Loading...
HomeMy WebLinkAbout2019-11-12 Meeting AgendaEngineering Services Committee Meeting Commission Chamber- 11/12/2019- 1:10 PM ENGINEERING SERVICES 1.Approve the purchase of a Kubota M5091 HDC Tractor Loader- Batwing-Sweeper Combo, bid item #19-252 from J & B Tractor Co., Inc., Augusta GA as the compliant bidder with no exceptions. Attachments 2.Motion to determine that Clanton Road as shown on the attached map has ceased to be used by the public to the extent that no substantial public purpose is served by it or that its removal from the county road system is otherwise in the best public interest, pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed to the appropriate party (ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department. (Requested by Commissioner Hasan) Attachments 3.Discuss the consulting agreement with Atlantic Coast Consulting, Inc. relating to the Environmental Services Department. (Requested by Commissioner Ben Hasan) Attachments 4.Consider award of Bid Item #19-286 to Blair Construction, Inc. to construct the Fort Gordon 15th Street Collector Sanitary Sewer under the Task Order Program RFQ #18-263 in the amount of $2,888,188.00. Attachments 5.Motion to approve the minutes of the Engineering Services Committee held on October 29, 2019.Attachments 6.Approve Award of “On-Call Professional Services for Engineering and Field Design, small to Medium Scale Maintenance Task Design, Regulatory Periodic Inspection Compliance and Structural Inspection & Investigations” Services Attachments (CEI Services) Contract to ZEL Engineers, Infrastructure Management Systems, Moreland Altobelli, Hussey Gay Bell and Cranston Engineering, subject to receipt of signed contract and proper insurance documents. The Contract is for three years with renewal option of two additional years. Also, approve $500,000 to fund the CEI Services. Requested by AED. RFP 19-241 7.Motion to award RFQ #19-282, Professional Services for the Preparation of a Risk and Resilience Assessment to HDR Engineering, Inc. in the amount of $249,680. Attachments 8.Discuss Street Light Fee. (Requested by Commissioner Bobby Williams)Attachments 9.Approve the installation of 46 street lights along Walton Way between 15th Street and D’Antignac Street with an annual cost of $27,600.00. Funding is available for construction in 2019 Capital Outlay Funds budget account #272041610-54.14410, and annual maintenance and power is available through Street Lighting Fund #276041610-53.12310. Attachments www.augustaga.gov Engineering Services Committee Meeting 11/12/2019 1:10 PM Approve the purchase of a Kubota M5091 HDC Tractor Loader-Batwing-Sweeper Combo, bid item #19-252 from J & B Tractor Co., Inc., Augusta GA as the compliant bidder with no exceptions. Department:Environmental Services Presenter: Caption:Approve the purchase of a Kubota M5091 HDC Tractor Loader- Batwing-Sweeper Combo, bid item #19-252 from J & B Tractor Co., Inc., Augusta GA as the compliant bidder with no exceptions. Background:The Environmental Services Department, (ESD) currently has one large tractor, a Case Puma 155, used primarily for heavy towing and hillside mowing. When there is a major mechanical issue with this tractor, we have to transport the tractor to a specialized repair dealership, capable of working on tractors this size and larger. The dealership, Tidewater, is located at 9057 Hwy 67 Brooklet, Ga. which is approximately 100 miles away. Acquiring the M5091 HDC Kubota will provide multipurpose options; grass cutting, roadway sweeping, material transport (dirt/debris), and serve as a backup for the Customer Drop-Off (CDO) operations. In addition, the local Augusta area Kubota dealership is capable of performing all warranty-covered repairs and other repairs ESD personnel cannot perform. Analysis:To meet the needs of the ESD daily landfill operations, this size tractor greatly increases productivity with its various attachments. In addition, the smaller size allows the tractor and batwing to cut in areas that are not accessible by the larger Case Puma 155 tractor/batwing combination. The sweeper attachment will allow better cleaning of debris on the roadways, CDO paved areas, and scales, making the landfill a cleaner place for both internal and external customers. This solicitation is a continuation of the strategy of the Environmental Services Department phased acquisition process. We are replacing antiquated equipment in coordinated phases based on performance effectiveness and maintenance needs. Cover Memo Item # 1 Financial Impact:The cash purchase price of the 2019 Kubota M5091 HDC combo is $88,248. This includes the 15-foot batwing, loader/bucket, articulating front sweeper and Preventive Maintenance services for 2000 hours. Funds are available in 541-04-4210 / 54.22510. Alternatives:1. Approve the purchase of the Kubota M5091 HDC Tractor Loader Batwing Sweeper Combo bid item #19-252 from J & B Tractor Co., Inc. 2. Do not approve. Recommendation:Approve the purchase of the Kubota M5091 HDC Tractor Loader Batwing Sweeper Combo bid item #19-252 from J & B Tractor Co., Inc. Funds are Available in the Following Accounts: Funds are available in 541-04-4210 / 54.22510 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 1 Attachment number 1 \nPage 1 of 2 Item # 1 Attachment number 1 \nPage 2 of 2 Item # 1 Invitation to Bid Sealed bids will be received at this office until Friday, July 12, 2019 @ 11:00 a.m. for furnishing: Bid Item #19-252 Tractor/Front Loader - Batwing Sweeper Combo – for Augusta, GA 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, June 28, 2019 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project. No bids may be withdrawn for a period of ninety (90) 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 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: 706-821-2811 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 June 6, 13, 20, 27, 2019 Metro Courier June 6, 2019 Attachment number 2 \nPage 1 of 1 Item # 1 Attachment