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