Loading...
HomeMy WebLinkAbout2012-05-29-Meeting Agenda Engineering Services Committee Meeting Commission Chamber- 5/29/2012- 1:00 PM ENGINEERING SERVICES 1. Award Design Consultant Services Agreement to Civil Services, Inc. in the amount of 148,823.88 for Broad Street Bridge (Off Ramp to Washington Road over Raes Creek). This Project will be funded through SPLOST PHASE VI for the Engineering Department. Attachments 2. Approve construction contract award to Blair Construction in the amount of $3,237,323.74 for the extension to the Water Distribution System at Fort Gordon's Gate 4. Attachments 3. Report from Utilities regarding disposal of sludge at the Landfill. Attachments 4. Award the Design Consultant Services Agreement to Moreland Altobelli Associates, Inc., in the amount of $159,910.00 for the Broad Street Bridge over the Augusta Canal, and the Broad Street Bridge over Hawks Gully. This Project will be funded through SPLOST PHASE VI for AED. Attachments 5. Approve Capital Project Budget and Supplemental Agreement Two (CPB#328-041110-211828101) in the amount of $562,612 for the East Augusta Street and Drainage Improvement Project to Toole Engineers, Inc., for Design Engineering Services. Funding is available in the project budget from SPLOST PHASE VI as requested by AED. Attachments 6. Authorize Augusta Utilities to add four new positions to serve Fort Gordon and increasing customer demands. Attachments 7. Approve granting Georgia Power an easement for their utilities to provide electrical service to the new Augusta Sheriff’s Detention Management Services building at 402 Walton Way , as requested by AED. Also approve having the agreement Attachments www.augustaga.gov executed by the appropriate Augusta official(s). 8. Presentation by Mr. Mike Samadi regarding issues with the garbage collection service and solid waste billing. Attachments 9. Motion to approve the minutes of the Engineering Services Committee held on May 7, 2012. Attachments 10. Motion to approve an Option for the purposes of acquiring a Right-of-Way between Family Broadcasters, Inc., as owners, and Augusta, Georgia, as optionee, in connection with the East Augusta Roadway and Drainage Improvement Project, 6.9 acres (300,815 sq. ft.) in fee simple and (N/A sq. ft.) of permanent drainage and utility easement, more or less; and (N/A sq. ft.) of temporary construction easement from property located at: 580 Laney Walker Blvd. Ext., private, at the purchase price of $138,000.00. Attachments 11. Authorize the Engineering Department to extend Supplemental Agreement Number Six with Jacobs Engineering Group Inc., to continue to provide project management support via staff augmentation in the amount not to exceed $172,200 which will be funded from SPLOST Contingency funds for the Engineering Department. Attachments 12. Approve Utilities upgrade of Itron 60W Radio Read Transmitters to 100W Radio Read Transmitters. Attachments Engineering Services Committee Meeting 5/29/2012 1:00 PM 11-134Broad Street Bridge – Off Ramp to Washington Road over Raes Creek Department:Abie L. Ladson, PE, CPESC, Director Caption:Award Design Consultant Services Agreement to Civil Services, Inc. in the amount of 148,823.88 for Broad Street Bridge (Off Ramp to Washington Road over Raes Creek). This Project will be funded through SPLOST PHASE VI for the Engineering Department. Background:The Broad Street Bridge – off ramp to Washington Rd. over Raes Creek structure is in need of major repair and maintenance. It requires painting, sidewalk repairs, expansion joint repairs, lighting repairs, sub-structure and super-structure repairs, barrier repairs, and restoring the historical significance and aesthetics of the structure. Services will consist of a bridge study/report, preliminary and final construction plans, construction contract documents, construction cost and schedule, life cycle cost analyses, field surveys, and construction observation. Analysis:On July 12, 2011, the following firms submitted RFPs and were evaluated based on qualifications, project approach, experience, and schedule: 1. Civil Services, Inc. 2. Cranston Engineering 3. T.Y. Lin International 4. R S & H 5. Moreland Altobelli Associates, Inc. Once the RFPs were evaluated, the three highest scored firms were scheduled for interviews on Augusta 22, 2011. Civil Services, Inc. was selected based on the evaluation procedures used for this project. Financial Impact:Funds are available in SPLOST PHASE VI account number 328- 041110 5212115/211828012-5212115 upon Commission approval. Alternatives:1. Award Design Consultant Services Agreement to Civil Services, Inc. in the amount of 148,823.88 for Broad Street Bridge (Off Ramp to Washington Road over Raes Creek). This Project will be funded through SPLOST PHASE VI for the Engineering Department. 2. Do not approve and cancel project. Cover Memo Item # 1 Recommendation:Approve alternative number one. Funds are Available in the Following Accounts: 328-041110-5212115/211828012-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 1 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project change is authorized to CPB# 328-041110-211828012 Broad Street Bridge -Off Ramp to Washington Rd over Raes Creek to award Design Consultant Services to Civil Services, Inc in the amount of $148,823.88. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase VI 150,000$ 150,000$ Section 3: The following amounts are appropriated for the project: By Basin By District Raes Creek $150,000 3rd 150,000$ 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 Fred Russell, Administrator CAPITAL PROJECT BUDGET GENERAL BRIDGE REHAB & MAINTENANCE Bid Item 11-134 CPB#328-041110-211828012 Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks 5.15.2012 Attachment number 1 \nPage 1 of 2 Item # 1 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET GENERAL BRIDGE REHAB & MAINTENANCE Bid Item 11-134 CPB#328-041110-211828012 CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB CHANGE CPB SPECIAL 1% SALES TAX, PHASE VI 328-041110-6011110-211828012 ($150,000)($150,000) TOTAL SOURCES: ($150,000)($150,000) USE OF FUNDS ENGINEERING 328-041110-5212115-211828012 $150,000 $150,000 TOTAL USES: $150,000 $150,000 5.15.2012 Attachment number 1 \nPage 2 of 2 Item # 1 Attachment number 2 \nPage 1 of 13 Item # 1 Attachment number 2 \nPage 2 of 13 Item # 1 Attachment number 2 \nPage 3 of 13 Item # 1 Attachment number 2 \nPage 4 of 13 Item # 1 Attachment number 2 \nPage 5 of 13 Item # 1 Attachment number 2 \nPage 6 of 13 Item # 1 Attachment number 2 \nPage 7 of 13 Item # 1 Attachment number 2 \nPage 8 of 13 Item # 1 Attachment number 2 \nPage 9 of 13 Item # 1 Attachment number 2 \nPage 10 of 13 Item # 1 Attachment number 2 \nPage 11 of 13 Item # 1 Attachment number 2 \nPage 12 of 13 Item # 1 Attachment number 2 \nPage 13 of 13 Item # 1 REQUEST FOR PROPOSALS Request for Proposals will be received at this office until Tuesday, July 12, 2011 @ 3:00 P.M. for furnishing: RFP ITEM #11-134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs for Engineering Department RFPs 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 RFP documents may be viewed on the Augusta Richmond County web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, June 21, 2011 @ 5:00 P.M. No RFP 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 RFP 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 RFP number on the outside of the envelope. Bidders are cautioned that sequestration of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Funding for this project may include federal funds provided by the U. S. Department of Transportation (DOT) and/or other federal agencies. All DOT funded projects are subject to the requirements of 49 CFR Part 26. These requirements are mandatory and non-negotiable. Augusta enforces Disadvantage Business Enterprise (DBE) requirements and/or DBE goals set by Federal and/or State Agencies in accordance with State and Federal laws. Please be advised that the U. S. District Court for the Southern District of Georgia has entered on Order enjoining the Race-Based portion of Augusta, Georgia’s DBE Program. Thus, Augusta, Georgia does not have or operate a DBE, MBE or WBE Program for projects (or portions of projects) having Augusta, Georgia as the source of funding. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle May 26, June 2, 9, 16, 2011 Metro Courier June 1, 2011 cc: Tameka Allen Interim Deputy Administrator Abie Ladson Engineering Department Hameed Malik Engineering Department Attachment number 3 \nPage 1 of 1 Item # 1 VENDORS Attachment B Addendum Original 9 Copies Fee Proposal Civil Services Inc 2394 St Johns Bluff Rd South Jacksonville, FL 32246 Yes Yes Yes Yes Yes Cranston Engineering Old Engine Co. No. 1 Bldg 452 Ellis Street Augusta, GA 30901 Yes Yes Yes Yes Yes Moreland Altobelli Associates, Inc 2211 Beaver Ruin Road, Suite 100 Norcross, GA 30071 Yes Yes Yes Yes Yes RS&H 730 Peachtree Street, Suite 430 Atlanta, GA 30308 Yes Yes Yes Yes Yes T Y Lin International 260 Peachtree Street, Suite 900 Atlanta, GA 30303 Yes Yes Yes Yes Yes Heath & Lineback Engineering Inc 209 Corporate Dr. Suite 300 Carollton, GA 30117 ZEL Engineers 435 Telfair Street Augusta, GA 30901 A & S Engineering P. O. Box 2413 Evans, GA 30809 AECOM 1360 Peachtree St Ne Ste 500 Atlanta, GA 30309 Archetype Design 4860 Leisure Drive Dunwoody, GA 30338 Atkins Global 1600 River Edge Parkway Atlanta, GA 30328 BRPH, Inc. 2000 Powers Ferry Rd., Suite 600 Marietta, GA 30067 EMC Engineering Services 4106 Colbern Blvd, Suite 105 Evans, GA 30809 Enercon 500 Townpark Lane, Suite 275 Kennesaw, GA 30144 HO & K 191 Peachtree St. NE, Suite 4100 Atlanta, GA 30303 Hussey, Gay, Bell & Deyoung Int. 625 Green Street, Ne Gainesville, GA 30501 Johnson Laschober & Associates 1296 Broad Street Augusta, GA 30901 RFP Item #11-134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs for the City of Augusta - Engineering Department RFP Due: Tuesday, July 12, 2011 @ 3:00 P.M. Submitted No Bid Response Non-Compliant Missing E-Verify Number Page 1 of 2 Attachment number 4 \nPage 1 of 2 Item # 1 VENDORS Attachment B Addendum Original 9 Copies Fee Proposal RFP Item #11-134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs for the City of Augusta - Engineering Department RFP Due: Tuesday, July 12, 2011 @ 3:00 P.M. Krafra 418 8th Street Augusta, GA 30901 Lindsay, Pope, Brayfield, Clifford & Associates, Inc. 344 West Pike Street Lawrenceville, GA 30046 Lord, Aeck & Sargent 1201 Peachtree St, Ne Ste 300 Atlanta, GA 30361 Munger Associates Consulting 596 Links Lane Martinez, GA 30907 Parsons Brinckerhff 3340 Peach Tree Road NE Ste 2400 Tower Place 100 Atlanta GA 30326 PBS & J 5665 New Northside Dr. Suite 400 Atlanta, GA 30328 Pond & Company 3500 Parkway Lane, Suite 600 Norcross, GA 30092 Rosser International 524 W Peachtree St. NW Atlanta, GA 30308 S. L. King Technologies 270 Peachtree St, NW, Suite 1600 Atlanta, GA 30303 Southern Partners 1233 Augusta West Parkway Augusta, GA 30909 Stewart-Cooper-Newell 719 E. Second Avenue Gastonia, NC 28504 The Polote Co. 1810 Mill B Lane Savannah, GA 31405TVS Design 2700 Promeanade Two 1230 Peachtree St., NE Atlanta, GA 30309W. K. Dickson 1450 Greene St. Suite 225 Augusta, GA 30901 Warren Epstein & Associates 1785 Chesire Bridge Rd., Ne Atlanta, GA 30324 Wilbur Smith Associates 2835 Brandywine Rd Ste 400 Atlanta GA 30341 WR Toole Engineers 1005 Broad Street Augusta, GA 30901 Page 2 of 2 Attachment number 4 \nPage 2 of 2 Item # 1 Attachment number 5 \nPage 1 of 1 Item # 1 Attachment number 6 \nPage 1 of 3 Item # 1 Attachment number 6 \nPage 2 of 3 Item # 1 Attachment number 6 \nPage 3 of 3 Item # 1 Attachment number 7 \nPage 1 of 5 Item # 1 Attachment number 7 \nPage 2 of 5 Item # 1 Attachment number 7 \nPage 3 of 5 Item # 1 Attachment number 7 \nPage 4 of 5 Item # 1 Attachment number 7 \nPage 5 of 5 Item # 1 Evaluation Criteria PTS Civil Services Inc 2394 St Johns Bluff Rd South Jacksonville, FL 32246 Cranston Engineering Old Engine Co. No. 1 Bldg 452 Ellis Street Augusta, GA 30901 Moreland Altobelli Associates, Inc 2211 Beaver Ruin Road, Suite 100 Norcross, GA 30071 RS&H 730 Peachtree Street, Suite 430 Atlanta, GA 30308 T Y Lin International 260 Peachtree Street, Suite 900 Atlanta, GA 30303 1. Qualifications of company (company profile)15 13.4 13.8 13.1 12.8 12.8 2. Qualifications and experience of key professionals that will be assigned to the projects 15 13.1 12.5 12.5 12.8 12.8 3. Specific relevant experience of your company.15 12.4 12.5 10.8 11.8 11.8 4. A detailed description of the proposed technical approach to be taken for the performance of the required services for each bridge. 20 18.0 17.0 17.7 14.7 16.3 5. Submit a conceptual project schedule for each bridge (NOTE: The critical path method (CPM) should be used including milestones, tasks and sub- tasks) 20 19.0 19.3 19.3 19.3 10.7 6. References (include specific individuals with addresses and telephone numbers) 5 5.0 5.0 5.0 5.0 5.0 7. Proposed fee (Include hourly cost per individual to be included in the proposal) Lowest 5 pts Second Lowest 4 pts Third Lowest 3 pts Highest 2 pts 5 4.0 2.0 5.0 0.0 3.0 8. Proximity to Augusta: Within Augusta Richmond County 5 pts Within the CSRA 4 pts Within Georgia 3 pts Within SE United States (includes AL, TN, NC, FL) 2 pts All others 1 pt 5 3.0 5.0 3.0 3.0 3.0 Total 100 87.9 87.1 86.3 79.3 75.3 Evaluation Sheet - RFP Item #11-134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs for the City of Augusta - Engineering Department for the City of Augusta - Utilities Department Attachment number 8 \nPage 1 of 1 Item # 1 Engineering Services Committee Meeting 5/29/2012 1:00 PM Approve construction contract award in the amount of $3,237,323.74 to Blair Construction for the Fort Gordon Extension to the Water Distribution System at Gate 4 . Bid item #12-142 Department:Augusta Utilities Department Caption:Approve construction contract award to Blair Construction in the amount of $3,237,323.74 for the extension to the Water Distribution System at Fort Gordon's Gate 4. Background:The objective of the Extension to the Water Distribution System at Gate 4 is to extend a new water main into Fort Gordon to improve water supply and provide redundancy in the Fort Gordon service area. The project will extend a new 18” water main along Willis Foreman Road from the Lace Road Intersection to Fort Gordon’s Gate 4. The proposed water main will then extend along Mirror Lake Road within Fort Gordon to a point of connection in the proximity of Lane Avenue. The main will then have a new 12” main extend west from the intersection of Range Road and N. Range Road within Fort Gordon to the intersection of 13th Street and N. Range Road. The work to complete this project will include a new pumping station and approximately 33,000 linear feet of both 12” and 18” water main pipe. Analysis:Blair Construction 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 it is recommended that the award go to Blair Constructionfor $3,237,323.74 Financial Impact:The amount submitted for the execution of this project was $3,237,323.74. These funds are available from the following account: 507043410-5212115 / 88880067-5212115 Alternatives:1. Reject the award of the construction contract, would delay the construction of the Fort Gordon Water Distribution System at Gate 4 Project. Recommendation:It is recommended that the fee for construction of the Water Distribution System at Gate 4 Project be approved at Cover Memo Item # 2 $3,237,323.74. Funds are Available in the Following Accounts: 3,237,323.74.from account 507043410-5212115 / 88880067- 5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 2 Invitation To Bid Sealed bids will be received at this office on Thursday, April 19, 2012 @ 3:00 p.m. for furnishing: Bid Item 12-142 Extension to the Water System at Gate 4 Fort Gordon 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 $175.00. 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, March 8, 2012. 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 acquisition 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, March 30, 2012 @ 10:00 a.m. in the Procurement Department, 530 Greene Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, April 3, 2012 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. 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 along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle March 8, 15, 22, 29, 2012 Metro Courier March 14, 2012 cc: Tameka Allen Deputy Administrator Tom Wiedmier Utilities Department Jerry Delaughter Utilities Department Stanley Aye Utilities Department Revised: 8/15/2011 Attachment number 1 \nPage 1 of 1 Item # 2 VENDORS Attachment B E-Verify # Addendum Bid Bond Lump Sum Blair Construction P O Box 770 Evans, GA 30809 YES 224004 YES YES $ 3,237,323.74 Beam's Contracting 15030 Atomic Road Beech Island, SC 29842 YES 167300 YES YES $ 3,415,195.20 Astra Grading & Pipe 300 Church Hill Court Woodstock, GA 30188 YES 72922 YES YES $ 3,722,575.80 Reynolds, Inc 300 E Broad Street Fairburn, GA 30213 YES LMOO9853 YES YES $ 4,530,726.00 Copper Construction 410 McIntosh Street Vidalia, GA 30475 YES 317559 YES YES $ 6,265,983.00 Chandler Construction Services 1511 Ninety Six Highway Ninety Six, SC 29666 Complete Site Work Services PO Box 218 Dublin, GA 31040 John D Stephens Inc 272 Hurrican Shaws Road NE Lawrenceville, GA 30046 K R Shockley 1749 Habersham Church Road Perkins, GA 30822 Mabus Bros Construction 920 Molly Pond Road Augusta, GA 30901 McLendon Enterprises, Inc 2365 Aimwell Road Vidalia, GA 30474 Moorhead Construction Inc 1513 Anderson Street Belton, SC 29627 Bid Item #12-142 Extension to the Water System at Gate 4 Fort Gordon for Augusta, Georgia - Utilities Department Bid Due: Thursday, April 19, 2012 @ 3:00 p.m. Page 1 of 1 Attachment number 2 \nPage 1 of 1 Item # 2 FORT GORDON GATE 4 WATER MAIN EXTENSION Bid Tabulation April 23, 2012 AUD Pay Item Description Unit Quantity Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total W-2B 8” diameter ductile iron water transmission main Class 350, standard joint LF 500 $28.12 $14,060.00 $22.23 $11,115.00 $32.00 $16,000.00 $29.00 $14,500.00 $28.00 $14,000.00 W-2D 12” diameter ductile iron water transmission main Class 350, standard joint LF 7,674 $27.22 $208,886.28 $31.94 $245,107.56 $39.70 $304,657.80 $35.00 $268,590.00 $54.00 $414,396.00 W-2G 18” diameter ductile iron water transmission main Class 300, standard joint LF 21,339 $58.84 $1,255,586.76 $64.71 $1,380,846.69 $71.50 $1,525,738.50 $70.00 $1,493,730.00 $90.00 $1,920,510.00 W-3A1 4” diameter ductile iron water transmission main Class 350, restrained joint LF 70 $25.07 $1,754.90 $23.56 $1,649.20 $28.00 $1,960.00 $37.00 $2,590.00 $25.00 $1,750.00 W-3A 6” diameter ductile iron water transmission main Class 350, restrained joint LF 40 $26.22 $1,048.80 $24.37 $974.80 $32.00 $1,280.00 $49.00 $1,960.00 $25.00 $1,000.00 W-3B 8” diameter ductile iron water transmission main Class 350, restrained joint LF 340 $32.62 $11,090.80 $27.39 $9,312.60 $36.00 $12,240.00 $52.00 $17,680.00 $28.00 $9,520.00 W-3D 12” diameter ductile iron water transmission main Class 350, restrained joint LF 2,045 $34.67 $70,900.15 $40.75 $83,333.75 $46.00 $94,070.00 $43.00 $87,935.00 $54.00 $110,430.00 W-3G 18” diameter ductile iron water transmission main Class 300, restrained joint LF 3,258 $78.52 $255,818.16 $89.42 $291,330.36 $95.25 $310,324.50 $91.00 $296,478.00 $90.00 $293,220.00 W-4A Jack and Bore 30" diameter steel casing. Minimum wall thickness 0.469 inch, with 18" diameter, restrained joint ductile iron carrier pipe, end seals, Class 300 included LF 100 $410.11 $41,011.00 $388.89 $38,889.00 $515.00 $51,500.00 $380.00 $38,000.00 $300.00 $30,000.00 W-4B Jack and Bore 36" diameter steel casing. Minimum wall thickness 0.532 inch, with 18" diameter, restrained joint ductile iron carrier pipe, end seals, Class 300 included LF 267 $441.53 $117,888.51 $451.67 $120,595.89 $565.00 $150,855.00 $450.00 $120,150.00 $340.00 $90,780.00 W-4C 36" Steel Casing (0.375" tk) at Creek crossing, incld. Restrained joint ductile iron carrier pipe, 18" and end seals LF 50 $370.96 $18,548.00 $236.37 $11,818.50 $260.00 $13,000.00 $285.00 $14,250.00 $340.00 $17,000.00 W-5 Select backfill, GA DOT Type I, Class I & II (Sand/Clay) – Measured by in-place volume CY 9,000 $1.04 $9,360.00 $0.18 $1,620.00 $0.01 $90.00 $22.00 $198,000.00 $17.00 $153,000.00 W-6 Miscellaneous pipe fittings and connections LBS 46,300 $2.48 $114,824.00 $1.90 $87,970.00 $2.00 $92,600.00 $0.01 $463.00 $2.60 $120,380.00 W-8 Fire hydrant, installed complete with valve, lead pipe, joint restraint, ATV, and blocking EA 30 $3,149.89 $94,496.70 $3,232.34 $96,970.20 $3,650.00 $109,500.00 $4,500.00 $135,000.00 $2,699.00 $80,970.00 W-10A 6” in-line gate valve, including valve box, installed, complete, open left EA 1 $637.79 $637.79 $658.43 $658.43 $975.00 $975.00 $950.00 $950.00 $682.00 $682.00 W-10B 8” in-line gate valve, including valve box, installed, complete, open left EA 2 $919.97 $1,839.94 $937.35 $1,874.70 $1,150.00 $2,300.00 $1,300.00 $2,600.00 $1,100.00 $2,200.00 W-10D 12” in-line gate valve, including valve box, installed, complete, open left EA 4 $3,030.82 $12,123.28 $1,633.84 $6,535.36 $2,700.00 $10,800.00 $2,100.00 $8,400.00 $2,145.00 $8,580.00 W-10G 18” in-line gate valve, including valve box, installed, complete, open left EA 11 $9,138.68 $100,525.48 $9,759.34 $107,352.74 $11,800.00 $129,800.00 $10,200.00 $112,200.00 $17,800.00 $195,800.00 Reynolds, Inc. Copper ConstructionBlair Construction Beam's Contracting Astra Grading & Pipe P-2 At t a c h m e n t n u m b e r 3 \ n P a g e 1 o f 3 It e m # 2 FORT GORDON GATE 4 WATER MAIN EXTENSION Bid Tabulation April 23, 2012 AUD Pay Item Description Unit Quantity Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total W-12B New 18" Flow Meter, including Concrete Vault, Complete EA 1 $56,744.60 $56,744.60 $56,930.00 $56,930.00 $53,500.00 $53,500.00 $56,000.00 $56,000.00 $32,605.00 $32,605.00 W-12B-E Electrical and Controls - Flow Meter; Complete EA 1 $9,944.52 $9,944.52 $10,694.85 $10,694.85 $17,000.00 $17,000.00 $13,600.00 $13,600.00 $23,245.00 $23,245.00 W-12C New Actuator Valve, including Concrete Vault, 12" Butterfly Valves, Complete EA 1 $32,627.04 $32,627.04 $38,799.25 $38,799.25 $36,500.00 $36,500.00 $38,000.00 $38,000.00 $33,526.00 $33,526.00 W-12C-E Electrical and Controls - Actuator Valve; Complete EA 1 $14,581.10 $14,581.10 $15,681.25 $15,681.25 $17,000.00 $17,000.00 $13,600.00 $13,600.00 $5,000.00 $5,000.00 W-13A 12”x12" tapping sleeve, valve, valve box, complete EA 1 $6,667.44 $6,667.44 $5,851.55 $5,851.55 $6,850.00 $6,850.00 $6,700.00 $6,700.00 $3,950.00 $3,950.00 W-13B 18”x12" tapping sleeve, valve, valve box, complete EA 1 $12,232.38 $12,232.38 $6,445.32 $6,445.32 $14,500.00 $14,500.00 $5,360.00 $5,360.00 $9,500.00 $9,500.00 W-13C 24"x18" tapping sleeve, valve, valve box, complete EA 1 $19,811.41 $19,811.41 $24,264.05 $24,264.05 $38,000.00 $38,000.00 $27,250.00 $27,250.00 $20,550.00 $20,550.00 W-13D 6"x6" tapping sleeve, valve, valve box, complete EA 2 $2,111.11 $4,222.22 $2,604.98 $5,209.96 $2,850.00 $5,700.00 $3,200.00 $6,400.00 $1,250.00 $2,500.00 W-15 New 2" Long Side Water Service, Installed, Incld. Reconnection, Complete EA 6 $7,170.96 $43,025.76 $6,782.80 $40,696.80 $5,900.00 $35,400.00 $6,825.00 $40,950.00 $1,500.00 $9,000.00 W-18A Tie To Existing Water Main; Exist. 6" Main to New 12" Main EA 2 $1,183.79 $2,367.58 $2,307.34 $4,614.68 $1,850.00 $3,700.00 $2,125.00 $4,250.00 $3,900.00 $7,800.00 W-18B Tie Existing Water Main; Exist. 2" Line to New 18" Main EA 1 $2,381.23 $2,381.23 $2,329.66 $2,329.66 $1,200.00 $1,200.00 $2,435.00 $2,435.00 $1,500.00 $1,500.00 W-18C Tie Existing Water Main; Exist. 4" Line to New 4" Main EA 1 $931.51 $931.51 $2,168.29 $2,168.29 $1,650.00 $1,650.00 $875.00 $875.00 $2,200.00 $2,200.00 W-20 Cut and Plug Existing Water Line EA 16 $762.16 $12,194.56 $401.16 $6,418.56 $600.00 $9,600.00 $840.00 $13,440.00 $500.00 $8,000.00 W-21 Miscellaneous Class A Concrete CY 100 $129.02 $12,902.00 $315.97 $31,597.00 $175.00 $17,500.00 $130.00 $13,000.00 $120.00 $12,000.00 W-22 New 2" Double Check Backflow Assembly EA 6 $1,367.89 $8,207.34 $901.73 $5,410.38 $775.00 $4,650.00 $945.00 $5,670.00 $1,600.00 $9,600.00 P-1 Asphalt overlay, type F, 1 ½ “ thick minimum SY 15,000 $7.48 $112,200.00 $6.63 $99,450.00 $8.25 $123,750.00 $9.15 $137,250.00 $9.90 $148,500.00 P-2A 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 (Asphalt Overlay Not Included)SY 1,000 $38.17 $38,170.00 $23.55 $23,550.00 $18.25 $18,250.00 $43.50 $43,500.00 $45.00 $45,000.00 P-2B AED Pavement Patch (Asphalt Overlay Not Included)SY 1,700 $38.19 $64,923.00 $52.94 $89,998.00 $46.75 $79,475.00 $61.00 $103,700.00 $45.00 $76,500.00 P-5 4" Thick Concrete Sidewalk, 3000 psi mix SY 50 $49.97 $2,498.50 $33.37 $1,668.50 $23.00 $1,150.00 $45.00 $2,250.00 $40.86 $2,043.00 Reynolds, Inc. Copper ConstructionBlair Construction Beam's Contracting Astra Grading & Pipe P-3 At t a c h m e n t n u m b e r 3 \ n P a g e 2 o f 3 It e m # 2 FORT GORDON GATE 4 WATER MAIN EXTENSION Bid Tabulation April 23, 2012 AUD Pay Item Description Unit Quantity Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total Unit Cost Total P-6A 6" thick Concrete Driveways, 3000 psi mix SY 100 $55.24 $5,524.00 $41.04 $4,104.00 $31.00 $3,100.00 $65.00 $6,500.00 $61.28 $6,128.00 P-7A 2" Asphalt Pavement Driveway Replacement SY 600 $14.13 $8,478.00 $10.95 $6,570.00 $17.25 $10,350.00 $25.00 $15,000.00 $15.05 $9,030.00 P-7B New Gravel Driveway SY 320 $9.96 $3,187.20 $14.63 $4,681.60 $7.00 $2,240.00 $10.50 $3,360.00 $26.88 $8,601.60 P-9A 6”x24" concrete curb and/or gutter removal and replacement (as appropriate and necessary)LF 60 $15.55 $933.00 $21.48 $1,288.80 $14.00 $840.00 $25.00 $1,500.00 $19.35 $1,161.00 P-9B 6”x30" concrete curb and/or gutter removal and replacement (as appropriate and necessary)LF 100 $17.48 $1,748.00 $22.74 $2,274.00 $16.00 $1,600.00 $25.00 $2,500.00 $23.12 $2,312.00 P-11 Aggregate Surface Course Ton 3,500 $5.34 $18,690.00 $10.30 $36,050.00 $14.50 $50,750.00 $20.00 $70,000.00 $161.25 $564,375.00 M-1 Flowable Fill CY 200 $91.26 $18,252.00 $106.49 $21,298.00 $115.00 $23,000.00 $146.00 $29,200.00 $107.50 $21,500.00 M-3 Foundation backfill, GA DOT Type II, for additional unclassified excavation CY 2,560 $11.97 $30,643.20 $1.53 $3,916.80 $21.00 $53,760.00 $23.50 $60,160.00 $29.03 $74,316.80 M-4 Clearing & Grubbing ACRE 8 $983.43 $7,867.44 $676.89 $5,415.12 $4,500.00 $36,000.00 $4,000.00 $32,000.00 $4,500.00 $36,000.00 M-5A Chain Link Fence Removal and Replacement, New, Replaced in Kind LF 1,100 $10.49 $11,539.00 $16.92 $18,612.00 $8.50 $9,350.00 $23.00 $25,300.00 $22.00 $24,200.00 M-5B Woven Wire Fence LF 250 $8.39 $2,097.50 $5.64 $1,410.00 $4.00 $1,000.00 $6.50 $1,625.00 $15.00 $3,750.00 M-6 Jute Mesh Erosion Control Matting SY 32,500 $0.78 $25,350.00 $0.73 $23,725.00 $1.00 $32,500.00 $1.35 $43,875.00 $1.02 $33,150.00 LS-1 Lump sum construction (Includes but is not limited to the listing continued below)LS 1 $315,981.66 $315,981.66 $316,117.00 $316,117.00 $185,000.00 $185,000.00 $892,000.00 $892,000.00 $1,564,235.00 $1,564,235.00 $3,237,323.74 $3,415,195.20 $3,722,555.80 $4,530,726.00 $6,265,996.40 $3,237,323.74 $3,415,195.20 $3,722,575.80 $4,530,726.00 $6,265,983.00 $0.00 $0.00 $20.00 $0.00 $13.40 Total Submitted Difference Beam's Contracting Astra Grading & Pipe Reynolds, Inc. Copper Construction TOTAL Blair Construction P-4 At t a c h m e n t n u m b e r 3 \ n P a g e 3 o f 3 It e m # 2 Attachment number 4 \nPage 1 of 2 Item # 2 Attachment number 4 \nPage 2 of 2 Item # 2 Attachment number 5 \nPage 1 of 1 Item # 2 Attachment number 6 \nPage 1 of 2 Item # 2 Attachment number 6 \nPage 2 of 2 Item # 2 Attachment number 7 \nPage 1 of 1 Item # 2 Engineering Services Committee Meeting 5/29/2012 1:00 PM Biosolids Disposal Department:Utilities Caption:Report from Utilities regarding disposal of sludge at the Landfill. Background:The Augusta Commission directed that staff prepare a report related to potential cost savings that would be realized by hauling sludge from the J.B. Messerly and Fort Gordon wastewater treatment plants to the landfill. The Fort Gordon wastewater treatment plant was decommissioned in September 2011 and all of Fort Gordon’s wastewater is now directed to Augusta’s system; consequently this report will address sludge generated at the J.B. Messerly plant. Current Practice Augusta’s J.B. Messerly wastewater treatment plant generates approximately 45,000 wet tons of biosolids, or sludge, annually. These biosolids are applied at agronomic rates to agricultural fields in Richmond, Burke and Jefferson Counties for their fertilizer value. There are 10 landowners and 2484 acres in the program. The land application of biosolids is managed by the contract operator of our wastewater treatment facilities, Environmental Services Group (ESG). ESG contracts with Hudson Grassing Company to conduct the land application program. Agricultural lime is applied to fields within the program to maintain suitable soil pH as required by the Georgia Environmental Protection Division. The cost for our land application program, including the application of lime, was $1,049,517 in 2011. This corresponds to a cost of $29.26 per wet ton of biosolids. Trailers are loaded directly from the discharge of the belt filter presses utilized for dewatering digested sludge. Normally, biosolids are hauled 5 days a week from 6:00 a.m. to 6:00 p.m., however it is not uncommon to have to haul 6 days a week, and more infrequently 7. An average of 8 25-ton loads are hauled from the plant each day. The need to haul on weekends can be driven by equipment maintenance or process upset issues. For instance, a major maintenance issue with one of the two belt filter presses could remove it from service for several days, thereby requiring additional hauling to catch back up. Two dump trailers at a time are positioned to be loaded. Hudson Grassing personnel are responsible for removing loaded trailers and replacing them with empty trailers to be filled; this requires close Cover Memo Item # 3 coordination with plant operations staff in order to maintain uninterrupted and efficient dewatering operations. Proposed Utilization of Biosolids at the Landfill Augusta’s landfill staff has proposed utilizing biosolids from the Messerly Plant to enhance the generation of methane gas. They have proposed a tipping fee of $11.05/ton and estimate hauling costs at $800 per day, or $100 per load. We estimate that hauling costs would more likely be in the $200 - $225 per load range, especially given the need for the hauling contractor to swap loaded and empty trailers. Using these estimates, the annual cost to dispose of biosolids would be $870,000 - $900,000. Landfill staff has indicated that they are willing to discuss accommodations to accept sludge outside their normal hours of operation (6 a.m. – 5 p.m. Monday – Friday, 6 a.m. – 12 p.m. Saturday). Analysis:Analysis The ability to reliably manage solids within a wastewater treatment process is one of the most critical requirements of wastewater treatment. Key to this is the ability to remove excess solids from the plant. The current land application program provides the reliability and flexibility necessary to operate an efficient wastewater treatment process. Some key strengths of the current program are: • Hudson Grassing is willing to adjust working hours to accommodate plant operating conditions. It is not uncommon for them to haul Saturdays and Sundays at no additional cost. • We feel that it is prudent to maintain two avenues for the disposal of biosolids; we have always considered landfilling as our backup in the event something precluded the disposal of biosolids via land application. If we were to discontinue the land application program, it would be virtually impossible to resume operation in its current form. • Hudson Grassing maintains the ability to land apply liquid sludge. This would be invaluable if we were to experience catastrophic failure of our dewatering facilities. • Our land application program is built on a foundation of partnership and trust with the landowners in our program. The clients in our program have been active for many years, and they have been supportive of the program during challenging time such as during the sludge lawsuits. • I feel it would be unfair to current program participants and unwise for Augusta to discontinue the program for a relatively small cost savings and an increased risk associated with limiting our options for biosolids management. Financial Impact:Discussed above. Alternatives:Discussed above. Recommendation:We feel strongly that the current land application should be maintained in its present form. If biosolids would provide a significant benefit to the landfill’s methane production, we are Cover Memo Item # 3 willing to discuss providing the landfill access to a portion of our biosolids stream. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 3 Engineering Services Committee Meeting 5/29/2012 1:00 PM Broad Street Bridge over the Augusta Canal, and Broad Street Bridge over Hawks Gully Department:Abie L. Ladson, PE, CPESC, Director Caption:Award the Design Consultant Services Agreement to Moreland Altobelli Associates, Inc., in the amount of $159,910.00 for the Broad Street Bridge over the Augusta Canal, and the Broad Street Bridge over Hawks Gully. This Project will be funded through SPLOST PHASE VI for AED. Background:The Broad Street Bridge over the Augusta Canal and Broad Street Bridge over Hawks Gully structures are in need of major repair and maintenance. They require painting, sidewalk repairs, expansion joint repairs, lighting repairs, sub-structure and super- structure repairs, barrier repairs, and restoring the historical significance and aesthetics of the structure. Services will consist of a Bridge Study/Report, preliminary and final construction plans, construction contract documents, construction cost and schedule, life cycle cost analyses, field surveys, and construction observation. Analysis:On July 12, 2011, the following firms submitted RFPs and were evaluated based on qualifications, project approach, experience, and schedule: 1. Civil Services, Inc. 2. Cranston Engineering 3. Moreland Altobelli Associates, Inc. 4. R S & H 5. T.Y. Lin International Once the RFPs were evaluated, the three highest scored firms were scheduled for interviews on Augusta 22, 2011. Moreland Altobelli Associates, Inc., was selected based on the evaluation procedures used for this project. Financial Impact:Funds are available in SPLOST PHASE VI account number 328- 041110-5212115/211828012-5212115, contingent upon Commission approval Alternatives:1). Award the Design Consultant Services Agreement to Moreland Altobelli Associates, Inc., in the amount of $159,910.00 for the Broad Street Bridge over the Augusta Canal, and the Broad Street Bridge over Hawks Gully. This Project will be funded through SPLOST PHASE VI for AED. 2). Do not approve and cancel project. Cover Memo Item # 4 Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 328-041110-5212115/211828012-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 4 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project change is authorized to CPB# 328-041110-211828012 Broad Street Bridge over the Augusta Canal & the Broad Street Bridge over Hawk Gully to award the Design Consultant Agreement to Moreland Atobelli Associates in the amount of $159,910.00 to be funded from SPLOST PHASE VI. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase VI 160,000$ 160,000$ Section 3: The following amounts are appropriated for the project: By Basin By District Raes Creek $160,000 3rd 160,000$ 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 Deke Copenhaver, Mayor CAPITAL PROJECT BUDGET BRIDGE REHABILATION & REPAIRS Bid Item 11-134 CPB#328-041110-211828012 ( Broad Street over the Augusta Canal & Broad Street over Hawks Gully ) Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks 5.15.2012 Attachment number 1 \nPage 1 of 2 Item # 4 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET BRIDGE REHABILATION & REPAIRS Bid Item 11-134 CPB#328-041110-211828012 CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB CHANGE CPB SPECIAL 1% SALES TAX, PHASE VI 328-041110-6011110-211828012 ($160,000)($160,000) TOTAL SOURCES: ($160,000)($160,000) USE OF FUNDS ENGINEERING 328-041110-5212115-211828012 $160,000 $160,000 TOTAL USES: $160,000 $160,000 5.15.2012 Attachment number 1 \nPage 2 of 2 Item # 4 Attachment number 2 \nPage 1 of 9 Item # 4 Attachment number 2 \nPage 2 of 9 Item # 4 Attachment number 2 \nPage 3 of 9 Item # 4 Attachment number 2 \nPage 4 of 9 Item # 4 Attachment number 2 \nPage 5 of 9 Item # 4 Attachment number 2 \nPage 6 of 9 Item # 4 Attachment number 2 \nPage 7 of 9 Item # 4 Attachment number 2 \nPage 8 of 9 Item # 4 Attachment number 2 \nPage 9 of 9 Item # 4 REQUEST FOR PROPOSALS Request for Proposals will be received at this office until Tuesday, July 12, 2011 @ 3:00 P.M. for furnishing: RFP ITEM #11-134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs for Engineering Department RFPs 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 RFP documents may be viewed on the Augusta Richmond County web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, June 21, 2011 @ 5:00 P.M. No RFP 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 RFP 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 RFP number on the outside of the envelope. Bidders are cautioned that sequestration of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Funding for this project may include federal funds provided by the U. S. Department of Transportation (DOT) and/or other federal agencies. All DOT funded projects are subject to the requirements of 49 CFR Part 26. These requirements are mandatory and non-negotiable. Augusta enforces Disadvantage Business Enterprise (DBE) requirements and/or DBE goals set by Federal and/or State Agencies in accordance with State and Federal laws. Please be advised that the U. S. District Court for the Southern District of Georgia has entered on Order enjoining the Race-Based portion of Augusta, Georgia’s DBE Program. Thus, Augusta, Georgia does not have or operate a DBE, MBE or WBE Program for projects (or portions of projects) having Augusta, Georgia as the source of funding. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle May 26, June 2, 9, 16, 2011 Metro Courier June 1, 2011 cc: Tameka Allen Interim Deputy Administrator Abie Ladson Engineering Department Hameed Malik Engineering Department Attachment number 3 \nPage 1 of 1 Item # 4 VENDORS Attachment B Addendum Original 9 Copies Fee Proposal Civil Services Inc 2394 St Johns Bluff Rd South Jacksonville, FL 32246 Yes Yes Yes Yes Yes Cranston Engineering Old Engine Co. No. 1 Bldg 452 Ellis Street Augusta, GA 30901 Yes Yes Yes Yes Yes Moreland Altobelli Associates, Inc 2211 Beaver Ruin Road, Suite 100 Norcross, GA 30071 Yes Yes Yes Yes Yes RS&H 730 Peachtree Street, Suite 430 Atlanta, GA 30308 Yes Yes Yes Yes Yes T Y Lin International 260 Peachtree Street, Suite 900 Atlanta, GA 30303 Yes Yes Yes Yes Yes Heath & Lineback Engineering Inc 209 Corporate Dr. Suite 300 Carollton, GA 30117 ZEL Engineers 435 Telfair Street Augusta, GA 30901 A & S Engineering P. O. Box 2413 Evans, GA 30809 AECOM 1360 Peachtree St Ne Ste 500 Atlanta, GA 30309 Archetype Design 4860 Leisure Drive Dunwoody, GA 30338 Atkins Global 1600 River Edge Parkway Atlanta, GA 30328 BRPH, Inc. 2000 Powers Ferry Rd., Suite 600 Marietta, GA 30067 EMC Engineering Services 4106 Colbern Blvd, Suite 105 Evans, GA 30809 Enercon 500 Townpark Lane, Suite 275 Kennesaw, GA 30144 HO & K 191 Peachtree St. NE, Suite 4100 Atlanta, GA 30303 Hussey, Gay, Bell & Deyoung Int. 625 Green Street, Ne Gainesville, GA 30501 Johnson Laschober & Associates 1296 Broad Street Augusta, GA 30901 RFP Item #11-134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs for the City of Augusta - Engineering Department RFP Due: Tuesday, July 12, 2011 @ 3:00 P.M. Submitted No Bid Response Non-Compliant Missing E-Verify Number Page 1 of 2 Attachment number 4 \nPage 1 of 2 Item # 4 VENDORS Attachment B Addendum Original 9 Copies Fee Proposal RFP Item #11-134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs for the City of Augusta - Engineering Department RFP Due: Tuesday, July 12, 2011 @ 3:00 P.M. Krafra 418 8th Street Augusta, GA 30901 Lindsay, Pope, Brayfield, Clifford & Associates, Inc. 344 West Pike Street Lawrenceville, GA 30046 Lord, Aeck & Sargent 1201 Peachtree St, Ne Ste 300 Atlanta, GA 30361 Munger Associates Consulting 596 Links Lane Martinez, GA 30907 Parsons Brinckerhff 3340 Peach Tree Road NE Ste 2400 Tower Place 100 Atlanta GA 30326 PBS & J 5665 New Northside Dr. Suite 400 Atlanta, GA 30328 Pond & Company 3500 Parkway Lane, Suite 600 Norcross, GA 30092 Rosser International 524 W Peachtree St. NW Atlanta, GA 30308 S. L. King Technologies 270 Peachtree St, NW, Suite 1600 Atlanta, GA 30303 Southern Partners 1233 Augusta West Parkway Augusta, GA 30909 Stewart-Cooper-Newell 719 E. Second Avenue Gastonia, NC 28504 The Polote Co. 1810 Mill B Lane Savannah, GA 31405TVS Design 2700 Promeanade Two 1230 Peachtree St., NE Atlanta, GA 30309W. K. Dickson 1450 Greene St. Suite 225 Augusta, GA 30901 Warren Epstein & Associates 1785 Chesire Bridge Rd., Ne Atlanta, GA 30324 Wilbur Smith Associates 2835 Brandywine Rd Ste 400 Atlanta GA 30341 WR Toole Engineers 1005 Broad Street Augusta, GA 30901 Page 2 of 2 Attachment number 4 \nPage 2 of 2 Item # 4 Evaluation Criteria PTS Civil Services Inc 2394 St Johns Bluff Rd South Jacksonville, FL 32246 Cranston Engineering Old Engine Co. No. 1 Bldg 452 Ellis Street Augusta, GA 30901 Moreland Altobelli Associates, Inc 2211 Beaver Ruin Road, Suite 100 Norcross, GA 30071 RS&H 730 Peachtree Street, Suite 430 Atlanta, GA 30308 T Y Lin International 260 Peachtree Street, Suite 900 Atlanta, GA 30303 1. Qualifications of company (company profile)15 13.4 13.8 13.1 12.8 12.8 2. Qualifications and experience of key professionals that will be assigned to the projects 15 13.1 12.5 12.5 12.8 12.8 3. Specific relevant experience of your company.15 12.4 12.5 10.8 11.8 11.8 4. A detailed description of the proposed technical approach to be taken for the performance of the required services for each bridge. 20 18.0 17.0 17.7 14.7 16.3 5. Submit a conceptual project schedule for each bridge (NOTE: The critical path method (CPM) should be used including milestones, tasks and sub- tasks) 20 19.0 19.3 19.3 19.3 10.7 6. References (include specific individuals with addresses and telephone numbers) 5 5.0 5.0 5.0 5.0 5.0 7. Proposed fee (Include hourly cost per individual to be included in the proposal) Lowest 5 pts Second Lowest 4 pts Third Lowest 3 pts Highest 2 pts 5 4.0 2.0 5.0 0.0 3.0 8. Proximity to Augusta: Within Augusta Richmond County 5 pts Within the CSRA 4 pts Within Georgia 3 pts Within SE United States (includes AL, TN, NC, FL) 2 pts All others 1 pt 5 3.0 5.0 3.0 3.0 3.0 Total 100 87.9 87.1 86.3 79.3 75.3 Evaluation Sheet - RFP Item #11-134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs for the City of Augusta - Engineering Department for the City of Augusta - Utilities Department Attachment number 5 \nPage 1 of 1 Item # 4 Attachment number 6 \nPage 1 of 1 Item # 4 Attachment number 7 \nPage 1 of 3 Item # 4 Attachment number 7 \nPage 2 of 3 Item # 4 Attachment number 7 \nPage 3 of 3 Item # 4 Attachment number 8 \nPage 1 of 5 Item # 4 Attachment number 8 \nPage 2 of 5 Item # 4 Attachment number 8 \nPage 3 of 5 Item # 4 Attachment number 8 \nPage 4 of 5 Item # 4 Attachment number 8 \nPage 5 of 5 Item # 4 Engineering Services Committee Meeting 5/29/2012 1:00 PM East Augusta Street and Drainage Improvements (SA2) Department:Abie L. Ladson, PE, CPESC, Director Caption:Approve Capital Project Budget and Supplemental Agreement Two (CPB#328-041110-211828101) in the amount of $562,612 for the East Augusta Street and Drainage Improvement Project to Toole Engineers, Inc., for Design Engineering Services. Funding is available in the project budget from SPLOST PHASE VI as requested by AED. Background:The East Augusta Street and Drainage Improvement project is an identified and partially funded project to address flooding and associated roadway improvements in the East Augusta area bounded by East Boundary Street, the Levee, I-520 and Laney Walker Blvd. The drainage system in this area is not adequate to handle low frequency rain events, thus causing flooding on several streets and in yards. The project consists of eight (8) phases. The current status of each Phase is: 1) Phase I- design and construction completed in 2011; 2) Phase II – design complete, and property acquisitions on-going; 3) Phase III – design 95% complete; 4) Phase IV through Phase VIII – design start is subject to approval of this supplemental agreement. Analysis:Services covered under this supplemental agreement will allow AED to complete the design phase of East Augusta Street and Drainage Improvement Project. The project will be construction ready and can go to construction as soon as construction funds become available. Financial Impact:Funds are available in SPLOST Phase VI East Augusta Street & Drainage Improvement account number 328-041110- 5212115 /211828101-5212115. Alternatives:1) Approve Capital Project Budget and Supplemental Agreement Two (CPB#328-041110-211828101) in the amount of $562,612 for the East Augusta Street and Drainage Improvement Project to Toole Engineers, Inc., for Design Engineering Services. Funding is available from SPLOST PHASE VI for the Engineering Department. 2) Do not approve, and identify alternative plan to Cover Memo Item # 5 address identified needed improvements. Recommendation:Approve Alternative Number One Funds are Available in the Following Accounts: 328-041110-5212115/211828101-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 5 AUGUSTA-RICHMOND COUNTY ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT (SA02 – For changes greater than $20,000) February 2011 Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks WHEREAS, We, W. R. Toole Engineers., entered into a contract with Augusta-Richmond County on March 17, 2009, for Engineering Design Services for East Augusta Roadway & Drainage Improvement Project, 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: Additional services to address flooding & associated roadway improvements bounded by East Boundary St., the Levee, I-520 and Laney Walker Blvd. It is agreed that as a result of the above described modification the contract amount is increased by $562,612.00 from $500,000.00 to a new total of $1,062,612.00. 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, 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 _____________, 2012. RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY W. R. TOOLE ENGINEERS, INC., AUGUSTA, GEORGIA Mayor Deke Copenhaver Approved: Date Approved: Date [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: ____________________________ Title: ____________________________ Augusta Richmond County Project umber(s): 328-041110-211828101 Supplemental Agreement umber: 1 Purchase Order umber: 163878 Attachment number 1 \nPage 1 of 1 Item # 5 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET EAST AUGUSTA STREET AND DRAINAGE IMPROVEMENTS Capital Project Budget is hereby authorized: Section 1: This project is authorized to CPB#328-041110-211828101. This Supplemental Agreement One addresses the flooding and associated roadway improvements in the East Augusta Area. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. SPLOST Urban Phase III Recapture GDOT STATE AID CONTRACT SPLOST PHASE VI Section 3: The following amounts are appropriated for the project: By Basin Phinizy Swamp $1,520,000 1st 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 BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Design Engineering Services in the amount of $562,612 for W.R. Toole Engineers is available Honorable Deke Copenhaver, Mayor in the project Engineering Account SPLOST Phase VI. Please do not process this document. Once approved by the Commission, the original will be sent to Clerk of Commission for execu contact ext 5070. 1 of 4 2.23.09 Attachment number 2 \nPage 1 of 4 Item # 5 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET EAST AUGUSTA STREET AND DRAINAGE IMPROVEMENTS CPB AMOUNT CPB SOURCE OF FUNDS CPB CHANGE URBAN SPLOST PHASE III RECAPTURE 327-041110-296812333 ($500,000) GDOT STATE AID CONTRACT ($450,000) SPLOST PHASE VI ($570,000) TOTAL SOURCES:($1,520,000) USE OF FUNDS ENGINEERING 327-04-1110-5212115-209812101 $950,000 ENGINEERING 328-041110-5212115-211828101 $570,000 TOTAL USES:$1,520,000 2 of 4 2.23.09 Attachment number 2 \nPage 2 of 4 Item # 5 EAST AUGUSTA STREET AND DRAINAGE IMPROVEMENTS Section 1: This project is authorized to CPB#328-041110-211828101. This Supplemental Agreement One addresses the flooding and associated roadway improvements in the East Augusta Area. Section 2: The following revenues are anticipated to be available to the Consolidated Government to $500,000 $450,000 $570,000 $1,520,000 By District $1,520,000 Section 4: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in ____________________________________________________________ CPB#328-041110-211828101 by the Commission-Council of Augusta-Richmond County, Georgia that the following Design Engineering Services in the amount of $562,612 for W.R. Toole Engineers is available Honorable Deke Copenhaver, Mayor ecution. For information reference this request 3 of 4 2.23.09 Attachment number 2 \nPage 3 of 4 Item # 5 EAST AUGUSTA STREET AND DRAINAGE IMPROVEMENTS CPB#328-041110-211828101 NEW CPB ($500,000) $450,000 ($1,520,000) $950,000 $570,000 $1,520,000 4 of 4 2.23.09 Attachment number 2 \nPage 4 of 4 Item # 5 Attachment number 3 \nPage 1 of 18 Item # 5 Attachment number 3 \nPage 2 of 18 Item # 5 Attachment number 3 \nPage 3 of 18 Item # 5 Attachment number 3 \nPage 4 of 18 Item # 5 Attachment number 3 \nPage 5 of 18 Item # 5 Attachment number 3 \nPage 6 of 18 Item # 5 Attachment number 3 \nPage 7 of 18 Item # 5 Attachment number 3 \nPage 8 of 18 Item # 5 Attachment number 3 \nPage 9 of 18 Item # 5 Attachment number 3 \nPage 10 of 18 Item # 5 Attachment number 3 \nPage 11 of 18 Item # 5 Attachment number 3 \nPage 12 of 18 Item # 5 Attachment number 3 \nPage 13 of 18 Item # 5 Attachment number 3 \nPage 14 of 18 Item # 5 Attachment number 3 \nPage 15 of 18 Item # 5 Attachment number 3 \nPage 16 of 18 Item # 5 Attachment number 3 \nPage 17 of 18 Item # 5 Attachment number 3 \nPage 18 of 18 Item # 5 Engineering Services Committee Meeting 5/29/2012 1:00 PM Fort Gordon New Positions Department:Utilities Caption:Authorize Augusta Utilities to add four new positions to serve Fort Gordon and increasing customer demands. Background:In 2007 Augusta Utilities Department entered into a contract with the Department of the Army to operate and maintain the water and wastewater system at Fort Gordon. Part of the contract negotiations was to estimate the number of positions required to perform daily operations and maintenance functions. The contract also provides for the ability to add positions based on unforeseen and new responsibilities at any time through contract scope changes and at the end of the first two-year period and each three- year period thereafter. Both of these procedures result in an adjustment to the monthly Operation & Maintenance fees (O & M) to offset additional cost. Since taking over the system and having time to analyze the infrastructure, we have realized greater customer service needs than originally anticipated and the need to add additional employees to meet contract obligations. We negotiated the need for these positions and Fort Gordon approved an increase in O & M fees at the redetermination period in 2010 so that all projected increased costs will be reimbursed by the increased revenue from Fort Gordon in the 2012 budget. However, these positions were not included in the 2012 budget. Analysis:The contract between the City of Augusta and DESC allows for four new positions. AUD is requesting the following four positions: Water Distribution Supervisor-I (Pay Grade 43), Sewage Collections Supervisor-I (Pay Grade 43), Sewage Collections Supervisor-II (Pay Grade 45), Office Manager (Pay Grade 47) The initial annual salary cost is $125,654, which will be offset by the increased 2012 O & M fees from Fort Gordon Financial Impact:There is no net decrease in operating funds for this agenda item since increased revenues budgeted in 2012 from Fort Gordon has more than offset the increased salary costs. Alternatives:1) Approve this item and meet Augusta's contract terms with Fort Cover Memo Item # 6 Gordon. 2) Do not approve this item and do not meet Augusta's contract terms with Fort Gordon. Recommendation:We recommend that the commission authorize Augusta Utilities to add four new positions to meet contract obligations. Funds are Available in the Following Accounts: 506-04-3430-5111110 for salary expenditure, offset by Fort Gordon reimbursement revenue budgeted in 506-00-0000- 3343115. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 6 Engineering Services Committee Meeting 5/29/2012 1:00 PM Georgia Power Easement Sheriffs Detention Mgmt System Department:Engineering Department-Abie L. Ladson, PE, CPESC, Director Caption:Approve granting Georgia Power an easement for their utilities to provide electrical service to the new Augusta Sheriff’s Detention Management Services building at 402 Walton Way , as requested by AED. Also approve having the agreement executed by the appropriate Augusta official(s). Background:Georgia Power is requesting an easement for the underground distribution line to service this facility. Augusta, Georgia is the owner of this property; therefore, Augusta should sign granting the easement. Analysis:This easement will allow Georgia Power to provide electrical service to the new building and also to maintain this service. Financial Impact:There will be no financial impact to Augusta, Georgia. Alternatives:1) Approve granting Georgia Power an easement for their utilities to provide electrical service to the new Augusta Sheriff’s Detention Management Services building at 402 Walton Way, as requested by AED. Also approve having the agreement executed by the appropriate Augusta official(s). 2) Do not approve and deny electrical service to the facility. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Cover Memo Item # 7 Law. Administrator. Clerk of Commission Cover Memo Item # 7 Attachment number 1 \nPage 1 of 3 Item # 7 Attachment number 1 \nPage 2 of 3 Item # 7 Attachment number 1 \nPage 3 of 3 Item # 7 Engineering Services Committee Meeting 5/29/2012 1:00 PM Mike Samadi Department:Clerk of Commission Caption:Presentation by Mr. Mike Samadi regarding issues with the garbage collection service and solid waste billing. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 8 Attachment number 1 \nPage 1 of 1 Item # 8 Engineering Services Committee Meeting 5/29/2012 1:00 PM Minutes Department:Clerk of Commission Caption:Motion to approve the minutes of the Engineering Services Committee held on May 7, 2012. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 9 Attachment number 1 \nPage 1 of 4 Item # 9 Attachment number 1 \nPage 2 of 4 Item # 9 Attachment number 1 \nPage 3 of 4 Item # 9 Attachment number 1 \nPage 4 of 4 Item # 9 Engineering Services Committee Meeting 5/29/2012 1:00 PM Option for Right of Way Department:Law Caption:Motion to approve an Option for the purposes of acquiring a Right-of-Way between Family Broadcasters, Inc., as owners, and Augusta, Georgia, as optionee, in connection with the East Augusta Roadway and Drainage Improvement Project, 6.9 acres (300,815 sq. ft.) in fee simple and (N/A sq. ft.) of permanent drainage and utility easement, more or less; and (N/A sq. ft.) of temporary construction easement from property located at: 580 Laney Walker Blvd. Ext., private, at the purchase price of $138,000.00. Background:The property owner has agreed to convey a certain right-of-way and easement to Augusta, Georgia, for the East Augusta Roadway and Drainage 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: 327041110-5411120 209812101-5411120 REVIEWED AND APPROVED BY: Finance. Law. Cover Memo Item # 10 Administrator. Clerk of Commission Cover Memo Item # 10 At t a c h m e n t n u m b e r 1 \ n P a g e 1 o f 2 It e m # 1 0 At t a c h m e n t n u m b e r 1 \ n P a g e 2 o f 2 It e m # 1 0 Engineering Services Committee Meeting 5/29/2012 1:00 PM Staff Augmentation & Professional Services Extension (SA6) Department:Abie L. Ladson, PE, CPESC, Director Caption:Authorize the Engineering Department to extend Supplemental Agreement Number Six with Jacobs Engineering Group Inc., to continue to provide project management support via staff augmentation in the amount not to exceed $172,200 which will be funded from SPLOST Contingency funds for the Engineering Department. Background:Augusta-Richmond County is responsible for on-going Preliminary Engineering activities on several Georgia Department of Transportation (GDOT) projects to include Alexander Drive, St. Sebastian Street Extension, Windsor Spring Road Sections IV & V and Wrightsboro Road. These projects are in various stages of development and require knowledgeable, efficient and effective interaction and coordination with GDOT, the respective Design Consultants and work units within Augusta-Richmond County. Analysis:On June 7, 2005 the Commission approved the initial agreement with Jacobs Engineering Group Inc. for David Griffith to provide staff support as Project Manager. This agreement has proven to be very effective and beneficial to the Engineering Department. David’s knowledge of the GDOT processes and understanding of how to request assistance on projects has resulted in saving the Engineering Department millions of dollars. He has also been successful in finding and securing finding funds for projects after the original funds for these projects had been reallocated to other projects. It is the desire of the Engineering Department to extend this agreement. Financial Impact:Funding for Supplemental Agreement Number Six will come from the SPLOST contingency funds ($57,400) in respective to projects Windsor Spring Road, Section IV, Windsor Spring Road, Section V and Wrightsboro Road not to exceed $172,200 transferred to the current contract with Jacobs Engineering Group. Alternatives:1) Authorize the Engineering Department to extend Supplemental Agreement Number Six with Jacobs Engineering Group Inc to Cover Memo Item # 11 continue to provide project management support via staff augmentation in the amount not to exceed $172,200 which will be funded from SPLOST Contingency funds for the Engineering Department. 2)Deny and acknowledge that ARC managed GDOT projects may jeopardize funding opportunities and experience delays. Recommendation:Approve Alternative 1. Funds are Available in the Following Accounts: 323-041110-5212999 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 11 Augusta Engineering Administration 505 Telfair Street – Augusta, GA 30901 Office: (706) 796 – 5040 Fax: (706) 796 -5045 www.augustaga.gov AUGUSTA-RICHMOND COUNTY AUGUSTA, GA ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT WHEREAS, We, Jacobs Engineering Group Inc., Consultant, entered into a contract with Augusta-Richmond County on June 7, 2005, to provide Project Management support associated with the “Temporary Professional Services Support”, File Reference No. 12-005 (F), and WHEREAS, changes are incorporated into the original contract to provide clarity and project management guidance: 1) The Consultant will provide a Project Manager to assist Augusta Engineering Department (AED). 2) The Consultant’s Project Manger will assist in managing the Georgia Department of Transportation (GDOT) federal aid projects that are currently in the Work Program for which AED has preliminary engineering responsibility. The priority projects are Wrightsboro Road and Windsor Spring Road. 3) The Consultant’s Project Manager will provide training to AED’s Engineering Manager or designee to manage transportation projects that are fully or partially funded by GDOT and/or FHA. The Consultant’s Project Manager and the AED designee shall work as a team. 4) The Consultant’s Project Manager will coordinate all activities requiring AED’s decisions or funds with AED’s Assistant Director of Engineering. 5) The Consultant’s Project Manager will have bi-weekly progress meetings with AED’s designated staff to discuss project progress, scheduling, coordination status and any key item effecting progress of the projects. 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: It is agreed that as a result of the above described modification the contract amount is increased by $172,200 from $1,115,400 to a new total of $1,287,600. 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, Jacobs Engineering Group 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 , 2012. RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY JACOBS ENGINEERING GROUP INC., AUGUSTA, GEORGIA Mayor Deke S. Copenhaver Approved: Date Approved: Date [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: __________________________ Augusta Richmond County Project Number(s): N/A Supplemental Agreement Number: 6 Purchase Order Number: P113792 Professional advice and consulting services regarding project management support via staff augmentation. Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks Attachment number 1 \nPage 1 of 1 Item # 11 Engineering Services Committee Meeting 5/29/2012 1:00 PM Utilities Upgrade of Itron 60W Radio Read Transmitters to 100W Radio Read Transmitters Department:Utilities, Tom Wiedmeier, Director Caption:Approve Utilities upgrade of Itron 60W Radio Read Transmitters to 100W Radio Read Transmitters. Background:In 2003, AUD began a program of replacing or, where possible, converting meters to radio read. Since that time, approximately 31,000 of our 68,000 meters are radio read. At that time a decision was made to use Itron electronic meter reading products, as they are the world’s largest provider, and all major meter manufacturers can be converted to Itron radio read, which allows us to change meter companies, but keep the same electronic reading equipment. The majority of the Electronic Radio Transmitters (ERT’s) we have in our system are the Itron 60W. Analysis:In 2011, Itron created a new technology in electronic reading that adds a microchip to the electronic reading device that can be set to record and save up to 40 days of daily reading data. This information can then be downloaded and saved each time monthly readings are taken so that we will have retrievable data for many months on meter usage for all meters using this technology. These ERT’s are the Itron 100w and are also 25 times more powerful than the 60W’s. This data will be very helpful in investigating high consumption cases. In most problematic cases, high consumption happens during one month and by the time we find out there is a problem, the high consumption ends and our data logging equipment can only give us detailed usage during the month after the problem has occurred, which may not be helpful. With this new technology we will provide much better customer service and more answers for difficult account problems. We have been experiencing a higher than expected error rate on our 60W ERT’s, which comprises the majority of the ERT’s we currently have installed. These errors require us the time and effort to manually reread any account with a malfunctioning ERT. Recently, Itron informed us that they have discovered that, in some lots of their 60W ERT’s that were manufactured by a specific vendor, a component, that can become faulty, is causing a higher than expected error rate, approximately 10% versus an acceptable error rate of less than 1%. Itron has offered to replace Cover Memo Item # 12 all our existing 60W ERT’s that are from lots that may malfunction, including the labor, with new 60W ERT’s that do not have the problematic component. Because we no longer want to continue to use the old model of ERT’s (60W), due to the newer, better technology and power of the new 100W ERT’s, we have proposed that Itron replace the problematic ERT’s with new higher-priced 100W ERT’s. Itron has agreed to do this if we will pay the price-point differential between the 60W and the 100W. Financial Impact:We are not exactly sure of the number of ERT’s that will need to be replaced, but we do know the cost we expect to incur for upgrading to this new technology will be no higher than $295,000. Alternatives:Have Itron replace current 60W ERT's with 60W's at no cost, but keep older technology without data logging capability. Recommendation:AUD recommends approving the upgrade of Itron 60W Radio Read Transmitters to 100W Radio Read Transmitters. Funds are Available in the Following Accounts: Total cost of upgrading to 100W ERT’s is available in 506-04- 3210-5315111. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 12 Confidential Page1 Electric / Gas / Water Information collection, analysis and application 2111 N. Molter Rd. Liberty Lake, WA 99019fax: 866-787-6910 BMR# 1465-12 Ver1 Marwww.itron.com Item Part Number Description Qty Unit Price Extended Price Notes ERT's 1 ERW-1300-208 100WP ERT, Pulser with Integral Connector and Antenna Connector (Installation Services Included - Removal of existing ERT product; installation of new ERT, pit set meter) $135.00 (1-3) 100W ERT Discount ($110.00) 11,800 $25.00 $295,000.00 ERT Total $295,000.00 Notes and Assumptions (1) (2) (3) (4) Pricing Summary for Freight, taxes, duties, and tariffs are not included. Prices are in US dollars. Prices are valid for 90 days. Full warranty is consistent with the warranty terms in the Agreement for the first 10 years from date of shipment. For warranty claims in years 11 through 15, Itron's sole obligation will be to provide Customer with a discount on replacement product equal to 50 percent of its then-current list price for the replacement product. For warranty claims in years 16 through 20, Itron's sole obligation will be to provide Customer with a discount on replacement product equal to 25 percent of its then-current list price for the replacement product. March 28, 2012 Augusta, GA Discounted pricing is valid for 11,800 - 60WP ERT diode affected replacements. Customer must provide an RMA # on the Purchase Order. The quantity purchased must match the quantity of 60WP’s returned for warranty replacement. If during installation services of 11,800 -100W's the register is found to be damaged, there will be an additional charge of $6.24 per register exchange. Attachment number 1 \nPage 1 of 1 Item # 12 Attachment number 2 \nPage 1 of 3 Item # 12 Attachment number 2 \nPage 2 of 3 Item # 12 Attachment number 2 \nPage 3 of 3 Item # 12