number 3 \nPage 1 of 2 Item # 1 Attachment number 3 \nPage 2 of 2 Item # 1 Attachment number 4 \nPage 1 of 1 Item # 1 Engineering Services Committee Meeting 11/12/2019 1:10 PM Clanton Road Department: Presenter: Caption:Motion to determine that Clanton Road as shown on the attached map has ceased to be used by the public to the extent that no substantial public purpose is served by it or that its removal from the county road system is otherwise in the best public interest, pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed to the appropriate party (ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department. (Requested by Commissioner Hasan) Background:Containing 2.72 Acres and is more fully shown on a Right of Way map of Clanton Road Relocation by Cranston Engineering Group, P.C. dated December 18, 2018, reference to which is hereby made for a more complete description as to the metes, bounds and location of said property. The abandonment request will be reviewed by all essential county departments and administrators and approvals were received to this abandonment request. The map of said Clanton Road is attached. Analysis:In addition to the information provided in the above Background section, publication notices will be made for a public hearing to be held, with results to be presented to the Commission. Notice to the property owners located thereon will be made, pursuant to O.C.G.A. §32-7-2(b)(1). Financial Impact:Cost of publication and advertisement of public hearing. Alternatives:Approve or deny request to determine that Clanton Road be abandoned. Recommendation: Cover Memo Item # 2 Approve determination and request for abandonment of Clanton Road, with public hearing to be held regarding the issue of abandonment pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed to the appropriate party(ies) as allowed by law, and an easement(s) as directed by the Augusta Engineering Department and the Augusta Utilities Department to be retained over the entire abandoned portion for existing or future utilities and drainage. Funds are Available in the Following Accounts: Funds are available REVIEWED AND APPROVED BY: Cover Memo Item # 2 RIGHT OF WAY MAP Clanton Road Relocation AUGUSTA, RICHMOND COUNTY, GEORGIA NO. 2512 G E O RGIA R E G I STER E D L A N D SUR V E Y O RJ O H N T HOMA S A T T A W AY At t a c h m e n t n u m b e r 1 \ n P a g e 1 o f 1 It e m # 2 LEGAL DESCRIPTION Tract “C” All that tract or parcel of land with improvements thereon, situate, lying and being in the 86th G.M.D. of Richmond County, Georgia and being more particularly described as follows: Commencing at the intersection of the western right of way (r/w) of the Clanton Road (80’ r/w) and the southern r/w of Tobacco Road (r/w varies), said point being the POINT OF BEGINNING; Thence along the southern r/w of Tobacco Road South 88 degrees 40 minutes 32 seconds East for a distance of 80.00 feet to a point; thence along the eastern r/w of Clanton Road the following courses: South 01 degrees 19 minutes 28 seconds West for a distance of 433.54 feet to a point; thence 392.82 feet along a curve to the left having a radius of 2476.15 feet being subtended by a chord of South 03 degrees 13 minutes 13 seconds East for a distance of 392.40 feet to a point; thence South 07 degrees 45 minutes 54 seconds East for a distance of 760.83 feet to a point; thence South 82 degrees 14 minutes 06 seconds West for a distance of 4.82 feet to a point; thence 193.42 feet along a curve to the left having a radius of 235.00 feet being subtended by a chord of North 31 degrees 20 minutes 04 seconds West for a distance of 188.01 feet to a point on the western r/w of Clanton Road; thence along said r/w the following courses: North 07 degrees 45 minutes 54 seconds West for a distance of 588.51 feet to a point; thence 405.51 feet along a curve to the right having a radius of 2556.15 feet being subtended by a chord of North 03 degrees 13 minutes 13 seconds West for a distance of 405.08 feet to a point; thence North 01 degrees 19 minutes 28 seconds East for a distance of 433.54 feet to a point; said point being the POINT OF BEGINNING, Containing 2.72 Acres and is more fully shown on a Right of Way map of Clanton Road Relocation by Cranston Engineering Group, P.C. dated December 18, 2018, reference to which is hereby made for a more complete description as to the metes, bounds and location of said property. Attachment number 2 \nPage 1 of 1 Item # 2 Engineering Services Committee Meeting 11/12/2019 1:10 PM Discuss Atlantic Coast Consulting Agreement Department: Presenter:Commissioner Ben Hasan Caption:Discuss the consulting agreement with Atlantic Coast Consulting, Inc. relating to the Environmental Services Department. (Requested by Commissioner Ben Hasan) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 3 Lena Bonner To: Subject: Commissioner Ben Hasan RE: November 1 Administrator's Advisory From: Commissioner Ben Hasan <BHasa n [oaugustaga.gov> Sent: Thursday, Novemb er O7 , 2O!9 8:58 AM To: Lena Bonner <lbonner@augustaga.gov> Subject: Fwd: November 1 Administrator's Advisory Good morning Mrs. Bonner will you please add to the agenda the landfill Consultants contract please? Thanks! Get Outlook fbr iOS & ra$ull i:ii tho e ttt":il iiilis;'nir'.:-rir:ri ll veri{iraliorr rs rorlr.rir'e,li. pleas.e requeaii a irarr! crpy version. AI:il'i04.'1 Attachment number 1 \nPage 1 of 1 Item # 3 Attachment number 2 \nPage 1 of 20 Item # 3 Attachment number 2 \nPage 2 of 20 Item # 3 Attachment number 2 \nPage 3 of 20 Item # 3 Attachment number 2 \nPage 4 of 20 Item # 3 Attachment number 2 \nPage 5 of 20 Item # 3 Attachment number 2 \nPage 6 of 20 Item # 3 Attachment number 2 \nPage 7 of 20 Item # 3 Attachment number 2 \nPage 8 of 20 Item # 3 Attachment number 2 \nPage 9 of 20 Item # 3 Attachment number 2 \nPage 10 of 20 Item # 3 Attachment number 2 \nPage 11 of 20 Item # 3 Attachment number 2 \nPage 12 of 20 Item # 3 Attachment number 2 \nPage 13 of 20 Item # 3 Attachment