Loading...
HomeMy WebLinkAbout2018-05-29 Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 5/29/2018 ATTENDANCE: Present: Hons. Fennoy, Chairman; Hasan, Vice Chairman; Smith and Frantom, members. Absent: Hon. Hardie Davis, Jr., Mayor. ENGINEERING SERVICES 1. Approve entering into a Mowing and Maintenance Agreement as well as an Indemnity Agreement with the Georgia Department of Transportation in conjunction with TIA funded 15th Street Pedestrian 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 4-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 2. Approve funding for Preliminary and Final Engineering Phases of Design Consultant Supplemental Agreement to Civil Services, Inc. in the amount of $715,495.85 for 5th Street Bridge over the Savannah River (Bridge Repair and Restoration) as requested by AED. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 3. Award Bid Item 17-271 for a Replacement Raw Water Pump #5 at Goodrich Street Raw Water Pumping Station to Gicon Pumps & Equipment, Inc. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 4. Award Bid Item 17-285 for 7.5kw Generators to Border States Industries. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 5. Award Bid Item 17-290 for a Rough Terrain Telescopic Forklift to United Rentals. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 6. Award Bid Item 17-291 for SCADA Computer Server to Insource Solutions. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Passes Motion to approve. Motion Passes 4-0. Commissioner Ben Hasan Commisioner Sean Frantom 7. Receive as information an update on Traffic Engineering’s review of the request to determine the volume of traffic on Camilla Avenue and report on the existing pavement’s condition. (Deferred from the May 8, 2018 meeting.) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve placing Camilla Avenue at the top of the list to make the repairs to the portion of the road in Richmond County and contacting Columbia County about making repairs to their portion of the road so that the work could all be done at the same time. Motion Passes 4-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 8. Mr. Donovan Thompson regarding a request for a new sewer line for existing septic tank system. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve receiving this item as information. Motion Passes 4-0. Commissioner Ben Hasan Commissioner Grady Smith Passes 9. Approve supplemental funding of current Sediment Dredging and Disposal Construction Services Two-Phase Contract Phase 1 (Heirs Pond) and Phase 2 (Lake Aumond) in the amount of $1 million. Also Authorize executing Phase 2 (Lake Aumond) of the current 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. Commissioner Ben Hasan Commisioner Sean Frantom Passes 10. Motion to approve the minutes of the Engineering Services Committee held on May 8, 2018. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 11. Update/report from the Directors of Recreation and Engineering regarding the current task of cutting and the overall Management Plan for the regular maintenance (overgrowth) of trees and shrubbery on Broad Street. (Referred from the May 8, 2018 Engineering Services Committee) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve receiving this item as information. Motion Passes 4-0. Commissioner Ben Hasan Commissioner Grady Smith Passes 12. Consider policy for vacant lot cleaning. (Requested by Commissioner Bill Fennoy) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve receiving this item as Commissioner Ben Hasan Commisioner Sean Frantom Passes information. Mr. Smith out. Motion Passes 3-0. 13. Approve to Supplement Construction Contract with Reeves Construction Co. in the amount of $1,060,158.00 to cover additional cost for Resurfacing Olive Road (Gordon Hwy to White Rd.) and Center West Parkway (Sherwood Dr. – Bertram Rd.) as requested by AED. Bid: 17-243. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 14. Presentation by Ms. Shante Brown, HOA President for Willhaven Estates, regarding traffic issues for Willhaven Estates, Haynes Station and Sims Landing. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve referring this item to the Engineering Department for a recommendation back to the next committee meeting in two weeks. Motion Passes 4-0. Commisioner Sean Frantom Commissioner William Fennoy Passes 15. Update from the Director of Utilities on the inoperable status of the water fountain and projection screens on Broad St./James Brown Blvd. along with the other improvements that had been previously discussed. (Requested by Commissioner Marion Williams) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve receiving this item as information. Mr. Smith out. Motion Passes 3-0. Commisioner Sean Frantom Commissioner William Fennoy Passes www.augustaga.gov Engineering Services Committee Meeting 5/29/2018 1:15 PM Attendance 5/29/18 Department: Presenter: Caption: Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Committee Meeting Date: Commission Meeting Date: Agenda Item Number: Approval Letter Date: Entered into the MuniAgenda by/date DATE: May 18, 2018 TO: The Honorable Hardie Davis, Jr., Mayor Members of the Commission William Fennoy, Chairman, Engineering Services Committee THROUGH: Janice Jackson, Administrator FROM: Hameed Malik, Ph.D., P.E., Director of Engineering SUBJECT: 15th Street Pedestrian Improvements Project Mowing and Maintenance Agreement and Indemnity Agreement TIA Project#RC07-000146/PI#0011408 Project Number: N/A File Reference: 18-014(T) CAPTION: Approve entering into a Mowing and Maintenance Agreement as well as an indemnity Agreement with the Georgia Department of Transportation in Conjunction with TIA funded 15th Street Pedestrian Improvements Project as requested by AED. BACKGROUND: SR4/15 Street Pedestrian Improvement is a SPLOST VI Capital Project and a project from the “Approved Investment List” of TIA that was approved by voters of the CSRA in July 31, 2012 referendum. It is a TIA Band 2 project and TIA funds are allocated for design & construction. In March 2017, commission approved award of design phase of the project. Design phase is substantially complete and project is ready go construction. This project will improve pedestrian and bicyclist safety and mobility, enhancing access to transit stops, the Augusta Canal Trail, businesses along the corridor, Augusta University, and the Charlie Norwood VA Medical Center. Streetscape improvements bring a design aesthetic to this area. However, section of 15th Street is State Route and for landscaping improvements along State Routes, Georgia DOT requires that the local government enter into a mowing and maintenance agreement and indemnity agreement. ANALYSIS: Agreement would allow the TIA funded project going to construction in timely manner. In addition, streetscape improvements will enhance aesthetic of this corridor. FINANCIAL IMPACT: None anticipated. ALTERNATIVES: 1). Do not approve and identify alternate construction options to complete designed improvements and meet TIA construction schedule for this project. . RECOMMENDATION: Approve entering into a Mowing and Maintenance Agreement as well as an indemnity Agreement with the Georgia Department of Transportation in Conjunction with TIA funded 15th Street Pedestrian Improvements Project as requested by AED. REQUESTED AGENDA DATE: Committee Meeting: May 29, 2018 Commission Meeting: June 5, 2018 FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: None HM/vj cc: Assistant Director of Engineering AED Assistant Director Finance and Admin Agenda File and Main File GDOT Contract ID No.: IGTIA1801308 Page 1 of 9 RIGHT OF WAY MOWING AND MAINTENANCE AGREEMENT By and Between THE GEORGIA DEPARTMENT OF TRANSPORTATION AND RICHMOND COUNTY, GEORGIA THIS AGREEMENT made and entered into this _____ day of _____________, 2018 by and between the DEPARTMENT of Transportation, an agency of the State of Georgia, hereinafter alternately referred to as “DEPARTMENT” or “LICENSOR”, and RICHMOND COUNTY, GEORGIA 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: GDOT Contract ID No.: IGTIA1801308 Page 2 of 9 ARTICLE I SCOPE OF PROJECT The DEPARTMENT shall permit the LICENSEE to perform or cause to be performed, the PROJECT consisting of certain services related to maintaining an identified section of the DEPARTMENT’S rights of way. This permission shall be granted by the means of this Agreement for the entire scope of the PROJECT, as set forth herein. The maintenance duties and responsibilities of the LICENSEE are defined and set forth in Article XI – MAINTENANCE WORK PLAN of this Agreement, and further enumerated and described in Exhibit ‘A’ – Application and Permit for Special Encroachment with approved drawings or final working drawings for a Department-approved construction PROJECT. Exhibit ‘A’ is attached hereto and incorporated by reference as if fully set out herein. The PROJECT location shall be defined or delineated as part of Exhibit ‘A’. The required Special Encroachment Permit and/or the construction PROJECT final working drawings are to be approved or issued by the DEPARTMENT. Should the LICENSEE desire that these maintenance services be performed by a third party, LICENSEE and the third party shall enter into subsequent agreement, whereby the LICENSEE shall assume all responsibility of repayment to the third party for those services to be rendered as set forth in Article XI - MAINTENANCE WORK PLAN. The Agreement between LICENSEE and any third parties to this Agreement, shall meet all operational and administrative requirements, including the provisions of liability insurance, set forth by the DEPARTMENT, and all liability associated with the PROJECT shall be borne by LICENSEE and any third parties, as set forth in Article VIII, herein. ARTICLE II EXECUTION OF CONTRACT AND AUTHORIZATION TIME OF PERFORMANCE Time is of the essence in this agreement. The LICENSEE shall execute this Agreement and return it to the DEPARTMENT within thirty (30) days after receipt of contract forms from the DEPARTMENT. The LICENSEE shall begin work on the PROJECT under this Agreement immediately after receiving a signed and executed copy of the Agreement (unless noted otherwise in Exhibit A or upon PROJECT construction completion). Subject to the terms and conditions set forth in this Agreement, and upon execution of this Agreement, the DEPARTMENT grants the right to the LICENSEE to mow, edge, and maintain, as set forth in Article XI- MAINTENANCE WORK PLAN, that specific section of right-of-way identified in this Agreement, and herein defined as the PROJECT. The duration of this Agreement shall be for fifty years from the date above first written unless terminated sooner by the DEPARTMENT or LICENSEE. GDOT Contract ID No.: IGTIA1801308 Page 3 of 9 ARTICLE III SUBSTANTIAL CHANGES If, prior to the satisfactory completion of the services under this Agreement, any party materially alters the scope, character or complexity of the services from those required under the Agreement, a Supplemental Agreement shall be executed between the parties. It is understood, however, that LICENSEE shall not engage in any activities or conduct any work which would be considered to be outside the scope of the permission granted to LICENSEE by the DEPARTMENT. Minor changes in the work which do not involve increased compensation, extensions of time or changes in the goals and objectives of the work may be made by written notification of such change by any party with written approval by the other parties. ARTICLE IV ASSIGNMENT It is understood by the LICENSEE that the work is considered personal and, except as provided for in Article I, LICENSEE agrees not to assign, sublet or transfer any or all of their interest in this Agreement without prior written approval of the DEPARTMENT. ARTICLE V CONTRACT DISPUTES This Agreement shall be deemed to have been executed in Fulton County, Georgia, without reference to its choice of law doctrine, and all questions of interpretation and construction shall be governed by the laws of the State of Georgia. Any litigation arising out of this contract shall be commenced within the State of Georgia. The foregoing provisions shall not be construed as waiving any immunity to suit or liability, including without limitation, sovereign immunity which may be available to the Department. ARTICLE VI INSURANCE Prior to beginning work, the LICENSEE shall obtain and certify to the DEPARTMENT that it has the following minimum amounts of insurance coverage: (a) Workmen’s Compensation Insurance in accordance with the laws of the State of Georgia. (b) Public Liability Insurance in an amount of not less than one hundred thousand dollars ($100,000) for injuries, including those resulting in death to any one person, and in an amount of not less than three hundred thousand dollars ($300,000) on an account of any one occurrence, or proof of self insurance. (c) Property Damage Insurance in an amount of not less than fifty thousand dollars ($50,000) from damages on account of any occurrence, with an aggregate limit of one hundred thousand dollars ($100,000), or proof of self insurance. (d) Valuable Papers Insurance in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the PROJECT. (e) Insurance shall be maintained in full force and effect during the life of the PROJECT. GDOT Contract ID No.: IGTIA1801308 Page 4 of 9 The LICENSEE shall furnish upon request to the DEPARTMENT, certificates of insurance evidencing such coverage. These certificates shall also provide that the insurance will not be modified or canceled without a 30 day prior written notice to the DEPARTMENT. Failure by the LICENSEE to procure and maintain the insurance as set forth above shall be considered a default and cause for termination of this Agreement and forfeiture of the Performance and Payment Bonds. The LICENSEE shall, at least fifteen (15) days prior to the expiration date or dates of expiring policies, deposit certified copies of renewal, or new policies, or other acceptable evidence of insurance with the DEPARTMENT. ARTICLE VII COMPENSATION It is agreed that LICENSEE shall conduct all work at no cost to the DEPARTMENT, and without compensation from the DEPARTMENT. It is further agreed that any and all issues relating to compensation and payment shall be resolved by and between LICENSEE and any successors, subcontractors, or assigns thereto. The DEPARTMENT and LICENSEE further agree that, should the DEPARTMENT be required to conduct any inspections and/or supervision of the PROJECT beyond that which would normally occur in the ordinary course of the DEPARTMENT’S maintenance activities, LICENSEE shall reimburse the DEPARTMENT for such inspection and supervision. The rate of reimbursement for the DEPARTMENT’S inspection and supervision shall in no case exceed a rate determined to be reasonable by the parties. Should LICENSEE and the DEPARTMENT desire to change this agreement at a later date to provide for compensation to LICENSEE, or any successors or assigns thereto, such change shall only be permitted by a supplemental agreement as set forth in Article III herein. Any supplemental agreements involving compensation shall be subject to the DEPARTMENT review and approval. ARTICLE VIII RESPONSIBILITY FOR CLAIMS AND LIABILITY LICENSEE NOT AGENT OF DEPARTMENT LICENSEE, and all successors and assigns thereto, shall save harmless the DEPARTMENT, its officers, agents, and employees from all suits, claims, actions or damages of any nature whatsoever resulting from the performance of work assigned to LICENSEE under this Agreement. LICENSEE further agrees that they shall be fully responsible for injury or damage to landscaping, landscape related items, and any other non-standard and decorative elements installed by or for the LICENSEE within the right of way, and for any damage to the DEPARTMENT’S signs, structures, or roadway fixtures, if LICENSEE causes the damage. These indemnities shall not be limited by reason of the listing of any insurance coverage. It is further understood and agreed that LICENSEE, or any successor or assigns thereto, in the conduct of any work involved in the PROJECT, shall not be considered the agent of the DEPARTMENT or of the State of Georgia. GDOT Contract ID No.: IGTIA1801308 Page 5 of 9 ARTICLE IX TERMINATION OF CONTRACT The DEPARTMENT may terminate this contract for just cause at any time by giving of thirty (30) days written notice of such termination. Upon receipt of such notice of termination, LICENSEE shall discontinue and cause all work under this contract to terminate upon the date specified in the said notice. In the event of such termination, the DEPARTMENT shall be paid for any amounts as may be due it as specified in Article VII up to and including the specified date of termination. LICENSEE shall have the right to terminate this contract at any time, provided that such termination is first approved by the DEPARTMENT, and that the DEPARTMENT is reimbursed in full for all services rendered pursuant to Article VII. The DEPARTMENT and LICENSEE further agree that, should the DEPARTMENT allow the LICENSEE to terminate the agreement, the termination, unless determined otherwise in writing by the DEPARTMENT, shall be contingent upon the following: A. The LICENSEE, at the discretion of the DEPARTMENT, removing the planted landscaping, landscape related items, and any other non-standard and decorative elements that were installed by or for the LICENSEE at no cost to the DEPARTMENT. B. The LICENSEE restoring the removed landscape areas to their original condition or a condition that meets federal standards and is acceptable to the DEPARTMENT. C. The LICENSEE restoring the removed non-standard and decorative elements with standard DEPARTMENT elements that meet federal and state requirements. D. The LICENSEE reimbursing the DEPARTMENT in full any state and/or federal funds used to purchase and install the landscaping, landscape related items, and other non-standard and decorative elements that are no longer to be maintained by the LICENSEE. The DEPARTMENT and the LICENSEE agree that, should the LICENSEE fail to perform the maintenance, as set forth in Article XI - MAINTENANCE WORK PLAN, the DEPARTMENT may require the LICENSEE to remove, restore, and reimburse according to items “A”, “B”, “C”, and “D” above, as applicable, and then terminate the agreement. ARTICLE X COMPLIANCE WITH APPLICABLE LAW The undersigned certify that: A. This Agreement is subject to applicable state and federal laws, standards, and rules and regulations. B. The provisions of Sections 45-10-20 through 45-10-28 of the Official Code of Georgia Annotated relating to Conflict of Interest and State Employees and Officials Trading with the State have been complied with in full. C. The provisions of Section 50-24-1 through 50-24-6 of the Official Code of Georgia Annotated, relating to the “Drug-Free Workplace Act” have been complied with in full. GDOT Contract ID No.: IGTIA1801308 Page 6 of 9 ARTICLE XI MAINTENANCE WORK PLAN MAINTENANCE WORK PLAN for LANDSCAPE MAINTENANCE AGREEMENT For all maintenance activities, at a minimum, abide by the Federal Manual of Uniform Traffic Control Devices (MUTCD) standards, current edition, for temporary traffic control. Move equipment or materials on or across a traveled way in a manner as not to unduly interfere with traffic. Watering • Provide adequate water to maintain healthy plant material • Water in a manner that it does not endanger pedestrian or vehicular traffic • Water according to the state or local government restrictions Pruning • Remove dead or diseased planted vegetation. • Prune trees and shrubs to maintain the health of the plants and to maintain in the intended design character of the plant (no stump pruning or lollipop/ball shapes) • Prune trees and shrubs as needed to remove damage by storm or accident events and to prevent safety hazards. Prune to maintain open sight distances, clear zone areas and traffic sign visibility. Provide clearance for pedestrian and vehicular traffic mobility. • Prune according to American National Standards Institute, latest edition, A300 Part 1 pruning standards Plant Replacement • Replacement of dead or diseased vegetation of planted material within the project limits is the responsibility of the LICENSEE • Replacement plant material must be according to Policy 6755-9 – Policy for Landscaping and Enhancements on GDOT Right of Way and GDOT Specification Section 702. Weeding • Maintain right of way free of weeds, exotic and invasive pest plants, undesired vegetation and other noxious weeds • All Pesticide/Herbicide use shall be under the direct supervision of someone with the appropriate Commercial Category 27 (right of way use) license. • When pesticides/herbicides are being applied the person applying shall have in their possession all labeling associated with the pesticide/herbicide and their license/certification. • Post warning signs for pesticide/herbicide use as required by state code. Mowing and trimming of grass • Maintain a neat appearance and clear sight lines for pedestrian and vehicular traffic. Mulching • Replace mulch in plant beds as needed to maintain an attractive, fresh look at a 2-3” depth • Maintain mulch so that it will not spread or wash on to pedestrian paths or traveled lanes GDOT Contract ID No.: IGTIA1801308 Page 7 of 9 • Keep mulch clear of tree and shrub trunks and crowns, minimum of 3” off of any stem as it enters the ground. Do not bury root flares, remove mulch as necessary to prevent burying root flares, trunks or shrub stems. Litter • Completely remove all litter and debris and other objectionable material on site. • Do not deposit or blow litter, debris and vegetation into gutters or drainage structures. • Make disposal in accordance with local and state laws. NOTE: All major maintenance repair activities and activities that may interfere with traffic or pedestrian flow within the right of way project limits, such as travel lane/walkway closures, require the LICENSEE notify the Department at least 48 hours prior to the activity to coordinate and gain Department approval. GDOT Contract ID No.: IGTIA1801308 Page 8 of 9 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 LICENSEE TRANSPORTATION _________________________________ __________________________________ Commissioner (Seal) Richmond County, Georgia (Seal) __________________________________ Name and Title Attest: Attest: __________________________________ __________________________________ Treasurer Name and Title Signed, sealed and delivered This ____ day of ___________, 2018, in the presence of: ___________________________________ Notary Public GDOT Contract ID No.: IGTIA1801308 Page 9 of 9 EXHIBIT ‘A’ Project Location PI 0011408 The Project shall be for maintenance work as specified in ARTICLE XI for the landscaping along SR 4/15th Street in Richmond County. Said landscaping is being constructed along the entire corridor of GDOT project PI 0011408. Engineering Services Committee Meeting 5/29/2018 1:15 PM 15th Street Pedestrian Improvements Project (Mowing & Maintenance