Loading...
HomeMy WebLinkAbout2018-02-27 Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 2/27/2018 ATTENDANCE: Present: Hons. Fennoy, Chairman; Hasan, Vice Chairman; Smith and Frantom, members. Absent: Hon. Hardie Davis, Jr., Mayor. ENGINEERING SERVICES 1. Approve the Award of Bid Item 17-273, Landfill Compactor to Yancey Brothers. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Grady Smith Passes 2. Approve the Award of Bid Item 17-303 – Deans Bridge Road MSW Landfill Phase 3, Stage 1, Cell 3 Construction for the Environmental Services Department to Gearig Brothers Civilworks. Item Action: Rescheduled Motions Motion Type Motion Text Made By Seconded By Motion Result Defer Motion to refer this item to the full Commission with no recommendation. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Ben Hasan Passes 3. Approve funding for Consultant Services Supplemental Agreement Nine to Cranston Engineering Group/ERM in the amount of $197,397.00 for Construction Phase Services for Augusta Canal Basin Dredging Project as requested by the AED. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Grady Smith Passes 4. Approve award of Sediment Dredging and Disposal Construction Services Two- Phase Contract (Phase 1 (Heirs Pond) and Phase 2 (Lake Aumond)) to Waterfront Property Services, LLC dba Gator Dredging subject to Value Engineering as requested by the AED. Also approve and authorize executing Phase 1 contract not to exceed in the amount of $2 million. Award is contingent upon receipt of signed contract. RFP 17-301 Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Grady Smith Passes 5. Discuss the comprehensive issues of downtown parking; and receive a presentation from Mr. Bryan Halterman regarding same. (Requested by Commissioner Bill Fennoy - referred from February 13 Engineering Services Committee) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve establishing a sub- committee to study the downtown parking situation and the creation of a professional parking system. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Ben Hasan Passes 6. Consider approving a Deed of Dedication for the water and sanitary sewer Item systems from TCA, LLC, for Longpoint Townhomes, Phase III, Section 2. Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Grady Smith Passes 7. Consider approving a Deed of Dedication for the water and sanitary sewer systems for Longpoint Townhomes Phase IV, from TCA, LLC. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Grady Smith Passes 8. Motion to approve the minutes of the Engineering Services Committee held on February 13, 2018. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Grady Smith Passes 9. Consider approving a Deed of Dedication and Maintenance Agreement for the gravity sanitary sewer system from Euchee Creek Development Co., Inc. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Commisioner Sean Commissioner Passes www.augustaga.gov Motion Passes 4-0. Frantom Grady Smith 10. Consider approving a lease extension with Thompson Farms on a 29 acre portion of the Big Farm property. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Grady Smith Passes 11. Approve and award Preliminary Engineering Concept Phase (design phase 1) of the Design Consultant Services Agreement to Wolverton & Associates, Inc. in the amount of $1,005,511.85 for the Willis Foreman Improvement Project as requested by the AED. Award is contingent upon receipt of signed agreement. RFQ 17-265 Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Grady Smith Passes Engineering Services Committee Meeting 2/27/2018 1:20 PM Attendance 2/27/18 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, October 27, 2017 @ 11:00 a.m. for furnishing: Bid Item #17-273 Landfill Compactor for Augusta, Georgia – Environmental Services Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, October 13, 2017 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle September 21, 28, October 5, 12, 2017 Metro Courier September 27, 2017 OFFICIAL VENDORS Cassie Jones / Humdinger Equipment 3202 Clovis Road Lubbock, TX 79415 Tractor & Equipment Co. 3809 Mike Padget Hwy Augusta, GA 30906 Flint Construction & Forresty Division 1900 William Few Parkway Grovetown, GA 30813 Yancy Brothers 4165 Mike Padgett Hwy Augusta, GA 30906 Attachment B YES YES YES YES E-Verify Number NO 49526 344722 686717 SAVE Form YES YES YES YES Year 2017-2018 2018 R 2017 2018 Make/ Brand TANA ALJON BOMAG CATEPILLAR Model E520ECO ADV600 BC1172RB4 836K Bid Price $944,020.00 $675,000.00 $912,824.00 $1,093,683.00 Carlson GPS System $61,500.00 $104,975.00 $61,500.00 $107,980.00 TRADE IN VALUE2008 CATEPILLAR $30,000.00 $42,000.00 $40,000.00 $32,000.00 TRADE IN VALUE 2007 ALJON $25,000.00 $37,000.00 $10,000.00 $30,000.00 Cone Shaped Wheels w/ Plug NA NO BID NO BID NA Caterpillar 836K Compactor or Approved Equal Total Number Specifications Mailed Out: 13 Total Number Specifications Download (Demandstar):1 Total Electronic Notifications (Demandstar): 79 Mandatory Pre-Bid/Telephone Conference:NA Total packages submitted: 5 Total Non-Compliant: Optional Equipment Bid Opening Item #17-273 Landfill Compactor for Augusta, Georgia -Environmental Services Bid Due: Friday, October 27, 2017 @11:00 a.m. Page 1 of 2 OFFICIAL VENDORS Cassie Jones / Humdinger Equipment 3202 Clovis Road Lubbock, TX 79415 Tractor & Equipment Co. 3809 Mike Padget Hwy Augusta, GA 30906 Flint Construction & Forresty Division 1900 William Few Parkway Grovetown, GA 30813 Yancy Brothers 4165 Mike Padgett Hwy Augusta, GA 30906 Total Number Specifications Mailed Out: 13 Total Number Specifications Download (Demandstar):1 Total Electronic Notifications (Demandstar): 79 Mandatory Pre-Bid/Telephone Conference:NA Total packages submitted: 5 Total Non-Compliant: Bid Opening Item #17-273 Landfill Compactor for Augusta, Georgia -Environmental Services Bid Due: Friday, October 27, 2017 @11:00 a.m. Approximate Delivery Time 120-150 DAYS ARO 90-120 DAYS ARO 120 DAYS ARO 20-23 WEEKS ARO Page 2 of 2 Engineering Services Committee Meeting 2/27/2018 1:20 PM Approve the Award of Bid Item 17-273, Landfill Compactor to Yancey Brothers Department:Environmental Services Presenter:Lori Videtto Caption:Approve the Award of Bid Item 17-273, Landfill Compactor to Yancey Brothers. Background:The Environmental Services Department operates the Augusta Deans Bridge Road Landfill. One of the requirements of landfill operation is proper placement and compaction of the garbage. The equipment used to achieve this is a landfill compactor, and is vital to the safe and compliant operation of the landfill. ESD currently has two compactors, one machine has approximately 7000 hours on it, and the second has over 13,000 hours and has well exceeded its life expectancy. Over the past year ESD has spent over $250,000 in repairs on those machines. In this period of time, Aljon, the manufacturer, has gone out of business and parts for the machines are very difficult to locate and have a high lead-time. Without the operating compactors, the landfill workload has shifted to the bulldozers, which do not have the same effectiveness as the compactor, and as a result are being overworked. Analysis:There were three responsive bidders to Bid Item 17-273. Tractor and Equipment Company proposed a remanufactured Aljon. This does not meet the bid specification. Flint Construction proposed the Bomag machine, which does not meet the specifications in regard to the warranty requested, no extended warranty is offered, and the availability of parts and service is questionable. If there is an issue with the chassis and hydraulics, it would be serviced by Flint; however if there is an issue with the engine, it requires a third party contractor that is authorized to work on the Mercedes engine. The Caterpillar machine offered by Yancey Brothers met all of the specifications and in addition offered a higher-level warranty (requested 2-yr/2000-hour; Yancey offered 5-yr/10,000 hour), a certified complete re-build of the machine at the 5- year/10,000 hour interval, with complete factory warranty; and all of the Caterpillar parts are in Augusta or in Atlanta with 98% available within 24 hours of a service request. Further, an analysis of the life-cycle cost of ownership found that the Bomag and Caterpillar machines have similar costs of ownership at the 5-year mark, but there is greater advantage to purchasing the Caterpillar machine due to the items described above. Financial Impact:The bid price of the machine from Caterpillar is 1,201,663; and ESD will utilize the GMA Lease process for this purchase. Alternatives:1. Award the bid to Yancey and approve the purchase of the Caterpillar machine. 2. Do not award the bid to Yancey. Recommendation:Award the bid to Yancey Brothers and purchase the Caterpillar machine. Funds are Available in the Following Accounts: ESD will utilize the GMA lease process to purchase the compactor. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Invitation to Bid Sealed bids will be received at this office until Wednesday, December 27, 2017 @ 3:00 p.m. for furnishing: 7 Bid Item #17-303 Deans Bridge Road MSW Landfill 2017 Phase 3, Stage 1, Cell 3 Construction for Augusta Environmental Services Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $70.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Tuesday, November 21, 2017. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. A Mandatory Pre Bid Conference will be held on Friday, December 8, 2017 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, December 12 2017 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. A 10% Bid Bond is required to be submitted along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811orEmail: procbidandcontract@augustaga.gov No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director OFFICIAL VENDORS Attachment "B" E-Verify # SAVE Form Add 1 Bid Bond Base Bid Complianc e Review 3% Goal Cooper, Barnette & Page, Inc. 1928 Executive Park Drive Statham, GA 30666 No Bid Response Gearig Brothers Civilworks 322 Grimaude Boulevard Grovetown, GA 30813 Yes 226337 Yes Yes Yes $9,395,736.16 YES Peed Brothers, Inc. P.O. Box 398 42 Industrial Road Butler, GA 31006 Yes 349653 Yes Yes Yes $9,426,201.85 YES Bid Item #17-303 Deans Bridge Road MSW Landfill 2017 Phase 3, Stage 1, Cell 3 Construction for Augusta, GA Environmental Services Department Bid Date: Wednesday, January 17, 2018 @ 3:00 p.m. Total Number Specifications Mailed Out: 4 Total Number Specifications Download (Demandstar): NA Total Electronic Notifications (Demandstar): NA Mandatory Pre-Qualifications/Telephone Conference Attendees: NA Total packages submitted: 3 Total Noncompliant: 0 The following vendor did not respond: COMANCO Environmental Corporation / 4301 Sterling Commerce Dr. / Plant City, FL 33566 Page 1 of 1 Engineering Services Committee Meeting 2/27/2018 1:20 PM Approve the Award of Bid Item 17-303 – Deans Bridge Road MSW Landfill Phase 3, Stage 1, Cell 3 Construction for the Environmental Services Department to Gearig Brothers Civilworks. Department:Environmental Services Presenter:Lori Videtto Caption:Approve the Award of Bid Item 17-303 – Deans Bridge Road MSW Landfill Phase 3, Stage 1, Cell 3 Construction for the Environmental Services Department to Gearig Brothers Civilworks. Background:The construction of a new landfill cell allows for an additional space for garbage to be placed and due to current airspace availability, the Deans Bridge Road Landfill will need to construct this cell in order to maintain current operations. This construction is a normal part of landfill operations and is projected to last approximately 10-12 years. Now that the earthwork preparation is largely complete, this project involves the hiring of a contractor to provide all labor, materials, tools, equipment, and services to complete approximately 100,000 yards of excavation, 1.4M square feet of liner sub-base, 1.4M square feet of 60-mil geomembrane, a leachate collection system, and approximately 23,000 cubic yards of structural fill. In addition this work requires the construction of storm water drainage systems and various erosion and sedimentation control items. Analysis:The project was placed for bid, and two pre-qualified vendors were considered compliant and responsive. Gearig Brothers Civilworks was the lowest responsible bidder, and has met all of the Procurement Department and Compliance Department requirements; including the required 5% LSBOP documentation. Gearig Brothers has committed to 9.38% LSBOP participation. This project is necessary to continue the development of the landfill and insure adequate space for garbage placement. Financial Impact:The price as received in the bid submission is $9,395,736.15. Funds are available in ESD account number 541 00 0000/13- 36110. Alternatives:Award the work as specified to Gearig Brothers Civilworks. Recommendation:Award the work as specified to Gearig Brothers Civilworks. Funds are Available in the Following Accounts: The price as received in the bid submission is $9,395,736.15. Funds are available in ESD account number 541 00 0000/13- 36110. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission ERM SOW for HP/LA Oversight 1 December 22, 2017 STATEMENT OF WORK SCOPE ERM OVERSIGHT ACTIVITIES FOR CITY OF AUGUSTA DREDGING PROJECT AT HIERS POND AND LAKE AUMOND Table 1, attached, presents a Summary of Estimated Probable Costs for ERM to provide oversight assistance to the City of Augusta during dredging at Hiers Pond and Lake Aumond. These estimated costs are based on anticipated ERM activities to oversee dredging contractor activities needed to maintain compliance with the dredging permit issued by the U.S Corps of Engineers (USACE) on April 17, 2017 and the Water Quality Certificate (WQC) issued by the Georgia Department of Environmental Protection (GA EPD) issued on February 14, 2017. The attached Table 1 provides three main Project Tasks with Subtasks. Estimated costs are provided for each Subtask and the total Task. In developing the estimate, ERM employed the following assumptions: 1. The ERM rates reflect a 5% increase from the rates in place since 2015 and will apply to these Tasks only. 2. Regular Client/Project Team meetings will occur via ERM-organized teleconference. 3. ERM will be present in Augusta at multiple times during the project to meet with Agencies, train project participants, and inspect/oversee dredging activities. At least one (1) ERM staff person will be at the work site at all times. Up to three (3) ERM staff will be on site during the initial meetings, training sessions, and disposal site inspection activities. These staff will include Joe Carvitti, Paul Krause, and the routine oversight person. 4. ERM’s activities will be related solely to permit compliance requirements and associated project oversight. ERM will not be responsible for scheduling work or controlling the technical manner in which the contractor performs the work. A brief description of each Project Task is provided below. A. Project Management. As listed in Table 1, management activities consist of routine discussions and review of issued permits for the purposes of developing checklists and plans. The checklist(s) that ERM develops will tabulate each of the specific permit requirements in a format that will allow clear and easy understanding of requirements and documentation of adherence to the requirements. Because the submitted Dredging Plan is incorporated into the permit and WQC, specific aspects of this Plan will be included in the checklist(s). The checklist(s) will be designed so as to allow daily (or some other frequency) review to ensure the permit conditions are being observed and satisfied. The estimated cost for the Task is $23,578. B. Contractor and Agency Interactions. The permit and WQC include specific requirements for interactions between the City, dredging contractor, and USACE/GA EPD. ERM will facilitate these interactions by assisting with scheduling and notifications. ERM will first meet with the selected contractor to discuss the overall dredging schedule and operations. When a reasonably certain schedule has been established, ERM will contact the USACE and GA EPD to schedule a pre-dredging meeting of all parties. ERM will be present at the meeting and will prepare documentation of the topics discussed and any specific outcomes of importance that ERM SOW for HP/LA Oversight 2 December 22, 2017 transpired. ERM also will ensure that all required notifications are prepared and submitted as dictated by the permit and/or WQC. The estimated cost for the Task is $40,397. C. Dredge Activity Oversight. ERM will oversee all phases of on-site contractor activity to monitor their activities with respect to maintaining compliance with permit and WQC terms and conditions. ERM will prepare training materials that summarize permit and WQC obligations and decisions points. These training materials will them be presented to all members of the dredging team expected to be performing work on site. Topics such as reporting requirements, safety considerations, site access and appearance, and recordkeeping issues will be presented during the training session. ERM will document that all persons wishing to have access to the dredging sites have undergone training on the permit requirements and site safety procedures prior to allowing them to enter the work area. As required by the permit, prior to placing any dredged material in the disposal site, ERM will participate in an inspection of the disposal site. Results of the inspection will be documented along with photographs of the site. Periodically during the dredging activities, ERM will perform additional inspections of the disposal site to document that disposal is being performed in an environmentally responsible manner. A final inspection will be performed after the cap is installed. During dredging, ERM will arrange routine “tail-gate” meetings with the dredging contractor. These tail-gate meetings will be conducted no less frequently than once per week and any day that an Agency is scheduled to visit the work site. ERM also will routinely fill in the checklist(s) prepared in Task A. Should any deviations from permit requirements be noted, ERM will immediately bring the deviation to the attention of the dredging contractor and the City. ERM will provide one (1) staff member to oversee dredging activities each day. This person will be assigned from one of ERM’s local offices. At times, during scheduled inspections by an Agency, ERM’s Project Manager also will be present at the site. At completion of the dredging activities, ERM will perform a final inspection of all areas to document that the areas have been maintain/returned to the conditions specified in the permit and Dredging Plan. The estimated cost for the activities under this Task is $133,422. TABLE 1. Summary of Estimated Probable Costs Hires Pond and Lake Aumond Dredge Support Cranston Engineering Group, Augusta, Georgia Labor Charges Associated Project Costs @ 9.8% Field Expenses Laboratory Expenses Subcontractor Expenses Total Expenses PROJECT TASKS TOTAL COSTS A Project Management and Meetings $21,474 $2,104 $0 $0 $0 $2,104 $23,578 A1 PM/Client Discussions $6,316 $619 $0 $0 $0 $619 $6,935 A2 Review Permit and WDCs $4,453 $436 $0 $0 $0 $436 $4,889 A3 Develop Permit Checklist Materials $7,998 $784 $0 $0 $0 $784 $8,781 A4 Summarize Dredging Plans $2,708 $265 $0 $0 $0 $265 $2,973 . B Contractor and Agency Interactions $30,187 $2,958 $7,251 $0 $0 $10,210 $40,397 B1 Pre-Dredge meeting with Contractors $13,472 $1,320 $4,861 $0 $0 $6,181 $19,654 B2 Pre-Dredge meeting with Agencies $6,948 $681 $2,390 $0 $0 $3,071 $10,019 B3 USACE/GAEPD Notifications $2,081 $204 $0 $0 $0 $204 $2,285 B4 Final Paperwork and Notifications $7,686 $753 $0 $0 $0 $753 $8,439 . C Dredge Activity Oversight $91,620 $8,979 $32,823 $0 $0 $41,802 $133,422 C1 Contractor Training and Inspections $17,320 $1,697 $7,023 $0 $0 $8,720 $26,041 C2 Permit Compliance Inspections $6,311 $619 $0 $0 $0 $619 $6,930 C3 Field Site Meetings/Compliance $67,988 $6,663 $25,800 $0 $0 $32,463 $100,452 TOTALS $143,281 $14,042 $40,075 $0 $0 $54,116 $197,397 (SA01 – For changes greater than $20,000) April 2010 AUGUSTA, GA ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT Augusta Richmond County Project Number(s): 328-041110-212828502 Supplemental Agreement Number: 9 Purchase Order Number: 165515 WHEREAS, We, Cranston Engineering Group, Consultant, entered into a contract with Augusta- Richmond County on May 5, 2009, for engineering design services associated with the Rock Creek/Warren Lake Restoration Project., File Reference No. 09-014 (A), and WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: Additional requests to consist of Project Mgmt, Contractor and Agency Interactions and Dredge Activity Oversight It is agreed that as a result of the above described modification the contract amount is increased by $197,397.00 from $1,811,500.70 to a new total of $2,008,897.70 Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, Cranston Engineering Group, Consultant, hereby agree to said Supplemental Agreement consisting of the above mentioned items and prices, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. This day of , 2018 RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY AUGUSTA, GEORGIA Hardie Davis, Jr, Mayor Approved: Date Approved: Date [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET ROCK CREEK/WARREN LAKE RESTORATION Capital Project Budget is hereby authorized: Section 1: This project is authorized to CPB#328-041110-212828502 for Rock Creek/Warren Lake Restoration project and Supplemental Agreement Number Nine in the amount of $197,397 to Cranston Engineering for additional services during dredging construction phase for SPLOST VI. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase II $1,200,000 Special 1% Sales Tax, Phase VI 392,055 Special 1% Sales Tax, Phase VI $19,650 Special 1% Sales Tax, Phase VI 299,575 Special 1% Sales Tax, Phase VI 197,397 $2,108,677 Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved ____________________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department CPB#328-041110-212828502 BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Honorable Hardie Davis, Jr., Mayor CHANGE NUMBER SIX contractor request for field information attending construction progress meetings, and dredging and disposal activites compliance. Funding is available in project Engineering account Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For 1 of 2 2.16.2018 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET ROCK CREEK/WARREN LAKE RESTORATION CPB#328-041110-212828502 CHANGE NUMBER SIX Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For CPB AMOUNT CPB NEW CPB SOURCE OF FUNDS CPB ADDITION AMOUNT SPECIAL 1% SALES TAX, PHASE II 322-04-1110-207822001 ($1,200,000) ($1,200,000) SPECIAL 1% SALES TAX, PHASE VI 328-04-1110-212828502 ($411,705)($411,705) SPECIAL 1% SALES TAX, PHASE VI ($299,575) ($197,397) ($496,972) 328-04-1110-212828502 TOTAL SOURCES:($1,911,280) ($197,397) ($2,108,677) USE OF FUNDS ENGINEERING 322-041110-5212115-207822001 $1,200,000 $1,200,000 328-041110-5212115-212828502 $711,280 $197,397 $908,677 TOTAL USES:$1,911,280 $197,397 $2,108,677 2 of 2 2.16.2018 Engineering Services Committee Meeting 2/27/2018 1:20 PM Augusta Canal Basin Dredging Project Department:Engineering Presenter: Caption:Approve funding for Consultant Services Supplemental Agreement Nine to Cranston Engineering Group/ERM in the amount of $197,397.00 for Construction Phase Services for Augusta Canal Basin Dredging Project as requested by the AED. Background:Rock Creek/ Warren Lake and Augusta Canal Basin Dredging (Lake Olmstead, Lake Aumond, Heirs Ponds and Rae’s Creek) are approved projects. Lake Olmstead is presently in permitting stage. However, AED recently secured Section 404 of the Clean Water Act required individual permit for Hiers Pond and Lake Aumond that allows AED to initiate sediment removal construction activities in these water bodies. Construction Phase of lake dredging require design and 404 regulatory permit related coordination with dredging contractor, resolution of constructability conflicts, and request for field information that warrants design engineer services. Analysis:ERM as a team member to Cranston Engineering, provided lead professional services for securing Section 404 of the Clean Water Act required individual permit that allowed dredging of Hiers Pond and Lake Aumond. This supplemental agreement covers services during dredging construction phase for contractor request for field information, field engineering, attending construction progress meetings, and most importantly assuring sediment dredging and disposal activities compliance with 404 permit conditions. Financial Impact:Funds are available in the project engineering account. 328- 041110-5212115/212828502-5212115. Alternatives:1). Approve funding for Consultant Services Supplemental Agreement nine to Cranston Engineering Group/ERM in the amount of $197,397.00 for Construction Phase Services for Augusta Canal Basin Dredging Project as requested by the AED. 2). Do not approve and identify alternate dredging plan and associated 404 permit compliance plan. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNT 328-041110-5212115/212828502-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Invitation to Bid Sealed bids will be received at this office until Wednesday, December 27, 2017 @ 3:00 p.m. for furnishing: 7 Bid Item #17-303 Deans Bridge Road MSW Landfill 2017 Phase 3, Stage 1, Cell 3 Construction for Augusta Environmental Services Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $70.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Tuesday, November 21, 2017. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. A Mandatory Pre Bid Conference will be held on Friday, December 8, 2017 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, December 12 2017 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. A 10% Bid Bond is required to be submitted along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811orEmail: procbidandcontract@augustaga.gov No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Bid Bond Original 7 Copies Fee Proposal Compliance Review Waterfront Property Servce, LLC dba Gator Dredging 13630 50th Way North Clearwater, FL 33760 YES 976491 YES YES YES YES YES YES Beam's Contracting, Inc. 15030 Atomic Road Beach Island, SC 29842 YES 167300 YES YES YES YES YES YES Reeves & Young, LLC 45 Peachtree Industrial Blvd Suite 200 Sugar Hill, GA 30518 YES 886774 YES YES YES YES YES YES RFP Item# 17-301 Construction Services for Hiers Pond and Lake Aumond Sediment Dredging and Disposal for the Augusta, GA – Engineering Department RFP Due: Thursday, December 14, 2017 @ 3:00 p.m. Total Number Specifications Mailed Out: 4 Total Number Specifications Download (Demandstar): NA Total Electronic Notifications (Demandstar):NA Pre Proposal Conference Attendees: 8 Total packages submitted: 3 Total Noncompliant: Page 1 of 1 Waterfront Property Services, LLC dba Gator Dredging 13630 50th Way North Clearwater, FL 33760 Beam's Contracting, Inc. 15030 Atomic Road Beach Island, SC 29842 Reeves & Young, LLC 45 Peachtree Industrial Blvd Suite 200 Sugar Hill, GA 30518 Dredge America, Inc. 9555 NW Highway N Kansas City, MO 64153 RFP Item #17-301 Construction Services for Heirs Pond and Lake Aumond Sediment Dredging and Disposal For Engineering Department Mailed Out 11/14/17 RFQ Item #17-247 Construction Services for Heirs Pond and Lake Aumond Sediment Dredging and Disposal For Engineering Department Bid Due: Fri. 12/14/17@ 3:00 P.M. Abie Ladson Engineering Department Kellie Irving Compliance Department Hameed Malik Engineering Department Waterfront Property Services, LLC dba Gator Dredging 13630 50th Way North Clearwater, FL 33760 Beam's Contracting, Inc. 15030 Atomic Road Beach Island, SC 29842 Reeves & Young, LLC 45 Peachtree Industrial Blvd Suite 200 Sugar Hill, GA 30518 Waterfront Property Services, LLC dba Gator Dredging 13630 50th Way North Clearwater, FL 33760 Beam's Contracting, Inc. 15030 Atomic Road Beach Island, SC 29842 Reeves & Young, LLC 45 Peachtree Industrial Blvd Suite 200 Sugar Hill, GA 30518 Evaluation Criteria Ranking Points 1. Completeness of Response • Package submitted by the deadline • Package is complete (includes requested information as required per this solicitation) • Attachment B is complete, signed and notarized N/A Pass/Fail PASS PASS PASS PASS PASS PASS 2. Qualifications & Experience (0-5)20 5 2.5 3 100 50 60 3. Organization & Approach (0-5)15 5 3.5 4 75 52.5 60 4 A Scope of Services • Proposed scope of services appropriate for all phases of the work. • Completion of all construction dredging activities per Project Dredging plans. • Dredging and disposal process compliance with 404 individual permit conditions. • Approach resolving dredging/construction conflicts or problems. B Project Deliverables scope set forth in above requirements. C. Cost Control and Budgeting Methodology cost and budget. similar project/service.) (0-5)15 4.5 3 3 67.5 45 45 5. Schedule of Work (0-5)10 5 4 2 50 40 20 0 0 0 Within Richmond County 5 10 0 0 0 Within CSRA 5 6 5 0 30 0 Within Georgia 5 4 5 0 0 20 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 5 10 0 0  All Others 5 1 0 0 0 7. References (0-5)5 5 5 5 25 25 25 24.5 18 17 327.5 242.5 230 8. Presentation by Team (0-5)10 0 0 0 9. Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 0 Lowest Fees 5 10 5 0 0 50 Second 5 6 5 30 0 0 Third 5 4 5 0 20 0 Forth 5 2 0 0 0 Fifth 5 1 0 0 0 Total Phase 2 5 5 5 30 20 50 357.5 262.5 280 Evaluation Sheet for RFP #17-301 Construction Services for Hiers Pond and Lake Aumond Sediment Dredging and Disposal for the Augusta, GA – Engineering Department Evaluation Meeting: Wednesday, January 10, 2018 @ 10:00 a.m. Vendors Phase 2 (Option - Numbers 8-9) Procurement DepartmentRepresentative:___________Nancy Williams__________________________________ Evaluator: Cumulative Date: 1/10/18 Total (Total Possible Score 750) Ranking of 0-5 (Enter a number value between 0 and 5) 6. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Weighted Scores Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 375) Phase 1 Scale 0 (Low) to 5 (High) Procurement Department Completion Date: 1/10/18 Internal Use Only Total Cumulative Score (Maximum point is 500) 10. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project is authorized to CPB#329-04-4320-216829903. This request is to award the Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. 2,000,000$ 2,000,000$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Honorable Hardie Davis, Mayor CAPITAL PROJECT BUDGET CPB#329-044320-216829903 Heirs Pond and Lake Aumond Sediment Dredging and Disposal (Bid 17-301) Sediment Dredging and Disposal Construction Services Two-Phase Contract (Phase 1 Heirs Pond) and Phase 2 (Lake Aumond) to Waterfront Property Services, LLC dba Gator Dredging in the amount of $2,000,000.00. Funding is available in the Project Funds. Grading and Drainage (Stormwater) SPLOST Ph VII 2.16.2018 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET CPB#329-044320-216829903 Heirs Pond and Lake Aumond Sediment Dredging and Disposal (Bid 17-301) CPB AMOUNT CPB New SOURCE OF FUNDS CPB Addition CPB Grading and Drainage (Stormwater) SPLOST PHASE VII $2,000,000 $2,000,000 TOTAL SOURCES: $2,000,000 $2,000,000 USE OF FUNDS ENGINEERING 329-04-4320-5414110/216829903 $2,000,000 $2,000,000 TOTAL USES: $2,000,000 $2,000,000 2.16.2018 Engineering Services Committee Meeting 2/27/2018 1:20 PM Construction Services for Hiers Pond and Lake Aumond RFP 17-301 Department:Engineering Presenter: Caption:Approve award of Sediment Dredging and Disposal Construction Services Two-Phase Contract (Phase 1 (Heirs Pond) and Phase 2 (Lake Aumond)) to Waterfront Property Services, LLC dba Gator Dredging subject to Value Engineering as requested by the AED. Also approve and authorize executing Phase 1 contract not to exceed in the amount of $2 million. Award is contingent upon receipt of signed contract. RFP 17-301 Background:Augusta Canal Basin Dredging (Lake Olmstead, Lake Aumond, Heirs Ponds and Rae’s Creek) are approved projects. Lake Olmstead is presently in permitting stage, however, AED recently secured Section 404 of the Clean Water Act required individual permit for Hiers Pond and Lake Aumond. Natural degradation and years of development upstream of Hiers Pond and Lake Aumond (water bodies) has caused them to become silted and overgrown with aquatic weeds and other evasive plant species, thus negatively impacting visual appeals and storm water retention capabilities. The proposed will return water bodies to their near original contours while improving water retention and visual appeal. Contract services consist of dredging two waterbodies; i) Hiers Pond, and ii) Lake Aumond. Given regulatory permitting constrains; AED is proposing to execute and complete this work in two phases. First Phase (Phase1) includes preparation of disposal area and dredging of Hiers Pond at cost not to exceed contract amount of $2million. Second Phase (Phase2) will commence after completion of Phase1. Phase2 includes dredging of Lake Aumond at cost not to exceed contract amount of $2.3million. Analysis:RFPs were received on January 10, 2018 and firms were evaluated based on qualifications, project approach, and experience. The following firms submitted RFPs for evaluations: 1.Waterfront Property Services, LLC (dba Gator Dredging). 2.Beams’s Contacting, Inc. 3.Reeves & Young, LLC. Waterfront Property Services, LLC (dba Gator Dredging) was selected based on the evaluation procedures used for this project. Financial Impact:Funds are available in Engineering Grading and Drainage (Stormwater) SPLOST account. Alternatives:1). Approve award of Sediment Dredging and Disposal Construction Services Two-Phase Contract (Phase 1 (Heirs Pond) and Phase 2 (Lake Aumond)) to Waterfront Property Services, LLC Waterfront Property Services, LLC dba Gator Dredging subject to Value Engineering as requested by the AED. Also Approve and Authorize executing Phase 1 contract not to exceed in the amount of $2million. Award is contingent upon receipt of signed contract. RFP 17-301. 2). Do not approve and find alternative to complete the project. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: SPLOST–Grading and Drainage (Stormwater) FY18 allocation 329-04-4320-216829903 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Engineering Services Committee Meeting 2/27/2018 1:20 PM Downtown parking Department: Presenter:Commissioner Fennoy and Bran Halterman Caption:Discuss the comprehensive issues of downtown parking; and receive a presentation from Mr. Bryan Halterman regarding same. (Requested by Commissioner Bill Fennoy - referred from February 13 Engineering Services Committee) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Engineering Services Committee Meeting 2/27/2018 1:20 PM Longpoint Townhomes Ph III Sec 2 Deed of Dedication & Plat Department:Augusta Utilities Department Presenter:Tom Wiedmeier Caption:Consider approving a Deed of Dedication for the water and sanitary sewer systems from TCA, LLC, for Longpoint Townhomes, Phase III, Section 2. Background:TCA, LLC, constructed the Longpoint Townhomes, Phase III, Section 2 homes, in 2014. In the process of building these homes, TCA constructed water and sanitary sewer pipelines crossing the property. Analysis:These water and sanitary sewer pipelines have passed inspection and are ready to be accepted into the public system. Financial Impact:None Alternatives:Disapprove the Deed of Dedication. Recommendation:Approve the Deed of Dedication. Funds are Available in the Following Accounts: None REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Engineering Services Committee Meeting 2/27/2018 1:20 PM Longpoint Townhomes Ph IV Deed of Dedication & Plat Department:Augusta Utilities Department Presenter:Tom Wiedmeier Caption:Consider approving a Deed of Dedication for the water and sanitary sewer systems for Longpoint Townhomes Phase IV, from TCA, LLC. Background:TCA, LLC, constructed the Longpoint Townhomes, Phase IV homes, in 2012. In the process of building these homes, TCA constructed water and sanitary sewer pipelines crossing the property. Analysis:These water and sanitary sewer pipelines have passed inspection and are ready to be accepted into the public system. Financial Impact:None Alternatives:Disapprove the Deed of Dedication. Recommendation:Approve the Deed of Dedication. Funds are Available in the Following Accounts: None REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Engineering Services Committee Meeting Commission Chamber - 2ll3l20l8 ATTENDANCE: Present: Hons. Fennoy, Chairman; Hasan, Vice Chairman; Frantom, member. Absent: Hons. Hardie Davis, Jr., Mayor; Smith, member. ENGINEERING SERVICES 1. Discuss the comprehensive issues of downtown parking; and receive Item a presentation from IvIr. Bryan Halterman regarding same. (Requested by Action: Commissioner Bill Fennoy - referred from January 30 Engineering Services None Committee) Made Seconded MotionBy By Result This item will be heard at the next committee meeting on February 27. 2. Consider proposal from Johnson, Laschober & Associates, P.C. to provide Item engineering services for the Utilities Department's Fort Gordon Cyber CoE Action: Campus Utilities. RFQ 13-124 Approved Motions f#:"' Motion rext Motions Motion Motion Textr ype Motion to ^ aDDrove.APProve uotion passes 3-0. Seconded ByMade By Motion Result Commissioner Ben Commisioner Sean passesHasan Frantom 3. Consider proposal from Johnson, Laschober & Associates, P.C. to provide Item engineering services for the Utilities Department's Fort Gordon Block 10 Action: Irrigation System project. RFQ 13-124 Approved Motions []j:"t Motion Text Made By seconded By Motion I ype ''---- -'1 ----"--- -r Result Motion to Approve i|lffiurr., commissioner Ben f;mmisioner Sean passes 3-0. 4. Motion to approve the minutes of the Engineering Services Committee held on Item January 30,2018. Action: Approved Motions X:-tl'" Motion Text Made By seconded By Motionl'ype - ----- -'I -------- -J Result Motion to Approve ffil;,";r**r., F;-'"*"ner Sean fiommissioner Ben passes 3-0. 5. Motion to authorize condemnation to acquire property in fee simple interests Item (Parcel 088-1-042-00-0) - 1928 Florida Road. Action: Approved Motions X:l:'" Motion Text Made By seconded By Motion l YPe Result Motion to Approve ixli,o#r^r., nffi*"ner Sean commissioner Ben passes 3-0. 6. Motion to authorize condemnation to acquire property in fee simple interests ltem (Parcel 088-l-043-00-0) - 1926 Florida Road. Action: Approved Motions Motion r,_a!__-m , tr t Motion- ----- Motion Text Made By Seconded Bylype - ---- -" Result Motion to Approve ixlrr,o#*ur.., F;**"ner Sean commissioner Ben passes 3-0. 7. Motion to authorize condemnation to acquire property in fee simple interests Item (Parcel 088-l-044-00-0) - 1922 Florida Road. Action: Approved Motions Motion Motion Text Made By Seconded By f"'rtjfi'r ype Motion to Approve ffiLtXltrurr., F;--*"ner Sean fi;mmissioner Ben passes 3-0. 8. Update from staff regarding awarding of storm water contracts. (Requested by Item Commissioner Marion Williams) Action: Approved Motions X:j*1"Il Motion Text Made By seconded By Motion'l'ype -.---- -r *------- -J Result Motion to approve ^ receiving this item as Commissioner CommisionerApprove inrormation. Ben Hasan Sean Frantom Passes Motion Passes 3-0. 9. Motion to award contract to CH2M Hill for RFP Item #17-207 Strategic Item Asset Management Planning. Action: Disapproved Motions X*:" Motion Text Made By Seconded By MotionlYPe Result Motion to refer this item to the full Commission Defer with no Commisioner Commissioner recommendation. Mr. Sean Frantom Ben Hasan Fails Fennoy votes No. Motion Fails 2-1. www.augustaga.gov Engineering Services Committee Meeting 2/27/2018 1:20 PM Minutes Department:Clerk of Commission Presenter: Caption:Motion to approve the minutes of the Engineering Services Committee held on February 13, 2018. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Engineering Services Committee Meeting 2/27/2018 1:20 PM River Watch Parkway Commercial/Retail Center Deed of Dedication & Maintenance Agreement Department:Utilities Presenter:Tom Wiedmeier Caption:Consider approving a Deed of Dedication and Maintenance Agreement for the gravity sanitary sewer system from Euchee Creek Development Co., Inc. Background:Euchee Creek Development is in the process of developing and commercial/retail site at Cooper Drive near Furys Ferry Road. In order to do this, the sanitary sewer needed to be extended, to reach both sides of Cooper Drive. Euchee Creek has extended the line and now wishes to dedicate said extension to Augusta. Analysis:The pipeline has been laid and has passed inspection. Financial Impact:None Alternatives:Disapprove the Deed of Dedication and Maintenance Agreement. Recommendation:Approve the Deed of Dedication and Maintenance Agreement. Funds are Available in the Following Accounts: None REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Engineering Services Committee Meeting 2/27/2018 1:20 PM Thompson Farms - Big Farm Lease Extension Department:Augusta Utilities Department Presenter:Tom Wiedmeier Caption:Consider approving a lease extension with Thompson Farms on a 29 acre portion of the Big Farm property. Background:Augusta is the owner of the Big Farm property located in the Phinizy Swamp. Some of this property has been used for the constructed wetlands, however, Thompson Farms continues to lease and farm a 29 acre tract, within the larger property. This tract contains 29 acres of cultivatable land. The rental is $250.00 per year, for a five year extension, from January 1, 2019 to midnight December 31, 2023. Analysis:In addition to the yearly rental payment, Thompson Farms maintains and repairs Beaver Dam Ditch Bridge and a portion of the access road, thus relieving Augusta of doing so. Financial Impact:Income of $250.00 per year, for five years. Alternatives:Deny the motion to approve a lease extension, with Thompson Farms, on a 29 acre portion of the Big Farm property. Recommendation:Approve the motion to approve a lease extension, with Thompson Farms, on a 29 acre portion of the Big Farm property. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission GEORGIA DEPARTMENT OF TRANSPORTATION One Georgia Center, 600 West Peachtree Street, NW Atlanta, Georgia 30308 Telephone: (404) 631-1000 Russell R. McMurry, P.E.,Commissioner October 03, 2017 PI No. 0013703, Richmond County CR 1515/Willis Foreman Road from SR 4/US 1 to SR 121/US 25 Honorable Hardie Davis, Jr., Mayor Attn: Hameed Malik, PK.D., P.E., Assistant Director of Engineering Augusta Engineering Department 452 Walker St, Suite 110 Augusta Georgia 30901 Dear Mayor Davis: Enclosed is a Project Framework Agreement (PFA) detailing Preliminary Engineering commitments for the above referenced project. Please review the enclosed agreement and if satisfactory, provide signatures on the (4) originals, and return them to this Office at the following address: Georgia Department of Transportation Office of Program Delivery Attn: Bruce Anderson Jr. 600 West Peachtree Street, NW, 25th Floor Atlanta, GA 30308 Once the signed agreements are received, they will be routed for GDOT signatures, and then Richmond County will be sent one copy of the fully executed agreement for the project file. As mentioned in the PFA, additional Specific Activity Agreements for Right of Way, Utility Relocation, and Construction will be sent at the appropriate time, if required. If you have any questions about items contained in this agreement, please contact the Project Manager, Bruce Anderson Jr. at (478) 538-8595. Sincerely, Albert V. Shelby, III Director of Program Delivery/Program Control AVS:KWN:CLB:ASA:BGA Enclosures (4) cc: Don Grantham, State Transportation Board Member, Congressional District 12 for Augusta-Richmond County, Georgia RFQ-17-265 BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, . Georgia that the following Capital Project Budget is hereby adopted: Section 1: This project is set up and authorized to CPB XXX to award the preliminary Engineering Concept Phase of the Design Consultant Services Agreement to Wolverton & Associates, Inc., in the amount of $1,005,511.85 for the Willis Foreman Improvement Project. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. MPO Z230 1,005,512$ 1,005,512$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department CPB#NA Honorable Hardie Davis, Jr., Mayor CAPITAL PROJECT BUDGET Willis Foreman Improvement Project 1 of 2 2/1/2018 Augusta-Richmond County, Georgia RFQ-17-265 CPB#NA CAPITAL PROJECT BUDGET Willis Foreman Improvement Project CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB ADDITION CPB MPO Z230s 1,005,512$ -$ 1,005,512$ 340-041110-5212115 -$ TOTAL SOURCES: 1,005,512$ -$ 1,005,512$ USE OF FUNDS ENGINEERING 340-041110-5212115 1,005,512$ -$ 1,005,512$ TOTAL USES:1,005,512$ -$ 1,005,512$ 2 of 2 2/1/2018 Request for Qualifications Request for Qualifications will be received at this office until Friday, October 13, 2017 @ 11:00 a.m. for furnishing: RFQ 17-265 Design Services for Willis Foreman Road Widening and Reconstruction Project for the Augusta, GA Engineering Department RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, September 29, 2017, @ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of sixty (60) days after qualifications have been opened, pending the execution of contract with the successful vendor. Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for qualification including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle September 7, 14, 21, 28, 2017 Metro Courier September 13, 2017 OFFICIAL VENDORS Attachment "B"E-Verify SAVE Form Addendum 1 Original 7 Copies Hussey, Gay, Bell & DeYoung, Inc., Consulting Engineers 329 Commercial Drive, Suite 200 Savannah, GA 31406 Yes 398475 Yes Yes Yes Yes Wolverton & Associates, Inc. 6745 Sugarloaf Parkway, Suite 100 Duluth, GA 30097 Yes 110645 Yes Yes Yes Yes Pond & Company 621 NW Frontage Road Suite 320 Augusta, GA 30907 Yes 175046 Yes Yes Yes Yes W R Toole Engineers, Inc. 1005 Broad Street Suite 200 Augusta, GA 30901 Yes 62986 Yes Yes Yes Yes Clark Patterson Lee 3011 Sutton Gate Drive, Suite 130 Suwanee, GA 30024 Yes 209339 Yes Yes Yes Yes International Design Service, Inc. dba IDS Global 3847 Oakview Drive Powder Springs, GA 30127 Yes 180023 Yes Yes Yes Yes RFQ Opening RFQ 17-265 Design Services for Willis Foreman Road Widening and Reconstruction Project for Augusta, GA – Engineering Department RFQ Due: Friday, October 13, 2017 @ 11:00 a.m. Total Number Specifications Mailed Out: 17 Total Number Specifications Download (Demandstar): 4 Total Electronic Notifications (Demandstar):130 Pre Proposal Telephone Conference Attendees: NA Total packages submitted: 6 Total Noncompliant: 0 Page 1 of 1 Hussey, Gay, Bell & DeYoung, Inc., Consulting Engineers 329 Commercial Drive, Suite 200 Savannah, GA 31406 Wolverton & Associates, Inc. 6745 Sugarloaf Parkway, Suite 100 Duluth, GA 30097 Pond & Company 621 NW Frontage Road Suite 320 Augusta, GA 30907 W R Toole Engineers, Inc. 1005 Broad Street Suite 200 Augusta, GA 30901 Clark Patterson Lee 3011 Sutton Gate Drive, Suite 130 Suwanee, GA 30024 International Design Service, Inc. dba IDS Global 3847 Oakview Drive Powder Springs, GA 30127 Hussey, Gay, Bell & DeYoung, Inc., Consulting Engineers 329 Commercial Drive, Suite 200 Savannah, GA 31406 Wolverton & Associates, Inc. 6745 Sugarloaf Parkway, Suite 100 Duluth, GA 30097 Pond & Company 621 NW Frontage Road Suite 320 Augusta, GA 30907 W R Toole Engineers, Inc. 1005 Broad Street Suite 200 Augusta, GA 30901 Clark Patterson Lee 3011 Sutton Gate Drive, Suite 130 Suwanee, GA 30024 International Design Service, Inc. dba IDS Global 3847 Oakview Drive Powder Springs, GA 30127 Evaluation Criteria Ranking Points 1. Completeness of Response • Package submitted by the deadline • Package is complete (includes requested information as required per this solicitation) • Attachment B is complete, signed and notarized N/A Pass/Fail PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS 2. Qualifications & Experience (0-5)15 5 5 5 4 5 3.5 75 75 75 60 75 52.5 3. Organization & Approach (0-5)15 5 5 4.5 3.5 5 3.5 75 75 67.5 52.5 75 52.5 4. Scope of Services 1. Specific relevant experience of your company (specific to federal funded “roadway widening and bridge work” concept and design) 2. detailed description of the proposed technical approach to be taken for the performance of the required services (0-5)25 5 5 4 3.5 5 3 125 125 100 87.5 125 75 5. Schedule of Work (0-5)10 5 5 4 4 4 1 50 50 40 40 40 10 6. Financial and Equipment Statement (0-5)10 4 5 4.5 3.5 4.5 2.5 40 50 45 35 45 25 7. References (0-5)10 5 5 5 5 5 5 50 50 50 50 50 50 29 30 27 23.5 28.5 18.5 415 425 377.5 325 410 265 8. Presentation by Team (0-5)10 0 0 0 0 0 0 9. Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 0 Total Phase 2 15 0 0 0 0 0 0 0 0 0 0 415 425 377.5 325 410 265 Procurement Department Completion Date: 10/30/17 Internal Use Only Total Cumulative Score (Maximum point is 500) Evaluation Sheet for RFQ 17-265 Design Services for Willis Foreman Road Widening and Reconstruction Project for Augusta, GA – Engineering Department Evaluation Meeting: Monday, October 30, 2017 @ 10:00 a.m. Vendors Phase 2 (Option - Numbers 8-9) Procurement DepartmentRepresentative:______Nancy Williams_______________________________________ Evaluator: Cumulative Date: 10/30/17 Total (Total Possible Score 500) Ranking of 0-5 (Enter a number value between 0 and 5)Weighted ScoresPhase 1 Scale 0 (Low) to 5 (High) Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 425) Engineering Services Committee Meeting 2/27/2018 1:20 PM Willis Foreman Road Improvements Project Department:Engineering Presenter: Caption:Approve and award Preliminary Engineering Concept Phase (design phase 1) of the Design Consultant Services Agreement to Wolverton & Associates, Inc. in the amount of $1,005,511.85 for the Willis Foreman Improvement Project as requested by the AED. Award is contingent upon receipt of signed agreement. RFQ 17-265 Background:This project is listed in the Transportation Improvement Program (TIP). Willis Foreman Road is a two-way rural collector with a total of two through lanes. The proposed project provides connectivity between two urban major arterials (US 1 and US 25). The purpose of this project is to improve traffic flow and public safety and minimize traffic congestion by increasing the capacity and providing improvements along Willis Foreman Road between SR4/US1 and SR121/US25. Project Improvements include widening up to four lanes with landscaped medians and turn lanes as needed, widening the bridge over Spirit Creek (if needed), major intersection improvements and adding curb and gutter, sidewalks and street lights . In September 2017, Request for Qualification was released for qualified firms to provide design services along Willis Foreman Road corridor. Analysis:RFQ’s were received on October 13, 2017 and firms were evaluated based on qualifications, project approach, and experience. The following firms submitted RFQs for evaluations: 1. Hussy, Gay, Bell & DeYoung, Inc. 2. Wolverton & Associates, Inc. 3. Pond & Company 4. W.R. Toole Engineers, Inc. 5. Clark Patterson Lee. 6. International Design services, Inc. Wolverton & Associates was selected based on the evaluation procedures used for this project. Financial Impact:MPO Z230s funds. Augusta MPO through GDOT identified federal and state funding source to complete engineering design phase. It is reimbursable expense. Augusta entered into agreement (Project Framework Agreement) with GDOT for utilizing federal and state funding for the project up to the amount of $1,500,000.00 for completing Design Concept. Alternatives:1). Approve and award Preliminary Engineering Concept phase of the Design Consultant Services Agreement to Wolverton & Associates, Inc. in the amount of $1,005,511.85 for the Willis Foreman Improvement Project as requested by the AED. Award is contingent upon receipt of signed agreement. RFQ 17-265 2). Do not approve and find alternative to complete the project. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: MPO Transportation Improvement Program Z230 S funds 340-04- 1110-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission