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