Agreement) Department:Engineering Presenter: Caption:Approve entering into a Mowing and Maintenance Agreement as well as an Indemnity Agreement with the Georgia Department of Transportation in conjunction with TIA funded 15th Street Pedestrian Improvements Project as requested by AED. Background:SR4/15 Street Pedestrian Improvement is a SPLOST VI Capital Project and a project from the “Approved Investment List” of TIA that was approved by voters of the CSRA in July 31, 2012 referendum. It is a TIA Band 2 project and TIA funds are allocated for design & construction. In March 2017, commission approved award of design phase of the project. Design phase is substantially complete and project is ready to go to construction. This project will improve pedestrian and bicyclist safety and mobility, enhancing access to transit stops, the Augusta Canal Trail, businesses along the corridor, Augusta University, and the Charlie Norwood VA Medical Center. Streetscape improvements bring a design aesthetic to this area. However, section of 15th Street is State Route and f or landscaping improvements along State Routes, Georgia DOT requires that the local government enter into a mowing and maintenance agreement and indemnity agreement . Analysis:Agreement would allow the TIA funded project going to construction in timely manner. In addition, streetscape improvements will enhance aesthetic of this corridor. Financial Impact:operational costs are estimated at $3,000 annually Alternatives:Do not approve and identify alternate construction options to complete designed improvements and meet TIA construction schedule for this project. Recommendation:Approve entering into a Mowing and Maintenance Agreement as well as an indemnity Agreement with the Georgia Department of Transportation in Conjunction with TIA funded 15th Street Pedestrian Improvements Project as requested by AED. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project is authorized to CPB#371-041110-T15041217. This request is to supplement the Preliminary Engineering Phase of Design Consultant Services Agreement to Civil Services, Inc. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. TIA Design 200,000$ TIA Design 715,500$ 915,500$ 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#371-041110-T15041217 5th Street Bridge over the Savannah River (Bridge Repair and Restoration) (Bid 16-247) Supplemental Agreement in the amount of $715,495.85 for the 5th Street Bridge over the Savannah River (Bridge Repair and Restoration). Funding is available in the TIA project budget: 5/18/2018 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET CPB#371-041110-T15041217 5th Street Bridge over the Savannah River (Bridge Repair and Restoration) (Bid 16-247) Supplemental Agreement CPB AMOUNT CPB New SOURCE OF FUNDS CPB Addition CPB TIA Project 371-041110/5212115-T15041217 ($200,916)($200,916) TIA Project 371-041110/5212115-T15041217 ($715,500) ($715,500) TOTAL SOURCES: ($200,916) ($715,500) ($916,416) USE OF FUNDS ENGINEERING 371-041110-5414210/T15041217 $200,000 $715,496 $915,496 TOTAL USES: $200,000 715,496$ $915,496 5/18/2018 (SA02 – For changes greater than $25,000) June 2017 ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT Augusta Richmond County Project Number(s): 371-041110-T15041217 GDOT Number (s): RC07-001217 PI 0011418 Supplemental Agreement Number: 1 Purchase Order Number: 17ENG245 WHEREAS, We, Civil Services, Inc., Consultant, entered into a contract with Augusta-Richmond County on March 7, 2017, for engineering design services associated with the improvements to 5th Street over Savannah River Bridge, project RC07-001217, PI 0011418, File Reference No. 17-014 (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 Preliminary and Final Engineering Phase It is agreed that as a result of the above described modifications the contract amount is increased by $715,495.85 from $200,000.00 to a new total of $915,495.85. 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, Civil Services, Inc., Consultant, hereby agree to said Supplemental Agreement consisting of the above mentioned item, 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 Civil Services, Inc. AUGUSTA, GEORGIA Hardie Davis, Mayor Approved Date: Approved: Date: [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: RFQ Item #16-247 DESIGN AND FIELD ENGINEERING SERVICES FOR 5TH STREET BRIDGE OVER THE SAVANNAH RIVER SCOPE OF SERVICES PHASE 2 – CONCEPTUAL DESIGN Civil Services, Inc. was retained by the City of Augusta to perform Design and Field Engineering services for the 5th Street Bridge Rehabilitation. I. PURPOSE: The purpose of the project is to perform design and field engineering services for repair and restoration of the 5th Street Bridge (Jefferson Davis Memorial Bridge) over the Savannah River in the City of Augusta. The CSI team will develop a design and construction package for the City of Augusta with sufficient details to repair and restore the existing structurally deficient bridge as well as convert the bridge to pedestrian use only. II. SERVICES TO BE PROVIDED BY THE CONSULTANT: The Consultant and related Sub-Consultants will perform the following services during the Bridge Assessment Phase: A. Structural Alternatives – CSI will provide the following services: Develop preliminary Plan, Elevation and Typical Section of proposed bridge alternatives to convert the existing bridge to a pedestrian bridge. Provide selected typical details of proposed improvements. Coordinate with and incorporate input by other team members in the development of conceptual plans of each proposed alternative. Compile all input by team members to furnish and Alternative Concept Development Report. Provide Engineer’s Estimate for each proposed Alternative. B. Architectural Design – CSI team member will provide the following services: Study bridge history and identify the details/limits of bridge element removal and restoration. Coordinate with Historic Augusta and the Historic Preservation Commission to identify bridge elements of historic significance. Develop conceptual architectural plans for proposed alternatives to convert the bridge a pedestrian bridge. This will be performed in coordination with bridge lighting and structural team members. C. Electrical Engineering – CSI Team member will provide the following services: Coordinate with the Architect on the type of post top luminaires and aesthetic lights to be used on the project Participate in one site visit Create typical section drawings for the lighting Provide a preliminary cost estimate for the Project D. Surveying - CSI Team member will prepare a base-map of the existing 5th Street bridge structure and approaches. The project will start at the 5th Street and Reynolds Street intersection and traverse along 5th Street to 200 feet north of the bridge abutment in South Carolina to include a 100-foot-wide corridor. Survey will include all bridge features, deck joints, pier locations, underground utilities and control points. We will accomplish vertical control surveys to relate the elevations to the North Geodetic Vertical Datum of 1988 commonly referred to as mean sea level. We propose to locate existing utility lines based on field marks and maps furnished by the utility owners and hire a private locate firm for additional locations. These utilities will include power, gas, water, telephone, sewer, storm sewer, and cable television. The Horizontal Datum will be based on the North American Datum of 1983, Georgia east zone. Using this field data, a topographic and utility map on mylar film at a 1"=20' or appropriate scale will be prepared. The drawing will be furnished in AutoCAD Civil 3D, 2018 version computer disc format. E. Geotechnical - The scope of work for this subsurface exploration will include, but will not be limited to, the following activities: Site Reconnaissance and Borings Layout: A site inspection will be made to visually examine the site conditions and locate the soil test borings. Utility Clearance: The Utility Protection Center (UPC) will be contacted to mark existing utility lines. Soil Test Borings: Drilling two (2) soil test borings to a maximum depth of up to eighty (80) feet below the existing ground surface, or auger refusal, in order to investigate the subsurface soil conditions and obtain the necessary information for providing engineering recommendations including Deep Foundations Design Recommendations. Subsurface information will be presented on Test Boring Records showing the thickness of each subsurface layer encountered, groundwater elevation at both the time of drilling and at least 24 hours after drilling (if feasible), and partially weathered rock and top of bedrock profiles, if encountered. Cross-section profiles will also be included. The subsurface materials encountered will be evaluated for both engineering and construction purposes. Any encountered materials, which are not suitable or might pose any additional construction constraints or costs, will be indicated and recommendations will be given on the available feasible solution. Construction Criteria for site stripping, subgrade preparation, and recommended quality control and testing program for the foundations and structural fill, including a discussion of the suitability of onsite soils for use as fill and backfill. Additionally, we will discuss slope stability and anticipated bracing or under pinning, as appropriate. Recommendations for design values for cast-in-place concrete retaining walls will be provided, including lateral earth pressures for design of below grade walls, as appropriate. Perform a limited evaluation and stability analysis, as appropriate, of the existing brick retaining wall in the immediate vicinity of the begin bridge. Analysis/evaluation of any constructability issues that may eliminate a specific alternative or need to be investigated with a selected alternative (Such as Potential Impact of construction selected alternative on exiting retaining wall). III. SUMMARY OF FEES: Our fee for PHASE 2 – CONCEPTUAL DESIGN is $277,506.62 For a summary of Lump Sum Amount Contract Fees, see attached Fee Proposal. PHASE 3 – CONSTRUCTION PLANS IV. PURPOSE: The purpose of the project is to perform design and field engineering services for repair and restoration of the 5th Street Bridge (Jefferson Davis Memorial Bridge) over the Savannah River in the City of Augusta. The CSI team will develop a design and construction package for the City of Augusta with sufficient details to repair and restore the existing structurally deficient bridge as well as convert the bridge to pedestrian use only. V. SERVICES TO BE PROVIDED BY THE CONSULTANT: The Consultant and related Sub-Consultants will perform the following services during the Bridge Assessment Phase: A. Structural Alternatives – CSI will provide the following services: Develop a combined bridge structural construction plans and specifications for the restoration and conversion of the existing bridge to a pedestrian bridge. Coordinate with each team member to incorporate their plans into a combined set. (Roadway, Electrical, Architectural, Bridge Painting and Geotechnical).  Furnish structural quantities and a combined Engineer’s Cost Estimate. Assist the City with the preparation of Bid Documents (as needed). B. Architectural Design – CSI team will provide the following: Develop architectural construction plans and specifications for the restoration and conversion of the exiting bridge to a pedestrian bridge. This includes railings, lighting, planters and benches. Coordination with electrical (Bridge Lighting) and structural is anticipated. Furnish quantities and Engineer’s Estimate for proposed architectural work. C. Electrical Engineering – CSI Team member will provide the following services: Coordinate with the Architect on the type of post top luminaires to be used on the project Create a pedestrian lighting design for the 5th Street Bridge Submit photometric analysis of lighting design to City Confirm with the Architect on types of aesthetic lighting to be used for the bridge Attend two site visits as needed Coordinate power service with the utility Create all necessary details for the lighting plans Size all cables, conduits, and electrical equipment for the project Create all necessary electrical single line and schematic drawings Create lighting layout drawings Provide a summary estimate for the Project D.Bridge Painting - CSI Team member will prepare bridge painting plans, specifications, and estimates that will consist of the following: Existing General Plan and Elevation (GPE), with scans of existing plans utilized to the greatest extent possible. Painting Notes and Total Bill of Material Existing Bridge and Approach Elevations, Framing Plans, and Details, with scans of the existing plans utilized to the greatest extent possible. Special Provision Check Sheets and additional Special Provisions as required to detail the proposed bridge painting work. Estimates of Cost and Time Detailed Quantity Calculations in Excel and PDF format E. Permitting - CSI Team Member will conduct field surveys and ecological permitting for the proposed conversion of the 5th Street Bridge over the Savannah River from a vehicular bridge to a pedestrian bridge. Team Member will conduct field surveys for waters of the US and federally protected species of concern within the project area and be responsible for completing an applicable US Army Corps of Engineers (USACE) Section 404 Nationwide Permit, USACE Section 10 Permit, as well as a Georgia Environmental Protection Division (GAEPD) notification form as applicable. Due to the joint jurisdiction of the Savannah District and Charleston District USACE, Team Member will coordinate with the agencies in order to determine which USACE office would take the lead in permitting (most likely Savannah District). Additionally, Team Member will coordinate with South Carolina Department of Health and Environmental Control (DHEC) and GAEPD in order to get 401 water quality certifications for the project. Due to the presence of anadromous fish habitat within the Savannah River, Team Member will coordinate with the National Oceanic and Atmospheric Administration (NOAA) National Marine Fisheries Service (NMFS) for any applicable requirements under Section 7 of the Endangered Species Act (ESA). VI. SUMMARY OF FEES: Our fee for PHASE 3 – CONSTRUCTION PLANS is $487,989.23 For a summary of Lump Sum Amount Contract Fees, see attached Fee Proposal. M:\Proposals\2016 Proposals Prime\Georgia\Augusta 5th Street Bridge\CSI Fee Estimate 5th St Phase 2 3.xlsx CITY OF AUGUSTA, GEORGIA Repair and Rehabilitation Plans for the 5th Street Bridge By: C. Morse Date:4-May-18 Consultant:Civil Services, Inc. Project No.:Project Description:Phase 2 - Bridge Conceptual Design Contract No.: Project Manager Sr. Engineer Engineer Sr. Designer Designer Cadd Technician Clerical Total No.  /   Activity Manhours Salary Avg. Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly by Costs for Hourly Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Activity Activity Rate 1.Bridge Assessment A. Discipline Management & Coordination 88.0 $190.00 0.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 88.0 $16,720.00 $190.00 B.  Deck and Railing Details 8.0 $190.00 56.0 $175.00 80.0 $110.00 40.0 $80.00 80.0 $75.00 0.0 $65.00 0.0 $65.00 264.0 $29,320.00 $111.06 C. Prelim. Girder Repair Details 8.0 $190.00 72.0 $175.00 80.0 $110.00 64.0 $80.00 80.0 $75.00 40.0 $65.00 0.0 $65.00 344.0 $36,640.00 $106.51 D. Cost Estimate 8.0 $190.00 24.0 $175.00 40.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 72.0 $10,120.00 $140.56 E. Concept Report Draft 16.0 $190.00 40.0 $175.00 72.0 $110.00 40.0 $80.00 0.0 $75.00 80.0 $65.00 0.0 $65.00 248.0 $26,360.00 $106.29 F. Concept Report Final 12.0 $190.00 32.0 $175.00 40.0 $110.00 40.0 $80.00 0.0 $75.00 56.0 $65.00 0.0 $65.00 180.0 $19,120.00 $106.22 H. Meetings w/City 24.0 $190.00 24.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 48.0 $8,760.00 $182.50 I. QA/QC 24.0 $190.00 24.0 $8.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 48.0 $4,752.00 $99.00 Total Total Salary 188.0 272.0 312.0 184.0 160.0 176.0 0.0 1292.0 $151,792.00 $117.49Manhours(MH x HR) TOTAL CONTRACT FEE COMPUTATIONS (Check Appropriate Block) SALARY RELATED COSTS:$151,792.00     Initial Estimate MISCELLANEOUS DIRECT COST:$2,409.51 ROADWAY & CIVIL DESIGN (Civil Services, Inc.):$20,255.11     Initial Estimate No. 1 ARCHITECTURAL DESIGN (Dickinson Architects):$9,800.00 LIGHTING DESIGN (Atlanta Consulting Engineers):$3,100.00     Initial Estimate No. _______ SURVEYING (Cranston Engineering Group):             $79,500.00 BRIDGE PAINTING (Collins Engineers, Inc.):$- If revised estimate, give reasons for revisions: GEOTECHNICAL (Matrix Engineering Group, Inc.):$10,650.00 PERMITTING (Edwards-Pitman)$-  #  By attachment, show details of the amount TOTAL ESTIMATED FEE:$277,506.62  of percentage for Cost Elements & Additives. SHEET 1 MISCELLANEOUS DIRECT COST CONSULTANT:CIVIL SERVICES, INC.NAME OF PROJECT:5th Street Bridge PREPARED:5/4/2018 PROJECT NO.:16-247 ITEM DESCRIPTION Travel From: To Project: Per Diem 5 Days x 3 People x $50.00 per diem =$750.00 Comm. Air 0 Trips x 1 People x $500.00 per trip =$0.00 POV 1 Trips x 522 miles x $0.49 per mile =$253.17 Rental 0 Trips x 1 days / trip x $54.00 per day =$0.00 Lodging 1 Nights x 2 People x $150.00 per day =$300.00 To City: Per Diem 0 Trips x 1 People x $50.00 per diem x $0.00 Comm. Air 0 Trips x 1 People x $0.00 per trip =$0.00 POV 2 Trips x 522 miles x $0.49 per mile =$506.34 Rental 0 Trips x 1 days / trip x $54.00 per day =$0.00 Lodging 2 Night x 2 People x $150.00 per day =$600.00 Subtotal:$2,409.51 Other (Specify) Display Boards, Color Aerials & Handouts (for Community Awareness Plan)$0.00 Miscellaneous (Courier, FedEx, etc.)$0.00 TOTAL COST $2,409.51 * MAXIMUM $ 0.485 / MILE SHEET 2 CITY OF AUGUSTA, GEORGIA Design & Field Engineering Services for 5th Street Bridge By: C. Morse Date:4-May-18 Consultant:Civil Services, Inc. Project No.:Project Description:Phase 2 - Roadway Conceptual Design Contract No.: Project Manager Sr. Engineer Engineer Sr. Designer Designer Cadd Technician Clerical Total No. / Activity Manhours Salary Avg. Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly by Costs for Hourly Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Activity Activity Rate 1.Bridge Assessment A. Discipline Management & Coordination 24.0 $190.00 0.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 24.0 $4,560.00 $190.00 B. Traffic Control Analysis 0.0 $190.00 8.0 $175.00 8.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 16.0 $2,280.00 $142.50 C. Master TCP Design Files 0.0 $190.00 0.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 0.0 $0.00 #DIV/0! D. Temporary Traffic Control Plan Sheets 0.0 $190.00 0.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 0.0 $0.00 #DIV/0! E. Make Utility Contacts 0.0 $190.00 8.0 $175.00 8.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 16.0 $2,280.00 $142.50 F. Permitting 0.0 $190.00 8.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 8.0 $1,400.00 $175.00 G. Cost Estimates 0.0 $190.00 16.0 $175.00 16.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 32.0 $4,560.00 $142.50 H. Meetings w/ N. Augusta 0.0 $190.00 8.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 8.0 $1,400.00 $175.00 I. Meetings w/City 0.0 $190.00 8.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 8.0 $1,400.00 $175.00 J. QA/QC 8.0 $190.00 0.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 8.0 $1,520.00 $190.00 0.0 $190.00 0.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 0.0 $0.00 #DIV/0! Total Total Salary 32.0 56.0 32.0 0.0 0.0 0.0 0.0 120.0 $19,400.00 $161.67Manhours(MH x HR) TOTAL CONTRACT FEE COMPUTATIONS (Check Appropriate Block) SALARY RELATED COSTS:$19,400.00 Initial Estimate MISCELLANEOUS DIRECT COST:$855.11 Initial Estimate No. 1 Initial Estimate No. _______ TOTAL ESTIMATED FEE:$20,255.11 If revised estimate, give reasons for revisions: # By attachment, show details of the amount of percentage for Cost Elements & Additives. SHEET 1 MISCELLANEOUS DIRECT COST CONSULTANT:CIVIL SERVICES, INC.NAME OF PROJECT:5th Street Bridge PREPARED:04-May-18 PROJECT NO.:16-247 ITEM DESCRIPTION Travel From: To Project: Per Diem 3 Days x 1 People x $50.00 per diem =$150.00 Comm. Air 0 Trips x 1 People x $500.00 per trip =$0.00 POV 0 Trips x 522 miles x $0.49 per mile =$0.00 Rental 0 Trips x 1 days / trip x $54.00 per day =$0.00 Lodging 1 Nights x 1 People x $150.00 per day =$150.00 To City: Per Diem 0 Trips x 1 People x $50.00 per diem x $0.00 Comm. Air 0 Trips x 1 People x $0.00 per trip =$0.00 POV 1 Trips x 526 miles x $0.49 per mile =$255.11 Rental 0 Trips x 1 days / trip x $54.00 per day =$0.00 Lodging 2 Night x 1 People x $150.00 per day =$300.00 Subtotal:$855.11 Other (Specify) Display Boards, Color Aerials & Handouts (for Community Awareness Plan)$0.00 Miscellaneous (Courier, FedEx, etc.)$0.00 TOTAL COST $855.11 * MAXIMUM $ 0.485 / MILE SHEET 2 CITY OF AUGUSTA, GEORGIA Design & Field Engineering Services for 5th Street Bridge By: C. Morse Date:4-May-18 Consultant:Civil Services, Inc. Project No.:Project Description:Phase 3 - Bridge Final Design Contract No.: Project Manager Sr. Engineer Engineer Sr. Designer Designer Cadd Technician Clerical Total No.  /   Activity Manhours Salary Avg. Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly by Costs for Hourly Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Activity Activity Rate 1.Final Design A. Discipline Management & Coordination 200.0 $190.00 0.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 56.0 $65.00 256.0 $41,640.00 $162.66 B.  General Notes 2.0 $190.00 8.0 $175.00 16.0 $110.00 24.0 $80.00 8.0 $75.00 16.0 $65.00 0.0 $65.00 74.0 $7,100.00 $95.95 C.  Exist Bridge Plans 2.0 $190.00 2.0 $175.00 2.0 $110.00 0.0 $80.00 0.0 $75.00 4.0 $65.00 0.0 $65.00 10.0 $1,210.00 $121.00 D.  Deck Repair Details 4.0 $190.00 40.0 $175.00 64.0 $110.00 32.0 $80.00 40.0 $75.00 48.0 $65.00 0.0 $65.00 228.0 $23,480.00 $102.98 E. Railing Repair Details 4.0 $190.00 40.0 $175.00 72.0 $110.00 48.0 $80.00 56.0 $75.00 16.0 $65.00 0.0 $65.00 236.0 $24,760.00 $104.92 F.  Misc. Arch. Details 4.0 $190.00 64.0 $175.00 120.0 $110.00 80.0 $80.00 40.0 $75.00 120.0 $65.00 0.0 $65.00 428.0 $42,360.00 $98.97 G. Girder Repair Details 4.0 $190.00 80.0 $175.00 120.0 $110.00 88.0 $80.00 120.0 $75.00 40.0 $65.00 0.0 $65.00 452.0 $46,600.00 $103.10 H.  Joint Repair Details 2.0 $190.00 40.0 $175.00 80.0 $110.00 48.0 $80.00 56.0 $75.00 72.0 $65.00 0.0 $65.00 298.0 $28,900.00 $96.98 I.  Span 1 Design 2.0 $190.00 40.0 $175.00 56.0 $110.00 32.0 $80.00 48.0 $75.00 40.0 $65.00 0.0 $65.00 218.0 $22,300.00 $102.29 J.  End Bent Design 2.0 $190.00 16.0 $175.00 40.0 $110.00 32.0 $80.00 48.0 $75.00 40.0 $65.00 0.0 $65.00 178.0 $16,340.00 $91.80 K. Cost Estimates 2.0 $190.00 24.0 $175.00 24.0 $110.00 8.0 $80.00 0.0 $75.00 8.0 $65.00 0.0 $65.00 66.0 $8,380.00 $126.97 L. Pier Rehab Details 2.0 $190.00 80.0 $175.00 88.0 $110.00 40.0 $80.00 96.0 $75.00 44.0 $65.00 0.0 $65.00 350.0 $37,320.00 $106.63 M. Meetings w/City 48.0 $190.00 48.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 96.0 $17,520.00 $182.50 N. QA/QC 40.0 $190.00 40.0 $8.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 80.0 $7,920.00 $99.00 Total Total Salary 318.0 522.0 682.0 432.0 512.0 448.0 56.0 2970.0 $325,830.00 $109.71Manhours(MH x HR) TOTAL CONTRACT FEE COMPUTATIONS (Check Appropriate Block) SALARY RELATED COSTS:$325,830.00     Initial Estimate MISCELLANEOUS DIRECT COST:$3,882.27     Initial Estimate No. 1 ROADWAY & CIVIL DESIGN (Civil Services, Inc.):$42,340.00 ARCHITECTURAL DESIGN (Dickinson Architects):$33,600.00 LIGHTING DESIGN (Atlanta Consulting Engineers):$23,500.00 SURVEYING (Cranston Engineering Group):             $-    Initial Estimate No. _______ BRIDGE PAINTING (Collins Engineers, Inc.):$31,460.00 GEOTECHNICAL (Matrix Engineering Group, Inc.):$- PERMITTING (Edwards-Pitman)$27,376.96  If revised estimate, give reasons for revisions: TOTAL ESTIMATED FEE:$487,989.23 MISCELLANEOUS DIRECT COST CONSULTANT:CIVIL SERVICES, INC.NAME OF PROJECT:5th Street Bridge PREPARED:04-May-18 PROJECT NO.:16-247 ITEM DESCRIPTION Travel From: To Project: Per Diem 5 Days x 3 People x $50.00 per diem =$750.00 Comm. Air 0 Trips x 1 People x $500.00 per trip =$0.00 POV 1 Trips x 522 miles x $0.49 per mile =$253.17 Rental 0 Trips x 1 days / trip x $54.00 per day =$0.00 Lodging 5 Nights x 3 People x $150.00 per day =$2,250.00 To City: Per Diem 0 Trips x 1 People x $50.00 per diem x $0.00 Comm. Air 0 Trips x 1 People x $0.00 per trip =$0.00 POV 3 Trips x 20 miles x $0.49 per mile =$29.10 Rental 0 Trips x 1 days / trip x $54.00 per day =$0.00 Lodging 2 Night x 2 People x $150.00 per day =$600.00 Subtotal:$3,882.27 Other (Specify) Display Boards, Color Aerials & Handouts (for Community Awareness Plan)$0.00 Miscellaneous (Courier, FedEx, etc.)$0.00 TOTAL COST $3,882.27 * MAXIMUM $ 0.485 / MILE SHEET 2 CITY OF AUGUSTA, GEORGIA Design & Field Engineering Services for 5th Street Bridge By: C. Morse Date:4-May-18 Consultant:Civil Services, Inc. Project No.:Project Description:Phase 3 - Roadway Final Design Contract No.: Project Manager Sr. Engineer Engineer Sr. Designer Designer Cadd Technician Clerical Total No. / Activity Manhours Salary Avg. Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly Man Hourly by Costs for Hourly Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Hours Rate Activity Activity Rate 1.Final Design A. Discipline Management & Coordination 24.0 $190.00 0.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 24.0 $4,560.00 $190.00 B. Traffic Control Analysis 0.0 $190.00 24.0 $175.00 12.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 36.0 $5,520.00 $153.33 C. Master TCP Design Files 0.0 $190.00 8.0 $175.00 16.0 $110.00 8.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 32.0 $3,800.00 $118.75 D. Temporary Traffic Control Plan Sheets 0.0 $190.00 8.0 $175.00 16.0 $110.00 16.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 40.0 $4,440.00 $111.00 E. Roadway & SPM 0.0 $190.00 16.0 $175.00 24.0 $110.00 20.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 60.0 $7,040.00 $117.33 F. Make Utility Contacts 0.0 $190.00 16.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 16.0 $2,800.00 $175.00 G. Permitting 8.0 $190.00 0.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 8.0 $1,520.00 $190.00 H. Cost Estimates 0.0 $190.00 16.0 $175.00 16.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 32.0 $4,560.00 $142.50 I. Meetings w/ N. Augusta 8.0 $190.00 0.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 8.0 $1,520.00 $190.00 J. Meetings w/City 16.0 $190.00 0.0 $175.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 16.0 $3,040.00 $190.00 K. QA/QC 16.0 $190.00 0.0 $8.00 0.0 $110.00 0.0 $80.00 0.0 $75.00 0.0 $65.00 0.0 $65.00 16.0 $3,040.00 $190.00 Total Total Salary 72.0 88.0 84.0 44.0 0.0 0.0 0.0 288.0 $41,840.00 $145.28Manhours(MH x HR) TOTAL CONTRACT FEE COMPUTATIONS (Check Appropriate Block) SALARY RELATED COSTS:$41,840.00 Initial Estimate MISCELLANEOUS DIRECT COST:$500.00 Initial Estimate No. 1 Initial Estimate No. _______ TOTAL ESTIMATED FEE:$42,340.00 If revised estimate, give reasons for revisions: # By attachment, show details of the amount of percentage for Cost Elements & Additives. MISCELLANEOUS DIRECT COST CONSULTANT:CIVIL SERVICES, INC.NAME OF PROJECT:5th Street Bridge PREPARED:5/4/2018 PROJECT NO.:16-247 ITEM DESCRIPTION Travel From: To Project: Per Diem 1 Days x 1 People x $50.00 per diem =$50.00 Comm. Air 0 Trips x 1 People x $500.00 per trip =$0.00 POV 0 Trips x 522 miles x $0.49 per mile =$0.00 Rental 0 Trips x 1 days / trip x $54.00 per day =$0.00 Lodging 1 Nights x 1 People x $150.00 per day =$150.00 To City: Per Diem 0 Trips x 1 People x $50.00 per diem x $0.00Comm. Air 0 Trips x 1 People x $0.00 per trip =$0.00 POV 0 Trips x 20 miles x $0.49 per mile =$0.00 Rental 0 Trips x 1 days / trip x $54.00 per day =$0.00 Lodging 2 Night x 1 People x $150.00 per day =$300.00Subtotal:$500.00 Other (Specify) Display Boards, Color Aerials & Handouts (for Community Awareness Plan)$0.00 Miscellaneous (Courier, FedEx, etc.)$0.00 TOTAL COST $500.00 * MAXIMUM $ 0.485 / MILE SHEET 2 Engineering Services Committee Meeting 5/29/2018 1:15 PM 5th Street over the Savannah River-Bridge Repair and Restoration Department:Engineering Presenter: Caption:Approve funding for Preliminary and Final Engineering Phases of Design Consultant Supplemental Agreement to Civil Services, Inc. in the amount of $715,495.85 for 5th Street Bridge over the Savannah River (Bridge Repair and Restoration) as requested by AED. Background:The 5th Street Bridge over Savannah River (Bridge Repair and Restoration) is a project from the “Approved Investment List” of TIA that was approved by voters of the CSRA in July 31, 2012 referendum. The 5th Street Bridge is a Band 2 project that will begin the existing condition assessment process once approved by the City of Augusta, Georgia Commission. In March 2017, commission approved award of the bridge condition assessment phase of the project to Civil Services, Inc. (CSI). The bridge e xisting condition assessment is completed and warrants preliminary and final design development for bridge repair/restoration. Scope of services includes environmental document, regulatory permitting, field survey work, structural alternatives, geotechnical assessment, architectural design, lighting design and development of final construction plans . Analysis:On March 7, 2017 commission approved the bridge assessment phase of the project that included assessment if structure conditions and structure restoration options. The purpose of this item is to move the project from condition assessment to design and construction. Financial Impact:Funds are available in the TIA project budget. Alternatives:Do not approve and find alternative to complete the project and meet TIA project completion schedule Recommendation:Approve funding for Preliminary and Final Engineering Phases of Design Consultant Supplemental Agreement to Civil Services, Inc. in the amount of $715,495.85 for 5th Street Bridge over the Savannah River (Bridge Repair and Restoration) as requested by AED. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: Project TIA Funds 371-041110-T15041217 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission OFFICIAL                                         VENDORS   Technology International, Inc. 1349 S. International Parkway,  Suite 2411 Lake Mary, FL 32746 Power & Engergy Services, Inc. PO Box 637 Powder Spring, GA 30127 Hi‐Tech Power Systems, Inc. 2479 Doug Barnard Parkway Augusta, GA 30906 Border States Industries, Inc. (Shealy Electrical)  120 Merovan Drive North Augusta, SC 29860 Attachment  B YES YES YES YES Addendum 1NO/NON‐COMPLIANT YES YES YES Addendum 2NO/NON‐COMPLIANT YES YES YES  E‐Verify Number EXEMPT 96269 NO/NON‐COMPLIANT 843796 SAVE Form YES YES YES YES Make GENERAC GENERAC GENERAC GENERAC Model 6998 7.5Kw POWEPACT 6998 ATS:RTG16EZA3 MOBILELINK: 6463 6998‐0 Year CURRENT MODEL 2017 & 2018 2017 2017 Price (EA) $3,100.00 $3,147.56 $2,689.00 $2,756.87  Total Price (20 EA) $62,000.00 $62,951.20 $53,780.00 $55,137.40 Pad For Generators (EA) INCLUDED $300.00 $47.00 163.33 (BUILT INTO PRICE ABOVE) Approximate Delivery  Time 10‐20 DAYS 2‐6 WKS BASED ON  MANUFACTURES STOCK &  AVAILIABILITY 6‐8 WKS 6‐8 WKS 7.5kw Generators Total Number Specifications Mailed Out:20 Total  Number Specifications Download (Demandstar): 5 Total Electronic Notifications (Demandstar):  102 Mandatory Pre‐Bid/Telephone Conference: NA Total packages submitted: 4 Total Non‐Compliant: 2 Bid Item #17‐285 7.5kw Generators   for Augusta, Georgia‐ Utilities Department   Bid Date: Tuesday, December 5, 2017 @ 3:00 p.m.   Page 1 of 1 Invitation to Bid Sealed bids will be received at this office until Friday, November 17, 2017 @ 11:00 a.m. for furnishing: Bid Item #17-284 Walk Behind Trencher for Augusta, Georgia – Utilities Department Bid Item #17-285 7.5 Kw Generators for Augusta, Georgia – 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, November 3, 2017 @ 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 October 12, 19, 26, November 2, 2017 Metro Courier October 18, 2017 Engineering Services Committee Meeting 5/29/2018 1:15 PM Award Bid Item 17-271 for Raw Water Pump #5 Department:Utilities Presenter:Tom Wiedmeier Caption:Award Bid Item 17-271 for a Replacement Raw Water Pump #5 at Goodrich Street Raw Water Pumping Station to Gicon Pumps & Equipment, Inc. Background:The Utilities Department has worked with the Procurement Department to solicit bids for a replacement pump for our oldest diesel backup pump at the Goodrich Street Raw Water Pumping Station. The existing pump was installed in the 1970’s and has reached the end of its useful life. The lowest compliant bid for this equipment is from Gicon Pumps & Equipment, Inc. Analysis:Our review of the lowest compliant bid has determined that it meets the specification requirements and the bid amount of $104,916.00 is reasonable. This equipment will improve the reliability of our backup systems for pumping raw water to the Highland Avenue WTP in the event that we are unable to use the canal for pumping energy. Financial Impact:$104,916.00 from budgeted funds Alternatives:Reject the bids received from Bid Item #17-271 Recommendation:We recommend approval of award of this bid item to Gicon Pumps & Equipment, Inc. at a cost of $104,916.00. Funds are Available in the Following Accounts: 506043580-5425110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission OFFICIAL VENDORS Technology International, Inc. 1349 S. International Parkway, Suite 2411 Lake Mary, FL 32746 Power & Engergy Services, Inc. PO Box 637 Powder Spring, GA 30127 Hi-Tech Power Systems, Inc. 2479 Doug Barnard Parkway Augusta, GA 30906 Border States Industries, Inc. (Shealy Electrical) 120 Merovan Drive North Augusta, SC 29860 Attachment B YES YES YES YES Addendum 1 NO/NON-COMPLIANT YES YES YES Addendum 2 NO/NON-COMPLIANT YES YES YES E-Verify Number EXEMPT 96269 NO/NON-COMPLIANT 843796 SAVE Form YES YES YES YES Make GENERAC GENERAC GENERAC GENERAC Model 6998 7.5Kw POWEPACT 6998 ATS:RTG16EZA3 MOBILELINK: 6463 6998-0 Year CURRENT MODEL 2017 & 2018 2017 2017 Price (EA) $3,100.00 $3,147.56 $2,689.00 $2,756.87 Total Price (20 EA) $62,000.00 $62,951.20 $53,780.00 $55,137.40 Pad For Generators (EA) INCLUDED $300.00 $47.00 163.33 (BUILT INTO PRICE ABOVE) Approximate Delivery Time 10-20 DAYS 2-6 WKS BASED ON MANUFACTURES STOCK & AVAILIABILITY 6-8 WKS 6-8 WKS 7.5kw Generators Total Number Specifications Mailed Out:20 Total Number Specifications Download (Demandstar): 5 Total Electronic Notifications (Demandstar): 102 Mandatory Pre-Bid/Telephone Conference: NA Total packages submitted: 4 Total Non-Compliant: 2 Bid Item #17-285 7.5kw Generators for Augusta, Georgia- Utilities Department Bid Date: Tuesday, December 5, 2017 @ 3:00 p.m. Page 1 of 1 Invitation to Bid Sealed bids will be received at this office until Friday, November 17, 2017 @ 11:00 a.m. for furnishing: Bid Item #17-284 Walk Behind Trencher for Augusta, Georgia – Utilities Department Bid Item #17-285 7.5 Kw Generators for Augusta, Georgia – 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, November 3, 2017 @ 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 October 12, 19, 26, November 2, 2017 Metro Courier October 18, 2017 Engineering Services Committee Meeting 5/29/2018 1:15 PM Award Bid Item 17-285 for 7.5kw Generators Department:Utilities Presenter:Tom Wiedmeier Caption:Award Bid Item 17-285 for 7.5kw Generators to Border States Industries. Background:The Utilities Department has worked with the Procurement Department to solicit bids for 7.5kw Generators, which will be used as back-up control power to our remote locations. The lowest compliant bid for this equipment is from Border States Industries, Inc. Analysis:Our review of the lowest compliant bid has determined that it meets the specification requirements and the bid amount of $55,137.40 is reasonable. This equipment will improve the reliability of our system control network in the event of loss of electrical service. Financial Impact:$55,137.40 from budgeted funds Alternatives:Reject the bids received from Bid Item #17-285 Recommendation:We recommend approval of award of this bid item to Border States Industries, Inc. at a cost of $55,137.40. Funds are Available in the Following Accounts: 506043580-5421110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission OFFICIAL VENDORS   Lift Atlanta 1639 Marvin Griffin Road Augusta, GA 30906 Blueline Rental, LLC 826 Chris Drive West Columbia, SC 29169 OER Services 717 S. Vermont Street Palatine, IL 60067 Reliable Equipment 4001 Washington Road Martinez, GA 30907 United Rentals  (North America), Inc. 2425 Mike Padgett  Highway Augusta, GA 30906 Attachment  B YES YES YES YES YES E‐Verify Number 362984 44490 Non-Compliant 911218 234401 SAVE Form YES Non-Compliant YES YES YES Year 2017 2017 NEW 2017 2018 Make GENIE GENIE GENIE GENIE GENIE Model GTH363T4F GTH636T4F GTH636 GTH636 GTH636 Bid Price (Each) $81,756.00 $77,865.77 $79,679.00 $79,850.00 $75,957.00 Proposed Delivery  Time 9 WEEK ARO 12 WEEKS ARO 6 WEEKS ARO 8 WEEKS ARO 35‐42 DAY ARO Rough Terrain Telescopic Forklift: Total Number Specifications Mailed Out: 11 Total  Number Specifications Download (Demandstar): 6 Total Electronic Notifications (Demandstar):  10 Mandatory Pre‐Bid/Telephone Conference: NA Total packages submitted: 5 Total Non‐Compliant: 2 Bid  Item #17‐290 Rough Terrain Telescopic Forklift  for Augusta, Georgia‐ Utilities Department   Bid Date: Thursday, November 30, 2017 @3:00 p.m.   Page 1 of 1 Invitation to Bid Sealed bids will be received at this office until Friday, November 17, 2017 @ 11:00 a.m. for furnishing: Bid Item #17-284 Walk Behind Trencher for Augusta, Georgia – Utilities Department Bid Item #17-285 7.5 Kw Generators for Augusta, Georgia – 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, November 3, 2017 @ 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 October 12, 19, 26, November 2, 2017 Metro Courier October 18, 2017 Engineering Services Committee Meeting 5/29/2018 1:15 PM Award Bid Item 17-290 for a Rough Terrain Telescopic Forklift Department:Utilities Presenter:Tom Wiedmeier Caption:Award Bid Item 17-290 for a Rough Terrain Telescopic Forklift to United Rentals. Background:The Utilities Department has worked with the Procurement Department to solicit bids for a Rough Terrain Telescopic Forklift for use by our maintenance group. The lowest compliant bid for this equipment is from United Rentals (North America), Inc. Analysis:Our review of the lowest compliant bid has determined that it meets the specification requirements and the bid amount of $75,957.00 is reasonable. This equipment will be used for movement of materials and equipment on rough terrain and in hard to reach locations. Financial Impact:$75,957.00 from budgeted funds Alternatives:Reject the bids received from Bid Item #17-290 Recommendation:We recommend approval of award of this bid item to United Rentals (North America), Inc. at a cost of $75,957.00. Funds are Available in the Following Accounts: 506043580-5422510 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission OFFICIAL                                         Bid Item #17‐291 Computer Server    for Augusta, Georgia‐ Utilities Department    Bid Date: Tuesday, December 5, 2017 @ 11:00 a.m.   VENDORS   InSource Software Solutions, Inc. 11321 Business Center Drive Richmond, VA 23236 Attachment  BYES E‐Verify Number 336016 SAVE Form YES Make  STRATUS Model 2810 FT SERVER Computer Server Price (EA) $30,543.00 Extended Cost (2 EA) $61,086.00 Cost of Annual Service For  Maintenance (EA)$4,100.00 Onsite Setup (EA) $3,695.00 Onsite Setup (2 EA) $7,390.00 Computer Server for Scada Operations: Total Number Specifications Mailed Out:13 Total  Number Specifications Download (Demandstar): 11 Total Electronic Notifications (Demandstar):  187 Mandatory Pre‐Bid/Telephone Conference: NA Total packages submitted: 1 Total Non‐Compliant: 0 Optional Items: Page 1 of 1 Invitation to Bid Sealed bids will be received at this office until Tuesday, December 5, 2017 @ 11:00 a.m. for furnishing: Bid Item #17-291 Computer Server for Augusta, GA – Utilities Department Bid Item #17-293 Thin Clients for Augusta, GA – Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 Bid documents may be 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, November 14, 2017 @ 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 October 19, 26, November 2, 9, 2017 Metro Courier October 25, 2017 Engineering Services Committee Meeting 5/29/2018 1:15 PM Award Bid Item 17-291 for SCADA Computer Server Department:Utilities Presenter:Tom Wiedmeier Caption:Award Bid Item 17-291 for SCADA Computer Server to Insource Solutions. Background:The Utilities Department has worked with the Procurement Department to solicit bids for two computer servers for our Supervisory Control and Data Acquisition (SCADA) system. The only bid for this equipment is from Insource Software Solutions, Inc. Analysis:Our review of the bid has determined that it meets the specification requirements and the bid amount of $61,086.00 for the two servers and $7,390 for onsite setup and is reasonable (total installed cost $68,476.00). This equipment will be used to improve the speed and reliability of our SCADA network. In addition, we recommend adding the annual service and maintenance of these servers to our existing service agreement at an annual cost of $4,100.00. Financial Impact:$68,476.00 from budgeted funds for this purchase plus the annual service and maintenance agreement cost of $4,100.00. Alternatives:Reject the bids received from Bid Item #17-291 Recommendation:We recommend approval of award of this bid item to Insource Software Solutions, Inc. at a cost of $68,476.00 plus the annual service and maintenance agreement cost of $4,100.00. Funds are Available in the Following Accounts: 506043580-5424910 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Engineering Services Committee Meeting 5/29/2018 1:15 PM Camilla Avenue Traffic Information Update Department:Engineering Presenter: Caption:Receive as information an update on Traffic Engineering’s review of the request to determine the volume of traffic on Camilla Avenue and report on the existing pavement’s condition. (Deferred from the May 8, 2018 meeting.) Background:N/A Analysis:N/A Financial Impact:N/A Alternatives:N/A Recommendation:N/A Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: AGEND.A ITEM REQUEST FORM commission meetings: First and third ruesdays of each month - 2:00 p.m.committee meetings: second and last Tuesdays of each month - I:00 p.m. commission/committee: (Please check one and insert meeting date) Administrative Services Committee--7- Engineering Services Committee Commission Public Safety Commiffee Public Services Committee Finance Committee Date of Meeting Date of Meeting Date of Meeting Date of Meeting Date of Meeting Date of Meeting contact Information for Individuaupresenter Making the Request: Name:TAo Address: 3 Telephone Number: Fax Number: E-Mail Address: Ca tion/Topic of Discussion to be placed on the Agenda: Please send this request form to the following address: Ms. Lena J. Bonner Clerk of Commission Suite 220 Municipat Building 535 Telfair Street Augusta, GA 30901 Telephone Number: 706-B2l-1t20 Fax Number: 706-821-1838 E-MailAddress: nmorawski@augustaga.gov Requests may be faxed, e-mailed or delivered in person and must be received in the Clerk,soffice no later than 9:00 a.m. on the Thursday preceding the Commission or Committeemeeting of the following week. A five-minute time limit will be allowed for presentations. Engineering Services Committee Meeting 5/29/2018 1:15 PM Donovan Thompson Department:Clerk of Commission Presenter: Caption:Mr. Donovan Thompson regarding a request for a new sewer line for existing septic tank system. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Committee Meeting Date: Commission Meeting Date: Agenda Item Number: Approval Letter Date: Entered into the MuniAgenda by/date DATE: May 17, 2018 TO: The Honorable Hardie Davis, Jr.,Mayor Members of the Commission William Fennoy, Chairman, Engineering Services Committee THROUGH: Janice Jackson, Administrator FROM: Hameed Maik, Ph.D., PE, Director of Engineering SUBJECT: Construction Services for Hiers Pond and Lake Aumond Sediment Dredging and Disposal RFP ITEM #17-301 File Reference: 18-014 (A) CAPTION: Approve supplemental funding of current Sediment Dredging and Disposal Construction Services Two-Phase Contract (Phase 1 (Heirs Pond) and Phase 2 (Lake Aumond) in the amount of $1million. Also Authorize executing Phase 2 (Lake Aumond) of the current contract. RFP 17-301 BACKGROUND: On March 6, 2018, Augusta Commission awarded 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 and authorize funding for executing Phase 1 (Hiers) of the project. 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 dredging will return water bodies to their near original contours while improving water retention and visual appeal. AED is completing this work in two phases. First Phase (Phase1) is under construction and includes preparation of disposal area and dredging of Hiers Pond. Second Phase (Phase2) will commence after completion of Phase1. Phase2 includes dredging of Lake Aumond. Agenda Item May 17, 2018 Page 2 ANALYSIS: Dredging of Hiers Pond (Phase 1 construction) is in progress and should be completed tentatively in July, weather permitting. It is critical to commence Phase 2 dredging soon after. Adding supplement funds to current purchase order in timely manner is cost effective way to complete Lake Aumond dredging and avoid 2nd mobilization expenses. FINANCIAL IMPACT: Funds are available in Engineering Stormwater Services Program - Grading and Drainage (Stormwater) SPLOST account. ALTERNATIVES: Do not approve and find alternative to complete the project. RECOMMENDATION: Approve supplemental funding of current Sediment Dredging and Disposal Construction Services Two-Phase Contract (Phase 1 (Heirs Pond) and Phase 2 (Lake Aumond) in the amount of $1million. Also Authorize executing Phase 2 (Lake Aumond) of the current contract. RFP 17-301. REQUESTED AGENDA DATE: Committee Meeting: May 29, 2018 Commission Meeting: June 6, 2018 FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: SPLOST–Grading and Drainage (Stormwater) FY18 allocation 329-041110-5414110/216829903-5414110 HM/vj cc: Assistant Director of Engineering Agenda File and Main File Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project is authorized to CPB#329-041110-216829903. This request is the Supplemental Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. 2,000,000$ 1,000,000$ 3,000,000$ 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#329041110/54.14110 Hiers Pond and Lake Aumond Sediment Dredging and Disposal (Bid 17-301) SUPPLEMENTAL SERVICES - PHASE 2 funding Sediment Dredging and Disposal Construction Services Two-Phase Contract (Phase 1 Hiers Pond) and Phase 2 (Lake Aumond) to Waterfront Property Services, LLC dba Gator Dredging in the amount of $1,000,000.00. Funding is available in SPLOST Grading and Drainage (Stormwater) FY2018 allocation funds. Grading and Drainage (Stormwater) SPLOST Ph VII Grading and Drainage (Stormwater) SPLOST Ph VII 1.14.2015 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET CPB#329041110/54.14110 Hiers Pond and Lake Aumond Sediment Dredging and Disposal (Bid 17-301) SUPPLEMENTAL SERVICES - PHASE 2 CPB AMOUNT CPB New SOURCE OF FUNDS CPB Addition CPB Grading and Drainage (Stormwater) SPLOST PHASE VII ($2,000,000) ($1,000,000) ($3,000,000) TOTAL SOURCES: ($2,000,000) ($1,000,000) ($3,000,000) USE OF FUNDS ENGINEERING 329-041110-5414110/216829903 $2,000,000 $1,000,000 $3,000,000 TOTAL USES: $2,000,000 $1,000,000 $3,000,000 1.14.2015 Request for Proposal Request for Proposals will be received at this office until Thursday, December 14, 2017 @ 3:00 p.m. for furnishing: RFP Item # 17-301 Construction Services for Hiers Pond and Lake Aumond Sediment Dredging and Disposal for the Augusta, GA – Engineering Department RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 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 $80.00. 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 14, 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 Pre Proposal Conference will be held on Thursday, November 30, 2017 @10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. A Site Visit will follow. 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, December 1, 2017, @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 90 days after bids have been opened, pending the execution of contract with the successful bidder(s). A 10% Bid Bond is required to be submitted along with the bidders’ qualifications; 100% performance bond and a 100% payment bond will be required for award. Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base 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: 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 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) 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 Engineering Services Committee Meeting 5/29/2018 1:15 PM Hiers Pond and Lake Aumond Sediment Dredging and Disposal Department:Engineering Presenter: Caption:Approve supplemental funding of current Sediment Dredging and Disposal Construction Services Two-Phase Contract Phase 1 (Heirs Pond) and Phase 2 (Lake Aumond) in the amount of $1 million. Also Authorize executing Phase 2 (Lake Aumond) of the current contract. RFP 17-301. Background:On March 6, 2018, Augusta Commission awarded 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 and authorize funding for executing Phsae 1 (Hiers) of the project. 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 dredging will return water bodies to their near original contours while improving water retention and visual appeal. AED is completing this work in two phases. First Phase (Phase1) is under construction and includes preparation of disposal area and dredging of Hiers Pond. Second Phase (Phase2) will commence after completion of Phase1. Phase2 includes dredging of Lake Aumond. Analysis:Dredging of Hiers Pond (Phase 1 construction) is in progress and should be completed tentatively in July, weather permitting. It is critical to commence Phase 2 dredging soon after. Adding supplement funds to current purchase order in timely manner is cost effective way to complete Lake Aumond dredging and avoid 2nd mobilization expenses. Financial Impact:Funds are available in Engineering Stormwater Services Program -Grading and Drainage (Stormwater) SPLOST account. Alternatives:Do not approve and find alternative to complete the project. Recommendation:Approve supplemental funding of current Sediment Dredging and Disposal Construction Services Two-Phase Contract (Phase 1 (Heirs Pond) and Phase 2 (Lake Aumond) in the amount of $1 million. Also Authorize executing Phase 2 (Lake Aumond) of the current contract. RFP 17-301. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: SPLOST–Grading and Drainage (Stormwater) FY18 allocation: 329-041110-5414110/216829903-5414110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Engineering Services Committee Meeting Commission Chamber - 51812018 ATTENDANCE: Present: Hons. Fennoy, Chairman; Hasan, Vice Chairman; Smith and Frantom, members. Absent: Hon. Hardie Davis, Jr., Mayor. ENGINEERING SERVICES 1. Receive as information an update on Traffic Engineering's review of the Item request to open up Albion Avenue to one-way traffic. Action: Approved seconded By Motion Result Motion to approve receiving this item as information and open ^ _ Approve f;:H::*m:U ;:f#H';*' 3:*I,#iil.. passes traffic. Motion Passes 4-0. 2. Receive as information an update on Traffic Engineering's review of the request to determine the volume of traffic on Camilla Avenue and report on the existing pavement's condition. Motions f#:" Motion rext Made By Item Action: Approved Motions Motion Type Approve Motion Text Motion to approve receiving this item as information, take another look at the condition of the portion of the street Made By Seconded By fffirll Commissioner Commissioner Passes Ben Hasan Grady Smith that is located in Richmond County and bring back a report to the next committee meeting. Motion Passes 4-0. 3. Motion to approve the minutes of the Engineering Services Committee held Item on April 24,2018. Action: Approved Motions [|j:t" Motion Text Made By seconded By MotionrYPe -------- -'t Result Motion to Approve ffifiil'rasses S:#ffiffi 3:ffiffii;.' passes 4-0. 4. Motion to determine that Richmond Lane, as shown on the attached map has Item ceased to be used by the public to the extent that no substantial public purpose Action: is served by it or that its removal from the county road system is otherwise in Approved the best public interest, and to receive as information the results of the public hearing held regarding the issue of abandonment pursuant to O.C.G.A. $32- 7-2, with the abandoned property to be quit-claimed to the appropriate party (ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department and adopt the attached Resolution. (Referred from the April 24 Engineering Services Committee) Motions fr'J:" Motion Text Made By seconded By [".XiI Motion to deny the T\o-., request to close Commissioner Commisioneutrtly Richmond Lane. Ben Hasan Sean r.ar,torl Passes Motion Passes 4-0. 5. Approve exercising the first option to renew with Georgia-Carolina Paving to ltem provide on-call asphalt and concrete repairs for Bid 16-224. Action: Approved Motions Motion Motion Text Made By seconded By MotionType Result Motion to Approve ffilffiasses ;:ffi;Hf"* Fr"ffi#toner Sean passes 4_0. 6. Discuss the lack of regular maintenance (overgrowth) of trees and shrubbery Item on Broad Street. (Requested by Commissioner Marion Williams) Action: Approved Motions X:tl" Motion Text Made By Seconded --- MotionType rv^'flru' rE'tr'l Nraoe lly Deconded lly Result Motion to approve allowing the Recreation and Engineering Depts. to bring back a report at the ^ next meeting regarding the commisioner commissicApprove -"uin .nurce work that has Sean Frantom B.., Hururr'"t Passes been done on the trees and shrubbery on Broad Street and the downtown area. Motion Passes 4-0. 7. Approve award of Construction Contract to Beam's Contracting, Inc. subject Item to Value Engineering and not to exceed in the amount of $5,978,691.24 for Action: Wrightsboro Road Widening Improvements Project (Marks Church Rd to Approved Augusta West Pk*y) as requested by AED. Award is contingent upon receipt of signed contracts and proper bonds. Bid Item 18-127. Motions X:jl" Motion Text Made By seconded By Motion f YPe -'^--- -J vvlvuuvs uJ ReSUlt Motion to Approve ffi!|:hasses ;:ffi;::f*' ;.|ffiil,oner Sean passes 4_0. 8. Motion to exempt Storm water Fee in Non-serviced Area ( unincorporated ltem area ). (Requested by Commissioner Wayne Guilfoyle) Action: Approved Motions X:jl" Motion Text Made By seconded By Motionrype ---- -'1 Result Motion to approve receiving this item as Approve information. Mr. commissioner commissioner Frantom votes No. Ben Hasan Grady Smith Passes Motion Passes 3-1. www.auqustaqa.qov Engineering Services Committee Meeting 5/29/2018 1:15 PM Minutes Department:Clerk of Commission Presenter: Caption:Motion to approve the minutes of the Engineering Services Committee held on May 8, 2018. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Engineering Services Committee Meeting 5/29/2018 1:15 PM Overgrowth of trees and shrubbery Department: Presenter:Directors Glenn Parker and Hameed Malik Caption:Update/report from the Directors of Recreation and Engineering regarding the current task of cutting and the overall Management Plan for the regular maintenance (overgrowth) of trees and shrubbery on Broad Street. (Referred from the May 8, 2018 Engineering Services Committee) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Engineering Services Committee Meeting 5/29/2018 1:15 PM Policy Vacant Lot Cleaning Department: Presenter:Director Lori Videtto, ESD Caption:Consider policy for vacant lot cleaning. (Requested by Commissioner Bill Fennoy) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: 1 APAC Industrial Way Post Office Box 1129 Augusta, Georgia 30907 Reeves Construction Company Augusta, Georgia 30903 Phone: (706) 731-5230 East Region Office Facsimile: (706) 731-8620 ────────────────────────────────────────────────────────────────────────────────── ─────────────────────────────────────────────────────── Augusta Plant 602: (706) 731-8616 ● Grovetown Plant 603: (706) 854-9300 Statesboro Plant 801: (912) 681-2992 ● Millen Plant 804: (478) 982-4977 Statesboro Office Phone: (912) 681-1491 Facsimile: (912) 681-1887 January 31, 2018 Mr. Anthony Taylor Augusta Engineering Department 452 Walker St. Suite 110 Augusta, GA 30901 Reference: Bid Item 17-243 Resurfacing Various Roads Center West Pkwy & Olive Rd. Resurfacing Dear Mr. Taylor, Thank you for requesting Reeves Construction to provide pricing to resurface Center West Pkwy and Olive Rd. as part of the referenced project currently under contract. In pricing these roads we have quoted alternates for 19mm and OGI as we did for the original contract. Our quote is as follows: Center West Parkway DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT TRAFFIC CONTROL 1 LS 41,810.00$ 41,810.000$ RAC 9.5 MM SP TP 2 INC BM & HL 610 TN 68.00$ 41,480.000$ BITUM TACK COAT 1,500 GA 5.00$ 7,500.000$ MIL ASPH CONC PVMNT, VAR DEP 7,500 SY 3.00$ 22,500.000$ 113,290.000$ DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT RAC 19 MM SP TP 2 INC BM & HL 820 TN 60.00$ 49,200.000$ 162,490.000$ DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT RAC OGI INC BM & HL 330 TN 98.00$ 32,340.000$ 145,630.000$ BASE BID ALTERNATE 1 - 19MM LEVELING ALTERNATE 2 - OGI LEVELING ALTERNATE 2 BID TOTAL ALTERNATE 1 BID TOTAL SUBTOTAL 1 APAC Industrial Way Post Office Box 1129 Augusta, Georgia 30907 Reeves Construction Company Augusta, Georgia 30903 Phone: (706) 731-5230 East Region Office Facsimile: (706) 731-8620 ────────────────────────────────────────────────────────────────────────────────── ─────────────────────────────────────────────────────── Augusta Plant 602: (706) 731-8616 ● Grovetown Plant 603: (706) 854-9300 Statesboro Plant 801: (912) 681-2992 ● Millen Plant 804: (478) 982-4977 Statesboro Office Phone: (912) 681-1491 Facsimile: (912) 681-1887 Olive Rd. DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT TRAFFIC CONTROL 1 LS 119,985.00$ 119,985.000$ RAC 9.5 MM SP TP 2 INC BM & HL 2,950 TN 64.00$ 188,800.000$ BITUM TACK COAT 2,500 GA 5.00$ 12,500.000$ RUMBLE STRIPES (7'X11') 4 EA 750.00$ 3,000.000$ MIL ASPH CONC PVMNT, VAR DEP 39,500 SY 1.60$ 63,200.000$ CURB CUT WHEELCHAIR RAMP, TYPE A 27 EA 1,800.00$ 48,600.000$ RECYCLED ASPHALT PATCHING 1,500 TN 120.00$ 180,000.000$ ADJUST WATER VALVE TO GRADE 12 EA 35.00$ 420.000$ ADJUST MANHOLE TO GRADE 26 EA 65.00$ 1,690.000$ LOOP DETECTOR 3 EA 2,400.00$ 7,200.000$ THERMO SK STRIPE, 5 IN, WHITE 100 GLF 0.28$ 28.000$ THERMO ARROW, TP 2 11 EA 75.00$ 825.000$ THERMO WORD ,TP1 1 EA 150.00$ 150.000$ THERMO CROSSING SYMBOL 4 EA 450.00$ 1,800.000$ THERMO SD STRIPE, 5 IN, WHITE 500 LF 0.42$ 210.000$ THERMO SD, 5IN DOUBLE YELLOW 1,375 LF 0.84$ 1,155.000$ THERMO SD STRIPE, 5 IN, YELLOW 18,000 LF 0.42$ 7,560.000$ THERMO SP STRIPE, 5 IN, YELLOW 18,000 GLF 0.28$ 5,040.000$ THERMO TRAFFIC STRIPING, WHITE 85 SY 10.00$ 850.000$ THERMO TRAFFIC STRIPING, YELLOW 97 SY 10.00$ 970.000$ THERMO PVMT MARKING, STOP BAR 208 LF 7.50$ 1,560.000$ CONC CURB & GUTTER,REPAIR 3,000 LF 28.00$ 84,000.000$ SIDEWALK 1,000 SY 32.00$ 32,000.000$ 761,543.000$ DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT RAC 19 MM SP TP 2 INC BM & HL 4,100 TN 57.00$ 233,700.000$ 995,243.000$ DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT RAC OGI INC BM & HL 1,645 TN 93.00$ 152,985.000$ 914,528.000$ BASE BID ALTERNATE 1 - 19MM LEVELING ALTERNATE 2 - OGI LEVELING ALTERNATE 2 BID TOTAL ALTERNATE 1 BID TOTAL SUBTOTAL 1 APAC Industrial Way Post Office Box 1129 Augusta, Georgia 30907 Reeves Construction Company Augusta, Georgia 30903 Phone: (706) 731-5230 East Region Office Facsimile: (706) 731-8620 ────────────────────────────────────────────────────────────────────────────────── ─────────────────────────────────────────────────────── Augusta Plant 602: (706) 731-8616 ● Grovetown Plant 603: (706) 854-9300 Statesboro Plant 801: (912) 681-2992 ● Millen Plant 804: (478) 982-4977 Statesboro Office Phone: (912) 681-1491 Facsimile: (912) 681-1887 Thank you for the opportunity to quote this additional work. If you have any question please feel free to give me a call. Respectfully submitted, REEVES CONSTRUCTION COMPANY Greg Hamilton, PE East Region Estimator Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby authorized: Section 1: The Supplemental Contract is authorized to award Construction Contract to Reeves Construction Co. in the amount of $1,060,158.00 for Resurfacing Olive Road (Gordon Hwy to White Road) and Center West Parkway (Sherwood Dr. - Bertram Rd). Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. LMIG Funds (2015)1,570,688$ LMIG Funds (2017)979,982$ LMIG 10% Match (TIA Discretionary)255,067$ SPLOST VII (Resurfacing)750,000$ TIA Discretionary Funds 1,404,054$ LMIG 2018 1,060,158$ 6,019,949$ 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 Honorable Hardie Davis, Jr., Mayor Funding available in LMIG 2018. CPB#N/A CAPITAL PROJECT BUDGET RESURFACING VARIOUS ROADS SUPPLEMENTAL CONSTRUCTION CONTRACT BID 17-243 1 of 2 10.18.2017 Augusta-Richmond County, Georgia CPB#N/A CAPITAL PROJECT BUDGET RESURFACING VARIOUS ROADS CPB AMOUNT CPB NEW SOURCE OF FUNDS ADDITION CPB LMIG FUNDS (2015)($1,570,688)($1,570,688) LMIG FUNDS (2017)($979,982)($979,982) LMIG 10% MATCH ($255,067)($255,067) (TIA DISCRETIONARY) SPLOST VII (Resurfacing)($750,000)($750,000) TIA DISCRETIONARY FUNDS ($1,404,054)($1,404,054) LMIG 2018 ($1,060,158)($1,060,158) TOTAL SOURCES:($4,959,791)($1,060,158)($6,019,949) USE OF FUNDS LMIG FUNDS (2015)$1,570,688 $1,570,688 LMIG FUNDS (2017)$979,982 $979,982 LMIG 10% MATCH $255,067 $255,067 (TIA DISCRETIONARY) SPLOST VII (Resurfacing)$750,000 $750,000 TIA DISCRETIONARY FUNDS $1,404,054 $1,404,054 LMIG 2018 $1,060,158 $1,060,158 TOTAL USES:$4,959,791 $1,060,158 $6,019,949 2 of 2 10.18.2017 OFFICIAL VENDORS Attachment "B" Addendum 1 E-Verify SAVE Form Bid Bond Bid Price C&H Paving 204 Main Street Thomson, GA 30824 YES YES 190714 YES YES $4,979,519.74 ER Snell Contractors 1785 Oak Road Snellville, GA 30078 YES YES 22114 YES YES 5,688,608.21 / Non-Compliant Beam's Contracting 15030 Atomic Road Beech Island, SC 29842 YES YES 167300 YES YES $5,587,839.08 Reeves Construction 1 Apac Industrial Way Augusta, GA 30907 YES YES 48048 YES YES $4,959,790.31 Total Number Specifications Mailed Out: 13 Total Number Specifications Download (Demandstar): 3 Total Electronic Notifications (Demandstar): 245 Mandatory Pre-Bid Attendees: 11 Total packages submitted: 4 Total Noncompliant: 1 Bid Opening for Bid Item #17-243 Resurfacing Various Roads (Boykin Road, Richmond Hill, Old Waynesboro Road, and Gardeners Mill Road) for Augusta, GA Engineering Department Bid Date:Thursday, September 7, 2017 @ 3:00 p.m. The following Vendor was deemed Non-Compliant by the Compliance Department: ER Snell Page 1 of 1 Invitation to Bid Sealed bids will be received at this office until Thursday, September 7, 2017 @ 3:00 p.m. for furnishing: Bid Item #17-243 Resurfacing Various Roads (Boykin Road, Richmond Hill, Old Waynesboro Road, and Gardeners Mill Road) for Augusta Engineering 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 contractors, subcontractors and suppliers exclusively from ARC. The fees for the plans and specifications which are non-refundable are $50.00. 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.e-arc.com) at no charge through ARC Southern (706 821-0405) beginning Thursday, July 27, 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. Bidders are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre Bid Conference will be held on Tuesday, August 22, 2017 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Thursday, August 24, 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: 706-821-2811 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 July 27, August 3, 10, 17, 2017 Metro Courier August 2, 2017 Engineering Services Committee Meeting 5/29/2018 1:15 PM Resurfacing Various Roads (Supplement Olive Rd and Center West Parkway) Department:Engineering Presenter: Caption:Approve to Supplement Construction Contract with Reeves Construction Co. in the amount of $1,060,158.00 to cover additional cost for Resurfacing Olive Road (Gordon Hwy to White Rd.) and Center West Parkway (Sherwood Dr. – Bertram Rd.) as requested by AED. Bid: 17-243. Background:Currently, Reeves Construction is under contract with Augusta, GA for resurfacing of four roads (Old Waynesboro Rd, Richmond Hill Road, Boykin Road and Gardeners Mill Road). The Augusta Commission awarded this contract on November 21, 2017. As additional funding becomes available, AED includes additional roads to resurfacing contract. AED identified Olive Road and Center West Parkway are in need of resurfacing and can be resurfaced this year if funding becomes available. AED submitted FY 2018 Local Maintenance and Improvement Grant (LMIG) funding request to GDOT for maintenance resurfacing and road way improvements construction. GDOT approved the request and provided requested funds. Analysis:Reeves Construction Company is currently under contract with Augusta, GA/Augusta Engineering for road resurfacing work and the cost provided of $1,060,158.00. This cost was analyzed and determined to be reasonable and cost effective for the type of work being performed. Financial Impact:FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: FY2018 LMIG Alternatives:Do not approve and complete the work at later time. Recommendation:Approve to Supplement Construction Contract with Reeves Construction Co. in the amount of $1,060,158.00 to cover additional cost of Resurfacing Olive Road (Gordon Hwy to White Rd.) and Center West Parkway (Sherwood Dr. – Bertram Rd.) as requested by AED. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: FY2018 LMIG REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission From: Sent: To: Subject: Attachments: Shante Brown <slbrown0321@gmail.com> Sunday, May 20,2OLB L2:O4 PM Nancy Morawski [EXTERNAL] Agenda Item request Form' agenda Item Request form.pdf Good morning, My Name is Shante Brown and I am the HOA President for Willhaven Estates. I am submitting a request to be allowed to present to the engineering committee about Traffic Issues for Willhaven estates, Haynes Siation, and Sims Landing. I can be reached at706-267-7690. Thank you, Shante Brown Willhaven Estates HOA President [NOTICE: This message originated outside of the City of Augusta's mail system -- DO NOT CLICK on links, open attachments or respond to requests for information unless you are sure the content is safe.l AGENDA ITEM REQUEST FORM commission meetings: First and third ruesdays of each month - 2:00 p.m. committee meetings: Second and last Tuesdays of each month - r:00 p.m. commission/committee: (Please check one and insert meeting date) Adm inistrative Services Comm ittee_--.--.-r.:-- Engineering Services Comm ittee Finance Committee Commission Public Safety Committee Public Services Committee Date of Meeting Date of Meeting Date of Meeting Date of Meeting DateofMeeting 9. 2q. \t Date of Meeting contact Information for IndividuauPresenter Making the Requesi: Name:r\h ?r Telephone Number: Fax Number: E-MailAddress: Caption/Topic of Discussion to be placed on the Agenda: E.I-rfr +rL rr 8sLc. Please send this request form to the following address: Ms. Lena J. Bonner Telephone Number: 706-g2l-1g20 Clerk of Commission Fax Number: 706-E2l-lg3g suite 220 Municipal Building E-Mail Address: nmorawski@augustaga.gov 535 Telfair Street Augusta, GA 30901 Requests may be faxed, e-mailed or delivered in person and must be received in the Cterk'sOffice no later than 5:00 p.m. on the Wednesday preceding the Commission meeting and5:00 p.m. on the Tuesday preceding the Committee meeting of the following week. A five-minute time limit will be allowed for presentations. l-i rc r.J .k Engineering Services Committee Meeting 5/29/2018 1:15 PM Shante Brown Department:Clerk of Commission Presenter: Caption:Presentation by Ms. Shante Brown, HOA President for Willhaven Estates, regarding traffic issues for Willhaven Estates, Haynes Station and Sims Landing. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Engineering Services Committee Meeting 5/29/2018 1:15 PM Water fountain and projection screens on Broad St./James Brown Blvd Department: Presenter:(Commissioner Marion Williams) Caption:Update from the Director of Utilities on the inoperable status of the water fountain and projection screens on Broad St./James Brown Blvd. along with the other improvements that had been previously discussed. (Requested by Commissioner Marion Williams) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: