HomeMy WebLinkAbout2013-12-09-Meeting Agenda
Engineering Services Committee
Meeting
Commission Chamber- 12/9/2013- 12:50 PM
ENGINEERING SERVICES
1. Approve award of Design Consultant Service Agreement
Contract to Moreland Altobelli, Inc. and Associates in the
amount of $58,950.00 for 7th Street Bridge over Augusta Canal
– Bridge Replacement, subject to receipt of signed contracts and
proper bonds as requested by AED.
Attachments
2. Approve Amendment No. 4 to Agreement with ESG
Operations, Inc. to establish the final budget amount for 2014
facility operations at $5,529,132.00 and additional work at
$499,800.00.
Attachments
3. Approve award of Construction Contract to Blair Construction,
Inc. in the amount of $3,563,562.18 for East Augusta Roadway
and Drainage Project CPB# 328-041110-211828101– Phase II
(Aiken Street Channel), subject to receipt of signed contracts
and proper bonds as requested by AED.
Attachments
4. Approve the application from GDOT for fiscal year 2014 Local
Maintenance and Improvement Grant (LMIG), to be used for
Belair Road construction as requested by Augusta Engineering
Department (AED).
Attachments
5. Approve award of Construction Contract to Blair Construction,
Inc. in the amount of $517,079.90 for Transportation Investment
Act (TIA) Project, Highland Avenue Resurfacing from
Wrightsboro Rd. to Wheeler Rd. Award is contingent upon
receipt of signed contracts and proper bonds.
Attachments
6. Approve an additional $67,200 to satisfy Mims Road
Emergency Repair as requested by AED.
Attachments
7. Motion to approve the minutes of the Engineering Services
Committee held on November 25, 2013.
Attachments
www.augustaga.gov
8. Approve the deeds of dedication, maintenance agreements, and
road resolutions submitted by the Engineering and Augusta
Utilities Departments for Willhaven Subdivision, Phase III,
Section 4.
Attachments
9. Accept as information from the Engineering Department (AED)
an update on the status of the acquisition of the right of way on
the Windsor Spring Road Phase V project.
Attachments
Engineering Services Committee Meeting
12/9/2013 12:50 PM
7th Street Bridge over Augusta Canal- Bridge Replacement (Bid Item – 13-181)
Department:Abie Ladson, Director
Caption:Approve award of Design Consultant Service Agreement Contract
to Moreland Altobelli, Inc. and Associates in the amount of
$58,950.00 for 7th Street Bridge over Augusta Canal – Bridge
Replacement, subject to receipt of signed contracts and proper
bonds as requested by AED.
Background:The 7th Street Bridge over Augusta Canal – Bridge Replacement
is a project from the “Approved Investment List” of TIA that was
approved by voters of the CSRA in July 31, 2012 referendum. The
7th Street Bridge is a Band 1 project that will begin the design
process once approved by the City of Augusta, Georgia
Commission.
Analysis:Request for Proposals (RFP) were evaluated on September 17,
2013 with Moreland Altobelli and Associates being the selected
consultant. CONSULTANTS: 1. Moreland Altobelli and
Associates 2. Cranston Engineering 3. Heath & Lineback 4.
KSGW 5. Civil Services, Inc. It is the recommendation of the
Engineering Department to award this project to Moreland
Altobelli and Associates. The engineering budget amount for this
project is $150,000.00.
Financial Impact:Funds are available in the TIA project budget account numbers:
7th Street Bridge over Augusta Canal - Bridge Replacement in the
amount of $58,950.
Alternatives:1)Approve award of Design Consultant to Moreland Altobelli and
Associates in the amount of $58,950 for 7th Street Bridge over
Augusta Canal (Bridge Replacement), subject to receipt of signed
contracts and proper bonds as requested by AED. 2)Do not
approved, and abandon project
Recommendation:Approve Alternative Number One.
Cover Memo
Item # 1
Funds are Available
in the Following
Accounts:
Fund 371
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 1
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby adopted:
Section 1: This project is set up and authorized to CPB#N/A. This project consists of design
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
TIA Project 150,000$
150,000$
Section 3: 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
CAPITAL PROJECT BUDGET
7th Street Bridge over Augusta Canal - Bridge Replacement
services for the 7th Street Bridge over Augusta Canal - Bridge Replacement
in the amount of $58,950.00. Funding is available in the TIA Project budget.
Honorable Deke Copenhaver, Mayor
1 of 4 1.24.2011
Attachment number 1 \nPage 1 of 4
Item # 1
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
7th Street Bridge over Augusta Canal - Bridge Replacement
CPB AMOUNT NEW
SOURCE OF FUNDS CPB CPB
TSPLOST (150,000)$ (150,000)$
000-0000-0000000
TOTAL SOURCES: (150,000)$ (150,000)$
USE OF FUNDS
ENGINEERING
000-0000-0000000-5212115 $150,000 $150,000
TOTAL USES:$150,000 $150,000
2 of 4 1.24.2011
Attachment number 1 \nPage 2 of 4
Item # 1
Section 1: This project is set up and authorized to CPB#N/A. This project consists of design
CPB#N/A
3 of 4 1.24.2011
Attachment number 1 \nPage 3 of 4
Item # 1
CPB#N/A
4 of 4 1.24.2011
Attachment number 1 \nPage 4 of 4
Item # 1
Request for Proposal
Request for Proposals will be received at this office until Tuesday, September 17, 2013 @ 11:00 a.m. for
furnishing:
RFP Item #13-181 Replacement of the 7th Street Bridge Over The Augusta Canal 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 Georgia 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.
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 Friday, August
30, 2013 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered.
No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening.
Request for proposals (RFP) and specifications. An RFP 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 RFP number on the outside of the envelope.
Proponents are cautioned that acquisition 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 proponent at the risk of receiving incomplete or inaccurate information upon which to base his
qualifications.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle August 8, 15, 22, 29, 2013
Metro Courier August 14, 2013
Revised: 3/5/2013
Attachment number 2 \nPage 1 of 1
Item # 1
VENDORS Attachment B E-Verify #SAVE Form Original 7 Copies Addendum 1 Fee
Proposal
Moreland Altobelli Asso
2211 Beaver Ruin Road
Norcross, GA 30071
Yes 53328 Yes Yes Yes Yes Yes
Cranston Engineering
452 Ellis Street
Augusta, GA 30901
Yes 64684 Yes Yes Yes Yes Yes
ZEL Engineers
435 Telfair Street
Augusta, GA 30901
No Bid
Response
Heath & Lineback
Engineers
2390 Canton Rd.,
Building 200
Marietta, GA 30066
Yes 64937 Yes Yes Yes Yes Yes
KSGW
2500 Nothwinds Pkwy,
Suite 250
Alpharetta, GA 30009
Yes 177771 Yes Yes Yes Yes Yes
Civil Services, Inc
620 Peachtree St.,
Suite 300-R
Atlanta, GA 30308
Yes 387871 Yes Yes Yes Yes Yes
RFP Opening
RFP Item #13-181
Replacement of the 7th Street Bridge Over The Augusta Canal
for Augusta, Georgia - Engineering Department
RFP Due: Tuesday, September 17, 2013 @ 11:00 a.m.
Page 1 of 1
Attachment number 3 \nPage 1 of 1
Item # 1
Attachment number 4 \nPage 1 of 1
Item # 1
Attachment number 5 \nPage 1 of 5
Item # 1
Attachment number 5 \nPage 2 of 5
Item # 1
Attachment number 5 \nPage 3 of 5
Item # 1
Attachment number 5 \nPage 4 of 5
Item # 1
Attachment number 5 \nPage 5 of 5
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
Evaluation Criteria PTS
Moreland Altobelli Asso
2211 Beaver Ruin Road
Norcross, GA 30071
Cranston Engineering
452 Ellis Street
Augusta, GA 30901
Heath & Lineback
Engineers
2390 Canton Rd.,
Building 200
Marietta, GA 30066
KSGW
2500 Nothwinds Pkwy,
Suite 250
Alpharetta, GA 30009
Civil Services, Inc
620 Peachtree St.,
Suite 300-R
Atlanta, GA 30308
1) Qualifications of Company (company profile).25 23.0 18.7 24.0 20.3 24.7
2) Qualifications and experience of key professionals
that will be assigned to the projects.30 26.7 20.0 26.3 21.0 28.3
3) Specific relevant experience of your company.10 8.7 7.7 9.0 6.7 8.7
4) A detailed description of the proposed technical
approach to be taken for the performance of the required
services for each bridge.
15 13.3 10.0 13.7 10.0 14.0
(5) Submit a conceptual project schedule for each
bridge (NOTE: The critical path method (CPM) should be
used including milestones, tasks and sub-tasks).
5 5.0 4.3 4.7 0.0 4.7
6) References (include specific individuals with
addresses and telephone numbers).5 5.0 5.0 5.0 3.3 5.0
7) Proximity to Area
• Within Richmond County - 5 pts
• Within CSRA - 4 pts
• Within Georgia - 3 pts
• Within SE United States - 2 pts
(includes AL, TN, NC, SC, FL)
• All Others - 1 pt
5 3.0 5.0 3.0 3.0 3.0
8) Proposed Fee (include hourly cost per individual to
be included in the proposal)
• Lowest 5 points
• Second 4 points
• Third 3 points
• Fourth 2 points
• Highest 1 point
5 5.0 3.0 2.7 3.3 0.0
Total 100 89.7 73.7 88.3 67.7 88.3
Cumulative Evaluation Sheet
RFP Item #13-181
Replacement of the 7th Street Bridge Over The Augusta Canal
for Augusta, Georgia - Engineering Department
Attachment number 7 \nPage 1 of 1
Item # 1
Engineering Services Committee Meeting
12/9/2013 12:50 PM
Amendment No. 4 to the Contract with ESG Operations, Inc. for the Operation of Water Pollution
Control Facilities.
Department:Utilities
Caption:Approve Amendment No. 4 to Agreement with ESG Operations,
Inc. to establish the final budget amount for 2014 facility
operations at $5,529,132.00 and additional work at $499,800.00.
Background:On December 16, 2009 Augusta and ESG Operations, Inc. (ESG)
entered into an Agreement for Operations, Maintenance and
Management Services. The Agreement provides that ESG will
prepare an annual amendment to the Agreement which establishes
the budget for the year. Attached is a proposed Amendment No. 4
from ESG, which sets forth a 2014 budget of $5,529,132.00. The
estimated cost of wastewater treatment services for 2014 is
$5,247,882.00. We have also included an allowance of
$281,500.00 to provide for ESG assistance with maintenance as
may be needed at the water treatment facilities and other areas
within our system. The proposed amendment also includes a
proposal to provide assistance to Augusta Utilities by providing
staff to accelerate the assessment of our wastewater collection
system in accordance with a schedule included with an existing
consent order with the Georgia Environmental Protection Division
(EPD). The proposal is for ESG to provide four two-person crews
to focus on collection system condition assessment in order to
help us meet our goal of assessing five million feet of sewer
within five years. The proposed cost of this additional work is
$499,800.00.
Analysis:The proposed budget for the operation of our water pollution
control facilities maintains the projected cost of services at the
same level as the 2013 budget for this work. A copy of the
proposed 2014 budget and the proposed Amendment No. 4 is
attached. The proposed additional work will provide us with
supplemental staff to focus on the task of assessing the condition
of our wastewater collection system and help us meet our
commitment to Georgia EPD.
Financial Impact:Operations Contract cost of $5,529,132.00 from account
Cover Memo
Item # 2
506043310-5211110. Collection System Assessment cost of
$499,800.00 from account 506043410-5211110.
Alternatives:No viable alternatives.
Recommendation:We recommend approval of Amendment No. 4 to the Agreement
with ESG Operations, Inc. to establish the final budget amount for
2014 at $5,529,132.00. We further recommend the approval of the
proposal to provide staff to accelerate the assessment of our
wastewater collection system at a cost for 2014 of $499,800.00.
Funds are Available
in the Following
Accounts:
506043310-5211110 & 506043410-521111
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 2
MEMORANDUM
1
ESG Operations 2014 Budget Proposal
PREPARED FOR: Allen Saxon, AUD
PREPARED BY: Paul Tickerhoof, ESG
COPIES:
DATE: October 30, 2013
ESG has reviewed last year’s expenditures of our wastewater treatment O&M agreement in
an effort to prepare a budget for AUD’s consideration for the 2014 fiscal year. The following
table summarizes 2013’s budget and ESG’s requested 2014 budget.
ESG Budget Comparison
2013 2014 Delta
Personnel Services $ 2,011,384.00 $ 2,011,384.00 $ -
Administrative Expenses $ 110,000.00 $ 110,000.00 $ -
Utilities $ 190,000.00 $ 190,000.00 $ -
Chemicals $ 433,400.00 $ 433,400.00 $ -
Materials & Supplies $ 110,000.00 $ 110,000.00 $ -
Vehicles & Equipment $ 125,000.00 $ 125,000.00 $ -
Outside Services $ 200,000.00 $ 200,000.00 $ -
Biosolids Management $ 1,160,000.00 $ 1,160,000.00 $ -
Maintenance & Repair $ 325,000.00 $ 325,000.00 $ -
Total Operating Budget $4,664,784.00 $4,664,784.00 $ -
Management &
Administrative Fee (12.5%) $ 583,098.00 $ 583,098.00
$ -
Contractor’s Subtotal $5,247,882.00 $5,247,882.00 $ -
$ -
Director’s Allowance $250,000.00 $250,000.00 $ -
Management &
Administrative Fee (12.5%) $ 31,250.00 $ 31,250.00
$ -
Director’s Allowance
Subtotal $ 281,250.00 $ 281,250.00
$ -
Total Budget $5,529,482.00 $5,529,482.00 $ -
ESG is recommending the budget and expenditure allocation remain the same as last year.
While the CPI for the past twelve months is equivalent to 1.8%, ESG believes we can perform
our scope of service without an increase for the 2014 fiscal year.
Attachment number 1 \nPage 1 of 6
Item # 2
TECHNICAL MEMORANDUM—ESG OPERATIONS 2014 BUDGET PROPOSAL
2
Additionally, ESG proposes to continue the sewer assessment service without any change in
budget. Details of the allocation is as follows:
Estimated Cost $437,320
Mark Up (12.5%) $ 62,480
Total $499,800
Should you have any questions or need further clarification contact me at 770-918-6572.
Attachment number 1 \nPage 2 of 6
Item # 2
AMENDMENT NO. 4
to the
AGREEMENT Between
ESG Operations, Inc.
And
Augusta, Georgia
For
Operations, Maintenance and Management Services
This Amendment is made and entered into this 1st day of January, 2014, between AUGUSTA, GEORGIA, by
and through the Augusta-Richmond County Commission, a political subdivision of the State of Georgia
(hereinafter “Augusta”), and ESG OPERATIONS, INC., a Georgia corporation, (hereinafter “ESG”). This is
Amendment No. 4 to the Agreement dated the 16th day of December 2009, between Augusta and ESG.
NOW THEREFORE, Augusta and ESG agree to amend the Agreement as follows:
REPLACE Article 4.1 with the following new Article:
4.1 Augusta shall pay to ESG a base fee equal to the Augusta budget shown in Appendix F. This includes
the actual cost of the Scope of Services performed by ESG plus a Management and Administrative
Fee. The base fee shall not include services which are not specifically defined by Section 2 of this
Agreement. The base fee for this Amendment shall be Four Million Nine Hundred Fourteen Thousand
Seven Hundred Eighty Four Dollars ($4,914,784) and the Management and Administrative Fee shall
be Six Hundred and Fourteen Thousand Three Hundred and Forty Eight Dollars ($614,348). The base
fee and the Management and Administrative Fee shall be payable in advance in equal monthly
installments and for the fifth term of this Agreement the monthly amount shall be Four Hundred Sixty
Thousand Seven Hundred Sixty One Dollars ($460,761.00). Said base fee shall be for the period
beginning on January 1st, 2014 and ending on December 31st, 2014. Thereafter, the Base Fee will be
negotiated as described in Article 4.2. The Management and Administrative Fee shall increase
proportionally with the base fee adjustments described in Articles 4.2 and 4.4.
REPLACE Appendix F with the following new Appendix F:
ADD a new Appendix I, attached to this Amendment.
All other terms and conditions remain in effect in accordance with the Agreement referenced in this
Amendment.
Both parties indicate their approval of this Amendment by signature below.
Authorized signatures:
ESG OPERATIONS, INC.
