Loading...
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