HomeMy WebLinkAbout2016-09-28-Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 9/28/2016
ATTENDANCE:
Present: Hons. Fennoy, Chairman; Hasan, Vice Chairman; Guilfoyle,
member.
Absent: Hons. Hardie Davis, Jr., Mayor; Smith, member.
ENGINEERING SERVICES
1. Award Bid 16-143A for the purchase of (1) Automatic Tarping System to
Southwestern Sales for the amount of $48,433.60.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Wayne Guilfoyle Passes
2. Approve the deed of dedication, maintenance agreement, and road resolutions
submitted by the Engineering Department for McCoys Creek, Section I.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Wayne Guilfoyle
Commissioner
Ben Hasan Passes
3. Motion to approve the minutes of the Engineering Services Committee held on
September 13, 2016.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Wayne Guilfoyle Passes
4. Approve funding for Design Consultant Services Supplemental Agreement Four
to Clark Patterson Lee in the amount of $69,570.00 for the Old
Savannah/Twiggs Street Improvements Project as requested by the AED.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Wayne Guilfoyle
Commissioner
Ben Hasan Passes
5. Award Bid Item #16-167 for Boom and Crane Truck Services for the Utilities
Department.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Wayne Guilfoyle Passes
6. Approve supplemental purchase of INSync Adaptive Signal Control equipment
in the amount of $40,900.00 from Rhythm Engineering for the Riverwatch
Parkway Adaptive Signal Project. This Project is in Band 1 of the approved
Richmond County Project List for the Transportation Investment Act of 2010
(aka, TIA, TSPLOST) as requested by AED.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve Motion to
approve. Commissioner Commissioner
Passes
www.augustaga.gov
Motion Passes
3-0.
Wayne Guilfoyle Ben Hasan
7. Motion to supplement the Georgia DOT contract with Beams Construction in
the amount of $202,520.67 to cover the additional costs of installing fiber optic
communications for the Riverwatch Parkway Adaptive Signals Project as
requested by AED/TE.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Wayne Guilfoyle
Commissioner
Ben Hasan Passes
8. Approve Change Order One for Contract to R. J. Haynie & Associates, Inc. in
the amount of $381,446.00 for Transportation Investment Act (TIA) Project,
Signal Modernization Walton Way – Phases II & III as requested by Augusta
Engineering Department.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Wayne Guilfoyle Passes
9. Approve entering into a Mowing and Maintenance Agreement as well as an
indemnity Agreement with the Georgia Department of Transportation in
conjunction with the Walton Way Landscape Median Improvements Project as
requested by AED
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Wayne Guilfoyle Passes
Engineering Services Committee Meeting
9/28/2016 1:05 PM
Attendance 9/27/16
Department:
Presenter:
Caption:
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Invitation To Bid
Sealed bids will be received at this office until Friday, June 10, 2016 @ 11:00 a.m. for furnishing:
Re-Bid Item #16-143A Automatic Tarping System for Environmental Services Department
Re-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
Re-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 Tuesday, May 31, 2016 @
5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered.
No Bid may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of
contract with the successful bidder.
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.
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
VENDORS
Attachment B
E-Verify Number
SAVE Form
Year
Make
Model
BID PRICE
30 ft. width
107ft. Length
per tarp
DELIVERY
DATE
Re-Bid Opening
Re-Bid Item #16-143A Automatic Tarping System
for Augusta, Georgia -
Environmental Services Department
Bid Due: Friday, June 10, 2016 at 11:00 a.m.
TDS-30HS
28 ARO
Southwestern Sales
P. O. Box 1257
Rogers, AR 72757
YES
2016
$41,409.00
TDS-30 HC Automatic Tarping System with 4 Tarps with LOX
System (or Equivalent)
Total Number Specifications Mailed Out: 6
Total Number Specifications Download (Demandstar):
Total Electronic Notifications (Demandstar):
Mandatory Pre-Bid/Telephone Conference: NOT APPLICABLE
Total packages submitted: 2
Total Noncompliant: 1
967467
YES
$3,512.30
Additional Pricing for Replacement Tarps w/ Lox System
TARP ARMOR
Kym Industries
207 Smith Road
Slocomb, AL 36375
Yes
No
Yes /
Incomplete
Non-Compliant
Page 1 of 1
tarpARMOR
Attn: Sales
P.O. Box 1257
Rogers, AR 72575-1257
Taroomatic
Attn: Sales
512 45th Street SW
Canton, OH 44706
Kym Industries
Attn: Sales
207 Smith Road
Slocomb, AL 36375
Con-Wal/Southwestern Sales
Attn: Julie M. Hines
P. O. Box 1257
Rogers, AR 72757
AAATarps
Attn: Sales
PO Box 626
Roebuck, SC 29376
Mark Johnson
Environmental Services
Lori Videtto
Environmental Services Yvonne Gentry
LSBO
Bid Item #16-143A
Automatic Tarping Systems
For Environmental Services
Mailed: May 16, 2016
Bid Item #16-143A
Automatic Tarping System
For Environmental Services
Bid Due: Fri., June 10, 2016 @ 11am
16-143A
Pg 1 of 1
Engineering Services Committee Meeting
9/28/2016 1:05 PM
Award Bid 16-143A for the purchase of (1) Automatic Tarping System to Southwestern Sales
Department:Environmental Services
Presenter:Mark Johnson, Director
Caption:Award Bid 16-143A for the purchase of (1) Automatic Tarping
System to Southwestern Sales for the amount of $48,433.60.
