Loading...
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