number 2 \nPage 14 of 20 Item # 3 Attachment number 2 \nPage 15 of 20 Item # 3 Attachment number 2 \nPage 16 of 20 Item # 3 Attachment number 2 \nPage 17 of 20 Item # 3 Attachment number 2 \nPage 18 of 20 Item # 3 Attachment number 2 \nPage 19 of 20 Item # 3 Attachment number 2 \nPage 20 of 20 Item # 3 Engineering Services Committee Meeting 11/12/2019 1:10 PM Fort Gordon 15th Street Collector Sanitary Sewer Department:Utilities Presenter:Tom Wiedmeier Caption:Consider award of Bid Item #19-286 to Blair Construction, Inc. to construct the Fort Gordon 15th Street Collector Sanitary Sewer under the Task Order Program RFQ #18-263 in the amount of $2,888,188.00. Background:Augusta Utilities Department (AUD) is the contracted water, sanitary sewer, and irrigation utility provider for Fort Gordon. Fort Gordon is undergoing a post-wide transformation with extensive new construction on the west side of post. This growth requires upgrading the 15th Street sanitary sewer to increase capacity. The project will install 4,560 feet of 30” sanitary sewer and 3,690 feet of 24” sanitary sewer. The cost for this project will be paid by Fort Gordon. Analysis:Blair Construction, Inc. submitted an acceptable bid package and was the lowest responsive bidder. The Utilities Department reviewed the bid and found it to be fair and reasonable. We recommend awarding this contract to Blair Construction, Inc. to construct the Fort Gordon 15th Street Collector Sanitary Sewer. Financial Impact:$2,888,188.00 funding is available from the following accounts: 507043420-5425210/88880180-5425210 Alternatives:No alternatives are recommended. Recommendation:Recommend approval for Utilities Department to contract with Blair Construction, Inc. to construct this project for the amount of $2,888,188.00. Funds are Available in the Funds are available in the following accounts: 507043420- 5425210/88880180-5425210 Cover Memo Item # 4 Following Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 4 Attachment number 1 \nPage 1 of 5 Item # 4 Attachment number 1 \nPage 2 of 5 Item # 4 Attachment number 1 \nPage 3 of 5 Item # 4 Attachment number 1 \nPage 4 of 5 Item # 4 Attachment number 1 \nPage 5 of 5 Item # 4 Attachment number 2 \nPage 1 of 1 Item # 4 PR O J E C T M A P 15 T H . S T R E E T C O L L E C T O R S A N I T A R Y S E W E R AU G U S T A U T I L I T I E S DE P A R T M E N T 45 2 W A L K E R S T R E E T , S U I T E 2 0 0 AU G U S T A , G A 3 0 9 0 1 Attachment number 3 \nPage 1 of 1 Item # 4 Invitation to Bid Sealed bids will be received at this office until Wednesday, October 23, 2019 @ 3:00 p.m. for furnishing: Bid Item #19-286 15th Street Collector Sanitary Sewer Project - Task Order – for Augusta, GA - Utilities 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 $110.00. 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, September 19, 2019. 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 Proposal Conference will be held on Thursday, October 3, 2019 @ 10:00 a.m. in the Procurement Department, 535 Telfair 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, October 8, 2019 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No proposal may be withdrawn for a period of ninety (90) days after RFPs have been opened, pending the execution of contract with the successful vendor. A 10% Bid Bond is required. 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: 706-821-2811 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 Mailed to Pre-Qualified Task Order Vendors September 19, 2019 Revised: 2/19/2016 Attachment number 4 \nPage 1 of 1 Item # 4 Attachment number 5 \nPage 1 of 2 Item # 4 Attachment number 5 \nPage 2 of 2 Item # 4 BEAMS CONTRACTING ATTN: BUDDY ROWLAND 15030 ATOMIC ROAD BEECH ISLAND SC 29842 LEGACY WATER GROUP, LLC ATTN: PHILLIP YOUNG 10130 BOB WILLIAMS PARKWAY COVINGTON, GA 30014 NORTH AMERICAN PIPELINE 62 HAMBY RD. SE MARIETTA, GA 30067 GARNTO ATTN: JASON GARNTO 4811 CLARK DRIVE EVANS, GA 30809 GEARIG CIVIL WORKS ATTN: RYAN ROWLAND 322 GRIMAUDE BLVD. GROVETOWN, GA. 30813 BLAIR CONSTRUCTION ATTN PATRICK DILLARD PO BOX 770 EVANS, GA 30809 REYNOLDS CONSTRUCTION 300 EAST BROAD STREET FAIRBURN, GA 30213 HORACE LUKE UTILITIES DEPARTMENT STANLEY AYE UTILITIES DEPARTMENT TREZA EDWARDS COMPLIANCE OFFICE BID ITEM #19-286 15TH STREET COLLECTOR SANITARY SEWER PROJECT-TASK ORDER FOR AUGUSTA UTILITIES DEPARTMENT BID DUE: WED. 10/23/19 @ 3:00 P.M. BID ITEM #19-286 15TH STREET COLLECTOR SANITARY SEWER PROJECT-TASK ORDER FOR AUGUSTA UTILITIES DEPARTMENT MAILED 09/19/19 Attachment number 6 \nPage 1 of 1 Item # 4 Attachment number 7 \nPage 1 of 2 Item # 4 Attachment number 7 \nPage 2 of 2 Item # 4 Engineering Services Committee Meeting 11/12/2019 1:10 PM Minutes Department: Presenter: Caption:Motion to approve the minutes of the Engineering Services Committee held on October 29, 2019. 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 Commission Chamber - lol29l20l9 ATTENDANCE: Present: Hons. Hardie Davis, Jr., Mayor; M. Williams, Chairman; Hasan, Vice Chairman; Garrett and Frantom, members. ENGINEERING SERVICES 1. Discuss TIA projects and process of getting Commission approval of those Item projects. (Requested by Mayor Pro Tem Sean Frantom) Action: Approved Motion to approve the A .^.^-^--^ list as stated. Mr. M. Commisioner Commissioner D.Approve williams out. Sean Frantom Ben Hasan Passes Motion Passes 3-0. 2. Approve award of Bid Item #19-135, Trash Services for Permanent Receptacles, to Coleman Sanitation. Motions f#:"' Motion rext Motions f#:" Motion rext Made By Seconded By Made By Seconded By Motion Result Sidewalk Item Action: Approved Motion Result Motion to approve. a _^_-_--__ Mr. M. Williams Commissioner CommissionerApprove ; ----;----;^^-^ . :"" :-'""^-"-^ Passesrr- - - out. Brandon Garrett Ben Hasan Motion Passes 3-0. 3. Approve the purchase of Caterpillar model D-8T WIilW GPS Dozer, bid Item item #19-266, from Yancey Brothers as the compliant bidder with no Action:exceptions. Rescheduled Motions Attachment number 1 \nPage 1 of 6 Item # 5 f#:"' Motion rext Motions |#:"' Motion rext Motions f#:"' Motion rext Motions Y:Ii"" Motion Textr ype Made By Seconded By Made By Seconded By Made By Seconded By Motion Result Motion to refer this item to the full t\ _-.._ , . CommissionerDefer commission with no commisioner recommendation. Sean Frantom Brandon passes Garrett Motion Passes 4-0. 4. Discuss operations at the Augusta Environmental Services Department. Item(Requested by Commissioner Marion Williams) action: Approved Motion to approve ^ receiving this item as commissioner commisionerApprove information. Brandon Garrett Sean Frantom Passes Motion Passes 4-0. 5. Authorize a $425,000.00 change order to Atlantic Coast Consulting's (ACC) current Purchase Order P367569. (RFP l9-146C Environmental Compliance Testing, Engineering & Consulting). Motion Result Motion Result Motion Result Item Action: Approved Motion to approve. a _ -__._- Mr. M. Williams Commissioner CommissionerApprove votes No. Brandon Garrett Ben Hasan Passes Motion Passes 3-1. 6. Approve Award of "Grounds and Landscaped Improvements and Maintenance Item- Various Roadways and Roundabouts" Contract to Augusta Quality LLC, Action: subject to receipt of signed contract and proper insurance documents. The Approved Contract is effective llll2020 for three years with Base year I and two optionyear renewal. Also, approve not to exceed $24l,970lyear to fund ihese contracted services. Requested by AED. BID l9-270 Made By Seconded By Attachment number 1 \nPage 2 of 6 Item # 5 Approve Motion to approve. Commissioner Commisioner Passes Mr. Hasan not Brandon Garrett Sean Frantom voting. Motion Passes 3-0. 7. Motion to approve the minutes of the Engineering Services Committee held Item on October 8,2019. Action: Approved Motions X:11" Motion Text Made By Seconded By MotionType ''---- -r ---*----- -J Result Motion to a _^_^_.^_-^ approve. Commissioner CommisionerApprove Motion Passes Brandon Garrett Sean Frantom rasses 4-0. 8. Discuss Storm Water Program Update reference Mosquito control, Item detention /retention ponds and ditches. (Requested by Commissioner Action: Sammie Sias) Approved Motions Y:11" Motion Text Made By Seconded By Motion Type -''--- -'t ------"-- -'t Result Motion to approve a.^_^_.^__^ receiving this item as Commissioner CommissionerApprove iiro*ution. Brandon Garrett Ben Hasan Passes Motion Passes 4-0. 9. Discuss Orion Waste Solutions has requested a change in service day for Item approximately 949 homes in accordance with Section 4.2 of the Solid Waste Action: and Recyclables Collection Agreement. (Requested by Commissioner Ben Approved Hasan) Motions Y:11"' Motion Text Made By Seconded By Motion'l'ype - ----- -'1 --------- -r Result Motion to approve receiving this item as Approve information. Mr. M. commissioner commissioner .,,.,liams not voting. Brandon Garrett Ben Hasan Passes wll Motion Passes 3-0. Attachment number 1 \nPage 3 of 6 Item # 5 10' Presentation ^froT SP Plus on parking management implementation proposal ltemand results of public hearings. Action: Approved Motions ffit:' Motion rext Made By seconded ffixi,', Motion to approve -,^_- _ t--, Dies forApprove receiving tnls item * ;:#ffiH;:_ tack ofinformation. E ranoon ualTem Second Motions Motion -1^+:^- rra^-.. r'^r- n-- ^ Motion- ------ Motion Text Made By Seconded Bylype ''"-- "r velvusvs uJ Result Motion to approve. a _^_^_--_-- Mr. Garrett votes Commissioner CommisionerApprove No. Ben Hasan Sean Frantom Passes Motion Passes 3-1. 11. Motion to award RFQ #19-188, Professional Services for the Development Itemof a Sanitary Sewer Model to CDM Smith, Inc. in the amount of $329,2b0. Action: Approved Motions []11" Motion Text Made By seconded By Motion lYPe '''--- -r vvlv'svs sJ Result Motion to approve. ^ Mr. Hasan not Commissioner CommisionerAoorove +i^_ ;:^--;^,";--'-, vvrr'urorv.rrvr passes- -rr- - '- voting. Brandon Garrett Sean Frantom Motion Passes 3-0. 12. Discuss the use of recaptured SPLOST Funds for paving of roads. Item (Requested by Commissioner Marion Williams) Action: Approved Motions X:t:" Motion Text Made By seconded By MotionlYPe - ---- -r vvlv'svs sJ Result Approve Motion to approve the Commissioner Commissioner passes contract in Exhibit Brandon Ben Hasan Item B and the list Garrett with funding of $ I .4 million dollars. Motion Passes 4-0. Attachment number 1 \nPage 4 of 6 Item # 5 13. Approve award of Design-Build Construction Contract to Blair Contraction, Item Inc. in the amount of $1,858,907.00 for Skyview Drainage Improvements Action: Design-build Construction Services as requested by AED. Award is Approved contingent upon receipt of signed contracts and proper bonds. RFP 19'236 Motions Motion Motion Text'l'ype Motion to approve. ^ Mr. Hasan notADDTOVCI r vottng. Motion Passes 3-0. Made By Commissioner Brandon Garrett Seconded By Motion Result 14.Approve Roadway Lighting Agreement with Transportation in Conjunction with SR 88 Roundabout Project as requested by AED. Commisionerilffi;;;; Passes Georgia Department of Item CR58/Bath Edie Road Action: Approved the @ Motion to approve. ^ Mr. Hasan not Commissioner CommisionerApprove ,oiirg. Brandon Garrett Sean Frantom Passes Motion Passes 3-0. 15. Approve the installation of 43 street lights in the Sims Landing Phase 2 Item development with an annual cost of $13,539.60. Also approve the creation Action: of a new lighting tax district for the 150 lots within Phase 2. Funding is Approved available in Street Lighting budget account #2760416105312310. Motions ryJ:" Motion rext Motions Motion;----- Motion TextI ype Motion to approve. ^ Mr. Hasan notADDrover r vottng. Motion Passes 3-0. Made By Seconded By Made By Seconded By Commissioner Commisioner Brandon Garrett Sean Frantom Motion Result Motion Result Passes 16.Award RFQ#18-314, Turnkey Performance Based Services to Implement ltem Energy Savings Measures to Noresco, LLC. Action: Approved Attachment number 1 \nPage 5 of 6 Item # 5 Motions f#:" Motion Text Made By Seconded By H:tjil Motion to approve. a _ __,.__ _ Mr. Hasan not Commissioner CoApprove ffi;. Brandon Garrett r.fiTff,ffi Passes Motion Passes 3-0. www.auqustaga.gov Attachment number 1 \nPage 6 of 6 Item # 5 Engineering Services Committee Meeting 11/12/2019 1:10 PM On-Call Professional Services for Engineering and Field Design, small to Medium Scale Maintenance Task Design, Regulatory Periodic Inspection Compliance and Structural Inspection & Investigations Department:Engineering Presenter: Caption:Approve Award of “On-Call Professional Services for Engineering and Field Design, small to Medium Scale Maintenance Task Design, Regulatory Periodic Inspection Compliance and Structural Inspection & Investigations” Services (CEI Services) Contract to ZEL Engineers, Infrastructure Management Systems, Moreland Altobelli, Hussey Gay Bell and Cranston Engineering, subject to receipt of signed contract and proper insurance documents. The Contract is for three years with renewal option of two additional years. Also, approve $500,000 to fund the CEI Services. Requested by AED. RFP 19-241 Background:The Augusta Engineering Department (AED) requested on-call professional services from Engineering Professional firms for Engineering & Field Design, Small to Medium scale Maintenance Task design, Regulatory Periodic Inspection Compliance, and Infrastructure structural assessment. AED has infrastructure improvements for several projects in design and under construction. This trend will continue for the next several years. Majority of the projects are local funded (SPLOST) and regional funded ( TIA). There are a few federal funded projects too. In addition, AED is responsible for operation and maintenance of storm conveyance system, flood control structures (such as dam and levee) and bridges, Traffic operation, and roadway lighting operation and maintenance. The following projects are currently under construction or will be under construction in Year 2019, Year 2020 : 1. Area-wide Roads Paving and Resurfacing. 2. Area-wide Sidewalks Design and Construction. 3. ADA Program Sidewalks Design and Construction. 4. Roadway Maintenance Design and Construction. 5. Area-wide small to medium Drainage Improvements Projects (funded by SPLOST and Stormwater fees). 6 . Georgia Safe Dam Program Periodic Inspection Cover Memo Item # 6 Compliance. 7. USACE Levee Program Periodic Inspection Compliance. 8. Various Regulatory Permitting Assistance. 9.Infrastructure Operation and Maintenance Assistance (not TIA funded).1 0. Area-wide Streetlighting Operation and Maintenance Assistance (not TIA funded). The on-going SPLOST and TIA funded roadway improvements and drainage improvement projects and the increase in maintenance and emergency repairs to aging infrastructures and sidewalks within the county have placed a significant strain on the AED Construction Section. The assistance of outside professional engineering services will only be temporary and will help insure a quality finish product. Analysis:Proposals were evaluated on July 25, 2019 with ZEL Engineers, Infrastructure Management Systems, Moreland Altobelli, Hussey Gay Bell and Cranston Engineering being the selected firms. Financial Impact:Funds are available in the amount of $500,000 from AED TIA Project Management surcharge, subject to TIA program definition of eligible costs and the TIA prioritized project list. Alternatives:1. Do not approve contract award and find alternative way providing needed Professional Engineering Services for small to medium projects design and specialty professional services. Recommendation:Approve Award of “On-Call Professional Services for Engineering and Field Design, small to Medium Scale Maintenance Task Design, Regulatory Periodic Inspection Compliance and Structural Inspection & Investigations” Services (CEI Services) Contract to ZEL Engineers, Infrastructure Management Systems, Moreland Altobelli, Hussey Gay Bell and Cranston Engineering, subject to receipt of signed contract and proper insurance documents. The Contract is for three years with renewal option of two additional years. Also, approve $500,000 to fund the CEI Services. RFP 19-241. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: AED TIA Project Management surcharge of $500,000 accumulated from Berckman's Road TIA project; supplemental engineering costs for Berckman's Road to be charged to 371041110-5212115, JL T14041211-5212115. REVIEWED AND APPROVED BY: Finance. Procurement. Cover Memo Item # 6 Law. Administrator. Clerk of Commission Cover Memo Item # 6 OFFICIAL VENDORS Attachment "B"E-Verify #SAVE Form Original 7 Copies Fee Proposal ZEL Engineers 435 Telfair St Augusta, GA 30901 Yes 257101 Yes Yes Yes Yes Infrastructure Management Systems 1557 Broad St Augusta, GA 30904 Yes 1266225 Yes Yes Yes Yes Moreland Altobelli 2450 Commerce Ave, Suite 100 Duluth, GA 30096 Yes 53328 Yes Yes Yes Yes Hussey Gay Bell 2160 Satellite Blvd., Suite 250 Duluth, GA 30097 Yes 398475 Yes Yes Yes Yes Cranston Engineering 452 Ellis St Augusta, GA 30901 Yes 64684 Yes Yes Yes Yes RFP Opening RFP Item #19-241 On Call Professional Services for Engineering and Field Design, Small to Medium Scale Maintenance Task Design, Regulatory Periodic Inspection Compliance and Structural Inspections & Investigations for Augusta, GA - Engineering Department RFP Date: Friday, June 21, 2019 @ 11:00 a.m. Total Number Specifications Mailed Out: 9 Total Number Specifications Download (Demandstar): Total Electronic Notifications (Demandstar): Mandatory Pre-Proposal Conference Attendees: 14 Total packages submitted: 5 Total Noncompliant: 0 Page 1 of 1 Attachment number 1 \nPage 1 of 4 Item # 6 RFP 19-241 On-Call Engineering and Field Design Median Fee Proposal Page 1 of 2 Request for Proposals RFP Item #19-241 On-Call Professional Services for Engineering and Field Design, Small to Medium Scale Maintenance Task Design, Regulatory Periodic Inspection Compliance and Structural Inspections & Investigations For Augusta, Georgia – Augusta Engineering Department Thanks for doing business with us . . . Geri A. Sams, Procurement Director 535 Telfair Street, Room 605 Augusta, Georgia 30901 Rev. 8/11/2016 Attachment number 1 \nPage 2 of 4 Item # 6 RFP 19-241 On-Call Engineering and Field Design Median Fee Proposal Page 2 of 2 RFP 19-241 - Proposed Fee Form On-Call Professinal Services For Engineering & Field Design, Small to Medium Scale Maintenance Task Design, Regulatory Periodic Inspection Compliance, and Structural Inspections & Investigations Median Fee Item Description Unit Unit No Rate i 1 Principal / Team Lead HR 205 2 Project Manager / Project Manager HR 175 3 Senior Engineer, P.E. HR 165 4 Staff / Design Engineer HR 100 5 QA/QC Engineer HR 160 6 Survey Crew - (three man Crew including PLS) day * 1245 7 Structural Engineer, P.E. / C.E. HR ** 185 4 Traffic Engineer, POTE HR ** 170 5 Administrator Assistant / Admin Support HR 55 * assume 8 work-hours Total: 1215 ** For firms providing Services in Structural/Bridge and Traffic Enginering peciality Area i) Hourly rate include direct expense cost (such as vehicle, phone, per diem,lodging,etc). There will be no separate pay item for these and other incidental items specific scope of services for a respective project We agree to accept the proposed median fees as stated above: COMPANY: ____________________________________________________________ PRINT NAME: __________________________________________________________ SIGNATURE: ___________________________________________________________ DATE: _____________________________ Attachment number 1 \nPage 3 of 4 Item # 6 Attachment number 1 \nPage 4 of 4 Item # 6 Request for Proposal Request for Proposals will be received at this office until Friday, June 21, 2019 @ 11:00 a.m. for furnishing: RFP Item #19-241 On Call Professional Services for Engineering and Field Design, Small to Medium Scale Maintenance Task Design, Regulatory Periodic Inspection Compliance and Structural Inspections & Investigations for Augusta, GA – Engineering Department RFPs 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 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP 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, June 7, 2019 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 90 days after bids have been opened, pending the execution of contract with the successful bidder(s). Request for proposals (RFP) and specifications. An RFP 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 proposal 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 RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base their 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 May 16, 23, 30, June 6, 2019 Metro Courier May 16, 2019 Attachment number 2 \nPage 1 of 1 Item # 6 ZEL Engineers 435 Telfair St Augusta, GA 30901 Infrastructure Management Systems 1557 Broad St Augusta, GA 30904 MORELAND ALTOBELLI 2450 COMMERCE AVENUE SUITE 100 DULUTH, GA 30096-8910 Hussey Gay Bell 2160 Satellite Blvd., Suite 250 Duluth, GA 30097 Cranston Engineering 452 Ellis St Augusta, GA 30901 ZEL Engineers 435 Telfair St Augusta, GA 30901 Infrastructure Management Systems 1557 Broad St Augusta, GA 30904 MORELAND ALTOBELLI 2450 COMMERCE AVENUE SUITE 100 DULUTH, GA 30096-8910 Hussey Gay Bell 2160 Satellite Blvd., Suite 250 Duluth, GA 30097 Cranston Engineering 452 Ellis St Augusta, GA 30901 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 2. Qualifications & Experience (0-5)10 3.0 5.0 5.0 5.0 4.0 30 50 50 50 40 3. Organization & Approach (0-5)10 3.0 5.0 5.0 4.0 3.5 30 50 50 40 35 4. Scope of Services a. Prime firm must be experienced consulting firm providing similar services as requested under this RFP as one of the primary area of specialization. b. Firms experience, capabilities and other qualifications for this project in reference to on-call engineering services. c. Firms organizational and management approach d. Experience Subcontractors or team members and working relationship. e. Resources necessary to accomplish the purpose of the project. (0-5)30 3.0 5.0 4.8 3.8 3.5 90 150 142.5 112.5 105 5. Workload (0-5)5 5.0 5.0 5.0 5.0 5.0 25 25 25 25 25 6. References (0-5)5 5.0 5.0 5.0 5.0 5.0 25 25 25 25 25 Within Richmond County 5 10 5 5 5 50 50 0 0 50 Within CSRA 5 6 0 0 0 0 0 Within Georgia 5 4 5 5 0 0 20 20 0 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 0 0 0 0  All Others 5 1 0 0 0 0 0 24.0 30.0 29.8 27.8 26.0 250 350 312.5 272.5 280 8. Presentation by Team (0-5)10 0 0 0 0 0 9. Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 Lowest Fees 5 10 5 0 0 50 0 0 Second 5 6 5 30 0 0 0 0 Third 5 4 5 0 0 0 20 0 Forth 5 2 5 0 10 0 0 0 Fifth 5 1 5 0 0 0 0 5 Total Phase 2 - (Total Maximum Ranking 10 - Maximum Weighted Total Possible 75) 5 5 5 5 5 0 0 0 0 0 29.0 35.0 34.8 32.8 31.0 250 350 312.5 272.5 280 RFP Opening - RFP Item #19-241 On Call Professional Services for Engineering and Field Design, Small to Medium Scale Maintenance Task Design, Regulatory Periodic Inspection Compliance and Structural Inspections & Investigations for Augusta, GA - Engineering Department RFP Evaluation Meeting: Thursday, July 25, 2019 @ 4:00 p.m. Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Vendors Phase 1 Total - (Total Maximum Ranking 30 - Maximum Weighted Total Possible 350) Phase 1 Weighted ScoresWeighted Scores Weighted ScoresWeighted Scores Ranking of 0-5 (Enter a number value between 0 and 5) Scale 0 (Low) to 5 (High) 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Weighted Scores Procurement DepartmentRepresentative:______Nancy Williams___________________________________ Procurement Department Completion Date: ___________7/25/19_____________ Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Internal Use Only Total Cumulative Score (Maximum point is 500) Evaluator: _____Cumulative___________________ Date: 7/25/19 __ 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 3 \nPage 1 of 1 Item # 6 Attachment number 4 \nPage 1 of 3 Item # 6 Attachment number 4 \nPage 2 of 3 Item # 6 Attachment number 4 \nPage 3 of 3 Item # 6 Attachment number 5 \nPage 1 of 3 Item # 6 Attachment number 5 \nPage 2 of 3 Item # 6 Attachment number 5 \nPage 3 of 3 Item # 6 Attachment number 6 \nPage 1 of 1 Item # 6 Engineering Services Committee Meeting 11/12/2019 1:10 PM Professional Services for Preparation of a Risk and Resilience Assessment Department:Utilities Presenter:Tom Wiedmeier Caption:Motion to award RFQ #19-282, Professional Services for the Preparation of a Risk and Resilience Assessment to HDR Engineering, Inc. in the amount of $249,680. Background:The America’s Water Infrastructure Act of 2018 requires community water systems to complete and certify Risk and Resilience Assessments of systems serving a population of more than 100,000 prior to March 31st, 2020 and an Emergency Response Plan prior to September 30, 2020. The first phase of this project will be to provide the Risk and Resilience Assessment. At a later date, a second phase will be negotiated with the selected firm to provide the Emergency Response Plan. Analysis:AUD solicited statements of qualifications for firms to provide professional services to develop a Risk and Resilience Assessment. We sought firms with specific expertise preforming similar work for community water systems of similar size. HDR Engineering, Inc. was deemed the highest qualified firm of the five submitter. Financial Impact:We have reviewed the proposal from HDR Engineering, Inc. and find it to be reasonable and within budget. Funding in the amount of $249,680 is available from accounts: G/L 507043490- 5212999 - J/L 81900060-5212999 Alternatives:No alternatives are suggested. Recommendation:We recommend that the agreement with HDR be approved so that AUD can meet the federally mandated requirements to complete a Risk and Resiliency Assessment and certify completion to the EPA by March 31st of 2020.Cover Memo Item # 7 Funds are Available in the Following Accounts: Funds are available in the following accounts: G/L 507043490- 5212999 - J/L 81900060-5212999 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 7 America’s Water Infrastructure Act of 2018 (AWIA) Requirements for Risk and Resilience Assessments Required Risk & Resilience Assessment Considerations • Risks to the system from malevolent acts and natural hazards • Resilience of system components • Monitoring practices • Financial Infrastructure of the utility • Use, storage, or handling of various chemicals • Operation and maintenance • Evaluation of capital and operational needs for risk and resilience management System Components to be Considered • Pipes • Constructed conveyances • Physical barriers • Source water • Raw water collection and intake • Pretreatment • Treatment • Storage and distribution facilities • Electronic, computer, and other automated systems Required Emergency Response Plan Considerations • Strategies and resources to improve the resilience of the system, including the physical security and cybersecurity of the system • Plans and procedures that can be implemented, and identification of equipment that can be utilized, in the event of a malevolent act or natural hazard that threatens the ability of the community water system to deliver safe drinking water • Actions, procedures, and equipment which can obviate or significantly lessen the impact of a malevolent act or natural hazard on the public health and the safety and supply of drinking water provided to communities and individuals, including the development of alternative source water options, relocation of water intakes, and construction of flood protection barriers • Strategies that can be used to aid in the detection of malevolent acts or natural hazards that threaten the security or resilience of the system Attachment number 1 \nPage 1 of 2 Item # 7 Required Coordination Community water systems shall, to the extent possible, coordinate with existing local emergency planning committees established pursuant to the Emergency Planning and Community Right-To-Know Act of 1986 (42 U.S.C. 11001 et seq.) when preparing or revising an assessment or emergency response plan under this section. Protection from Disclosure No community water system shall be required under State or local law to provide an assessment to any State, regional, or local governmental entity or to anyone. Check with State law for exemptions of the RRA and ERP from disclosure as critical infrastructure information. AWIA Deadlines for Compliance Systems are required to review and update the RRA and ERP at least once every 5 years after the applicable deadline for submission of its certification. Attachment number 1 \nPage 2 of 2 Item # 7 Request for Proposal Request for Proposals will be received at this office until Friday, October 4, 2019 @ 11:00 a.m. for furnishing: RFP Item #19-282 Preparation of a Risk and Resilience Assessment – Augusta, GA – Utilities Department RFPs 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 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP 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 20, 2019 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 90 days after bids have been opened, pending the execution of contract with the successful bidder(s). Request for proposals (RFP) and specifications. An RFP 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 proposal 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 RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base their 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 August 29, September 5, 12, 19, 2019 Metro Courier August 29, 2019 Attachment number 2 \nPage 1 of 1 Item # 7 OFFICIAL VENDORS Attachment "B"E-Verify #Addendum 1 SAVE Form Original 7 Copies Fee Proposal Jacobs Engineering Group 10 Tenth Street, Suite 7000 Atlanta, GA 30309 Yes 11557 Yes Yes Yes Yes Yes Dragoon Security Group 115 Hilton Run Court Chapin, SC 29036 Yes 1454738 Yes Yes Yes Yes Yes HDR 1100 Peachtree Street NE Atlanta, GA 30309 Yes 42021 Yes Yes Yes Yes Yes Witt Obriens LLC 818 Town & Country Blvd., Sutie 200 Houston, TX 77024 Yes 369335 Yes Yes Yes Yes Yes AAARC Consultants, LLC 4751 Best Road, Suite 4810 College Park, GA 30337 Yes 1455467 Yes Yes Yes Yes Yes RFP Opening RFP Item #19-282 Preparation of a Risk and Resilience Assessment for Augusta, Georgia-Utilities Department RFP Date: Friday, October 4, 2019 @ 11:00 a.m. Total Number Specifications Mailed Out: 64 Total Number Specifications Download (Demandstar): 6 Total Electronic Notifications (Demandstar): 259 Georgia Procurement Registry: 40 Mandatory Pre-Proposal/Telephone Conference Attendees: NA Total packages submitted: 5 Total Noncompliant: 0 Page 1 of 1 Attachment number 3 \nPage 1 of 1 Item # 7 Jacobs Engineering Group 10 Tenth Street, Suite 7000 Atlanta, GA 30309 Dragoon Security Group 115 Hilton Run Court Chapin, SC 29036 HDR 1100 Peachtree Street NE Atlanta, GA 30309 Witt Obriens LLC 818 Town & Country Blvd., Sutie 200 Houston, TX 77024 AAARC Consultants, LLC 4751 Best Road, Suite 4810 College Park, GA 30337 Jacobs Engineering Group 10 Tenth Street, Suite 7000 Atlanta, GA 30309 Dragoon Security Group 115 Hilton Run Court Chapin, SC 29036 HDR 1100 Peachtree Street NE Atlanta, GA 30309 Witt Obriens LLC 818 Town & Country Blvd., Sutie 200 Houston, TX 77024 AAARC Consultants, LLC 4751 Best Road, Suite 4810 College Park, GA 30337 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 Jacobs Engineering Group 10 Tenth Street, Suite 7000 Atlanta, GA 30309 Dragoon Security Group 115 Hilton Run Court Chapin, SC 29036 HDR 1100 Peachtree Street NE Atlanta, GA 30309 Witt Obriens LLC 818 Town & Country Blvd., Sutie 200 Houston, TX 77024 AAARC Consultants, LLC 4751 Best Road, Suite 4810 College Park, GA 30337 PASS PASS PASS PASS PASS 2. Qualifications & Experience (0-5)20 4.5 1.5 5.0 2.5 3.3 90.0 30.0 100.0 50.0 65.0 3. Organization & Approach (0-5)15 3.8 2.5 5.0 2.8 3.5 56.3 37.5 75.0 41.3 52.5 4. Scope of Services • Water System Risk and Resilience Assessment • Wastewater System Risk and Resilience Assessment (0-5)15 4.3 2.0 5.0 3.0 3.8 63.8 30.0 75.0 45.0 56.3 5. Workload (0-5)10 5.0 2.0 5.0 5.0 5.0 50.0 20.0 50.0 50.0 50.0 6. References (0-5)5 5.0 0.0 5.0 2.0 2.3 25.0 0.0 25.0 10.0 11.3 Within Richmond County 5 10 0 0 0 0 0 Within CSRA 5 6 0 0 0 0 0 Within Georgia 5 4 5 5 5 20 0 20 0 20 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 5 0 10 0 0 0  All Others 5 1 5 0 0 0 5 0 27.5 13.0 30.0 20.3 22.8 305.0 127.5 345.0 201.3 255.0 8. Presentation by Team (0-5)10 0 0 0 0 0 9. Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 Lowest Fees 5 10 5 0 0 50 0 0 Second 5 6 5 30 0 0 0 0 Third 5 4 0 0 0 0 0 Forth 5 2 0 0 0 0 0 Fifth 5 1 0 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 10 - Maximum Weighted Total Possible 75) 5 0 5 0 0 30 0 50 0 0 32.5 13.0 35.0 20.3 22.8 335.0 127.5 395.0 201.3 255.0 RFP Item #19-282 Preparation of a Risk and Resilience Assessment for Augusta, Georgia-Utilities Department RFP Evaluation Meeting: Monday, October 14, 2019 @ 3:00 p.m. Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Vendors Phase 1 Total - (Total Maximum Ranking 30 - Maximum Weighted Total Possible 375) Phase 1 Weighted ScoresWeighted Scores Weighted ScoresWeighted Scores Ranking of 0-5 (Enter a number value between 0 and 5) Scale 0 (Low) to 5 (High) 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Weighted Scores Procurement DepartmentRepresentative:_____Nancy Williams____________________________________ Procurement Department Completion Date: ____10/14/19____________________ Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Internal Use Only Total Cumulative Score (Maximum point is 500) Evaluator: ___Cumulative_________________________ Date: __10/14/19 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 4 \nPage 1 of 1 Item # 7 Attachment number 5 \nPage 1 of 1 Item # 7 Attachment number 6 \nPage 1 of 3 Item # 7 Attachment number 6 \nPage 2 of 3 Item # 7 Attachment number 6 \nPage 3 of 3 Item # 7 Attachment number 7 \nPage 1 of 5 Item # 7 Attachment number 7 \nPage 2 of 5 Item # 7 Attachment number 7 \nPage 3 of 5 Item # 7 Attachment number 7 \nPage 4 of 5 Item # 7 Attachment number 7 \nPage 5 of 5 Item # 7 Attachment number 8 \nPage 1 of 1 Item # 7 Engineering Services Committee Meeting 11/12/2019 1:10 PM Street Light Fee Department: Presenter:Commissioner Bobby Williams Caption:Discuss Street Light Fee. (Requested by Commissioner Bobby Williams) 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 11/12/2019 1:10 PM Street Light Installation for Walton Way between 15th Street and D’Antignac St Department:Engineering Presenter: Caption:Approve the installation of 46 street lights along Walton Way between 15th Street and D’Antignac Street with an annual cost of $27,600.00. Funding is available for construction in 2019 Capital Outlay Funds budget account #272041610-54.14410, and annual maintenance and power is available through Street Lighting Fund #276041610-53.12310. Background:Georgia Power Company will install 46 street lights on Walton Way between 15th Street and D’Antignac Street. The upfront cost to install the street light system will be $285,000.00. The yearly cost to operate and maintain the system will be $27,600.00 which will be paid for by the street lighting fund. The adjacent properties are zoned commercial and already pay a flat fee of $105 annually. Analysis:The cost proposal was received by Georgia Power on October 3, 2019 in the amount of: Contractor Bid Georgia Power $285,000.00 upfront $2,300.00 monthly Financial Impact:Adequate funds are available for installation and monthly maintenance and power costs. Alternatives:1) Approve installation of street light system along Walton Way. 2) Do not approve. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 272041610-54.14410 and 276041610-53.12310 Cover Memo Item # 9 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 9 Attachment number 1 \nPage 1 of 3 Item # 9 Attachment number 1 \nPage 2 of 3 Item # 9 Attachment number 1 \nPage 3 of 3 Item # 9