HomeMy WebLinkAbout2018-02-27 Meeting AgendaEngineering Services Committee
Meeting
Commission Chamber-2/27/2018-1:20 PM
ENGINEERING SERVICES
1.Approve the Award of Bid Item 17-273, Landfill Compactor to
Yancey Brothers.
Attachments
2.Approve the Award of Bid Item 17-303 – Deans Bridge Road
MSW Landfill Phase 3, Stage 1, Cell 3 Construction for the
Environmental Services Department to Gearig Brothers
Civilworks.
Attachments
3.Approve funding for Consultant Services Supplemental
Agreement Nine to Cranston Engineering Group/ERM in the
amount of $197,397.00 for Construction Phase Services for
Augusta Canal Basin Dredging Project as requested by the
AED.
Attachments
4.Approve award of Sediment Dredging and Disposal
Construction Services Two-Phase Contract (Phase 1 (Heirs
Pond) and Phase 2 (Lake Aumond)) to Waterfront Property
Services, LLC dba Gator Dredging subject to Value
Engineering as requested by the AED. Also approve and
authorize executing Phase 1 contract not to exceed in the
amount of $2 million. Award is contingent upon receipt of
signed contract. RFP 17-301
Attachments
5.Discuss the comprehensive issues of downtown parking; and
receive a presentation from Mr. Bryan Halterman regarding
same. (Requested by Commissioner Bill Fennoy - referred
from February 13 Engineering Services Committee)
Attachments
6.Consider approving a Deed of Dedication for the water and
sanitary sewer systems from TCA, LLC, for Longpoint
Townhomes, Phase III, Section 2.
Attachments
7.Consider approving a Deed of Dedication for the water and Attachments
www.augustaga.gov
sanitary sewer systems for Longpoint Townhomes Phase IV,
from TCA, LLC.
8.Motion to approve the minutes of the Engineering Services
Committee held on February 13, 2018.
Attachments
9.Consider approving a Deed of Dedication and Maintenance
Agreement for the gravity sanitary sewer system from Euchee
Creek Development Co., Inc.
Attachments
10.Consider approving a lease extension with Thompson Farms on
a 29 acre portion of the Big Farm property.
Attachments
11.Approve and award Preliminary Engineering Concept Phase
(design phase 1) of the Design Consultant Services Agreement
to Wolverton & Associates, Inc. in the amount of
$1,005,511.85 for the Willis Foreman Improvement Project as
requested by the AED. Award is contingent upon receipt of
signed agreement. RFQ 17-265
Attachments
Engineering Services Committee Meeting
2/27/2018 1:20 PM
Approve the Award of Bid Item 17-273, Landfill Compactor to Yancey Brothers
Department:Environmental Services
Presenter:Lori Videtto
Caption:Approve the Award of Bid Item 17-273, Landfill Compactor to
Yancey Brothers.
Background:The Environmental Services Department operates the Augusta
Deans Bridge Road Landfill. One of the requirements of landfill
operation is proper placement and compaction of the garbage. The
equipment used to achieve this is a landfill compactor, and is vital
to the safe and compliant operation of the landfill. ESD currently
has two compactors, one machine has approximately 7000 hours
on it, and the second has over 13,000 hours and has well exceeded
its life expectancy. Over the past year ESD has spent over
$250,000 in repairs on those machines. In this period of time,
Aljon, the manufacturer, has gone out of business and parts for the
machines are very difficult to locate and have a high lead-time.
Without the operating compactors, the landfill workload has
shifted to the bulldozers, which do not have the same effectiveness
as the compactor, and as a result are being overworked.
Analysis:There were three responsive bidders to Bid Item 17-273. Tractor
and Equipment Company proposed a remanufactured Aljon. This
does not meet the bid specification. Flint Construction proposed
the Bomag machine, which does not meet the specifications in
regard to the warranty requested, no extended warranty is offered,
and the availability of parts and service is questionable. If there is
an issue with the chassis and hydraulics, it would be serviced by
Flint; however if there is an issue with the engine, it requires a
third party contractor that is authorized to work on the Mercedes
engine. The Caterpillar machine offered by Yancey Brothers met
all of the specifications and in addition offered a higher-level
warranty (requested 2-yr/2000-hour; Yancey offered 5-yr/10,000
hour), a certified complete re-build of the machine at the 5-
year/10,000 hour interval, with complete factory warranty; and all
of the Caterpillar parts are in Augusta or in Atlanta with 98%
available within 24 hours of a service request. Further, an analysis
Cover Memo
Item # 1
of the life-cycle cost of ownership found that the Bomag and
Caterpillar machines have similar costs of ownership at the 5-year
mark, but there is greater advantage to purchasing the Caterpillar
machine due to the items described above.
Financial Impact:The bid price of the machine from Caterpillar is 1,201,663; and
ESD will utilize the GMA Lease process for this purchase.
Alternatives:1. Award the bid to Yancey and approve the purchase of the
Caterpillar machine. 2. Do not award the bid to Yancey.
Recommendation:Award the bid to Yancey Brothers and purchase the Caterpillar
machine.
Funds are Available
in the Following
Accounts:
ESD will utilize the GMA lease process to purchase the
compactor.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 1
Invitation to Bid
Sealed bids will be received at this office until Friday, October 27, 2017 @ 11:00 a.m. for furnishing:
Bid Item #17-273 Landfill Compactor for Augusta, Georgia – Environmental Services Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents
may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901.
Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office
of the Procurement Department by Friday, October 13, 2017 @ 5:00 P.M. No bid will be accepted by fax, all must be received by
mail or hand delivered.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder.
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.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle September 21, 28, October 5, 12, 2017
Metro Courier September 27, 2017
Attachment number 1 \nPage 1 of 1
Item # 1
OFFICIAL
VENDORS
Cassie Jones /
Humdinger Equipment
3202 Clovis Road
Lubbock, TX 79415
Tractor & Equipment Co.
3809 Mike Padget Hwy
Augusta, GA 30906
Flint Construction &
Forresty Division
1900 William Few
Parkway
Grovetown, GA 30813
Yancy Brothers
4165 Mike Padgett Hwy
Augusta, GA 30906
Attachment B YES YES YES YES
E-Verify Number NO 49526 344722 686717
SAVE Form YES YES YES YES
Year 2017-2018 2018 R 2017 2018
Make/ Brand TANA ALJON BOMAG CATEPILLAR
Model E520ECO ADV600 BC1172RB4 836K
Bid Price $944,020.00 $675,000.00 $912,824.00 $1,093,683.00
Carlson GPS System $61,500.00 $104,975.00 $61,500.00 $107,980.00
TRADE IN VALUE2008
CATEPILLAR $30,000.00 $42,000.00 $40,000.00 $32,000.00
TRADE IN VALUE
2007 ALJON $25,000.00 $37,000.00 $10,000.00 $30,000.00
Cone Shaped Wheels w/
Plug NA NO BID NO BID NA
Caterpillar 836K Compactor or Approved Equal
Total Number Specifications Mailed Out: 13
Total Number Specifications Download (Demandstar):1
Total Electronic Notifications (Demandstar): 79
Mandatory Pre-Bid/Telephone Conference:NA
Total packages submitted: 5
Total Non-Compliant:
Optional Equipment
Bid Opening Item #17-273 Landfill Compactor
for Augusta, Georgia -Environmental Services
Bid Due: Friday, October 27, 2017 @11:00 a.m.
Page 1 of 2
Attachment number 2 \nPage 1 of 2
Item # 1
OFFICIAL
VENDORS
Cassie Jones /
Humdinger Equipment
3202 Clovis Road
Lubbock, TX 79415
Tractor & Equipment Co.
3809 Mike Padget Hwy
Augusta, GA 30906
Flint Construction &
Forresty Division
1900 William Few
Parkway
Grovetown, GA 30813
Yancy Brothers
4165 Mike Padgett Hwy
Augusta, GA 30906
Total Number Specifications Mailed Out: 13
Total Number Specifications Download (Demandstar):1
Total Electronic Notifications (Demandstar): 79
Mandatory Pre-Bid/Telephone Conference:NA
Total packages submitted: 5
Total Non-Compliant:
Bid Opening Item #17-273 Landfill Compactor
for Augusta, Georgia -Environmental Services
Bid Due: Friday, October 27, 2017 @11:00 a.m.
Approximate Delivery
Time 120-150 DAYS ARO 90-120 DAYS ARO 120 DAYS ARO 20-23 WEEKS ARO
Page 2 of 2
Attachment number 2 \nPage 2 of 2
Item # 1
Attachment number 3 \nPage 1 of 1
Item # 1
Attachment number 4 \nPage 1 of 2
Item # 1
Attachment number 4 \nPage 2 of 2
Item # 1
Engineering Services Committee Meeting
2/27/2018 1:20 PM
Approve the Award of Bid Item 17-303 – Deans Bridge Road MSW Landfill Phase 3, Stage 1, Cell 3
Construction for the Environmental Services Department to Gearig Brothers Civilworks.
Department:Environmental Services
Presenter:Lori Videtto
Caption:Approve the Award of Bid Item 17-303 – Deans Bridge Road
MSW Landfill Phase 3, Stage 1, Cell 3 Construction for the
Environmental Services Department to Gearig Brothers
Civilworks.
Background:The construction of a new landfill cell allows for an additional
space for garbage to be placed and due to current airspace
availability, the Deans Bridge Road Landfill will need to construct
this cell in order to maintain current operations. This construction
is a normal part of landfill operations and is projected to last
approximately 10-12 years. Now that the earthwork preparation is
largely complete, this project involves the hiring of a contractor to
provide all labor, materials, tools, equipment, and services to
complete approximately 100,000 yards of excavation, 1.4M
square feet of liner sub-base, 1.4M square feet of 60-mil
geomembrane, a leachate collection system, and approximately
23,000 cubic yards of structural fill. In addition this work requires
the construction of storm water drainage systems and various
erosion and sedimentation control items.
Analysis:The project was placed for bid, and two pre-qualified vendors
were considered compliant and responsive. Gearig Brothers
Civilworks was the lowest responsible bidder, and has met all of
the Procurement Department and Compliance Department
requirements; including the required 5% LSBOP documentation.
Gearig Brothers has committed to 9.38% LSBOP participation.
This project is necessary to continue the development of the
landfill and insure adequate space for garbage placement.
Financial Impact:The price as received in the bid submission is $9,395,736.15.
Funds are available in ESD account number 541 00 0000/13-
36110.Cover Memo
Item # 2
Alternatives:Award the work as specified to Gearig Brothers Civilworks.
Recommendation:Award the work as specified to Gearig Brothers Civilworks.
Funds are Available
in the Following
Accounts:
The price as received in the bid submission is $9,395,736.15.
Funds are available in ESD account number 541 00 0000/13-
36110.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 2
Invitation to Bid
Sealed bids will be received at this office until Wednesday, December 27, 2017 @ 3:00 p.m. for furnishing:
7
Bid Item #17-303 Deans Bridge Road MSW Landfill 2017 Phase 3, Stage 1, Cell 3 Construction for Augusta
Environmental Services Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair 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 $70.00.
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 Tuesday, November 21, 2017. 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.
A Mandatory Pre Bid Conference will be held on Friday, December 8, 2017 @ 10:00 a.m. in the Procurement Department,
535 Telfair Street, Room 605, Augusta, GA 30901.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office
of the Procurement Department by Tuesday, December 12 2017 @ 5:00 P.M. No bid will be accepted by fax, all must be received
by mail or hand delivered.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder. 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 placed the bidder at the risk of
receiving incomplete or inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811orEmail: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Attachment number 1 \nPage 1 of 1
Item # 2
OFFICIAL
VENDORS Attachment
"B"
E-Verify
#
SAVE
Form Add 1 Bid
Bond Base Bid
Complianc
e
Review
3% Goal
Cooper, Barnette & Page, Inc.
1928 Executive Park Drive
Statham, GA 30666
No Bid
Response
Gearig Brothers Civilworks
322 Grimaude Boulevard
Grovetown, GA 30813
Yes 226337 Yes Yes Yes $9,395,736.16 YES
Peed Brothers, Inc.
P.O. Box 398
42 Industrial Road
Butler, GA 31006
Yes 349653 Yes Yes Yes $9,426,201.85 YES
Bid Item #17-303
Deans Bridge Road MSW Landfill 2017
Phase 3, Stage 1, Cell 3 Construction
for Augusta, GA Environmental Services Department
Bid Date: Wednesday, January 17, 2018 @ 3:00 p.m.
Total Number Specifications Mailed Out: 4
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar): NA
Mandatory Pre-Qualifications/Telephone Conference Attendees: NA
Total packages submitted: 3
Total Noncompliant: 0
The following vendor did not respond:
COMANCO Environmental Corporation / 4301 Sterling Commerce Dr. / Plant City, FL 33566
Page 1 of 1
Attachment number 2 \nPage 1 of 1
Item # 2
Attachment number 3 \nPage 1 of 2
Item # 2
Attachment number 3 \nPage 2 of 2
Item # 2
Attachment number 4 \nPage 1 of 2
Item # 2
Attachment number 4 \nPage 2 of 2
Item # 2
Attachment number 5 \nPage 1 of 1
Item # 2
Engineering Services Committee Meeting
2/27/2018 1:20 PM
Augusta Canal Basin Dredging Project
Department:Engineering
Presenter:
Caption:Approve funding for Consultant Services Supplemental
Agreement Nine to Cranston Engineering Group/ERM in the
amount of $197,397.00 for Construction Phase Services for
Augusta Canal Basin Dredging Project as requested by the AED.
Background:Rock Creek/ Warren Lake and Augusta Canal Basin Dredging
(Lake Olmstead, Lake Aumond, Heirs Ponds and Rae’s Creek) are
approved projects. Lake Olmstead is presently in permitting stage.
However, AED recently secured Section 404 of the Clean Water
Act required individual permit for Hiers Pond and Lake Aumond
that allows AED to initiate sediment removal construction
activities in these water bodies. Construction Phase of lake
dredging require design and 404 regulatory permit related
coordination with dredging contractor, resolution of
constructability conflicts, and request for field information that
warrants design engineer services.
Analysis:ERM as a team member to Cranston Engineering, provided lead
professional services for securing Section 404 of the Clean Water
Act required individual permit that allowed dredging of Hiers
Pond and Lake Aumond. This supplemental agreement covers
services during dredging construction phase for contractor request
for field information, field engineering, attending construction
progress meetings, and most importantly assuring sediment
dredging and disposal activities compliance with 404 permit
conditions.
Financial Impact:Funds are available in the project engineering account. 328-
041110-5212115/212828502-5212115.
Alternatives:1). Approve funding for Consultant Services Supplemental
Agreement nine to Cranston Engineering Group/ERM in the
amount of $197,397.00 for Construction Phase Services for
Cover Memo
Item # 3
Augusta Canal Basin Dredging Project as requested by the AED.
2). Do not approve and identify alternate dredging plan and
associated 404 permit compliance plan.
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNT
328-041110-5212115/212828502-5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 3
ERM SOW for HP/LA Oversight 1 December 22, 2017
STATEMENT OF WORK SCOPE
ERM OVERSIGHT ACTIVITIES
FOR CITY OF AUGUSTA DREDGING PROJECT
AT HIERS POND AND LAKE AUMOND
Table 1, attached, presents a Summary of Estimated Probable Costs for ERM to provide
oversight assistance to the City of Augusta during dredging at Hiers Pond and Lake Aumond.
These estimated costs are based on anticipated ERM activities to oversee dredging contractor
activities needed to maintain compliance with the dredging permit issued by the U.S Corps of
Engineers (USACE) on April 17, 2017 and the Water Quality Certificate (WQC) issued by the
Georgia Department of Environmental Protection (GA EPD) issued on February 14, 2017.
The attached Table 1 provides three main Project Tasks with Subtasks. Estimated costs are
provided for each Subtask and the total Task. In developing the estimate, ERM employed the
following assumptions:
1. The ERM rates reflect a 5% increase from the rates in place since 2015 and will apply to these
Tasks only.
2. Regular Client/Project Team meetings will occur via ERM-organized teleconference.
3. ERM will be present in Augusta at multiple times during the project to meet with Agencies,
train project participants, and inspect/oversee dredging activities. At least one (1) ERM
staff person will be at the work site at all times. Up to three (3) ERM staff will be on site
during the initial meetings, training sessions, and disposal site inspection activities. These
staff will include Joe Carvitti, Paul Krause, and the routine oversight person.
4. ERM’s activities will be related solely to permit compliance requirements and associated
project oversight. ERM will not be responsible for scheduling work or controlling the
technical manner in which the contractor performs the work.
A brief description of each Project Task is provided below.
A. Project Management. As listed in Table 1, management activities consist of routine
discussions and review of issued permits for the purposes of developing checklists and plans.
The checklist(s) that ERM develops will tabulate each of the specific permit requirements in a
format that will allow clear and easy understanding of requirements and documentation of
adherence to the requirements. Because the submitted Dredging Plan is incorporated into the
permit and WQC, specific aspects of this Plan will be included in the checklist(s). The
checklist(s) will be designed so as to allow daily (or some other frequency) review to ensure the
permit conditions are being observed and satisfied. The estimated cost for the Task is $23,578.
B. Contractor and Agency Interactions. The permit and WQC include specific requirements
for interactions between the City, dredging contractor, and USACE/GA EPD. ERM will
facilitate these interactions by assisting with scheduling and notifications. ERM will first meet
with the selected contractor to discuss the overall dredging schedule and operations. When a
reasonably certain schedule has been established, ERM will contact the USACE and GA EPD to
schedule a pre-dredging meeting of all parties. ERM will be present at the meeting and will
prepare documentation of the topics discussed and any specific outcomes of importance that
Attachment number 1 \nPage 1 of 3
Item # 3
ERM SOW for HP/LA Oversight 2 December 22, 2017
transpired. ERM also will ensure that all required notifications are prepared and submitted as
dictated by the permit and/or WQC. The estimated cost for the Task is $40,397.
C. Dredge Activity Oversight. ERM will oversee all phases of on-site contractor activity to
monitor their activities with respect to maintaining compliance with permit and WQC terms
and conditions. ERM will prepare training materials that summarize permit and WQC
obligations and decisions points. These training materials will them be presented to all
members of the dredging team expected to be performing work on site. Topics such as
reporting requirements, safety considerations, site access and appearance, and recordkeeping
issues will be presented during the training session. ERM will document that all persons
wishing to have access to the dredging sites have undergone training on the permit
requirements and site safety procedures prior to allowing them to enter the work area.
As required by the permit, prior to placing any dredged material in the disposal site, ERM will
participate in an inspection of the disposal site. Results of the inspection will be documented
along with photographs of the site. Periodically during the dredging activities, ERM will
perform additional inspections of the disposal site to document that disposal is being
performed in an environmentally responsible manner. A final inspection will be performed
after the cap is installed.
During dredging, ERM will arrange routine “tail-gate” meetings with the dredging contractor.
These tail-gate meetings will be conducted no less frequently than once per week and any day
that an Agency is scheduled to visit the work site. ERM also will routinely fill in the checklist(s)
prepared in Task A. Should any deviations from permit requirements be noted, ERM will
immediately bring the deviation to the attention of the dredging contractor and the City.
ERM will provide one (1) staff member to oversee dredging activities each day. This person
will be assigned from one of ERM’s local offices. At times, during scheduled inspections by an
Agency, ERM’s Project Manager also will be present at the site.
At completion of the dredging activities, ERM will perform a final inspection of all areas to
document that the areas have been maintain/returned to the conditions specified in the permit
and Dredging Plan.
The estimated cost for the activities under this Task is $133,422.
Attachment number 1 \nPage 2 of 3
Item # 3
TABLE 1. Summary of Estimated Probable Costs
Hires Pond and Lake Aumond Dredge Support
Cranston Engineering Group, Augusta, Georgia
Labor
Charges
Associated
Project
Costs @ 9.8%
Field
Expenses
Laboratory
Expenses
Subcontractor
Expenses
Total
Expenses
PROJECT
TASKS
TOTAL
COSTS
A Project Management and
Meetings
$21,474 $2,104 $0 $0 $0 $2,104 $23,578
A1 PM/Client Discussions $6,316 $619 $0 $0 $0 $619 $6,935 A2 Review Permit and WDCs $4,453 $436 $0 $0 $0 $436 $4,889 A3 Develop Permit Checklist
Materials
$7,998 $784 $0 $0 $0 $784 $8,781
A4 Summarize Dredging
Plans
$2,708 $265 $0 $0 $0 $265 $2,973
. B Contractor and Agency
Interactions
$30,187 $2,958 $7,251 $0 $0 $10,210 $40,397
B1 Pre-Dredge meeting with
Contractors
$13,472 $1,320 $4,861 $0 $0 $6,181 $19,654
B2 Pre-Dredge meeting with
Agencies
$6,948 $681 $2,390 $0 $0 $3,071 $10,019
B3 USACE/GAEPD
Notifications
$2,081 $204 $0 $0 $0 $204 $2,285
B4 Final Paperwork and
Notifications
$7,686 $753 $0 $0 $0 $753 $8,439
. C Dredge Activity
Oversight
$91,620 $8,979 $32,823 $0 $0 $41,802 $133,422
C1 Contractor Training and
Inspections
$17,320 $1,697 $7,023 $0 $0 $8,720 $26,041
C2 Permit Compliance
Inspections
$6,311 $619 $0 $0 $0 $619 $6,930
C3 Field Site
Meetings/Compliance
$67,988 $6,663 $25,800 $0 $0 $32,463 $100,452
TOTALS $143,281 $14,042 $40,075 $0 $0 $54,116 $197,397
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
o
f
3
It
e
m
#
3
(SA01 – For changes greater than $20,000) April 2010
AUGUSTA, GA ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
Augusta Richmond County Project Number(s): 328-041110-212828502
Supplemental Agreement Number: 9
Purchase Order Number: 165515
WHEREAS, We, Cranston Engineering Group, Consultant, entered into a contract with Augusta-
Richmond County on May 5, 2009, for engineering design services associated with the Rock
Creek/Warren Lake Restoration Project., File Reference No. 09-014 (A), and
WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered
by the scope of the original contract, we desire to submit the following Supplemental Agreement
to-wit:
Additional requests to consist of Project Mgmt, Contractor and Agency
Interactions and Dredge Activity Oversight
It is agreed that as a result of the above described modification the contract amount is increased by
$197,397.00 from $1,811,500.70 to a new total of $2,008,897.70
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, Cranston Engineering Group, 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 , 2018
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY
AUGUSTA, GEORGIA
Hardie Davis, Jr, Mayor
Approved: Date Approved: Date
[ATTACHED CORPORATE SEAL]
ATTEST: ATTEST:
Title: Title:
Attachment number 2 \nPage 1 of 1
Item # 3
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
ROCK CREEK/WARREN LAKE RESTORATION
Capital Project Budget is hereby authorized:
Section 1: This project is authorized to CPB#328-041110-212828502 for Rock Creek/Warren Lake
Restoration project and Supplemental Agreement Number Nine in the amount of $197,397
to Cranston Engineering for additional services during dredging construction phase for
SPLOST VI.
Section 2: The following revenues are anticipated to be available to the Consolidated Government to
complete the project.
Special 1% Sales Tax, Phase II $1,200,000
Special 1% Sales Tax, Phase VI 392,055
Special 1% Sales Tax, Phase VI $19,650
Special 1% Sales Tax, Phase VI 299,575
Special 1% Sales Tax, Phase VI 197,397
$2,108,677
Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in
carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
____________________________________________________________
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
CPB#328-041110-212828502
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following
Honorable Hardie Davis, Jr., Mayor
CHANGE NUMBER SIX
contractor request for field information attending construction progress meetings, and dredging
and disposal activites compliance. Funding is available in project Engineering account
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For
1 of 2 2.16.2018
Attachment number 3 \nPage 1 of 2
Item # 3
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
ROCK CREEK/WARREN LAKE RESTORATION
CPB#328-041110-212828502
CHANGE NUMBER SIX
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For
CPB AMOUNT CPB NEW CPB
SOURCE OF FUNDS CPB ADDITION AMOUNT
SPECIAL 1% SALES TAX, PHASE II
322-04-1110-207822001 ($1,200,000) ($1,200,000)
SPECIAL 1% SALES TAX, PHASE VI
328-04-1110-212828502 ($411,705)($411,705)
SPECIAL 1% SALES TAX, PHASE VI ($299,575) ($197,397) ($496,972)
328-04-1110-212828502
TOTAL SOURCES:($1,911,280) ($197,397) ($2,108,677)
USE OF FUNDS
ENGINEERING
322-041110-5212115-207822001 $1,200,000 $1,200,000
328-041110-5212115-212828502 $711,280 $197,397 $908,677
TOTAL USES:$1,911,280 $197,397 $2,108,677
2 of 2 2.16.2018
Attachment number 3 \nPage 2 of 2
Item # 3
Engineering Services Committee Meeting
2/27/2018 1:20 PM
Construction Services for Hiers Pond and Lake Aumond RFP 17-301
Department:Engineering
Presenter:
Caption:Approve award of Sediment Dredging and Disposal Construction
Services Two-Phase Contract (Phase 1 (Heirs Pond) and Phase 2
(Lake Aumond)) to Waterfront Property Services, LLC dba Gator
Dredging subject to Value Engineering as requested by the AED.
Also approve and authorize executing Phase 1 contract not to
exceed in the amount of $2 million. Award is contingent upon
receipt of signed contract. RFP 17-301
Background:Augusta Canal Basin Dredging (Lake Olmstead, Lake Aumond,
Heirs Ponds and Rae’s Creek) are approved projects. Lake
Olmstead is presently in permitting stage, however, AED recently
secured Section 404 of the Clean Water Act required individual
permit for Hiers Pond and Lake Aumond. Natural degradation
and years of development upstream of Hiers Pond and Lake
Aumond (water bodies) has caused them to become silted and
overgrown with aquatic weeds and other evasive plant species,
thus negatively impacting visual appeals and storm water retention
capabilities. The proposed will return water bodies to their near
original contours while improving water retention and visual
appeal. Contract services consist of dredging two waterbodies; i)
Hiers Pond, and ii) Lake Aumond. Given regulatory permitting
constrains; AED is proposing to execute and complete this work
in two phases. First Phase (Phase1) includes preparation of
disposal area and dredging of Hiers Pond at cost not to exceed
contract amount of $2million. Second Phase (Phase2) will
commence after completion of Phase1. Phase2 includes dredging
of Lake Aumond at cost not to exceed contract amount of
$2.3million.
Analysis:RFPs were received on January 10, 2018 and firms were evaluated
based on qualifications, project approach, and experience. The
following firms submitted RFPs for evaluations: 1.Waterfront
Property Services, LLC (dba Gator Dredging). 2.Beams’s
Contacting, Inc. 3.Reeves & Young, LLC. Waterfront Property
Cover Memo
Item # 4
Services, LLC (dba Gator Dredging) was selected based on the
evaluation procedures used for this project.
Financial Impact:Funds are available in Engineering Grading and Drainage
(Stormwater) SPLOST account.
Alternatives:1). Approve award of Sediment Dredging and Disposal
Construction Services Two-Phase Contract (Phase 1 (Heirs Pond)
and Phase 2 (Lake Aumond)) to Waterfront Property Services,
LLC Waterfront Property Services, LLC dba Gator Dredging
subject to Value Engineering as requested by the AED. Also
Approve and Authorize executing Phase 1 contract not to exceed
in the amount of $2million. Award is contingent upon receipt of
signed contract. RFP 17-301. 2). Do not approve and find
alternative to complete the project.
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
FUNDS ARE AVAILABLE IN THE FOLLOWING
ACCOUNTS: SPLOST–Grading and Drainage (Stormwater)
FY18 allocation 329-04-4320-216829903
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 4
Invitation to Bid
Sealed bids will be received at this office until Wednesday, December 27, 2017 @ 3:00 p.m. for furnishing:
7
Bid Item #17-303 Deans Bridge Road MSW Landfill 2017 Phase 3, Stage 1, Cell 3 Construction for Augusta
Environmental Services Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair 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 $70.00.
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 Tuesday, November 21, 2017. 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.
A Mandatory Pre Bid Conference will be held on Friday, December 8, 2017 @ 10:00 a.m. in the Procurement Department,
535 Telfair Street, Room 605, Augusta, GA 30901.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office
of the Procurement Department by Tuesday, December 12 2017 @ 5:00 P.M. No bid will be accepted by fax, all must be received
by mail or hand delivered.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder. 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 placed the bidder at the risk of
receiving incomplete or inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811orEmail: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Attachment number 1 \nPage 1 of 1
Item # 4
OFFICIAL
VENDORS Attachment
"B"E-Verify SAVE
Form Bid Bond Original
7
Copies
Fee
Proposal
Compliance
Review
Waterfront Property Servce, LLC
dba Gator Dredging
13630 50th Way North
Clearwater, FL 33760
YES 976491 YES YES YES YES YES YES
Beam's Contracting, Inc.
15030 Atomic Road
Beach Island, SC 29842 YES 167300 YES YES YES YES YES YES
Reeves & Young, LLC
45 Peachtree Industrial Blvd
Suite 200
Sugar Hill, GA 30518
YES 886774 YES YES YES YES YES YES
RFP Item# 17-301 Construction Services for Hiers Pond
and Lake Aumond Sediment Dredging and Disposal
for the Augusta, GA – Engineering Department
RFP Due: Thursday, December 14, 2017 @ 3:00 p.m.
Total Number Specifications Mailed Out: 4
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar):NA
Pre Proposal Conference Attendees: 8
Total packages submitted: 3
Total Noncompliant:
Page 1 of 1
Attachment number 2 \nPage 1 of 1
Item # 4
Attachment number 3 \nPage 1 of 1
Item # 4
Attachment number 4 \nPage 1 of 2
Item # 4
Attachment number 4 \nPage 2 of 2
Item # 4
Waterfront Property Services, LLC
dba Gator Dredging
13630 50th Way North
Clearwater, FL 33760
Beam's Contracting, Inc.
15030 Atomic Road
Beach Island, SC 29842
Reeves & Young, LLC
45 Peachtree Industrial Blvd
Suite 200
Sugar Hill, GA 30518
Dredge America, Inc.
9555 NW Highway N
Kansas City, MO 64153
RFP Item #17-301
Construction Services for Heirs Pond
and Lake Aumond Sediment
Dredging and Disposal
For Engineering Department
Mailed Out 11/14/17
RFQ Item #17-247
Construction Services for Heirs Pond and
Lake Aumond Sediment
Dredging and Disposal
For Engineering Department
Bid Due: Fri. 12/14/17@ 3:00 P.M.
Abie Ladson
Engineering Department
Kellie Irving
Compliance Department Hameed Malik
Engineering Department
Attachment number 5 \nPage 1 of 1
Item # 4
Waterfront Property
Services, LLC
dba Gator Dredging
13630 50th Way North
Clearwater, FL 33760
Beam's Contracting, Inc.
15030 Atomic Road
Beach Island, SC 29842
Reeves & Young, LLC
45 Peachtree Industrial Blvd
Suite 200
Sugar Hill, GA 30518
Waterfront Property
Services, LLC
dba Gator Dredging
13630 50th Way North
Clearwater, FL 33760
Beam's Contracting, Inc.
15030 Atomic Road
Beach Island, SC 29842
Reeves & Young, LLC
45 Peachtree Industrial Blvd
Suite 200
Sugar Hill, GA 30518
Evaluation Criteria Ranking Points
1. Completeness of Response
• Package submitted by the deadline
• Package is complete (includes requested
information as required per this solicitation)
• Attachment B is complete, signed and notarized
N/A Pass/Fail PASS PASS PASS PASS PASS PASS
2. Qualifications & Experience (0-5)20 5 2.5 3 100 50 60
3. Organization & Approach (0-5)15 5 3.5 4 75 52.5 60
4 A Scope of Services
• Proposed scope of services appropriate for all
phases of the work.
• Completion of all construction dredging activities
per Project Dredging plans.
• Dredging and disposal process compliance with
404 individual permit conditions.
• Approach resolving dredging/construction
conflicts or problems.
B Project Deliverables
scope set forth in above requirements.
C. Cost Control and Budgeting Methodology
cost and budget.
similar project/service.)
(0-5)15 4.5 3 3 67.5 45 45
5. Schedule of Work (0-5)10 5 4 2 50 40 20
0 0 0
Within Richmond County 5 10 0 0 0
Within CSRA 5 6 5 0 30 0
Within Georgia 5 4 5 0 0 20
Within SE United States (includes AL, TN, NC,
SC, FL) 5 2 5 10 0 0
All Others 5 1 0 0 0
7. References (0-5)5 5 5 5 25 25 25
24.5 18 17 327.5 242.5 230
8. Presentation by Team (0-5)10 0 0 0
9. Q&A Response to Panel Questions (0-5)5 0 0 0
0 0 0
Lowest Fees 5 10 5 0 0 50
Second 5 6 5 30 0 0
Third 5 4 5 0 20 0
Forth 5 2 0 0 0
Fifth 5 1 0 0 0
Total Phase 2 5 5 5 30 20 50
357.5 262.5 280
Evaluation Sheet for RFP #17-301 Construction Services for Hiers Pond
and Lake Aumond Sediment Dredging and Disposal
for the Augusta, GA – Engineering Department
Evaluation Meeting: Wednesday, January 10, 2018 @ 10:00 a.m.
Vendors
Phase 2 (Option - Numbers 8-9)
Procurement DepartmentRepresentative:___________Nancy Williams__________________________________
Evaluator: Cumulative Date: 1/10/18
Total (Total Possible Score 750)
Ranking of 0-5 (Enter a number value between 0 and 5)
6. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only)
Weighted Scores
Phase 1 Total - (Total Maximum Ranking 25 -
Maximum Weighted Total Possible 375)
Phase 1
Scale 0 (Low) to 5 (High)
Procurement Department Completion Date: 1/10/18
Internal Use Only
Total Cumulative Score
(Maximum point is 500)
10. Cost/Fee Proposal Consideration
(only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only)
Attachment number 6 \nPage 1 of 1
Item # 4
Attachment number 7 \nPage 1 of 3
Item # 4
Attachment number 7 \nPage 2 of 3
Item # 4
Attachment number 7 \nPage 3 of 3
Item # 4
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby amended:
Section 1: The project is authorized to CPB#329-04-4320-216829903. This request is to award the
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
2,000,000$
2,000,000$
Section 3: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Honorable Hardie Davis, Mayor
CAPITAL PROJECT BUDGET
CPB#329-044320-216829903
Heirs Pond and Lake Aumond Sediment Dredging and Disposal
(Bid 17-301)
Sediment Dredging and Disposal Construction Services Two-Phase Contract (Phase 1
Heirs Pond) and Phase 2 (Lake Aumond) to Waterfront Property Services, LLC
dba Gator Dredging in the amount of $2,000,000.00. Funding is available in
the Project Funds.
Grading and Drainage (Stormwater) SPLOST Ph VII
2.16.2018
Attachment number 8 \nPage 1 of 2
Item # 4
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
CPB#329-044320-216829903
Heirs Pond and Lake Aumond Sediment Dredging and Disposal
(Bid 17-301)
CPB AMOUNT CPB New
SOURCE OF FUNDS CPB Addition CPB
Grading and Drainage (Stormwater)
SPLOST PHASE VII $2,000,000 $2,000,000
TOTAL SOURCES: $2,000,000 $2,000,000
USE OF FUNDS
ENGINEERING
329-04-4320-5414110/216829903 $2,000,000 $2,000,000
TOTAL USES: $2,000,000 $2,000,000
2.16.2018
Attachment number 8 \nPage 2 of 2
Item # 4
Engineering Services Committee Meeting
2/27/2018 1:20 PM
Downtown parking
Department:
Presenter:Commissioner Fennoy and Bran Halterman
Caption:Discuss the comprehensive issues of downtown parking; and
receive a presentation from Mr. Bryan Halterman regarding same.
(Requested by Commissioner Bill Fennoy - referred from
February 13 Engineering Services Committee)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 5
Engineering Services Committee Meeting
2/27/2018 1:20 PM
Longpoint Townhomes Ph III Sec 2 Deed of Dedication & Plat
Department:Augusta Utilities Department
Presenter:Tom Wiedmeier
Caption:Consider approving a Deed of Dedication for the water and sanitary
sewer systems from TCA, LLC, for Longpoint Townhomes, Phase
III, Section 2.
Background:TCA, LLC, constructed the Longpoint Townhomes, Phase III,
Section 2 homes, in 2014. In the process of building these homes,
TCA constructed water and sanitary sewer pipelines crossing the
property.
Analysis:These water and sanitary sewer pipelines have passed inspection
and are ready to be accepted into the public system.
Financial Impact:None
Alternatives:Disapprove the Deed of Dedication.
Recommendation:Approve the Deed of Dedication.
Funds are Available
in the Following
Accounts:
None
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 6
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
o
f
5
It
e
m
#
6
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
o
f
5
It
e
m
#
6
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
o
f
5
It
e
m
#
6
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
4
o
f
5
It
e
m
#
6
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
5
o
f
5
It
e
m
#
6
Engineering Services Committee Meeting
2/27/2018 1:20 PM
Longpoint Townhomes Ph IV Deed of Dedication & Plat
Department:Augusta Utilities Department
Presenter:Tom Wiedmeier
Caption:Consider approving a Deed of Dedication for the water and sanitary
sewer systems for Longpoint Townhomes Phase IV, from TCA,
LLC.
Background:TCA, LLC, constructed the Longpoint Townhomes, Phase IV
homes, in 2012. In the process of building these homes, TCA
constructed water and sanitary sewer pipelines crossing the
property.
Analysis:These water and sanitary sewer pipelines have passed inspection
and are ready to be accepted into the public system.
Financial Impact:None
Alternatives:Disapprove the Deed of Dedication.
Recommendation:Approve the Deed of Dedication.
Funds are Available
in the Following
Accounts:
None
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 7
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
o
f
6
It
e
m
#
7
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
o
f
6
It
e
m
#
7
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
o
f
6
It
e
m
#
7
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
4
o
f
6
It
e
m
#
7
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
5
o
f
6
It
e
m
#
7
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
6
o
f
6
It
e
m
#
7
Engineering Services Committee Meeting
2/27/2018 1:20 PM
Minutes
Department:Clerk of Commission
Presenter:
Caption:Motion to approve the minutes of the Engineering Services
Committee held on February 13, 2018.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 8
Engineering Services Committee Meeting Commission Chamber - 2ll3l20l8
ATTENDANCE:
Present: Hons. Fennoy, Chairman; Hasan, Vice Chairman; Frantom,
member.
Absent: Hons. Hardie Davis, Jr., Mayor; Smith, member.
ENGINEERING SERVICES
1. Discuss the comprehensive issues of downtown parking; and receive Item
a presentation from IvIr. Bryan Halterman regarding same. (Requested by Action:
Commissioner Bill Fennoy - referred from January 30 Engineering Services None
Committee)
Made Seconded MotionBy By Result
This item will be heard at the next
committee meeting on February 27.
2. Consider proposal from Johnson, Laschober & Associates, P.C. to provide Item
engineering services for the Utilities Department's Fort Gordon Cyber CoE Action:
Campus Utilities. RFQ 13-124 Approved
Motions
f#:"' Motion rext
Motions
Motion Motion Textr ype
Motion to
^ aDDrove.APProve uotion passes
3-0.
Seconded ByMade By Motion
Result
Commissioner Ben Commisioner Sean passesHasan Frantom
3. Consider proposal from Johnson, Laschober & Associates, P.C. to provide Item
engineering services for the Utilities Department's Fort Gordon Block 10 Action:
Irrigation System project. RFQ 13-124 Approved
Attachment number 1 \nPage 1 of 3
Item # 8
Motions
[]j:"t Motion Text Made By seconded By Motion
I ype ''---- -'1 ----"--- -r Result
Motion to
Approve i|lffiurr., commissioner Ben
f;mmisioner
Sean passes
3-0.
4. Motion to approve the minutes of the Engineering Services Committee held on Item
January 30,2018. Action:
Approved
Motions
X:-tl'" Motion Text Made By seconded By Motionl'ype - ----- -'I -------- -J Result
Motion to
Approve ffil;,";r**r., F;-'"*"ner
Sean
fiommissioner
Ben passes
3-0.
5. Motion to authorize condemnation to acquire property in fee simple interests Item
(Parcel 088-1-042-00-0) - 1928 Florida Road. Action:
Approved
Motions
X:l:'" Motion Text Made By seconded By Motion
l YPe Result
Motion to
Approve ixli,o#r^r., nffi*"ner Sean commissioner Ben passes
3-0.
6. Motion to authorize condemnation to acquire property in fee simple interests ltem
(Parcel 088-l-043-00-0) - 1926 Florida Road. Action:
Approved
Motions
Motion r,_a!__-m , tr t Motion- ----- Motion Text Made By Seconded Bylype - ---- -" Result
Motion to
Approve ixlrr,o#*ur.., F;**"ner Sean commissioner Ben passes
3-0.
Attachment number 1 \nPage 2 of 3
Item # 8
7. Motion to authorize condemnation to acquire property in fee simple interests Item
(Parcel 088-l-044-00-0) - 1922 Florida Road. Action:
Approved
Motions
Motion Motion Text Made By Seconded By f"'rtjfi'r ype
Motion to
Approve ffiLtXltrurr., F;--*"ner Sean
fi;mmissioner
Ben passes
3-0.
8. Update from staff regarding awarding of storm water contracts. (Requested by Item
Commissioner Marion Williams) Action:
Approved
Motions
X:j*1"Il Motion Text Made By seconded By Motion'l'ype -.---- -r *------- -J Result
Motion to approve
^ receiving this item as Commissioner CommisionerApprove inrormation. Ben Hasan Sean Frantom Passes
Motion Passes 3-0.
9. Motion to award contract to CH2M Hill for RFP Item #17-207 Strategic Item
Asset Management Planning. Action:
Disapproved
Motions
X*:" Motion Text Made By Seconded By MotionlYPe Result
Motion to refer this item
to the full Commission
Defer with no Commisioner Commissioner
recommendation. Mr. Sean Frantom Ben Hasan Fails
Fennoy votes No.
Motion Fails 2-1.
www.augustaga.gov
Attachment number 1 \nPage 3 of 3
Item # 8
Engineering Services Committee Meeting
2/27/2018 1:20 PM
River Watch Parkway Commercial/Retail Center Deed of Dedication & Maintenance Agreement
Department:Utilities
Presenter:Tom Wiedmeier
Caption:Consider approving a Deed of Dedication and Maintenance
Agreement for the gravity sanitary sewer system from Euchee
Creek Development Co., Inc.
Background:Euchee Creek Development is in the process of developing and
commercial/retail site at Cooper Drive near Furys Ferry Road. In
order to do this, the sanitary sewer needed to be extended, to reach
both sides of Cooper Drive. Euchee Creek has extended the line
and now wishes to dedicate said extension to Augusta.
Analysis:The pipeline has been laid and has passed inspection.
Financial Impact:None
Alternatives:Disapprove the Deed of Dedication and Maintenance Agreement.
Recommendation:Approve the Deed of Dedication and Maintenance Agreement.
Funds are Available
in the Following
Accounts:
None
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 9
Attachment number 1 \nPage 1 of 6
Item # 9
Attachment number 1 \nPage 2 of 6
Item # 9
Attachment number 1 \nPage 3 of 6
Item # 9
Attachment number 1 \nPage 4 of 6
Item # 9
Attachment number 1 \nPage 5 of 6
Item # 9
Attachment number 1 \nPage 6 of 6
Item # 9
Attachment number 2 \nPage 1 of 1
Item # 9
Engineering Services Committee Meeting
2/27/2018 1:20 PM
Thompson Farms - Big Farm Lease Extension
Department:Augusta Utilities Department
Presenter:Tom Wiedmeier
Caption:Consider approving a lease extension with Thompson Farms on a
29 acre portion of the Big Farm property.
Background:Augusta is the owner of the Big Farm property located in the
Phinizy Swamp. Some of this property has been used for the
constructed wetlands, however, Thompson Farms continues to
lease and farm a 29 acre tract, within the larger property. This
tract contains 29 acres of cultivatable land. The rental is $250.00
per year, for a five year extension, from January 1, 2019 to
midnight December 31, 2023.
Analysis:In addition to the yearly rental payment, Thompson Farms
maintains and repairs Beaver Dam Ditch Bridge and a portion of
the access road, thus relieving Augusta of doing so.
Financial Impact:Income of $250.00 per year, for five years.
Alternatives:Deny the motion to approve a lease extension, with Thompson
Farms, on a 29 acre portion of the Big Farm property.
Recommendation:Approve the motion to approve a lease extension, with Thompson
Farms, on a 29 acre portion of the Big Farm property.
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Cover Memo
Item # 10
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 10
Attachment number 1 \nPage 1 of 2
Item # 10
Attachment number 1 \nPage 2 of 2
Item # 10
Attachment number 2 \nPage 1 of 13
Item # 10
Attachment number 2 \nPage 2 of 13
Item # 10
Attachment number 2 \nPage 3 of 13
Item # 10
Attachment number 2 \nPage 4 of 13
Item # 10
Attachment number 2 \nPage 5 of 13
Item # 10
Attachment number 2 \nPage 6 of 13
Item # 10
Attachment number 2 \nPage 7 of 13
Item # 10
Attachment number 2 \nPage 8 of 13
Item # 10
Attachment number 2 \nPage 9 of 13
Item # 10
Attachment number 2 \nPage 10 of 13
Item # 10
Attachment number 2 \nPage 11 of 13
Item # 10
Attachment number 2 \nPage 12 of 13
Item # 10
Attachment number 2 \nPage 13 of 13
Item # 10
Engineering Services Committee Meeting
2/27/2018 1:20 PM
Willis Foreman Road Improvements Project
Department:Engineering
Presenter:
Caption:Approve and award Preliminary Engineering Concept Phase
(design phase 1) of the Design Consultant Services Agreement to
Wolverton & Associates, Inc. in the amount of $1,005,511.85 for
the Willis Foreman Improvement Project as requested by the
AED. Award is contingent upon receipt of signed agreement. RFQ
17-265
Background:This project is listed in the Transportation Improvement Program
(TIP). Willis Foreman Road is a two-way rural collector with a
total of two through lanes. The proposed project provides
connectivity between two urban major arterials (US 1 and US 25).
The purpose of this project is to improve traffic flow and public
safety and minimize traffic congestion by increasing the capacity
and providing improvements along Willis Foreman Road between
SR4/US1 and SR121/US25. Project Improvements include
widening up to four lanes with landscaped medians and turn lanes
as needed, widening the bridge over Spirit Creek (if needed),
major intersection improvements and adding curb and gutter,
sidewalks and street lights . In September 2017, Request for
Qualification was released for qualified firms to provide design
services along Willis Foreman Road corridor.
Analysis:RFQ’s were received on October 13, 2017 and firms were
evaluated based on qualifications, project approach, and
experience. The following firms submitted RFQs for evaluations:
1. Hussy, Gay, Bell & DeYoung, Inc. 2. Wolverton & Associates,
Inc. 3. Pond & Company 4. W.R. Toole Engineers, Inc. 5. Clark
Patterson Lee. 6. International Design services, Inc. Wolverton &
Associates was selected based on the evaluation procedures used
for this project.
Financial Impact:MPO Z230s funds. Augusta MPO through GDOT identified
federal and state funding source to complete engineering design
phase. It is reimbursable expense. Augusta entered into agreement
Cover Memo
Item # 11
(Project Framework Agreement) with GDOT for utilizing federal
and state funding for the project up to the amount of
$1,500,000.00 for completing Design Concept.
Alternatives:1). Approve and award Preliminary Engineering Concept phase of
the Design Consultant Services Agreement to Wolverton &
Associates, Inc. in the amount of $1,005,511.85 for the Willis
Foreman Improvement Project as requested by the AED. Award is
contingent upon receipt of signed agreement. RFQ 17-265 2). Do
not approve and find alternative to complete the project.
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
MPO Transportation Improvement Program Z230 S funds 340-04-
1110-5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 11
Attachment number 1 \nPage 1 of 20
Item # 11
Attachment number 1 \nPage 2 of 20
Item # 11
Attachment number 1 \nPage 3 of 20
Item # 11
Attachment number 1 \nPage 4 of 20
Item # 11
Attachment number 1 \nPage 5 of 20
Item # 11
Attachment number 1 \nPage 6 of 20
Item # 11
Attachment number 1 \nPage 7 of 20
Item # 11
Attachment number 1 \nPage 8 of 20
Item # 11
Attachment number 1 \nPage 9 of 20
Item # 11
Attachment number 1 \nPage 10 of 20
Item # 11
Attachment number 1 \nPage 11 of 20
Item # 11
Attachment number 1 \nPage 12 of 20
Item # 11
Attachment number 1 \nPage 13 of 20
Item # 11
Attachment number 1 \nPage 14 of 20
Item # 11
Attachment number 1 \nPage 15 of 20
Item # 11
Attachment number 1 \nPage 16 of 20
Item # 11
Attachment number 1 \nPage 17 of 20
Item # 11
Attachment number 1 \nPage 18 of 20
Item # 11
Attachment number 1 \nPage 19 of 20
Item # 11
Attachment number 1 \nPage 20 of 20
Item # 11
GEORGIA DEPARTMENT OF TRANSPORTATION
One Georgia Center, 600 West Peachtree Street, NW
Atlanta, Georgia 30308
Telephone: (404) 631-1000
Russell R. McMurry, P.E.,Commissioner
October 03, 2017
PI No. 0013703, Richmond County
CR 1515/Willis Foreman Road from SR 4/US 1 to SR 121/US 25
Honorable Hardie Davis, Jr., Mayor
Attn: Hameed Malik, PK.D., P.E., Assistant Director of Engineering
Augusta Engineering Department
452 Walker St, Suite 110
Augusta Georgia 30901
Dear Mayor Davis:
Enclosed is a Project Framework Agreement (PFA) detailing Preliminary Engineering commitments for the above
referenced project.
Please review the enclosed agreement and if satisfactory, provide signatures on the (4) originals, and return them to this
Office at the following address:
Georgia Department of Transportation
Office of Program Delivery
Attn: Bruce Anderson Jr.
600 West Peachtree Street, NW, 25th Floor
Atlanta, GA 30308
Once the signed agreements are received, they will be routed for GDOT signatures, and then Richmond County will be
sent one copy of the fully executed agreement for the project file. As mentioned in the PFA, additional Specific Activity
Agreements for Right of Way, Utility Relocation, and Construction will be sent at the appropriate time, if required.
If you have any questions about items contained in this agreement, please contact the Project Manager, Bruce Anderson
Jr. at (478) 538-8595.
Sincerely,
Albert V. Shelby, III
Director of Program Delivery/Program Control
AVS:KWN:CLB:ASA:BGA
Enclosures (4)
cc: Don Grantham, State Transportation Board Member, Congressional District 12
for
Attachment number 2 \nPage 1 of 1
Item # 11
Augusta-Richmond County, Georgia
RFQ-17-265
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, .
Georgia that the following Capital Project Budget is hereby adopted:
Section 1: This project is set up and authorized to CPB XXX to award
the preliminary Engineering Concept Phase of the Design Consultant Services
Agreement to Wolverton & Associates, Inc., in the amount of $1,005,511.85 for the
Willis Foreman Improvement Project.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
MPO Z230 1,005,512$
1,005,512$
Section 3: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
CPB#NA
Honorable Hardie Davis, Jr., Mayor
CAPITAL PROJECT BUDGET
Willis Foreman Improvement Project
1 of 2 2/1/2018
Attachment number 3 \nPage 1 of 2
Item # 11
Augusta-Richmond County, Georgia
RFQ-17-265
CPB#NA
CAPITAL PROJECT BUDGET
Willis Foreman Improvement Project
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB ADDITION CPB
MPO Z230s 1,005,512$ -$ 1,005,512$
340-041110-5212115
-$
TOTAL SOURCES: 1,005,512$ -$ 1,005,512$
USE OF FUNDS
ENGINEERING
340-041110-5212115 1,005,512$ -$ 1,005,512$
TOTAL USES:1,005,512$ -$ 1,005,512$
2 of 2 2/1/2018
Attachment number 3 \nPage 2 of 2
Item # 11
Request for Qualifications
Request for Qualifications will be received at this office until Friday, October 13, 2017 @ 11:00 a.m. for furnishing:
RFQ 17-265 Design Services for Willis Foreman Road Widening and Reconstruction Project for the
Augusta, GA Engineering Department
RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, September 29, 2017, @
5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered.
No RFQ may be withdrawn for a period of sixty (60) days after qualifications have been opened, pending the execution
of contract with the successful vendor.
Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall
include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and
conditions, applicable to the procurement. All specific requirements contained in the request for qualification
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 waivable or modifiable by the Procurement Director. All requests to waive or modify any
such material condition shall be submitted through the Procurement Director to the appropriate committee of the
Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the
outside of the envelope.
Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the
proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle September 7, 14, 21, 28, 2017
Metro Courier September 13, 2017
Attachment number 4 \nPage 1 of 1
Item # 11
OFFICIAL
VENDORS Attachment
"B"E-Verify SAVE
Form
Addendum
1 Original 7
Copies
Hussey, Gay, Bell & DeYoung, Inc.,
Consulting Engineers
329 Commercial Drive, Suite 200
Savannah, GA 31406
Yes 398475 Yes Yes Yes Yes
Wolverton & Associates, Inc.
6745 Sugarloaf Parkway, Suite 100
Duluth, GA 30097
Yes 110645 Yes Yes Yes Yes
Pond & Company
621 NW Frontage Road
Suite 320
Augusta, GA 30907
Yes 175046 Yes Yes Yes Yes
W R Toole Engineers, Inc.
1005 Broad Street Suite 200
Augusta, GA 30901 Yes 62986 Yes Yes Yes Yes
Clark Patterson Lee
3011 Sutton Gate Drive, Suite 130
Suwanee, GA 30024 Yes 209339 Yes Yes Yes Yes
International Design Service, Inc.
dba IDS Global
3847 Oakview Drive
Powder Springs, GA 30127
Yes 180023 Yes Yes Yes Yes
RFQ Opening RFQ 17-265 Design Services for
Willis Foreman Road Widening and Reconstruction Project
for Augusta, GA – Engineering Department
RFQ Due: Friday, October 13, 2017 @ 11:00 a.m.
Total Number Specifications Mailed Out: 17
Total Number Specifications Download (Demandstar): 4
Total Electronic Notifications (Demandstar):130
Pre Proposal Telephone Conference Attendees: NA
Total packages submitted: 6
Total Noncompliant: 0
Page 1 of 1
Attachment number 5 \nPage 1 of 1
Item # 11
Hussey, Gay, Bell &
DeYoung, Inc.,
Consulting Engineers
329 Commercial Drive,
Suite 200
Savannah, GA 31406
Wolverton & Associates, Inc.
6745 Sugarloaf Parkway,
Suite 100
Duluth, GA 30097
Pond & Company
621 NW Frontage Road
Suite 320
Augusta, GA 30907
W R Toole Engineers, Inc.
1005 Broad Street
Suite 200
Augusta, GA 30901
Clark Patterson Lee
3011 Sutton Gate Drive,
Suite 130
Suwanee, GA 30024
International Design
Service, Inc.
dba IDS Global
3847 Oakview Drive
Powder Springs, GA 30127
Hussey, Gay, Bell &
DeYoung, Inc.,
Consulting Engineers
329 Commercial Drive,
Suite 200
Savannah, GA 31406
Wolverton & Associates, Inc.
6745 Sugarloaf Parkway,
Suite 100
Duluth, GA 30097
Pond & Company
621 NW Frontage Road
Suite 320
Augusta, GA 30907
W R Toole Engineers, Inc.
1005 Broad Street
Suite 200
Augusta, GA 30901
Clark Patterson Lee
3011 Sutton Gate Drive,
Suite 130
Suwanee, GA 30024
International Design
Service, Inc.
dba IDS Global
3847 Oakview Drive
Powder Springs, GA 30127
Evaluation Criteria Ranking Points
1. Completeness of Response
• Package submitted by the deadline
• Package is complete (includes requested
information as required per this solicitation)
• Attachment B is complete, signed and notarized
N/A Pass/Fail PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS
2. Qualifications & Experience (0-5)15 5 5 5 4 5 3.5 75 75 75 60 75 52.5
3. Organization & Approach (0-5)15 5 5 4.5 3.5 5 3.5 75 75 67.5 52.5 75 52.5
4. Scope of Services
1. Specific relevant experience of your company
(specific to federal funded “roadway widening and
bridge work” concept and design)
2. detailed description of the proposed technical
approach to be taken for the performance of the
required services
(0-5)25 5 5 4 3.5 5 3 125 125 100 87.5 125 75
5. Schedule of Work (0-5)10 5 5 4 4 4 1 50 50 40 40 40 10
6. Financial and Equipment Statement (0-5)10 4 5 4.5 3.5 4.5 2.5 40 50 45 35 45 25
7. References (0-5)10 5 5 5 5 5 5 50 50 50 50 50 50
29 30 27 23.5 28.5 18.5 415 425 377.5 325 410 265
8. Presentation by Team (0-5)10 0 0 0 0 0 0
9. Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 0
Total Phase 2 15 0 0 0 0 0 0 0 0 0 0
415 425 377.5 325 410 265
Procurement Department Completion Date: 10/30/17
Internal Use Only
Total Cumulative Score
(Maximum point is 500)
Evaluation Sheet for RFQ 17-265 Design Services for
Willis Foreman Road Widening and Reconstruction Project
for Augusta, GA – Engineering Department
Evaluation Meeting: Monday, October 30, 2017 @ 10:00 a.m.
Vendors
Phase 2 (Option - Numbers 8-9)
Procurement DepartmentRepresentative:______Nancy Williams_______________________________________
Evaluator: Cumulative Date: 10/30/17
Total (Total Possible Score 500)
Ranking of 0-5 (Enter a number value between 0 and 5)Weighted ScoresPhase 1
Scale 0 (Low) to 5 (High)
Phase 1 Total - (Total Maximum Ranking 25 -
Maximum Weighted Total Possible 425)
Attachment number 6 \nPage 1 of 1
Item # 11
Attachment number 7 \nPage 1 of 1
Item # 11
Attachment number 8 \nPage 1 of 4
Item # 11
Attachment number 8 \nPage 2 of 4
Item # 11
Attachment number 8 \nPage 3 of 4
Item # 11
Attachment number 8 \nPage 4 of 4
Item # 11
Attachment number 9 \nPage 1 of 2
Item # 11
Attachment number 9 \nPage 2 of 2
Item # 11