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