% performance bond and a 100% payment bond will be required for award.
An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in
accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the
number of copies needed, the timing of the submission, the required financial data, and any other
requirements designated by the Procurement Department are considered material conditions of the bid which
are not waiveable or modifiable by the Procurement Director. Please mark BID number on the outside of the
envelope.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle August 27, September 3, 10, 17, 2009
Metro Courier September 2, 2009
cc: Tameka Allen Interim Deputy Administrator
Drew Goins Utilities Department
Jerry Delaughter Utilities Department
Stanley Aye Utilities Department
Attachment number 4
Page 1 of 1
Item # 1
Ve
n
d
o
r
s
Bl
a
i
r
C
o
n
s
t
r
u
c
t
i
o
n
P.
O
.
B
o
x
7
7
0
Ev
a
n
s
,
G
A
3
0
8
0
9
Ma
b
u
s
B
r
o
t
h
e
r
s
92
0
M
o
l
l
y
P
o
n
d
R
d
Au
g
u
s
t
a
,
G
A
3
0
9
0
1
Co
n
s
t
r
u
c
t
i
o
n
P
e
r
f
e
c
t
58
7
C
h
e
r
r
y
A
v
e
.
N
A
u
g
u
s
t
a
,
S
C
2
9
8
4
1
Co
n
t
r
a
c
t
M
a
n
a
g
e
m
t
18
2
7
K
i
l
l
i
n
g
s
w
o
r
t
h
Au
g
u
s
t
a
,
G
A
3
0
9
0
4
W.
L
.
H
a
i
l
e
y
98
0
H
a
m
m
o
n
d
D
r
At
l
a
n
t
a
,
G
A
3
0
3
2
8
D.
S
.
U
t
i
l
i
t
i
e
s
I
n
c
16
4
4
H
o
l
y
T
r
i
n
i
t
y
C
h
Li
t
t
l
e
M
t
n
,
S
C
2
9
7
0
5
Tr
a
n
C
o
n
s
t
r
u
c
t
i
o
n
38
5
5
R
e
d
O
a
k
C
t
Ma
r
t
i
n
e
z
,
G
A
3
0
9
0
7
St
a
t
e
m
e
n
t
o
f
N
o
n
-
Di
s
c
r
i
m
i
n
a
t
i
o
n
Ye
s
Y
e
s
Ye
s
Y
e
s
Co
n
f
l
i
c
t
o
f
I
n
t
e
r
e
s
t
Ye
s
Y
e
s
Ye
s
Y
e
s
Co
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
A
g
r
e
e
m
e
n
t
Ye
s
Ye
s
Ye
s
Y
e
s
Su
b
c
o
n
t
r
a
c
t
o
r
Af
f
i
d
a
v
i
t
Ye
s
Ye
s
Ye
s
Y
e
s
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
Bi
d
d
e
r
/
O
f
f
e
r
o
r
Ye
s
Ye
s
Ye
s
Y
e
s
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
Su
b
c
o
n
t
r
a
c
t
o
r
Ye
s
Ye
s
Ye
s
Y
e
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Go
o
d
F
a
i
t
h
E
f
f
o
r
t
s
Ye
s
No
t
P
r
o
p
e
r
l
y
Ex
e
c
u
t
e
d
Ye
s
Y
e
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Su
b
c
o
n
t
r
a
c
t
o
r
/
Su
p
p
l
i
e
r
Ut
i
l
i
z
a
t
i
o
n
P
l
a
n
Ye
s
No
t
P
r
o
p
e
r
l
y
Ex
e
c
u
t
e
d
Ye
s
Y
e
s
Ad
d
e
n
d
u
m
1
&
2
Ye
s
Ye
s
Ye
s
Y
e
s
B
i
d
B
o
n
d
Ye
s
Ye
s
Ye
s
Y
e
s
B
i
d
A
m
o
u
n
t
$7
7
1
,
3
7
8
.
1
3
N
o
n
-
C
o
m
p
l
i
a
n
t
$1
,
2
9
6
,
3
4
4
.
0
0
$
5
6
1
,
7
7
8
.
0
0
Ye
s
Ye
s
Y
e
s
Ce
r
t
i
f
i
c
a
t
e
o
f
In
s
u
r
a
n
c
e
F
o
r
m
Ye
s
Y
e
s
Ye
s
Bi
d
I
t
e
m
#
0
9
-
1
5
6
Fo
r
t
G
o
r
d
o
n
E
i
s
e
n
h
o
w
e
r
H
o
s
p
i
t
a
l
A
r
e
a
G
r
a
v
i
t
y
S
e
w
e
r
fo
r
t
h
e
C
i
t
y
o
f
A
u
g
u
s
t
a
-
U
t
i
l
i
t
i
e
s
D
e
p
a
r
t
m
e
n
t
Qu
a
l
i
f
i
c
a
t
i
o
n
o
f
Bi
d
d
e
r
F
o
r
m
s
Ye
s
Bi
d
O
p
e
n
i
n
g
D
a
t
e
:
T
u
e
s
d
a
y
,
O
c
t
o
b
e
r
1
3
,
2
0
0
9
@
3
:
0
0
p
.
m
.
Ye
s
Pa
g
e
1
o
f
3
Attachment number 5
Page 1 of 3
Item # 1
Ve
n
d
o
r
s
L
&
L
U
t
i
l
i
t
i
e
s
74
6
R
o
b
e
r
t
W
e
b
b
R
d
Du
b
l
i
n
,
G
A
3
1
0
2
7
Be
a
m
'
s
C
o
n
t
r
a
c
t
i
n
g
23
3
5
A
t
o
m
i
c
R
d
Be
e
c
h
I
s
l
a
n
d
,
S
C
29
8
4
2
To
d
d
S
m
i
t
h
G
r
a
d
i
n
g
18
1
0
K
e
l
l
y
M
i
l
l
R
d
Cu
m
m
i
n
g
,
G
A
3
0
0
4
0
Ga
r
n
t
o
S
o
u
t
h
e
r
n
48
1
1
C
l
a
r
k
D
r
Ev
a
n
s
,
G
A
3
0
8
0
9
L-
J
I
n
c
22
0
S
t
o
n
e
B
r
i
d
g
e
D
r
Co
l
u
m
b
i
a
,
S
C
2
9
2
1
0
To
m
m
y
G
r
i
f
f
i
n
P
l
u
m
37
4
3
A
t
l
a
n
t
i
c
A
v
e
Ma
c
o
n
,
G
A
3
1
2
0
4
Jo
h
n
s
o
n
U
t
i
l
i
t
i
e
s
P.
O
.
B
o
x
3
7
7
Ev
a
n
s
,
G
A
3
0
8
0
9
St
a
t
e
m
e
n
t
o
f
N
o
n
-
Di
s
c
r
i
m
i
n
a
t
i
o
n
Ye
s
Y
e
s
Ye
s
Co
n
f
l
i
c
t
o
f
I
n
t
e
r
e
s
t
Ye
s
Y
e
s
Ye
s
Co
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
A
g
r
e
e
m
e
n
t
Ye
s
Ye
s
Ye
s
Su
b
c
o
n
t
r
a
c
t
o
r
Af
f
i
d
a
v
i
t
Y
e
s
Ye
s
Ye
s
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
Bi
d
d
e
r
/
O
f
f
e
r
o
r
Ye
s
Ye
s
Ye
s
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
Su
b
c
o
n
t
r
a
c
t
o
r
Ye
s
Ye
s
Ye
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Go
o
d
F
a
i
t
h
E
f
f
o
r
t
s
Y
e
s
Y
e
s
Ye
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Su
b
c
o
n
t
r
a
c
t
o
r
/
Su
p
p
l
i
e
r
Ut
i
l
i
z
a
t
i
o
n
P
l
a
n
Ye
s
Y
e
s
Ye
s
Ad
d
e
n
d
u
m
1
&
2
Ye
s
Ye
s
Ye
s
B
i
d
B
o
n
d
Ye
s
Ye
s
Ye
s
B
i
d
A
m
o
u
n
t
$8
1
4
,
2
6
7
.
0
0
$
8
5
9
,
7
2
6
.
4
2
No
n
-
C
o
m
p
l
i
a
n
t
Qu
a
l
i
f
i
c
a
t
i
o
n
o
f
Bi
d
d
e
r
F
o
r
m
s
Ye
s
Y
e
s
Ye
s
Bi
d
I
t
e
m
#
0
9
-
1
5
6
Fo
r
t
G
o
r
d
o
n
E
i
s
e
n
h
o
w
e
r
H
o
s
p
i
t
a
l
A
r
e
a
G
r
a
v
i
t
y
S
e
w
e
r
fo
r
t
h
e
C
i
t
y
o
f
A
u
g
u
s
t
a
-
U
t
i
l
i
t
i
e
s
D
e
p
a
r
t
m
e
n
t
Bi
d
O
p
e
n
i
n
g
D
a
t
e
:
T
u
e
s
d
a
y
,
O
c
t
o
b
e
r
1
3
,
2
0
0
9
@
3
:
0
0
p
.
m
.
Ce
r
t
i
f
i
c
a
t
e
o
f
In
s
u
r
a
n
c
e
F
o
r
m
Ye
s
Y
e
s
N
o
t
R
e
t
u
r
n
e
d
Pa
g
e
2
o
f
3
Attachment number 5
Page 2 of 3
Item # 1
Ve
n
d
o
r
s
Ga
r
n
t
o
&
G
e
a
r
i
g
B
r
o
s
P.
O
.
B
o
x
2
6
8
4
Ev
a
n
s
,
G
A
3
0
8
0
9
Jo
h
n
R
W
a
l
k
e
r
40
3
8
4
7
5
I
n
d
u
s
t
r
i
a
l
Ma
c
o
n
,
G
A
3
1
2
1
0
St
a
t
e
m
e
n
t
o
f
N
o
n
-
Di
s
c
r
i
m
i
n
a
t
i
o
n
Ye
s
N
o
t
R
e
t
u
r
n
e
d
Co
n
f
l
i
c
t
o
f
I
n
t
e
r
e
s
t
Ye
s
N
o
t
R
e
t
u
r
n
e
d
Co
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
A
g
r
e
e
m
e
n
t
Ye
s
No
t
R
e
t
u
r
n
e
d
Su
b
c
o
n
t
r
a
c
t
o
r
Af
f
i
d
a
v
i
t
Ye
s
Ye
s
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
Bi
d
d
e
r
/
O
f
f
e
r
o
r
Ye
s
No
t
R
e
t
u
r
n
e
d
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
Su
b
c
o
n
t
r
a
c
t
o
r
Ye
s
Ye
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Go
o
d
F
a
i
t
h
E
f
f
o
r
t
s
Y
e
s
N
o
t
R
e
t
u
r
n
e
d
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Su
b
c
o
n
t
r
a
c
t
o
r
/
Su
p
p
l
i
e
r
Ut
i
l
i
z
a
t
i
o
n
P
l
a
n
Ye
s
N
o
t
R
e
t
u
r
n
e
d
Ad
d
e
n
d
u
m
1
&
2
Ye
s
Ye
s
B
i
d
B
o
n
d
Y
e
s
Ye
s
B
i
d
A
m
o
u
n
t
$7
6
6
,
2
6
0
.
7
3
N
o
n
-
C
o
m
p
l
i
a
n
t
Qu
a
l
i
f
i
c
a
t
i
o
n
o
f
Bi
d
d
e
r
F
o
r
m
s
Ye
s
Y
e
s
Bi
d
I
t
e
m
#
0
9
-
1
5
6
Fo
r
t
G
o
r
d
o
n
E
i
s
e
n
h
o
w
e
r
H
o
s
p
i
t
a
l
A
r
e
a
G
r
a
v
i
t
y
S
e
w
e
r
fo
r
t
h
e
C
i
t
y
o
f
A
u
g
u
s
t
a
-
U
t
i
l
i
t
i
e
s
D
e
p
a
r
t
m
e
n
t
Bi
d
O
p
e
n
i
n
g
D
a
t
e
:
T
u
e
s
d
a
y
,
O
c
t
o
b
e
r
1
3
,
2
0
0
9
@
3
:
0
0
p
.
m
.
Ce
r
t
i
f
i
c
a
t
e
o
f
In
s
u
r
a
n
c
e
F
o
r
m
Ye
s
I
n
c
o
m
p
l
e
t
e
Pa
g
e
3
o
f
3
Attachment number 5
Page 3 of 3
Item # 1
Stevenson & Palmer Engineering, Inc.
723 Industrial Boulevard, Evans, GA 30809 (706) 261-4040
Project Name:Augusta Utilities Department Date: 10/28/2009
Fort Gordon Provatization Eisenhower Area Gravity Sewer
System Project No.: G1240801
Bid Number: 09-156 Prepared by: Eric Olson
AUD Project No. ICU-0069 Checked by: James Willson
Date: 10/28/2009
PAY ITEM DESCRIPTION
Estimated
Quantity Units Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
SANITARY SEWER
S-1A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to
6’, including Type II (No. 67 stone) bedding material 109 LF 45.00$ 4,905.00$ 20.73$ 2,259.57$ 23.00$ 2,507.00$ 6.30$ 686.70$ 22.00$ 2,398.00$ 15.10$ 1,645.90$ 14.09$ 1,535.81$
S-1B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to
6’, including Type II (No. 67 stone) bedding material 125 LF 65.00$ 8,125.00$ 23.83$ 2,978.75$ 25.00$ 3,125.00$ 10.20$ 1,275.00$ 24.00$ 3,000.00$ 17.20$ 2,150.00$ 17.30$ 2,162.50$
S-1C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to
6’, including Type II (No. 67 stone) bedding material 100 LF 75.00$ 7,500.00$ 23.55$ 2,355.00$ 28.00$ 2,800.00$ 14.50$ 1,450.00$ 26.00$ 2,600.00$ 19.95$ 1,995.00$ 20.23$ 2,023.00$
S-2A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to
8’, including Type II (No. 67 stone) bedding material 381 LF 50.00$ 19,050.00$ 20.73$ 7,898.13$ 25.00$ 9,525.00$ 6.70$ 2,552.70$ 22.00$ 8,382.00$ 16.50$ 6,286.50$ 14.78$ 5,631.18$
S-2B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to
8’, including Type II (No. 67 stone) bedding material 1060 LF 65.00$ 68,900.00$ 23.83$ 25,259.80$ 27.00$ 28,620.00$ 11.00$ 11,660.00$ 24.00$ 25,440.00$ 19.00$ 20,140.00$ 18.20$ 19,292.00$
S-2C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to
8’, including Type II (No. 67 stone) bedding material 265 LF 75.00$ 19,875.00$ 23.55$ 6,240.75$ 30.00$ 7,950.00$ 15.00$ 3,975.00$ 26.00$ 6,890.00$ 21.45$ 5,684.25$ 21.22$ 5,623.30$
S-2D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to
8’, including Type II (No. 67 stone) bedding materia 155 LF 90.00$ 13,950.00$ 27.44$ 4,253.20$ 33.00$ 5,115.00$ 22.70$ 3,518.50$ 30.00$ 4,650.00$ 26.20$ 4,061.00$ 26.29$ 4,074.95$
S-3A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to
10’, including Type II (No. 67 stone) bedding material 811 LF 50.00$ 40,550.00$ 20.73$ 16,812.03$ 30.00$ 24,330.00$ 7.10$ 5,758.10$ 22.00$ 17,842.00$ 18.70$ 15,165.70$ 15.66$ 12,700.26$
S-3B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to
10’, including Type II (No. 67 stone) bedding material 842 LF 75.00$ 63,150.00$ 23.83$ 20,064.86$ 32.00$ 26,944.00$ 11.50$ 9,683.00$ 24.00$ 20,208.00$ 21.20$ 17,850.40$ 18.91$ 15,922.22$
S-3C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to
10’, including Type II (No. 67 stone) bedding material 1332 LF 80.00$ 106,560.00$ 23.55$ 31,368.60$ 34.00$ 45,288.00$ 16.00$ 21,312.00$ 26.00$ 34,632.00$ 23.70$ 31,568.40$ 22.07$ 29,397.24$
S-3D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to
10’, including Type II (No. 67 stone) bedding material 436 LF 95.00$ 41,420.00$ 27.43$ 11,959.48$ 38.00$ 16,568.00$ 24.20$ 10,551.20$ 30.00$ 13,080.00$ 28.40$ 12,382.40$ 27.14$ 11,833.04$
S-4A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 10’ to
12’, including Type II (No. 67 stone) bedding material 877 LF 50.00$ 43,850.00$ 20.73$ 18,180.21$ 35.00$ 30,695.00$ 7.80$ 6,840.60$ 22.00$ 19,294.00$ 22.60$ 19,820.20$ 16.36$ 14,347.72$
S-4B
10” diameter PVC sanitary sewer pipe SDR 26, Depth 10’
to 12’, including Type II (No. 67 stone) bedding material
207 LF 70.00$ 14,490.00$ 23.83$ 4,932.81$ 38.00$ 7,866.00$ 12.60$ 2,608.20$ 24.00$ 4,968.00$ 25.15$ 5,206.05$ 20.02$ 4,144.14$
S-4C
12” diameter PVC sanitary sewer pipe SDR 26, Depth 10’
to 12’, including Type II (No. 67 stone) bedding material
754 LF 80.00$ 60,320.00$ 23.55$ 17,756.70$ 40.00$ 30,160.00$ 17.50$ 13,195.00$ 26.00$ 19,604.00$ 27.55$ 20,772.70$ 22.94$ 17,296.76$
S-4D
15” diameter PVC sanitary sewer pipe SDR 26, Depth 10’
to 12’, including Type II (No. 67 stone) bedding material
420 LF 95.00$ 39,900.00$ 27.44$ 11,524.80$ 43.00$ 18,060.00$ 26.60$ 11,172.00$ 30.00$ 12,600.00$ 32.21$ 13,528.20$ 28.02$ 11,768.40$
S-5A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 12’ to
14’, including Type II (No. 67 stone) bedding material 383 LF 55.00$ 21,065.00$ 20.73$ 7,939.59$ 41.00$ 15,703.00$ 8.90$ 3,408.70$ 22.00$ 8,426.00$ 25.26$ 9,674.58$ 18.02$ 6,901.66$
S-5B
10” diameter PVC sanitary sewer pipe SDR 26, Depth 12’
to 14’, including Type II (No. 67 stone) bedding material
25 LF 70.00$ 1,750.00$ 23.83$ 595.75$ 43.00$ 1,075.00$ 14.60$ 365.00$ 24.00$ 600.00$ 28.15$ 703.75$ 21.55$ 538.75$
S-5C
12” diameter PVC sanitary sewer pipe SDR 26, Depth 12’
to 14’, including Type II (No. 67 stone) bedding material
602 LF 80.00$ 48,160.00$ 23.55$ 14,177.10$ 46.00$ 27,692.00$ 20.00$ 12,040.00$ 26.00$ 15,652.00$ 30.32$ 18,252.64$ 24.09$ 14,502.18$
S-5D
15” diameter PVC sanitary sewer pipe SDR 26, Depth 12’
to 14’, including Type II (No. 67 stone) bedding material
392 LF 100.00$ 39,200.00$ 27.44$ 10,756.48$ 49.00$ 19,208.00$ 30.50$ 11,956.00$ 30.00$ 11,760.00$ 35.06$ 13,743.52$ 30.41$ 11,920.72$
S-6A 8” diameter PCV sanitary sewer pipe SDR 26, Depth 14’ to
16’, including Type II (No. 67 stone) bedding material 746 LF 55.00$ 41,030.00$ 20.73$ 15,464.58$ 46.00$ 34,316.00$ 10.20$ 7,609.20$ 24.00$ 17,904.00$ 29.79$ 22,223.34$ 22.13$ 16,508.98$
S-6B
10” diameter PCV sanitary sewer pipe SDR 26, Depth 14’
to 16’, including Type II (No. 67 stone) bedding material
61 LF 75.00$ 4,575.00$ 23.83$ 1,453.63$ 49.00$ 2,989.00$ 16.60$ 1,012.60$ 26.00$ 1,586.00$ 35.33$ 2,155.13$ 25.73$ 1,569.53$
S-6C
12” diameter PCV sanitary sewer pipe SDR 26, Depth 14’
to 16’, including Type II (No. 67 stone) bedding material
695 LF 85.00$ 59,075.00$ 23.55$ 16,367.25$ 51.00$ 35,445.00$ 22.70$ 15,776.50$ 28.00$ 19,460.00$ 34.74$ 24,144.30$ 28.65$ 19,911.75$
S-6D
15” diameter PCV sanitary sewer pipe SDR 26, Depth 14’
to 16’, including Type II (No. 67 stone) bedding material
900 LF 100.00$ 90,000.00$ 27.44$ 24,696.00$ 54.00$ 48,600.00$ 34.40$ 30,960.00$ 32.00$ 28,800.00$ 39.45$ 35,505.00$ 35.22$ 31,698.00$
S-7A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 16’ to
18’, including Type II (No. 67 stone) bedding material 390 LF 60.00$ 23,400.00$ 20.73$ 8,084.70$ 52.00$ 20,280.00$ 10.80$ 4,212.00$ 24.00$ 9,360.00$ 37.16$ 14,492.40$ 27.24$ 10,623.60$
S-7B
10” diameter PVC sanitary sewer pipe SDR 26, Depth 16’
to 18’, including Type II (No. 67 stone) bedding material
105 LF 75.00$ 7,875.00$ 23.83$ 2,502.15$ 54.00$ 5,670.00$ 17.50$ 1,837.50$ 26.00$ 2,730.00$ 39.68$ 4,166.40$ 31.63$ 3,321.15$
S-7C
12” diameter PVC sanitary sewer pipe SDR 26, Depth 16’
to 18’, including Type II (No. 67 stone) bedding material
857 LF 85.00$ 72,845.00$ 23.55$ 20,182.35$ 57.00$ 48,849.00$ 24.00$ 20,568.00$ 28.00$ 23,996.00$ 42.12$ 36,096.84$ 34.44$ 29,515.08$
S-8A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 18’ to
20’, including Type II (No. 67 stone) bedding material 40 LF 60.00$ 2,400.00$ 20.73$ 829.20$ 58.00$ 2,320.00$ 11.30$ 452.00$ 24.00$ 960.00$ 52.08$ 2,083.20$ 31.38$ 1,255.20$
S-8B
10” diameter PVC sanitary sewer pipe SDR 26, Depth 18’
to 20’, including Type II (No. 67 stone) bedding material
225 LF 75.00$ 16,875.00$ 23.83$ 5,361.75$ 60.00$ 13,500.00$ 18.30$ 4,117.50$ 26.00$ 5,850.00$ 54.46$ 12,253.50$ 37.14$ 8,356.50$
S-8C
10” diameter PVC sanitary sewer pipe SDR 26, Depth 20’
to 22’, including Type II (No. 67 stone) bedding material
45 LF 125.00$ 5,625.00$ 23.83$ 1,072.35$ 71.00$ 3,195.00$ 19.50$ 877.50$ 26.00$ 1,170.00$ 54.73$ 2,462.85$ 44.25$ 1,991.25$
S-8E
12” diameter PVC sanitary sewer pipe SDR 26, Depth 18’
to 20’, including Type II (No. 67 stone) bedding material
385 LF 90.00$ 34,650.00$ 23.55$ 9,066.75$ 62.00$ 23,870.00$ 25.40$ 9,779.00$ 34.00$ 13,090.00$ 56.92$ 21,914.20$ 39.84$ 15,338.40$
S-8F
12” diameter PVC sanitary sewer pipe SDR 26, Depth 20’
to 22’, including Type II (No. 67 stone) bedding material
100 LF 90.00$ 9,000.00$ 23.55$ 2,355.00$ 74.00$ 7,400.00$ 26.80$ 2,680.00$ 34.00$ 3,400.00$ 54.41$ 5,441.00$ 46.76$ 4,676.00$
S-8G 12 diameter PVC sanitary sewer pipe SDR 26, Depth 22’ to
24’, including Type II (No. 67 stone) bedding material 80 LF 90.00$ 7,200.00$ 23.55$ 1,884.00$ 90.00$ 7,200.00$ 28.40$ 2,272.00$ 34.00$ 2,720.00$ 65.66$ 5,252.80$ 56.22$ 4,497.60$
S-8H
12” diameter PVC sanitary sewer pipe SDR 26, Depth 24’
to 26' including Type II (No. 67 stone) bedding material
120 LF 100.00$ 12,000.00$ 23.55$ 2,826.00$ 113.00$ 13,560.00$ 30.60$ 3,672.00$ 34.00$ 4,080.00$ 76.60$ 9,192.00$ 68.21$ 8,185.20$
S-9C 12” diameter ductile iron sanitary sewer pipe Class 350,
Depth 0’ to 6’, including Type II (No. 67 stone) bedding
material
20 LF 95.00$ 1,900.00$ 90.77$ 1,815.40$ 70.00$ 1,400.00$ 60.30$ 1,206.00$ 64.00$ 1,280.00$ 52.56$ 1,051.20$ 48.34$ 966.80$
Bid Tabulation for
D.S. Utilities, Inc. Tran Construction Garnto & Gearing BrothersL & L Utilities Beam's ContractingEngineers's Opinion Blair Construction, Inc.
Page 1 of 2
Attachment number 6
Page 1 of 2
Item # 1
Stevenson & Palmer Engineering, Inc.
723 Industrial Boulevard, Evans, GA 30809 (706) 261-4040
Project Name:Augusta Utilities Department Date: 10/28/2009
Fort Gordon Provatization Eisenhower Area Gravity Sewer
System Project No.: G1240801
Bid Number: 09-156 Prepared by: Eric Olson
AUD Project No. ICU-0069 Checked by: James Willson
Date: 10/28/2009
PAY ITEM DESCRIPTION
Estimated
Quantity Units Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
Bid Tabulation for
D.S. Utilities, Inc. Tran Construction Garnto & Gearing BrothersL & L Utilities Beam's ContractingEngineers's Opinion Blair Construction, Inc.
S-10A 8” diameter ductile iron sanitary sewer pipe Class 350,
Depth 6’ to 8’, including Type II (No. 67 stone) bedding
material
22 LF 75.00$ 1,650.00$ 42.61$ 937.42$ 62.00$ 1,364.00$ 41.30$ 908.60$ 43.00$ 946.00$ 40.49$ 890.78$ 35.31$ 776.82$
S-11C 12” diameter ductile iron sanitary sewer pipe Class 350,
Depth 8’ to 10’, including Type II (No. 67 stone) bedding
material
20 LF 95.00$ 1,900.00$ 90.77$ 1,815.40$ 78.00$ 1,560.00$ 66.40$ 1,328.00$ 64.00$ 1,280.00$ 56.22$ 1,124.40$ 50.18$ 1,003.60$
S-13A 8” diameter ductile iron sanitary sewer pipe Class 350,
Depth 12’ to 14’, including Type II (No. 67 stone) bedding
material
50 LF 75.00$ 3,750.00$ 42.61$ 2,130.50$ 75.00$ 3,750.00$ 44.00$ 2,200.00$ 43.00$ 2,150.00$ 48.69$ 2,434.50$ 38.54$ 1,927.00$
S-13B 10” diameter ductile iron sanitary sewer pipe Class 350
Depth 12’ to 14’, including Type II (No. 67 stone) bedding
material
25 LF 85.00$ 2,125.00$ 50.09$ 1,252.25$ 81.00$ 2,025.00$ 54.10$ 1,352.50$ 49.00$ 1,225.00$ 54.61$ 1,365.25$ 46.00$ 1,150.00$
S-14A 8” diameter ductile iron sanitary sewer pipe Class 350,
Depth 14’ to 16’, including Type II (No. 67 stone) bedding
material
38 LF 75.00$ 2,850.00$ 42.61$ 1,619.18$ 86.00$ 3,268.00$ 45.30$ 1,721.40$ 43.00$ 1,634.00$ 53.41$ 2,029.58$ 42.67$ 1,621.46$
S-15B 10” diameter ductile iron sanitary sewer pipe Class 350
Depth 16’ to 18’, including Type II (No. 67 stone) bedding
material
74 LF 85.00$ 6,290.00$ 50.09$ 3,706.66$ 103.00$ 7,622.00$ 57.40$ 4,247.60$ 49.00$ 3,626.00$ 66.24$ 4,901.76$ 56.07$ 4,149.18$
S-20A Pre-cast sanitary manhole, GA DOT STD 1011A, Type 1,
Depth 0’ to 6’ (48” Diameter)61 EA 2,500.00$ 152,500.00$ 1,445.53$ 88,177.33$ 2,200.00$ 134,200.00$ 1,444.00$ 88,084.00$ 1,350.00$ 82,350.00$ 1,231.91$ 75,146.51$ 1,382.00$ 84,302.00$
S-21A Additional sanitary manhole depth, Type 1, Depth Class 1
(48” Dia.)348 VF 50.00$ 17,400.00$ 60.45$ 21,036.60$ 175.00$ 60,900.00$ 73.30$ 25,508.40$ 140.00$ 48,720.00$ 88.72$ 30,874.56$ 75.00$ 26,100.00$
S-27A 48” Diameter sanitary manhole interior protective coating
with Spectra-Shield, full system 348 VF 125.00$ 43,500.00$ 125.50$ 43,674.00$ 280.00$ 97,440.00$ 91.00$ 31,668.00$ 274.00$ 95,352.00$ 257.40$ 89,575.20$ 250.00$ 87,000.00$
S-27B 48” Diameter sanitary manhole interior protective coating
with Spectra-Shield, top coat only 28 VF 250.00$ 7,000.00$ 125.50$ 3,514.00$ 280.00$ 7,840.00$ 139.00$ 3,892.00$ 274.00$ 7,672.00$ 257.40$ 7,207.20$ 250.00$ 7,000.00$
S-28 Outside Drop Piping – Complete 1 EA 1,000.00$ 1,000.00$ 11,278.05$ 11,278.05$ 11,360.00$ 11,360.00$ 8,207.00$ 8,207.00$ 4,200.00$ 4,200.00$ 10,562.06$ 10,562.06$ 7,135.00$ 7,135.00$
S-30 6” sanitary sewer service, complete 130 LF 45.00$ 5,850.00$ 43.05$ 5,596.50$ 46.00$ 5,980.00$ 4.80$ 624.00$ 30.00$ 3,900.00$ 12.10$ 1,573.00$ 20.93$ 2,720.90$
S-33 Tie new sanitary sewer to existing manholes, diameter
varies 3 EA 200.00$ 600.00$ 808.50$ 2,425.50$ 2,615.00$ 7,845.00$ 375.00$ 1,125.00$ 2,100.00$ 6,300.00$ 1,367.18$ 4,101.54$ 1,325.00$ 3,975.00$
S-61A Jack and Bore 16” diameter steel casing, Minimum wall
thickness 0. 250 inch, Carrier pipe included, 8” diameter
SDR 26 sanitary sewer pipe, end seals
120 LF 850.00$ 102,000.00$ 200.59$ 24,070.80$ 285.00$ 34,200.00$ 183.00$ 21,960.00$ 190.00$ 22,800.00$ 131.68$ 15,801.60$ 194.00$ 23,280.00$
S-61B Jack and Bore 16” diameter steel casing, Minimum wall
thickness 0. 250 inch, Carrier pipe included, 10” diameter
SDR 26 sanitary sewer pipe, end seals
164 LF 850.00$ 139,400.00$ 203.20$ 33,324.80$ 290.00$ 47,560.00$ 184.00$ 30,176.00$ 190.00$ 31,160.00$ 132.68$ 21,759.52$ 198.00$ 32,472.00$
S-62 Flow monitoring station, complete as shown on the
Drawings 1 EA 9,900.00$ 9,900.00$ 28,167.30$ 28,167.30$ 37,800.00$ 37,800.00$ 21,400.00$ 21,400.00$ 30,000.00$ 30,000.00$ 31,027.27$ 31,027.27$ 32,250.00$ 32,250.00$
W-22
Replace existing 10” diameter AC water transmission main
with new 10” diameter ductile iron water transmission main
Class 350, standard joint, including Hymax couplings
70 LF 100.00$ 7,000.00$ 56.29$ 3,940.30$ 90.00$ 6,300.00$ 58.00$ 4,060.00$ 120.00$ 8,400.00$ 54.66$ 3,826.20$ 54.06$ 3,784.20$
P-2 Graded aggregate base, 10 ½ ” thick, 7’ wide and asphalt
patch 2 ½ ” thick, including removal of 2 ½ ” GAB and
placement of bituminous tack coat
31 SY 15.50$ 480.50$ 44.16$ 1,368.96$ 70.00$ 2,170.00$ 21.40$ 663.40$ 100.00$ 3,100.00$ 36.61$ 1,134.91$ 37.00$ 1,147.00$
P-5 4” thick concrete sidewalk, 3000 psi mix 158 SY 20.00$ 3,160.00$ 27.70$ 4,376.60$ 45.00$ 7,110.00$ 18.20$ 2,875.60$ 40.00$ 6,320.00$ 29.19$ 4,612.02$ 28.00$ 4,424.00$
P-7 4” asphalt pavement driveway replacement 13 SY 65.00$ 845.00$ 19.69$ 255.97$ 70.00$ 910.00$ 30.00$ 390.00$ 40.00$ 520.00$ 29.62$ 385.06$ 32.00$ 416.00$
P-8 24” wide concrete curb and/or gutter removal and
replacement (as appropriate and necessary)25 LF 10.00$ 250.00$ 21.16$ 529.00$ 63.00$ 1,575.00$ 15.80$ 395.00$ 20.00$ 500.00$ 18.02$ 450.50$ 21.00$ 525.00$
P-11 Dirt Road Replacement to match existing 3110 SY 3.00$ 9,330.00$ 2.00$ 6,220.00$ 2.00$ 6,220.00$ 6.40$ 19,904.00$ 10.00$ 31,100.00$ 3.37$ 10,480.70$ 0.37$ 1,150.70$
MISCELLANEOUS
M-1 Flowable fill 4 CY 75.00$ 300.00$ 110.51$ 442.04$ 180.00$ 720.00$ 107.00$ 428.00$ 150.00$ 600.00$ 143.60$ 574.40$ 145.00$ 580.00$
M-2 Rock excavation 100 CY 90.00$ 9,000.00$ 20.00$ 2,000.00$ 78.00$ 7,800.00$ 59.00$ 5,900.00$ 60.00$ 6,000.00$ 10.50$ 1,050.00$ 25.00$ 2,500.00$
M-4 Clearing and Grubbing 2 ACRE 2,000.00$ 4,000.00$ 4,908.75$ 9,817.50$ 7,900.00$ 15,800.00$ 5,457.00$ 10,914.00$ 2,000.00$ 4,000.00$ 7,029.75$ 14,059.50$ 7,100.00$ 14,200.00$
M-6 Remove & replace 42" storm RCP 20 LF 200.00$ 4,000.00$ 71.03$ 1,420.60$ 125.00$ 2,500.00$ 145.00$ 2,900.00$ 100.00$ 2,000.00$ 124.50$ 2,490.00$ 82.50$ 1,650.00$
M-8 Demolish Lift Station - Complete 2 EA 5,000.00$ 10,000.00$ 6,930.00$ 13,860.00$ 6,000.00$ 12,000.00$ 2,568.00$ 5,136.00$ 5,000.00$ 10,000.00$ 3,822.00$ 7,644.00$ 2,395.00$ 4,790.00$
LUMP SUM
LS-1 Lump sum construction (includes but is not limited to the
listing continued below)1 LS 200,000.00$ 200,000.00$ 123,146.15$ 123,146.15$ 182,544.00$ 182,544.00$ 22,770.00$ 22,770.00$ 30,000.00$ 30,000.00$ 93,540.75$ 93,540.75$ 64,200.00$ 64,200.00$
TOTAL Engineer's Total 1,797,250.50$ Calculated Total 771,378.13$ Calculated Total 1,302,188.00$ Calculated Total 561,778.00$ Calculated Total 814,267.00$ Calculated Total 859,688.12$ Calculated Total 766,260.73$
Bidder's Total 771,378.13$ Bidder's Total 1,296,344.00$ Bidder's Total 561,778.00$ Bidder's Total 814,267.00$ Bidder's Total 859,726.42$ Bidder's Total 766,260.73$
Difference -$ Difference 5,844.00$ Difference -$ Difference -$ Difference (38.30)$ Difference -$
Results Conformed Extension Error Conformed Conformed Addition Error Conformed
PAVEMENT STRUCTURES
WATER MAIN
Page 2 of 2
Attachment number 6
Page 2 of 2
Item # 1
Attachment number 7
Page 1 of 3
Item # 1
Attachment number 7
Page 2 of 3
Item # 1
Attachment number 7
Page 3 of 3
Item # 1
Attachment number 8
Page 1 of 3
Item # 1
Attachment number 8
Page 2 of 3
Item # 1
Attachment number 8
Page 3 of 3
Item # 1
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Approve purchase of Wetlands Mitigation Credits associated with construction of the Butler Creek Interceptor
Upgrade East, Phase 1 and 2, Project number 60107 and 60108.
Department:Tom Wiedmeier, Director Augusta Utilities Department
Caption:Award subject Wetland Mitigation Credits purchase from The Phinizy
Swamp Mitigation Bank through Merry Land Properties, LLC in the amount
of $56,700.00.
Background:A new Butler Creek interceptor East sanitary sewer was needed to upgrade
the aging Butler Creek East main interceptor sewer main. The Butler Creek
Main Interceptor Upgrade East Phase 1 and 2 Projects are designed to
upgrade the Butler Creek Main Interceptor East via installation of new
sanitary sewer piping which will tie-in to the recently installed Butler Creek
Interceptor piping near Lexington Drive, and extend the new sewer main to
the Messerly Seweage Treatment Plant on New Savannah Road.
Analysis:Approving subject wetland mitigation credits purchase will allow Augusta
the wetland credits needed to satisfy the requirements of the Corp of
Engineers under Nationwide Permit 12 to construct the Butler Creek East
Main Interceptor Upgrade Projects, Phases 1 and 2 sanitary sewer mains.
The fee is the lowest fee submitted by available Wetlands credit banks. With
the completion of these construction projects the City of Augusta will be
effectively served by the new sanitary sewer main, and have years of trouble
free service from the new system.
Financial Impact:Funds for this work are available in account number 511043420-
5213119/80360107-5213119
Alternatives:No alternatives are recommended.
Recommendation:Augusta Utilities Department recommends the Commission award Merry
Land Properties, LLC, subject wetland mitigation fees for purchase of the
required 18.9 Corps of Engineers wetland credits needed under Nationwide
Permit 12 in the amount of $56,700.00.
Funds are Available in
the Following
Accounts:
FUNDS AVAILABLE IN THE FOLLOWING ACCOUNTS: 511043420-
5213119/80360107-5213119
REVIEWED AND APPROVED BY:
Cover Memo
Item # 2
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 2
Attachment number 1
Page 1 of 1
Item # 2
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Approve Soils and Materials Testing Services Contract Associated With RFP Item # 09-177.
Department:Utilities
Caption:Award contract to CSRA Testing and Engineering in the amount of
$34,788.00.
Background:The Augusta Utilities Department (AUD) needed to contract with an
engineering testing firm to perform soils and materials testing for capital
improvements projects in Augusta-Richmond County. RFP 09-177 was
developed and advertised through Augusta’s Procurement Department. Five
proposals were found to be in compliance with applicable RFQ requirements
and after review of the five proposals by a review committee, CSRA Testing
and Engineering was rated as the firm best conforming to the criteria
established.
Analysis:Approving this contract will allow CSRA Testing and Engineering, to enter
into a contract with Augusta-Richmond County to perform applicable soils
and materials testing as for capital improvements projects for AUD.
Financial Impact:Funds for this work are available in account number 507043490-
5212115/80399999-5212115
Alternatives:No alternatives are recommended.
Recommendation:We recommend the Commission award the Soils and Materials Testing
contract to CSRA Testing and Engineering in the amount of $34,788.00.
Funds are Available in
the Following
Accounts:
507043490-5212115/80399999-5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission Cover Memo
Item # 3
REQUEST FOR QUALIFICATIONS
Request for Qualifications will be received at this office until Friday, November 20, 2009 @ 11:00 a.m.
for furnishing:
RFQ ITEM #09-177 Soils and Materials Testing for Capital Improvement Projects for
Utilities Department
RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the
offices of:
Geri A. Sams, Director
Augusta Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530
Greene Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing to
the office of the Procurement Department by Tuesday, November 10, 2009 @ 3:00 p.m. 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.
The local bidder preference program is applicable to this project. To be approved as a local
bidder and receive bid preference on an eligible local project, the certification statement as a
local bidder and all supporting documents must be submitted to the Procurement Department
with your bonafide bid package.
No RFQ may be withdrawn for a period of 90 days after time has been called on the date of opening.
An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and
conditions, applicable to the procurement. All specific requirements contained in the invitation to bid
including, but not limited to, the number of copies needed, the timing of the submission, the required
financial data, and any other requirements designated by the Procurement Department are
considered material conditions of the bid which are not waiveable or modifiable by the Procurement
Director. 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.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle October 15, 22, 29, November 5, 2009
Metro Courier October 21, 2009
cc: Tameka Allen Interim Deputy Administrator
Drew Goins Utilities Department
Joe Holland Utilities Department
Attachment number 1
Page 1 of 1
Item # 3
VENDORS ORIGINAL 6 COPIES FEE PROPOSAL ADDENDUM
ATC Associates Inc.
1841 West Oak Pkwy Ste F
Marietta, GA 30062
YES YES YES YES
CSRA Testing & Engineering
1005 Emmett St, Ste A
Augusta, GA 30904
YES YES YES YES
MC Squared, Inc.
1275 Shiloh Rd Ste 2670
Kennesaw, GA 30144
YES YES YES YES
Moreland Altobelli Assoc
2211 Beaver Ruin Rd Ste 190
Norcross, GA 30071
YES YES YES YES
Qore Property Sciences
645 Frontage Rd NW
Augusta, GA 30907
YES YES YES YES
S&ME
134 Suber Road
Columbia, SC 29210
Graves Engineering Services
1220 W Wheeler Parkway
Augusta, GA 30907
National Salvage & Service
RFQ Item #09-177
Soils and Materials Testing for Capital Improvement Projects
for the City of Augusta - Utiilties Department
RFQ Opening Date: Tuesday, November 24, 2009 @ 11:00 a.m.
Non-Compliant
Did not acknowledge the Addendum
National Salvage & Service
6755 Old State Road 37 S
Bloomington, IN 47401
Nova Engineering & Environmental
3640 Kennesaw North Industrial Pkwy Ste E
Kennesaw, GA 30144
Parsons
1810-B Doug Barnard Pkwy
Augusta, GA 30906
S L King Technologies
270 Peachtree Street
Atlanta, GA 30331
STS Operations
1342 Colonial Blvd Ste F45
Ft. Myers, FL 33901
Tetra Tech
360 Bay Street, Ste 435
Augusta, GA 30909
W. K. Dickson, Inc.
1450 Greene Street #225
Augusta, GA 30901
Page 1 of 1
Attachment number 2
Page 1 of 1
Item # 3
Attachment number 3
Page 1 of 4
Item # 3
Attachment number 3
Page 2 of 4
Item # 3
Attachment number 3
Page 3 of 4
Item # 3
Attachment number 3
Page 4 of 4
Item # 3
Evaluation Criteria PTS
ATC Associates Inc.
1841 West Oak Pkwy Ste F
Marietta, GA 30062
CSRA Testing & Engineering
1005 Emmett St, Ste A
Augusta, GA 30904
MC Squared, Inc.
1275 Shiloh Rd Ste 2670
Kennesaw, GA 30144
Moreland Altobelli Assoc
2211 Beaver Ruin Rd
Ste 190
Norcross, GA 30071
Qore Property Sciences
645 Frontage Rd NW
Augusta, GA 30907
1) Experience with similar
projects 15%15.00 15.00 15.00 15.00 15.00
2) Company accreditations 15%15.00 15.00 15.00 15.00 15.00
3) Laboratory Testing
Experience 20%20.00 20.00 20.00 20.00 20.00
4) Field Testing Experience 25%25.00 25.00 25.00 25.00 25.00
5) Proximity of Your Office
To Project 15%12.67 15.00 10.00 10.00 14.33
6) Cost 10%6.00 10.00 5.67 3.00 8.33
Total 100%93.67 100.00 90.67 88.00 97.67
Cumulative Evaluation Sheet - RFQ Item #09-177
Soils and Materials Testing for Capital Improvement Projects
for the City of Augusta - Utiilties Department
Wednesday, December 9, 2009 @ 9:00 a.m.
Item # 3
Item # 3
Attachment number 6
Page 1 of 2
Item # 3
Attachment number 6
Page 2 of 2
Item # 3
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Award Contract for Riverwalk Sidewalk Replacement
Department:Public Services Department - Facilities Management Division
Caption:Approve award of the contract for Replacement of Sidewalk at Augusta
Riverwalk to L-J, Inc. of Beech Island, SC in the amount of $20,250. To be
funded from 272-04-2260.
Background:Since completion of the Augusta Riverwalk, the sidewalks on the lower
level have experienced differential settlement and cracking due to exposure.
In order to eliminate this it is necessary to remove and replace sections of
the walk. Bid Item 09-176 was issued soliciting bids to replace 75 sections
of walk along with a unit cost to add to or deduct from this total depending
on actual need. Seven responsive bids were received on November 24,
2009.
Analysis:L-J Inc. of Beech Island, SC was the lowest responsive bid. We have
checked references and Staff recommends award of the contract to the low
bidder, L-J Inc.
Financial Impact:The cost of the contract is $20,250.
Alternatives:1. Approve award of the contract for Replacement of Sidewalk at Augusta
Riverwalk to L-J, Inc. of Beech Island, SC in the amount of $20,250. To be
funded from 272-04-2260. 2. Do not approve the award.
Recommendation:Approve award of the contract for Replacement of Sidewalk at Augusta
Riverwalk to L-J, Inc. of Beech Island, SC in the amount of $20,250. To be
funded from 272-04-2260.
Funds are Available in
the Following
Accounts:
FUNDS ARE AVAILABLE IN ACCOUNT: 272-04-2260
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Law.
Finance.
Cover Memo
Item # 4
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 4
Invitation To Bid
Sealed bids will be received at this office until 11:00 a.m. Friday, November 20, 2009 for furnishing:
Bid Item #09-176 Replacement of Sidewalk @ Augusta Riverwalk for Public Services
Department – Facilities Management Division
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the
offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 530
Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular
business hours at the offices of Augusta, GA Procurement Department. A Mandatory Pre-Bid
Conference will be held on Friday, November 6, 2009 @ 10:00 a.m. in the Procurement
Department – Room 605. All questions must be submitted in writing to the office of the
Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax,
all must be received by mail or hand delivered. All questions are to be submitted in writing
by Tuesday, November 10, 2009 by 3:00 p.m.
The local bidder preference program is applicable to this project. To be approved as a local
bidder and receive bid preference on an eligible local project, the certification statement as a
local bidder and all supporting documents must be submitted to the Procurement
Department with your bonafide bid package.
No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening.
A 10% Bid bond is required to be submitted in a separate envelope so marked along with the
bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required
for award.
An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and
conditions, applicable to the procurement. All specific requirements contained in the invitation to bid
including, but not limited to, the number of copies needed, the timing of the submission, the required
financial data, and any other requirements designated by the Procurement Department are
considered material conditions of the bid which are not waiveable or modifiable by the Procurement
Director. Please mark BID number on the outside of the envelope.
Bidders are cautioned that sequestration of BID documents through any source other than the office
of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized
sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to
base his qualifications.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle October 15, 22, 29, November 5, 2009
Metro Courier October 21, 2009
cc: Tameka Allen Interim Deputy Administrator
Mike Greene Public Service
Rick Acree Public Service – Facilities Management
Attachment number 1
Page 1 of 1
Item # 4
Attachment number 2
Page 1 of 2
Item # 4
Attachment number 2
Page 2 of 2
Item # 4
Attachment number 3
Page 1 of 5
Item # 4
Attachment number 3
Page 2 of 5
Item # 4
Attachment number 3
Page 3 of 5
Item # 4
Attachment number 3
Page 4 of 5
Item # 4
Attachment number 3
Page 5 of 5
Item # 4
Attachment number 4
Page 1 of 1
Item # 4
Ve
n
d
o
r
s
:
Am
m
a
r
C
o
n
s
t
.
P.
O
.
B
o
x
1
8
7
7
Ev
a
n
s
,
G
A
3
0
8
0
9
Je
f
f
e
r
y
H
a
r
r
i
s
Tr
u
c
k
i
n
g
I
n
c
.
17
3
6
B
a
r
t
o
n
C
h
a
p
e
l
Au
g
u
s
t
a
,
G
A
3
0
9
0
9
Ho
r
i
z
o
n
C
o
n
s
t
r
u
c
t
i
o
n
PO
B
o
x
7
9
8
Ev
a
n
s
,
G
A
3
0
8
0
9
L-
J
I
n
c
60
3
P
i
n
e
L
o
g
R
o
a
d
Be
e
c
h
I
s
l
a
n
d
,
S
C
2
9
8
4
2
Si
t
e
c
,
L
L
C
21
7
F
a
i
r
f
i
e
l
d
S
t
N
E
Ai
k
e
n
,
S
C
2
9
8
0
1
Tr
a
n
C
o
n
s
t
38
5
5
R
e
d
O
a
k
C
t
Ma
r
t
i
n
e
z
,
G
A
30
9
0
7
Tu
r
n
e
r
M
e
c
h
I
n
c
13
4
7
A
t
o
m
i
c
R
o
a
d
Be
e
c
h
I
s
l
a
n
d
,
S
C
2
9
8
4
2
Bi
d
F
o
r
m
YE
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
St
a
t
e
m
e
n
t
o
f
N
o
n
-
Di
s
c
r
i
m
i
n
a
t
i
o
n
YE
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Co
n
f
l
i
c
t
o
f
I
n
t
e
r
e
s
t
YE
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Co
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
Ag
r
e
e
m
e
n
t
YE
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Su
b
c
o
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
Ag
r
e
e
m
e
n
t
YE
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
No
n
-
C
o
l
l
u
s
i
o
n
A
f
f
i
d
a
v
i
t
of
B
i
d
d
e
r
YE
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
No
n
-
C
o
l
l
u
s
i
o
n
A
f
f
i
d
a
v
i
t
Su
b
c
o
n
t
r
a
c
t
o
r
YE
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Lo
c
a
l
S
m
a
l
l
B
u
s
i
n
e
s
s
Go
o
d
F
a
i
t
h
E
f
f
o
r
t
s
YE
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Lo
c
a
l
S
m
a
l
l
B
u
s
i
n
e
s
s
Su
b
c
o
n
t
r
a
c
t
o
r
/
S
u
p
p
l
i
e
r
Ut
i
l
i
z
a
t
i
o
n
P
l
a
n
YE
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Ad
d
e
n
d
u
m
YE
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Bi
d
B
o
n
d
YE
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Y
E
S
Bi
d
A
m
o
u
n
t
$7
0
,
4
0
0
.
0
0
$
7
0
,
0
0
0
.
0
0
$
2
9
,
2
5
0
.
0
0
$
2
0
,
2
5
0
.
0
0
$
2
8
,
2
0
0
.
0
0
$
2
1
,
2
5
5
.
0
0
$
4
3
,
2
7
5
.
0
0
Un
i
t
P
r
i
c
e
$9
3
8
.
6
6
$
9
5
0
.
0
0
$
3
9
0
.
0
0
$
2
7
0
.
0
0
$
3
7
6
.
0
0
$
3
5
4
.
2
5
$
5
7
7
.
0
0
Bi
d
I
t
e
m
#
0
9
-
1
7
6
Re
p
l
a
c
e
m
e
n
t
o
f
S
i
d
e
w
a
l
k
@
R
i
v
e
r
w
a
l
k
Fo
r
t
h
e
C
i
t
y
o
f
A
u
g
u
s
t
a
-
P
u
b
l
i
c
S
e
r
v
i
c
e
s
D
e
p
a
r
t
m
e
n
t
-
F
a
c
i
l
i
ti
e
s
M
a
n
a
g
e
m
e
n
t
D
i
v
i
s
i
o
n
Bi
d
O
p
e
n
i
n
g
D
a
t
e
:
T
u
e
s
d
a
y
,
N
o
v
e
m
b
e
r
2
4
,
2
0
0
9
a
t
1
1
:
0
0
a.
m
.
Pa
g
e
1
o
f
2
Attachment number 5
Page 1 of 2
Item # 4
Ve
n
d
o
r
s
:
Ac
t
i
o
n
L
a
n
d
s
c
a
p
i
n
g
24
3
S
i
l
v
e
r
M
a
p
l
e
R
d
Ma
r
t
i
n
e
z
,
G
A
3
0
9
0
7
Bl
o
u
n
t
s
C
o
m
p
l
e
t
e
Ho
m
e
S
e
r
v
i
c
e
29
0
7
T
a
b
a
c
c
o
R
d
He
p
h
z
i
b
a
h
G
A
3
0
8
1
5
Co
l
u
m
b
i
a
D
i
v
e
r
s
i
f
i
e
d
P.
O
.
B
o
x
2
1
1
2
2
2
Ma
r
t
i
n
e
z
,
G
A
3
0
9
1
7
Bi
d
F
o
r
m
YE
S
Y
E
S
Y
E
S
St
a
t
e
m
e
n
t
o
f
N
o
n
-
Di
s
c
r
i
m
i
n
a
t
i
o
n
YE
S
Y
E
S
Y
E
S
Co
n
f
l
i
c
t
o
f
I
n
t
e
r
e
s
t
YE
S
Y
E
S
N
o
n
-
C
o
m
p
l
i
a
n
t
Fo
r
m
I
n
c
o
m
p
l
e
t
e
Co
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
Ag
r
e
e
m
e
n
t
YE
S
No
n
-
C
o
m
p
l
i
a
n
t
Da
t
e
S
i
g
n
e
d
&
D
a
t
e
No
t
a
r
i
z
e
d
d
i
f
f
e
r
e
n
t
YE
S
Su
b
c
o
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
Ag
r
e
e
m
e
n
t
YE
S
No
n
-
C
o
m
p
l
i
a
n
t
Da
t
e
S
i
g
n
e
d
&
D
a
t
e
No
t
a
r
i
z
e
d
d
i
f
f
e
r
e
n
t
YE
S
No
n
-
C
o
l
l
u
s
i
o
n
A
f
f
i
d
a
v
i
t
of
B
i
d
d
e
r
YE
S
Y
E
S
Y
E
S
No
n
-
C
o
l
l
u
s
i
o
n
A
f
f
i
d
a
v
i
t
Su
b
c
o
n
t
r
a
c
t
o
r
YE
S
Y
E
S
Y
E
S
Lo
c
a
l
S
m
a
l
l
B
u
s
i
n
e
s
s
Go
o
d
F
a
i
t
h
E
f
f
o
r
t
s
YE
S
Y
E
S
Y
E
S
Lo
c
a
l
S
m
a
l
l
B
u
s
i
n
e
s
s
Su
b
c
o
n
t
r
a
c
t
o
r
/
S
u
p
p
l
i
e
r
Ut
i
l
i
z
a
t
i
o
n
P
l
a
n
YE
S
Y
E
S
Y
E
S
Ad
d
e
n
d
u
m
YE
S
Y
E
S
Y
E
S
Bi
d
B
o
n
d
N
o
n
-
C
o
m
p
l
i
a
n
t
Di
d
n
o
t
s
u
b
m
i
t
a
n
or
i
g
i
n
a
l
w
/
s
e
a
l
YE
S
Y
E
S
Bi
d
A
m
o
u
n
t
Un
i
t
P
r
i
c
e
Bi
d
I
t
e
m
#
0
9
-
1
7
6
Re
p
l
a
c
e
m
e
n
t
o
f
S
i
d
e
w
a
l
k
@
R
i
v
e
r
w
a
l
k
Fo
r
t
h
e
C
i
t
y
o
f
A
u
g
u
s
t
a
-
P
u
b
l
i
c
S
e
r
v
i
c
e
s
D
e
p
a
r
t
m
e
n
t
-
F
a
c
i
l
i
ti
e
s
M
a
n
a
g
e
m
e
n
t
D
i
v
i
s
i
o
n
Bi
d
O
p
e
n
i
n
g
D
a
t
e
:
T
u
e
s
d
a
y
,
N
o
v
e
m
b
e
r
2
4
,
2
0
0
9
a
t
1
1
:
0
0
a.
m
.
N
o
n
-
C
o
m
p
l
i
a
n
t
N
o
n
-
C
o
m
p
l
i
a
n
t
N
o
n
-
C
o
m
p
l
i
a
n
t
Pa
g
e
2
o
f
2
Attachment number 5
Page 2 of 2
Item # 4
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Barbara Coping
Department:Clerk of Commission
Caption:Consider a request from Ms. Barbara Coping regarding a waiver of the solid
waste charges for the property located at 1615 Cornell Drive.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 5
Attachment number 1
Page 1 of 1
Item # 5
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Belair Road Improvements (SA4 & CPB3)
Department:Abie L. Ladson, PE, CPESC, Director of Engineering
Caption:Approve Capital Project Budget Change Number Three and Supplemental
Agreement Number Four in the amount of $140,250.00 on the Belair Road
Improvements project CPB# 323-041110-201823332. Funding is available
in the project contingency and right-of-way accounts to be transferred to the
project engineering account as requested by AED.
Background:The scope of the project is to perform drainage assessment, surveying,
planning, design and permitting of drainage and roadway improvements
along Belair Road.
Analysis:These improvements will include: curb and gutter, storm system design and
a 5-foot sidewalk along Belair Road. These improvements will be
incorporated within the overall intersection design and improvements per
the original contract. The intent is to design the drainage improvements with
no or minimal right-of-way acquisition; however, some ROW, driveway,
drainage and or utilities could be impacted and/or easements required.
Financial Impact:Funds in the amount of $115,000 are available in the project contingency
account and funds in the amount of $25,250 are available in the project
right-of-way account to be transferred to the project Engineering Account
upon Commission approval.
Alternatives:Approve Capital Project Budget Change Number Three and Supplemental
Agreement Number Four in the amount of $140,250.00 on the Belair Road
Improvements project CPB# 323-041110-201823332. Funding is available
in the project contingency and right-of-way accounts to be transferred to the
project engineering account as requested by AED. 2. Do not approve.
Recommendation:Approve Alternative Number One.
Funds are Available in
the Following
Accounts:
324-04-1110/201823332
REVIEWED AND APPROVED BY:
Finance.
Cover Memo
Item # 6
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 6
(SA01 – For changes more than $20,000) August 2009
AUGUSTA, GEORGIA
ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
Project No. 323-041110-201823332
Supplemental Agreement No.4
PO: 71248
WHEREAS, We, “Rochester and Associates” Consultant, entered into a contract with
Augusta-Richmond County on “February 18, 2003”, for engineering design services associated
with the “Belair Road Improvements Project”, Project No. 323-041110-201823332, File
Reference No. 09-014 (A), and
WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not
covered by the scope of the original contract, we desire to submit the following Supplemental
Agreement to-wit:
Assist Augusta Richmond County with performing a draining
assessment, surveying, planning, design and permitting of drainage and
roadway improvements along Belair Road based on recommendations
from Augusta Richmond County staff.
It is agreed that as a result of the above described modification the contract amount is
increased by $140,250.00 from $229,578.09 to a new total of $369,828.09.
Any modifications to submittal dates shall be as identified in the attached proposal. This
agreement in no way modifies or changes the original contract of which it becomes a part,
except as specifically stated herein.
NOW, THEREFORE, We, “Rochester and Associates”, Consultant, hereby agree to said
Supplemental Agreement consisting of the above mentioned items and prices, and agree that
this Supplemental Agreement is hereby made a part of the original contract to be performed
under the specifications thereof, and that the original contract is in full force and effect,
except insofar as it might be modified by this Supplemental Agreement.
This day of , 2009.
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY
AUGUSTA, GEORGIA
Deke Copenhaver, Mayor
Approved: Date Approved: Date
[ATTACHED CORPORATE SEAL]
ATTEST:
Title:
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For r execution. For r execution. For r execution. For
information reference this request contact engineering at ext 5070. Thanks information reference this request contact engineering at ext 5070. Thanks information reference this request contact engineering at ext 5070. Thanks information reference this request contact engineering at ext 5070. Thanks
Attachment number 1
Page 1 of 1
Item # 6
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby authorized:
Section 1: The project change is authorized to CPB# 323-04-201823332. This project
proposes to perform drainage assessment, surveying, planning, design and permitting
of drainage and roadway improvements along Belair Road, in the total amount of
$140,250 to be funded by the project contingency and right-of-way accounts to be
transferred to the project engineering account as requested by AED.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Special 1% Sales Tax, Phase III 2,341,000$
Special 1% Sales Tax, Phase III Recapture 20,000$
2,361,000$
Section 3: The following amounts are appropriated for the project:
SUPPLEMENTAL AGREEMENT NUMBER FOUR
CPB#323-04-201823332
CAPITAL PROJECT BUDGET
BELAIR ROAD
(Wrightsboro Road to Jimmie Dyess Parkway-Formerly New Belair Road)
CHANGE NUMBER THREE
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact
engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks
Section 3: The following amounts are appropriated for the project:
By Basin By District
Raes Creek $2,361,000 7th 2,361,000$
Section 4: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Original-Commission Council Office
Copy-Public Works
Copy-Finance Department
Copy-Purchasing Department
Honorable Deke Copenhaver, Mayor
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact
engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks
Attachment number 2
Page 1 of 2
Item # 6
Augusta-Richmond County, Georgia
SUPPLEMENTAL AGREEMENT NUMBER FOUR
CPB#323-04-201823332
CAPITAL PROJECT BUDGET
BELAIR ROAD
(Wrightsboro Road to Jimmie Dyess Parkway-Formerly New Belair Road)
CHANGE NUMBER THREE
CPB AMOUNT CPB NEW
CPB CHANGE CPB
SOURCE OF FUNDS
SPOST, PHASE III
323-041110-0000000-000000000 ($2,341,000) $0 ($2,341,000)
SPLOST, PHASE III RECAPTURE
323-04-1110-6011110-296823333 ($20,000) $0 ($20,000)
TOTAL SOURCES: ($2,361,000) $0 ($2,361,000)
USE OF FUNDS
ADVERTISING
323-04-1110-5233119-201823332 $1,000 $0 $1,000
ENGINEERING
323-04-1110-5212115-201823332 $235,000 $140,250 $375,250
RIGHT OF WAY
323-04-1110-5411120-201823332 $210,000 ($25,250)$184,750
CONSTRUCTION $1,800,000 $0 $1,800,000
323-04-1110-5414110-201823332
CONTINGENCY
323-04-1110-6011110-201823332 $115,000 ($115,000)$0
TOTAL USES: $2,361,000 $0 $2,361,000
Attachment number 2
Page 2 of 2
Item # 6
Engineering Services Committee Meeting
1/11/2010 12:50 PM
D'Antignac Street Drainage Improvements
Department:Abie L. Ladson, PE, CPESC, Director, Engineering Department
Caption:Approve Capital Project Budget Number One and Change Order Number
One for Construction Material Testing and unforeseen subsurface
construction in the amount of $400,000 to Tommy L. Griffin Plumbing and
Heating on the D’Antignac Street Drainage Improvements project. Funding
is available in the project storm drainage account as requested by AED.
Background:The D’Antignac Street Drainage Improvements project was approved by the
Augusta-Richmond County Commission on March 28, 2007. Under Inter-
agency agreement with the University Hospital, the City completed a design
contract with Cranston Engineering Group, PC that provided a drainage
study and a design to improve surface drainage of University Hospital sub-
basin. D’Antignac Street has low point in front of University Hospital which
is drained through a series of pipes to the Third Level Canal below 8th
Street. During periods of heavy rain, this area ponds and the rising water
have put surrounding structures at risk.
Analysis:Project is under construction and Construction Material Testing (CMT) will
provide needed Quality Assurance / Quality Control (QA/QC) to ensure per
Design & Contract construction. Also, project corridor encompasses areas
that historically have been industrial mixed with fill land. Potential for
encountering unsuitable subsurface conditions exists that will warrant
additional control measures to keep construction in progress. Requested
change will provide funds for CMT and unforeseen subsurface construction.
Financial Impact:Funding is available in the project storm drainage account number 325-
041110-5414710/209825101-5414710 upon Commission approval.
Alternatives:1) Approve Capital Project Budget Number One and Change Order Number
One for Construction Material Testing and unforeseen subsurface
construction in the amount of $400,000 to Tommy L. Griffin Plumbing and
Heating on the D’Antignac Street Drainage Improvements project. Funding
is available in the project storm drainage account as requested by AED. 2)
Do not approve and discontinue project.
Recommendation:Approve Alternative Number One.
Funds are Available in
the Following
Accounts:
FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: 325-
041110-5414710/209825101-5414710
Cover Memo
Item # 7
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 7
Augusta-Richmond County, Georgia
CHANGE ORDER ONE
CHANGE NUMBER ONE
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby adopted:
Section 1: This project be set up is authorized to CPB#325-041110-209825201. Funding
is needed for D'Antignac Street Drainage Improvements for Construction Material
Testing and Unforeseen Subsurface Construction in the amount of $400,000
for Tommy L. Griffin Plumbing and Heating. Funds in the amount of $400,000
are available in project Storm Drainage Account.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Special 1% Sales Tax, Phase IV Recapture 3,162,282$
Special 1% Sales Tax, Phase V 1,000,000$
4,162,282$
Section 3: The following amounts are appropriated for the project:
By Basin By District
Rock Creek $4,162,282 4,162,282$
CPB#325-041110-209825101
CAPITAL PROJECT BUDGET
D'ANTIGNAC STREET DRAINAGE IMPROVEMENTS
Please do not process this document. Once approved by the Commission, the original will be sent to Clerk of Commission for
execution. For information reference this request contact Engineering @ ext 5070.
Section 4: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
Honorable Deke Copenhaver, Mayor
Please do not process this document. Once approved by the Commission, the original will be sent to Clerk of Commission for
execution. For information reference this request contact Engineering @ ext 5070.
1 of 2 12.7.09
Attachment number 1
Page 1 of 2
Item # 7
Augusta-Richmond County, Georgia CPB#325-041110-209825101
CAPITAL PROJECT BUDGET
D'ANTIGNAC STREET DRAINAGE IMPROVEMENTS
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB CHANGE CPB
SPLOST, PHASE IV
324-04-1110-6011110 ($3,162,282) $0 ($3,162,282)
SPLOST, PHASE V
325-04-1120-6011110 ($1,000,000) $0 ($1,000,000)
TOTAL SOURCES: ($4,162,282) $0 ($4,162,282)
USE OF FUNDS
ENGINEERING
325-04-1110-5212115-209825101 $0 $213,715 $213,715
$0 $53,405 $53,405
STORM DRAINAGE
325-04-1110-5414710-209825101 $4,162,282 ($267,120) $3,895,162
TOTAL USES: $4,162,282 $0 $4,162,282
2 of 2 12.7.09
Attachment number 1
Page 2 of 2
Item # 7
Please do not process this document. Once approved by the Commission, the original will be sent to Clerk of Commission for
execution. For information reference this request contact Engineering @ ext 5070.
Change Order Number: One Date: 12-7-09
Project Title D’Antignac Street Drainage Improvements
Original Contract Date: 08-04-09 Project Number: 325-041110-209825101
Owner: ARC P.O. Number:
Contractor: Tommy L. Griffin Plumbing
The following change order is hereby made to the proposal for the above project:
See Attached
TOTAL AMOUNT OF THIS CHANGE ORDER $400,000.00
The Contract time will be Increased/Decreased by 0 calendar days as a result of
this change.
Original Contract Amount $3,162,281.57
Previous Change Order
(Increased / Decreased) $0.00
This Change Order
(Increased / Decreased) $ 400,000.00
TOTAL CONTRACT WITH CHANGE ORDER(S) $3,562,281.57
* * * * * * * * * * * * *
Funding Source/Account Number: 325-041110/5414710-209825101/5414710
Requested By: Date:
Engineer
Submitted By: Date:
Department Head
Finance Endorsement: Date:
Finance
Recommended By: Date:
Administrator
Accepted By: Date:
Contractor
COPIES: Abie L. Ladson, P.E., CPESC, Director-Engineering
Hameed Malik, PhD., P.E., Assistance Director-Engineering
Valerie Jenkins, Accountant, Engineering
Eric Loggins, Accountant, Engineering
Geri Sams, Procurement
Tim Schroer, Finance
Construction File
Attachment number 2
Page 1 of 1
Item # 7
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Emergency Repair to the Stormwater Drainage Open Channel along Interstate Parkway
Department:Abie L. Ladson, PE, CPESC, Director of Engineering
Caption:Receive as information the Emergency Repair to the Stormwater Drainage
Open Channel along Interstate Parkway for the Engineering
Department. The award of the contract to DS Utilities in the amount of
$54,382.81 is funded from SPLOST Phase III Recapture account upon
receipt of signed contract and proper bonds.
Background:An engineering observation and analysis was completed by AED. An
engineered earthen swale was constructed to provide positive drainage along
Interstate Parkway and protect the roadway adjacent to T-Mobile facilities.
This drainage channel receives surface runoff from the County’s Right-of-
Way and surrounding commercial facilities. Over time, this swale has and
continues to experienced severe erosion and is exposing several subsurface
utilizes and undercutting along Interstate Parkway. This area of roadway
will eventually collapse, if immediate repair was not rendered.
Analysis:Bids were received on December 4, 2009; Bid Item #09-190, with DS
Utilities being the low bidder. Bid results were as follows: Contractors Bids
DS Utilities $54,382.81 Blair Construction $66,103.00 Beam’s Contracting
$154,372.55 The recommendation of the Engineering Department was to
award the bid to the low bidder, DS Utilities, subject to receipt of signed
contracts and bonds.
Financial Impact:Funding is available in the SPLOST Phase III Recapture account upon
Commission approval.
Alternatives:) Receive as information the Emergency Repair to the Stormwater Drainage
Open Channel along Interstate Parkway for the Engineering Department.
The award of the contract to DS Utilities in the amount of $54,382.81 is
funded from SPLOST Phase III Recapture account upon receipt of signed
contract and proper bonds. 2) Do not approve.
Recommendation:Approve Alternative Number One.
Funds are Available in
the Following
Accounts:
323-041110-6011110/296823333-6011110
REVIEWED AND APPROVED BY:
Cover Memo
Item # 8
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 8
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the
following Capital Project Budget is hereby amended:
Section 1: This project is authorized for Emergency Repair to the Storm Water Drainage Open
Channel along Interstate Parkaway for the Engineering Department in the amount of
$54,383.00. Funding is in SPLOST Phase III Recapture account upon receipt of signed
contract and proper bonds.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
SPLOST, Phase III Recapture 54,383$
CAPITAL PROJECT BUDGET
EMERGENCY REPAIR TO THE STORMWATER DRAINAGE OPEN CHANNEL INTERSTATE PKWY
CPB#323-04-000000000
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext
5070. Thanks 5070. Thanks 5070. Thanks 5070. Thanks
Section 3: The following amounts are appropriated for the project:
By Basin By District
Raes Creek $54,383 3 54,383$
Section 4: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
Honorable Deke Copenhaver, Mayor
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext
5070. Thanks 5070. Thanks 5070. Thanks 5070. Thanks
Attachment number 1
Page 1 of 2
Item # 8
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
EMERGENCY REPAIR TO THE STORMWATER DRAINAGE OPEN CHANNEL INTERSTATE PKWY
CPB#323-04-000000000
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB CHANGE CPB
SPOLST, PHASE III RECAPTURE
323-04-1110-6011110-296823333 ($54,383)
TOTAL SOURCES:($54,383)
USE OF FUNDS
STORM DRAINAGE
323-04-1110-5414710-000000000 $54,383
TOTAL USES:$54,383
Attachment number 1
Page 2 of 2
Item # 8
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Off System Safety Project - Contract Award
Department:Abie L. Ladson, PE, CPESC, Director of Engineering
Caption:Approve award of contract to Peek Pavement Marking in the amount of
$406,726.25 for The Off System Safety Project, Georgia Department of
Transportation Project Number CSSFT-0008-00(876); P.I. #0008876,
subject to receipt of signed contract and proper bonds. Funding is
available in Traffic Engineering Account 272-041710-5311630 as requested
by AED.
Background:This program, managed through the Georgia Department of Transportation,
will provide federal funding in order to contract with a striping and signage
contractor to upgrade the striping along roadways which are not currently on
the state highway system such as county roadways.
Analysis:Bids were received on December 11, 2009, Bid Item 09-180, with Peek
Pavement Marking being the lowest bidder. Bid results are as follows:
Contractors Bid Peek Pavement Marking $406,726.25 Traffic Markings
$479,741.50 It is the Traffic Engineering Section recommendation to award
this project to the low bidder, Peek Pavement Marking subject to receipt of
signed contract and proper bonds.
Financial Impact:Upon acceptance of work performed, contract amount will be reimbursed by
the Georgia Department of Transportation. Therefore, net financial impact
to City of Augusta is zero dollars.
Alternatives:Approve award of contract to Peek Pavement Marking in the amount of
$406,726.25 for The Off System Safety Project, Georgia Department of
Transportation Project Number CSSFT-0008-00(876); P.I. #0008876,
subject to receipt of signed contract and proper bonds. Funding is available
in Traffic Engineering Account 272-041710-5311630 as requested by AED.
2. Do not approve and deny execution of a much needed project.
Recommendation:Approve Alternative Number One.
Funds are Available in
the Following
Accounts:
272-041710-5311630
REVIEWED AND APPROVED BY:
Cover Memo
Item # 9
Finance.
Law.
Administrator.
Law.
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 9
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
OFF SYSTEM SAFETY PROJECT
Capital Project Budget is hereby authorized:
Section 1: This project proposes to upgrade striping along roadways which are not currently on the state
highway system as county roadways. Funding for this project will be through the Georgia Department
Section 2: The following revenues are anticipated to be available to the Consolidated Government to
complete the project.
GDOT State Aid Contract $450,000
Augusta Traffic Engineering $50,000
$500,000
Section 3: The following amounts are appropriated for the project:
By Basin By District
N/A N/A
CPB#N/A
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following
of Transportation in the amount of $450,000 and City of Augusta $50,000.
Section 4: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in
carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
____________________________________________________________
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
Honorable Deke Copenhaver, Mayor
Attachment number 1
Page 1 of 2
Item # 9
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
OFF SYSTEM SAFETY PROJECT
CPB#N/A
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB CHANGE CPB
TRAFFIC ENGINEERING
272-041710-5311630 ($50,000)($50,000)
GDOT STATE AID CONTRACT ($450,000)($450,000)
TOTAL SOURCES:($500,000) $0 ($500,000)
USE OF FUNDS
PAVEMENT MARKINGS
272-041710-5311630 $500,000 $0 $500,000
TOTAL USES:$500,000 $0 $500,000
Attachment number 1
Page 2 of 2
Item # 9
Invitation To Bid
Sealed bids will be received at this office until 11:00 a.m. Friday, December 11, 2009 for furnishing:
Bid Item #09-180 Off-System Striping and Signing Project for Engineering Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene
Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all
prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and
specifications which are non-refundable is $25.00.
Documents may be examined during regular business hours at the F. W. Dodge Plan Room, 1281 Broad
Street, Augusta, GA 30901.It is the wish of the Owner that all businesses are given the opportunity to submit
on this project. To facilitate this policy the Owner is providing the opportunity to view plans online
(www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Thursday,
October 29, 2009. Bidders are cautioned that submitting a package without Procurement of a complete set
are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other
work that is material to the successful completion of the project. 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.
A Mandatory Pre-Bid Conference will be held on Friday, November 20, 2009 @ 10:00 a.m. in the
Procurement Department – Room 605. All questions must be submitted in writing to the office of the
Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be
received by mail or hand delivered. All questions are to be submitted in writing by Tuesday,
November 24, 2009 by 5:00 p.m.
No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. A 10%
Bid bond is required to be submitted in a separate envelope so marked along with the bidders’
qualifications; a 100% performance bond and a 100% payment bond will be required for award.
An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in
accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the
number of copies needed, the timing of the submission, the required financial data, and any other
requirements designated by the Procurement Department are considered material conditions of the bid which
are not waiveable or modifiable by the Procurement Director. Please mark BID number on the outside of the
envelope.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle October 29, November 5, 12, 19, 2009
Metro Courier November 4, 2009
cc: Tameka Allen Interim Deputy Administrator
Abie Ladson Engineering Department
Hameed Malik Engineering Department
Attachment number 2
Page 1 of 1
Item # 9
Ve
n
d
o
r
s
:
Pe
e
k
P
a
v
e
m
e
n
t
M
a
r
k
i
n
g
46
0
0
P
e
e
k
I
n
d
u
s
t
r
i
a
l
D
r
Co
l
u
m
b
u
s
G
A
3
1
9
0
9
Tr
a
f
f
i
c
M
a
r
k
i
n
g
s
4
M
a
s
t
e
r
D
r
i
v
e
Fr
a
n
k
l
i
n
M
A
0
2
0
3
8
Br
o
w
n
'
s
A
s
p
h
a
l
t
M
a
i
n
t
e
n
a
n
c
e
P.
O
.
B
o
x
2
7
6
Wi
n
t
e
r
v
i
l
l
e
G
A
3
0
6
8
3
Mi
d
-
S
t
a
t
e
S
t
r
i
p
i
n
g
27
7
2
O
l
d
G
r
a
y
H
w
y
Ma
c
o
n
G
A
3
1
2
1
1
At
t
a
c
h
m
e
n
t
B
YE
S
Y
E
S
Ad
d
e
n
d
u
m
YE
S
Y
E
S
Bi
d
B
o
n
d
YE
S
Y
E
S
Bi
d
A
m
o
u
n
t
$4
0
6
,
7
2
6
.
2
5
$
4
7
9
,
7
4
1
.
5
0
Bi
d
I
t
e
m
#
0
9
-
1
8
0
Of
f
-
S
y
s
t
e
m
S
t
r
i
p
i
n
g
a
n
d
S
i
g
n
i
n
g
P
r
o
j
e
c
t
Fo
r
t
h
e
C
i
t
y
o
f
A
u
g
u
s
t
a
-
E
n
g
i
n
e
e
r
i
n
g
D
e
p
a
r
t
m
e
n
t
Bi
d
O
p
e
n
i
n
g
D
a
t
e
:
F
r
i
d
a
y
,
D
e
c
e
m
b
e
r
1
1
,
2
0
0
9
a
t
1
1
:
0
0
a
.m
.
No
n
-
C
o
m
p
l
i
a
n
t
In
v
a
l
i
d
E
-
V
e
r
i
f
y
N
u
m
b
e
r
Pa
g
e
1
o
f
1
Attachment number 3
Page 1 of 1
Item # 9
Attachment number 4
Page 1 of 1
Item # 9
Attachment number 5
Page 1 of 1
Item # 9
Attachment number 6
Page 1 of 2
Item # 9
Attachment number 6
Page 2 of 2
Item # 9
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Option for Easement
Department:Law
Caption:Motion to approve an Option for the purposes of acquiring an easement
between Augusta Select Tissue, LLC., as owner, and Augusta, Georgia, as
optionee, in connection with the Marvin Griffin Road Improvement Project,
(7,779 sq. ft.) permanent drainage and utility easement and (N/A sq. ft.) of
temporary construction easement from the property located at: 3452 Cookie
Road, private, at the purchase price of $1,800.00.
Background:The property owner has agreed to convey a certain option for easement to
Augusta, Georgia, for the Marvin Griffin Road Improvement Project.
Analysis:The purchase of the referenced property is necessary for the project.
Financial Impact:The costs necessary for this purchase will be covered under the project
budget.
Alternatives:Deny the Motion
Recommendation:Approve the Motion
Funds are Available in
the Following
Accounts:
FUNDS AVAILABLE IN THE FOLLOWING ACCOUNT(S) 323041110-
5212122 296823603-5212122
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 10
Item # 10
Item # 10
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Option for Easement
Department:Law
Caption:Motion to approve an Option for the purposes of acquiring an easement
between Textron, Inc., as owner, and Augusta, Georgia, as optionee, in
connection with the Marvin Griffin Road Improvement Project, (151 sq. ft.)
permanent drainage and utility easement and (8,104 sq. ft.) of temporary
construction easement from the property located at: 1441 Marvin Griffin
Road, private, at the purchase price of $700.00.
Background:The property owner has agreed to convey a certain option for easement to
Augusta, Georgia, for the Marvin Griffin Road Improvement Project.
Analysis:The purchase of the referenced property is necessary for the project.
Financial Impact:The costs necessary for this purchase will be covered under the project
budget.
Alternatives:Deny the Motion
Recommendation:Approve the Motion
Funds are Available in
the Following
Accounts:
FUNDS AVAILABLE IN THE FOLLOWING ACCOUNT(S) 323041110-
5212122 296823603-5212122
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 11
Item # 11
Item # 11
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Option for Right of Way
Department:Law
Caption:Motion to approve an Option for the purposes of acquiring a Right-of-Way
between Mitchell Milovich, as owner, and Augusta, Georgia, as optionee, in
connection with the Marvin Griffin Road Improvement Project, conveyed in
fee simple (1,122.27 sq. ft.) more or less; and (71.75 sq. ft.) of permanent
easement from property located at: 1639 Marvin Griffin Road, private, at the
purchase price of $1,000.00.
Background:The property owner has agreed to convey a certain right-of-way and
easement to Augusta, Georgia, for the Marvin Griffin Road Improvement
Project.
Analysis:The purchase of the referenced property is necessary for the project
Financial Impact:The costs necessary for this purchase will be covered under the project
budget.
Alternatives:Deny the Motion
Recommendation:Approve the Motion
Funds are Available in
the Following
Accounts:
FUNDS AVAILABLE IN THE FOLLOWING ACCOUNT(S) 323041110-
5411120 2968236303-5411120
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 12
Item # 12
Item # 12
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Street Lighting Resolution 12/2009
Department:Abie L. Ladson, PE, CPESC, Director of Engineering
Caption:Motion to approve a resolution creating street lighting districts as requested
by Traffic Engineering.
Background:The Traffic Engineering Department has been petitioned by the citizens
requesting street lighting in their neighborhood pursuant to a 1971
Commission Resolution authorizing the creating of Street Lighting
Districts. The petitioners agree to pay for all costs associated with the
installation, ongoing maintenance and energy.
Analysis:Currently, street lighting is non-existing in these areas. Street lighting has
been an effective measure to increase pedestrian and vehicular safety, assist
in crime prevention, and to promote businesses and community pride.
Financial Impact:Street Lighting Districts are funded by a self supporting fund. Street:
lighting charges vary based on the type lighting requested or required,
billable front footage, and light wattage and spacing. Costs for the subject
districts follow: Lighting District No. 316 Elderberry $1.15 Lighting District
No. 18 Fleming Heights $.42
Alternatives:1) Motion to approve a resolution creating street lighting districts as
requested by Traffic Engineering. 2) Do not approve.
Recommendation:Approve option 1.
Funds are Available in
the Following
Accounts:
276-04-1610-5233111/Legal Advertising
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 13
Engineering Services Committee Meeting
1/11/2010 12:50 PM
TEE Center CM at Risk
Department:Public Services Department - Facilities Management Division
Caption:Approve recommendation to select R.W. Allen, LLC as the Construction
Manager @ Risk for the TEECenter and authorize negotiation of the
contract.
Background:During the Schematic Design Phase of the project, a Request for
Qualifications (RFQ) was prepared to solicit qualification statements and
proposals for the Construction Manager at Risk (CM@Risk) Services for the
TEECenter Project. The RFQ was prepared and was similar to the RFQ used
to solicit qualification statements and proposals for the CM@Risk Services
for the JudicialCenter. See the attached report from the evaluation
committee.
Analysis:We received eleven (11) compliant responses for the Phase I qualifications
submittals, after these were evaluated by the selection committee a short list
of five (5) firms were selected, based on the scoring for Phase I, to
participate in the Phase II Interviews. After the Phase II scoring, three (3)
firms were asked to submit a firm and final proposal for the General
Conditions Costs, CM Fees, and Pre-Construction Services. The selection
committee has completed the evaluation of the Phase I and Phase II
submittals from the Construction Managers and hereby recommends that
ARC begin contract negotiations with R. W. Allen, LLC.
Financial Impact:The total amount of $1,889,070 for the General Conditions, Construction
Management Fees, and Pre-Construction Services are included in the overall
total project budget of $38 million.
Alternatives:1. Approve recommendation to select R.W. Allen, LLC as the Construction
Manager @ Risk for the TEE Center and authorize negotiation of the
contract. 2. Do not approve the recommendation.
Recommendation:Approve recommendation to select R.W. Allen, LLC as the Construction
Manager @ Risk for the TEE Center and authorize negotiation of the
contract.
Funds are Available in
the Following
Accounts:
FUNDS ARE AVAILABLE IN ACCOUNT: TEE Center: GL – 325051130
JL 206351102
Cover Memo
Item # 14
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 14
Page 1 of 6
TEE Center
CM @ Risk Selection Committee Evaluation Report
During the Schematic Design Phase of the project, a Request for Qualifications (RFQ)
was prepared to solicit qualification statements and proposals for the Construction
Manager at Risk (CM@Risk) Services for the TEE Center Project. The RFQ was
prepared and was similar to the RFQ used to solicit similar qualification statements and
proposals for the CM@Risk Services for the Judicial Center. Respondents were
required to submit the following as part of their responses to the first phase of the
selection process:
1. Technical Approach: (25 pts.)
Describe your firms’ approach to the Project, including preconstruction services,
(fast-track) phasing, scheduling, quality control, safety, testing and inspection,
commissioning, site security and LEED.
Explain how you will work closely with the Owner, the CIPM, and the Architect in
an atmosphere of collaboration.
Explain how you will work with the Owner, the CIPM, and the Architect to
manage costs during the design and construction phases, while maintaining the
Owner's desired level of construction and finish quality.
The extent of work that will be self-performed by the CM will be limited to general
conditions type items, unless approved otherwise by the Owner.
2. Firm Organizational Overview: (20 pts.)
Provide an overview of the firm, including the organization,identification of the
parent firm, subsidiaries and/or division, if applicable. Identify the prime office
location which will oversee the project, the principals, years in business and
average volume of work over the past five (5) years.
Provide an organization chart of your concept of the project and the proposed
distribution of work. Define the role each team member will play to accomplish
the scope of services required.
List all previous working relationships with Augusta.
3. Company Experience and Performance: (20 pts.)
Describe the CM Entity’s past experience on four (4) similar CM@Risk projects
that best demonstrate the abilities and experience of the firm.Include a narrative
giving a brief description of the project. In addition, include the following
information for each referenced project:
x Project Name
x Location
x Owner (include contact name and current telephone number for
Attachment number 1
Page 1 of 6
Item # 14
Page 2 of 6
Owner’s Rep)
x Type of facility
x Principal-in-Charge of project
x Project Manager
x Architect (include contact name and current telephone number)
x Original contract amount
x Final contract amount
x Start and scheduled completion dates
x Actual completion date
Firms to be considered must have proven experience in At-Risk project delivery
for similar facilities. Indicate your firms experience with At-Risk project delivery.
Indicate if your firm has ever failed to complete any contract that was awarded to
you.
4. Experience, Competence and Commitment of Key Personnel:(15
pts.)
Explain how your firm would staff this project and what specific role each key
person will be assigned. Include personnel assigned to perform the following:
x Executive Management
x Preconstruction Management
x Project Management
x Cost Estimating
x Project Engineering
x Supervision of the Work
x Quality Control
x Safety
x Schedule Management
In terms of similar projects, summarize the qualifications, relative experience,
education and other significant information (i.e. years experience in current
position, years with company, etc.) for proposed key personnel to be assigned to
the project. Provide (2 pages max.) resumes for the following personnel:
x Project Director
x Preconstruction Manager
x Senior Project Manager
x Project Manager
x Superintendent
Identify percentage of the key individual’s time that will be devoted to this project.
Assurances must be made that personnel proposed will be available for the
duration of the project
List the projects and respective percentage of time the proposed key individuals
are presently committed to.
Attachment number 1
Page 2 of 6
Item # 14
Page 3 of 6
5. Project Management and Controls: ( 20 pts.)
Identify your firm’s approach to:
x Quality Control for each component of the work that you would typically find
in a project of this nature. Explain the steps that the site team will take to
verify that quality standards are met in the final constructed project.
x Safety Control, including your firms’ accident prevention program and
submittal of a history of your firms’ Experience Modification Rate (EMR) and
OSHA Lost Time Accident rate for the past five (5) years.
x Schedule Management, including schedule type, level of detail,software
utilized, frequency of updates and recovery procedures.
x A Cost-Loaded Schedule will be used on this project. Explain how you will
prepare the initial schedule and your experience using a Cost-Loaded
Schedule on previous projects.
x Documentation Control: Constructware, a web-based project management
documentation application service provider will be used on this project, to
manage project documentation, such as meeting minutes, RFI’s, schedules,
submittals, etc. Explain how you will implement this tool into your project
management plan.
x Subcontractor Management. Explain the process you will use to manage
communication, collaboration, execution, quality, and safety performance of
subcontractors.
x LEED coordination and submittals compliance.
6. Peer References: (20 pts.)
Provide references from four (4) Architectural firms, and four (4) Subcontractors
that have worked on projects your firm has completed in the past five (5) years,
preferably on projects that the key personnel were assigned to as indicated in
your response above. If not included above, include project name, location, brief
description of scope of work, budget, current telephone number, physical
addresses and email addresses. Provide current/verified contact information for
all references used for this RFQ.
7. Augusta Metropolitan Area Experience: (10 pts.)
Provide a list of projects that your firm has completed in the past five (5) years, or
are in the process of completing, that are in the Augusta Metropolitan Area. The
Augusta Metropolitan Area is defined as a 50 mile radius of downtown Augusta.
8. Financial Strength: (10 pts.)
Submit a complete set of audited financial statements for the last three (3) years.
Provide a letter from your bonding company certifying that they intend to issue a
bid bond, and a payment and performance bond for this project.
9. Backlog: (10 pts.)
Attachment number 1
Page 3 of 6
Item # 14
Page 4 of 6
Describe your recent, current, and projected workload and explain how this
project will be managed given your firms’ obligations to other clients.
10. Legal Matters: (10 pts.)
Provide a list of all contracts over the past five (5) years that resulted in litigation
or arbitration proceedings, with an explanation of the matters in dispute, the
parties involved, the amounts in dispute, and the outcome of the proceeding.
Short-listed firms will be required to submit a fully executed original “Certification
of Absence of Suspension, Debarment, Voluntary Exclusion, or Determination of
Ineligibility”.
11. LEED: (20 pts.)
Explain how you plan to accomplish the following LEED requirements for this
project:
x Construction Activity Pollution Prevention
x Facilitate Fundamental and Enhanced Commissioning
x Recycle 75% Construction Waste
x Recycled Content 20%
x Regional Materials 20%
x Certified Wood
x Construction IAQ Plan During Construction
x Construction IAQ Plan Before Occupancy
x Low-Emitting Materials Throughout
12. PRE-CONSTRUCTION SERVICES : (20 pts.)
The CM shall assist the Owner and Architect during design and construction
documents Pre-Construction phase, prior to the Construction Phase. Explain the
process you use during the Pre-Construction Phase of the project.
Estimates will be required at each of the following phases: Design Development,
50-60% Construction Documents (GMP), 100% CDs.
Provide three (3) examples of projects where you have provided Pre-
Construction services.
A selection committee was formed to evaluate and rank the qualification statements.
The committee consisted of the following members:
Selection Committee:
Name Organization
Barry White ARC Convention and Business Bureau
Erick Montgomery Historic Augusta
Bob Kuhar Morris Communications
Don Green Heery International
Geri Sams, Phyllis Mills, Nancy Williams Augusta Procurement Division
Attachment number 1
Page 4 of 6
Item # 14
Page 5 of 6
The following RFQ was sent to the newspaper on July 27, 2009:
REQUEST FOR QUALIFICATIONS
Request for Qualifications will be received at this office until Tuesday, September 1,
2009 @ 3:00 p.m. FOR FURNISHING:
RFQ ITEM #09-150 Construction Manager @ Risk Augusta TEE Center for
The City of Augusta
RFQs will be received by: The Augusta Commission hereinafter referred to as the
OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
RFQ documents may be examined at the office of the Augusta, GA Procurement
Department, 530 Greene Street – Room 605, Augusta, GA 30901.A Mandatory Pre-
Qualification meeting will be held on Tuesday, August 25, 2009 @ 2:00 p.m. in the
Commission Chambers – Room 802. All questions must be submitted in writing
to the office of the Procurement Department by Thursday, August 27, 2009 @ 3:00
p.m. 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.
No RFQ may be withdrawn for a period of 90 days after time has been called on the date
of opening.
An invitation for bids shall be issued by the Procurement Office and shall include
specifications prepared in accordance with Article 4 (Product Specifications), and all
contractual terms and conditions, applicable to the procurement. All specific
requirements contained in the invitation to bid including, but not limited to, the number of
copies needed, the timing of the submission, the required financial data, and any other
requirements designated by the Procurement Department are considered material
conditions of the bid which are not waiveable or modifiable by the Procurement Director.
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.
At the pre-qualification conference a total of 19 firms attended the meeting.
On September 1, 2009, 14 qualification statements were submitted, however, three (3)
of those were deemed to be non-compliant by the Procurement Team.
On September 8
th, the qualification statements were issued to the Selection Committee
to begin their review. The reviews were scheduled to take 7 to 10 days to complete.
Attachment number 1
Page 5 of 6
Item # 14
Page 6 of 6
During this time, all references were checked and D&B Reports were prepared for each
of the eleven (11) firms.
On the afternoon of September 17
th, the Selection Committee met to review the
qualifications and to rank each firm according to the points system established in the
RFQ. The top five (5) firms were advised the next day that they would be invited to
participate in the second phase of the selection process to prepare for an interview on
October 1
st or 2
nd and to prepare their fee proposals for the general conditions costs,
construction management fee, and pre-construction services.
Interviews with Potts-Pinnacle, Elkins Constructors, and Turner Construction were
conducted on Thursday – October 1, 2009 in the afternoon and with R. W. Allen, and
M.B. Kahn on Friday – October 2, 2009 in the morning.
After the completion of the interviews, the committee reconvened and ranked the firms
based on the results of the interviews. Subsequent to that the fee proposals were
opened for the top three firms (Potts-Pinnacle, Elkins Constructors, and R. W. Allen).
The values for each of the proposals were inserted into a spreadsheet and analyzed by
each member of the committee. A decision was made to go back and request a firm and
final proposal from each of the three top ranked firms. The firm and final proposals were
resubmitted on Monday – October 12
th, and the Selection Committee reconvened on
October 20
th at 1:00pm to review the firm and final proposals and to recommend the firm
that provides the best value to ARC for the requested services.
The selection committee has completed the evaluation of the Phase I and Phase II
submittals from the Construction Managers and hereby recommends that ARC begin
contract negotiations with R. W. Allen, LLC.
Attachment number 1
Page 6 of 6
Item # 14
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Willhaven, Phase I
Department:Engineering-Abie L. Ladson, PE, CPESC, Director
Caption:Approve the deed of dedication and road resolutions submitted by the
Engineering Department for Willhaven, Phase I.
Background:The final plat was approved by the Commission on January 15, 2008 . The
subdivision design and plat, including the storm drain system, have been
reviewed and accepted by our engineering staff and the construction has
been reviewed by our inspectors.
Analysis:This section meets all codes, ordinances and standards. There are no
wetlands or 100-year flood plain boundaries involved in this section.
Financial Impact:By accepting these roads into the County system, all future maintenance and
associated costs will be borne by Augusta, Georgia.
Alternatives:1. Approve the deed of dedication and road resolutions submitted by the
Engineering Department for Willhaven, Phase I. 2. Do not approve and risk
litigation.
Recommendation:Approve Alternative Number One.
Funds are Available in
the Following
Accounts:
Not required at this time.
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 15
Attachment number 1
Page 1 of 2
Item # 15
Attachment number 1
Page 2 of 2
Item # 15
Attachment number 2
Page 1 of 1
Item # 15
Attachment number 3
Page 1 of 5
Item # 15
Attachment number 3
Page 2 of 5
Item # 15
Attachment number 3
Page 3 of 5
Item # 15
Attachment number 3
Page 4 of 5
Item # 15
Attachment number 3
Page 5 of 5
Item # 15
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Windsor Spring Road Improvements
Department:Abie L. Ladson, PE, CPESC, Director, Engineering Department
Caption:Approve Capital Project Budget Change Number Five and Supplemental
Agreement Number Five on the Windsor Spring Road Improvement project
CPB 323-041110-296823516 and authorize the Engineering Department to
extend the current agreement with W. R. Toole for six months to provide
engineering services in an amount not to exceed $84,000.00 to be funded
from SPLOST Phase III Recapture.
Background:On July 10, 2008, the Commission approved the initial agreement with W.
R. Toole to provide construction observation and field additional services.
Analysis:It is also essential that the Design Engineer of this project “W.R. Toole
Engineers, Inc.” is involved in the day-to-day construction activities
(construction inspection and field engineering) to help address the
Engineering Department extensive work load. It is also the Engineering
Department recommendation to approve the supplemental agreement for
additional engineering services for this project.
Financial Impact:Funds are available in SPLOST Phase III Recapture in the amount of
$84,000.00 upon Commission approval.
Alternatives:1) Approve Capital Project Budget Change Number Five and Supplemental
Agreement Number Five on the Windsor Spring Road Improvement project
CPB 323-041110-296823516 and authorize the Engineering Department to
extend the current agreement with W. R. Toole for six months to provide
engineering services in an amount not to exceed $84,000.00 to be funded
from SPLOST Phase III Recapture. 2) Do not approve and eliminate project.
Recommendation:Approve Alternative Number One.
Funds are Available in
the Following
Accounts:
FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: 323-
041110-296823333
REVIEWED AND APPROVED BY:
Finance.
Law.
Cover Memo
Item # 16
Administrator.
Clerk of Commission
Cover Memo
Item # 16
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby amended:
Section 1: The project change is authorized to CPB# 323-041110-296823516. This change is for
additional funds necessary for extending Engineering Services for Construction
Management Services for six months associated with the said project, in the total
amount of $84,000. These funds will come from Special 1% Sales Tax, Phase III Recapture.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Special 1% Sales Tax, Phase I 280,000$
Special 1% Sales Tax, Phase III 1,853,000$
Special 1% Sales Tax, Phase I Recapture 12,917$
Special 1 % Sales Tax, Phase II Recapture 16,883$
Special 1 % Sales Tax, Phase II Recapture 2,167,667$
Special 1 % Sales Tax, Phase III Recapture 1,000,000$
Special 1 % Sales Tax, Phase III Recapture 84,000$
5,414,467$
Section 3: The following amounts are appropriated for the project:
CPB#323-041110-296823516
CAPITAL PROJECT BUDGET
WINDSOR SPRING ROAD IMPROVEMENTS
CHANGE NUMBER FIVE
DO NOT PROCESS THIS DOCUMENT. (once approved by the Commission
Engineering will send the original document(s) for execution to the Clerk of Commission
Office. For questions please contact Engineering at ext 5070. )
Section 3: The following amounts are appropriated for the project:
By Basin By District
Raes Creek $5,414,467 3rd 5,414,467$
Section 4: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
Honorable Deke Copenhaver, Mayor
DO NOT PROCESS THIS DOCUMENT. (once approved by the Commission
Engineering will send the original document(s) for execution to the Clerk of Commission
Office. For questions please contact Engineering at ext 5070. )
Attachment number 1
Page 1 of 2
Item # 16
Augusta-Richmond County, Georgia CPB#323-041110-296823516
CAPITAL PROJECT BUDGET
WINDSOR SPRING ROAD IMPROVEMENTS
CHANGE NUMBER FIVE
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB CHANGE CPB
SPECIAL 1% SALES TAX, PHASE I
321-04-1110-0000000-000000000 ($280,000)$0 ($280,000)
Special 1% Sales Tax, Phase III
323-04-1110-0000000-000000000 ($1,853,000)$0 ($1,853,000)
Special 1% Sales Tax, Phase I Recapture
321-04-1110-6011110-288821333 ($12,917)$0 ($12,917)
Special 1% Sales Tax, Phase II Recapture
322-04-1110-6011110-292822333 ($16,883)$0 ($16,883)
Special 1% Sales Tax, Phase II Recapture
322-04-1110-6011110-292822333 ($2,167,667)$0 ($2,167,667)
Special 1% Sales Tax, Phase III Recapture
323-04-1110-6011110-296823333 ($1,000,000)($84,000)($1,084,000)
TOTAL SOURCES:($5,330,467)($84,000)($5,414,467)
USE OF FUNDS
ENGINEERING
323-04-1110-5212115-296823516 $312,200 $84,000 $396,200
RIGHT-OF-WAY
323-04-1110-5411120/296823516 $400,000 $0 $400,000
ADVERTISING
323-04-1110-5233119/296823516 $3,000 $0 $3,000
CONSTRUCTION
323-04-1110-5414110/296823516 $4,615,267 $0 $4,615,267
CONTINGENCY
323-04-1110-6011110/296823516 $0 $0 $0
TOTAL USES:$5,330,467 $84,000 $5,414,467
Attachment number 1
Page 2 of 2
Item # 16
(SA01 – For changes more than $20,000)
DO NOT PROCESS THIS DOCUMENT. (once approved by the Commission Engineering
will send the original document(s) for execution to the Clerk of Commission Office.
For questions please contact Engineering at ext 5070. )
AUGUSTA-RICHMOND COUNTY
ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
Project No. 323-041110-296823516
SUPPLEMENTAL AGREEMENT NO. 5 P03054
WHEREAS, We, W. R. Toole Engineers, Inc., Consultant, entered into a contract with Augusta-
Richmond County on July 10, 2008, for engineering design services associated with the Windsor
Spring Road Improvements Project, Project No. 323-041110-296823516, File Reference No. 03-
014 (A), and
WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not
covered by the scope of the original contract, we desire to submit the following Supplemental
Agreement to-wit:
Extend Engineering services for six months to provide Field Engineering and
Construction Management Services.
It is agreed that as a result of the above modification the contract amount is increased by the
amount of $84,000.00 from $367,780.50 to $451,780.50.
Any modifications to submittal dates shall be as identified in the attached proposal. This
agreement in no way modifies or changes the original contract of which it becomes a part, except
as specifically stated herein.
NOW, THEREFORE, We, W. R. Toole Engineers, Inc., Consultant, hereby agree to said
Supplemental Agreement consisting of the above mentioned items and prices, and agree that this
Supplemental Agreement is hereby made a part of the original contract to be performed under
the specifications thereof, and that the original contract is in full force and effect, except insofar
as it might be modified by this Supplemental Agreement.
This day of , 2009.
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY W. R. Toole Engineers, Inc.
AUGUSTA, GEORGIA
Deke Copenhaver, Mayor
Approved: Date Approved: Date
[ATTACH CORPORATE SEAL]
ATTEST:
Title:
Attachment number 2
Page 1 of 1
Item # 16
Attachment number 3
Page 1 of 2
Item # 16
Attachment number 3
Page 2 of 2
Item # 16
Engineering Services Committee Meeting
1/11/2010 12:50 PM
Wrightsboro Rd Improvements SA#10 & CPB#11
Department:Abie L. Ladson, PE, CPESC, Director of Engineering
Caption:Authorize the Engineering Department to approve Capital Project Budget
Number Eleven and Supplemental Agreement Ten with PBS & J in the
amount of $57,680 to hold a Public Information Open House Meeting
(PIOH) as mandated by GDOT; update the environmental document in
accordance with the new noise criteria and various permits that are now
required; and the extensive right of plan revisions associated with the
realignment of Barton Chapel Road as part of the improvements to
Wrightsboro Road from Jimmie Dyess Parkway to I-520, CPB# 323-
041110-296823309. Funds will be transferred from the project Right of Way
Account to the project Engineering Account.
Background: This is a Georgia Department of Transportation project that will widen &
reconstruct Wrightsboro Road from Jimmie Dyess Parkway to I-
520. The Engineering Department is responsible for the development of the
preliminary engineering activities and hired PBS & J to accomplish these
activities. GDOT is funding the right of way acquisition ($8,906,000) and
the construction ($23,787,032).
Analysis:PBS & J entered into an agreement with Augusta-Richmond County on
October 19, 1999 for engineering and design services on the Wrightsboro
Road project. GDOT has mandated that a Public Information Open House
(PIOH) meeting be held concerning the realignment of the Barton Chapel
Road intersection. The cost to prepare the displays, handouts, attend the dry
run, PIOH meeting and respond to the comments received is $27,875. The
method of evaluating noise impacts as part of the environmental document
has recently changed. The noise impact study will have to be updated in
accordance with the new guidelines. The design consultant has been advised
by GDOT that a permit from the US Army Corps of Engineers is now
required and also that stream buffer variances are now required.
Applications will have to be prepared to satisfy these 2 concerns. The cost
for these efforts is $13,690. The intersection of Barton Chapel Road has
been realigned which will provide a more operationally efficient and safer
intersection with Wrightsboro Road and Augusta West Parkway. This has
resulted in extensive revisions to the right of ways in this area. The cost for
this is $16,115.
Financial Impact:Funding is available and will be transferred from the project Right of Way
Account to the project Engineering Account.
Alternatives:Authorize the Engineering Department to approve Capital Project Budget
Number Eleven and Supplemental Agreement Ten with PBS & J in the
Cover Memo
Item # 17
amount of $57,680 to hold a Public Information Open House Meeting
(PIOH) as mandated by GDOT; update the environmental document in
accordance with the new noise criteria and various permits that are now
required; and the extensive right of plan revisions associated with the
realignment of Barton Chapel Road as part of the improvements to
Wrightsboro Road from Jimmie Dyess Parkway to I-520, CPB# 323-
041110-296823309. Funds will be transferred from the project Right of Way
Account to the project Engineering Account. 2) Do not approve and delay
the construction and improvements on a major transportation corridor that is
vital to the city.
Recommendation:Approve Alternative Number One.
Funds are Available in
the Following
Accounts:
323-041110-5411120/296823309-5411120
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 17
(SA02 – For changes greater than $20,000) April 2005
AUGUSTA-RICHMOND COUNTY
AUGUSTA, GA ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
PROJECT NO. 323-04-296823309
GDOT PROJECT NO.: STP-7001 (9) Richmond, PI 250510
SUPPLEMENTAL AGREEMENT NO: 10
P.O.: 04471
WHEREAS, We, PBS & J, Consultant, entered into a contract with Augusta-Richmond County on
October 19, 1999, for engineering design services associated with the widening and reconstruction of
Wrightsboro Road from Jimmie Dyess Parkway to I-520, GDOT Project No. STP-7001 (9), File
Reference No. 08-014 (A), and
WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by
the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit:
Prepare and hold the GDOT mandated Public Information Open House
Meeting; update the noise criteria to current guidelines and prepare
environmental permits that are now required; and extensive right of way
revisions associated with the realignment of Barton Chapel Road.
It is agreed that as a result of the above described modification the contract amount is increased by
$57,680 from $1,279,234.37 to a new total of $1,336,914.37.
Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no
way modifies or changes the original contract of which it becomes a part, except as specifically stated
herein.
NOW, THEREFORE, We, PBS & J, Consultant, hereby agree to said Supplemental Agreement
consisting of the above mentioned items and prices, and agree that this Supplemental Agreement is
hereby made a part of the original contract to be performed under the specifications thereof, and that the
original contract is in full force and effect, except insofar as it might be modified by this Supplemental
Agreement.
This day of , 2009.
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY
AUGUSTA, GEORGIA
Mayor
Approved: Date Approved: Date
[ATTACHED CORPORATE SEAL]
ATTEST: ATTEST:
Title: Title:
Please do not process this
document. Once approved by
the Commission, the original will
be sent to Clerk of Commission
for execution. For information
reference this request contact
Engineering @ ext 5070.
Attachment number 1
Page 1 of 1
Item # 17
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby amended:
Section 1: The project change is authorized to CPB# 323-04-296823309. This change
will prepare and hold GDOT mandated Public Information Open House
Meeting; update the noise criteria to current guidelines and perpare
environmental permits that are now required; and extensive right of way
revisions associated with the realignment of Barton Chapel Road in the
total amount of $57,680 to be funded by the project Right-of-Way account
within the Special 1% Sales Tax, Phase III Fund.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Special 1% Sales Tax, Phase III 1,984,000$
Tiger Grant Fund 19,500$
2,003,500$
CAPITAL PROJECT BUDGET
WRIGHTSBORO ROAD IMPROVEMENTS
CHANGE NUMBER ELEVEN
CPB#323-041110-296823309
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact
engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks
Section 3: The following amounts are appropriated for the project:
By Basin By District
Raes Creek $2,003,500 3rd 2,003,500$
Section 4: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
Honorable Deke Copenhaver, Mayor
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact
engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks
3.13.09
Attachment number 2
Page 1 of 2
Item # 17
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
WRIGHTSBORO ROAD IMPROVEMENTS
CHANGE NUMBER ELEVEN
CPB#323-041110-296823309
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB CHANGE CPB
SPECIAL 1% SALES TAX, PHASE III
323-04-0000-0000000-296823309 ($1,984,000) $0 ($1,984,000)
TIGER GRANT FUNDING ($19,500) $0 ($19,500)
TOTAL SOURCES: ($2,003,500) $0 ($2,003,500)
USE OF FUNDSUSE OF FUNDS
ENGINEERING
323-04-1110-5212115-296823309 $1,279,394 $57,680 $1,337,074
ADVERTISING
323-04-1110-5233119-296823309 $1,000 $0 $1,000
RIGHT-OF-WAY
323-04-1110-5411120/296823309 $240,106 ($57,680)$182,426
CONTINGENCY
323-04-1110-6011110/296823309 $43,000 $0 $43,000
TRAFFIC SIGNAL
323-04-1110-5414610/296823309 $40,000 $0 $40,000
UTILITY RELOCATION
323-04-1110-5414510/296823309 $400,000 $0 $400,000
TOTAL USES: $2,003,500 $0 $2,003,500
3.13.09
Attachment number 2
Page 2 of 2
Item # 17
Attachment number 3
Page 1 of 4
Item # 17
Attachment number 3
Page 2 of 4
Item # 17
Attachment number 3
Page 3 of 4
Item # 17
Attachment number 3
Page 4 of 4
Item # 17