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: