Loading...
HomeMy WebLinkAbout2014-07-07-Meeting Agenda Engineering Services Committee Meeting Commission Chamber- 7/7/2014- 12:55 PM ENGINEERING SERVICES 1. Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent construction and maintenance easement (Parcel 227-0-041-01-0) 2502 Railroad Avenue. Attachments 2. Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0-062-03-0) 4667 Windsor Spring Road. Attachments 3. Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0-005-00-0) 4721 Windsor Spring Road. Attachments 4. Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0-048-00-0) 4648 Windsor Spring Road. Attachments 5. Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0-002-02-0) 4695 Windsor Spring Road. Attachments 6. Motion to authorize condemnation to acquire title of a portion of property for right of way, permanent easement, and two temporary driveway easements (Parcel 227-0-028-00-0) 2502 Horseshoe Drive. Attachments 7. Motion to authorize condemnation to acquire title of a portion of property for right of way, permanent easement, temporary encroachment easement, and two driveway easements (Parcel 209-0-002-02-0) 4741 Windsor Spring Road. Attachments 8. Motion to authorize condemnation to acquire permanent construction and maintenance easement (Parcel 040-0-071-00- Attachments 0) 3802 Wrightsboro Road. 9. Motion to authorize condemnation to acquire permanent construction and maintenance easement (Parcel 040-0-003-00- 0) 3801 Wrightsboro Road. Attachments 10. 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 41, 4754 Windsor Spring Road. Attachments 11. Motion to authorize condemnation to acquire title of a portion of property for right of way, permanent easement and one temporary driveway easement (Parcel 193-0-016-00-0) 4625 Windsor Spring Road. Attachments 12. Motion to authorize condemnation to acquire title of a portion of property for right of way, permanent easement, and one temporary driveway easement (Parcel 227-0-090-01-0) 4785 Windsor Spring Road. Attachments 13. Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0-010-00-0,) project parcel 39, 4709 Windsor Spring Road. Attachments 14. Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0-003-00-0), project parcel 55, 4709 Windsor Spring Road. Attachments 15. Motion to authorize condemnation to acquire title of the entire parcel, (Parcel 087-4-086-00-0) 2058 Willow Street. Attachments 16. Approve construction contract award to Blair Construction in the amount of $1,115,315.52 for Bid Item 14-147 Gordon Highway 30 Inch Water Main Project. Attachments 17. Motion to approve award to GPM Environmental in the amount of $828,075.00 for Bid Item #14-146 Goodrich Street Raw Water Pumping Station. Attachments www.augustaga.gov 18. Approve engineering services agreement with Pond and Company in the amount of $32,250.00 to design the relocation of water mains for the Berckman Road Widening and Realignment Phase I project. Attachments 19. Award an emergency design/build project to W.K. Dickson Consultants and a selected Task Order contractor for $398,030 for emergency improvements at Augusta Ave/Brown Street. Attachments 20. Updated from Interim Administrator regarding relocated office space for the Commission/Clerk of Commision's Offices which was approved by the Commission June 3, 2014. (Requested by Commissioner Marion Williams) Attachments 21. Designate recaptured SPLOST funds to complete the City's wayfinding sign system. Attachments 22. Motion to approve the minutes of the Engineering Services Committee held on May 27, 2014. Attachments 23. Motion to approve the notification of the award of a contract with Contract Management Inc. for services associated with construction of the Fort Gordon New Water and Sewage Connections under the Task Order Program for Infrastructure RFQ #13-134 in the amount of $609,821.68. Bid Item #14-143 Attachments 24. Approve Supplemental Agreement 8 with Jacobs Engineering Group Inc. which will allow David Griffith to continue to provide project management support via Staff Augmentation in the amount not to exceed $200,000. This will be funded from TIA Discretionary funds for Augusta Engineering Department. Attachments 25. For informational purposes, approve Traffic Engineering’s purchase of thermoplastic striping material. Attachments Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of a portion of the property for right of way and permanent construction and maintenance easement to Richmond County, Georgia from the Estate of Thomas James Williams and Lula Williams- 2502 Railroad Ave. Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent construction and maintenance easement (Parcel 227-0-041-01-0) 2502 Railroad Avenue. Background:Due to one of the owners being deceased, 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 4,377.40 square feet of right of way and 4,241.19 square feet of permanent construction and maintenance easement. T he appraised value is $4,250.00. 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. Cover Memo Item # 1 Clerk of Commission Cover Memo Item # 1 Attachment number 1 \nPage 1 of 1 Item # 1 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of a portion of the property for right of way and permanent easement to Richmond County, Georgia from Harrell S. Tiller- 4667 Windsor Spring Rd. Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0-062- 03-0) 4667 Windsor Spring Road. Background:The City has been unsuccessful in reaching an agreement with the property owner and therefore 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 1,378.26 square feet of right of way and 3,204.55 square feet of permanent easement. The appraised value is $1,100.00. 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 # 2 Attachment number 1 \nPage 1 of 1 Item # 2 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of a portion of the property for right of way and permanent easement to Richmond County, Georgia from Scott Glover, deceased - 4721 Windsor Spring Rd Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0- 005-00-0) 4721 Windsor Spring Road. Background:The City has been unable to locate the property owner and t herefore 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 3,179.28 square feet of right of way and 758.98 square feet of permanent easement. The appraised value is $1,650.00. 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 # 3 Attachment number 1 \nPage 1 of 1 Item # 3 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of a portion of the property for right of way and permanent easement to Richmond County, Georgia from Sherry Bailey 4648 Windsor Spring Rd. Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0- 048-00-0) 4648 Windsor Spring Road. Background:The City has been unable to locate the property owner and t herefore 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 770.98 square feet of right of way and 437.86 square feet of permanent easement. The appraised value is $500.00. 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 # 4 Attachment number 1 \nPage 1 of 1 Item # 4 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of a portion of the property for right of way and permanent easement, to Richmond County, Georgia from the Estate of Pauline Tiller a/k/a Pauline Madeback Tiller -4695 Windsor Spring Rd. Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0-002- 02-0) 4695 Windsor Spring Road. Background:The City has been unsuccessful in reaching an agreement with the Executor of the Estate of Pauline Tiller and t herefore 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 1,996.47 square feet of right of way and 7,389.34 square feet of permanent easement. The appraised value is $700.00. 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 # 5 Attachment number 1 \nPage 1 of 1 Item # 5 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of a portion of the property for right of way, permanent easement, and two temporary driveway easements to Richmond County, Georgia from Willie Mae Jones, deceased Sallie H. Lovett, deceased, Alchester Jones, deceased, Lillie J. Settles, Gener Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right of way, permanent easement, and two temporary driveway easements (Parcel 227-0-028-00-0) 2502 Horseshoe Drive. Background:Due to deceased owners, 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 1,734.32 square feet of right of way, 1,158.64 square feet of permanent easement, and two temporary driveway easements. The appraised value is $2,250.00. 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. Cover Memo Item # 6 Clerk of Commission Cover Memo Item # 6 Attachment number 1 \nPage 1 of 1 Item # 6 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of a portion of the property for right of way, permanent easement, temporary encroachment easement, and two driveway easements to Richmond County, Georgia from the Estate of Pauline Tiller a/k/a Pauline Madeback Tiller- 4741 Windsor Spring Rd. Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right of way, permanent easement, temporary encroachment easement, and two driveway easements (Parcel 209-0-002-02-0) 4741 Windsor Spring Road. Background:The City has been unsuccessful in reaching an agreement with the Executor of the Estate of Pauline Tiller and therefore 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 51,094.66 square feet of right of way, 16,304.00 square feet of permanent easement, 16,722.42 square feet of temporary encroachment easement, and two driveway easements. The appraised value is $7,000.00. 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: Cover Memo Item # 7 Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 7 Attachment number 1 \nPage 1 of 1 Item # 7 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of Permanent Contruction & Maintenance Easement- Brown Department:Law Caption:Motion to authorize condemnation to acquire permanent construction and maintenance easement (Parcel 040-0-071-00-0) 3802 Wrightsboro Road. Background:Despite repeated efforts, the City has been unable to reach an agreement with the property owner and therefore 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 779 square feet of permanent construction and maintenance easement. The appraised value is $584.00. 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 511043490-5212120 J/L 81100050-5212120 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 8 Attachment number 1 \nPage 1 of 1 Item # 8 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of Permanent Contruction & Maintenance Easement- Ward Department:Law Caption:Motion to authorize condemnation to acquire permanent construction and maintenance easement (Parcel 040-0-003-00-0) 3801 Wrightsboro Road. Background:The City cannot determine clear title due to a deceased owner. 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 1,116 square feet of permanent construction and maintenance easement. The appraised value is $837.00. 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 511043490-5212120 J/L 81100050-5212120 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 9 Attachment number 1 \nPage 1 of 1 Item # 9 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of Portion of Property -First Ebenezer Baptist Church 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 41, 4754 Windsor Spring Road. 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 1,331.88 square feet in fee and 1,723.78 square feet of permanent construction and maintenance easement. The appraised value is $4,160.00. 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 # 10 AGENDA ITEM ______________ EDITION ______________ DATE: March 5, 2014 TO: The Honorable Deke Copenhaver, Mayor Members of the Augusta Commission/Members of the Engineering Services Committee FROM: Daniel W. Hamilton and Andrew MacKenzie, General Counsel SUBJECT: Acquisition of a portion of the property in fee simple and permanent construction and maintenance easement to Richmond County, Georgia from First Ebenezer Baptist Church. 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 41, 4754 Windsor Spring Road. 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 1,331.88 square feet in fee and 1,723.78 square feet of permanent construction and maintenance easement. The appraised value is $4,160.00. 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. AGENDA DATE: March 24, 2014 DEPARTMENT FUNDS ARE AVAILABLE IN THE DIRECTOR:_________________________ FOLLOWING ACCOUNTS: G/L 323041110-52.12122 ADMINISTRATOR:____________________ J/L 299823786-52.12122 FINANCE:__________________________ Attachment number 1 \nPage 1 of 1 Item # 10 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of Portion of the Property for Right-of-Way - Toliver Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right of way, permanent easement and one temporary driveway easement (Parcel 193-0-016-00-0) 4625 Windsor Spring Road. Background:The City cannot determine clear title due to both owners being deceased. 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 607.26 square feet of right of way, 1,611.10 square feet of permanent easement, and temporary driveway easement. The appraised value is $1,050.00. 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 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 # 11 Attachment number 1 \nPage 1 of 1 Item # 11 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of Portion of the Property for Right-of-Way, Permanent Easement and One Temporary Driveway Easement to Richmond County- Georgia from Janice Faison, deceased, John Wayne Williams & Freddie Williams, Jr. Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right of way, permanent easement, and one temporary driveway easement (Parcel 227-0-090-01-0) 4785 Windsor Spring Road. Background:The City has been unable to locate one of the property owners and t herefore 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 3,962.81 square feet of right of way, 5,837.97 square feet of permanent easement, and one temporary driveway easements. The appraised value is $15,500 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. Cover Memo Item # 12 Administrator. Clerk of Commission Cover Memo Item # 12 Attachment number 1 \nPage 1 of 1 Item # 12 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of right of way and permanent easement to Richmond County, Georgia from 0890967 B.C. Ltd. - 4709 Windsor Spring Rd Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0- 010-00-0,) project parcel 39, 4709 Windsor Spring Road. Background:Due to time constraints, 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 2,159.02 square feet of right of way and 2,108.27 square feet of permanent easement. The appraised value is $1,300.00. 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 # 13 Attachment number 1 \nPage 1 of 1 Item # 13 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of right of way and permanent easement to Richmond County, Georgia from 0890967 B.C. Ltd., William Parker, deceased, and Lillie Bell Parker, deceased. 4709 Windsor Spring Rd Parcel 55-4709 Windsor Spring Rd. Department:Law Caption:Motion to authorize condemnation to acquire title of a portion of property for right of way and permanent easement (Parcel 209-0-003- 00-0), project parcel 55, 4709 Windsor Spring Road. Background:Due to time constraints, 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 2,591.80 square feet of right of way and 5,662.33 square feet of permanent easement. The appraised value is $1,800.00. 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 # 14 Attachment number 1 \nPage 1 of 1 Item # 14 Engineering Services Committee Meeting 7/7/2014 12:55 PM Acquisition of the Entire Parcel - Gregory Department:Law Caption:Motion to authorize condemnation to acquire title of the entire parcel, (Parcel 087-4-086-00-0) 2058 Willow Street. Background:The City cannot determine clear title due to a deceased owner and therefore seeks to acquire title through condemnation. In order to proceed and avoid further project delays, it is necessary to condemn the entire property. The required property consists of 7,500 square feet. The appraised value is $29,000.00 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 328-041110-52.12122 J/L 212828203- 52.12122 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 15 Attachment number 1 \nPage 1 of 1 Item # 15 Engineering Services Committee Meeting 7/7/2014 12:55 PM Approve construction contract award in the amount of $1,115,315.52 to Blair Construction for the Gordon Highway 30" Water Main Project. Bid item #14-147. Department:Augusta Utilities Department Caption:Approve construction contract award to Blair Construction in the amount of $1,115,315.52 for Bid Item 14-147 Gordon Highway 30 Inch Water Main Project. Background:The Gordon Highway 30-inch Transmission Water Main project involves the design of 6,330 linear feet of 30-inch diameter ductile iron pipe along Gordon Highway. This line is to connect to the proposed 36-inch watermain (which ends approximately 1,000 Linear feet west of the Barton Chapel Rd intersection) and end at the proposed 24-inch Water Main. The design of this transmission main will allow the Augusta Utilities Department to supply surface water from the Highland Avenue Water Treatment Plant into Fort Gordon and the west area of Richmond County. Analysis:Blair Construction submitted an acceptable bid package and was the lowest responsive bidder. Financial Impact:The amount submitted for the construction of this project was $1,115,315.52.These funds are available from account 511043410/5212115-80310152/5212115 Alternatives:Award the contract to Blair Construction Recommendation:It is recommended to award the contract to Blair Construction. in the amount of $1,115,315.52 Funds are Available in the Following Accounts: 511043410/5212115-80310152/5212115 from account $1,115,315.52 REVIEWED AND APPROVED BY:Cover Memo Item # 16 Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 16 Invitation to Bid Sealed bids will be received at this office on Thursday, May 8, 2014 @ 3:00 p.m. for furnishing: Bid Item 14-147 Gordon Highway 30 Inch Water Main Project 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 $75.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Thursday, March 27, 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, April 23, 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 Friday, April 25, 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 March 27, April 3, 10, 17, 2014 Metro Courier April 2, 2014 Revised: 8/15/2011 Attachment number 1 \nPage 1 of 1 Item # 16 UNOFFICIAL Vendors Attachment B E-Verify Number SAVE Form Addenda 1-2 Bid Bond Bid Price BEAMS CONTRACTING 15030 ATOMIC ROAD, BEECH ISLAND SC 29842 Yes 167300 Yes Yes Yes $1,239,635.90 BLAIR CONSTRUCTION PO BOX 770 EVANS, GA 30809 Yes 224004 Yes Yes Yes $1,156,315.52 GEARING BROTHERS CIVIL WORKERS 621 PONDER PLACE #3 EVANS, GA 30809 Yes 226337 Yes Yes Yes $1,344,996.50 J G LEOHE ENTERPRISE INC. 3540 BALL GROUND HWY CANTON, GA 30114 Yes 453351 Yes Yes Yes $1,642,029.85 STRACK INC., 125 LASER INDUSTRIAL COURT FAIRBURN, GA 30213 Yes 49792 Yes Yes Yes $1,312,780.45 Bid Item 14-147 Gordon Highway 30 Inch Water Main Project for Augusta, GA - Utilities Department Bid Opening Date: Thursday, May 15, 2014 at 3:00 p.m. Page 1 of 1 Attachment number 2 \nPage 1 of 1 Item # 16 Attachment number 3 \nPage 1 of 2 Item # 16 Attachment number 3 \nPage 2 of 2 Item # 16 Attachment number 4 \nPage 1 of 2 Item # 16 Attachment number 4 \nPage 2 of 2 Item # 16 Attachment number 5 \nPage 1 of 2 Item # 16 Attachment number 5 \nPage 2 of 2 Item # 16 Attachment number 6 \nPage 1 of 1 Item # 16 Engineering Services Committee Meeting 7/7/2014 12:55 PM Approve construction contract award in the amount of $828,075.00 to GPM Environmental for Bid Item #14-146 Goodrich Street Raw Water Pumping Station Department:Augusta Utilities Department Caption:Motion to approve award to GPM Environmental in the amount of $828,075.00 for Bid Item #14-146 Goodrich Street Raw Water Pumping Station. Background:New pumps are needed to support the new and rebuilt turbines (Unit #9 and Unit #1) at the Goodrich Street Raw Water Pump Station. These larger capacity and custom built pumps will allow maximum efficiency of the turbines. The installation of the new pumps will result in a greater capacity, efficiency, and reliability for the turbines at the Raw Water Pumping Station. The Goodrich Street Raw Water Pump Station will be able to provide more raw water for the Highland Water Treatment Plant at a more cost effective rate and provide for future growth. Analysis:GPM Environmental was found to be the lowest responsible bidder and therefore have been recommended for the award of this contract. Financial Impact:The amount submitted for the execution of this project was $828,075.00. These funds are available from the following account:512043410-5425110/81400010-5425110 Alternatives:No alternatives are recommended. Recommendation:It is recommended that the contract for GPM Environmental services be approved for $828,075.00 Funds are Available in the Following Accounts: $ 828,075.00.from account :512043410-5425110/81400010- 5425110 REVIEWED AND APPROVED BY: Cover Memo Item # 17 Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 17 @*rdq/"tur, %. &rq&r"a @,-b* May 12,2014 Tom Wedmeiec Utilities oepartrnent Ref: BH ltem 14-146 Goodrbh Stoeet Raw Water Pumping Station Due Date: Thursday, [4ay 8, 2014 @ 3:00 p.m. Dear Tom: Aflached are copy(ies) ol fre bid hbulaiion sheet and t|e submiual(s) Fceived 6 it elates to the above rcfercnced Bid ltem#14-146. Please povide your rccommendation to th3 Procurcment Departmenl prior to placing this ilem on the MuniAgenda' Thank you in advance for your pmmpt anention to this matter' Please db not hesitate to contact me at (706) 821' 242'rt i:F.Ire qe any questiom on his item' Sinceely, /)vefl Ged A. Sdns, Direcior Procurement Depadment GAS/dw Attachment (as indioated) oc: Tameka Allen, Interim Administralor Jery Delaughter, t tiliiies Department Deanna Davb, Utilities Depafi|ent Stanley AYe, Utilities DePaftnent Room 605 - 530 Creen€ Stre€t' Augusta Georgia 30901 (706182t-2422 ' Fax (706) 821-281 I www.augustaqa.gov Register at www.demandstar.com./supnlier for automatic bid notifi cation Soan lhb QR co(b with Your smedphq|e or camere equlpp€d buef b vbtt tl|e At gtda, G€olgb Attachment number 1 \nPage 1 of 17 Item # 17 gc! oo oJq 3 g CI @oJo. o m'tlo 3 mtoa€z 3to !ro=3o3 @ o3ato @ 5;$ FFFr9997-D zc Ft;i ==et3ilid igF Be$ot g*ggs =eFii a(D(o -oNoPoo (Do ott,oto (,rgr @N oo Eifrl il3nbisl*$a=99ro{ ,ErEgf f3:t-mq e-*3r EidI 5'Ii i'5 Attachment number 1 \nPage 2 of 17 Item # 17 SECTION P PROPOSAL Date: Utl I ,2ol+ Gentlemcn: In compliance with your invitation for bids, the undersigned hereby proposes to fumish a.ll labor,equipment and mat€rial, and perform all work for the proj€ct referred to herein as; COODRICH STREET R.W.P.S IMPROVEMENTS Il strict accordaace with the Contract Documents and in consideration of thc amounts shown on the bid schedule atlached hereto and totaling: The undersigned hcreby agrees that, upon written acceptanc€ of this bid, he will within lO days of leceipl of such nodce execute a formal contracl agreement with the Owler, and that he will provide the bond or guaramees required by the contract documento. The uadersigned hereby agrees tbat, if awarded th€ coltract, he will commence tbe work in accordaace with requted contract perfomrance dates based upon a writt€n nodce to proceed per cach qualified task order. The undersigned hereby also agtcs rbat the work will be completed within a time frame rcasonablc to accomplish rhc worlq or tbat whicb bas been mutually agreed upon by the Augusa Utilities Department, based on the scope for work for the task order as assigned. The undersigned aclorowledges receipr ofthe following addenda; Adden{uq No. Addendum Datec{6(l I MAY t,Zol4 Enclosed is a Amount of e c..\f:"J aleck Respectfully Submiued. GPh Enu;rrt ^"^h l' o J!i;.^ ,f 'lenetvq Fiffi f,dd'.an 6qf*1 l3?o h.r!^ w\t r^J-rtr-:llljl4k t* 1krLll..GA 3No* 3r: ,-4U.. t/ P o p,-.,et, " r.,., in the Sjx h""d,reJ nine* Attachment number 1 \nPage 3 of 17 Item # 17 AUGUSTA, GEORGIA c,oodrich street Raw waler Pumping sbation coodrich Sbreets RwPs rnprovements ContracL 2, Pumps Augusta Utilities Departnent Project 10250, Parb A' Bquipnent Purchases ZEL Engineers Project 0302 -o2 1and9 General Conditions of ,January 2014 Item No No. 1 No. 2 Description Pump For Unlt 1 Pump For Unit I BID SHEET Price Delivered lo Delivery (in weeks) Rawwater Pump Station lfrEL RELcAtt to UttJttFblft $ 410 oO 40-44 t '41* s 1t4,\5o.@ Submitled By :) 6f,\,t l-\vlgpHul*rT'{. - irtnirril"o <jtr6t;ie"t"t c"tp"t *me and Agent's name) ^ aquip*nt Pu.ch's' 8id $"t anufacturer's name) Attachment number 1 \nPage 4 of 17 Item # 17 Attachnrent B "0.Augusta Georgia Augusra procurement Department ru ATTN: Procurement Director 530 Greene Street, Suite 60S Augusta, Georgia 30901 *"-. ot "'OO"r,irili"'i^Cily, Stare, Zip Code' &f.tAr"g"f ,4*. Sam+ -.- ' ''-.----..''..."---.--- Phone: 110-641 -48qq ru", -zjo.-E62_ oltc.t ffiDo You Have A Business Llcense? Vr", !< f.forEusiness License # for your Company ( ltul.t p.tovidel: L2DlLe6muompa')y rusl be ltcensed .n the Governme'l(ar enuly tor v/here lhev Oo the marorirv or r;[;;" ;iil:;;'J;l$'*"ffi$T"",]i:i"j"",?:;if i,ji T:"3,",ii.xT,:1,i":im.jBid/RFP/RFQ For flrlhe. information contact the Ljcense aod Inspeclion Department @ 106 312-5162.List the State. Citv & Countv that issueg! vour ticense: ^eoOCrA . C.ut*ldG fue|tt, ) (#4 Statement of Non-Discrimination The undersigned underslands that it is the policy of Augusta, George to promote full and equal businessopportunity for arr persons doing business with -Augustia, c.oig,". Ihe undersigned covenants that wehave nol discriminated, on the basis ot ,a"", .uligiJn, geniJi"nafional origin or elhnicity, with regard toprime contracting, subcontracting or pannerrng opportunities. The undersigned "ounnll]: -"nd agrees to. make good faith efforts to ensure maximum practicableparticipation of rocar sma| businesses on the bid o,- "*nir""r awarded by Augusta, Georgia. Theundersigned further covenants that we have "o*plut.o riuiniJrry."no rurry mL reffiiel'toi"s*regardinggood faith efforts and local small business suUcontractoilsuppiiei utifization. The undersigned further covenants and agrees not to engage.in discriminalory conducr of any typeagainst local smafl businesses. in conformity witir nugusta, c"brgiu's Locar smal gusiness opponun[y il?ffi]*iJ.ttth below is the sisnature of an oflicer"or the biJoinglconrracring ""tity;irh th* Iirtho,ity to The undersigned acknowredge and warrant lhat this company has been made aware ofunderstands and agrees to take afrrrm-itive action ro prouio" "rin "ompanies wilh the maximum practicableopportunities lo do business with this Company; . That this promise of non-discrimination as made and set forth herein shall be continuing in natureand shall remain in full force and effect without interrupiion, - --' That the promises of non-discrimination as made and set forth herein sha'l be and are herebydeemed to be made as part of and- incorporated ov |."ro"n". inlo any contract or portion thereof which thisCompany may hereafter obtain and; That the failure of this company to satisfactorily discharge any of the promises of nondiscnminationas made and set forth herein shall constitute a mateiial breac"h.of contract entitling Augusta, Georgra todectare the contract in defaurt a:l-lo.exercise any_ ano ari ajpricabte righrs r;m;;ies l;;rJo;n'g or, notlimited to cancellation of the contract, termination or tre contra&, suspension and debarment from futurecontraclillg opportunities. and wiihholding and or forfeiture of compensatron due and owing on a contracl. Bid 14-146 Goodrich St Raw Waler pumping Slationpaqe 9 of 1Z Attachment number 1 \nPage 5 of 17 Item # 17 AttachmentB-Page2of3 Non-Collusion of Prime Bidder/Offeror By submission of a bid, the vendor certifies, under penalty of perjury, that to the best of ats knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultalion, communications, or agreement, for lhe purpose of restricting competition, as to any mafter relating to such prices wilh any olher vendor or with any competilor. (b) Unless otherwise requked by law, the prices which have been quoted in the proposal have notbeen knowingly disclosed by the vendor prior to opening, direclly or indirectly, to any olher vendor or toany competilor. (c) No attempl has been made, or will be made, by the vendor to induce any other person, partnershipor corporation to submit or not to submit a proposal tor the purpose of restricting competition.Collusions and fraud in bid preparation shall be reported to the State of Georgia Aftorney General andthe United States Juslice Department. Conflict of lnterest By submission of a bid, the responding firm certifies, under penalty of perjury, that to the best of itsknowledge and belief: 1. No circumstances exist which cause a Conflict of Interest in performing the services required by thislTB, and 2. That no employee of the County, nor any member thereof, not any public agency or official affectedby this ITB, has any pecuniary interest in the business of the responding firm or his sub-consultant(s) has any interest that would conflict in any manner or degree wilh the performance related to this lTB. By submission of a bid, the vendor certifies under penalty of perjury, that to lhe best of its knowledge and belief: (a) The prices in the bid have been arrived al independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any mafter relating tosuch prices with any other vendor or with any competitor- (b) Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competitor. c) No attempt has been made, or will be made, by the vendor to induce any other person, partnershipor cooperation to submil or nol to submit a bid for the purpose of restricting competition. For any breach or violalion of this provision, the County shall have the right to terminate any related contract or agreement without liability and al its discretion to deduct from the price, or otherwise recover, the fullamount of such fee, commission, percentage, gifl, payment or consideralion. You Must Complete aod Return all 3 paqes of Attachment B with Your Submittal. Document llust Be Notarized. Bid 14146 Good.jch St Raw Water Pomping Stalion Page t0 of lz Attachment number 1 \nPage 6 of 17 Item # 17 AttachmentB-Page3of3 Gontractor Afftdavit and Aoreement By execuling this affidavit, the undersigned contractor verifies its compliancs with o-c.G.A. 1a1o-91,stating amrmalively that the individual, firm, or corporalion whicfi ls contracting with Augusta, beorgtaBoard of commissioners has registered with arid is participa0ng in , rJlrai *o.i .-r-trra-ri",qPgraq' [any of the electronic verification of work auihorLatlon programs operated by th€ Unitedslates Deparfnent of Homerand security or any equivarent t*i"r"] r * i"rt;;;ti.;';;;r-operated by th€ United States Dopartrnent of Hometano security to verity intormation oi ifi-iir"oemproyees. pursuant ro the tmmigration Roform and contror Ac{ of 19ir6 (rRcA), p.r_. sg-obgl rnaccordance with the applicability provisions and deadtines estab shed in o.c.c.A riro-si.--th.un-dersigned further agre$ that, should it employ or conhact with any subcontraclo(s) in connectionwith f)€ physical perfomance of selices pursu'anl to this contract with Augusta, Gebmia Boerd otcommissioners, conrracror wifl secure from such subcontracror(s) "irll", "Erindtio,i;rufi;;*with 0.C-G.A 1$1G91 on the Subcontractor Afiidavit provided in hue s00-to-ot-.oe or a substinblysimilar fotm. Contractor furlhor agrees to malntain rebrds of such compl6nce and provide a coDv ofeacfi such verification to the Augusta, Georgia Board of commissioners it in" ri,n.'in"subcontracto(s) is retained to perform such service. cslrgla Law requitss tot r company ro hat e an E-v.dfrua€. benflflca{on Number (cornprny r.D-) oo or rftc. Joryt, 2009. For additional information or to enrofl your company, vlsit the stato of Georgia website: hltps://e-verifv.uscis.aov/enrorl/ and/or htto:/ ,t /v\,/.dol.stare.oa.us/odf/ruresi/3oo 1o l.odf The urdersigned further agrees to submit a rxrtarized copy of Attachment B and any reouireddocumentrarion noted as parr of rhe Augusta, Geoeia goard' of commissbns rp.on""riirn" i"rri"ngovern this process. In addition, the undersQned agrees to submit all required forms for any:1ryry91"(:l as.leq_lfjted and or requked. I furtier understand that niy submittaf wnfLdee SUBSCRIBED AND SWORN BEFORE ME ON THIS tne /aroayor --2+-,^t!,r-t NOTARY SEALNotary My Commissbn Expires: or Agent Printed Name of Authorized Officer or Agent DAV|DSoN couMx tc Eirl 14-146 Goodrkh St Raw Wat6. punplng Slatio.l P,qe l1d 17 Attachment number 1 \nPage 7 of 17 Item # 17 gystematlc llien yerification for Entitlements (SAVE) program n$a1ylt verlfylng status for Augus'i, Georgia Benefit AppricaHon By execuring thisaffidavit under oath, as an applicant foian Augusta, *Georgia Bustness Llc€nse or Occupation Taxg€rtificale, Atcohor License, Ta(i-p.ermir, conricr oi orto-prori" d.nent "" i"-r.il""J#tlilia.section 50-36-1, I arn stating the foflowing w h respeci to ,nylu ro, "n Augusta, oeo[i" ".onraJro, 1 .) y' | am a citizen of the United States. OR 2-) -- I am a legal permanent residenl 1g years of age or older. OR 3.) - I am an otherwise qualified alien (s S usc 164.1) or nonimmigrant under the Federar lmmigration and Narionarity Act (B usc 1101 et seg. ) ig years of age or older and rawful|y present in the United States.* In making -the abova representa-tion under oath, r undershnd,that any person who knowingtyaN -wl furty mekes a iarse, flctitious, or,fryr4ulent statement or reprcsentarion rn an affiavitshal be suilty of a vtota{on of Code S*yi{etpryt the ofriciat bde ;i G"*;;. rAlier Registratlol Nomber for Non-Ctfl?rns SUBSCRIBED AND SWORN BEFORE Me Or.r rnts rne /Jf DAy OF .//t*.t ,n t y'/'lz u 4 sz A/- a) My Commission Expires: NOIE: THIS FORM MUST BE RETURNED WTTH YOUR SIJBMITTAL Aw.9l25L2Ot2 Bid 1.1-146 coodri<rl S{ RaN/ Water pllmplng Stationpage 12 ot 77 Attachment number 1 \nPage 8 of 17 Item # 17 &@pM A DrvrsroN OF TENcaRva MAcHtNERy CoMpANy PHoNE {77O) 643-4859 FAx {77o) s52-o319 {888) 72O-9Aa2 1370 UNloN Htu lNDUsrffAL CouBr, Su[E G ALPHARENA, GEORCI,A 3{XX}4 www.GPMtNDUS'RtES.C()M May 8,20'J.4 To: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, GA 309O1 Re: Bid rtem f14-146 - Goodrich street Raw water pumpinB station for Utirities Department Engineer: ZEL Engineering Bid Date: May 8, 2014 @ 3 p.M Geri: we are pleased to offer the fofiowing bid proposar for the above referenced project: Raw Water Pump Station Unit f9 one (1) xylem (Flygt/Ac) side suction split case pump wrth the following features: Pump Model: WSGD Size: 36 x 24 Design Rating: 34,000 GpM @ 33S, TDH @ 890 RpM Materials of Construction Casing: ASTM 4536 65-45-12 ductile iron Casing Wear Rings: ASTM 4743 CA40 Type 420 stainless steellmpeller: ASTM 4743 CA-6NM Martensitic cast stainless steelfmpelfer Wear Rings: ASTM A743 CA4O Type 420 stainless steel Shaft: ASTM 4434 Alloy 4140 carbon steel Shaft Sleeves: ASTM A743 CA40 Type 420 stainless steel Shaft Sleeve Nuts: ASTM A743 CA40 Type 420 stainless steelBearing Housings & Caps: ASTM 4536 65-45_12 ductile iron Bearing Type: Anti-f riction Bearing Lubrication: Oil O-Ring: Buna-N Mechanical seals: chesterton 442 split design seals with stainless steel body and carbon vs. stetite facesPump Base: ASTM 436 carbon steel (under pump only) Net Package Price FOB Factory Freight Allowed To Jobsite:s379,9s0.00 Attachment number 1 \nPage 9 of 17 Item # 17 Raw Water Pump Station Unit #1 One (1) Xylem (Flygt/AC) side suction split case pump with the following features: Pump Model: WSID Size'.24 x L6 Design Rating: 17,000 GPM @ 338' TDH @ 890 RPM Materials of Construction Casing: ASTM A536 65-45-12 ductile iron Casing Wear Rings: ASTM 4743 CA40 Type 420 stainless steel lmpeller: ASTM A743 CA-6NM Martensitic cast stainless steel lmpeller Wear Rings: ASTM 4743 CA40 Type 420 stainless steel Shaft: ASTM 4434 Alloy 4140 carbon steel Shaft Sleeves: ASTM 4743 CA40 Type 420 stainless steel Shaft Sleeve Nuts: ASTM 4743 CA40 Type 420 stainless steel Bearing Housings & Caps: ASTM 4536 65-45-12 ductile iron Bearing Type: Anti-f riction Bearing Lubrication: Oil O-Ring: Buna-N Mechanical Seals: Chesterton 442 split design seals with stainless steel body and carbon vs. Stelite faces Pump Base: ASTM 436 carbon steel (under pump only) Net Package Price FOB Factory Freight Allowed To Jobsite: Coatins s318,250.00 Pumps will be cleaned to Steel Structure Painting council SP-6 and coated with three (3) mils dry film thickness ofTnemecZinc92 or equal per General Conditions page 50. Motor/Gear Drive By others. Couplinp Gear type coupling bored for pump and prime mover shaft diameter. Note: Provide prime mover shoft didmeter. Pump Accessories None. Instrumentation/Pressure Switches/Pressure Gauges None. Lubricants No initial or post start-up lubricants provided. Pump bearings are oil lubricated and shipped empty. Pump Spares None (see optional spare parts list below). Attachment number 1 \nPage 10 of 17 Item # 17 Special Tools None required or provided. Pump Factorv Testinp Non-Witnessed Hydrostatic Test of the pump casing Witnessed Single Speed Pump Performance Test in accordance wlth ANSI/H.t. 14.G.5. Note: AII expenses reldted to witness trdvel,lodging, meals, per diem, etc. is by others, Fdctory testing is conducted in Pewdukee, Wisconsin. Controls Existing or by others. Services - (lncluded in the Pump Proposall Two (2) site visits for pump Installation certification. One (1) day field service for pump start-up. One (1) day field service for field testing. One (1) day of field service for training. 2. Recommended Spare Parts Raw Water Station Unit f9 quantity Description Cost I Gaskets and Seals Set s87s.00 lmpeller Wear Ring Set 510,000.00 Casing Wear Ring Set s12,500.00 Shaft Sleeve Set 518,7s0.00 Mechanical Seal Set S27,ooo.oo Raw Watel Station Unit fi1 Quantity Description Cost 1 Gaskets and Seals Set 57s0.00 2 lmpeller Wear Ring Set S7,soo.oo 2 Casing Wear Ring Set S1r,2so.oo Shaft Sleeve Set s16,2s0.00 2 Mechanical Seal Set 52s,000.00 Note: Recommended spdre pdrts pricing is only valid with pump order. Applicable Specifications: Section lS-1 of the Bid Specification for Bid ltem f14-146. Please note that this proposal is in complete compliance and without exception to the specification section lS-1. Receipt of Addendum 1 is hereby acknowledged. No other specifications shall apply, either directly, or by reference. Attachment number 1 \nPage 11 of 17 Item # 17 Comments, Clarifi cations and Exceptions: General Anchor bolts and anchor bolt calculations are not included. No other accessories, such as pressure gauges, air and air/vacuum valves, gate valves, check valves, etc., are included unless stated othemise above. 6.32: contractor's liability under this indemnification clause shall be limited to the contractor,s degree offault as determined by a US court of law. The General (GC) and supplementary General (SGC) conditions of the Request for proposal appear roapply to a General contractor's Bid rather than an Equipment Supplier's bid. As an equipment supplier wehave attempted to meet the intent of these conditions where they apply to the specific equipment we areproposing. Pump Specification GPM Environmental's scope of supply ends at the suction and discharge flange of the pump and the pumpshaft' No hardware is provided at or beyond these points. Installation, wiring, expansion joints, anchorbolts, miscellaneous piping not integral with the pumping equipment, external lubrication systems andinstrumentation, loading and unloading and movement of equipment at site, removal of the existingequipment, assembly of equipment at site, field testing & commissionin& switch gear, and otner miscellaneous items required for installation and proper operation of the proposed equipment which arenot specifically noted above are not included with this proposal. shop test includes the option of witnessed performance test; however expenses for travel, accommodations, meals, per diem, etc. are to be provided by others. Quoted baseplate is for the pump only. lf additional field service assistance is required the rates are $900/day plus $250 per trip. WARRANTY - Supplier warrants title to the product(s) and, except as noted below with respect to itemsnot of Supplier's manufacture, also warrants the product(s) on date of shipment to purchaser, to be of thekind of quality defined herein, and free of defects in workmanship and material. THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES, INCLUDING BUT NOT LIMITED TO IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS, AND CONSTITUTES THE ONLY WARRANry OFCOMPANY WITH RESPECT TO THE PRODUCT(S). lf within five years from date of initial operation, but not more than sixty six (G6) months from date ofshipment by supplier of any item of product(s), Purchaser discovers that such item was not as warrantedabove and promptly notifies supplier in writing thereof, Supplier shall remedy such nonconformance by, atsupplier's option, adjustment or repair or replacement of the item and any affected parts of theproduct(s). Purchaser shall assume all responsibility and expense for removal, reinstallation, and freight inconnection with the foregoing remedies. The same obligations and conditions shall extend to reDlacementparts furnished by supplier hereunder. Supplier shall have the right of disposal of parts replaced bv it. Attachment number 1 \nPage 12 of 17 Item # 17 ANY SEPARATETY LISTED ITEM OF THE PRODUCT(S) WHICH IS NOT MANUFACTURED BY SUPPLIER IS NOT WARRANTED BY SUPPLIER, and shall be covered only by the express warranty, if any, of the manufacturer thereof. THE STATES PURCHASER'S EXCTUSIVE REMEDY AGAINST SUPPLIER, AND ITS SUB-SUPPLIERS RELATING TO THE PRODUCT(s), WHETHER IN CONTRACT OR IN TORT OR UNDER ANY OTHER LEGAL THEORY, AND WHETHER ARISING OUT OF WARRANTIES, REPRESENTATTONS, INSTRUCTIONS, INSTALLATIONS OR DEFECTS FROM ANY CAUSE' Supplier and its sub-suppliers shall have no obligation as to any product which has been improperly stored or handled, or which has not been operated or maintained according to instructions in Supplier or sub-supplier furnished manuals. 5. Schedules: A' Submittals for approval will be available within 45 days after date of order acknowledgement.B. Preliminary Installation, Operation & Maintenance (lOM) Manuals will be available for review and approval within 30 days of formal submittal approvalc' Equipment will be available for shipment within 40-44 weeks after receipt of formal release for manufacture. D. Final IOM manuals provided with pump delivery. 6. Escalation: Prices will be held firm for sixty (60) days from the date of quotation. 7. Terms of Payment: Ten (10 percent upon submittal approval. Twenty-five (25) percent NET two-hundred (200) days from award. Sixty-five (55) percent NET thirty (30) days upon shipment from factory. partial shipments and invoicing are to be allowed. 8. Terms & Conditions/Warranty: All pricing is FoB Factory with freight prepaid and allowed to jobsite (Augusta, GA). pricing does not include any state, sales, use, or other taxes as may be applicable to this project. Refer to attached Terms and Conditions. The manufacturers'standard warranties shall apply. We trust that you will find our proposal complete and to your satisfaction. please contact us should vourequire additional information or assistance in this regard. Very truly yours, Jolrv,w Deq Attachment number 1 \nPage 13 of 17 Item # 17 Atl Eat x (%, ^cuer3uj3 oeooggoooo<r)@F-@ro-o-=o FEEEE38383oro$sc'r<.rciN (U) peaH cruleu{g lego1 oooo(.) ^E CD tl,otr 3 -9oLLo o(\I $n(ooo|3 I.E tOEEorE15 IEF'roo sFl FniDx Fs -(, g -(,oooCL cl. CLEEE (')FO(')(et (! ^ c.) o E (l) Attachment number 1 \nPage 14 of 17 Item # 17 (%, ^3uetcur3 oro ooc)oro oooost c, xAt oooo(') ^Eo-I (1} (5 E. =oEoo (\l rlotFt(ootF:TE6 EE?z;Kg3 E=O.Po3!5X ,H i;- E- -gx o(.) @6C.,<ooo('(o@ otl,{,uzzoooEEEgggoooa@u) o oc{ ^o o Eo oo ooooooorr)otooro(o(oN(\I (U) peaH crueu{g ge1o1 Attachment number 1 \nPage 15 of 17 Item # 17 {y[E*,"*- Xylem Ref. Number: CP09156 Rev. 1 Date: May 5, 2014 Project: Goodrich St. Raw Water PS Dimensions in Inches A=72 B=65 CP = 111 $=34 O=68 $=29 W=62 {=63 YY=50 l=29 Dimensions are Approximate and Subject to Change Page 8 of 9 Attachment number 1 \nPage 16 of 17 Item # 17 l{yl**,**-Xylem Ref. Number: CP09156 Rev. 1 Date: May 5, 2014 Project Goodrich St. Raw Water PS Dimensions in lnches A B CP D o q W X z 67 60 110 40 '7L JI 57 41 52 ?? Dimensions are Approximate and Subject to Change Page I of 9 Attachment number 1 \nPage 17 of 17 Item # 17 Invitation to Bid Sealed bids will be received at this office on Thursday, May 8, 2014 @ 3:00 p.m. for furnishing: Bid Item 14-146 Goodrich Street Raw Water Pumping Station 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 $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.e-arc.com) at no charge through ARC Southern (706 821-0405) beginning Thursday, March 27, 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, April 23, 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 Friday, April 25, 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 March 27, April 3, 10, 17, 2014 Metro Courier April 2, 2014 Revised: 8/15/2011 Attachment number 2 \nPage 1 of 1 Item # 17 Attachment number 3 \nPage 1 of 2 Item # 17 Attachment number 3 \nPage 2 of 2 Item # 17 Bid Item #14-146 Goodrich Street Raw Water Pumping Station for the Augusta, GA - Utilities Department Bid Opening Date: Thursday, May 8, 2014 @ 3:00 p.m. Vendors GPM ENVIROMENTAL/ A TENCARVA CO. 1370 Union Hill Rd Alpharetta, GA 30004 Attachment B Yes E-Verify Number 175592 SAVE Form Yes Bid Bond Yes Addendum 1 Yes Bid Price $698,200.00 The following vendors did not respond: CROWDER CONSTRUCTION CO. / 1229 Royal Drive, Suite "C" / Conyers, GA 30094 FLYGT AC / 1370 Union Hill / Industrial Court / Alpharetta, GA 30004 J.S. HAREN COMPANY / P.O. Box 450 / Athens, TN 37371 VIKING ENGINEERING CONSTRUCTION MANAGEMENT / 118 Malone street / Sandersville, GA 31082 XYLEM FLYGT A-C / 6014 Kennard Court / Elderberry, MD 21784 Page 1 of 1 Attachment number 4 \nPage 1 of 1 Item # 17 Attachment number 5 \nPage 1 of 3 Item # 17 Attachment number 5 \nPage 2 of 3 Item # 17 Attachment number 5 \nPage 3 of 3 Item # 17 Engineering Services Committee Meeting 7/7/2014 12:55 PM Approve the engineering services agreement with Pond and Company. Department:Utilities Caption:Approve engineering services agreement with Pond and Company in the amount of $32,250.00 to design the relocation of water mains for the Berckman Road Widening and Realignment Phase I project. Background:The Berckman Road Widening and Realignment Phase I project changes the Berckman Road location and ROW between Wicklow Drive to Stanley Drive. The existing roads encompassed by the realignment are planned to be abandoned. Thus, Augusta Utilities plans to relocate the water main to the new Berckman Road ROW to maintain the water distribution system. Analysis:The engineering services agreement is for Pond and Company to design the relocation of water mains for the Berckman Road Realignment project. Pond and Company is currently the design professional designing the road realignment for Augusta. They have a thorough knowledge of the project requirements and have already performed surveys and completed preliminary designs. It would be effective for Pond and Company to perform the water main design in conjunction with the roadway design. Financial Impact:Pond and Company submitted a proposal for this project at a cost of $32,250.00. These funds are available from the following account: 512043410-5212115 / 81400040-5212115 Alternatives:No alternatives are recommended. Recommendation:Approve the engineering services agreement between Augusta Utilities Department and Pond and Company for engineering design services cost in the amount of $32,250.00. Funds are Available in the Following Accounts: $32,250.00 from account 512043410-5212115 / 81400040- 5212115.Cover Memo Item # 18 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 18 Attachment number 1 \nPage 1 of 7 Item # 18 Attachment number 1 \nPage 2 of 7 Item # 18 Attachment number 1 \nPage 3 of 7 Item # 18 Attachment number 1 \nPage 4 of 7 Item # 18 Attachment number 1 \nPage 5 of 7 Item # 18 Attachment number 1 \nPage 6 of 7 Item # 18 Attachment number 1 \nPage 7 of 7 Item # 18 Attachment number 2 \nPage 1 of 1 Item # 18 Engineering Services Committee Meeting 7/7/2014 12:55 PM Award Emergency Project for Augusta Avenue and Brown Street to allow Storm and Sanitary Improvements Department:Augusta Utilities Department Caption:Award an emergency design/build project to W.K. Dickson Consultants and a selected Task Order contractor for $398,030 for emergency improvements at Augusta Ave/Brown Street. Background:The Utility Department has recently determined through in- house investigations and W.K. Dickson’s testing sewer connections, sewer conditions and other field investigations currently underway ( to meet EPD Consent order requirements) that there are significant sanitary and storm capacity issues in the specific areas of Augusta Avenue and Brown Street. There is a need to redirect storm flows and provide sanitary sewer service for this area and the structures that it supports. Analysis:The joint effort by Augusta Utilities and W.K. Dickson concludes that a new 8” diameter sanitary sewer must be designed/constructed along Augusta Avenue and Brown Street immediately to avoid any health and environmental concerns and potential EPD violations. Attached are conceptual plans identifying the proposed repairs. It is apparent that there are some cross connections with the storm system in this area and the objective of this project will be to eliminate those connections. Our current construction estimate to execute the needed improvements is $360,530. The required fee for the design/build effort is $37,500. Total project cost is $398,030. AUD considers the most cost effective method to execute this emergency work is thru W.K. Dickson Consultants who is already familiar with the identified area thru their Consent Order investigations and using a readily available task order contractor we have experience with on such projects. Financial Impact:$398,030.00, under account number 507043490-5425410 / 81400030-5425410 Alternatives:Rejection of the Emergency Project for Augusta Avenue and Brown Street to allow Storm and Sanitary Improvements would Cover Memo Item # 19 delay the Augusta Utilities Department ability to expedite the significant sanitary and storm capacity issues in the specific areas. Recommendation:Recommend Commission approve the award to W.K. Dickson in reference to the Emergency Project for Augusta Avenue and Brown Street to allow Storm and Sanitary Improvements for the City of Augusta - Augusta Utilities Department in the amount of $398,030.00. Funds are Available in the Following Accounts: $398,0300.00 from account 507043490-5425410 / 81400030- 5425410 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 19 1450 Greene Street Suite 225 Augusta, GA 30901 Tel. 706.722.3479 Fax 706.722.6773 www.wkdickson.com Transportation • Water Resources • Urban Development • Geomatics June 2, 2014 Mr. Jerry Delaughter, PE Assistant Director - Engineering Augusta Utilities Department 360 Bay Street, Suite 180 Augusta, Georgia 30901 RE: Augusta Avenue and Brown Street Storm and Sanitary Improvements Task Order Scope and Fee Dear Mr. Delaughter: Per our discussion last week, it is Augusta Utilities Department (AUD) intention to retain W. K. Dickson & Co., Inc. (WKD) to lead the design and construction administration for the Storm and Sanitary Improvements along Augusta Avenue and Brown Street from Mauge Street to Wrightsboro Road. This document is intended to form the basis of an agreement with AUD for this project and will outline our current understanding of the project as well as our expectations from all parties. REASON FOR THE PROJECT The Utility Department has recently determined that there are significant sanitary and storm capacity issues in the area of Augusta Avenue and Brown Street. This information was determined through the inspection and evaluation efforts of the department associated with the formerly combined system areas. There is a need to redirect storm flows and provide sanitary sewer service for this area and the structures that it supports. Mr. Delaughter asked WKD to prepare a recommendation on replacing the main and develop an estimate of the construction costs. RECOMMENDATIONS After further investigation, WKD recommends that a new 8” diameter sanitary sewer be developed along Augusta Avenue and Brown Street. We have attached conceptual plans showing the proposed repairs to the sewer main. A construction cost estimate will be prepared after receiving input from AUD on the conceptual plans. It is apparent that there are some cross connections with the storm system in this area and the objective of this replacement project will be to eliminate those connections. In the initial phases of the project additional field investigation will be performed to determine the limits of the improvements necessary and service conditions. SCOPE OF SERVICES WK Dickson will assist Augusta Utility Department by performing the engineering and construction administration services to coordinate the above referenced improvements. Below you will find the specific work items associated with this task order and the associated fees and responsibilities. Item # 19 Mr. Jerry Delaughter, PE June 2, 2014 Page 2 of 4 A. DESIGN SURVEYS AND MAPPING WK Dickson will complete field surveys (both topographic and physical) and related mapping for the proposed improvements to augment existing data from previous work in the area. Work in this phase will include the following: • Establishing horizontal and vertical control for the proposed improvements. • Survey physical and topographical conditions of the proposed pipe replacement. • Develop construction strategies for the replacement of the pipe working with AUD, the County’s Engineering Department and associated utility agencies. B. UTILITY LOCATION WKD will ask the Contractor to expand his area of utility locations to cover the entire project area and allow us to further understand the conflicts associated with laying a new collection sewer in this area. If needed, AUD will assist with CCTV and other testing work to identify unknown service locations and locate existing mains. C. ENGINEERING DESIGN Utilizing the design surveying, mapping and utility locations, final plans and specifications will be developed for the proposed improvements. Work in this phase will include the following: • Prepare horizontal and vertical geometry for the proposed pipe replacement. • Prepare plans and detail sheets for the installation of the pipe. • Evaluate and review with the Contractor limitations in construction to allow for construction cost input from the Contractor. • Review Plans and findings with AUD for concurrence. • Develop construction materials and labor estimates for the best and efficient construction option. • Show the necessary erosion control measures for the entire project and prepare erosion control details. • Prepare construction cost estimates at each review stage 30% and 100%. D. CONSTRUCTION Upon receiving the approvals from the AUD, WKD will proceed with the Construction negotiation portion of the project consisting of the following tasks: • Coordinate with one of AUD’s Contractors that have an open end annual contract to develop a final estimate and pricing. • Review construction estimates with AUD and coordinate a notice to proceed with the Contractor. Item # 19 Mr. Jerry Delaughter, PE June 2, 2014 Page 3 of 4 E. CONSTRUCTION ADMINISTRATION AUD will enter into a contract with the Contractor to make the necessary repairs and WKD will provide construction management services as necessary throughout the construction process. It is the intent that AUD will utilize the on call contractors currently under contract to install the proposed improvements. WKD will perform the following tasks during construction: • Develop contract documents to be used for the project and forward to AUD for execution. We will provide five (5) copies of the conformed documents as required. • Coordinate and hold a pre-construction meeting as a technical reference for AUD. • Provide clarification related to the plans/specifications throughout design and construction. • Recommend design changes as field conflicts arise. • Review and approval of pay requests from the construction contractor (line of Communication will be construction contractor to WKD to AUD’s project manager). • Provide record drawings at completion of the project electronically. • Provide field visits to observe construction progress and make recommendations to AUD to resolve conflicts with existing field conditions. • Provide weekly reports summarizing the work progress and construction conflicts. COMPENSATION 1. Basic Services: The OWNER shall pay the CONSULTANT for services set forth in Scope of Services, the Lump Sum Fees as show below. Surveying/Mapping $ 3,500.00 30% engineering plans and documents $ 15,000.00 Final documents $ 6,000.00 Construction Negotiations $ 1,500.00 Construction administration $ 10,500.00 Record drawings $ 1,000.00 TOTAL LUMP SUM = $ 37,500.00 SCHEDULE From discussions to this point it is apparent that this project needs to proceed at an expedited pace. A general project schedule is listed below with benchmarks for important items to be determined. It will require all parties of this team to execute these items in order to expedite the pace. The preliminary schedule below is meant to act as a general guide for the project execution and is subject to changes based on benchmarks in the other phases of project appropriations. June 16, 2014: AUD to review conceptual plans and approve scope and cost. June 18, 2014: WKD to receive written authorization to proceed with project preparation. Item # 19 Mr. Jerry Delaughter, PE June 2, 2014 Page 4 of 4 June 18 - 30, 2014: WKD and AUD to conduct field surveying, field TV investigations and other non-destructive testing to help refine the construction documents. June 30, 2014: WKD provide AUD with the 30% schematic plan information and schedule. This plan will be based on updated field investigations, utility locations and field surveys to validate the area of service. July 10, 2014: AUD to provide WKD with review comments and directions for final plan productions. July 30, 2014: WKD to provide AUD with final plans and construction estimates. AUD shall provide their Contractor with authorization to proceed so that they can order materials. August 10, 2014: WKD and AUD to meet with the City’s traffic planning department to review the project and construction schedule along with gathering input from them. September 2, 2014: Contractor to mobilize to the site and begin construction. October 30, 2014: Final project cleanup and closeout by project team. If there are any questions concerning our proposed scope of services and fee, please give me or Walt a call. Should this be acceptable to AUD, please send me approval via my email address (twingate@wkdickson.com). Thank you for this opportunity and we look forward to working with you again. Sincerely, W.K. Dickson & Co., Inc. William G. Wingate, III, P.E. Vice President Item # 19 Brown Street and Augusta Avenue Legend Pipe Type Sanitary Sewer Storm Sewer Roads Manhole Type !!2 Sanitary Manhole "S Storm Manhole Mayl 2014 Not to Scale tItem # 19 VENDORS Attachment B E-Verify Addendum 1 SAVE Form Original 6 Copies James G Swift & Assoc 1206 Interstate Parkway Augusta, GA 30909 Yes 118565 Yes Yes Yes Yes CH2M Hill 1000 Abernathy Rd., Atlanta, GA 30328 Yes 123606 Yes Yes Yes Yes Johnson Laschober 1296 Broad Street Augusta, GA 30901 Yes 226309 Yes Yes Yes Yes Moreland Altobelli Asso 2211 Beaver Ruin Road, Suite 190 Norcross, GA 30071 Yes 53328 Yes Yes Yes Yes W R Toole Engineers 1005 Broad Street, 200 Augusta, GA 30901 Yes 62985 Yes Yes Yes Yes WK Dickson & Co 1450 Greene Street Augusta, GA 30901 Yes 110665 Yes Yes Yes Yes Cranston Engineering Group 452 Ellis Street Augusta, GA 30903-2546 Yes 64684 Yes Yes Yes Yes Woolpert 375 Northridge Rd, # 100 Atlanta, GA 30350 Yes 11815 Yes Yes Yes Yes Dewberry 551 Piney Forest Road Danville, VA 24540 Yes 104636 Yes Yes Yes Yes McKim & Creed 8020 Tower Point Dr Charlotte, NC 28227 Yes 68813 Yes Yes Yes Yes Brown & Caldwell 900 Hammond Dr St 400 Atlanta, GA 30328 Yes 69828 Yes Yes Yes Yes Hazen and Sawyer 5775 Peachtree Dunwoody Rd, St D-520 Atlanta, GA 30342 Yes 70249 Yes Yes Yes Yes ADS LLC 1300 Meridian St., 3000 Huntsville, AL 35801 Yes/Non- Compliant 23043 Yes Yes Yes Yes RFQ Opening RFQ Item #13-124 Engineering Consultant Services for Augusta, Georgia - Utilities Department RFQ Due: Friday, May 3, 2013 @ 11:00 a.m. Page 1 of 3 Attachment number 2 \nPage 1 of 3 Item # 19 VENDORS Attachment B E-Verify Addendum 1 SAVE Form Original 6 Copies RFQ Opening RFQ Item #13-124 Engineering Consultant Services for Augusta, Georgia - Utilities Department RFQ Due: Friday, May 3, 2013 @ 11:00 a.m. URS Corporation 1000 Abernathy Rd 900 Atlanta, GA 30328 Yes No/Non- Compliant Yes Yes Yes Yes Integrated Circles Tech 270 Peachtree St NW Atlanta, GA 30303 Yes 426843 Yes Yes Yes Yes EMC Engineering 10 Chatham Center South, Suite 100 Savannah, GA 31405 Yes 324745 Yes Yes Yes Yes Gresham, Smith & Part 1400 Nashville City Center 511 Union St Nashville, TN 37219 Yes No/Non- Compliant Yes Yes Yes Yes ZEL Engineers 435 Telfair Street Augusta, GA 30901 Yes 257101 Yes Yes Yes Yes MWH 230 Peachtree St., S 470 Atlanta, GA Yes 539319 Yes Yes Yes Yes Stevenson & Palmer 723 Industrial Park Dr Evans, GA 30809 Yes 131222 Yes Yes Yes Yes Constantine Engineering 60-B Springdale Rd Mobile, AL 36606 Yes 104087 Yes Yes Yes Yes Jacobs Engineering 6801 Govenor's Lake Pk Norcross, GA 30071 Yes 212531 Yes Yes Yes No/Non- Compliant S L King & Associates 270 Peachtree St NW Atlanta, GA 30303 Yes 435335 Yes No/Non- Compliant Yes Yes S.L. King Technologies 270 Peachtree St NW Atlanta, GA 30303 Yes 435335 Yes No/Non- Compliant Yes Yes Rindt-McDuff Associates 334 Cherokee St Marietta, GA 30060 Yes 331909 Yes Yes Yes Yes Christopher Booker 3319 Perkins Road Augusta, GA 30906 Yes 667907 Yes Yes Yes Yes Page 2 of 3 Attachment number 2 \nPage 2 of 3 Item # 19 VENDORS Attachment B E-Verify Addendum 1 SAVE Form Original 6 Copies RFQ Opening RFQ Item #13-124 Engineering Consultant Services for Augusta, Georgia - Utilities Department RFQ Due: Friday, May 3, 2013 @ 11:00 a.m. Moore Associates 1009 East Avenue North Augusta, SC 29841 LATE Non- Compliant Page 3 of 3 Attachment number 2 \nPage 3 of 3 Item # 19 Engineering Services Committee Meeting 7/7/2014 12:55 PM Clerk's Office Relocated Office Space Department: Caption:Updated from Interim Administrator regarding relocated office space for the Commission/Clerk of Commision's Offices which was approved by the Commission June 3, 2014. (Requested by Commissioner Marion Williams) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 20 Engineering Services Committee Meeting 7/7/2014 12:55 PM Designation of SPLOST Funds for Wayfinding Sign System Department:Clerk of Commission Caption:Designate recaptured SPLOST funds to complete the City's wayfinding sign system. Background:This city sign system is only partially finished, but the remainder of the countywide system can be completed within a year. The comprehensive sign system will direct residents and visitors to attractions and public facilities such as Diamond Lakes, Newman Tennis Center, Judicial Center, Soccer Complex, Aquatic Center, Augusta Common, Riverwalk, the Airport, public parking and more. The Augusta Convention and Visitors Bureau manages the system for the City. Support letters from numerous organizations are attached. Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 21 Attachment number 1 \nPage 1 of 10 Item # 21 Attachment number 1 \nPage 2 of 10 Item # 21 Attachment number 1 \nPage 3 of 10 Item # 21 Attachment number 1 \nPage 4 of 10 Item # 21 Attachment number 1 \nPage 5 of 10 Item # 21 Attachment number 1 \nPage 6 of 10 Item # 21 Attachment number 1 \nPage 7 of 10 Item # 21 Attachment number 1 \nPage 8 of 10 Item # 21 Attachment number 1 \nPage 9 of 10 Item # 21 Attachment number 1 \nPage 10 of 10 Item # 21 Engineering Services Committee Meeting 7/7/2014 12:55 PM Minutes Department:Clerk of Commission Caption:Motion to approve the minutes of the Engineering Services Committee held on May 27, 2014. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 22 Attachment number 1 \nPage 1 of 6 Item # 22 Attachment number 1 \nPage 2 of 6 Item # 22 Attachment number 1 \nPage 3 of 6 Item # 22 Attachment number 1 \nPage 4 of 6 Item # 22 Attachment number 1 \nPage 5 of 6 Item # 22 Attachment number 1 \nPage 6 of 6 Item # 22 Engineering Services Committee Meeting 7/7/2014 12:55 PM Notification of award for a construction contract to Contract Management Inc. for construction of the Fort Gordon New Water and Sewage Connections under the Task Order Program for Infrastructure RFQ #13-194 in the amount of $609,821.68. Bid item #14-143 Department:Augusta Utilities Department Caption:Motion to approve the notification of the award of a contract with Contract Management Inc. for services associated with construction of the Fort Gordon New Water and Sewage Connections under the Task Order Program for Infrastructure RFQ #13-134 in the amount of $609,821.68. Bid Item #14-143 Background:The objective of this project is to provide water and sewage connections on Fort Gordon. This project will consist of multiple connections various sizes and installation up to 5000 LF of sewer main and 6650 LF of water main. Some connections to the existing infrastructure will be upgraded and some connections will be for new infrastructures throughout the base. Analysis:Contract Management Inc submitted an acceptable bid package and was the lowest responsive bidder. The Utilities Department desires to inform commission of the award of this contract to construct the Fort Gordon New Water and Sewage Connections under the Task Order Program for Infrastructure RFQ #13-134 to Contract Management Inc. Financial Impact:$609,821.68, under account number 507043490-5425410 / 88886666-5425410 Alternatives:No alternatives due to the contract being awarded under the Task Order Program for Infrastructure RFQ #13-134 Recommendation:We are informing commission of the department's award of the contract with Contract Management Inc.. in the amount of $609,821.68 for the construction of the Fort Gordon New Water and Sewage Connections Project under the Task Order Program for Infrastructure RFQ #13-134 Cover Memo Item # 23 Funds are Available in the Following Accounts: $609,821.68 from account 507043490-5425410 / 88886666- 5425410 REVIEWED AND APPROVED BY: Finance. Procurement. Utilities Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 23 Attachment number 1 \nPage 1 of 4 Item # 23 Attachment number 1 \nPage 2 of 4 Item # 23 Attachment number 1 \nPage 3 of 4 Item # 23 Attachment number 1 \nPage 4 of 4 Item # 23 Invitation to Bid Sealed bids will be received at this office on Wednesday, April 2, 2014 @ 3:00 p.m. for furnishing: Bid Item 14-143 Fort Gordon New Water & Sewage Connections 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 $25.00. 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, March 17, 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 Friday, March 21, 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, March 25, 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 2 \nPage 1 of 1 Item # 23 UNOFFICIAL VENDORS Attach. B E-Verify #SAVE Form Add. 1 Bid Bond Bid Amount Blair Construction, Inc. PO Box 770 Evans, GA 30809 Yes 224004 Yes Yes Yes $626,267.02 Quality Storm Water Solutions P.O. Box 1847 Evans, GA 30809 Yes 233338 Yes Yes Yes $677,732.00 CMI P. O. Box 3833 Augusta, GA 30914 Yes 225306 Yes Yes Yes $579,165.29 Bid Item #14-143 Fort Gordon New Water & Sewage Connections for Augusta, Georgia - Utilities Department Bid Due: Wednesday, April 2, 2014 @ 3:00 p.m. Page 1 of 1 Attachment number 3 \nPage 1 of 1 Item # 23 UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST 6" Diameter PVC sanitary pipe SDR 35, Depth 0' to 6' including Type II (No. 57 stone) bedding material 1000 LF $13.55 $13,550.00 $14.65 $14,650.00 $15.00 $15,000.00 $15.00 $15,000.00 8" Diameter PVC sanitary pipe SDR 35, Depth 0' to 6' including Type II (No. 57 stone) bedding material 4000 LF $17.25 $69,000.00 $22.49 $89,960.00 $17.50 $70,000.00 $17.50 $70,000.00 Pre-Cast sanitary manhole, GDOT STD 1011A, Type 1, depth 0-6'40 EA $1,359.94 $54,397.60 $1,279.00 $51,160.00 $1,258.60 $50,320.00 $1,258.60 $50,344.00 6" sanitary sewer service, complete 75 EA $820.00 $61,500.00 $795.00 $59,625.00 $389.75 $29,231.25 $389.75 $29,231.25 Cut and plug existing sanitary sewer, diameter varies 16 LF $1,164.00 $18,624.00 $400.00 $6,400.00 $225.00 $3,600.00 $225.00 $3,600.00 Tie new san. Sewer to existing manholes, diameter varies 30 EA $1,455.00 $43,650.00 $700.00 $21,000.00 $225.00 $6,750.00 $225.00 $6,750.00 2" Tap on same size Dia. Pipe 16 EA $1,067.00 $17,072.00 $599.00 $9,584.00 $540.20 $8,643.20 $540.20 $8,643.20 3" Tap on same size Dia. Pipe 30 EA $0.00 $0.00 $0.00 $0.00 $791.40 $23,742.00 $791.40 $23,742.00 4" Tap on same size Dia. Pipe 30 EA $1,248.39 $37,451.70 $1,807.00 $54,210.00 $1,677.92 $50,337.60 $1,677.92 $50,337.60 6" Tap on same size Dia. Pipe 15 EA $1,576.25 $23,643.75 $2,228.00 $33,420.00 $2,269.32 $34,039.80 $2,269.32 $34,039.80 8" Tap on same size Dia. Pipe 20 EA $1,809.53 $36,190.60 $2,926.00 $58,520.00 $3,375.00 $67,500.00 $3,375.00 $67,500.00 2" PVC Water Transmission Main C 900, Class 200 700 LF $7.76 $5,432.00 $7.00 $4,900.00 $6.25 $4,375.00 $6.25 $4,375.00 3" PVC Water Transmission Main C 900, Class 550 LF $8.24 $4,532.00 $7.50 $4,125.00 $7.25 $3,987.50 $7.25 $3,987.50 4" DIP, water transmission, Class 350, standard 400 LF $20.66 $8,264.00 $28.00 $11,200.00 $26.74 $10,696.00 $26.74 $10,696.00 6" DIP, water transmission, Class 350, standard 1200 LF $20.66 $24,792.00 $24.66 $29,592.00 $27.15 $32,580.00 $27.15 $32,580.00 8" DIP, water transmission, Class 350, standard 1200 LF $25.02 $30,024.00 $31.37 $37,644.00 $27.15 $32,580.00 $27.15 $32,580.00 10" DIP, water transmission, Class 350, standard 1000 LF $31.04 $31,040.00 $34.45 $34,450.00 $32.40 $32,400.00 $32.40 $32,400.00 12" DIP, water transmission, Class 350, standard 1100 LF $38.80 $42,680.00 $46.80 $51,480.00 $40.51 $44,561.00 $40.51 $44,561.00 Fire Hydrant Assembly Complete with valve, lead pipe Joint restraint ant, and blocking. (Valve Box and ATV kit included)10 EA $2,910.00 $29,100.00 $3,070.00 $30,700.00 $2,214.60 $22,146.00 $2,214.60 $22,146.00 Cut,plug and tie in existing water mains, diameter varies 10 EA $1,500.00 $15,000.00 $1,000.00 $10,000.00 $750.00 $7,500.00 $750.00 $7,500.00 Miscellaneous Pipe fittings and connections 1000 LB $3.39 $3,390.00 $3.50 $3,500.00 $4.37 $4,370.00 $4.37 $4,370.00 $569,333.65 $616,120.00 $554,359.35 $554,383.35 Lump Sum 1 10%$56,933.37 $56,933.37 $61,612.00 $61,612.00 55,435.94$ 55,435.94$ 55,438.33$ 55,438.33$ $626,267.02 $677,732.00 $579,165.29 $609,821.68 BID Bond Amount $62,626.70 $67,773.20 $57,916.53 $60,982.17 FORT GORDON NEW WATER AND SEWAGE CONNECTIONS TAB SHEET Bid Item #14-143 DESCRIPTION QTY UNIT Blair Construction Quality Strom Water Solutions CMI (Per the Bid)CMI (AUD Tab Sheet) Attachment number 4 \nPage 1 of 1 Item # 23 Attachment number 5 \nPage 1 of 1 Item # 23 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 Bid Item 14-143 Fort Gordon New Water & Sewage Connections mailed and faxed 3/14/14 Bid 14-143 Fort Gordon New Water & Sewage Connections For Utilities Department Bid Due: 4/2/14 @ 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 Stanley Aye Augusta Utilities Bay Street Attachment number 6 \nPage 1 of 1 Item # 23 Attachment number 7 \nPage 1 of 1 Item # 23 Attachment number 8 \nPage 1 of 2 Item # 23 Attachment number 8 \nPage 2 of 2 Item # 23 Attachment number 9 \nPage 1 of 1 Item # 23 Engineering Services Committee Meeting 7/7/2014 12:55 PM Staff Augmentation & Professional Services Extension (SA8) Department:Abie L. Ladson, Director Caption:Approve Supplemental Agreement 8 with Jacobs Engineering Group Inc. which will allow David Griffith to continue to provide project management support via Staff Augmentation in the amount not to exceed $200,000. This will be funded from TIA Discretionary funds for Augusta Engineering Department. Background:Augusta-Richmond County is responsible for Preliminary Engineering activities on several Georgia Department of Transportation (GDOT) projects including Windsor Spring Road Phase IV & Phase V, Wrightsboro Road, and Improvements to Riverwatch Parkway. These projects are in various stages of development and require knowledgeable, efficient and effective interaction and coordination with GDOT, the respective Design Consultants and work units within Augusta-Richmond County. Analysis:On June 7, 2005 the Commission approved the initial agreement with Jacobs Engineering Group Inc. for David Griffith to provide staff support as Project Manager. This agreement has proven to be very effective and beneficial to the Engineering Department. David’s knowledge of the GDOT processes and understanding of how to request assistance on projects has resulted in saving the Engineering Department millions of dollars. In November 2011 GDOT advised the Engineering Department that it is our responsibility to take over the coordination of relocation of utilities on the Windsor Spring Road Phase IV and Phase V projects and David is handling this responsibility. It is the desire of the Engineering Department to extend this agreement. Financial Impact:Funding for Supplemental Agreement Number Eight will come from TIA Discretionary funds in respective to projects Windsor Spring Road, Section IV and Windsor Spring Road, Section V not to exceed $200,000 transferred to the current contract with Jacobs Engineering Group Inc. Alternatives:1) Approve Supplemental Agreement 8 with Jacobs Engineering Cover Memo Item # 24 Group Inc. which will allow David Griffith to continue to provide project management support via staff augmentation in the amount not to exceed $200,000 which will be funded from TIA Discretionary Contingency funds for the Augusta Engineering Department. 2) Deny and identify alternative for coordinating ARC managed GDOT projects. Recommendation:Approve alternative number one Funds are Available in the Following Accounts: TIA Discretionary Funds REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 24 (SA02 – For changes greater than $20,000) April 2005 AUGUSTA-RICHMOND COUNTY AUGUSTA, GA ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT WHEREAS, We, Jacobs Engineering Group Inc., Consultant, entered into a contract with Augusta-Richmond County on June 7, 2005, to provide Project Management support associated with the “Temporary Professional Services Support”, File Reference No. 14-005 (F), and WHEREAS, changes are incorporated into the original contract to provide clarity and project management guidance: 1) The Consultant will provide a Project Manager to assist Augusta Engineering Department (AED) 2) The Consultant’s Project Manger will assist in managing the Georgia Department of Transportation (GDOT) federal aid projects that are currently in the Work Program for which AED has Preliminary Engineering responsibility. The priority projects are Windsor Spring Road Phase IV and Phase V. 3) The Consultant’s Project Manager will provide training to AED Engineering Manager of designee to manage transportation projects that are fully or partially funded by the GDOT and/or FHA. The Consultant’s Project Manager and AED designee shall be work as a team. 4) The Consultant’s Project Manager will coordinate all activities requiring AED decision or funds with AED Assistant Director Engineering. 5) The Consultant’s Project Manager will have bi-weekly progress meeting with AED designated staff to discuss projects progress, scheduling, coordination status and any key item effecting progress of the projects 6) The Consultant shall submit services provided monthly payment request with supporting Time Tracking sheet per task and work done summary. WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit It is agreed that as a result of the above described modification the contract amount is increased by $200,000 from $1,637,600 to a new total of $1,837,600. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, Jacobs Engineering Group Inc., Consultant, hereby agree to said Supplemental Agreement consisting of the above mentioned items and prices, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. This day of , 2014. RECOMMEND FOR APPROVAL: AUGUSTA, GEORGIA JACOBS ENGINEERING GROUP INC., Mayor Deke S. Copenhaver Approved: Date Approved: Date [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: Augusta Richmond County Project Number(s): N/A Supplemental Agreement Number: 8 Purchase Order Number: 113792 Professional advice and consulting services regarding Project Management support via Staff Augmentation Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks Attachment number 1 \nPage 1 of 1 Item # 24 Augusta-Richmond County, Georgia Georgia that the following Capital Project Budget is hereby adopted: Section 1: This project is authorized to CPB#N/A. This project is necessary to provide project management support via staff augmentation in an amount not to exceed $200,000 to be funded from TIA Discretionary Funds upon receipt and review of executed documents. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase IV 230,000$ Special 1% Sales Tax, Phase V 675,000$ Special 1% Sales Tax, Phase III 592,500$ Special 1% Sales Tax, Phase IV 52,600$ Special 1% Sales Tax, Phase VI 87,500$ TIA Discretionary Funds 200,000$ 1,837,600$ 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 _________________________________________________ Honorable Deke Copenhaver, Mayor CPB#N/A CAPITAL PROJECT BUDGET STAFF AUGMENTATION PROJECT MANAGEMENT CHANGE NUMBER EIGHT BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, PLEASE DO NOT PROCESS THIS CPB; ONCE APPROVED BY COMMISSION AN ORIGINAL WILL BE SENT TO THE CLERK OF COMMISSION. POC: EXT 5070 1 of 2 6/13/2014 Attachment number 2 \nPage 1 of 2 Item # 24 Augusta-Richmond County, Georgia CPB#N/A CAPITAL PROJECT BUDGET STAFF AUGMENTATION PROJECT MANAGEMENT CHANGE NUMBER EIGHT PLEASE DO NOT PROCESS THIS CPB; ONCE APPROVED BY COMMISSION AN ORIGINAL WILL BE SENT TO THE CLERK OF COMMISSION. POC: EXT 5070 CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB CHANGE CPB SALES TAX PHASE III 323-041110-($592,500) ($592,500) SALES TAX PHASE IV 324-041110-($282,600) ($282,600) SALES TAX PHASE V 325-041110 ($675,000) ($675,000) SALES TAX PHASE VI 328-041110 ($87,500) ($87,500) TIA DISCRETIONARY 335-041110-($200,000) ($200,000) TOTAL SOURCES: ($1,637,600) ($200,000) ($1,837,600) USE OF FUNDS MANAGEMENT CONSULTANT $1,637,600 $200,000 $1,837,600 TOTAL USES:$1,637,600 $200,000 $1,837,600 2 of 2 6/13/2014 Attachment number 2 \nPage 2 of 2 Item # 24 Engineering Services Committee Meeting 7/7/2014 12:55 PM Thermoplastic material purchase Department:Engineering Caption:For informational purposes, approve Traffic Engineering’s purchase of thermoplastic striping material. Background:The Traffic Division of the Engineering Department is responsible for maintaining the striping on all county roads. As such, through the years, traffic engineering has purchased thermoplastic from an annual bid throughout the year. Traffic has ordered $30,910 worth of materials from the annual bid. This amount is within our annual budget and leaves some room to address unforeseen issues; however, this triggers the amount at which the commission must be informed. Analysis:This material is essential not only to operation of the Traffic Engineering Division but, to the safety of motoring public Financial Impact:This material will be purchased from the State of Georgia’s annual bid No. SWC #48400-179 DOT0000144–0001 with Crown Technology in the amount of $30,910. Alternatives:None, for informational purposes only Recommendation:Receive as information Funds are Available in the Following Accounts: 101041710/5311630 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Cover Memo Item # 25 Clerk of Commission Cover Memo Item # 25