By: ________________________________
John Clay Sykes, PE, Principal
By: ________________________________
Daniel E. Groselle, Jr., PE, Principal
Date: _____________________________
AUGUSTA, GEORGIA
By: ________________________________
David S. Copenhaver
Mayor
Date: _____________________________
ATTEST: ___________________________
Clerk of Commission
Date: _____________________________
Attachment number 1 \nPage 3 of 6
Item # 2
Appendix F
2014 Project Budget and Staffing Plan
Project Budget
PERSONNEL SERVICES $ 2,011,384.00
ADMINISTRATIVE EXPENSES $ 110,000.00
UTILITIES $ 190,000.00
CHEMICALS $ 433,400.00
MATERIALS & SUPPLIES $ 110,000.00
VEHICLES & EQUIPMENT $ 125,000.00
OUTSIDE SERVICES $ 200,000.00
BIOSOLIDS MANAGEMENT $ 1,160,000.00
MAINTENANCE & REPAIR $ 325,000.00
TOTAL OPERATING BUDGET $4,664,784.00
MANAGEMENT & ADMINISTRATIVE FEE
(12.5%) 583,098.00
CONTRACTOR’S SUBTOTAL $ 5,247,882.00
DIRECTOR’S ALLOWANCE $ 250,000.00
MANAGEMENT & ADMINISTRATIVE FEE
(12.5%) 31,250.00
DIRECTOR’S ALLOWANCE SUBTOTAL 281,250.00
TOTAL 2014 BUDGET $ 5,529,132.00
Attachment number 1 \nPage 4 of 6
Item # 2
Appendix F (Continued)
2014 Project Budget and Staffing Plan
Project Staffing Plan
Budgeted Position Budgeted Number
Project Director 1
Assistant Project Manager 1
Operations Manager 1
Lab/IPP Manager 1
Maintenance Manager 1
Land Application Manager 1
Operators 10
Lab Analysts 2
IPP Technicians 3
Mechanics 5
Maintenance Support 5
Administrative 2
Education Specialist 2
Attachment number 1 \nPage 5 of 6
Item # 2
Appendix I
2014 Sewer Assessment Project Budget
Project Budget
PERSONNEL SERVICES $ 379,773.00
MATERIAL & SUPPLIES $ 53,432.00
MISCELLANEOUS $ 4,115.00
TOTAL OPERATING BUDGET $ 437,320.00
MANAGEMENT & ADMINISTRATIVE FEE
(12.5%) $ 62,480.00
TOTAL 2013 BUDGET $ 499,800.00
Attachment number 1 \nPage 6 of 6
Item # 2
Engineering Services Committee Meeting
12/9/2013 12:50 PM
East Augusta Roadway and Drainage Improvements (Bid Item – 13-213)- Contract Award
Department:Abie Ladson, Director
Caption:Approve award of Construction Contract to Blair Construction,
Inc. in the amount of $3,563,562.18 for East Augusta Roadway
and Drainage Project CPB# 328-041110-211828101– Phase II
(Aiken Street Channel), subject to receipt of signed contracts and
proper bonds as requested by AED.
Background:The East Augusta Street and Drainage Improvements Project is
SPLOST funded 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. This
project is phased out into smaller projects, consisting of East View
Drive Drainage Improvements – Phase I, Aiken Street Channel
Improvements – Phase II, Marion Homes Road and Drainage
Improvements – Phase III, East Telfair Street and Japonica
Avenue Drainage Improvements – Phase IV, Azalea, Albany,
Brunswick, and Wallace Drainage Improvements – Phase V,
Hornsby Subdivision Road and Drainage Improvements - Phase
VI, and East View Subdivision Drainage Improvements – Phase
VII., The drainage system in these areas is not adequate to handle
low frequency rain events, thus causing several streets and yards
to flood.
Analysis:Bids were received on November 6, 2013 with Blair Construction,
Inc. being the only bidder. The bid result is as follow:
CONTRACTORS BID 1. Blair Construction, Inc. $3,563,562.18
It is the recommendation of the Engineering Department to award
this project to Blair Construction, Inc. because the engineering
estimate for this project was $4,000,000.00.
Financial Impact:Funds are available in the construction budget account
numbers:East Augusta St. & Drainage Improvement Project 328-
041110-211828101 in the amount of $2,630,000.00 and 7th Street
over Augusta Canal Project 328-041110-211828102 in the amount
of $933,563.00. The 7th Street over Augusta Canal Project is
being funded through Band 1 TIA and is also a SPLOST VI and
District 1 project. Cover Memo
Item # 3
Alternatives:1)Approve award of Construction Contract to Blair Construction,
Inc. in the amount of $3,563,562.18 for East Augusta Roadway
and Drainage Project CPB# 328-041110-211828101– Phase II
(Aiken Street Channel), subject to receipt of signed contracts and
proper bonds as requested by AED. 2)Do not approved, and
abandon project.
Recommendation:Approve alternative #1
Funds are Available
in the Following
Accounts:
328-041110-5414110/211828101-5414110 328-041110-
5414110/211828102-5414110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 3
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 project proposes to award
Construction Contract to Blair Construction in the amount of $3,563,562.18 for the East Augusta
Funds are available in the construction budget account numbers: East Augusta Street
and 7th Street over Augusta Canal Project 328-041110-211828102 in the amount of $933,563.
Section 2: The following revenues are anticipated to be available to the Consolidated Government to
complete the project.
SPLOST Urban Phase III Recapture $500,000
GDOT STATE AID CONTRACT $450,000
SPLOST PHASE VI $570,000
SPLOST PHASE VI $3,563,563
$5,083,563
Section3: 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
CPB#328-041110-211828101
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following
Honorable Deke Copenhaver, Mayor
Roadway and Drainage and Improvements Project Phase II (Aiken Street Channel).
and Drainage Improvement Project 328-041110-211828101 in the amount of $2,630,000
Please do not process this document. Once approved by the Commission, the original will be sent to Clerk of Commission for execution. For information reference this request
contact AED @ ext 5070.
1 of 2 11.16.2010
Attachment number 1 \nPage 1 of 2
Item # 3
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
EAST AUGUSTA STREET AND DRAINAGE IMPROVEMENTS
CPB#328-041110-211828101
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB ADDITION CPB
URBAN SPLOST PHASE III RECAPTURE
327-041110-296812333 ($500,000) $0 ($500,000)
GDOT STATE AID CONTRACT ($450,000) $0 $450,000
SPLOST PHASE VI ($570,000) ($2,630,000) ($3,200,000)
328-041110-5414110-211828101
SPLOST PHASE VI ($933,563) ($933,563)
328-041110-5414110-211828102
TOTAL SOURCES:($1,520,000) ($3,563,563) ($5,083,563)
USE OF FUNDS
ENGINEERING
327-04-1110-5212115-209812101 $950,000 $0 $950,000
ENGINEERING
328-04-1110-5212115-211828101 $570,000 $570,000
ROADS
328-041110-5414110/211828101-5414110 $2,630,000 $2,630,000
ROADS
328-041110-5414110/211828102-5414110 $933,563 $933,563
TOTAL USES:$1,520,000 $3,563,563 $5,083,563
2 of 2 11.16.2010
Attachment number 1 \nPage 2 of 2
Item # 3
W R Toole Engineers, Inc.
Engineers * Consultants * Planners
November 18,2013
Augusta-Richmond County Procurement Department
530 Greene Street, Room 605
Augusta, Georgia 30901
Attention: Mr. Darrell White, Bid and Contract Specialist
Reference: East Augusta Roadway & Drainage Project Phase II - Aiken Street
Bid #13-213
Dear Mr. White,
On Wednesday, November 6, 2013, Augusta-Richmond County received one (1) bid for the
referenced project from Blair Construction, Inc. totaling $3,563,562.18. W. R. Toole Engineers
received the bid package on November 18, 2013 and reviewed it for general completeness and
responsiveness. Based on our review, we recornmend award to Blair Construction, [nc.
Should you have any questions regarding this information, please do not hesitate to contact our
office.
Sincerely,
W. R. TOOLE ENGINEERS, INC.
'r;*"-.-+r.-
William (Tom) Dunaway, PE
Senior Project Manager
Cc:Augusta Engineering Department; Attn: Mr. Hameed Malik, P.E., PhD., Assistant Director
lOO5 Broad Street, Suite 2OO, Augusta, GA 3O9O{
phone - 7 06.7 22.41 I 4 * lax . 7 O6.7 22.6219' www.wrtoole.com
Attachment number 2 \nPage 1 of 1
Item # 3
ENGINEERING DEPARTMENT
Abi€ t, tadsoh, P,E,, cPEsc, Dnedor ol Ehginee n3
Ms, G€ri Sans, Direclor Procurement
abie L, Ladson, P.E.,CP€SC, Diredor
Tuesday, septemb€ r 03, 2013
t.sl AuAusta Roadway & D6inaf,e Prolect Phase tt-Aiken Street Channet
Projed Numb€r: 327 04,209312!01
File n€lerence: 13-014(k) I
Ms. Sams, atta.hed forthesubj€d prol..t arctwo co Gds, and a Solclaron Form Checktist.
Peaseadvedse for bdsand notilythisotficeofrhe bd open ngdate and iimp. Enimated con
is54.0m lion.
Should you require addiiiona inforhation, pleasedo not hesita
fhanki,g you in ddvoh@.
Phyllis M lls, QualityAssurance Analyst
Val€ne R. iehk ns, Department A.countanr
Attachment number 3 \nPage 1 of 13
Item # 3
,oledco r Abe- bdsi.PE.c4n pn4rr
"_,*
Procurement Solicilation For
the lottowinq tnfonoran 6 kquned p ot b
u/.@ih.;;cP.,..o
6oie Nutus. 17!6119!l!!0
r. i!id4$uQ 66ff iuid tr * e ! freE tr ,a_elor] ua L idec EdLl rhlrsronrt{atlro cdF q r4dcb!Lst'. dLear
4 Fuidis aiLbe ksEoiMn
'"....., ','' ,...,3%b-...,oep..."'.."x,1,.,,1..4i..
''.'-i'|.1....,,/-t]
lro.ulheir tRe *d 3rrr3l
r.edeG /srak
'{ided
p.or.ftlduEd deroo,c@.ocoj ro€. y{! No | l
Attachment number 3 \nPage 2 of 13
Item # 3
1r. oq (eYrorProiedorsetui.el
13 robicde*r l 3pp ftble)
14 B0N0s sbBod:rstrqNoI
1s. sp{ratio6/p,itprcvded Ystr
s trem p@Nrv ou(ha*d Yer a,,ts1h3E a0renr@ntnd: Y6Id
, NoU
NoE rE. 6&DAPnrod
17 coNrrRENca pebid rEENo! re prcpda:ysn dNoDrdeprrom6 se ksftqNoD tu1i/ d:b,Y? reJtro.
5 umorcry) ieixorNoLl
pe.r6tion5 1u$badorroro)
hd !ropcdj(RrPnFo)
arc eteo,else bcd atfrRton tot ory add brdt irJatnoron.
&ddhee 8od Btrq& r-
Pieq!,,. imr Gftqktl
$.brmrs5EdMtr
PioturF4r lR4crdis/u^,
Attachment number 3 \nPage 3 of 13
Item # 3
PROJECT SPECIFIC GOAL
Ptui..l r.'unb( 327-0+209817101
r*..5- /k L tl
Es.J !i speqfinr om, iiJsnn$o
pr.n@i,l pmgmm sch a*ppL .d L ,"" ,, *"., _32"
)eIr#
Attachment number 3 \nPage 4 of 13
Item # 3
Local Small Business Goal
the Loc.l Small Busircs Opponu.ity progmm provides for Lo.al SmaltDusinesg.l lo be ser on ", _opli, dbte A'rgr.,a. Cen,gir proc-rem. r. o\e !t00.UOO jn\al-e.'Tle-o.dlsndrtBJ: ". goa ,or ii. pro. r.emen.
3
.ll b ooe "- propo,c^ "hr't srbm. .he o . ^.m w:h
,equred bJ Augulla. GA (ode i t-t0 t2o l
L Notr-Discrihination Statemenl: As required
iheir bid or proposal as
bl tne Procurohent
2. Propos.d Loc.l Snall E usines Snbcontracror/SuDplier Utilization ptan.
3. Doctrment.tion ofcood faifh Efforts 10 use localsha[ busihEs€s.
Failure to submit the above documentation sha r€sult in the bid orroposal bcine declared non-resDonsive-
Attachment number 3 \nPage 5 of 13
Item # 3
Local Small Business Opportunlry
Ordinance Reounements
Notice to All Prooonenls
raes€ read €€furty)
Loe smdrBu5E* ooootuid Prc(ci
r706)31 a06
Attachment number 3 \nPage 6 of 13
Item # 3
a-{.4 Ge.pa hL rotrd a.Jk rd smdfl 0._,:4 Lotr Sma.. o i+! Oppotu.Dm3m llssoyr .r4 Ausl5a, CA Code, Claokr tos Brddq-q$ -h- a.t ot rh. rqxr.m.tr! "r,r,; r"srioJ," -r *'^ *' &e' "0 na8!d'o !'tu'
c* *-ro.p*-i "-*.,"* *"-,*- i ';."";-_i',:"#i,:.i:i".B8;
e oru o\rnbr. orG 6ra .,"", "*," d il\.. o,o.-*."r rh. sBOp prc\106 roea rrux BL'h.s TtSBt gorts b b. jrr on h;mbt. -,.,".." ** _r"n. .o.,.,-,* ";-;". ,i;. ;,;;;..."T';;::..1T :[:3':;E@d hlnwnhreh toc,tM&. oB-LL\. 6poDc b u"_B:dde r!o i.rj.ior hd;.-n o.-sru_ !srs.,trm (o &6 ri. B,od(, o. us o^ e..o-o Sjrp-no,nd - oE. nor *h,;e0.. Il-$ - r-_- r^ -n I0.".n_ _t _girF,lLru. (s!. Au€Gb.ca cod. g I lo.t29r
L The or'lvard reduir.E.nb ot rhe Isiop sn ,ar,ral cr,ri.a6 0a rhis ptu.u..noi
A Ajd shal b. Ejared il n is &rsni..d inal a ltd flils ro mer rhe cqun d LsBOp*q.troaL, j.l-durs.or d lin: po b txting,o p6. d- .hr F.q .*" i,-.e,"" g.h'tru ro prvide @mm.@n- ro 3"hF.- he spp. rsbl. qrciertpdti LSB .oa3 o, rhe B,ddq.6 oo.ue-. O*. F"i,h tsh^^ 1" _ ^:.,.;
sooo k rh ,r Ao,a s,.ia o"a ,*_,*.r" - "j!ou' or -be.corur* prdo_rc _....""s r.; ,,;. " b-e. or rh. c.Dk, do a!. ,h oa,ctr I _o.creo ! (.r, .^_-r" *"*iil"lj l'#: ;:1 d.:r'|r nh o'Iu.n e " .*" "," ,.,.d';;;;;r;
Pi .e b AUGUsr, Cq CoD" sr. .0-t, .4. ooa fatr lhonr sre. b- .so br ab.dder ro s.r Le,l ,n sl Blin*. h palJi:aL, sLbco.hror o, s.rp ja )-.,good rb .Iotu includ-, olr d .o ne("cM. . .i" F" m u" iot."",iS (ri"r
a\ 1,l.oirs qual neo i.! s- tu. BrDe.e. in rl- prr. - . o-h..o,. soti.tr*ior rosbconhdoB djupplilr
a A, r i!rh&'06 sjJto. j,DB.eaEsothF0 qn.-$.r.uc orin$enErFs.!G-psotu,(olm.rcaL 6.tut tuDrid
O D .rc.ncbb..d. cm.hE. *. .trb ft n ka\ orqlodreto p@rmdiih parricipdroo of Lo(,1Sm,lt BErA+\
dr t.bbli.h -g d.l \.f -'@ J$. {. e e he rq_Enhr o. dr" ore tonu, , pe_ .!wb,.h .r.ouase pMrcrp,jd0 orL..,r S_ E;"i"**.
Attachment number 3 \nPage 7 of 13
Item # 3
G) U6ine rle scflicd hd &. dsiddft ot &e Dnechr ot Djnonly od stuI businesoppotuinies n $. rdedbfi.ahon ol oqal,fi.d loc,l lma l.o1h B !-rIljibkni,e. bBU-*' dd ''gor'atug
(r) Rcqurhg ech^nsi d* suheDtudo b bt the siirmnire $.ps oullined pj.rljn (heA!1..-a 64\m v .$ !<pe.. .o rv ,dal:..Jn a
3) Dl"jng -tro. o. m@nu:xe rcj q-.r.en Locrl o-,. B..nev. r D.domst-oft hs e.L o he er&b! pbl..r *.--r,, ,rZ. t",_".". "-i Ji,"
or!e!,e,d.ohm.,ic,ue r..n -" ."." -,.r".,", ry.:-"iahildtk Dld a orreDs
/h, D.sigrng ponon. oirne, o fo, I o.!. (ma. B-. 6s s1 0.onrE.ug jn rjads H-bavallabl. L.€l SnuI Bu!tr$ fuoco(racb^
\ {d.rgam.nm moj 1\. d jorr oton. )m(.B.s.DFs-lofl,equ?rjg
bide or D'opodi, -0. trm.Jhirg daE , or .e ., a E as.5.onr?. r0, o- sLpp.r,
I!.Reouir.d Pre,A*td Btd Subn str
Psuet to AUGUST^, GA coDE
rcquilmenb will be used to i6@
'n
AUElta, G6igia conr&r:
sr I.l0 D9 de folosng
rld roral smsl bEe$h &c
k) E&h ,idd{ shalt be iequnel b p.ovid. docuDeD@rior df rhjclin8 tn. LSB soal tr
i::_1-d-::mjn 3,o1 o sod {b..otu o deas.ba.;ar.b4.;**u,ohreb: ..pplic^
't.e nm", "..".. .,, "".,..." r,d "".,,,"...,"";b "hom n ikols b awtro qo,onkd d. dolr vnlui oI b. .,".", ,.,.,;.js.oo. 01'he -od o be pdro.a-o Ir.1r e,o ) b... o....e "pp..*. "r, ;,dd"u, so d. ,( ob 'ne aoDropr.,.e ron ,om.. ,.b_ jordo, reoA r.s cb,.r.o.Aucura. ceorcia.
.b/ Eu bidde rhJl sJor' $ In *rr b.o +. b oql8. (, do.@e., sb, .E orl"at ll,. * 6wl,bk a. de pa.u.-e. Dc,dn,.r trd oo he pr u-_4r
( 1) Doou.4anon of cood raid E$ons b use tocal snul blsi.eses.
(2) Ircpos.-d Loal snatt Busi@s SubcofuacroL/SupDtier Uritiahon plb
rl) Bsured LeE(sr o ftnt
Attachment number 3 \nPage 8 of 13
Item # 3
tailr. ro
-subDit ile lbloaiDe doo$mrJ in,c@rdMe w,1h rhes. requj!66r! wiltrop dr &d o- mpo.& b b. o-!t ed nor,. p.tu,- Aus_ L O.or8.a -\F$ rhe.C1' 10 N4Les !.pDtmhir D,"_uo.-dd,@, Biddqr uoDison o;;B.d+- na't aaPt .d,li -.om.n"- ," , ,,..1 .;.,. .".,. ,. n_,.,.;";;d",or orhwj* coopeBi. may je11 in nhe Eiecrjd or Ur Bid.
IV.LSB Utiliz.tin PIan,
Ih
-B
do.. m ,r, s,,br rri j6B.drsr!h@ cAtrt@forptd tre tSBis Lhe (uo@M !, or Sio d: ._.." b,r*" .;;;sE e.hom ]mbok,...n a (sr tud b, Me or r;; Dntu.mt -mD., **_, r - "suD o.dd, or qlpptif.. - ,1. ".a"^__ *,". r""ilD. rLou h. propo. ed L o m.!ri r p.j"_.Sp(. n Jo;t),
wtreB l[e $ticishon *quires ih. Bidda b subhft a bee bid ed o,e or nored-hars rh!- LSB U.,lEer-p.dnr.{ dmorD,e l. B.ode.s a_.,."*, ", ;;rrclerrpedn. UoalG) m ir Coodf&lh Fffon! h ".h^on ss b6e bid /c $e prcjedt sp*inc ca.rG)
v. Leaqkl ofl cnr.
lj Bid,oa -nau *on - Lh . s o.d o-p..4 L{ra, o, rntror ,Lor) Lzie rrc.*r d, ldr hd sN ded 6\ h- DiedurbC-d B r. .. .-,*.r. D.p;;,
d ohpd-vd !.fte e.. !h€p6oaamd.,and r as *d,aB Mo.Dn(e b * pir ",. ur_rio.-rd mlmbrt3 mr 6nJ@ o rhon.odd.d i t- s-br eo .or. n. roGiiLDn..be B od. .,er.pr ota iprc jn; ;;Auguslq CeoB,,
(s) SubsotuioB, Addnios d D.lelions ofLSB Sub6trt&io6 or SupplieN.
L_--rryte( s^Lh u. req umd. o, rh. laop hoCo-h..o, .,. !,oqd- $. Urru.plmfl r e DE,o. or r:,rry Md r,,t b-MF. ooDo.u..iB Ma ln. p. ,.-i.iro apllrng or l.mm,g a lcBpfror! ,o,;*.n, .o .*.".. ,r* *p* ,g r".,r * ilolat nL. be*
bd Arsl{q Ceo.s_3 i.B a slp emfr E .o(,. jneltbc a3! sorr.6. co-r6cro- . Dr, ohpn wh d. u;od .ru -noru {r n a, r0o orei irre llpplmmr.l local smrr btrsnN d^
(b) conlract Monibrinc
Attachment number 3 \nPage 9 of 13
Item # 3
(l) Mo Ny Udlianim Relofi!
To a!d@r rh._.6.ftvo* of de LSAOP, AugEc Ccorgja moairm rbrpa{rrEud oL subqtubh ,!d supptrE on ause ce&; onud' slcfistu@! be ebnn a Mdlty Urilidm FlDoa of Suhstud p,yndr! bydr..ls of.ad m.drb. ]lE nu,UriEtjd \!pd dE.lftd.Irc !i.jdTI_:-1LT,k.",.'91-:fl orpay6.!c 6m ausura ot$cir 6;.d&urEDoD or &d p.),mr! ro au srbt@rbd or 9uDDli4 idonj-t.d ia r5eut'li4ie Plo. FlitG_b sbrD1. @dprd.d @nlllli'sbtu, Rcron wil E
ReiM an Uliuzarior R.pois b:
Db.dv.nt SEd E!,in* En&rpr,.. D.p.rrn6.
530 C!.{. Srr..{ hoob 306
?{Igurtq C.orrtr J0901
PB.dus for @onolilS cotur conplime dy iDc.uda bur E mr UDn.j @,nc Ba d i.le?h.tr mei @Bidordo of rcqum tor rJofurim, addtiou,*l.tm. or ch63. 6rd6, eo ,Fis ,nd *!ifre6 .f pry:nmE bSrbeumbB o Srppja E do(mh@ by l[c Mdrhty Uritiaud SLn! R4@ot srra.ouhmr/supltjs ?ayEtu.
Attachment number 3 \nPage 10 of 13
Item # 3
TENLER OF INTEN] TOiER;6
rcF-roinrcdIomN[i*i}6r,bo
g6D (6BoP) {!tu ofrh! hd4i$d !
_ PJ rr.4o dr ,e"@.1,d remdao,yd!r h. D...,, D€*;",,,;br;;.; #":," -,",
Dchd4Ldn.6rr.y* h.Dd.Eii. %de&rpi.(
p'ole( dred h6Eh b.&..h;"
(sisr@ dadhdd Rc@o.{rvn
Attachment number 3 \nPage 11 of 13
Item # 3
LOC,AL SMALL BUSINESS UTILIZATION
11€ lr,€Bigrs budero.t€B 14 ralrEd rhs reo_ncmen. d ha bid .p€cfiGtron.1heE 'N'ng mannd (pr@e dre.r 6o apprcprtate epe):
Ih. bldd.dorf.M r uEbb b md tu LsBoP soa or _% wi[ {bnt ddhsMn
Attachment number 3 \nPage 12 of 13
Item # 3
s
S
s
s
:o
!;
I s;
d .-s
3 9oB <!
4..
FT
a3
I
+
a
3
I
d
11
l3
lq
IE
ti
,
cF
t
6
&
I
l"! $
te
EFga
:Edt
I
a:
5
xlll.'l
iiil
nl
it
=d
3:
*
I
:=
i,.
,dg'
6:
.!.
a
Attachment number 3 \nPage 13 of 13
Item # 3
Invitation to Bid
Sealed bids will be received at this office on Wednesday, November 6, 2013 @ 3:00 p.m. for furnishing:
Bid Item 13-213 East Augusta Roadway & Drainage Project Phase II – Aiken Street Channel for
Engineering Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street –
Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime,
subcontractors and suppliers exclusively from ARC Southern. The fees for the plans and specifications
which are non-refundable is $150.00.
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.e-arc.com) at no charge through ARC
Southern (706 821-0405) beginning Thursday, September 26, 2013. 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, October 18, 2013 @ 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, October 22,
2013 @ 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.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources places the
bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
GERI A. SAMS, Procurement Director
Augusta Chronicle September 26, October 3, 10, 17, 2013
Metro Courier October 2, 2013
Revised: 8/15/2011
Attachment number 4 \nPage 1 of 1
Item # 3
VENDORS Attachment B E-Verify # SAVE Form Addendum 1-2 Bid Bond Base Bid
BLAIR CONSTRUCTION
P. O. BOX 770
EVANS, GA 30809
Yes 224004 Yes Yes Yes $3,563,562.18
J & B CONSTRUCTION
3550 GORDON HIGHWAY
GROVETOWN, GA 30813
REEVES CONSTRUCTION
1 APAC INDUSTRIAL WY
AUGUSTA, GA 30907
BEAMS CONTRACTING
15030 ATOMIC ROAD
BEECH ISLAND, SC 29841
HARRIS N HARRIS CONS
1721 BROWN ROAD
HEPHZIBAH, GA 30815
CMI
1875 KILLINGSWORTH RD
AUGUSTA, GA 30904
SITEC, LLC
522 RAILROAD AVENUE
NORTH AUGUSTA, SC
29841
Bid Item #13-213
East Augusta Roadway & Drainage Project Phase II – Aiken Street Channel
for Augusta, Georgia - Engineering Department
Bid Due: Wednesday, November 6, 2013 @ 3:00 p.m.
Page 1 of 1
Attachment number 5 \nPage 1 of 1
Item # 3
ATTN RICHARD BERRY
TRI-STAR CONTRACTORS INC
47 LEGACY LANE
EDGEFIELD SC 29824
ATTN BARRETT BOWDEN
CONTRACT MANAGEMENT INC
1827 KILLINGSWORTH
AUGUSTA GA 30904
ATTN: DAVID WHEATLEY
COLUMBIA DIVERSIFIED INC.
6677 EUBANKS DRIVE
APPLING, GA 30802
ATTN THERON SAPP
QUALITY STORM WATER SOLUTIONS
437 CAMBRIDGE CIRCLE
MARTINEZ GA 30907
ATTN TIM MCELROY
EAGLE UTILITY
1350 BRANCH ROAD
BISHOP, GA 30627
ATTN PATRICK DILLARD
BLAIR CONSTRUCTION
PO BOX 770
EVANS, GA 30809
ATTN BILL HEAD
D & S UTILITIES
1644 HOLY TRINITY CHURCH ROAD
LITTLE MOUNTAIN, SC 29075
ATTN: RANDALL MCCLAIN
L-J INC
603 PINE LOG ROAD
BEECH ISLAND, SC 29842
ATTN: JEFFERY HARRIS
HARRIS CONSTRUCTION
1736 BARTON CHAPEL ROAD
AUGUSTA, GA 30906
ATTN LARRY GOOLSBY
MABUS BROS CONSTRUCTION
920 MOLLY POND ROAD
AUGUSTA, GA 30901
J&B CONSTRUCTION & SRVC INC
3550 GORDON HIGHWAY
GROVETOWN GA 30813
BEAM’S CONTRACTING
2335 ATOMIC ROAD
BEECH ISLAND, SC 29842
RETURNED MAIL
SITEC
ATTN; DAVID MCGHEE
217 FAIRFIELS STREET NE
AIKEN, SC 29801
REEVES CONSTRUCTION
ATTN: GREG HAMILTON
1 APAC INDUSTRIAL WAY
AUGUSTA, GA 30907
CROWDER CONSTRUCTION
ATTN: MARK DICKSON
1229 ROYAL DRIVE, SUITE C
CONYERS, GA 30094
WALL ASPHALT
ATTN: CHARLIE WALL
617 ROCKMART ROAD
VILLA RICA, GA 30108
J & H GRADING & PAVING
ATTN: KEVIN WALTERS
1579 EDGEFIELD HIGHWAY
AIKEN, SC 29801
GA-CAROLINA PAVING
1920 MILLEDGEVILLE RD.
AUGUSTA, GA 30904
ABIE LADSON
ENGINEERING DEPARTMENT HAMEED MALIK
ENGINEERING DEPARTMENT
YVONNE GENTRY
LSBOP OFFICE
Bid Item 13-213 East Augusta Roadway
& Drainage Project Phase II – Aiken
Street Channel mailed 9/26/13
Bid Item #13-213
East Augusta Roadway & Drainage
Project Phase II – Aiken Street Channel
For Engineering Department
Bid Due: Wed. 11/6/13 @ 3:00 p.m.
Attachment number 6 \nPage 1 of 1
Item # 3
Attachment number 7 \nPage 1 of 2
Item # 3
Attachment number 7 \nPage 2 of 2
Item # 3
Attachment number 8 \nPage 1 of 2
Item # 3
Attachment number 8 \nPage 2 of 2
Item # 3
Engineering Services Committee Meeting
12/9/2013 12:50 PM
GDOT LMIG – 2014 Application (Belair Rd)
Department:Abie Ladson, Director AED
Caption:Approve the application from GDOT for fiscal year 2014 Local
Maintenance and Improvement Grant (LMIG), to be used for
Belair Road construction as requested by Augusta Engineering
Department (AED).
Background:GDOT recently made changes to its State Aid Program and
restructured it as “Local Maintenance and Improvement Grant
(LMIG).” LMIG is an annual formula-based grant from GDOT
that is funded through the motor fuel tax. Grant funds are typically
used to supplement local projects for road/drainage improvement
and road resurfacing efforts based on priority. Each year Augusta
is eligible to receive approximately $1.5 million through this
LMIG Program.
Analysis:GDOT will review submitted local projects and make final
determination as to which project to fund based on priority,
condition, project readiness, and funds availability. Currently the
Belair Road Improvements Construction Project cost estimate is
5.9 million, with only 1.7 million local funds available. The 1.5
million LMIG will be used to supplement the cost. Belair Road is
scheduled to bid in first quarter of 2014
Financial Impact:City of Augusta AED will receive 1.5 million (LMIG); negative
financial impact.
Alternatives:1). Approve the application from GDOT for Local Maintenance
and Improvement Grant (LMIG), to be used for Belair Road
construction. 2). Do not approve and identify alternate funds for
supplementing Belair Road construction, and do not claim future
LMIG Funds that are designated for Augusta.
Recommendation:Approve Alternative Number One
Funds are Available Cover Memo
Item # 4
in the Following
Accounts:N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 4
pl€ase do nor process this docum€n! Once approved by the Commtssion fte original will be sent to the Clerk of Commisslon for
ex€cution. For itrformation r€f€rcnce this request, contact Engineering at ext 5070. Thanks Revised 10/30/201 3
GEORGIA DEPARTMENT OF TRANSPORTATION
LOCAL MAINTENANCE & IMPROVEMENT GRAIIT (LMIG)
APPLICATION FOR FISCAL YEAR 20I4
TYPE OR PRINT LEGIBLY. ALL SECTIONS MUST BE COMPLETED.
All Aptr'lications must be submitted by the Local Governing Official to the Georgia Department of Transportation, Office ofLocal Grrnts! 600 West P€achtree Street NW! A ant6, Georgia 30308.
LOCAL GOVERNMENT INFORMATION
Date ofApplication:
Name of local govemment: Augusta. Georgia
A 30901
Contact Person and Title:
Contact Person's Phone Number: f706)796-5040
ContactPe$on'sFaxNumber (706)796-50,15
Contact Person's Email: aladson@ausustaqa.qov
Is the Priority Lisr alrached?No
LOCAL GO!'ERIYMENT AITIDAYIT AIID Cf, RTIFICATION
(Name), the (Title). on behalfoft.
local government), who being duly swom do swear that the information given
herein is true to the best of his/her knowledge and belief. Local Govemment swears and certifies that it has real and
understands the LMIG General Guidelines and Rules and that it has complied with and will comply with the same.
Local government further swears and certifies that it has read and understands the regulations for the Georgia planning
A"r of 1989 (O.C.G.A. 0 45-l2-200, et seq.), Service Delivery Strategy Acr (O.C.G.A. I 36-70-20, er seq.), a;d the Local
Govemment Budgets and Audirs Act (o.c.G-A. i6-81-t et seq.) and will comply in full with said provisions. Localgovemment further swears and certifies that the roads or sections of roads described and shown on the local sovernmercs
Project List are dedicated public roads and are part of the Public Roa{:l System in said counq,cit}. Locai gorernment
further swears and certifies that it complied with federal and,/or state environmental protection laws and at the-completionofthe project(s), it met the match requirements as stated in the Transportation Investment ACT (TlA).
Fufther, the local govemment shall be responsible for any claim, damage, loss or expense that is att butable to negligentacts' erors, or omissions related to the designs, dmwings, specifications, work and other services fumished bv oionbehalfofthe localgovernm€nt pursuant to this Application ("Loss"). To rhc extent pro\ ided br tau. the localgorirnmenrfurther agrees to hold harmless and indemnify the DEPARTMENT and the State of Georsia from all suits or;laims rharmay ari\e from said Lo\s.
Page I
Attachment number 1 \nPage 1 of 4
Item # 4
Revised l0/.10/2013
GtrORGIA DEPARTMENT OF TRANSPORTATION
LOCAL M{NTENAIICE & IMPROVEMENT GRANT (LMIG)
APPLICATION FOR FISCAL YEAR 201,t
LOCAL GOVf,R}IMENT AIFIDAVTI AND CERTIT'ICATION
If the-local govemment fails to comply with these General Cuidelines and Rules, or fails to comply with its Application andCertification, or fails to cooperate with the audito(s) or fails to mainrain and retain sufficient records, the DEpARTN,,iENT may, atits disuetion, prohibit the local government from participating in the LMIG program in the future and may pr.sue any auailallelegal remedy to obtain reimbursement ofthe LMIC funds. Furthermore, if in ihe;stimation ofthe DEPARiMENT, a ;oadway orbridge shows evidence of failure(s) due to poor workrnanship, the use of substandard materials, or the failure to follow therequircd design and construction guidelines as set forlh herein, the Department may pursue any available legal remedy to obtainreimbursement ofthe allocated LMIG funds or prohibit local govemment from participating in ihe LMIG pro"gram untiisuch time
as corrections e made to address the deficiencies or reimbursement is made.
Local Government:
Mayor / Commission Chairperson
(Signature)
(Prin0
(Date)
46921
E-Verify Numb€r
Swom to and subscribed betbre me,
This _ day of _, 20_
In the presence of:
NOTARY Pt]BT,IC
My Commission Expires:
SEAL:
FOR GDOT USE ONI,Y
The local govemment's Application is hereby granted and the amount allocated to the local govemment is
Such allocation must be spent on any or all ofthose projects listed in the project List
This day of _,20
Teny L Gable
Local Grants Administrator
Page 2
Attachment number 1 \nPage 2 of 4
Item # 4
!I,1F
oFI!JF(,!l
o
J
$s
N,$
IU\i
S
F \g-
g
*
ozoF
aU
o
t$'
Eis:J':\ Q'&'f-..Ncr3 \
u$,$
{ S{.--v\:ni0
T^
z?t:lF
s
()
Zoz
I
€\?\l
R
oZzz(J
rl1
N
\
q\
[f
\n
zo
o
a
,$lllto
s
ss
s\<
h
9
Fzf,oU
F&
&Fo
&
rl
Attachment number 1 \nPage 3 of 4
Item # 4
Fiiil"
,nnL,
fl
r t]%
"*i
a
a
O\" \
s
H;;1+i:. \|),1 )
Attachment number 1 \nPage 4 of 4
Item # 4
Please do not proccss this document Om€ approv€d by t,le Commission th€ original witl b€ sent to the CIeIkof Commission for
€xecution. For information refer€nc€ this requesi, contact Engineering at ext 5070. Thanks
Form A
Augusta Richmond Counry, Georgia
New Grsnt Proposal/Application
Before a Department/agency may apply for the grant/award on behalfofAr.rgusta
Richmond County, they must first obtain approval signature Aom th€ Adminish"tor
and the Finance Director. The AdministEtor will obtain informatioD on the grant
program and requirements from the funding agency and review these for feasibility to
detemine if this grant/award will benefit Augusta Richmond County. The Finance
Director will review the funding requirement to determine ifthe gant will fit within
our budget structure and financial goals.
DepartmentRe4uestingCrant: AuzustaEnqineerineDepartment
Gratrt Description: GDOT Local Maintenance Improvement Crant {formerly know as
State Aid Droprafi l
Date ofGrant Request:Novemherl/ IUIJ
Grant Amount: $ l.5million (Matching Funding Required XXD yes! NoXX Pmject total cost should be 1.65 million or over to receive 1.5 nillion
2014
Departrnent/Elected Offi cial Signature
l.) I have reviewed the grant application and enclosed materials and:
o Find the grant/award to be feasible to the needs of Augusta Richmond
County
o Deny the Request:
Finance Director Date
2.) I have rcviewed the grant application and enclosed materials and:
Approve, the Department/Agency to move forward with the application
De[y the Request:
Adminishator Date
This form will rlso be used to provide the external auditors with information on ,Ilgrants for compliance and certilicatiotr requirements as required by the Stat€ aDd
Federal Government.
Attachment number 2 \nPage 1 of 1
Item # 4
Engineering Services Committee Meeting
12/9/2013 12:50 PM
Highland Avenue Resurfacing from Wrightsboro Rd. to Wheeler Rd. (13-200) Contract Award
Department:Abie Ladson, Director
Caption:Approve award of Construction Contract to Blair Construction,
Inc. in the amount of $517,079.90 for Transportation Investment
Act (TIA) Project, Highland Avenue Resurfacing from
Wrightsboro Rd. to Wheeler Rd. Award is contingent upon receipt
of signed contracts and proper bonds.
Background:Highland Avenue Resurfacing from Wrightsboro Rd to Wheeler
Rd is one (1) of fifty (50) City of Augusta, Georgia TIA (aka
TSPLOST) projects. This is the second project that has been let
for construction in Band 1 for the City of Augusta, Georgia.
Analysis:Bids were received on October 25, 2013 with Blair Construction,
Inc. being the low bidder. The bid results are as follow:
CONTRACTORS BID 1.Blair Construction, Inc. $517,079.90
2.Reeves Construction Company $671,540.63 3.J&B Construction
Services, $720,564.93 It is the recommendation of the
Engineering Department to award this project to Blair
Construction, Inc.
Financial Impact:Bids came in over $248,238.47 above the TIA budgeted amount.
Proposed project funds are presented below: 1.TIA Budgeted
Amount: $268,841.43 2.TIA Discretionary Funds: $248,238.47
TOTAL: $517,079.90
Alternatives:1)Approve award of Construction Contract to Blair Construction,
Inc. in the amount of $517,079.90 for Transportation Investment
Act (TIA) Project, Highland Avenue Resurfacing from
Wrightsboro Rd. to Wheeler Rd. Award is contingent upon receipt
of signed contracts and proper bonds. 2)Do not approve, and re-
bid.
Recommendation:Approve alternative #1
Funds are Available
TIA FUNDS: Funds 371 (TIA Project Funds) and 235 (TIA
Cover Memo
Item # 5
in the Following
Accounts:
Discresionary Funds)
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 5
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
Highland Avenue Resurfacing from Wrightsboro Rd. to Wheeler Rd.
Capital Project Budget is hereby authorized:
Section 1: This project is authorized to CPB# N/A. This project proposes to award
Construction Contract to Blair Construction in the amount of $517,079.90 for the
Funds are available in the construction budget account numbers: TIA Budgeted account
Section 2: The following revenues are anticipated to be available to the Consolidated Government to
complete the project.
TIA Budgeted $268,841
TIA Discretionary $248,238
$517,079
Section3: 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
CPB#N/A
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following
Honorable Deke Copenhaver, Mayor
Highland Avenue Resurfacing from Wrightsboro Road to Wheeler Road.
in the amount of $268,841 and TIA Discretionary account in the amount of $248,238.
Please do not process this document. Once approved by the Commission, the original will be sent to Clerk of Commission for execution. For information reference this request
contact AED @ ext 5070.
1 of 2 11.16.2010
Attachment number 1 \nPage 1 of 2
Item # 5
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
Highland Avenue Resurfacing from Wrightsboro Rd. to Wheeler Rd.
CPB#N/A
CPB AMOUNT
SOURCE OF FUNDS CPB
TIA Funds
XXXXXXX $268,841
Discretionary Funds
XXXXX $248,238
TOTAL SOURCES:$517,079
USE OF FUNDS
ROADS
xxxxxx ($517,079)
TOTAL USES:($517,079)
2 of 2 11.16.2010
Attachment number 1 \nPage 2 of 2
Item # 5
Invitation to Bid
Sealed bids will be received at this office on Friday, October 25, 2013 @ 11:00 a.m. for furnishing:
Bid Item 13-200 Highland Avenue Resurfacing for Engineering Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene
Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by
all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans
and specifications which are non-refundable is $50.00.
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 September 19, 2013. 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, October 11, 2013 @ 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, October 15, 2013 @ 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 September 19, 26, October 3, 10, 2013
Metro Courier September 25, 2013
Revised: 3/7/2013
Attachment number 2 \nPage 1 of 1
Item # 5
UNOFFICIAL
VENDORS Attachment B E-Verify #SAVE Form Addendum 1 Bid Bond Base Bid
BLAIR CONSTRUCTION
P. O. BOX 770
EVANS, GA 30809
Yes 224004 Yes Yes Yes $517,079.90
J & B CONSTRUCTION
3550 GORDON HIGHWAY
GROVETOWN, GA 30813
Yes 229939 Yes Yes Yes $720,564.93
REEVES CONSTRUCTION
1 APAC INDUSTRIAL WY
AUGUSTA, GA 30907
Yes 48048 Yes Yes Yes $671,540.63
Bid Item #13-200
Highland Avenue Resurfacing
for Augusta, Georgia - Engineering Department
Bid Due: Friday, October 25, 2013 @ 11:00 a.m.
Page 1 of 1
Attachment number 3 \nPage 1 of 1
Item # 5
Attachment number 4 \nPage 1 of 1
Item # 5
Attachment number 5 \nPage 1 of 2
Item # 5
Attachment number 5 \nPage 2 of 2
Item # 5
Attachment number 6 \nPage 1 of 2
Item # 5
Attachment number 6 \nPage 2 of 2
Item # 5
Engineering Services Committee Meeting
12/9/2013 12:50 PM
Mims Road Emergency Repair
Department:Abie Ladson, Director
Caption:Approve an additional $67,200 to satisfy Mims Road Emergency
Repair as requested by AED.
Background:On July 12th, a substantial amount of rainfall fell on the basin to
the immediate west of Peach Orchard Road and Mims Road. As a
result, the rainfall caused an existing 48” pipe across Mims Road
to submerge and which created a major road washout. The damage
impacted telephone, fiber optic, and water services along Mims
Road. In order to restore the road and services back to operating
conditions, an emergency survey and design was developed in-
house, and an emergency contractor was chosen to perform the
construction. Construction was completed in mid-October.
Analysis:The initial cost of repairs was $247,561.08. Georgia Department
of Transportation (GDOT) funded $200,000 of construction
through the Local Maintenance and Improvement Grant (LMIG),
which was approved by Commission on August 20, 2013, and the
remaining $47,561.08 was funded through TIA Discretionary
funds and approved on November 5, 2013. Additional items, such
as grading and paving, hauling out unsuitable material and
replacing it with suitable material, and guard rail installation were
not a part of the original proposal and is considered unforeseen.
This unforeseen cost is $67,150.80.
Financial Impact:Funds are available in TIA Discretionary account.
Alternatives:1) Approve an Additional $67,200 to Satisfy Mims Road
Emergency repair as requested by AED. 2) Do not approve.
Recommendation:Approve Alternative Number One
Funds are Available
in the Following
Accounts:
TIA Discrestionary Funds - 235-10-1110/6011110
Cover Memo
Item # 6
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 6
Change Order Number: One Date: 11/21/13
Project Title Mims Road Emergency Repair (Culvert Replacement)
Original Contract Date: 10/20/2013 Project Number: 2013-0010
Owner: Augusta Richmond County P.O. Number: ___________
Contractor: Blair Construction, Inc.
The following change order is hereby made to the proposal for the above project: See attached
TOTAL AMOUNT OF THIS CHANGE ORDER $ 67,150.80
Original Contract Amount $247,561.08
Previous Change Order
(Increased / Decreased) $0.00
This Change Order
(Increased / Decreased) $67,150.80
TOTAL CONTRACT WITH CHANGE ORDER(S) $314,711.88
* * * * * * * * * * * * *
Funding Source/Account Number: 324-041110-6011110/207824999-6011110
Requested By: ___________________________________ Date: _____________
Engineer
Submitted By: ___________________________________ Date:_____________
Department Head
Recommended By:________________________________ Date: _____________
Administrator
Accepted By: ___________________________________ Date:_____________
Contractor
cc: Finance
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 # 6
Engineering Services Committee Meeting
12/9/2013 12:50 PM
Minutes
Department:Clerk of Commission
Caption:Motion to approve the minutes of the Engineering Services
Committee held on November 25, 2013.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 7
Attachment number 1 \nPage 1 of 4
Item # 7
Attachment number 1 \nPage 2 of 4
Item # 7
Attachment number 1 \nPage 3 of 4
Item # 7
Attachment number 1 \nPage 4 of 4
Item # 7
Engineering Services Committee Meeting
12/9/2013 12:50 PM
Willhaven, Phase III, Section 4
Department:Engineering-Abie L. Ladson, P.E., CPESC, Director
Caption:Approve the deeds of dedication, maintenance agreements, and
road resolutions submitted by the Engineering and Augusta
Utilities Departments for Willhaven Subdivision, Phase III,
Section 4.
Background:The final plat for Willhaven Subdivision, Phase III, Section 4, was
approved by the Commission on May 21, 2013. The subdivision
design and plat for this section, including the storm drain system,
have been reviewed and accepted by our engineering staff and the
construction has been reviewed by our inspectors.
The Utilities Department has inspected and reviewed the water and
sanitary sewer installations, and hereby requests acceptance of the
utility deed.
Analysis:This section meets all codes, ordinances and standards. There are
no wetlands or 100-year flood plain boundaries involved in this
section. Acceptance of said utility deed shall dedicate, as required,
the water and sanitary sewer mains along with the applicable
easements to Augusta, Georgia for operation and maintenance.
Financial Impact:By accepting these roads and storm drainage installations into the
County system and after the 18-month maintenance warranty by
the developer/contractor for the roads and storm drainage has
expired, all future maintenance and associated costs will be borne
by Augusta, Georgia. By acceptance of the utility deeds and
maintenance agreements, all future maintenance and associated
costs for water and sanitary sewer installations will be borne by
Augusta, Georgia, and positive revenue will be generated from the
sale of water and sanitary sewer taps and monthly billing of same.
Alternatives:
1. Approve the deeds of dedication, maintenance agreements, and
road resolutions submitted by the Engineering and Augusta
Cover Memo
Item # 8
Utilities Departments for Willhaven Subdivision, Phase III,
Section 4. 2. Do not approve and risk litigation.
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 8
Attachment number 1 \nPage 1 of 1
Item # 8
Attachment number 2 \nPage 1 of 1
Item # 8
Attachment number 3 \nPage 1 of 2
Item # 8
Attachment number 3 \nPage 2 of 2
Item # 8
Attachment number 4 \nPage 1 of 2
Item # 8
Attachment number 4 \nPage 2 of 2
Item # 8
Attachment number 5 \nPage 1 of 2
Item # 8
Attachment number 5 \nPage 2 of 2
Item # 8
Attachment number 6 \nPage 1 of 3
Item # 8
Attachment number 6 \nPage 2 of 3
Item # 8
Attachment number 6 \nPage 3 of 3
Item # 8
Attachment number 7 \nPage 1 of 2
Item # 8
Attachment number 7 \nPage 2 of 2
Item # 8
Engineering Services Committee Meeting
12/9/2013 12:50 PM
Windsor Spring Road Phase V - Update
Department:Abie L. Ladson, P.E.,CPESC, Director, Engineering Department
Caption:Accept as information from the Engineering Department (AED)
an update on the status of the acquisition of the right of way on the
Windsor Spring Road Phase V project.
Background:On April 6, 1999 the Augusta, Georgia Commission approved for
Augusta, Georgia to enter into an agreement with the Georgia
Department of Transportation (GDOT) to accept responsibility for
the acquisition of the right of way on Phase V. On November 15,
2011 GDOT agreed to provide funding for the acquisition of the
right of way up to $4,236,500. AED retained the responsibility to
acquire the right of way and provide any additional right of way
funding to complete the acquisition. Acquisition of the right of
way is underway. Final design activities are nearing completion
and the current let date is May 16, 2014. GDOT is providing the
funding for construction and the current estimated cost is
$15,017,944.
Analysis:On June 27, 2013 the Commission authorized the Administrator to
approve and the Mayor to execute, at the direction of the Augusta
Law Department, right of way parcels closing whose fair market
value does not exceed $50,000 on Windsor Spring Road Phase V.
All parcels which have a fair market value of $50,001 or higher
will be submitted to the Augusta Commission for approval. To
ensure Commissioners are kept informed on the status of the
acquisition, AED will provide updates to the Commission on a
quarterly basis. Right of way negotiations began November 8,
2012. STATUS ON JUNE 27, 2013 • Parcels whose fair market
value is $50,001 or higher = 0 • Parcels closed = 12 • Options
approved for closing = 13 • Condemnations pending = 0 STATUS
BETWEEN JUNE 28, 2013 AND OCTOBER 28, 2013 • Parcels
whose fair market value is $50,001 or higher = 0 • Parcels closed
= 23 • Options approved for closing = 11 • Condemnations
pending = 1 TOTAL THROUGH OCTOBER 28, 2013 • Parcels
whose fair market value is $50,001 or higher = 0 • Parcels closed
= 35 • Options approved for closing = 24 • Condemnations
pending = 1 Cover Memo
Item # 9
Financial Impact:N/A
Alternatives:ALTERNATIVE 1: Accept as information from AED an update
on the status of the acquisition of the right of way on the Windsor
Spring Road Phase V project. ALTERNATIVE 2: N/A
Recommendation:Accept this update for informational purposes
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 9