Loading...
HomeMy WebLinkAbout2014-03-24-Meeting Agenda Engineering Services Committee Meeting Commission Chamber- 3/24/2014- 1:05 PM ENGINEERING SERVICES 1. Motion to authorize condemnation to acquire title of a portion of property in fee simple and permanent construction and maintenance easement (Parcel 209-0-014-00-0) Project Parcel 40, 2040 Ebenezer Drive. Attachments 2. Approve funding to Christopher Booker & Associates, PC in the amount of $ 102,500.00 for the conceptual design of the Library Renovations for AUD. Attachments 3. Approve award to Blair Construction in the amount of $ 894,685.74 for Bid Item #14-126, Jamestown Sewer Extension Phase III-B. Attachments 4. Approve award to Eagle Utility Contracting, Inc. in the amount of $646,176.50 for Bid Item #14-134, Marion Homes Water Main Installation Project. Attachments 5. Approve award to Constantine Engineering, Inc. in the amount of $1,147,000 for year 1 for Solicitation #14-137, Program Management Services. Attachments 6. Approve funding to W. R. Toole Engineers, Inc. in the amount of $ 197,615.00 for the design of the Rocky Creek Trunk Sewer Replacement Project. Attachments 7. Motion to approve an acceptance of a donated right-of-way between Martha R. Allen and Julian Allen, as owners, and Augusta, Georgia, as optionee, in connection with the Storey Mill Road Project, said right-of-way consists of 1.759 acre (76,624 sq. ft.), more or less; and N/A sq. ft. of permanent drainage and maintenance easement, more or less; and N/A sq. ft. of temporary construction easement, from the property located at 4967 Storey Mill Road, private. Attachments 8. Presentation from Terri Turner concerning the flood plain in Augusta Richmond County and the insurance rates in Richmond County. (Requested by Commissioner Donnie Smith) (Referred from March 18 Commission meeting) Attachments 9. Report from Traffic Engineering staff regarding the three options available and the identification of a funding source concerning the resolution of the traffic safety issues on Highland Avenue. Attachments 10. Motion to award the Design Consultant Services Agreement to W.R. Toole Engineers, Inc. in the amount of $647,655.31 for the John C. Calhoun Expressway Repair and Reconstruction Project, subject to receipt of signed contracts and proper bonds as requested by AED. Attachments 11. Motion to approve the minutes of the Engineering Services Committee held on February 24, 2014. Attachments 12. Motion to approve Norfolk Southern Activity No. 1188892 Crossing Agreement for the water and sanitary sewer upgrade on Marvin Griffin Road. Attachments 13. Notification of award for a construction contract to Blair Construction, Inc. for the Winter-Norton Road 6" Water Main Replacement project, Bid Item #14-139, in the amount of $116,660.35, under the Task Order Program for infrastructure RFQ#11-130. Attachments 14. Discuss pruning of trees in the Broad Street business district. (Requested by Commissioner Fennoy) Attachments 15. Discuss South Atlantic Drive. (Requested by Commissioner Fennoy) Attachments 16. Approve Supplemental Agreement Number Sixteen, Change Number Eighteen, in the amount of $82,979 from Jacobs Engineering Group Inc. to design landscaping and irrigation system plans (IV & V); updates to the environmental document to include new threatened and endangered species identified in Augusta; provisions to protect migratory birds Attachments www.augustaga.gov during the construction of the bridges; distribution of informational flyers to citizens advising them of temporary side road closures that will occur during construction; and design Advanced Transportation Management System Plans (V), respectively, on the projects to improve Windsor Spring Road from SR 88 in Hephzibah to Willis Foreman Rd (Phase V) 323-04-299823786 and from Willis Foreman Road to Tobacco Road (Phase IV) 323-04-299823766 as requested by AED. Engineering Services Committee Meeting 3/24/2014 1:05 PM Acquisition of a portion of the property - from First Ebenezer Baptist Church (40) Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property in fee simple and permanent construction and maintenance easement (Parcel 209-0-014-00-0) Project Parcel 40, 2040 Ebenezer Drive. Background:The City cannot determine clear title. Therefore the City seeks to acquire title through condemnation. In order to proceed and avoid further project delays, it is necessary to condemn a portion of subject property. The required property consists of 9,826.90 square feet in fee and 2,738.50 square feet of permanent construction and maintenance easement. The appraised value is $5,150.00. Analysis:Condemnation is necessary in order to acquire the required property. Financial Impact:The necessary costs will be covered under the project budget. Alternatives:Deny condemnation. Recommendation:Approve condemnation. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: G/L 323041110-52.12122 J/L 299823786-52.12122 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 1 Engineering Services Committee Meeting 3/24/2014 1:05 PM Award Christopher Booker & Associates, PC the contract for the conceptual design of the Library Renovations for AUD Department:Augusta Utilities Department Caption:Approve funding to Christopher Booker & Associates, PC in the amount of $ 102,500.00 for the conceptual design of the Library Renovations for AUD. Background:The Augusta Utilities Department will be moving its personnel from the Bay Street office as well as the customer service personnel from the Municipal Building to the old library located at the corner of Greene Street and 9th Street. The conceptual design associated with this contract will allow AUD to seek a design- build contractor to make the necessary renovations to meet the needs of AUD. Analysis:Christopher Booker & Associates, PC has provided a thorough cost breakdown for the worked needed to allow AUD to enter into a design-build contract for this project. The fee was deemed to be fair and reasonable. Financial Impact:Funds are provided in 510043410-5212115/81300020-5212115 Alternatives:No alternatives are recommended. Recommendation:Augusta Utilities Department recommends the Commission award the contract to Christopher Booker & Associates, PC for the conceptual design of the Library Renovations for AUD project in the amount of $102,500. Funds are Available in the Following Accounts: 510043410-5212115/81300020-5212115 REVIEWED AND APPROVED BY:Cover Memo Item # 2 Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 2 Attachment number 1 \nPage 1 of 1 Item # 2 March 4, 2014 Christopher Booker & Associates, PC 3319 Perkins Road Augusta, Georgia 30906 * See Attached Scope of Work New Upfit for Augusta Utilities Department Administration Office/ Two tenant suites Augusta Library building Ninth Street First Floor - Approximately 19,000 sq. ft. Second Floor - Approximately 10,000 sq. ft. finished space Approximately 9,000 sq. ft. storage space Augusta Utilities Department 360 Bay Street, Suite 180 Augusta, Georgia 30901 Attachment number 2 \nPage 1 of 10 Item # 2 Attachment number 2 \nPage 2 of 10 Item # 2 FEE BREAKDOWN $ 10,500.00 Structural Engineering Design $ 38,500.00 Architectural Design $ 14,000.00 Mechanical Engineering Design $ 8,000.00 Electrical Engineering Design $ 71,000.00 Seventy One Thousand Dollars $ 31, 500.00 Civil/Site Engineering Design (See attached Proposal from Johnson, Laschober & Associates, PC) TOTAL $102,500.00 One Hundred and Two Thousand Five Hundred Dollars Zero 0.00 Zero 0.00 3Three 15 One and One Half Percent 1.5% Attachment number 2 \nPage 3 of 10 Item # 2 Modifications to contract: Paragraph 1.1 - Delete as shown Paragraph 1.2 - Delete as shown Construction Documents and Services Provided: IBC 2012 Code analysis NFPA Life Safety Code 2012 Review ADA review Field verify existing conditions Structural engineering Floor Plan, notes and legends Life Safety Plan / UL design details Wall sections and details Exterior elevations and details Door and Finish Schedules Interior Toilet Elevations / interior elevations and details ADA Details Mechanical/plumbing systems and details Electrical design and details Construction administration services are NOT included in this proposal. Christopher D. Booker, Architect 3319 Perkins Road Augusta, Georgia 30906 Attachment number 2 \nPage 4 of 10 Item # 2 1 of 2 3319 Perkins Road 706-798-6792 Phone Augusta, Georgia 30906 706-798-2836 Fax augamerica@aol.com March 4, 2014 Augusta Utilities Department 360 Bay Street, Suite 180 Augusta, Georgia 30901 RE: New Upfit Augusta Utilities Department Administration Office Ninth Street SCOPE OF WORK Renovation of the old Augusta Library to accommodate the Augusta Utilities Department Administration Offices, and two (2) tenant suites. See AIA Document B155 dated March 4, 2014, for fee schedule/breakdown. Civil/Site Design: See attached Scope of Work. Structural Engineering Design: • Structural analysis for new HVAC equipment. • Miscellaneous openings. • Miscellaneous steel/concrete design. Architectural Design: • Drafting of existing floor plans. • New Floor plan for Augusta Utilities Offices. • New Floor plan for two (2) tenant suites. • Code study – 2012 International Building Code, 2012 NFPA 101 Life Safety, 2010 ADA Standards for Accessible Design • Life Safety Plans • Exterior Elevations. • Wall sections,details. Christopher Booker & Associates, PC Attachment number 2 \nPage 5 of 10 Item # 2 2 of 2 Scope of Work (Cont’d) Architectural Design: (Cont’d) • Interior elevations, details. • Finish and Door Schedules. • Window and Door Configurations. • Reflected ceiling plan. • Specifications will be included on drawings. Mechanical Engineering Design: • HVAC Plan. • HVAC Notes and Details • Plumbing Waste Plan. • Plumbing Water Plan. • Plumbing Notes and Schedules. Electrical Engineering Design: • Lighting Plan. • Power Plan • Mechanical Power • Signal Plan. • Electrical Details. Attachment number 2 \nPage 6 of 10 Item # 2 Attachment number 2 \nPage 7 of 10 Item # 2 Attachment number 2 \nPage 8 of 10 Item # 2 Attachment number 2 \nPage 9 of 10 Item # 2 Attachment number 2 \nPage 10 of 10 Item # 2 Attachment number 3 \nPage 1 of 1 Item # 2 Engineering Services Committee Meeting 3/24/2014 1:05 PM Award contract for Bid Item #14-126, Jamestown Sewer Extension Phase III-B to Blair Construction Department:Augusta Utilities Department Caption:Approve award to Blair Construction in the amount of $ 894,685.74 for Bid Item #14-126, Jamestown Sewer Extension Phase III-B. Background:The Jamestown Sewer Extension Phase III-B is part of AUD's Capital Improvements Bond Program to provide sewer service to the Horsepen Spirit Creek Basin. This project involves the construction of approx. 11,700 linear feet of gravity sewer. Analysis:Blair Construction was found to be the lowest responsible bidder and therefore have been recommended for the award of this contract. Financial Impact:The lowest responsible bid for the construction of this project was $894,685.74. These funds are available from the following account: 512043420-5425210/80150215-5425210. Alternatives:No alternatives are recommended. Recommendation:It is recommended to award the contract for the construction of Bid Item #14-126, Jamestown Sewer Extension Phase III-B to Blair Construction in the amount of $ 894,685.74. Funds are Available in the Following Accounts: 512043420-5425210/80150215-5425210. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Cover Memo Item # 3 Administrator. Clerk of Commission Cover Memo Item # 3 At t a c h m e n t n u m b e r 1 \ n P a g e 1 o f 1 It e m # 3 Disadvantaged Business Enterprise Department Yvonne Gentry DBE Director Disadvantaged Business Enterprise Department 530 Greene Street – Room 600B - Augusta, GA 30901-4414 (706) 821-2406– Fax (706) 821-4228 WWW.AUGUSTAGA.GOV MEMORANDUM TO: Deanna Davis, Utilities Department FROM: Yvonne Gentry, Director Disadvantaged Business Enterprise Department DATE: February 10, 2014 SUBJECT: REVIEW AND APPROVAL OF RECOMMMENDED CONTRACTOR Bid #14-126 Jamestown Sewer Extension Phase III-B This memo is to transmit the review and concurrence of compliance by Blair Construction in meeting the LSBOP Utilization goal of three percent (3%) for the above referenced project. The goal setting methodology considered the following factors based on good faith efforts of the contractor: · The project total estimated cost · Value of the scope of work where availability exists · Maximum participation to be achieved through locally owned small business Contractor must prepare and submit a monthly utilization report with each pay request to the DBE Department. If you have questions, please contact me at (706) 821-2406. Attachment number 2 \nPage 1 of 1 Item # 3 Attachment number 3 \nPage 1 of 1 Item # 3 Invitation to Bid Sealed bids will be received at this office on Wednesday, January 29, 2014 @ 3:00 p.m. for furnishing the construction of approximately 11,700 linear feet of gravity sewer: Bid Item 14-126 Jamestown Sewer Extension Phase III-B for Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $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.augustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Thursday, December 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, January 10, 2014 @ 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, January 14, 2014 @ 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 December 19, 26, 2013 and January 2, 9, 2014 Metro Courier December 25, 2013 Revised: 3/7/2013 Attachment number 4 \nPage 1 of 1 Item # 3 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 $894,685.74 SITEC LLC 217 FAIRFIELD ST NE AIKEN, SC 29801 EAGLE UTILITY 1350 BRANCH ROAD BISHOP, GA 30627 YES 206663 YES YES YES $931,251.00 L & L UTILITIES 746 ROBERT WEBB ROAD E DUBLIN, GA 31027 MOORHEAD CONSTRUCTION 1513 ANDERSON STREET BELTON, SC 29627 YES 229963 YES YES YES $1,177,597.97 CMI 1875 KILLINGSWORTH RD AUGUSTA, GA 30904 YES 225306 YES YES YES $1,825,247.34 BEAM'S CONTRACTING 15030 ATOMIC ROAD BEECH ISLAND, SC 29842 YES 167300 YES YES YES $1,365,522.41 Bid Item #14-126 Jamestown Sewer Extension Phase III-B for Augusta, Georgia - Utilities Department Bid Due: Tuesday, February 4, 2014 @ 3:00 p.m. Page 1 of 1 Attachment number 5 \nPage 1 of 1 Item # 3 Attachment number 6 \nPage 1 of 1 Item # 3 Attachment number 7 \nPage 1 of 4 Item # 3 Attachment number 7 \nPage 2 of 4 Item # 3 Attachment number 7 \nPage 3 of 4 Item # 3 Attachment number 7 \nPage 4 of 4 Item # 3 Attachment number 8 \nPage 1 of 2 Item # 3 Attachment number 8 \nPage 2 of 2 Item # 3 Engineering Services Committee Meeting 3/24/2014 1:05 PM Award contract for Bid Item #14-134, Marion Homes Water Main Installation Project to Eagle Utility Contracting, Inc. Department:Augusta Utilities Department Caption:Approve award to Eagle Utility Contracting, Inc. in the amount of $646,176.50 for Bid Item #14-134, Marion Homes Water Main Installation Project. Background:Currently the Marion Homes Subdivision has an existing 6 inch water line. Due to maintenance issues we will be replacing approximately 7,700 LF of water line as well as new fire hydrants. Analysis:Eagle Utility Contracting, Inc. was found to be the lowest responsible bidder and therefore have been recommended for the award of this contract. Financial Impact:$646,176.50 under account number 512043410-5425110 / 80413011-5425110 Alternatives:No alternatives are recommended. Recommendation:It is recommended to award the contract for the construction of Bid 14-134, Marion Homes Water Main Installation Project to Eagle Contracting, Inc. in the amount of $646,176.50. Funds are Available in the Following Accounts: 512043410-5425110 / 80413011-5425110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Cover Memo Item # 4 Clerk of Commission Cover Memo Item # 4 Attachment number 1 \nPage 1 of 1 Item # 4 Attachment number 2 \nPage 1 of 1 Item # 4 Invitation to Bid Sealed bids will be received at this office on Wednesday, February 26, 2014 @ 3:00 p.m. for furnishing: Bid Item 14-134 East Augusta Marion Homes Subdivision for Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from 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, January 16, 2014. 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 Tuesday, February 11, 2014 @ 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 Thursday, February 13, 2014 @ 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 January 16, 23, 30, February 6, 2014 Metro Courier January 22, 2014 Revised: 8/15/2011 Attachment number 3 \nPage 1 of 1 Item # 4 Vendors PAVEWAY OF AUGUSTA 306 SILVER BLUFF AIKEN, SC 29803 EAGLE UTILITY CONTRACTING 1350 BRANCH RD. BISHOP, GA 30621 STORMWATER SOLUTIONS P.O. BOX 1847 EVANS, GA 30809 BLAIR CONSTRUCTION P.O. BOX 770 EVANS, GA 30809 MIKE BLACKBURN CONTRACTORS 320 WAKE ROBIN SUNSET, SC 29685 BEAM’S CONTRACTING 15030 ATOMIC ROAD BEECH ISLAND, SC 29842 SITEC 217 FAIRFIELD ST., NE AIKEN, SC 29801 Attachment B YES YES YES E-Verify Number 206663 224004 167300 SAVE Form YES YES YES Addendum 1 YES YES YES Bid Bond YES YES YES Base Bid Price $646,176.50 $662,251.23 $892,271.76 Bid Item #14-134 East Augusta Marion Homes Subdivision for the City of Augusta - Utilities Department Bid Opening Date: Wednesday, February 26, 2014 @ 3:00 p.m. Page 1 of 1 At t a c h m e n t n u m b e r 4 \ n P a g e 1 o f 1 It e m # 4 Attachment number 5 \nPage 1 of 2 Item # 4 Attachment number 5 \nPage 2 of 2 Item # 4 Attachment number 6 \nPage 1 of 2 Item # 4 Attachment number 6 \nPage 2 of 2 Item # 4 Attachment number 7 \nPage 1 of 1 Item # 4 Engineering Services Committee Meeting 3/24/2014 1:05 PM Award contract for Bid Item #14-137, Program Management Services to Constantine Engineering, Inc. Department:Augusta Utilities Caption:Approve award to Constantine Engineering, Inc. in the amount of $1,147,000 for year 1 for Solicitation #14-137, Program Management Services. Background:Augusta Utilities will construct $40M in bond-funded capital improvement projects in the next several years as well as additional revenue funded projects. This volume of work will exceed our in-house capabilities, and we will require supplemental resources to manage the projects. Program Management Services will provide professional engineering and technical services for the Augusta Utilities Department to manage capital improvement projects, coordinate design and construction projects, inspect construction projects, locate AUD underground water and wastewater assets, provide field testing and monitoring services, provide technical training to AUD staff and manage public outreach and local participation programs for the next five years. Analysis:Constantine Engineer, Inc. was found to be the most qualified professional for these services and therefore has been recommended for the award of this contract. Financial Impact:The budget for year 1 is $1,147,000 on a time and materials basis. We are proposing a 5 year contract with subsequent year budgets being brought to the Commission each year for approval. Alternatives:No alternatives are recommended. Recommendation:It is recommended to award the contract for the AUD Program Management Services to Constantine Engineering, Inc. in the amount of $1,147,000. Funds are Available in the Following Accounts: Funds are available in 512043490-5212999 / 81100010-5212999 Cover Memo Item # 5 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 5 Attachment number 1 \nPage 1 of 1 Item # 5 1 EXHIBIT A THIS EXHIBIT IS ISSUED PURSUANT TO THE AGREEMENT DATED ____________, 2014, BETWEEN THE CITY OF AUGUSTA, GA AND CONSTANTINE ENGINEERING, INC. , WHICH IS INCORPORATED HEREIN BY THIS REFERENCE, WITH RESPECT TO Scope of Basic Services and Compensation for the Augusta Utilities Department Program Management Services Project Article A. Purpose: The purpose of this Exhibit is to establish Scope of Services, Compensation and Period of Service for CONSULTANT (Constantine Engineering, Inc.) to provide professional engineering and technical services for the Augusta Utilities Department Program Management Services Project (PROJECT) for the City of Augusta, GA (CLIENT). The PROJECT generally includes, but is not limited to, services to augment the CLIENT’s existing engineering department staff to manage capital improvement projects; oversee other designers and contractors; inspect construction projects; locate CLIENT’s underground water and wastewater assets; provide field testing and monitoring services; provide technical training to CLIENT’s staff; and manage public outreach and local participation programs. CONSULTANT will only provide those Program Management services requested and authorized by CLIENT. This will allow CLIENT the flexibility to supplement existing engineering department staff without committing to additional costs. The tasks detailed below in “Article B. Scope of Services” represent the range of specific services available for CLIENT to authorize under this Agreement. Article B. Scope of Services: The specific Engineering and Technical Services that CONSULTANT agrees to furnish to the CLIENT for the PROJECT and the Specific Work Tasks are listed below: 1. Project Management 2. Project Controls 3. Technical Oversight and Support 4. Consent Order Compliance Assistance 5. Public Outreach/Local Participation 6. Construction Inspection 7. Water and Wastewater Line Locates 8. Training 9. Construction Stormwater Monitoring 10. Material Testing A detailed description of the scope of services that are proposed for each task is presented below. Work Task 1 - Project Management CONSULTANT shall assign Program Management staff to assist the CLIENT to manage the planning, design, bidding and construction phases of capital improvement projects. Specific tasks shall include the following: Attachment number 2 \nPage 1 of 7 Item # 5 EXHIBIT A ─ AUGUSTA UTILITIES DEPARTMENT PROGRAM MANAGEMENT SERVICES 2 1.1 Serve as the Program Manager for the CLIENT as its representative at meetings, workshops, site visits, and other necessary functions of the Program. 1.2 Review designs (by others) of water and wastewater projects, including but not limited to: water lines, pump stations, gravity sewer lines, sewer force main lines, lift stations, water treatment facilities, and wastewater treatment facilities. 1.3 Prepare Engineer’s Opinions of Probable Construction Costs (OPCCs) for capital improvement projects based on designs by other consultants. 1.4 Prepare critical path project schedules in Microsoft Project format for planning, design, bidding and construction phases of capital improvement projects based on designs by other engineering consultants. 1.5 Facilitate permitting with regulatory agencies, including but not limited to the Georgia Department of Transportation (GDOT); the Georgia Environmental Protection Division (GEPD) of the Department of Natural Resources (DNR); the United States Army Corps of Engineers (USACOE); Georgia Power, and the City of Augusta Engineering Department (AED). 1.6 Provide technical and administrative assistance for CLIENT’s existing “Task Order Program” to generate preliminary designs and manage construction of emergency response projects. 1.7 Assist CLIENT in identifying and pursuing funding for capital improvement projects. This task may include compiling cost estimates and schedules; attending workshops and meetings; preparing grant, loan and bond application documentation, including preliminary engineering reports, maps, drawings, etc. 1.8 This Work Task may require 2-4 Program Management staff members in Year One, with the following credentials and skills as appropriate for their specific responsibilities: 1.8.1. Familiarity with CLIENT’s current standards and specifications. 1.8.2. State of Georgia Professional Engineering (PE) registration. 1.8.3. Engineer in Training (EIT) or Fundamentals of Engineering (FE) registration. 1.8.4. Bachelor’s degree in civil, mechanical, chemical or electrical engineering. 1.8.5. Georgia Soil and Water Conservation Commission (GSWCC) Level II Design Professional certification (“tan card”) or GSWCC Level II Plan Reviewer certification (“gray card”) 1.8.6. Computer software experience including AutoCAD Civil 3D, Esri ArcMAP or ArcGIS, Microsoft Office and Microsoft Project. 1.8.7. Familiarity with mapping-grade GPS equipment. 1.8.8. CONSULTANT may compliment on-site Program Management staff positions with in-house, regional resources. Work Task 2 - Project Controls CONSULTANT shall develop web-based project controls and a document management system to allow CLIENT to measure progress and report status of capital improvements projects. Specific tasks shall include the following: 2.1 Develop a hierarchical, web-based project controls system with “drill down” architecture, including the following levels of detail: 2.1.1. Level 1 – dashboard of overall program status measured in terms of budget; schedule; change management; regulatory compliance; environmental, health and safety metrics; quality; and/or other metrics as identified by CLIENT. Attachment number 2 \nPage 2 of 7 Item # 5 EXHIBIT A ─ AUGUSTA UTILITIES DEPARTMENT PROGRAM MANAGEMENT SERVICES 3 2.1.2. Level 2 – matrix listing individual capital improvements projects with status indicators for budget; schedule; quality; deliverables; and/or other metrics as identified by CLIENT. 2.1.3. Level 3 - dashboard of individual project status measured in terms of budget; schedule; change management; regulatory compliance; environmental, health and safety metrics; quality; and/or other metrics as identified by CLIENT, with links to related documents (i.e., budget spreadsheet, project Gantt chart schedules, etc.) in the cloud-based document management system. 2.2 Develop a document management system accessible to CLIENT and their design consultants to access and share capital improvement project information such as specifications, plan drawings, submittals, etc. 2.3 CONSULTANT proposes to complete this Work Task with in-house, regional resources which should not require on-site Program Management staff positions. Work Task 3 - Technical Oversight and Support CONSULTANT shall assign Program Management staff to assist CLIENT with technical oversight support of planning, design, bidding and construction phases of capital improvement projects. Specific tasks shall include the following: 3.1 Perform quality assurance/quality control (QA/QC) reviews of designs (by others) of water and wastewater projects, including but not limited to: water lines, pump stations, gravity sewer lines, sewer force main lines, lift stations, water treatment facilities, and wastewater treatment facilities. These reviews do not relieve the designers from the responsibility and liability for errors or omissions of their designs. 3.2 Perform technical and schedule coordination of design projects. 3.3 Assist in updating, distributing, and ensuring compliance with CLIENT’s existing Specifications and Standards. 3.4 Develop project specific design criteria packages. 3.5 Perform project value engineering and optimization evaluations. 3.6 Perform technical reviews and document control and management to support bidding, construction, and startup services. Work Task 4 - Consent Order Compliance Assistance CONSULTANT shall assign Program Management staff to assist CLIENT with compliance with existing GA EPD Consent Order No. EPD-WQ-5309. Specific tasks shall include the following: 4.1 Report Corrective Action Plan (CAP) activity. 4.2 Report impact of CAP on collection system performance 4.3 Refine CAP methods and resources as necessary to improve results and comply with Consent Order Compliance schedule. 4.4 Optimize collection system operations and maintenance (O&M) programs within a “Capacity, Management, Operations and Maintenance” (CMOM) framework Work Task 5 - Public Outreach/Local Participation CONSULTANT shall assign Program Management staff to assist CLIENT with public outreach and local participation programs. Specific tasks shall include the following: Attachment number 2 \nPage 3 of 7 Item # 5 EXHIBIT A ─ AUGUSTA UTILITIES DEPARTMENT PROGRAM MANAGEMENT SERVICES 4 5.1 Provide communications and liaison with Augusta-Richmond County Commission, City Departments, local stakeholders and community leaders to support implementation of CLIENT’s capital improvement program. 5.2 Coordinate implementation of CLIENT’s capital improvement program with local, state and federal agencies. 5.3 Conduct seminars, workshops, social and other electronic media to streamline communication. 5.4 Establishing technology transfer opportunities to support Augusta-Richmond County Local Small Business Opportunity Program (LSBOP). 5.5 Solicit local vendors to enhance local participation on implementation of CLIENT’s capital improvement program. Work Task 6 - Construction Engineering & Inspection CONSULTANT shall assign Program Management staff to assist CLIENT with Construction Engineering and Inspection (CE&I) of capital improvement projects. Specific tasks shall include the following: 6.1 Interpret construction plans. 6.2 Review and approve monthly pay application installations. 6.3 Review material submittals and field-check materials to verify compliance with approved submittals. 6.4 Operate mapping-grade GPS equipment to survey new infrastructure during construction and download information to CLIENT’s existing GIS databases. 6.5 This task may require 3-6 Program Management staff members in Year One, with the following credentials and skills as appropriate for their specific responsibilities: 6.5.1. Familiarity with CLIENT’s current standards and specifications. 6.5.2. Georgia Soil and Water Conservation Commission (GSWCC) Level IB Inspector certification (“red card”) 6.5.3. Georgia Water Distribution Operator License 6.5.4. Georgia Wastewater Collection Operator License 6.5.5. Experience in inspecting and/or installing water lines, sewer lines and related appurtenances Work Task 7 - Water and Wastewater Line Locates CONSULTANT shall perform Subsurface Utility Engineering (SUE) Quality Level B services as described in the American Society of Civil Engineers (ASCE) National Consensus Standard entitled ASCE C-I 38-02, Standard Guidelines for the Collection and Depiction of Existing Subsurface Utility Data, for the proposed PROJECT. Specific tasks shall include the following: 7.1 CONSULTANT shall make perform Quality Level B SUE services using ground penetrating radar (GPR), electromagnetic locating equipment, hand and vacuum excavation equipment (as needed) to identify, interpret, verify and field mark utilities to the limits available using the locating equipment and the existing information and data in accordance with ASCE Standards. The Quality Level B SUE survey shall include the following scope of services: 7.1.1. Locate existing buried utilities within the limits of the pipeline excavation path and boring areas using GPR, electromagnetic locating equipment, and existing information and data. Attachment number 2 \nPage 4 of 7 Item # 5 EXHIBIT A ─ AUGUSTA UTILITIES DEPARTMENT PROGRAM MANAGEMENT SERVICES 5 7.1.2. Mark the location of the existing utilities using permanent paint in accordance with ASCE standards. 7.1.3. Access gravity sewers and storm drains using existing manholes and verify/determine the pipe diameter, material, and invert elevations of the pipe. Gravity sewers and storm drains shall not be excavated to verify pipe information. 7.1.4. Following the cutting and removal of pavement (by Others) above buried utilities (other than gravity sewers and storm drains), CONSULTANT shall excavate down to the utility using hand tools and probing rod verify/determine the utility material and diameter. CONSULTANT shall backfill and hand compact the excavated area only. Any replacement or maintenance to the asphalt patches shall be performed by others once the CONSULTANT demobilizes. 7.1.5. CONSULTANT shall perform pre and post locate photograph of each work area and maintain digital documentation photos. 7.1.6. CONSULTANT shall provide within the following next business day a daily written summary of work activity performed for each location requested. Summary will note verification by CONSULTANT of utilities within the limits of construction. Summary shall identify any marked utilities that could not be verified by CONSULTANT and any unmarked utilizes discovered during SUE investigation of requested area. CONSULTANT will utilize pink flagging and ground paint to identify any unverified or newly discovered utility. 7.2 CONSULTANT shall not be responsible for the following: 7.2.1. Traffic control. 7.2.2. Level A locates or full excavation of utility. 7.2.3. Clearing of easements, right-of-ways and construction equipment in the locate areas requested. 7.2.4. Pavement removal and restoration. 7.2.5. Unmarked assets or damaged to buried assets caused by others. 7.3 CLIENT will provide staff and information to assist CONSULTANT performing this work, including but not be limited to the following: 7.3.1. GIS data. 7.3.2. Project plan drawings. 7.3.3. As-built record drawings. 7.3.4. Project inspectors and other CLIENT staff with expertise in the area to be marked. 7.4 This Work Task may require 1-2 Program Management staff members in Year One. Work Task 8 - Training CONSULTANT shall facilitate training programs as needed for CLIENT’s in-house staff of project managers, engineers and field technicians. CONSULTANT may perform these services using a combination of in-house labor or subconsultant(s). Specific tasks shall include the following: 8.1 Training for technology applications for office and field staff, such as GPS data collection equipment software and/or hardware. 8.2 Training for project controls systems developed by CONSULTANT for this PROJECT. 8.3 Specialized software training for CLIENT’s engineering staff, such as Microsoft Project, H2O Map water modeling software, MOUSE wastewater modeling software, SWMM wastewater modeling software, etc. Attachment number 2 \nPage 5 of 7 Item # 5 EXHIBIT A ─ AUGUSTA UTILITIES DEPARTMENT PROGRAM MANAGEMENT SERVICES 6 Work Task 9 - Construction Stormwater Monitoring (OMITTED) CONSULTANT shall assist CLIENT with stormwater monitoring and reporting for GEPD NPDES Construction Stormwater Permits on capital improvement projects. CONSULTANT may perform these services using a combination of in-house labor or subconsultant(s).. Specific tasks shall include the following: 9.1 Set up and remove monitoring equipment (automatic sampling and/or grab sampling as needed). 9.2 Obtain sample results after 0.5-inch qualifying rain event and report to AUD staff and EPD as required by EPD permits. 9.3 Inspect sites and provide bi-weekly Best Management Practices (BMP) reports. Work Task 10 - Material Testing (OMITTED) CONSULTANT shall provide geotechnical and construction materials testing services as needed for CLIENT’s capital improvement projects. CONSULTANT may perform these services using a combination of in-house labor or subconsultant(s). Specific tasks shall include the following: 10.1 Soil compaction tests. 10.2 Concrete cylinder strength tests. 10.3 Soil boring, analysis and reports, including geotechnical engineering recommendations. 10.4 CONSULTANT or their subconsultant(s) shall provide copies of appropriate technicians’ certifications to CLIENT. 10.5 CONSULTANT or their subconsultant(s) shall provide copies of equipment calibration results to CLIENT. Article C. Compensation Provisions: As compensation for providing the scope of services described within this Exhibit A, CLIENT shall pay CONSULTANT for labor hours and direct reimbursable expenses as per the fee schedule below with a Not- to-Exceed Amount of $1,147,000.00 (one million one hundred forty-seven thousand and 00/100 dollars) for Year One of this Agreement. The Not-to-Exceed Amount was developed from CONSULTANT’s estimates of the level of effort required to perform the services requested by CLIENT. Labor Category Hourly Per Diem Rate Program Manager $180.00 Principal Engineer $180.00 Project Manager $150.00 Project Engineer $120.00 SUE Line Locator1 $109.00 Construction Inspector $80.00 Administrator $50.00 Direct Expenses2 +2% of labor 1 Note this rate includes the costs for ground penetrating radar (GPR) location equipment; sub-meter global positioning system (GPS) with satellite differential real-time correction equipment; and expendables, excluding orange buttons for permanent markers. 2 “Direct Costs” includes local mileage; special shipping; and outside printing/publishing/reproduction services. Attachment number 2 \nPage 6 of 7 Item # 5 EXHIBIT A ─ AUGUSTA UTILITIES DEPARTMENT PROGRAM MANAGEMENT SERVICES 7 Article D. Period of Service: The Agreement shall be in effect for a period of five (5) calendar years. Exhibit A specifies the scope of services and not-to-exceed budget amount for year one (1). The scope of services and not-to-exceed budget amount for following years shall be negotiated and authorized by CLIENT by the beginning of each subsequent year. Article E. Authorized Representatives: The Authorized Representatives designated below are authorized to act with respect to this Task Order. Communications between the parties shall be through the Authorized Representatives: For CLIENT For CONSULTANT Name: Tom Wiedmeier, P.E., Director Name: James P. Kizer, Jr., P.E., President Address: Augusta Utilities Department 360 Bay Street Augusta, GA 30901-1546 Address: Constantine Engineering, Inc. 1988 Lewis Turner Boulevard Fort Walton Beach, FL 32547 Telephone: 706.312.4160 Telephone: 850.244.5800 Email: twiedmeier@augustaga.gov Email: jkizer@tcgeng.com Article F. Authorization: Accepted for the CLIENT by: Offered for CONSULTANT by: Name Name Title Title Date Date *************** End *************** Attachment number 2 \nPage 7 of 7 Item # 5 RFP 14-137 Program Management Services Page 1 of 5 Request for Proposal Sealed RFPs will be received at this office until Wednesday, February 20, 2014 at the beginning of your scheduled presentation for furnishing: RFP Item 14-137 Program Management Services for Utilities Department RFPs 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 RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, February 11, 2014 @ 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 and specifications. A request for proposal 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 RFP 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 placed the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director cc: Tameka Allen Interim Administrator Tom Wiedmeier Utilities Department Jerry Delaughter Utilities Department Deanna Davis Utilities Department Attachment number 3 \nPage 1 of 1 Item # 5 BETSY MASSIE CH2M HILL 1000 ABERNATHY ROAD, SUITE 1600 ATLANTA, GA 30328 BUDDY GRATTON MORELAND ALTOBELLI ASSOCIATES, INC. 2211 BEAVER RUIN ROAD, SUITE 190 NORCROSS, GA 30071 SCOTT TODD CONSTANTINE ENGINEERING, INC. 1988 LEWIS TURNER BOULEVARD FORT WALTON BEACH, FL 32547 MICHAEL OSBORNE MCKIM & CREED, INC. 8020 TOWER POINT DR. CHARLOTTE, NC 28227 RFP 14-137 Program Management Services For Utilities Department RFP Due: 2/20/14 as scheduled RFP 14-137 Program Management Svcs Shortlisted from RFQ 13-124 mailed February 6, 2014 Tom Wiedmeier Utilities Department Bay Street Deanna Davis Utilities Department Bay Street Attachment number 4 \nPage 1 of 1 Item # 5 Evaluation Criteria PTS Moreland Altobelli Associates, Inc. 2211 Beaver Ruin Road, Suite 190 Norcross, GA 30071 Constantine Engineering, Inc. 1988 Lewis Turner Boulevard Fort Walton Beach, FL 32547 Mckim & Creed, Inc. 8020 Tower Point Dr. Charlotte, NC 28227 1) Experience at providing outlined engineering services 30 25.0 28.3 26.7 2) Approach 40 26.7 36.7 30.0 3) Personnel 30 23.3 28.3 26.7 Total 100 75.0 93.3 83.3 Cumulative Evaluation Sheet RFP Item #14-137 Program Management Services for Augusta, Georgia – Utilities Department Attachment number 5 \nPage 1 of 1 Item # 5 Engineering Services Committee Meeting 3/24/2014 1:05 PM Award W.R. Toole Engineers, Inc. the contract for design services for Rocky Creek Trunk Sewer Replacement Project Department:Augusta Utilities Department Caption:Approve funding to W. R. Toole Engineers, Inc. in the amount of $ 197,615.00 for the design of the Rocky Creek Trunk Sewer Replacement Project. Background:W.R. Toole Engineers, Inc. was awarded a contract on June 21, 2005 to design the Lumpkin Road Water and Sewer project, which was later broken out into two separate projects; the Lumpkin Road Water Replacement Project and the Rocky Creek Trunk Sewer Replacement Project. Due to lack of funding the project was not constructed. The Augusta Utilities Department now has the funding and wishes to proceed with the Rocky Creek Trunk Sewer Replacement Project. After review of current conditions and the plans previously prepared by W.R. Toole, AUD has determined that the original alignment no longer fits the needs of AUD. As they have extensive knowledge and experience with the area in general and this project specifically, W.R. Toole was asked to prepare a proposal to design the construction plans for the new alignment for the Rocky Creek Trunk Sewer Replacement Project. Analysis:W.R. Toole Engineers, Inc. has provided a thorough cost breakdown for the worked needed. The fee was deemed to be fair and reasonable. Financial Impact:Funds are provided in 510043420-5212115 / 80800010-5212115 and 511043420-5212115 / 80800010-5212115. Alternatives:No alternatives are recommended. Recommendation:Augusta Utilities Department recommends the Commission award the contract to W. R. Toole Engineers, Inc. in the amount of $ 197,615.00 for the design of the Rocky Creek Trunk Sewer Replacement Project Cover Memo Item # 6 Funds are Available in the Following Accounts: 510043420-5212115 / 80800010-5212115 and 511043420- 5212115 / 80800010-5212115. REVIEWED AND APPROVED BY: Finance. Procurement. Utilities Finance. Procurement. Utilities Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 6 At t a c h m e n t n u m b e r 1 \ n P a g e 1 o f 1 2 It e m # 6 Rev. #2, 3/11/14 Rocky Creek Sanitary Sewer Upgrade Project Location & Background Sanitary sewer trunk main improvements are proposed between the recently installed 72- inch diameter Mid-City Interceptor (east side of Doug Barnard Parkway) and Chester Avenue near Mike Padgett Highway. The proposed sewer improvements will replace the existing 36-inch diameter reinforced concrete (RCP) sewer main that parallels Rocky Creek. The existing sewer alignment is characterized as a wooded, low-lying swampy area. Standing water is present along most of the existing sewer alignment. In addition to capacity limitations, we understand the existing 36-inch diameter concrete sewer main has significant inflow and infiltration issues and is structurally deficient in several locations. During 2005-2007, W.R. Toole Engineers (WRTE) designed a new 42-inch diameter sanitary sewer system between Doug Barnard Parkway and Chester Avenue. The proposed sewer alignment generally followed the existing sewer alignment, with the exception of the area near the intersection of Lumpkin Road and Doug Barnard Parkway. Due to budgetary constraints and project prioritization, the project was not constructed. Conceptual Alignment & Project Length During 2013, Augusta Utilities Department (AUD) asked WRTE to review the 2005 design and to develop alignment alternatives to mitigate wetland impacts and reduce construction in wet or swampy areas. As requested, WRTE developed a revised concept alignment totaling approximately 7,400-feet. The conceptual sewer alignment generally parallels the northern Lumpkin Road right-of-way from Doug Barnard Parkway to just east of Crestview Baptist Church. From Crestview Baptist Church, the conceptual alignment extends north to the CSX railroad right-of-way. The conceptual sewer alignment parallels the railroad right-of-way to a proposed crossing just south of Rocky Creek. The conceptual sewer alignment extends west from the railroad and crosses Mike Padgett Highway (SR 56) and Chester Avenue before connecting to the existing 36-inch system. Please refer to the attached draft Concept Plan. Design Issues The following design issues were considered for construction cost and man-hour estimates. The design issues reflect the scope revisions requested during our March 7, 2014 meeting.  Coordination with AUD for connection to the 72-inch interceptor sewer along the east side of Doug Barnard Parkway. We understand a section of 42-inch diameter ductile iron pipe was stubbed-out of the manhole on the east side of Doug Barnard Parkway for the proposed Rocky Creek trunk main connection. Attachment number 1 \nPage 2 of 12 Item # 6 Rev. #2, 3/11/14  Coordination required with Georgia Department of Transportation (GDOT) for utility encroachment in the Mike Padgett Parkway right-of-way.  Coordination required with Army Corp of Engineers for wetland impacts.  Coordination with Georgia Environmental Protection Department for Stream Buffer encroachment.  Coordination with Atlanta Gas Light Company for crossing of major gas mains.  Coordination with Atlanta Gas Light Company for determination of anode beds and potential conflicts with ductile iron sanitary sewer mains.  Coordination required with Georgia Power – Transmission Department. The proposed alignment may cross transmission lines at multiple locations.  Easements could impact 10-15 property owners. Scope of Work: Project development is proposed on a per task basis as outlined below.  Task #1 – Surveying & Database Preparation o Using the recently completed concept plan as a reference, field surveying activities will be completed to develop a basemap of the project corridor. Topography and surface improvements will be identified and mapped. o Underground utilities will be shown as identified through coordination with public and private utility companies. o Property lines will be compiled from recorded deeds, plats, GIS information and field located property corners where possible. o The proposed manhole locations will be field staked for field review meetings at the 60% and 90% milestones.  Task #2 – Wetland Delineation & Jurisdictional Determination o WRTE will coordinate a wetland delineation through the project corridor. Wetlands will be identified and flagged in accordance with US Army Corps of Engineers guidelines. o Following delineation, the wetland flags will be field surveyed and mapped. o A Wetlands Exhibit will be developed and attached to the Jurisdictional Determination (JD), which will be submitted to the Corps of Engineers for review and approval. o WRTE proposes to utilize Resource and Land Consultants for environmental services and permitting. Attachment number 1 \nPage 3 of 12 Item # 6 Rev. #2, 3/11/14  Task #3 – 60% Preliminary Plans o WRTE will develop Preliminary Plans in plan and profile format to identify roadway, railroad, and utility crossings. o Detailed design efforts will be completed for jack or bore crossings at roadways and railroads. o WRTE will initiate coordination with GDOT. o WRTE will identify in plan view easement recommendations for permanent maintenance and temporary construction activities. o WRTE will initiate coordination with Georgia Power / Georgia Transmission Company for easement crossing. o WRTE will prepare an opinion of probable construction cost. o WRTE will facilitate a project Team Review Meeting.  Task #4 – Environmental Permitting o We anticipate wetland impacts associated with the new sanitary sewer trunk main will be subject to permitting through the Nationwide Permit process. A NW Permit #12 is assumed for this proposal. o WRTE’s environmental sub-consultant will complete the permit process through the US Army Corps of Engineers. o WRTE will coordinate with Georgia EPD for Stream Buffer Variance permitting should the proposed alignment impact the Rocky Creek buffer or State Waters. o WRTE proposes to utilize Resource and Land Consultants for environmental services and permitting.  Task #5 - 90% Preliminary Plans o Based on comments received from the 60% review meeting and utility coordination efforts, WRTE will complete 90% plans. o During the 90% task WRTE will complete the GDOT right-of-way encroachment permit for Mike Padgett Highway. We understand WRTE will complete the permit documents for AUD submittal to the respective agencies. o 90% plans will include Erosion, Sedimentation, and Pollution Control best management practices. We anticipate a three-phase (initial, intermediate, and final) erosion control plan format. o WRTE will coordinate right-of-way impacts and ES&PC design with Augusta Engineering Department (AED). o WRTE will complete a Notice of Intent and will initiate Local Issuing Authority review. (Previously in Task #11) o WRTE will finalize encroachment permitting activities with Georgia Power / Georgia Transmission Company. o WRTE will prepare an opinion of probable construction cost. o WRTE will facilitate a project Team Review Meeting. Attachment number 1 \nPage 4 of 12 Item # 6 Rev. #2, 3/11/14  Task #6 – Easement Maps o Commensurate with Task #8, WRTE will complete compiled easement maps for permanent and temporary construction easements. o We anticipate 10-15 properties will require easement. o WRTE proposes to complete strip-type easements maps showing multiple properties on one easement map sheet. o Easement maps will be signed by a Registered Land Surveyor and submitted to AUD for review.  Task #7 – Final Construction Drawings o WRTE will prepare a final deliverable for construction based on comments received during the 90% Plan review. o Final plans will include all project specific and AUD details for construction. o Pay items will be identified in plan view notes. o WRTE will prepare a final opinion of probable construction cost.  Task #8 – Pre-Construction Services o WRTE will attend one (1) pre-bid meeting and will respond to contractor requests for information (RFI). o WRTE will issue addenda as necessary prior to bid. o WRTE will review bids for general compliance and responsiveness. o WRTE will issue and recommendation of award following bid review. o WRTE will review material submittals. o WRTE will attend one (1) pre-construction meeting.  Task #9 – Record Drawings o Following construction, WRTE will prepare digital Record Drawings using the redline plans provided by the project contractor.  Task #10 - Construction Phase Services o WRTE will complete the required 7-day NPDES site visit to observe the initial installation of erosion control measures. o WRTE proposes to provide construction observation and field engineering services as requested by AUD. Attachment number 1 \nPage 5 of 12 Item # 6 Rev. #2, 3/11/14 Deliverables: The following deliverables were considered for calculation of direct costs and fee estimates. Each deliverable will include 1 hard copy set and one complete digital file (pdf), unless noted otherwise below.  Surveyed Basemap  Wetland Delineation Report and Jurisdictional Determination  60% Preliminary Plans  90% Preliminary Plans  Preliminary Compiled Easement Maps (Digital Files Only)  Final Compiled Easement Maps (2 signed originals + 1 set of construction drawings)  100% Construction Drawings, including Soil Erosion, Sedimentation and Pollution Control Plans and Contract Documents (2 Hard Copy Sets of Construction Drawings + 1 Hard Copy Set of Construction Drawings and Technical Specifications for GA DNR).  Project Addenda, RFI responses.  Record Drawings (2 Hard Copies + 1 Digital File) Anticipated Permits: The following permits are anticipated for construction:  Approval of Plans by US Army Corps of Engineers - Nationwide Permit 12  Approval of Plans by GDOT - Utility Encroachment Permit (2 Locations)  Approval of Plans by Georgia Power and Atlanta Gas Light – Encroachment Permits  Approval of Plans by Georgia Environmental Protection Division (if Buffer Variance is required). Attachment number 1 \nPage 6 of 12 Item # 6 $3,300,000 Task Description Percentage of Construction Cost 1 Surveying & Database Preparation $26,655 0.81% Surveying & Mapping 1 $22,575 Manhole Staking following 60% & 90% $2,760 Field Check and Project Management $1,320 2 Wetland Delineation & Jurisdictional Determination $9,370 0.28% Wetland Delineation $1,200 Site Visit with Corps $500 Jurisditctional Determination $1,450 Survey Wetland Flags $1,500 Wetland Exhibits & Project Management $4,720 3 60% Preliminary Plans $52,060 1.58% 4 Environmental Permitting $14,740 0.45% Corps of Engineers Nationwide Permit $3,100 Wetlands Plat (as required) $2,200 Permit Drawings $4,540 Stream Buffer Variance, EPD Permit $2,500 Project Management $2,400 5 90% Preliminary Plans $39,380 1.19% 6 Easement Maps2 $10,620 0.32% 7 Final Construction Drawings $29,510 0.89% 8 Pre-Construction Services $4,060 0.12% 9 Record Drawings $4,720 0.14% 10 Construction Phase Services3 $6,500 0.20% Total $197,615 5.99% Notes 1. 2. 3. ROCKY CREEK SANITARY SEWER TRUNK MAIN REPLACEMENT (AUD Project #60135) Opinion of Probable Construction Cost Fee Sub-tasks in italics are sub-consultant services. Construction Phase services are proposed on a hourly rate basis per the attached rate schedule. Compiled Easement Maps are proposed based on a unit rate of $1,062 per parcel. TE P13068, Revision #2 Rev #2,3/11/2014 Attachment number 1 \nPage 7 of 12 Item # 6 3/11/2014 Rocky Creek Sewer Augusta Utilities Dept. Rocky Creek Sewer Task # Description Pr i n c i p a l - I n - Ch a r g e Se n i o r E n g i n e e r Pr o j e c t M a n a g e r En g i n e e r St a f f E n g i n e e r CA D O p e r a t o r Ad m i n i s t r a t o r To t a l 1 Surveying & Database Preparation 004800012 2 Wetland Delineation & Jurisdictional Determination 0 0 4 16 0 40 0 60 3 60% Preliminary Plans 0 16 40 220 0 340 0 616 4 Environmental Permitting 0 0 6 20 0 64 0 90 5 90% Preliminary Plans 0 20 36 170 0 220 0 446 6 Easement Maps 0 2 10 30 0 80 0 122 7 Final Construction Drawings 0 12 28 132 0 160 0 332 8 Pre-Construction Services 0 0 2 38 0 0 0 40 9 Record Drawings 0 0 4 16 0 40 0 60 Totals: 0 50 134 650 0 944 0 1778 Ph a s e D e s c r i p t i o n Man-Hour Summary, REV #1 Date: Project Location: Owner: Project Name: Rev. #2, 3/11/14 At t a c h m e n t n u m b e r 1 \ n P a g e 8 o f 1 2 It e m # 6 W. R. Toole Engineers, Inc., 1005 Broad Street, Suite 200, Augusta, GA 30901 (706) 722-4114 / fax (706) 722-6219 / www.wrtoole.com Personnel Charges Principal $215.00 per Hour Principal (Senior) Engineer $160.00 per Hour Senior Project Manager $130.00 per Hour Senior Planner $115.00 per Hour Project Manager $110.00 per Hour Lead Designer IV $105.00 per Hour Engineer III $100.00 per Hour Engineer II $ 80.00 per Hour Engineer I $ 70.00 per Hour Engineering Technician/Construction Inspector $ 65.00 per Hour Designer $ 65.00 per Hour CAD (Computer Assisted Drafting) $ 65.00 per Hour Controller $ 125.00 per Hour Office Administrator $ 60.00 per Hour Clerical $ 50.00 per Hour Miscellaneous Charges: Travel Expense: Mileage $0.56 per Mile Lodging, Meals, Etc. Actual Cost Plus 15% Reproductions: Xerox Prints: 24”x 36” Sheet $1.25 per Sheet Half-Size Sheet $0.75 per Sheet Color Plotting: 8 ½”x 11” Sheet $0.50 per Sheet 11”x 17” Sheet $0.75 per Sheet 24”x 36” Sheet $15.00 per Sheet Foam Core Boards: $2.75 per Square Foot Legal Services: 2.5 Times the Appropriate Fee Federal Express: Actual Cost Plus 15% Other Miscellaneous Items: Actual Cost Plus 15% W. R. TOOLE ENGINEERS, INC. 2014 SCHEDULE OF RATES & CHARGES TIME & MATERIAL BASIS Attachment number 1 \nPage 9 of 12 Item # 6 S-37A 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 6'-8', INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 3738 $190.00 $710,220.00 S-37B 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 8'-10', INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 1447 $210.00 $303,870.00 S-37C 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 10'-12', INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 950 $220.00 $209,000.00 S-37D 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 12'-14', INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 700 $240.00 $168,000.00 S-37E 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 14'-16', INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 21 $250.00 $5,250.00 S-37F 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 16'-18', INCLD. TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 15 $300.00 $4,500.00 S-17 JACK AND BORE 60" DIA. STEEL CASING, MIN. WALL THICKNESS 0.844 INCH, CARRIER PIPE INCLUDED, 42" DIA. DUCTILE IRON SAN. SEWER PIPE, CLASS 250, RESTRAINED JOINT, END SEALS LF 571 $1,350.00 $770,850.00 S-18 SELECT BACKFILL, GA DOT TYPE I & II (SAND/CLAY), MEASURED BY IN-PLACE VOLUME CY 14,850 $12.00 $178,200.00 S-20E PRECAST SANITARY SEWER MANHOLE (GA DOT STD. 1011A), TYPE 1, DEPTH 0'-6' (96" DIAMETER)EA 22 $5,000.00 $110,000.00 S-21E ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1, DEPTH CLASS 1 (96" DIA.) VF 15 $400.00 $6,000.00 SANITARY SEWER SYSTEM TOTAL COSTITEM DESCRIPTION UNIT ROCKY CREEK TRUNK SEWER REPLACEMENT PROJECT OPINION OF PROBABLE CONSTRUCTION COST QTY UNIT COST 2/3/2014 At t a c h m e n t n u m b e r 1 \ n P a g e 1 0 o f 1 2 It e m # 6 S-22E ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1, DEPTH CLASS 2 (96" DIA.) VF 120 $600.00 $72,000.00 S-28 OUTSIDE DROP PIPING - COMPLETE EA 2 $2,500.00 $5,000.00 S-29 DOGHOUSE / CONNECTOR MANHOLE, INCLD BASE, CONE AND RING / COVER EA 3 $5,000.00 $15,000.00 S-30 8" SANITARY SEWER SERVICE, COMPLETE EA 1 $7,500.00 $7,500.00 S-31 CUT AND PLUG EXISTING SANITARY SEWER, DIA. VARIES EA 3 $5,000.00 $15,000.00 S-35A DUCTILE IRON PIPE POLYETHYLENE ENCASEMENT - SINGLE WRAP LF 6,211 $4.00 $24,844.00 S-35B DUCTILE IRON PIPE POLYETHYLENE ENCASEMENT - DOUBLE WRAP LF 700 $10.00 $7,000.00 S-36 CONCRETE ENCASEMENT OF SANITARY SEWER CY 22 $200.00 $4,400.00 S-40 CAP, FILL & ABANDON EXISTING SANITARY SEWER MANHOLE, COMPLETE EA 17 $2,500.00 $42,500.00 M-1 FLOWABLE FILL CY 50 $150.00 $7,500.00 M-2 ROCK EXCAVATION CY 250 $125.00 $31,250.00 M-3 FOUNDATION BACKFILL, GA DOT TYPE II, FOR ADD'T UNCLASSIFIED EXCAVATION CY 1,650 $25.00 $41,250.00 M-4 CLEARING & GRUBBING ACRE 3 $8,500.00 $25,500.00 M-5 FENCE REMOVAL & REPLACEMENT, NEW, REPLACED IN KIND LF 300 $30.00 $9,000.00 LS-1 LUMP SUM CONSTRUCTION (INCLUDES BUT IS NOT LIMITED TO THE LISTING CONTINUED BELOW)LS 1 $250,000.00 $250,000.00 PROJECT TOTAL $3,325,997.40 LUMP SUM CONSTRUCTION MISCELLANEOUS 2/3/2014 At t a c h m e n t n u m b e r 1 \ n P a g e 1 1 o f 1 2 It e m # 6 LUMP SUM CONSTRUCTION: Mobilization, Demobilization Bonds, Insurance Gabion Retaining Walls Remove and reset fences, all types Remove and reset gates, all types Remove and reset storm sewer, lengths & sizes vary Remove and reconnect water services Reconnect sanitary sewer services Reconstruct <material> wall, height varies Remove and reset signs, type varies Pipe Marker Signs at Railroad R/W Remove and reset water sprinkler systems, complete Remove and reset water valve and/or meters, size varies Remove and reset yard lamps, type varies Remove and reset mailboxes, type varies Erosion and sediment control (temporary grassing, construction exits, rip-rap, misc. Erosion control structures) Silt Fence, Type "A" Silt Fence, Type "B' Silt Fence, Type "C" Dewatering Traffic Control Miscellaneous grading Permanent Grassing Raise manholes and valve boxes to grade 2/3/2014 At t a c h m e n t n u m b e r 1 \ n P a g e 1 2 o f 1 2 It e m # 6 Attachment number 2 \nPage 1 of 1 Item # 6 Engineering Services Committee Meeting 3/24/2014 1:05 PM Donated Right of Way Department:Law Caption:Motion to approve an acceptance of a donated right-of-way between Martha R. Allen and Julian Allen, as owners, and Augusta, Georgia, as optionee, in connection with the Storey Mill Road Project, said right-of-way consists of 1.759 acre (76,624 sq. ft.), more or less; and N/A sq. ft. of permanent drainage and maintenance easement, more or less; and N/A sq. ft. of temporary construction easement, from the property located at 4967 Storey Mill Road, private. Background:The property owner has agreed to convey a certain option for easement to Augusta, Georgia, for the Storey Mill Road Project. Analysis:The purchase of the referenced property is necessary for the project. Financial Impact:The costs necessary for this purchase will be covered under the project budget. Alternatives:Deny the Motion Recommendation:Approve the Motion Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 7 Attachment number 1 \nPage 1 of 2 Item # 7 Attachment number 1 \nPage 2 of 2 Item # 7 Engineering Services Committee Meeting 3/24/2014 1:05 PM Flood Plain Presentation Department:Clerk of Commission Caption:Presentation from Terri Turner concerning the flood plain in Augusta Richmond County and the insurance rates in Richmond County. (Requested by Commissioner Donnie Smith) (Referred from March 18 Commission meeting) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 8 Engineering Services Committee Meeting 3/24/2014 1:05 PM Highland Avenue Traffic Safety Issues Department:Clerk of Commission Caption:Report from Traffic Engineering staff regarding the three options available and the identification of a funding source concerning the resolution of the traffic safety issues on Highland Avenue. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 9 Engineering Services Committee Meeting 3/24/2014 1:05 PM John C. Calhoun Expressway Repair and Reconstruction Project - Contract Award Department:Abie Ladson - Director Caption:Motion to award the Design Consultant Services Agreement to W.R. Toole Engineers, Inc. in the amount of $647,655.31 for the John C. Calhoun Expressway Repair and Reconstruction Project, subject to receipt of signed contracts and proper bonds as requested by AED. Background:John C. Calhoun Expressway Repair and Reconstruction Project is an approved TIA/TSPLOST project; approved by the voters of the CSRA in July 2012. It is a Band 1 project that will begin design process once approved by the Commission. The purpose of the Project is to enhance safety by milling, resurfacing and stripping. This Project will also include landscape improvements, lighting improvements, and aesthetics along the corridor. Analysis:Request for Qualifications were evaluated on December 6, 2013 with W.R. Toole Engineers, Inc. being the selected consultant based on the evaluation process. Firms were evaluated based on qualifications, project approach, and experience. The following firms submitted RFQs: 1. CH2MHill; 2. Moreland Altobelli; 3. Gresham, Smith & Part; 4. W.R. Toole engineers; and 5. URS Corporation. Financial Impact:Funds are available in the TIA budget account numbers: 371- 041110-5212115/T13049113-5212115 John C. Calhoun Repair & Reconstruction Project in the amount of $650,000.00. Alternatives:1) Approve award the Design Consultant Services Agreement Contract to W.R. Toole Engineers, Inc. in the amount of $647,655.31 for the John C. Calhoun Repair and Reconstruction, subject to Receipt of Signed Contracts and Proper Insurance Documents as requested by AED. 2) Do not approve and abandon the project. Recommendation:Approve Alternative Number One.Cover Memo Item # 10 Funds are Available in the Following Accounts: TIA Project Funds 371-041110-5212115/T13049113-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 10 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby adopted: Section 1: This project is set up and authorized to CPB#371-041110-T13049113. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. TIA Project 650,000$ 650,000$ 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 John C Calhoun Repair and Reconstruction Project This project consist of design services for the John C. Calhoun Repair and Reconstruction Project in the amount of $647,655.31. Honorable Deke Copenhaver, Mayor CPB# 371-041110-T13049113 Funding is available in the TIA Project Budget . Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks 1 of 2 1.24.2011 Attachment number 1 \nPage 1 of 2 Item # 10 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET John C Calhoun Repair and Reconstruction Project CPB# 371-041110-T13049113 CPB AMOUNT NEW SOURCE OF FUNDS CPB CPB TIA Project Budget (650,000)$ (650,000)$ 371-041110-T13049113 TOTAL SOURCES:(650,000)$ (650,000)$ USE OF FUNDS ENGINEERING 371-041110-5212115/T13049113-5212115 $650,000 $650,000 TOTAL USES:$650,000 $650,000 2 of 2 1.24.2011 Attachment number 1 \nPage 2 of 2 Item # 10 REQUEST FOR QUALIFICATION Request for Qualifications will be received at this office until Tuesday, November 5, 2013 @ 11:00 a.m. for furnishing: RFQ Item #13-209 John C. Calhoun Expressway Repair & Restoration for Engineering Department Qualifications 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 Request for Qualification (RFQ) documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, October 18, 2013 @ 5:00 P.M. No Proposal will be accepted by fax, all must be received by mail or hand delivered. No qualifications may be withdrawn for a period of 90 days after time has been called on the date of opening. Request for qualifications (RFQ) and specifications. An RFQ 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 RFQ 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 RFQ 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 RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the Proponent at the risk of receiving incomplete or inaccurate information upon which to base its qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle September 26, October 3, 10, 17, 2013 Metro Courier October 2, 2013 Revised: 6/27/2013 Attachment number 2 \nPage 1 of 1 Item # 10 UNOFFICIAL VENDORS Attachment B E-Verify #SAVE Form Original 7 Copies CH2MHill Inc 3011 S.W. Williston Rd Gainesville, FL 32608 Yes 40635 Yes Yes Yes Moreland Altobelli Assoc 2211 Beaver Ruin Road Norcross, GA 30071 Yes 53328 Yes Yes Yes Gresham, Smith & Part 511 Union St., Suite 1400 Nashville, TN 37219 Yes 57204 Yes Yes Yes W.R. Toole Engineers 1005 Broad St., Ste 200 Augusta, GA 30901 Yes 62985 Yes Yes Yes URS Corporation 400 Northpark Town Ctr 1000 Abernathy Rd, NE Suite 900 Atlanta, GA 30328 Yes 66814 Yes Yes Yes The following vendors did not respond: Heath & Lineback Engin / 2390 Canton Road Building 200 / Marietta, GA 30066-5393 EMC Engineering / 4106 Colbern Blvd, Suite 105 / Evans, GA 30809 Jacobs Engineering / 6801 Governors Lake Parkway, Building 200 / Norcross, GA 30071 Cranston Engineering / 452 Ellis Street / Augusta, GA 30901 RFQ Opening RFQ Item #13-209 John C. Calhoun Expressway Repair & Restoration for Augusta, Georgia - Engineering Department RFQ Due: Tuesday, November 5, 2013 @ 11:00 a.m. The following vendor submitted a statement of "No Bid": ZEL Engineers / 435 Telfair Street / Augusta, GA 30901 Page 1 of 1 Attachment number 3 \nPage 1 of 1 Item # 10 Evaluation Criteria PTS CH2MHill Inc 3011 S.W. Williston Rd Gainesville, FL 32608 Moreland Altobelli Assoc 2211 Beaver Ruin Road Norcross, GA 30071 Gresham, Smith & Part 511 Union St., Suite 1400 Nashville, TN 37219 W.R. Toole Engineers 1005 Broad St., Ste 200 Augusta, GA 30901 URS Corporation 400 Northpark Town Center 1000 Abernathy Rd, NE Suite 900 Atlanta, GA 30328 1) Qualifications of Company 30 24.3 25.3 24.3 26.0 22.3 2) Qualifications of Key personnel that will actually perform the design services 35 25.0 25.3 26.7 30.3 26.7 3) Experience on similar Georgia DOT projects 20 11.7 15.7 16.7 19.3 15.0 4) References including specific individuals, address, phone number and e-mail address 10 10.0 10.0 10.0 10.0 10.0 5) Proximity to Area • Within Richmond County 5 pts • Within CSRA 4 pts • Within Georgia 3 pts • Within SE United States (includes AL, TN, NC, SC, FL) 2 pts • All Others 1 pt. 5 2.0 3.0 2.0 5.0 3.0 Total 100 73.0 79.3 79.7 90.7 77.0 Cumulative Evaluation Sheet RFQ Item #13-209 John C. Calhoun Expressway Repair & Restoration for Augusta, Georgia - Engineering Department Attachment number 4 \nPage 1 of 1 Item # 10 Attachment number 5 \nPage 1 of 2 Item # 10 Attachment number 5 \nPage 2 of 2 Item # 10 Attachment number 6 \nPage 1 of 4 Item # 10 Attachment number 6 \nPage 2 of 4 Item # 10 Attachment number 6 \nPage 3 of 4 Item # 10 Attachment number 6 \nPage 4 of 4 Item # 10 Attachment number 7 \nPage 1 of 4 Item # 10 Attachment number 7 \nPage 2 of 4 Item # 10 Attachment number 7 \nPage 3 of 4 Item # 10 Attachment number 7 \nPage 4 of 4 Item # 10 Engineering Services Committee Meeting 3/24/2014 1:05 PM Minutes Department:Clerk of Commission Caption:Motion to approve the minutes of the Engineering Services Committee held on February 24, 2014. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 11 Attachment number 1 \nPage 1 of 2 Item # 11 Attachment number 1 \nPage 2 of 2 Item # 11 Engineering Services Committee Meeting 3/24/2014 1:05 PM Norfolk Southern Activity No. 1188892 Crossing Agreement Department:Augusta Utilities Department Caption:Motion to approve Norfolk Southern Activity No. 1188892 Crossing Agreement for the water and sanitary sewer upgrade on Marvin Griffin Road. Background:Marvin Griffin Road is being widened and, as part of the project, the Utilities Department is doing a water and sanitary sewer upgrade. The upgrade calls for the water main to cross under the railroad tracks. To do so, requires Augusta to enter into an agreement with Norfolk Southern. Analysis:Norfolk Southern has approved the engineering design and proffered their standard agreement, for the crossing. Financial Impact:$1000.00 Alternatives:Deny the motion to approve Norfolk Southern Activity No. 1188892 Crossing Agreement for the water and sanitary sewer upgrade on Marvin Griffin Road and redesign the course of the pipeline. Recommendation:Approve the motion to approve Norfolk Southern Activity No. 1188892 Crossing Agreement for the water and sanitary sewer upgrade on Marvin Griffin Road. Funds are Available in the Following Accounts: 509043410-5212115 81100050-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Cover Memo Item # 12 Law. Administrator. Clerk of Commission Cover Memo Item # 12 Attachment number 1 \nPage 1 of 15 Item # 12 Attachment number 1 \nPage 2 of 15 Item # 12 Attachment number 1 \nPage 3 of 15 Item # 12 Attachment number 1 \nPage 4 of 15 Item # 12 Attachment number 1 \nPage 5 of 15 Item # 12 Attachment number 1 \nPage 6 of 15 Item # 12 Attachment number 1 \nPage 7 of 15 Item # 12 Attachment number 1 \nPage 8 of 15 Item # 12 Attachment number 1 \nPage 9 of 15 Item # 12 Attachment number 1 \nPage 10 of 15 Item # 12 Attachment number 1 \nPage 11 of 15 Item # 12 Attachment number 1 \nPage 12 of 15 Item # 12 Attachment number 1 \nPage 13 of 15 Item # 12 Attachment number 1 \nPage 14 of 15 Item # 12 Attachment number 1 \nPage 15 of 15 Item # 12 Engineering Services Committee Meeting 3/24/2014 1:05 PM Notification of award for a construction contract to Blair Construction, Inc. for Bid Item #14- 139,Winter-Norton Road 6" Water Main Replacement project, under the Task Order Program for infrastructure RFQ#11-130 Department:Augusta Utilities Department Caption:Notification of award for a construction contract to Blair Construction, Inc. for the Winter-Norton Road 6" Water Main Replacement project, Bid Item #14-139, in the amount of $116,660.35, under the Task Order Program for infrastructure RFQ#11-130. Background:AUD was informed by AED that they intended to pave Norton Road and Winter Road. After review of this area, AUD determined that the existing 6-inch waterline within these roads needed to be replaced. Due to AED having a contract to pave the roads AUD worked with Procurement to get Bid Item #14-139 bid through emergency task order, so as to not delay AED's paving contractor. Analysis:Blair Construction, Inc. was found to be the lowest responsible bidder and therefore have been awarded this contract. Financial Impact:The lowest responsible bid for this project was $116,660.35. Funds for this work are available in account 507043490-5425410 / 88886666-5425410. Alternatives:No alternatives are recommended. Recommendation:It is recommended to award the contract for the construction of Bid Item #14-139, Winter-Norton Road 6" Water Main Replacement to Blair Construction in the amount of $ 116,660.35. Funds are Available in the Following Accounts: Funds for this work are available in account 507043490-5425410 / 88886666-5425410. Cover Memo Item # 13 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 13 Attachment number 1 \nPage 1 of 2 Item # 13 Attachment number 1 \nPage 2 of 2 Item # 13 Disadvantaged Business Enterprise Department Yvonne Gentry DBE Director Disadvantaged Business Enterprise Department 530 Greene Street – Room 600B - Augusta, GA 30901-4414 (706) 821-2406– Fax (706) 821-4228 WWW.AUGUSTAGA.GOV MEMORANDUM TO: Deanna Davis, Utilities FROM: Yvonne Gentry, Director Disadvantaged Business Enterprise Department DATE: March 7, 2014 SUBJECT: REVIEW AND APPROVAL OF RECOMMMENDED CONTRACTOR Bid #14-139 Winter-Norton Rd 6" Water Main Replacement This memo is to transmit the review and concurrence of compliance by Eagle Utility Contracting, Inc. / Blair Construction, Inc. / Quality Storm Water Solutions in meeting the LSBOP Utilization goal of two percent (2%) for the above referenced project. The goal setting methodology considered the following factors based on good faith efforts of the contractor: · The project total estimated cost · Value of the scope of work where availability exists · Maximum participation to be achieved through locally owned small business Contractor must prepare and submit a monthly utilization report with each pay request to the DBE Department. If you have questions, please contact me at (706) 821-2406. Attachment number 2 \nPage 1 of 1 Item # 13 Emergency Invitation to Bid Emergency Sealed bids will be received at this office on Wednesday, March 5, 2014 @ 3:00 p.m. for furnishing: Emergency Bid Item 14-139 Winter–Norton Road 6” Water Main Replacement for Utilities Department Emergency 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 Emergency 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 Monday, February 24, 2014. 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 Wednesday, February 26, 2014 @ 11:00 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 Thursday, February 27, 2014 @ 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 Revised: 8/15/2011 Attachment number 3 \nPage 1 of 1 Item # 13 VENDORS Attachment B E-Verify # SAVE Form Bid Bond Bid Amount Blair Construction, Inc. PO Box 770 Evans, GA 30809 YES 224004 YES YES $116,660.35 Quality Storm Water Solutions P.O. Box 1847 Evans, GA 30809 YES 233338 YES YES $123,649.00 Eagle Utility Contracting, Inc. 1350 Branch Road Bishop, GA 30627 YES 206663 YES YES $152,444.00 Bid Item #14-139 Winter-Norton Road 6" Water Main Replacement for Augusta, Georgia - Utilities Department Bid Due: Wednesday, March 5, 2014 @ 3:00 p.m. Page 1 of 1 At t a c h m e n t n u m b e r 4 \ n P a g e 1 o f 1 It e m # 1 3 Attachment number 5 \nPage 1 of 1 Item # 13 ATTN THERON SAPP QUALITY STORM WATER SOLUTIONS P. O. BOX 1847 EVANS, GA 30809 ATTN JAMES WILLIAMS CONTRACT MANAGEMENT INC 1827 KILLINGSWORTH AUGUSTA GA 30904 ATTN ANTHONY HIGHFIELD EAGLE UTILITY 1350 BRANCH ROAD BISHOP, GA 30627 ATTN PATRICK DILLARD BLAIR CONSTRUCTION PO BOX 770 EVANS, GA 30809 Emergency Bid Item 14-139 Winter- Norton Road 6” Water Main Replacement mailed 2/20/14 Emergency Bid 14-139 Winter-Norton Rd 6” Water Main For Utilities Department Bid Due: Wed. 3/5/14 @ 3:00 p.m. Tom Wiedmeier Augusta Utilities Bay Street Jerry Delaughter Augusta Utilities Bay Street Yvonne Gentry LSBOP 6th Floor Municipal Building Deanna Davis Augusta Utilities Bay Street Jeremy Hoffman Augusta Utilities Bay Street Attachment number 6 \nPage 1 of 1 Item # 13 Engineering Services Committee Meeting 3/24/2014 1:05 PM Pruning Trees in Broad Street Business District Department:Clerk of Commission Caption:Discuss pruning of trees in the Broad Street business district. (Requested by Commissioner Fennoy) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 14 Engineering Services Committee Meeting 3/24/2014 1:05 PM South Atlantic Drive Department:Clerk of Commission Caption:Discuss South Atlantic Drive. (Requested by Commissioner Fennoy) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 15 Engineering Services Committee Meeting 3/24/2014 1:05 PM Windsor Spring Road, Phase IV and Phase V – SA16/Ch18 Department:Abie Ladson, Director Caption:Approve Supplemental Agreement Number Sixteen, Change Number Eighteen, in the amount of $82,979 from Jacobs Engineering Group Inc. to design landscaping and irrigation system plans (IV & V); updates to the environmental document to include new threatened and endangered species identified in Augusta; provisions to protect migratory birds during the construction of the bridges; distribution of informational flyers to citizens advising them of temporary side road closures that will occur during construction; and design Advanced Transportation Management System Plans (V), respectively, on the projects to improve Windsor Spring Road from SR 88 in Hephzibah to Willis Foreman Rd (Phase V) 323-04-299823786 and from Willis Foreman Road to Tobacco Road (Phase IV) 323-04-299823766 as requested by AED. Background:On April 6, 1999 the Augusta, Georgia Commission approved for Augusta, Georgia to enter into an agreement with GDOT to accept responsibility for the project preliminary engineering, right of way acquisition and relocation utilities on the Windsor Spring Road Phase IV and Phase V projects. The projects will widen and reconstruct Windsor Spring Road to 4 lanes with a 19’ raised median from Willis Foreman Road to Tobacco Road and replace the bridge over Spirit Creek (Phase IV) and from SR 88 in Hephzibah to Willis Foreman Road and replace the bridge over Norfolk Southern Railroad (Phase V). On October 30, 2007 GDOT agreed to fund and acquire the right of way on Phase IV. $9,970,630 has been authorized and r/w activities are responsible for the acquisition and r/w activities are underway. Final design activities are underway on both phases. GDOT is responsible for the construction costs, $24,683,517 (Phase IV) and $15,017,944 (Phase V). The current let date for Phase IV is May 16, 2014 and for Phase V is July 18, 2014. Analysis:The decision has been made to beautify this portion of Windsor Spring Road as part of these projects. The current plans do not include landscaping or irrigation systems so these features are being added to the plans. The fee for this effort is $53,767. The Cover Memo Item # 16 environmental document must be updated to include 2 new threatened and endangered species that have been identified in Augusta, Ga, include provisions for the protection of migratory birds during construction of the bridges and documentation of the effort to distribute informational flyers to citizens that will be affected by the temporary closing of side roads during construction. The fee for this effort is $18,105. The Augusta Traffic Engineering Office has requested that Advanced Transportation Management System (ATMS) plans be designed for Phase V. This will provide connectivity to the signal from Willis Foreman Road to State Route 88 in Hephzibah. The fee for this effort is $11,107. The total fee requested is $82,979. Financial Impact:The fee proposed for this is $82,979. Funds are available in the project Right-of-Way account 323-041110-5411120/299823786- 5411120 upon Commission approval. Alternatives:ALTERNATIVE 1: Same as Caption 1 ALTERNATIVE 2: Do not approve and delay progress on projects that are critical to south Augusta. Recommendation:Approve alternative #1. Funds are Available in the Following Accounts: 323-041110-5411120/299823786-5411120 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 16 (SA02 – For changes greater than $20,000) March 2010 January 2001 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 AUGUSTA, GEORGIA ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT Augusta Richmond County Project Number(s): 323-041110-299823766 & 323-041110-299823786 GDOT Number (s): STP00-7007-00 (006) & STP00-1105-00 (004) PI 250610 & 25432000 Supplemental Agreement Number: 16 Purchase Order Number: 53296 WHEREAS, We, Jacobs Engineering Group Inc., Consultant, entered into a contract with Augusta-Richmond County on June 27, 2001, for engineering design services associated with the improvements to Windsor Spring Road Improvements Phase IV & Phase V, projects STP00-7007-00 (006) & STP00-1105-00 (004), File Reference No. 13-014 (A), and WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: Design of landscaping and irrigation system plans on Phase IV and Phase V; update the environmental document for new threatened and endangered species identified in Augusta, Georgia, add provisions to protect migratory birds during construction of the bridges, and prepare informational flyers for distribution to citizens concerning temporary closings of side roads during construction on Phase IV and Phase V; and prepare Advanced Transportation Management System plans for signal connectivity within Phase V. It is agreed that as a result of the above described modifications the contract amount is increased by $82,979.00 from $2,810,931.50 to a new total of $2,893,910.50. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, Jacobs Engineering Group Inc., Consultant, as successor in interest to Jordan, Jones and Goulding, Inc. and Augusta-Richmond County hereby agree to said Supplemental Agreement consisting of the above mentioned item, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. This day of , 2014. RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY JACOBS ENGINEERING GROUP INC. AUGUSTA, GEORGIA Honorable Deke S. Copenhaver, Mayor Approved Date: Approved Date: __________________________ [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: Attachment number 1 \nPage 1 of 1 Item # 16 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby adopted: Section 1: This project is authorized to CPB#323-041110-299823786 and SA #16. The funding for this project in the amount of $82,979.00 and is needed to design landscaping and irrigation system plans, update the environmental document, add provisions to protect migratory birds during . construction of the bridges and prepare Advanced Transportation Management System plans for signal connectivity within Phase V. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase III 1,467,000$ Special 1% Sales Tax, Phase IV 600,000$ 2,067,000$ 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 Deke S. Copenhaver, Mayor 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 CPB#323-041110-299823786 CAPITAL PROJECT BUDGET WINDSOR SPRING ROAD IMPROVEMENTS, SECTION IV (WILLIS FOREMAN RD TO TOBACCO RD) CHANGE NUMBER EIGHTEEN 1 of 2 10/3/2011 Attachment number 2 \nPage 1 of 2 Item # 16 Augusta-Richmond County, Georgia CPB#323-041110-299823786 CAPITAL PROJECT BUDGET WINDSOR SPRING ROAD IMPROVEMENTS, SECTION IV (WILLIS FOREMAN RD TO TOBACCO RD) CHANGE NUMBER EIGHTEEN CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB CHANGE CPB SALES TAX, PHASE III 323041110-000000-299823766 ($1,000)($1,000) SALES TAX, PHASE III 323041110-000000-299823766 ($1,306,500)($1,306,500) SPECIAL 1% SALES TAX, PHASE IV 324041110-000000-202824766 ($600,000)($600,000) (Transferred to Section V 299823786)($159,500)($159,500) Trans TOTAL SOURCES:($2,067,000)($2,067,000) USE OF FUNDS ADVERTISING 323041110-5233119-299823766 $1,000 $1,000 ENGINEERING 323041110-5212115-299823766 $1,464,476 $1,464,476 RIGHT OF WAY 323041110-5411120-299823766 $570,136 $570,136 (transferred to Section V 299823786) UTILITIES 323041110-5414510-299823766 $21,888 $21,888 SIGNAL 323041110-5414610-299823766 $5,000 $5,000 CONTINGENCY 323041110-6011110-299823766 $4,500 $4,500 TOTAL USES:$2,067,000 $2,067,000 2 of 2 10/3/2011 Attachment number 2 \nPage 2 of 2 Item # 16