Background:In order to remain in compliance with EPD regulations, the
landfill operators are required to cover all waste received in the
active cell at the end of each day. In accordance with our design
and operations plan, we currently are covering the waste with 6
inches of dirt. To achieve this, we must excavate and haul the dirt
to the work face of the landfill. We then cover the waste. The
following day we remove the dirt (the best we can) and place trash
for that day. Any dirt that is not effectively removed, consumes
space that could otherwise be used for trash. ESD is permitted to
use various alternative daily cover(s). In consideration of air space
being a landfills most valuable asset, the use of an automatic
tarping system has many advantages over using dirt. Some of
which are: saves valuable airspace which extends the life of the
landfill thus increasing revenue; reduces man hours required to
perform the daily task; reduces fuel consumption and increases
life of current equipment used on a daily basis. Bid 16-143A was
issued by the Procurement Department for an Automatic Tarping
System. One compliant bid was received on June 10, 2016.
Analysis:Bids were reviewed by the Environmental Services and
Procurement staff, and the compliant bidder, meeting
specifications, was Southwestern Sales. They proposed one (1)
Automatic Tarping System at a cost of $48,433.60. The tarping
system is a unique invention. Only two vendors have perfected the
technology. The second source did not respond to the bid.
Financial Impact:Adequate funds are available in account 541-04-4210 / 54.22510.
Alternatives:1. Approve the purchase of (1) Automatic Tarping System from
Southwestern Sales (Bid Item 16-143A). 2. Do not approve the
purchase.
Recommendation:Approve the purchase of (1) Automatic Tarping System from
Southwestern Sales (Bid Item 16-143A).
Funds are Available
in the Following
Accounts:
Adequate funds are available in account 541-04-4210 / 54.22510.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
9/28/2016 1:05 PM
McCoys Creek, Section I, Subdivision Dedication
Department:Engineering
Presenter:Abie L. Ladson-P.E., CPESC-Director
Caption:Approve the deed of dedication, maintenance agreement, and road
resolutions submitted by the Engineering Department for McCoys
Creek, Section I.
Background:The final plat for McCoys Creek, Section I, was approved by the
Commission on January 4, 2012. The subdivision design and plat
for this section, including the storm drain system, have been
reviewed and accepted by our engineering staff and the
construction has been reviewed by our inspectors. The Utilities
Department has already dedicated their portion separately.
Analysis:This section meets all codes, ordinances and standards. There are
no wetlands or 100-year flood plain boundaries involved in this
section.
Financial Impact:By accepting these roads and storm drainage installations into the
County system and after the 18-month maintenance warranty by
the developer/contractor for the road and storm drainage has
expired, all future maintenance and associated costs will be borne
by Augusta, Georgia.
Alternatives:1. Approve the deed of dedication, maintenance agreement, and
road resolutions submitted by the Engineering Department for
McCoys Creek, Section I. 2. Do not approve and risk litigation.
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
9/28/2016 1:05 PM
Minutes
Department:Clerk of Commission
Presenter:
Caption:Motion to approve the minutes of the Engineering Services
Committee held on September 13, 2016.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby adopted:
Section 1: The project is authorized to CPB# 323-041110-296823220 for Supplemental Agreement
Number Four in the amount of $69,570.00 for the Old Savannah Road/Twiggs Street
Improvement-Phase II project as requested by the AED.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Special 1% Sales Tax, Phase III 2,060,000$
SPLOST III Fund Balance 3,502,450$
TIA Discretionary 69,570$
5,632,020$
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# 323-041110-296823220
CAPITAL PROJECT BUDGET
OLD SAVANNAH ROAD/TWIGGS STREET IMPROVEMENTS
Honorable Mayor, Hardie Davis, Jr.
PHASE II
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of
1 of 2 5.5.2011
Augusta-Richmond County, Georgia CPB# 323-041110-296823220
CAPITAL PROJECT BUDGET
OLD SAVANNAH ROAD/TWIGGS STREET IMPROVEMENTS
PHASE II
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB CHANGE CPB
SPECIAL 1% SALES TAX, PHASE III
323-04-1110-0000000-000000000 ($2,060,000)($2,060,000)
SPLOST III FUND BALANCE ($3,502,450)($69,570)($3,572,020)
TOTAL SOURCES:($5,562,450)($69,570)($5,632,020)
USE OF FUNDS
ENGINEERING
323-04-1110-5212115-296823220 $493,241 $493,241
RIGHT OF WAY
323-04-1110-5411120-296823220 $85,000 $85,000
CONSTRUCTION
323-04-1110-5414110-296823220 $4,984,209 $69,570 $5,053,779
TOTAL USES:$5,562,450 $69,570 $5,632,020
2 of 2 5.5.2011
AUGUSTA-RICHMOND COUNTY
ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
WHEREAS, We, Clark Patterson Lee, entered into a contract with Augusta-Richmond County on
December 18, 2001, for Old Savannah Rd/Twiggs Street Improvements Project, Project No. 323-
04-296823220, 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 Engineering services Phase II required to complete
The design and construction services
It is agreed that as a result of the above modification the contract amount is increased by
$69,570.00 from $391,036.00 to a new total of $460,606.00.
This agreement in no way modifies or changes the original contract of which it becomes a part,
except as specifically stated herein.
NOW, THEREFORE, Clark Patterson Lee, 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.
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY
AUGUSTA, GEORGIA
Honorable Mayor Hardie Davis, Jr. Clark Patterson Lee
Approved: Date Approved: Date
[ATTACHED CORPORATE SEAL] [ATTACHED CORPORATE SEAL]
ATTEST: ATTEST:
Title: Title:
Augusta Richmond County Project Number(s): 323-041110-296823220
Supplemental Agreement Number: 4
Purchase Order Number: 57942
Engineering Services Committee Meeting
9/28/2016 1:05 PM
Old Savannah Road / Twiggs Street Improvements-Phase II (SA4)
Department:Engineering
Presenter:Abie L. Ladson - Director
Caption:Approve funding for Design Consultant Services Supplemental
Agreement Four to Clark Patterson Lee in the amount of
$69,570.00 for the Old Savannah/Twiggs Street Improvements
Project as requested by the AED.
Background:Old Savannah Road at Twiggs Street Improvements project is an
approved SPLOST project. Due to funding this project is being
constructed in phases. This is phase 2 of the project. This phase of
the project consists of roadway & intersection improvements,
construction of two roundabouts, drainage improvements, curb &
gutter, and lighting along Twiggs Street between Wrightsboro
Rd/James Brown Blvd and Old Savannah Road. In 2001,
Commission approved award of the design phase of the project to
Clark Patterson Lee. On June 30, 2016 Augusta Commission
awarded the Construction contract to E. R. Snell Contractor, Inc.
Phase 2 of roadway requires design related coordination to
include, utilities relocation, resolution of utility conflicts, and
request for field information that warrants design engineer
services
Analysis:In December 2001, commission approved award of design phases
of the project to Clark Patterson Lee. The project is now under
construction. This Supplemental Agreement covers services
during construction phase 2 for contractor’s request for field
information, utility conflicts assessment & resolutions, field
engineering, and attending construction progress meetings.
Financial Impact:Funds in the amount of $69,570.00 are available in the
Engineering TIA Discretionary funds.
Alternatives:1). Approve funding for Design Consultant Services Supplemental
Agreement Four to Clark Patterson Lee in the amount of
$69,570.00 for the Old Savannah/Twiggs Street Improvements
Project as requested by the AED. 2). Do not approve and find
alternative to complete the project and provide construction phase
needed services.
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
Engineering TIA Discretionary Funds
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Invitation To Bid
Sealed bids will be received at this office until Thursday, April 21, 2016 @ 3:00 p.m. for furnishing:
Bid Item #16-167 Boom and Crane Truck Rental for Augusta 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 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, April 8, 2016 @
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 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 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 March 17, 24, 31, April 7, 2016
Metro Courier March 23, 2016
$/hr Regular $/hr OT $/hr Wknd Min Hrs Transportation
Minimum
Rental
Wknd
Minimum
26T $110.00 $140.00 $170.00 4 $440.00 $680.00
40T $130.00 $160.00 $190.00 4 $520.00 $760.00
60T $150.00 $180.00 $210.00 4 $600.00 $840.00
70T $185.00 $245.00 $305.00 4 $250.00 $1,240.00 $1,720.00
90T $225.00 $285.00 $345.00 8 $400.00 $2,600.00 $3,560.00
130T $295.00 $355.00 $415.00 8 $1,200.00 $4,760.00 $5,720.00
165-170T $335.00 $395.00 $455.00 8 $1,200.00 $5,080.00 $6,040.00
200T $385.00 $445.00 $505.00 8 $1,600.00 $6,280.00 $7,240.00
240-275T $435.00 $495.00 $555.00 8 $1,600.00 $6,680.00 $7,640.00
Rigger $65.00 $95.00 $125.00 6
Truck & Trailer $110.00 $140.00 $170.00 6
TOTAL $28,200.00 $34,200.00
Frequent Use $14,080.00 $17,200.00
$/hr Regular $/hr OT $/hr Wknd Min Hrs Transportation
Minimum
Rental
Wknd
Minimum
26T $135.00 $170.00 $170.00 3 $405.00 $510.00
40T $155.00 $190.00 $190.00 4 $620.00 $760.00
60T $175.00 $210.00 $210.00 4 $700.00 $840.00
70T $190.00 $225.00 $225.00 6 $1,140.00 $1,350.00
90T $230.00 $300.00 $300.00 8 $900.00 $3,640.00 $4,200.00
130T $335.00 $405.00 $405.00 8 $900.00 $4,480.00 $5,040.00
165-170T $375.00 $445.00 $445.00 8 $900.00 $4,800.00 $5,360.00
200T $425.00 $495.00 $495.00 8 $900.00 $5,200.00 $5,760.00
240-275T $480.00 $550.00 $550.00 8 $900.00 $5,640.00 $6,200.00
Rigger $85.00 $120.00 $120.00 8 $900.00
Truck & Trailer $130.00 $170.00 $170.00 8 $900.00
TOTAL $26,625.00 $30,020.00
Frequent Use $13,725.00 $15,510.00
Maxim
Southway
Bid Item #16-167: Boom & Crane Truck Rental
Engineering Services Committee Meeting
9/28/2016 1:05 PM
Procurement of Boom & Crane Truck Rental Services for the Utilities Department - Bid Item #16-167
Department:Utilities
Presenter:Tom Wiedmeier
Caption:Award Bid Item #16-167 for Boom and Crane Truck Services for
the Utilities Department.
Background:In an effort to provide for reliable pricing and allow for the ability
to obtain these services quickly when needed we have worked
with the Procurement Department to solicit bids under Bid Item
#16-167 for Boom and Crane Truck Rental. Pricing was requested
for various size units.
Analysis:The bid advertisement resulted in the receipt of two qualified bids.
We have reviewed the Bid Tabulation provided by the
Procurement Department and the individual bids provided by the
two responsive bidders. It appears that the lowest overall cost for
these services is provided by Southway Crane & Rigging. This
determination was made based on the total of rental prices and
fees provided as well as the group of equipment that we are most
likely to use in any year.
Financial Impact:Equipment would be rented on an as needed basis.
Alternatives:No alternatives recommended
Recommendation:We recommend awarding Bid Item #16-167 Boom and Crane
Truck Rental to Southway Crane and Rigging.
Funds are Available
in the Following
Accounts:
506043580-5224219
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Scope of Work and Quote
Rhythm Engineering InSync Real-time Adaptive
Traffic Control System
Prepared for: Augusta, GA ATTN: Glen Bollinger
Project: Augusta, GA, Prattwood Rd & Furys Ferry Rd
07/13/2016
Quote #: 002576-1
Rhythm Engineering
Contact:
Mark W. Sullivant
RAM - Southeast
(248) 431-4588
(913) 227-0603
mark.sullivant@rhythmtraffic.com
Quote #002576-1 2
Augusta, GA
InSync Scope of Work
1 Intersection(s) - Prattwood Rd & Furys Ferry Rd Project
Project Background
Augusta, GA asked Rhythm Engineering to provide a proposal for an InSync® adaptive traffic control
system for a(n) 2 intersection deployment along Prattwood Rd & Furys Ferry Rd.
Map(s) of the Corridor
Prattwood Rd & Furys Ferry Rd Corridor Project
Google Map Link: Click here
Quote #002576-1 3
Proposed Prattwood Rd & Furys Ferry Rd Project
Intersection(s) are as follows:
Camera Mounting Hardware
Prattwood Road & Furys Ferry Road
Existing and client supplied equipment (please notify if
incorrect):
2070 in a 332
Approach(es): 4
Existing Detection:
Rhythm Engineering - Supplied Equipment
System Type: 1 processor(s)
Connection Type: C1-Y Cable
Quantity of Cameras:
Pedestrian Module:
Monitor(s)/Keyboard(s): No
Camera Mounting Hardware Responsibility:
Contractor
NB Camera:
SB Camera:
WB Camera:
EB Camera:
Quote #002576-1 4
Project Statement of Work
Rhythm Engineering will be responsible for the following tasks:
1. Provide materials per the approved Quotation and subsequent Purchase Order. Material consists of
InSync® processors, video cameras and enclosures, equipment panel and power supply, RG cable,
Ethernet patch cables, detector-cards (if needed), Pedestrian modules, and monitors/keyboards, and
other materials as specified.
2. Provide specifications for materials to be supplied by the Augusta, GA – wires, connectors, and
specialized installation tools as well as camera mounting hardware if needed.
3. Provide on-site classroom and hands-on training to make Augusta, GA (Client) personnel proficient in
installation procedures for the InSync® equipment listed above. This includes at a minimum: desired
camera views, drawing detection zones and segments, connection of Ethernet cables, mounting of
InSync® processor(s) and site equipment panel in the traffic cabinet, connection of cables, connection
of the pedestrian intercept feature, placing and cabling of detector-cards in the detector card rack (if
applicable when not using InSync:Fusion or InSync:Tesla at respective intersections), monitor
mounting and connections, and local processor accessibility. Provide remote support to installer during
the installation process. Provide training for the Client’s personnel designed to make the Client
proficient in the system parameters configuration, maintenance and operation of InSync®.
4. Consult with Augusta, GA traffic engineering staff to define the operating parameters for initial system
operation, including but not limited to: allowed movements, desired progression routes, travel times,
phasing, amber times, all-red times, pedestrian walk and flashing don’t walk times, traffic counts, traffic
patterns, and any unique requirements that the Client may want to allow for during certain time of day
scenarios, etc.
5. Perform the on-site integration of the InSync® adaptive system, including verification of camera views,
working with the installer to make any adjustments needed and loading of the predefined software
image into the processor. The Rhythm Engineering team will work both on-site and remotely to bring
online each InSync® system. The adaptive system will work “out of the box”, but Rhythm Engineering
will take time to monitor and modify the adaptive parameters remotely over a period of approximately
one to two weeks after the activation of the arterial in order to maximize the performance of InSync®.
6. Project Manage the entire scope of Rhythm Engineering’s responsibilities as listed above and provide
updates to the Client as necessary throughout the duration of the project.
Quote #002576-1 5
Installer (or Augusta, GA) will be responsible for the following tasks:
1. Order and provide shielded/outdoor-rated Category 5 Ethernet cable and outdoor rated 3-strand 14
AWG power wire (IMSA 20-1 Traffic Control Cable 14-3 stranded copper) and wires, connectors, and
specialized installation tools as well as camera mounting hardware (if applicable) per Rhythm
Engineering specifications. Cut-sheets to be provided by Rhythm Engineering at the appropriate time
upon request.
2. Perform installation work consisting of: pulling & terminating the required power and Ethernet Cat 5E
cables (Comscope 2003 shielded/outdoor rated) from the controller cabinet to the pre-approved
mounting location, installation of camera mounting hardware to mast arms/luminaires, mounting of the
video cameras, connecting wires to cameras per Rhythm Engineering specifications and training,
camera aiming, zooming and focusing.
3. Perform traffic cabinet installation work consisting of: installing the site equipment panel, mounting and
connecting the InSync® processor to the Ethernet switch and installing InSync’s detector input
connection type. Wiring of the RG return cable and connection of the InSync® system to the Ethernet
network provided via the communications system provided by the Client or communications installer.
4. Return to site as needed during system integration to adjust cameras or troubleshoot any cabling or
other issues arising from faulty installation.
Augusta, GA (Client) will be responsible for the following tasks.
1. Provide an Ethernet network with TCP/IP connectivity between signals.
2. Provide traffic engineering information per intersection including, but not limited to: traffic counts, traffic
pattern by time of day, phasing, allowed and prohibited movements, current timing plans, amber times,
all-red times, pedestrian walk and flashing don’t walk times.
3. Provide Rhythm Engineering with ten (10) Internet Protocol (IP) Addresses for each intersection’s
equipment (cameras and processor), establish Simple Mail Transfer Protocol (SMTP) and Network
Time Protocol (NTP) server connection, as well as remote access to the intersections via a Virtual
Private Network (VPN) connection for support and monitoring purposes during the warranty/support
period.
4. A detailed before-and-after study measuring delay, stops, travel time, fuel consumption and
emissions over multiple time periods throughout the weekday could be conducted (AM Peak, AM
Off-peak, Noon Peak, Afternoon Off-Peak, PM Peak, Evening Off-Peak). This may be let out to
a consultant as part of the total job scope of work.
Quote #002576-1 6
Project Deployment Schedule
Rhythm Engineering will completely deploy this 1-signal InSync® adaptive system within a four-
month window from the time of the receipt of a project purchase order. It is assumed that all the
signals to be outfitted with InSync® will be operational and ready for equipment installation,
including Ethernet connectivity and wiring completion. Any delays in implementation outside of
Rhythm Engineering’s control are excluded from this timeframe.
Quote #002576-1 7
Quotation
11228 Thompson Ave.
Lenexa, KS 66219
Phone (913) 227-0603 Fax (913) 227-0674
Quote #: 002576-1
Expiration Date: 09/30/2016
Prepared By: Mark W. Sullivant
Client: Augusta, GA
507 Telfair Street
Augusta, GA 30901
ATTN: Glen Bollinger
Phone: (706) 821-1077
Project: Prattwood Rd & Furys Ferry Rd
Payment Terms:
Quote does not include additional fees in the event Rhythm would serve as a primary contractor.
Any required bonding or licensing fees are not included in quote.
All taxes are the responsibility of client. FOB Point: Lenexa, KS
Payment is due within 30 days of the invoice date. After 30 days, a 5% late payment penalty shall be assessed upon any unpaid
balance. If payment exceeds 60 days past the invoice date (30 days past due), additional finance charges shall be applied at an interest
rate of 18% APR. Finance charges are computed against the unpaid invoice balance, plus any accumulated penalties and/or fees.
General Terms and Conditions:
Client agrees that all Purchase Orders submitted to Rhythm in response to this Scope of Work and Quote do hereby incorporate any
and all terms and conditions stated in this Scope of Work and Quote unless such terms or conditions are clearly and expressly rejected
in writing within the submitted Purchase Order. Purchase Orders submitted in response to this document that contain no payment terms
are deemed to be a complete acceptance of the payment terms set forth in this document pursuant to these general terms and
conditions. Purchase Orders with rejected terms or conditions shall be reviewed by Rhythm Engineering and may be rejected or resubmitted to Client.
Client agrees that the laws of the State of Kansas apply to this contract and all actions arising out of it. Invoice are generated upon shipment of material.
Description Units Unit Cost Total Cost
InSync: Fusion hardware (multiple detection)
5 year warranty (1st 2 years are included, 3 additional years added)
1
3 yrs
$30,000.00
$750.00
$30,000.00
$2,250.00
Pedestrian Module (any ped actuation buttons) 1 $5,000.00 $5,000.00
Project Management $3,500.00
Installation Training (onsite) Included
Configuration of InSync Included
Shipping and Handling per intersection (from Lenexa, KS) 1 $150.00 $150.00
Standard camera mounting hardware TBD $225.00 $0.00
Non-standard camera mounting hardware TBD $725.00 $0.00
TOTAL $40,900.00
Additional Items (may be purchased from Rhythm Engineering or from other local vendor or contractor)
Description Units Unit Cost Total Cost
1000-ft roll of Ethernet Cat 5E Cable (conservative estimate: 1200 ft per
intersection)
TBD $525.00
1000-ft roll of IMSA 20-1 Traffic Control Cable 14-3 stranded copper
(conservative estimate: 1200 ft per intersection)
TBD $450.00
Ethernet repeaters (required for cable runs exceeding 320 ft) TBD $625.00
For questions, please contact Mark W. Sullivant at mark.sullivant@rhythmtraffic.com or (248) 431-4588.
THANK YOU FOR YOUR BUSINESS!
Engineering Services Committee Meeting
9/28/2016 1:05 PM
Riverwatch Parkway Adaptive Signal Project
Department:Engineering
Presenter:Abie L. Ladson - Director
Caption:Approve supplemental purchase of INSync Adaptive Signal
Control equipment in the amount of $40,900.00 from Rhythm
Engineering for the Riverwatch Parkway Adaptive Signal Project.
This Project is in Band 1 of the approved Richmond County
Project List for the Transportation Investment Act of 2010 (aka,
TIA, TSPLOST) as requested by AED.
Background:This project is in Band 1 of the approved Richmond County TIA
list. The purpose of the Riverwatch Parkway Adaptive Signal
Project is to improve traffic operations along one of the busiest
corridors in Augusta which serves almost 30,000 vehicles per day
and experiences significant congestion during peak periods.
Improvements include the installation of the INSync Adaptive
Signal system between Fury’s Ferry Road and River Shoals
Parkway. The system utilizes state-of-the-art sensor technology,
image processing, and artificial intelligence to automatically
optimize local traffic signals and provide coordination for the
arterial according to real-time traffic demand, thus, eliminating the
need for static signal timing and coordination plans. On February
3, 2015 Augusta Commission approved purchase of INSync
Adaptive Control equipment from Rhythm Engineering. Project is
under construction and there is need for additional equipment to
complete adaptive traffic control system operation along the
project corridor.
Analysis:Equipment is needed to complete adaptive signal system
connectivity to Prattwood/Furys Ferry Rd. Project is a Band 1 of
the approved Richmond County TIA Project List and expense is
eligible for reimbursement through Georgia DOT. All equipment
installation will be performed by Augusta Traffic Engineering
Staff
Financial Impact:Funds are available in the Project TIA funds
Alternatives:1) Approve supplemental purchase of INSync Adaptive Signal
Control equipment in the amount of $40,900.00 from Rhythm
Engineering for the Riverwatch Parkway Adaptive Signal Project.
This Project is in Band 1 of the approved Richmond County
Project List for the Transportation Investment Act of 2010 (aka,
TIA, TSPLOST) as requested by AED. 2) Do not approve and
find alternate to complete the project
Recommendation:Approve Alternative Number One
Funds are Available
in the Following
Accounts:
Project TIA Funds - RC07-000139/PI#0011402
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby adopted:
Section 1: This project is to set up and authorized to CPB#371-041110-T13047139 and is to
supplement the Georgia DOT contract with Beams Construction in the amount of
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
TIA Funds 61,190$
TIA Funds 202,550$
263,740$
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, Jr.
project TIA construction account.
CPB#371-041110-T13047139
CAPITAL PROJECT BUDGET
Riverwatch Parkway Adaptive Signal Project
$202,520.67 to cover the additional costs of installing fiber optic communications
for the Riverwatch Parkway Adaptive Signals project. Funding is available in the
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of
Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks
1 of 2 8.18.2016
Augusta-Richmond County, Georgia CPB#371-041110-T13047139
CAPITAL PROJECT BUDGET
Riverwatch Parkway Adaptive Signal Project
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB Addition CPB
TIA Funds ($61,190) ($202,550) ($263,740)
371-041110-T13047139
TOTAL SOURCES: ($61,190) ($202,550) ($263,740)
USE OF FUNDS
ENGINEERING
328-041120-5212115 $61,190 $61,190
ROADS $202,550 $202,550
371-041110-5414110-T13047139
TOTAL USES:$61,190 $202,550 $263,740
2 of 2 8.18.2016
Engineering Services Committee Meeting
9/28/2016 1:05 PM
Riverwatch Parkway Fiber Installation Supplemental Agreement Riverwatch Adaptive Signal Project
Department:Engineering
Presenter:Abie L. Ladson - Director
Caption:Motion to supplement the Georgia DOT contract with Beams
Construction in the amount of $202,520.67 to cover the additional
costs of installing fiber optic communications for the Riverwatch
Parkway Adaptive Signals Project as requested by AED/TE.
Background:Currently, Beams Construction is under contract with Georgia
DOT for improvements along Riverwatch Parkway from 15th
Street to the Fury Ferry Road under the Transportation
Improvement Act of 2010 (TIA). Moreover, this project includes
upgrade of all the traffic signals along the corridor as well. The
Riverwatch Parkway Adaptive Signal Installation project is
another TIA project that overlaps the DOT/Beams Project that
includes similar installations. While, the equipment for the
Adaptive Signal project at each signal was installed using in-house
staff, the fiber optic communication system installation to GDOT
standards exceeds in-house capabilities. The purpose of this item
is to supplement Beams Construction’s Contract to provide the
installation of this system.
Analysis:Beams Construction is currently under contract for similar work
along the corridor and the cost provided of $202,520.67. This cost
was analyzed and determined to be reasonable and cost effective
for the type of work being performed.
Financial Impact:Project is reimbursable through TIA. Funds are available in
Project TIA funds.
Alternatives:1) Supplement GDOT’ s contract with Beams Construction in the
amount of $202,520.67 to provide fiber optic installation in
conjunction with the Riverwatch Parkway corridor project. 2) Do
not approve and find alternative to complete the project and meet
TIA project completion requirements.
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
Project TIA Funds 371-041110-5414110/T13047139-5414110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia
that the following Capital Project Budget is hereby adopted:
Section 1: This project is set up and authorized to CPB# T13043144 & T13043145 and Change Order One
for the Walton Way Signal Modernization Ph III (Bransford Rd to Milledge Rd) and Ph II
(Druid Park to Heard Ave) to R. J. Haynie & Associates, Inc. in the total amount of $381,446.00
Funding is available in TIA project budget account numbers:
371-041110-5212115/T13043144 & 371-041110-5212115/T13043145.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
173,030$
TIA Project Funds 346,070$
TIA Project Funds 5,517,131$
TIA Project Funds 381,446$
6,417,677$
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
_________________________________________________
Honorable Hardie Davis, Jr., Mayor
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
CPB# T13043144 & T13043145
CAPITAL PROJECT BUDGET
Walton Way Signal Modernization Phase II and III
TIA Project Funds
(Ph III, PI 11406 Bransford Rd $207,400.
with Ph II, PI 11407 (Druid Park to Heard Ave $174,046) and
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks
1 of 2 1.20.2014
Augusta-Richmond County, Georgia CPB# T13043144 & T13043145
CAPITAL PROJECT BUDGET
Walton Way Signal Modernization Phase II and III
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB ADDITION CPB
TIA Project Funds (173,030)$ (207,400) (380,430)$
371-041110-5212115/T13043144
TIA Project Funds (346,070) (174,046) (520,116)
371-041110-5212115/T13043145
TIA Project Funds
371-041110-5414110/T13043144 (1,808,650.50)
371-041110-5414110/T13043145 (3,708,480.50)(5,517,131) (5,517,131)
TOTAL SOURCES:(6,036,231)$ (381,446)$ (6,417,677)$
USE OF FUNDS
ENGINEERING
371-04-1110-5212115/T13043144 173,030$ 173,030$
ENGINEERING 346,070$ 346,070$
371-04-1110-5212115/T13043145
371-041110-5414610/T13043144 (1,808,650.50)207,400
371-041110-5414610/T13043145 (3,708,480.50)5,517,131$ 174,046 5,517,131$
TOTAL USES:6,036,231$ 381,446$ 6,417,677$
2 of 2 1.20.2014
R.J. HAYNIE & ASSOCIATES, INC.
P.O. BOX 1767
FOREST PARK, GEORGIA 30298-1767
TELEPHONE 404-361-0672
FAX 404-366-9750
August 24, 2016
Mr. Hameed Malik, Ph.D., P.E.
Assistant Director - Engineering
City of Augusta
505 Telfair Street
Augusta, GA 30901
Re: Walton Way Signal Modernization – Phase II & II – Lighting Proposal
Mr. Malik:
Attached is a breakdown of the Phase II and Phase III lighting changes and the costs
associated with those changes. Please let us know if/when the City will approve these
changes so that the materials for them can be released and delivered on site. Each of the
light pole and light fixture items will be paid for per each installed and functional which
includes the pole, luminaires, foundation, rebar and wire connections. The conduit and
wire is a separate pay item, but is a part of the complete system. Should you have any
questions regarding this proposal, please let me know.
We appreciate the opportunity.
Sincerely,
Daniel O. Kelly
Vice President
ELECTRICAL CONTRACTORS
Contract Proposed Unit Original Proposed
Quan Quan Price Extended Extended
12 FT POLE / BASE / ARMS COMBO 153.00 187.00 3,940.00$ 602,820.00$ 736,780.00$
LED LANTERN LUMINAIRE FOR 12 FT POLES 306.00 374.00 1,370.00$ 419,220.00$ 512,380.00$
Phase III LED LANTERN LUMINAIRE FOR MAST ARMS 27.00 27.00 1,970.00$ 53,190.00$ 53,190.00$
32.5 FT POLE / BASE / ARMS COMBO 2.00 0.00 5,800.00$ 11,600.00$ -$
LED LANTER LUMINAIRE FOR 32 FT POLES 2.00 0.00 2,310.00$ 4,620.00$ -$
CONDUIT (BOTH SIDES OF WALTON WAY)9500.00 9500.00 28.00$ 266,000.00$ 266,000.00$
CONDUCTORS (4 PER SIDE OF WALTON WAY)9500.00 9500.00 11.00$ 104,500.00$ 104,500.00$
SERVICE POINTS 10.00 10.00 8,866.00$ 88,660.00$ 88,660.00$
DEMO OF EXISTING LIGHTS 80.00 10.00 50.00$ 4,000.00$ 500.00$
REPLACEMENT LUMINAIRES 10.00 10.00 750.00$ 7,500.00$ 7,500.00$
1,562,110.00$ 1,769,510.00$
Lighting Poles from Bransford to (S217 - Sta 222+00) & (S218 - Sta 222+60)
Supplamental Aggreement - Phase III 207,400.00$
LED LANTERN LUMINAIRE FOR MAST ARMS 13.00 13.00 1,970.00$ 25,610.00$ 25,610.00$
32.5 FT POLE / BASE / ARMS COMBO 62.00 0.00 5,800.00$ 359,600.00$ -$
Phase II LED LANTERN LUMINAIRE FOR 32.5 FT POLES 62.00 0.00 2,310.00$ 143,220.00$ -$
12 FT POLE / BASE / ARMS COMBO 0.00 100.00 3,940.00$ -$ 394,000.00$
LED LANTERN LUMINAIRE FOR 12 FT POLES 0.00 200.00 1,370.00$ -$ 274,000.00$
CONDUIT (BOTH SIDES OF WALTON WAY)6700.00 6700.00 28.00$ 187,600.00$ 187,600.00$
CONDUCTORS (4 PER SIDE OF WALTON WAY)6700.00 6700.00 11.00$ 73,700.00$ 73,700.00$
SERVICE POINTS 7.00 8.00 8,866.00$ 62,062.00$ 70,928.00$
DEMO OF EXISTING LIGHTS 45.00 45.00 50.00$ 2,250.00$ 2,250.00$
854,042.00$ 1,028,088.00$
Remaining Lighting Poles from (S219 - Sta 222+90) & (S220 - Sta 223+55) to 15th Street
Supplamental Aggreement - Phase III 174,046.00$
134 2,416,152.00$ 2,797,598.00$
268
Total Supplamental Agreement - II & III 381,446.00$
Northside Southside
Quantity of Poles - Per Page
Phase III 25-001 15 14
Phase III 25-002 15 14
Phase III 25-003 17 17
Phase III 25-004 15 14
Phase III 25-005 16 16
Phase III 25-006 15 19 187 Total Poles in Phase III
Phase II 25-006 3 2
Phase II 25-007 17 19
Phase II 25-008 18 17
Phase II 25-009 13 11
51 49 100 Total Poles in Phase II
287 Total Poles
574 Installed Luminaires
10 Spare Luminaires
584 Total Luminaires
Change Order Number: One Date: 9.14.2016
Project Title Signal Modernization Walton Way-Ph II (Bransford-Milledge)
Original Contract Date: 10/6/2015 Project Number: 371--041110-T13034144
Owner: Augusta-Richmond County P.O. Number: P268223
Contractor: R.J. Haynie & Associates
The following change order is hereby made to the proposal for the above project:
See Attached
TOTAL AMOUNT OF THIS CHANGE ORDER $207,400
Original Contract Amount $3,708,480.50
Previous Change Order
(Increased / Decreased) $0.00
This Change Order
(Increased / Decreased) $ 207,400
TOTAL CONTRACT WITH CHANGE ORDER(S) $3,915,880.50
* * * * * * * * * * * * *
Funding Source/Account Number: 371-041110-5414610/T13043144-5414610
Requested By: Date:
Engineer
Submitted By: Date:
Department Head
Recommended By: Date:
Mayor
Accepted By: Date:
Contractor
Copies:
Project Files
Finance Department
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of
Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks
Change Order Number: One Date: 9.14.2016
Project Title Signal Modernization Walton Way-Ph II (Druid-Heard)
Original Contract Date: 10/6/2015 Project Number: 371-41110-T13043145
Owner: Augusta-Richmond County P.O. Number: P269063
Contractor: R.J. Haynie & Associates
The following change order is hereby made to the proposal for the above project:
See Attached
TOTAL AMOUNT OF THIS CHANGE ORDER: $174,046.00
Original Contract Amount $1,808,650.50
Previous Change Order $00.00
(Increased / Decreased) $0.00
This Change Order
(Increased / Decreased) $ 174,046
TOTAL CONTRACT WITH CHANGE ORDER(S) $1,982,696.50
* * * * * * * * * * * * *
Funding Source/Account Number: 371-041110-5414610/T13043145-5414610
Requested By: Date:
Engineer
Submitted By: Date:
Department Head
Recommended By: Date:
Mayor
Accepted By: Date:
Contractor
Copies:
Project Files
Finance Department
Engineering Services Committee Meeting
9/28/2016 1:05 PM
Signal Modernization Walton Way - Phase II & Phase III (Bid Item #15-193)
Department:Engineering
Presenter:Abie L. Ladson - Engineering
Caption:Approve Change Order One for Contract to R. J. Haynie &
Associates, Inc. in the amount of $381,446.00 for Transportation
Investment Act (TIA) Project, Signal Modernization Walton Way
– Phases II & III as requested by Augusta Engineering
Department.
Background:Signal Modernization Walton Way – Phase II (Druid Park to
Heard Avenue) and Phase III (Bransford Road to Milledge Road)
are two (2) of fifty (50) City of Augusta, Georgia TIA (aka
TSPLOST) projects. The project consists of upgrading traffic
signals and street lights along Walton way corridor. On October 6,
2015 Augusta Commission awarded contact to R.J. Haynie &
Associates. Project is under construction. Presence of existing
utilities within project limits created conflict with Street lighting
installation. In order to resolve encountered conflicts lighting
design was modified. However to maintain illumination spread per
applicable standards modified design resulted in increase in
lighting pole density.
Analysis:Design modification was needed to complete construction and
comply with TIA requirements. Additional cost is associated with
change in lighting pole design and density.
Financial Impact:Funds are allowable in Project TIA funds:
Alternatives:1). Approve Supplemental Order one for Contract to R. J. Haynie
& Associates, Inc. in the amount of $381,446.00 for
Transportation Investment Act (TIA) Project, Signal
Modernization Walton Way – Phases II & III as requested by
Augusta Engineering Department. 2). Do not approve and find
alternative to complete the project and meet TIA project
completion schedule.
Recommendation:Approve Alternative Number One
Funds are Available
in the Following
Accounts:
Project TIA Funds in amount of RC07-000144/PI#0011406:
$207,400.00 RC07-000145/ PI#0011407: $174,046.00
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Mayor Hardie Davis, Jr.
Rev: June 1, 2015
RIGHT OF WAY MOWING AND MAINTENANCE AGREEMENT
By and Between
THE
GEORGIA DEPARTMENT OF TRANSPORTATION
AND
CITY OF AUGUSTA
THIS AGREEMENT made and entered into this __ day of ______ , 20 __
by and between the DEPARTMENT of Transportation, an agency of the State of Georgia,
hereinafter alternately referred to as "DEPARTMENT" or "LICENSOR", and the APPLICANT
hereinafter referred to as "LICENSEE".
WHEREAS, the DEPARTMENT desires to enter into a public/private partnership to
perform certain services relating to mowing and maintenance within DEPARTMENT'S right of
way, hereinafter called the "PROJECT", and
WHEREAS, the LICENSEE has represented to the DEPARTMENT that, if such
permission is granted to the LICENSEE, LICENSEE shall bear all costs and liability associated
with the PROJECT; and
WHEREAS, the LICENSEE has represented to the DEPARTMENT that they are
qualified and experienced to provide such services and the DEPARTMENT has relied upon such
representations;
NOW, THEREFORE, for and in consideration of the mutual promises and covenants as
herein contained, it is agreed by and between the parties hereto that:
PLEASE, DONOT PROCESS THIS DOCUMENT. ONCE APPROVED BY COMMISSION AN
ORIGIANAL WILL BE FORWARDED FOR EXECUTION. THANKS AED
The covenants herein contained shall, except as otherwise provided, accrue to the benefit
of and be binding upon the successors and assigns of the parties hereto.
IN WITNESS WHEREOF, said parties have hereunto set their hand and affixed their seals the day
and year above first written.
GEORGIA DEPARTMENT OF TRANSPORTATION
Commissioner or designee
ATTEST:
Angela Whitworth Treasurer
LICENSEE:
Mayor, Hardie Davis, Jr.
Sworn to before me this
___ day of _______ , 20 __
NOTARY PUBLIC
My commission expires ------
Walton Way Landscape Median Improvements (Augusta Entryway Landscape Improvements Program
Engineering Services Committee Meeting
9/28/2016 1:05 PM
Walton Way Landscape Median Improvements Mowing/Maintenance & Indemnity Agreement
Department:Engineering
Presenter:Abie L. Ladson - Director
Caption:Approve entering into a Mowing and Maintenance Agreement as
well as an indemnity Agreement with the Georgia Department of
Transportation in conjunction with the Walton Way Landscape
Median Improvements Project as requested by AED
Background:Currently, there is a proposed project by the Augusta Entryway
Landscape Improvements Program to landscape and maintain
selected area of Walton Way (section between St. Sebastian Way
& 13th Street). This project includes landscape and irrigation on
the median of Walton Way at roadway section between St.
Sebastian Way and 13th Street. Landscape material includes sod,
flowering shrubs, and ornamental trees. The improvements will
enhance the corridor. Irrespective of funding source, Georgia
DOT requires that the local government enter into a Mowing and
Maintenance Agreement, for landscaping projects along state
routes. Since the proposed project will include irrigation systems,
Georgia DOT requires an Indemnity Agreement to be executed as
well.
Analysis:Agreement would allow the Landscape Median Improvements
project to move forward.
Financial Impact:None anticipated.
Alternatives:1). Approve entering into a Mowing and Maintenance Agreement
as well as an indemnity Agreement with the Georgia Department
of Transportation in Conjunction with Walton Way Landscape
Median Improvements Project as requested by AED. 2). Do not
approve.
Recommendation:Approve alternative one.
Funds are Available
in the Following
Accounts:
None
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission