HomeMy WebLinkAbout2019-09-10 Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 9/10/2019
ATTENDANCE:
Present: Hons. M. Williams, Chairman; Hasan, Vice Chairman; Garrett
and Frantom, members.
Absent: Hon. Hardie Davis, Jr., Mayor.
ENGINEERING SERVICES
1. Motion to approve the minutes of the Engineering Services Committee held
on August 27, 2019.
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. Update from the Engineering Department staff regarding the request from Ms.
Francine McCoy concerning the paving of Bussey Road.
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
Commisioner
Sean Frantom Passes
3. Approve Professional Services Agreement for the Design of Sanitary Sewer
for the Belair Road East Area with Constantine Engineering in the Amount of
$877,630.
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. Approve Professional Services Agreement with W.K. Dickson in the Amount
of $951,200 for the Belair Road Area West Sanitary Sewer Design.
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. Update from Engineering, Code Enforcement and Fire Departments regarding
the current evacuations, Stop Order and accessibility by public safety
officials on the Regency Mall Property. (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 information.
Commissioner
Brandon Garrett
Commissioner
Ben Hasan
No action is taken on this motion due to the passage of the substitute motion.
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve Substitute motion to
approve receiving an
update from the Fire
Chief on the status of the
road at Regency Mall at
the next committee
Commissioner
Ben Hasan
Commisioner
Sean Frantom
Passes
meeting.
Motion Passes 4-0.
6. Approve continuing the process of developing proposal for Commission
consideration for managed parking in downtown Augusta. RFQ 19-196
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commisioner
Sean Frantom
Commissioner
Marion Williams Passes
7. Approve Initial Phase funding for Drainage Study, Stormwater System
Assessment and Drainage Improvements Engineering Services Agreement to
Cranston Engineering (Cranston) in the amount of $112,355.00 for National
Hills Drainage Basin as requested by the AED. RFQ 19-148
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commisioner
Sean Frantom
Commissioner
Brandon Garrett Passes
8. Approve Initial Phase funding for Drainage Study, Stormwater System
Assessment and Drainage Improvements Engineering Services Agreement to
Alfred Benesch & Company (Benesch) in the amount of $114,340.00 for
Forrest Hills Drainage Area as requested by the AED. RFQ 19-148
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commisioner
Sean Frantom
Commissioner
Brandon Garrett Passes
9.
Approve Initial Phase funding for Drainage Study, Stormwater System
Assessment and Drainage Improvements Engineering Services Agreement to
Constantine Engineering (Constantine) in the amount of $223,160.00 for
Goshen and other Selected Drainage Basins as requested by the AED. RFQ
19-148
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commisioner
Sean Frantom
Commissioner
Brandon Garrett Passes
10. Approve Initial Phase funding for Drainage Study, Stormwater System
Assessment and Drainage Improvements Engineering Services Agreement to
Goodwyn Mill Cawood (GMC) in the amount of $128,630.00 for Turpin
Hills/Laney Walker Drainage Area as requested by the AED. RFQ 19-148
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commisioner
Sean Frantom
Commissioner
Brandon Garrett Passes
11. Approve funds allocation revision in the amount of $49,000 for the
Memorandum of Understanding with Phinizy Center (Nonprofit
Organization) to assist in activities that are designed for stream restoration in
local waterbodies. Requested by the Augusta Engineering Department.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commisioner
Sean Frantom
Commissioner
Brandon Garrett Passes
12.
Consider Award of Bid #19-136 for Spirit Creek Interceptor Sewer
Rehabilitation Project No. 1 to Bio-Nomic Services, Inc. in the amount of
$2,582,900.00.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commisioner
Sean Frantom
Commissioner
Brandon Garrett Passes
www.augustaga.gov
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Attendance 9/10/19
Department:
Presenter:
Caption:
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Engineering Services Committee Meeting Commission Chamber - 812712019
ATTENDANCE:
Present: Hons. Hardie Davis, Jr., Mayor; M.Williams, Chairman;
Hasan, Vice Chairman; Garrett, member.
Absent: Hon. Frantom, member.
ENGINEERING SERVICES
1. Discuss policy concerning cutting vacant properties.Item
Action:
Approved
Motions
f#:'" Motion rext
Motions
fr'J:"' Motion rext
Made Seconded Motion
By By Result
Unanimous consent is given to
add this item to the agenda.
Made By Seconded By Motion
Result
Motion to approve
receiving this item as
information and geffing a
list of the vacant lots
with addresses that have
A ----^--- been cut including those commission commissionerApprove '",1''1:'u3''9,':ot: Lommlssloner Brandon Passesr r owned by the Land Bank, Ben Hasan
those that are city- Gaffett
owned, those owned by
private citizens and also
the contractors that have
cut them.
2. Discuss the Olive Road Overpass. (Requested by Commissioner Bill
Fennoy)
Item
Action:
Approved
Motions
Motion m Motion- ----- Motion Text Made By Seconded ByI'ype - ---- -r --------- -J Result
Motion to approve
having Mr. Ussery bring
back recommendations
for preventive measures Commissioner
Approve [[::?1;fliilL.,0 ;:rH::f'"' 3:11#', Passes
keep the road closed in
the meantime.
Motion Passes 3-0.
3. Approve supplemental funding (SAl) for Engineering Phases of Design Item
Consultant Services Agreement to Cranston Engineering Group, Inc. in the Action:
amount of $29,900 for the 9th Street (James Brown Blvd.) Improvements Approved
Project as requested by the AED. RFP l8-171
Motions
Motion h Motion- ------ Motion Text Made By Seconded Bylype - ------ -'t ----"--- -r Result
Motion to
a __.-..- approve. Commissioner CommissionerApprove -f'-,- -- :---;;---'----- :""".-'""^"-''^ passes' 'rr'.- ' - Motion Passes Ben Hasan Brandon Garrett
3-0.
4. Authorize a chanse order to Atlantic Coast Consulting's (ACC) current PO for Item
the cost of additional tasks. The total cost of the additional tasks is Action:$49,500.00. Approved
Motions
Y:'1" Motion Text Made By seconded By Motion'I ype -'---- -r Result
Motion to delete this
Delete item from the Commissioner Commissioneragenda. Ben Hasan Brandon Garrett Passes
Motion Passes 3-0.
5. Presentation by Ms. Cherish Danforth regarding conditions of Rocky Creek to Item
Colony Park including erosion of land, flooding, "temporary bridge". Action:
Approved
Motions
Y:11" Motion Text Made By seconded By MotiontYPe - ----'- -'I Result
Motion to approve
asking the Engineering
Department to bring back
a recommendation for a Commissioner
Approve iHlTifiii,ti"r.* HT$:' ;:Ifi:;f*' Passes
with the ditch and the
creek in 30 days.
Motion Passes 3-0.
6. Approve funding for Design Consultant Services Supplemental Agreement ltem
Three to Alfred Benesch & Company (formally WR Toole Engineers) in the Action:
amount of $53,095 for the East Augusta Roadway and Drainage Project as Approved
requested by the AED. RFQ 06-202
Motions
Y::*1" Motion Text Made By seconded By Motion'l'YPe - ----- -'t Result
Motion to
Approve ix5,10#ru,,., s:rffi:;';*' ;:#ffiH;:- passes
3-0.
7. Approve Initial Phase funding for Streambank Stabilization Design, Item
Permitting and Construction Engineering Services Agreement to Pond & Action:
Company in the amount of $14,300 for Sandpipe Lane Site and $9,700 for Approved
Morningside Drive Site as requested by the AED. RFQ 19-152
Motions
X:jl"' Motion Text Made By Seconded By Motion
t yPe ----- -r *-------" -r Result
Motion to
Approve ffiX,1ool,'ru,,., ;:fff::';*' S:#il:H,::- passes
3-0.
8. Consider proposal from Goodwyn, Mills and Cawood, Inc. (GMC) to provide ltem
engineering and construction services for Utilities Department's Fort Gordon Action:
Screening and Equalization Improvements project, Irrigation Water Treatment Approved
Plant Valve Actuation Improvements project and Cross Basin Lift Station and
Force Main project in the amount of $126,120.
9. Consider approving an amendment to the Georgia Power Governmental Item
Encroachment Agreement for Easement #30894. Action:
Approved
Motions
ryat:" Motion Text Made Bv
Motion to
. aDDrove.APProve vrorion Passes
3-0.
Motions
f#:" Motion rext Made Bv
Motion to
^ aDDrove.APProve vtotion Passes
3-0.
Motions
ffi':" Motion Text Made Bv
Motion to
. aDDrove.APProve vtotion passes
3-0.
Seconded By Motion
Result
Commissioner Commissioner
Ben Hasan Brandon Garrett Passes
seconded By Motion
Result
Commissioner Commissioner
Ben Hasan Brandon Garrett Passes
10. Consider approving an Easement Abandonment and Deed of Dedication for Item
New Easement with Georgia Vitrified Brick and Clay. Action:
Approved
Seconded By Motion
Result
Commissioner Commissioner
Ben Hasan Brandon Garrett Passes
Motion to approve the minutes of the Engineering Services Committee held
on August 13, 2019.
Motions
Item
Action:
Approved
11.
12. Motion to determine that East Telfair Street, as shown on the attached map ltem
has ceased to be used by the public to the extent that no substantial public Action:
purpose is served by it or that its removal from the county road system is Approved
otherwise in 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. 532-7-2, 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.
Motion Motion Text Made By
Type
Motion to
^ aDDrove.APProve uotion passes
3-0.
Motions
rr"J:"" Motion Text Made Bv
Motion to
^ aDDrove.APProve vtotion passes
3-0.
Commissioner Commissioner
Ben Hasan Brandon Garrett Passes
Seconded By
Seconded By
Motion
Result
Motion
Result
Motion
Result
Motions
f#:" Motion Text Made By Seconded By
Motion to
^ aDDrove.APProve vrorion passes
3-0.
Commissioner Commissioner
Ben Hasan Brandon Garrett Passes
13. Consider approving a Deed of Dedication and Maintenance Agreement for Item
River Watch Parkway Commercial/Retail Center. Action:
Approved
Commissioner Commissioner
Ben Hasan Brandon Garrett Passes
14.Consider approving an Agreement for Relocation of Easement from
Berkmans Residential Properties.
Motions
Item
Action:
Approved
Motion Motion Text Made By Seconded By Motion
Type Result
Motion to
^ approve. Commissioner CommissionerApprove ilotion passes Ben Hasan Brandon Garrett Passes
3-0.
15. Approve adoption of the revised Street Lighting Ordinance (Augusta, Item
Georgia Code Chapter 3 Street Lighting, Section 7-3) to incorporate current Action:
fee structure for the street light system. Requested by AED Approved
Motions
Y:jt1" Motion Text Made By seconded By MotionType -'--- -'t --------- -r Result
Motion to
a _-___ ^__ approve. Commissioner CommissionerApprove ilotion passes Ben Hasan Brandon Garrett Passes
3-0.
16. Consider approving an Access, Utility and Fiber Agreement between Item
Augusta and Verizon Wireless of the East L.P. dlblaVerizon Wireless. Action:
Approved
Motions
Motion r. Motion- ------ Motion Text Made By Seconded By'l'ype - ------ -'t --------- -J Result
Motion to
Approve ffi|ffiu*., fi:rffi::';"' ;:#xffi'ffi:- Passes
3-0.
www.augustasa.sov
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Minutes
Department:
Presenter:
Caption:Motion to approve the minutes of the Engineering Services
Committee held on August 27, 2019.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
AGENDA. ITE]\[ REQUEST F'ORM
Commission meetings: First and third Tuesdays of each month - 2:00 p.m.
Committee meetings: Second and last Tuesdays of each month - 1:00 p.m.
Commission/Committee: (Please check one and insert meeting date)
Commission
Public Safety Committee
Public Services Committee
Administrative Servi ces Committee
Date of Meeting
Date of Meeting
Date of Meeting
Finance Committee
Contact Information for IndividuaVPresenter Making the Request:
Name:
Address:
Telephone Number:
Fax Number:
E-Mail Address:
to be placed on the
ffi'
-- ,-:- Engineering Services Committee
Ms. Lena J. Bonner
Clerk of Commission
Suite 220 Municipal Building
535 Telfair Street
Augusta, GA 30901
Date of Meetins
Date of Meetini I [ ,fl{-
Date of Meetin; -*f-l--
fit:n
Telephone Number:
Fax Number:
E-Mail Address:
l*rr1.'1 4..,- t4.- fI'I )d\
\,'0, " rr-
,T<r'h,i t
706-821-1820
706-821-r838
nmorawski@au gustaga.gov
Requests ma1'be faxed, e-mailed or delivered in person and
Office no later than 9:00 a.m. on the Thursday preceding
meeting of the following week. A five-minute time limit will
must be received in the Clerk's
the Commission or Committee
be allowed for presentations.
:.iiiirilii: :::-=: :::
13
Ihc AugiEti Ch]onlch''[0tEtlEhfrutldc'cosl
i-
i
.t
ita
I
I
:
=:
.:
i!:
=:,
:
tot+eat \"ffi#:D!'.t -- I nuUurMariaGantITSRS ii+ff.:xi#H-I l"lattr Years' she
rtenanee, as our goals-wif| U.e $fJ1 | would saV shewon-
ther parts of "crrieiei'"i"tla ti' I deredwhv shewas
v.,, ttris rerilrt"urv;g:t- | dressedinher qhuch
ilni:'.llti it;:H:r'#i* ii,*: I il"flfli1;ili,#"
J,i,l'fl:ffig.' f;,'#,r,1 p relJs I iiilLdpaper stopped
't involve use ttre siie-'i'P Reabtor I bv her hssey Road
:h. and it can p,oaoilitiitffi *a I h-ometotakeherphoto
ed at sreate, ptoto'iii'L'il:G;;ii I anclthatacrowd
anpermeable ot tr,I^i"iioJ;'6;id | *as atForestHills
arriersbuilt at w"'n"Jf!* dgtey.qnt, I utementarv Schoolto
:thepast.llris sotve'ii''i';ilii*: I watctrtrerwalkinsitla
tl'*"S:::::?:::"trSi[Fi':tii 'refi"g'sRa to the subsurface over
t the contami- time'
;ffi;;;;i;r "rhishigtrlY.efficient'i rrrrro* rot" environmental cleanuP:;;ii;i;il* technologY i: """ll1T
=*i".u ttri.* assetwithinthearsenat;i--- -- of environmentalresto-
ilTt . tit't,,i*e iaiion tools assembled
;;;il;t;d iot ost across sRs-"'
;;:';;;;;;;h said Seth Miller, the
*"us"it[""watt SRNSproiectmanager
ireananeutral- for the groundwater
gnts." saidMark cleanuP'
n. a scientist The water-Pelqe:
i;U;;il;ii;;; able waII is scheduled
;"ffi;;i;;. io' "o*Pletion in
'J"*fiO."ttttit November'
of qrrfavorftelocal
.annels has been
r air since ]ulY 4to
rrviewers. Herets
rg those that are
E to advertise on
[rannel are getting
e rebate.
nnrissioners, You
the authoritY over
rechief.WhYhave
rot alreadY issued
uctions to insPect
ornmunitY centers,
atleast once aYear. MY
Eosh don't You care
E ren a little bit about
ihe senior citizens and
children that use these
facilities?
SHARE YOUR
OPINION with other
readers. Call the Rants
& Raves lins a1 (7o6)
828-zgo8 or send an
email to newsroom@
augustachronicle'eom'
Court aetionbY
attorneYs JohnH.
ruffindndPonald
Hollowell had led to-the
beginning of tbe endtor
sefitegatednichmono
CorurtY schools.
Onli ro black chil-
dren r-egistered tn
white schools that
Year, but Gant - now
Maria'fhomPkins -
wasthefust.
She also saidher
memories of elemen-
tarv schoolwere
U"pPV - she ioined a
Girl Scout troop ano
had sleePovers vrith
her classmates.
ffihbtqrvl!9th'f[::t*t iilili"fitarv ltchool h t96+ tAuGUsrA MUSEUM
OF HISTORY]
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Francine McCoy
Department:
Presenter:
Caption:Update from the Engineering Department staff regarding the
request from Ms. Francine McCoy concerning the paving of
Bussey Road.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
RIDGEVIEW DRIVE
WRIGHTSBORO ROAD
LUK
E
R
O
A
D
LUKE ROAD
FL
O
W
I
N
G
S
W
E
L
L
R
D
GREENSBORO WA
Y
ME
S
E
N
A
L
A
N
E
N
O
R
W
O
O
D
D
R
I
V
E
LEXINGTON WAY
CLA
R
K
S
T
O
N
R
O
A
D
WIN
T
E
R
V
I
L
L
E
D
R
I
V
E
CULVERTON DRIVE
CLARKSTONCOURT
WIN
T
E
R
V
I
L
L
E
CO
U
R
T
WINTERVILLE DRIVE
CRAWFORDVILLE DRIVE
CL
A
R
K
S
T
O
N
DR
I
V
E
BELAIR ROAD
BELAIR ROAD
BELAIR
R
O
A
D
WRI
G
H
T
S
B
O
R
O
R
O
A
D
CRAWFO
R
D
V
I
L
L
E
COURT
GAL
A
H
A
D
DRI
V
E
RI
F
L
E
R
A
N
G
E
R
O
A
D
BRIDGEPORT DRIVE
BR
I
D
G
E
P
O
R
T
D
R
I
V
E
CABLE WAY
OCEAN DRIVE PILLAR
L
A
N
E
BR
I
D
G
E
W
O
O
D
P
L
A
C
E
AS
H
B
U
R
Y
PL
A
C
E
CAMA
K
D
R
I
V
E
CAMAK
D
R
I
V
E
CRAW
F
O
R
D
V
I
L
L
E
D
R
I
V
E
LEXINGTON WAY
MADISON LANE
MADISON
L
A
N
E
EIDSON DR
I
V
E
JIM
M
I
E
D
Y
E
S
S
P
A
R
K
W
A
Y
BELWOOD DRIVE
BE
L
R
I
D
G
E
R
O
A
D
RID
G
E
V
I
E
W
D
R
I
V
E
KI
N
G
S
V
I
E
W
C
O
U
R
T
KINGSVIEW DRIVE
B
E
L
A
I
R
RO
A
D
BELAIR ROAD
PENINSULA DRIVE
SUGA
R
B
E
R
R
Y
D
R
GA
L
A
H
A
D
W
A
Y
BU
R
D
E
T
T
E
D
R
I
V
E
CULV
E
R
T
O
N
W
A
Y
CU
S
H
E
N
D
A
L
R
O
A
D
SUB-BASIN 1
SUB-BASIN 2
SUB-BASIN 7
SUB-BASIN 5 SUB-BASIN 6
SUB-BASIN 13
SUB-BASIN 11
SUB-BASIN 9
SUB-BASIN 8
SUB-BASIN 10
SUB-BASIN 12
SUB-BASIN 14
SUB-BASIN 3
SUB-BASIN 4
BA
R
N
E
T
T
C
R
O
S
S
I
N
G
MADISO
N
L
A
N
E
HI
L
L
S
V
I
E
W
D
R
I
V
E
MABUS DRIVE
HIL
L
S
V
I
E
W
C
O
U
R
T
PR
E
L
I
M
I
N
A
R
Y
1450 GREENE STREET
SUITE 225
AUGUSTA, GA 30901
(t)706-722-3479
(f)706-722-6773
WWW.WKDICKSON.COM
GSB
GSB
GSB, SV
MAR. 2019
BM
20180302.00.AG
FIL
E
P
A
T
H
:
L
:
\
p
r
o
j
e
c
t
s
\
A
U
G
U
t
i
l
i
t
i
e
s
D
e
p
t
\
2
0
1
8
0
3
0
2
0
0
A
G
-
B
e
l
a
i
r
H
i
l
l
s
E
s
t
a
t
e
s
S
e
w
e
r
D
e
s
i
g
n
\
C
A
D
D
\
P
l
a
n
S
e
t
\
E
X
I
S
T
I
N
G
F
E
A
T
U
R
E
S
.
d
w
g
,
S
V
E
E
R
A
V
A
L
L
I
,
3
/
2
1
/
2
0
1
9
1
:
4
8
:
4
1
P
M
BE
L
A
I
R
R
O
A
D
A
R
E
A
S
E
W
E
R
E
X
T
E
N
S
I
O
N
OV
E
R
A
L
L
B
A
S
I
N
M
A
P
WKD PROJ. NO.:
DRAWING NUMBER:
PROJ. DATE:
PROJ. MGR.:
DESIGN BY:
DRAWN BY:
PR
O
J
E
C
T
N
A
M
E
:
DR
A
W
I
N
G
T
I
T
L
E
:
community infrastructure consultants
SCALE: 1" = 1000'
23 OF 28 REVISION DATE: June 2011
Table 1
Fee Schedule for Belair Area Sewer East Basin Design
Unit Unit Cost
Survey Each 146,720$
Easements Each 75,820$
Design Complete 465,320.00$
Allowances
SUE Services Each 50,000$
Bid Phase Services Each 22,600.00$
Construction Phase Services Each 90,320.00$
Geotechnical Services Each 15,000.00$
SubTotal Fee 865,780$
Other Direct Costs 11,850$
Total Fee 877,630$
Project Phases
EXHIBIT A—FISCAL YEAR 2019 HOURLY PER DEIM RATE SCHEDULE OF CHARGES AND STANDARD RATES FOR DIRECT EXPENSES
TCG FY 2019 - STANDARD RATE TABLE W-SUE 1
Exhibit A—Fiscal Year 2019 Hourly Per Diem Rate Schedule and Standard Rates for Direct Expenses for Professional Consulting Engineering Services
The purpose of this document is to describe Constantine Engineering, Inc.’s Fiscal Year 2019
compensation and hourly per diem rate schedule of charges.
Compensation
As compensation for providing the Services authorized by the AGREEMENT, CLIENT shall
pay CONSULTANT in accordance with the Agreement based on the hourly per-diem rate
schedule per employee grade, as defined in Table 1, the standard rates for Direct Expenses
and as defined in Table 2. The Hourly Per Diem Rates for Fiscal Year 2019 are 1/8th of the
tabulated per diem rate for a normal 8-hour workday.
Table 1. Hourly Per Diem Rate Schedule
Classification Hourly Per Diem Rate ($) Classification
Hourly Per Diem Rate ($)
QA/QC Manager 255.00 Senior GIS/Database Programmer 100.00
Principal 245.00 SUE Supervisor 98.00
Senior Reviewer / Consultant 235.00 Senior CADD Designer 90.00
Program Manager 225.00 CADD Designer 78.00
Senior Project Manager 210.00 CADD Technician 71.00
Project Manager 192.00 Clerical/Administrative II 68.00
Professional Engineer III 155.00 Clerical/Administrative I 60.00
Professional Engineer II 140.00 Senior Construction Manager 212.00
Professional Engineer I 130.00 Construction Manager 192.00
Engineering Associate II 118.00 Construction Inspector III 108.00
Engineering Associate I 93.00 Construction Inspector II 100.00
Senior Environmental Scientist 155.00 Construction Inspector I 78.00
Environmental Scientist 108.00 Field / SUE Tech II 69.00
IT Specialist / Manager 164.00 Field / SUE Tech I 59.00
2- Man Line Verification Field Team $192.00 (1)
2-Man Manhole Inspection Crew $167.00 (2)
1-Man GPR/Locating Crew $147.00 (3)
1-Man GPS Crew $123.00 (4)
(1) Note this rate includes the costs for vacuum excavation verification and sub-meter global positioning system (GPS) with
satellite differential real-time correction equipment, and expendables, excluding orange buttons for permanent markers.
EXHIBIT A—FISCAL YEAR 2019 HOURLY PER DEIM RATE SCHEDULE OF CHARGES AND STANDARD RATES FOR DIRECT EXPENSES
TCG FY 2019 - STANDARD RATE TABLE W-SUE 2
(2) Note this rate includes the costs for ground penetrating radar (GPR) location equipment; sub-meter GPS with satellite
differential real-time correction equipment, and expendables, excluding orange buttons for permanent markers. (3) Note this rate includes the costs for digital camera and sub-meter GPS with satellite differential real-time correction equipment, safety equipment, and expendables to perform non-intrusive manhole inspections. (4) Note this rate includes the costs for sub-meter GPS with satellite differential real-time correction equipment, and expendables, excluding stakes, rebar, and orange buttons for permanent markers to perform asset locating using sub-meter GPS equipment and data acquisition of above ground accessible assets.
Table 2. Standard Rates for Direct Expenses
Expense Category Rate ($)
Mileage Cost Special Shipping Cost + 5% CADD Computer Time Included in Per Diem Lodging & Travel Cost Additional Laboratory Tests & Analysis Cost + 5% Extra Printing, Presentation Boards, Binding, & Reproduction Cost + 5%
Outside Services Cost + 5%
Special Owner Requested Computer Software (1) Cost + 5%
(1) Special geographic information system (GIS) software including the Arc- ESRI products, hydraulic
modeling, or specific owner requested.
******** END *******
2018 Project Recommendations for Design Professionals
Water Design
1. Wooten Road Water Main Upgrade – WK Dickson & Company, Inc.
2. Fleming Acres Water Main Upgrade – Cranston Engineering Group, P.C.
3. Fort Gordon: B Street Water Main – ZEL
4. Fort Gordon: Cyber CoE Campus 8th Avenue Water Main – TBD
5. Miscellaneous Fort Gordon Water and Sewer Projects ‐ Infrastructure Systems Management,
LLC
6. Fort Gordon: Backflow Preventer Replacement (50) ‐ TBD
Sewer Design
1. Jack Kelly Road Sanitary Sewer Extension– Johnson, Laschober & Associates, P.C.
2. Belair/Barnett Crossing Sewer Masterplan & West Basin Design – W.K. Dickson & Company, Inc.
3. Belair/Barnett Crossing Sewer East Basin Design – Constantine Engineering, Inc.
4. Fort Gordon: 15th Street Collector Sanitary Sewer – W.R. Toole Engineers, Inc.
5. Fort Gordon: Cross‐Basin Lift Station and Force Main – Goodwyn, Mills and Cawood, Inc.
6. Fort Gordon: Western Trunk Sanitary Sewer Repair and Replacement – TBD
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Belair Road Area East Sanitary Sewer Design
Department:Augusta Utilities Department
Presenter:Tom Wiedmeier
Caption:Approve Professional Services Agreement for the Design of
Sanitary Sewer for the Belair Road East Area with Constantine
Engineering in the Amount of $877,630.
Background:The Commission approved the assignment of design engineering
firms specific to Augusta Utilities Capital Improvements
projects on 9/4/2018. Constantine Engineering was selected to
provide professional services for the Belair Area Sewer East
Project.
Analysis:This Project will consist of engineering design of approximately
34,156 linear feet of sewer mains and approximately 510 sewer
services in an unsewered area of Belair Road. The purpose of the
project is to provide public sewer service to 9 distinct sub-basins
identified in the preliminary engineering report in order to
eliminate the need for on-site septic systems.
Financial Impact:Constantine Engineering has proposed to perform this work for a
fee of $877,630.
Alternatives:Disapprove
Recommendation:Augusta Utilities Department recommends the Commission
approve the Engineering Services Agreement to Constantine
Engineering in the amount of $877,630.00 for the Belair Area
Sewer East Basin Design.
Funds are
Available in the
Following
Accounts:
Funds are available in the following accounts: 507043420-54-
25210/ 81900080-54-25210
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
RIDGEVIEW DRIVE
WRIGHTSBORO ROAD
LUK
E
R
O
A
D
LUKE ROAD
FL
O
W
I
N
G
S
W
E
L
L
R
D
GREENSBORO WA
Y
ME
S
E
N
A
L
A
N
E
N
O
R
W
O
O
D
D
R
I
V
E
LEXINGTON WAY
CLA
R
K
S
T
O
N
R
O
A
D
WIN
T
E
R
V
I
L
L
E
D
R
I
V
E
CULVERTON DRIVE
CLARKSTONCOURT
WIN
T
E
R
V
I
L
L
E
CO
U
R
T
WINTERVILLE DRIVE
CRAWFORDVILLE DRIVE
CL
A
R
K
S
T
O
N
DR
I
V
E
BELAIR ROAD
BELAIR ROAD
BELAIR
R
O
A
D
WRI
G
H
T
S
B
O
R
O
R
O
A
D
CRAWFO
R
D
V
I
L
L
E
COURT
GAL
A
H
A
D
DRI
V
E
RI
F
L
E
R
A
N
G
E
R
O
A
D
BRIDGEPORT DRIVE
BR
I
D
G
E
P
O
R
T
D
R
I
V
E
CABLE WAY
OCEAN DRIVE PILLAR
L
A
N
E
BR
I
D
G
E
W
O
O
D
P
L
A
C
E
AS
H
B
U
R
Y
PL
A
C
E
CAMA
K
D
R
I
V
E
CAMAK
D
R
I
V
E
CRAW
F
O
R
D
V
I
L
L
E
D
R
I
V
E
LEXINGTON WAY
MADISON LANE
MADISON
L
A
N
E
EIDSON DR
I
V
E
JIM
M
I
E
D
Y
E
S
S
P
A
R
K
W
A
Y
BELWOOD DRIVE
BE
L
R
I
D
G
E
R
O
A
D
RID
G
E
V
I
E
W
D
R
I
V
E
KI
N
G
S
V
I
E
W
C
O
U
R
T
KINGSVIEW DRIVE
B
E
L
A
I
R
RO
A
D
BELAIR ROAD
PENINSULA DRIVE
SUGA
R
B
E
R
R
Y
D
R
GA
L
A
H
A
D
W
A
Y
BU
R
D
E
T
T
E
D
R
I
V
E
CULV
E
R
T
O
N
W
A
Y
CU
S
H
E
N
D
A
L
R
O
A
D
SUB-BASIN 1
SUB-BASIN 2
SUB-BASIN 7
SUB-BASIN 5 SUB-BASIN 6
SUB-BASIN 13
SUB-BASIN 11
SUB-BASIN 9
SUB-BASIN 8
SUB-BASIN 10
SUB-BASIN 12
SUB-BASIN 14
SUB-BASIN 3
SUB-BASIN 4
BA
R
N
E
T
T
C
R
O
S
S
I
N
G
MADISO
N
L
A
N
E
HI
L
L
S
V
I
E
W
D
R
I
V
E
MABUS DRIVE
HIL
L
S
V
I
E
W
C
O
U
R
T
PR
E
L
I
M
I
N
A
R
Y
1450 GREENE STREET
SUITE 225
AUGUSTA, GA 30901
(t)706-722-3479
(f)706-722-6773
WWW.WKDICKSON.COM
GSB
GSB
GSB, SV
MAR. 2019
BM
20180302.00.AG
FIL
E
P
A
T
H
:
L
:
\
p
r
o
j
e
c
t
s
\
A
U
G
U
t
i
l
i
t
i
e
s
D
e
p
t
\
2
0
1
8
0
3
0
2
0
0
A
G
-
B
e
l
a
i
r
H
i
l
l
s
E
s
t
a
t
e
s
S
e
w
e
r
D
e
s
i
g
n
\
C
A
D
D
\
P
l
a
n
S
e
t
\
E
X
I
S
T
I
N
G
F
E
A
T
U
R
E
S
.
d
w
g
,
S
V
E
E
R
A
V
A
L
L
I
,
3
/
2
1
/
2
0
1
9
1
:
4
8
:
4
1
P
M
BE
L
A
I
R
R
O
A
D
A
R
E
A
S
E
W
E
R
E
X
T
E
N
S
I
O
N
OV
E
R
A
L
L
B
A
S
I
N
M
A
P
WKD PROJ. NO.:
DRAWING NUMBER:
PROJ. DATE:
PROJ. MGR.:
DESIGN BY:
DRAWN BY:
PR
O
J
E
C
T
N
A
M
E
:
DR
A
W
I
N
G
T
I
T
L
E
:
community infrastructure consultants
SCALE: 1" = 1000'
1 OF 37 Revision Date: June 2006
STATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROJECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
W.K. Dickson & Co., Inc.
(CONSULTANT)
CONSULTANT: W.K. Dickson & Co., Inc.
PROJECT: BELAIR AREA SEWER WEST BASIN DESIGN
DATE EXECUTED:
DATE COMPLETED:
2 OF 37 Revision Date: June 2006
STATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROJECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
W.K. Dickson & Co., Inc.
(CONSULTANT)
This Agreement is made and entered into this _______ day of ______________, 2019 by and between
AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the “CITY” and
W. K. Dickson & Co., Inc., a Corporation authorized to do business in Georgia, hereinafter called the
"CONSULTANT."
WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish
professional services for: The BELAIR AREA SEWER WEST BASIN DESIGN.
WHEREAS, the CONSULTANT has represented to the CITY that it is experienced and qualified to
provide the services contained herein and the CITY has relied upon such representation.
NOW, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is
agreed by and between the CITY and the CONSULTANT that:
3 OF 37 REVISION DATE: June 2011
GENERAL PROVISIONS
CONSULTANT has agreed, in this Agreement with CITY to procure the services of licensed design
professionals, to provide the engineering services required to provide professional engineering and
design services for the Project in accordance with the requirements as outlined in and attached as
Attachment A – Scope of Services and other relevant data defining the Project.
CONSULTANT COORDINATION
The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility
companies, and other consultants as directed by the CITY. CONSULTANT and all relevant parties
agree to work together on the basis of trust, good faith and fair dealing, and shall take actions
reasonably necessary to enable each other to perform this Agreement in a timely, efficient and
economical manner. All parties agree to cooperate in a manner consistent with good design practice
and will exercise the degree of skill and diligence normally employed by professional engineers or
consultants practicing under similar conditions. CONSULTANT will re-perform any services not
meeting this standard without additional compensation.
AMENDMENTS TO AGREEMENT
Every amendment to the Scope of Services shall become and is hereby made a part of this Agreement.
Amendments must be fully executed by both the CONSULTANT and CITY to be valid.
REDUCTION IN REQUIRED SERVICES
If reductions in the required services are ordered by CITY, the credits shall be the amounts for such
services as described in subsequently executed Amendments to this Agreement, and no claim for
damages for anticipated profits shall accrue to the CONSULTANT.
DATE CHANGES
If in this Agreement specific periods of time for rendering services are set forth or specific dates by
which services are to be completed are provided and if such periods of time or dates are changed
through no fault of CONSULTANT, the rates and amounts of compensation provided for herein shall
be subject to equitable adjustment.
AGREEMENT MODIFICATIONS
This Agreement shall not be modified except by a duly executed Amendment hereto in writing under
the hands and seals of both parties hereto.
4 OF 37 REVISION DATE: June 2011
TIME OF COMPLETION
The time of completion shall be as described in the schedule attached hereto as Attachment D -
Schedule.
This Agreement shall terminate immediately and absolutely at such time as appropriated and
otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT on
behalf of the CITY under this Agreement. However, CONSULTANT will be compensated for all
work prior to termination of contract even if the CITY has obligated the funds to other projects.
PROJECT PROGRESS
CONSULTANT'S services and compensation under this Agreement have been agreed to in
anticipation of the orderly and continuous progress of the Project through completion.
LITIGATION
Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear, support,
prepare, document, bring, defend or assist in litigation either undertaken or defended in behalf of
the CITY except in consideration of compensation. All such services required or requested of
CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be
reimbursed as additional services.
BINDINGS
It is further agreed that the CITY and CONSULTANT each binds itself and themselves, its or their
successors, executors, administrators and assigns to the other party to this Agreement and to its or
their successors, executors and assigns in respect to all covenants of this Agreement. Except as above,
neither CITY nor the CONSULTANT shall assign, sublet or transfer its or their interest in this
Agreement without prior written consent of the other party hereto.
EXTENT OF THE AGREEMENT
This Agreement represents the entire agreement between CITY and CONSULTANT and supersedes
all prior negotiations, representations and agreements, either written or oral.
5 OF 37 REVISION DATE: June 2011
DEFINITIONS
Wherever used in this Agreement, whether in the singular or in the plural, the following terms shall
have the following meanings:
Agreement Execution - means the date on which CONSULTANT executes and enters into an
Agreement with CITY to perform the Work.
Agreement Price - means the total monies, adjusted in accordance with any provision herein, payable
to the CONSULTANT under this Agreement.
CITY –means a legal entity AUGUSTA, Georgia, a political subdivision of the State of Georgia.
CONSULTANT - means the party or parties contracting directly with the CITY to perform Work
pursuant to this Agreement.
Contract - means the Agreement Documents specifically identified and incorporated herein by
reference.
Contract Time - means the period of time stated in this Agreement for the completion of the Work.
Subcontractor - means any person, firm, partnership, joint venture, company, corporation, or entity
having a contractual agreement with CONSULTANT or with any of its subcontractors at any tier to
provide a part of the Work called for by this Agreement.
Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted
by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjustment in the
Agreement Price or the Contract Time, issued after execution of this Agreement.
Task Order – means a written order specifying a Scope of Services, time of completion and
compensation limit for services being provided by CONSULTANT. Task Orders shall be
incorporated by reference as part of the Supplemental Conditions of this Agreement.
Work - means any and all obligations, duties and responsibilities, including furnishing equipment,
engineering, design, workmanship, labor and any other services or things necessary to the successful
completion of the Project, assigned to or undertaken by CONSULTANT under this Agreement.
6 OF 37 REVISION DATE: June 2011
CONTRACT DOCUMENTS
List of Documents
The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements,
including Task Orders shall constitute the Agreement Documents (the “Agreement”).
Conflict and Precedence
The Agreement Documents are complementary, and what is called for by one is as binding as if called
for by all. In the event there are any conflicting provisions or requirements in the component parts
of this Agreement, the several Agreement Documents shall take precedence in the following order:
1. Agreement – Including Attachments
2. General Conditions
3. Supplemental Conditions – Including Task Orders
7 OF 37 REVISION DATE: June 2011
GENERAL CONDITIONS
1. COMMENCEMENT OF WORK
The performance of services as defined in the Prime Agreement between CONSULTANT and the
CITY, and herein described in this Agreement as Attachment A shall be commenced upon receipt by
the CONSULTANT of a written Notice to Proceed. The effective date of services shall be defined in
the Notice to Proceed.
2. PROFESSIONAL STANDARDS
The standard of care for all services performed or furnished by CONSULTANT under this
Agreement will be the level of care and that is ordinarily used by members of CONSULTANT’S
profession practicing under similar conditions.
3. CHANGES AND EXTRA WORK
The CITY may, at any time, request changes in the work to be performed hereunder. All such
changes, including any increase or decrease in the amount of the CONSULTANT’s compensation,
which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be
incorporated in written Supplemental Agreements to the Agreement.
Changes that involve an increase in the compensation shall be considered major and require the
approval of the CITY.
4. PERSONNEL
The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel
necessary to complete this Agreement; none of whom shall be employees of, or have any contractual
relationship with, the CITY. All of the services required hereunder will be performed by the
CONSULTANT under its supervision, and all personnel engaged in the work shall be qualified and
shall be authorized or permitted under law to perform such services.
All key professional personnel, including subcontractors, engaged in performing services for the
CONSULTANT under this agreement are indicated in a personnel listing attached hereto as
Attachment C – Listing of Key Personnel and incorporate herein by reference. No changes or
substitution shall be permitted in the CONSULTANT’s Key Personnel without the prior written
approval of the CITY or his designee.
8 OF 37 REVISION DATE: June 2011
The CONSULTANT shall employ only persons duly registered in the appropriate category in
responsible charge of supervision and design of the work. The CONSULTANT shall endorse all
reports, contract plans, and survey data. Such endorsements shall be made by a person duly
registered in the appropriate category by the Georgia State Board of Registration for Professional
Engineers and Land Surveyors, being in the full employ of the CONSULTANT and responsible for
the work prescribed by this Agreement.
5. ACCURACY OF WORK
The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct
errors and omissions in its plans and specifications without additional compensation. The
CONSULTANT shall give immediate attention to these changes so there will be a minimum of delay
to others.
Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility for
subsequent correction of any errors and the clarification of any ambiguities.
6. CONFIDENTIALITY
The CONSULTANT agrees that its conclusions and any reports are for the confidential use and
information of the CITY and that it will not disclose its conclusions in whole or in part to any persons
whatsoever, other than to submit its written documentation to the CITY, and will only discuss the
same with it or its authorized representatives. Upon completion of this Agreement term, all
documents, drawings, reports, maps, data and studies prepared by the CONSULTANT pursuant
thereto shall become the property of the CITY and be delivered thereto.
Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or
results and findings of the work conducted under this Agreement shall not be presented publicly or
published without prior approval in writing of the CITY.
It is further agreed that if any information concerning the PROJECT, should be released by the
CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds
for termination of this Agreement without indemnity to the CONSULTANT, but should any such
information be released by the CITY or by the CONSULTANT with such prior approval, the same
shall be regarded as public information and no longer subject to the restrictions of this Agreement.
7. OPEN RECORDS
CONSULTANT acknowledge that all records relating to this Agreement and the services to be
provided under the contract may be a public record subject to Georgia’s Open Records Act (O.C.G.A.
§ 50-18-70, et seq.). CONSULTANT shall cooperate fully in responding to such request and making
all records, not exempt, available for inspection and copying as provided by law.
9 OF 37 REVISION DATE: June 2011
8. JURISDICTION
The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT
with regard to its interpretation and performance, and any other claims related to this agreement.
All claims, disputes and other matters in question between CITY and CONSULTANT arising out of
or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of
Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically consents
to jurisdiction and venue in Richmond County and waives any right to contest the jurisdiction and
venue in the Superior Court of Richmond County, Georgia.
9. TERMINATION OF AGREEMENT FOR CAUSE
If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its
obligations under this Agreement, or if the CONSULTANT shall violate any of the covenants,
agreements or stipulations of this Agreement, CONSULTANT will be given the opportunity to
commence correction of obligation within 5 days of written notice and diligently complete the
correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed,
or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause
for termination. The CITY shall thereupon have the right to terminate this Agreement by giving
written notice to the CONSULTANT of such termination, and specifying the effective date thereof,
at least five (5) days before the effective date of such termination. In such event, all finished or
unfinished documents, maps, data, studies, work papers and reports prepared by the
CONSULTANT under this Agreement shall become the property of the CITY, and the
CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory work
completed on such documents, as mutually agreed by the CITY and CONSULTANT.
10. TERMINATION FOR CONVENIENCE OF THE CITY
The CITY may terminate this contract in part or in whole upon written notice to the CONSULTANT.
The CONSULTANT shall be paid for any validated services under this Contract up to the time of
termination.
11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND CONSULTANTS
CONSULTANT shall thoroughly research all utility records to identify the existing facilities on the
submitted roadway plans for avoidance, or resolution, of conflicts with the proposed Scope of
Services.
If the CITY undertakes or awards other contracts for additional related work, the CONSULTANT
shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed
committee(s), and carefully fit its own work to such additional work as may be directed by the CITY.
10 OF 37 REVISION DATE: June 2011
The CONSULTANT shall not commit or permit any act which will interfere with the performance of
work by any other CONSULTANT or by CITY employees.
12. COVENANT AGAINST CONTINGENT FEES
The CONSULTANT warrants that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement or understanding for a commission, percentage,
brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or
selling agencies maintained by CONSULTANT for the purpose of securing business and that the
CONSULTANT has not received any non-CITY fee related to this Agreement without the prior
written consent of the CITY. For breach or violation of this warranty, the CITY shall have the right
to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of
consideration the full amount of such commission, percentage, brokerage or contingent fee.
13. RESPONSIBILITY FOR CLAIMS AND LIABILITY
The CONSULTANT shall be responsible for any and all damages to properties or persons caused by
its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents and
employees from all suits, claims, actions or damages of any nature whatsoever to the extent found to
be resulting from the CONSULTANT, its subcontracts, or agent in the negligent performance or non-
performance of work under this Agreement. These indemnities shall not be limited by reason of the
listing of any insurance coverage.
14. INSURANCE
The CONSULTANT shall, at all times that this Agreement is in effect, cause to be maintained in force
and effect an insurance policy(s) that will ensure and indemnify the CITY against liability or financial
loss resulting from injuries occurring to persons or property or occurring as a result of any negligent
error, act, or omission of the CONSULTANT in performance of the work during the term of this
Agreement.
The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's
Compensation insurance in accordance with the laws of the State of Georgia.
The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits
of not less than:
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 Million ($1,000,000) Dollars for
injuries, including those resulting in death to any one person, and in an amount of not less than
One Million ($1,000,000) Dollars on account of any one occurrence.
11 OF 37 REVISION DATE: June 2011
C. Property Damage Insurance – in an amount of not less than One Million ($1,000,000) Dollars from
damages on account of an occurrence, with an aggregate limit of One Million ($1,000,000) Dollars.
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. Professional Liability Insurance – in an amount of not less than One Million ($1,000,000) Dollars
or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000.
CITY will be named as an additional insured with respect to CONSULTANT’s liabilities hereunder
in insurance coverage’s identified in items (b) and (c). The policies shall be written by a responsible
company(s), to be approved by the CITY, and shall be noncancelable except on thirty-(30) days'
written notice to the CITY. Such policies shall name the CITY as co-insured, except for worker's
compensation and professional liability policies, and a copy of such policy or a certificate of insurance
shall be filed with the Director at the time of the execution of this Agreement.
15. PROHIBITED INTERESTS
15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall
acquire no interest, direct or indirect, that would conflict in any manner or degree with the
performance of its services hereunder. The CONSULTANT further agrees that, in the
performance of the Agreement, no person having such interest shall be employed.
15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure or
for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the
proceeds thereof.
15.3 Employment of CITY’s Personnel: The CONSULTANT shall not employ any person or
persons in the employ of the CITY for any work required by the terms of the Agreement,
without the written permission of the CITY except as may otherwise be provided for herein.
16. SUBCONTRACTING
The CONSULTANT shall not subcontract any part of the work covered by this Agreement or permit
subcontracted work to be further subcontracted without the CITY's prior written approval of the
subcontractor.
All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set
forth in this Agreement.
12 OF 37 REVISION DATE: June 2011
17. ASSIGNABILITY
The CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its
rights, obligations, benefits, liabilities or other interest under this Agreement without the written
consent of the CITY.
18. EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the
CONSULTANT will not discriminate against any employee or applicant for employment because of
race, creed, color, sex or national origin; (2) the CONSULTANT will, in all solicitations or
advertisements for employees placed by qualified applicants, receive consideration for employment
without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the
foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so
that such provision will be binding upon each subcontractor, provided that the foregoing provision
shall not apply to contracts or subcontracts for standard commercial supplies of raw materials.
19. DRUG FREE WORKPLACE
CONSULTANT shall be responsible for ensuring that its employees shall not be involved in any
manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a
controlled substance in the workplace. For purposes of the policy, “workplace” is defined as CITY
owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may
result in discipline and/or immediate discharge.
CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal drug
statute conviction for workplace violation.
CONSULTANT may require drug or alcohol testing of employees when contractually or legally
obligated, or when good business practices would dictate.
20. ANTI-KICKBACK CLAUSE
Salaries of architects, drafters, engineer’s, and technicians performing work under this Agreement
shall be paid unconditionally and not less often than once a month without deduction or rebate on
any account except only such payroll deductions as are mandatory by law. The CONSULTANT
hereby promises to comply with all applicable "Anti-kickback" laws and shall insert appropriate
provisions in all subcontracts covering work under this Agreement.
13 OF 37 REVISION DATE: June 2011
21. AUDITS AND INSPECTORS
At any time during normal business hours and as often as the CITY may deem necessary, the
CONSULTANT shall make available to the CITY and/or audit representatives of the CITY for
examination all of its records with respect to all matters covered by this Agreement. It shall also
permit the CITY and/or representatives of the audit, examine and make copies, excerpts or transcripts
from such records of personnel, conditions of employment and other data relating to all matters
covered by this Agreement.
The CONSULTANT shall maintain all books, documents, papers, accounting records and other
evidence pertaining to costs incurred on the Project and used in support of its proposal and shall
make such material available at all reasonable times during the period of the Agreement, and for
three years from the date of final payment under the Agreement, for inspection by the CITY or any
reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The
CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may
make with any subcontractor, assignee, or transferee.
22. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE
All documents and materials prepared as an instrument of service pursuant to this Agreement are
the property of the CITY. The CITY shall have the unrestricted authority to publish, disclose,
distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials prepared
under this Agreement without according credit of authorship. The CITY shall hold harmless the
CONSULTANT against all claims arising out of such use of documents and materials without the
CONSULTANT’s knowledge and written consent.
23. VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent, or employee of the CITY, either before,
during, or after the execution of this Agreement, shall affect or modify any of the terms or obligations
herein contained, nor shall such verbal agreement or conversation entitle the CONSULTANT to any
additional payment whatsoever under the terms for this Agreement. All changes to this Agreement
shall be in writing and appended hereto as prescribed in Article 3 above.
24. INDEPENDENT CONTRACTOR
The CONSULTANT shall perform the services under this Agreement as an independent contractor
and nothing contained herein shall be construed to be inconsistent with this relationship or status.
Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or any
of its agents or employees to be the agent, employee, or representative of the CITY.
14 OF 37 REVISION DATE: June 2011
25. NOTICES
All notices shall be in writing and delivered in person or transmitted by certified mail, postage
prepaid. Notices shall be addressed as follows:
CITY: CONSULTANT:
ADMINISTRATOR
AUGUSTA, GEORGIA W.K Dickson & Co., Inc.
535 Telfair Street 1450 Greene Street, Suite 225 _______
Augusta, GA 30901 Augusta, GA 30901
Copy to:
DIRECTOR
AUGUSTA UTILITIES DEPARTMENT
452 Walker Street, Suite 200
Augusta, GA 30901
26. TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT
To the extent that it does not alter the scope of this agreement, Augusta, GA may unilaterally order
a temporary stopping of the work or delaying of the work to be performed by CONSULTANT under
this agreement.
27. DEFECTIVE PRICING
To the extent that the pricing provided by CONSULTANT is erroneous and defective, the parties
may, by agreement, correct pricing errors to reflect the intent of the parties.
28. SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE
CONSULTANT is not responsible for delay in performance caused by hurricanes, tornadoes, floods,
and other severe and unexpected acts of nature. In any such event, the contract price and schedule
shall be equitably adjusted.
29. HOLD HARMLESS
Except as otherwise provided in this agreement, CONSULTANT shall indemnify and hold harmless
Augusta, GA, and its employees and agents from and against all liabilities, claims, suits, demands,
damages, losses, and expenses, including attorneys’ fees, arising out of or resulting from the
negligent performance of its Work.
30. GEORGIA PROMPT PAY ACT NOT APPLICABLE
The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act.
15 OF 37 REVISION DATE: June 2011
31. RIGHT TO INSPECT PREMISES
Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work
site of CONSULTANT or any subcontractor of CONSULTANT or subunit thereof which is pertinent
to the performance of any contract awarded or to be awarded by Augusta, Georgia.
32. E-VERIFY
All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical
performance of services shall be required to execute an Affidavit verifying its compliance with
O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is
contracting with Augusta, Georgia has registered with and is participating in a federal work
authorization program. All contractors and subcontractors must provide their E-Verify number and
must be in compliance with the electronic verification of work authorized programs operated by the
United States Department of Homeland Security or any equivalent federal work authorization
program operated by the United States Department of Homeland Security to verify information of
newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L.
99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-
10-91 and shall continue to use the federal authorization program throughout the contract term. All
contractors shall further agree that, should it employ or contract with any subcontractor(s) in
connection with the physical performance of services pursuant to its contract with Augusta, Georgia
the contractor will secure from such subcontractor(s) each subcontractor’s E-Verify number as
evidence of verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit
provided in Rule 300-10-01-.08 or a substantially similar form. All contractors shall further agree to
maintain records of such compliance and provide a copy of each such verification to Augusta,
Georgia at the time the subcontractor(s) is retained to perform such physical services.
33. LOCAL SMALL BUSINESS LANGUAGE
In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect
and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local
Small Business Opportunity Program and to make such records available to Augusta, Georgia. The
requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov.
In accordance with AUGUSTA, GA. CODE § 1-10-129(d)(7), for all contracts where a local small
business goal has been established, the contractor is required to provide local small business
utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local
small business on each contract, and shall provide such payment affidavits, regarding payment to
subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format
specified by the Director of minority and small business opportunities and shall be submitted at such
times as required by Augusta, Georgia. Failure to provide such reports within the time period
specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth,
including but not limited to, withholding payment from the contractor and/or collecting liquidated
damages.
16 OF 37 REVISION DATE: June 2011
34. ACKNOWLEDGEMENT
Consultant acknowledges that this contract and any changes to it by amendment, modification,
change order or other similar document may have required or may require the legislative
authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law,
Consultant is deemed to possess knowledge concerning Augusta, Georgia's ability to assume
contractual obligations and the consequences of Consultant's provision of goods or services to
Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other
similar document, including the possibility that the Consultant may be precluded from recovering
payment for such unauthorized goods or services. Accordingly, Consultant agrees that if it provides
goods or services to Augusta, Georgia under a contract that has not received proper legislative
authorization or if the Consultant provides goods or services to Augusta, Georgia in excess of the
any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code,
Augusta, Georgia may withhold payment for any unauthorized goods or services provided by
Consultant. Consultant assumes all risk of non-payment for the provision of any unauthorized goods
or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the
provision of any unauthorized goods or services to Augusta, Georgia, however characterized,
including, without limitation, all remedies at law or equity." This acknowledgement shall be a
mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue
producing contracts.
[SIGNATURES ON FOLLOWING PAGE]
18 OF 37 REVISION DATE: June 2006
CONSULTANT’S RESPONSIBILITIES
CONSULTANT, in order to determine the requirements of the Project, shall review the information
in Attachment A – Scope of Services. CONSULTANT shall review its understanding of the Project
requirements with CITY and shall advise CITY of additional data or services which are not a part
of CONSULTANT’s services, if any, necessary for design to begin.
PROJECT UNDERSTANDING
Upon request from the CONSULTANT, CITY may provide all criteria and full information as to
CITY's and CONSULTANT'S requirements for this part of the project, including design objectives
and constraints, space, capacity and performance requirements, flexibility and expendability, and
any budgetary limitations. CONSULTANT may request from the CITY to furnish data, reports,
surveys, and other materials that may be relied upon in performing CONSULTANT'S services.
REVIEW OF WORK
Authorized representatives of the CITY may at all reasonable times review and inspect the project
activities and data collected under the Agreement and amendments thereto. All reports, drawings,
studies, specifications, estimates, maps and computation prepared by or for the CITY in association
with this Agreement shall be subject to review.
The CITY may at any time request progress reports, prints or copies of any work performed under
this Agreement. Refusal by the CONSULTANT to submit progress reports and/or plans shall be
cause to withhold payment to the CONSULTANT until the CONSULTANT complies with the
CITY’s request in the regard.
The CITY’s review recommendations shall be incorporated into the plans by the CONSULTANT.
CONSULTANT'S INSURANCE
CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as
specified in General Condition 14 – Insurance.
CITY’S RESPONSIBILITES
CITY-FURNISHED DATA
CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULTANT's
services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and
completeness of the information provided by CITY.
19 OF 37 REVISION DATE: June 2011
RIGHT TO ENTER
The CONSULTANT will notify all property owners or occupants of the intent to enter properties
for the purpose of accomplishing work in accordance with the practices of the CITY. The
CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of
intent to enter private property. Upon request by the CONSULTANT, the CITY will provide the
necessary documents identifying the CONSULTANT as being in the employ CITY for the purpose
described in the Agreement.
ADVERTISEMENTS, PERMITS, AND ACCESS
Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all
advertisements for bids; permits and licenses required by local, state, or federal authorities; and
land, easements, rights-of-way, and access necessary for CONSULTANT's services or PROJECT
construction.
TIMELY REVIEW
CITY will examine CONSULTANT's studies, reports, sketches, drawings, specifications, proposals,
and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond
and financial advisors, and other consultants as CITY deems appropriate; and render in writing
decisions required by CITY in a timely manner.
PROMPT NOTICE
CITY will give prompt written notice to CONSULTANT whenever CITY observes or becomes
aware of any development that affects the scope or timing of CONSULTANT's Services, or of any
defect in the work of CONSULTANT or construction contractors.
CITY'S INSURANCE
CITY will maintain property insurance on all pre-existing physical facilities associated in any way
with the PROJECT.
LITIGATION ASSISTANCE
The Scope of Services does not include costs of CONSULTANT for required or requested assistance
to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by
CITY. All such Services required or requested of CONSULTANT by CITY, except for suits or claims
between the parties to this AGREEMENT, will be reimbursed as additional services.
20 OF 37 REVISION DATE: June 2011
ATTACHMENT A – SCOPE OF SERVICES
PROJECT OVERVIEW:
This Scope of Services is for professional services related to:
The performance of engineering, surveying, and mapping required to provide sanitary sewer
utilities and necessary street patching or resurfacing for the Belair Area Sewer West Basin Design
as depicted in the Belair Road Area Sewer Extension Preliminary Engineering Report dated May
9, 2019. The primary goal of this project is to provide public sewer service in basins 1-5 to the
unsewered Jimmie Dyess–Belair Road area and eliminate the need for existing on-site septic
systems. The Western Half portion of the project will result in installation of approximately
33,673 feet of sewer mains and 391 sewer services. A schedule is included in this Scope of
Services and summarizes durations for major phases of work.
SCOPE OF SERVICES:
The CONSULTANT will provide this Scope of Services as follows:
I. Professional Services
• Project Management
A. Conduct a Kick-Off Meeting with the CITY to discuss the Project objectives and assess
viable Project alternatives. The CONSULTANT will issue meeting minutes for this
meeting.
B. Meet with the CITY'S representative on a monthly basis during design (not to exceed
nine (9) meetings) to review the general status of Project. These meetings are in addition
to any project-specific technical meetings. The CONSULTANT will set agenda and
prepare meeting minutes.
C. Prepare monthly invoices for the CONSULTANT'S services in format acceptable to the
CITY.
D. The CONSULTANT will maintain a project cost accounting system and schedule
throughout life of Project.
E. The CONSULTANT will prepare and distribute monthly progress reports.
F. The CONSULTANT will coordinate work activities between staff, subconsultants and
the CITY.
21 OF 37 REVISION DATE: June 2011
• Field Surveys and Base Mapping
A. Topographic and location survey of the Right-of-Way in those areas where the proposed
sewer line falls inside of the existing road Right-of-Way: The survey limits in these areas
will be from the right-of-way on one side of the road to the right-of-way on the other
side of the road.
B. Topographic and location survey of the areas where the proposed line falls outside of
the existing road Right-of-Way: The survey limits in these areas will be 30 feet on each
side of the proposed sewer line. In those areas where the proposed sewer line runs
between or parallel to existing buildings and the distance from the proposed sewer line
to the side face of the building is less than 30 feet, the survey limits will end at the side
face of the existing building.
C. Survey to include flagging or markings of environmentally sensitive areas within 50 feet
of the survey corridor, including lakes, streams or wetland areas.
D. The CITY will notify property owners of the need to access properties for survey and
design services. The CONSULTANT will report any issues associated with access to the
property to CITY staff immediately.
Obtain critical information including:
a) Elevations along roadway centerlines, edge of pavement, and curb lines (left and
right) adequate to produce profiles suitable for accurate design. Contours will be
shown at 1-foot intervals.
b) Locations of storm drainpipes and structures including sizes, wing walls, material,
invert elevations (without the need for confined space entry or confined
certification) and rim/grate elevations.
c) Locations of sanitary sewer pipes, structures, including sizes, materials, invert
elevations, and rim elevations, horizontal locations and inverts of clean-outs if they
are visible without the need for confined space entry or confined space certification.
d) Horizontal locations of underground utilities marked by Augusta Utilities, SUE
Contractor and overhead utilities including poles, lines, boxes, etc. within the
proposed sewer main corridor (right of way) and within the proposed sewer lateral
corridor.
e) Locations of other physical features which may be affected by the design including
driveways (type), fences (type and height), walls (type and height), signs, planters,
sheds, brick or stone mailboxes, rock outcroppings, etc.
22 OF 37 REVISION DATE: June 2011
f) Location of landscaped areas, tree lines, and shrub lines. Trees outside of a tree line
and greater than 6" in diameter will be shown with size and type. No individual
trees will be shown inside of the tree line.
g) Locations of property irons to the extent necessary for purposes of locating the road
right- of-way or property corners within off road sewer locations.
h) Finish Floor elevation (or top of porch slab elevation), as well as the front and rear
building comers with ground elevations at the building comers, will be shown for
all houses to be provided with a new sewer lateral.
• Coordination of Underground Utility Locations
Coordinate Subsurface Utility Location – Through the corridor selected by the CITY,
subsurface utility evaluations will be performed to a Level B for the identification of
potential horizontal and vertical constraints. The cost for this evaluation is included in this
Scope of Services. Upon review of the findings, the CITY may direct additional soft dig
locations as an additional service to the contract. A contract allowance for these services will
be used If needed the CITY will assist the CONSULTANT with CCTV and other testing to
confirm connections.
• Design Services
A. Perform a deeper investigation into the tax maps, utility maps, and other available
information to determine properties/areas to be served within the overall scope of the
project. We will request an up to date copy of stormwater mapping in the project area
from the CITY Engineering Department (AED) to use optimizing routing options.
B. Sewer layout and design is to conform to the CITY’s standard details and specifications.
C. Permanent pavement patch design is included as part of this Scope of Services.
Temporary pavement patch design with overlay will be calculated, estimated, and
shared with the CITY. Pavement replacement and patching will be designed in
accordance with AED standards.
D. Storm drainage coordination services are limited to minor modifications required to
resolve conflicts with proposed construction. Redesign of storm drainage structures, re-
sizing or re-routing of existing storm drain pipes is not anticipated in this scope.
E. Street design or retrofitting existing streets to incorporate concrete or asphalt curb and
gutter is not included in the scope. Rebuilding or redesigning streets to accommodate
drainage improvements is not anticipated in this scope and therefore is not budgeted.
23 OF 37 REVISION DATE: June 2011
F. Submit plans for review of proposed alignments of the gravity sewer at the preliminary
30% design level. The 30% submittal will include plan and profile routing of proposed
sewer, report outlining design concerns or conditions, recommendations for additional
subsurface investigation through SUE, recommended geotechnical exploration to
confirm constructability of route, updated cost estimates for each sub basin and outline
for technical specification packages. This preliminary design will be based on current
GIS mapping and topography to expedite the approval process. Once detailed survey
information and utility information is compiled, the 30% plan set will be revised and
adjusted based on the updated information and will incorporate any CITY comments
received from preliminary review. Final drawings will be submitted, including plan and
profile sheets for the gravity sewer at the 60%, 90% and 100% design levels (horizontal
scale at 1:30 and vertical scale at 1:3 for plan and profile sheets). The 90% submittal will
include full technical specifications in draft format, recommended easement locations
and updated design report including updated cost estimates. The final design will
reflect all comments from the 90% design submittals.
G. The CITY will work with the CONSULTANT to identify geotechnical exploration
necessary for the project to provide critical data for clarity of design and to assist with
bid package clarifications. The CONSULTANT will subcontract this scope of work to
geotechnical subconsultant approved by the CITY. The CITY will commit this work
under the allowance provided in the compensation portion of this agreement.
H. The CITY will work with the CONSULTANT to identify additional subsurface utility
location services necessary for the project to provide critical data for clarity of design
with vertical confirmation and to assist with bid package clarifications. The
CONSULTANT will subcontract this scope of work to subconsultant approved by the
CITY. The CITY will commit this work under the allowance provided in the
compensation portion of this agreement.
I. Preparation of an erosion and sedimentation control plan for a linear construction
project. The plan is to include a three-phase approach, required notes, monitoring
information and necessary checklists and details.
J. It is anticipated that the CITY will require erosion control permitting from AED, GDOT
permitting for Dyess Parkway crossing and USACE permitting for jurisdictional
determination and NWP for crossings of sensitive area. The CONSULTANT will
prepare applications for these permits for the CITY to execute. All permit fees are the
responsibility of the CITY.
24 OF 37 REVISION DATE: June 2011
K. The CONSULTANT will compile the CITY's Technical Specifications with any
necessary modifications and additional sections as part of the 90% submittal package.
Quantity take-offs, Bid Schedule and the CONSULTANT's Opinion of Probable
Construction Cost will accompany the 90% Submittal and will be updated prior to Final
Design Submittal.
L. Photograph all easements, construction routes and identifying location and significant
features/points of concern and provide a copy to the CITY.
M. The project will include the preparation and details associated with sediment and
erosion control plans that comply with Georgia Soil and Water Conservation
requirements and are certified by an authorized representative. These documents will
be reviewed and approved by the CITY for authorization to construct.
N. All construction plans shall be in a digital format (AutoCAD 2010 or higher). The
primary source for transferring electronic plans shall be in pdf format. The
CONSULTANT will provide a secure FTP site for transferring electronic files.
O. The following deliverables shall be provided at submittal intervals:
• Preliminary (30% Submittal)- Two (2) copies, one (1) digital set.
• 60 % Submittal- Two (2) copies, one (1) digital set.
• 90 % Submittal- Two (2) copies, one (1) digital set.
• 100% Submittal (Contract) - Two (2) copies, one (1) digital set.
Per conversations with the CITY and to expedite this project, the CONSULTANT will
prepare Preliminary Design plans based on currently available mapping and data. As
detailed surveys are completed, updated and refined survey information will be
incorporated into 60%, 90% and Final Design Plans.
• Lateral Coordination
The CONSULTANT will layout proposed location of laterals based on field topographic
information near the lowest accessible elevation for the parcel. The finished floor elevation
for the property will be used to estimate the necessary service depth of the main in the
design process. Detailed records of septic permits for these parcels are not accurate and
available and will not be used for layouts. Should the CITY determine that an individual
property owner has a special service condition during the design process, then the
CONSULTANT will modify design to meet this condition. If the condition is determined
after designs are complete, the modifications to the designs may require additional services.
25 OF 37 REVISION DATE: June 2011
• Environmental Permitting
A. US Army Corps of Engineers (USACE) Section 404 Permitting
The project design will require a delineation of wetlands / waters in the areas
identified as Sub-Basins 1-5. The CONSULTANT’S environmental fieldwork will
mostly be concentrated within Sub-Basins 1 and 2. The remaining sub-basins’ (3-5)
alignments include predominantly existing roadways.
B. Field Delineation:
The CONSULTANT will assess all proposed alignment locations within
undeveloped areas of Sub-Basins 1-5 in the field for the presence of jurisdictional
wetlands and waters. A qualified wetland scientist will perform a site visit to
evaluate soils, hydrology and vegetation within approximately 100 feet of the
proposed sewer alignments. Areas identified as wetlands and/or waters of the US
(WOTUS) and State waters will be flagged and numbered in accordance with
procedures outlined in the 1987 “US Army Corps of Engineers Manual” and
Regional Supplement guidelines.
Approximate flag locations will be recorded using a Trimble R-1 GNSS receiver
(handheld GPS) with sub-meter accuracy. This information will be used to map the
approximate locations of State waters and WOTUS. Mapping from the field
delineation will be used a as planning tool for the final design. State waters and
WOTUS will be surveyed following the completion of the delineation and updated
based on agency field verification.
C. Preliminary Jurisdictional Determination (PJD)
Following the completion of fieldwork, a PJD package will be prepared for
submittal to the US Army Corps of Engineers (USACE) for verification. The PJD
package will include a summary report of WOTUS finding, photographs, mapping
and wetland determination data forms from the appropriate USACE regional
supplement. Stream Identification forms will be prepared to determine potential
stream buffer impacts. Additionally, permitting and potential mitigation
requirements, if any, will be included in the PJD summary report and provided to
the CITY.
D. Field Verification & Permitting
At the CITY’S advisement, the CONSULTANT will request a site visit from the
USACE and the EPD. Confirmation of specific permit requirements and conditions
will be determined at this time. It is currently estimated that there will be at least
26 OF 37 REVISION DATE: June 2011
one stream crossing in Sub-basin 2 south of Luke Road and north of Mabus Drive.
It is assumed that a Nationwide 12 Permit (NWP) may be utilized for the
construction of the proposed sewer line provided the activity does not result in the
loss of greater than 1/2-acre of Waters of the United States. Additionally, the project
may also require a variance from the EPD prior to conducting land disturbing
activities or placement of materials within the State-mandated buffer. This proposal
is based on the CONSULTANT preparing both a state buffer variance and a NWP
permit for the construction of the proposed sewer line. Mitigation is not included
with this fee.
The CONSULTANT will prepare permit packages within 3 weeks of the final design
submittal. The PJD package and permit applications to the USACE and the GA EPD
will be submitted at the same time. A typical review for the NWP is 45 days;
however, if needed the USACE may require more information within the first 15
days of submittal.
Limitations
• The CONSULTANT understands that the CITY will obtain permanent easements
where right-of-way or easements do not presently exist to construct the new sanitary
sewers. It should be noted that permanent easements may be required by the USACE
before a PJD or an NWP permit can be authorized.
• This scope assumes that all properties will be accessible, and all property owners will
be notified by the CITY prior to the CONSULTANT’S field investigations.
• If extremely thick vegetation is encountered, the CONSULTANT will discuss clearing
options with the CITY. If not possible, additional services may be required.
• If the proposed permitting assumptions listed in this scope are different from what
regulatory agencies require, field verification and permitting will need to be re-
evaluated by the CONSULTANT and the CITY.
• Mitigation plans and permitting are not anticipated; however, if required additional
services will be agreed upon prior to proceeding.
• Neither Threatened and Endangered Species nor Archaeological surveys are
anticipated or budgeted; however, if required additional services will be agreed upon
prior to proceeding
• The CONSULTANT assumes that all state waters crossings of new sewer lines will be
perpendicular with identified streams and that no State Waters Buffer Variance(s) will
be required. The CONSULTANT will coordinate with Georgia EPD to obtain
concurrence with the sewer alignment.
• The CONSULTANT will prepare and submit additional applications and supporting
documentation for the following Regulatory Agency Reviews that are anticipated to
have jurisdiction:
27 OF 37 REVISION DATE: June 2011
i. Georgia Department of Transportation Standard Encroachment Agreement
(Submittal to District Engineer's Office). The CONSULTANT will distribute
design plans (encroachment maps) to the CITY for review and processing in
the CITY'S submission of the GDOT Encroachment Agreement. The
CONSULTANT will support the CITY in meeting with GDOT
representatives to review concerns and questions.
ii. Augusta Engineering Department for Erosion and Sediment Control Permit.
There are no state waters buffer applications anticipated at this time, but
coordination with Georgia Environmental Protection Division (EPD) will be
required.
Erosion and Sediment Control:
i. The CONSULTANT will prepare a cover letter, application form, checklist,
narrative with pertinent design calculations, construction sequencing and
details and submit the items to the CITY for review and approval.
ii. A General Storm Water Permit is anticipated to be issued with the Erosion
and Sediment Control approval from County Engineering Department.
• Community Outreach Meeting
The CITY anticipates conducting two (2) neighborhood meetings during the 90% Design
Phase and prior to commencing Final Design. The CONSULTANT will attend the meetings
and be prepared to assist in responding to questions and comments at the CITY’S direction.
The CONSULTANT may also be requested to prepare meeting exhibits to illustrate project
location, alignment and work outside right of way.
II. Allowances for Professional Services
• Subsurface Utility Level A Allowance
As detailed design documents are prepared specific underground utilities may prove
to be critical due to their vertical elevations, the CITY will task SUBCONSULTANT to
perform soft dig type technologies to collect this information. This work will be
performed under the allowance with preapproved written authorization.
• Geotechnical Allowance
The CONSULTANT and the CITY representatives will determine during preliminary
design the critical locations and types of geotechnical exploration that are required. This
work will be tasked to the CONSULTANT in writing and work will be performed
against this allowance.
28 OF 37 REVISION DATE: June 2011
III. Easement Exhibits
A. The CONSULTANT will assist the CITY with deed research of affected properties for
preparation of easement exhibits.
B. The CONSULTANT will prepare parcel easement exhibits to the CITY's standards. These
are anticipated to be 11” X 17” easement exhibits with one exhibit for each easement
requested. Current estimates are 77 easement exhibits for sub basins 1-5 of this project.
C. Field verification and marking, upon request, of easement locations for the CITY will be
performed as an additional service.
D. Upon approval of the proposed sewer alignment, the CONSULTANT shall prepare and
submit proposed easement to the CITY at 90% design level. All information provided on
the exhibits shall be consistent with the construction data shown on the final design plans.
In addition to the information shown on the design plans, the following data will be shown
on the exhibits in accordance with the normal practices of the CITY.
a) The total area of the parcel (deed area), the area to be acquired, in square feet to the
nearest square unit and in acres.
b) The total area of permanent easements being acquired shall be shown to the nearest
square foot and in acres. The temporary easement area shall be calculated and shown
on the exhibit.
c) The proposed easement width shall be shown.
d) All dimensions shall be in English units.
E. The maps shall be prepared on 11" x 17" standard sheets and shall have parcel numbers
assigned to each piece of property.
F. Each map shall conform to the Standards of Practice of Land Surveying in Georgia.
G. The CITY shall advise the CONSULTANT if easements are being acquired through
condemnation.
H. The CONSULTANT has budgeted for the preparation of 77 easements.
I. The CITY also anticipates meeting individually with each impacted property owner to
review the location of easements, property subdivision and discuss easement and property
acquisition. The CONSULTANT will be on call to support the CITY with the easement
29 OF 37 REVISION DATE: June 2011
acquisition and negotiations as needed. For the purposes of establishing a ceiling limit, the
CONSULTANT anticipates attending ten (10) separate meetings with the CITY. The
CONSULTANT will furnish a competent representative familiar with the design and
easement locations to be onsite two (2) hours for each meeting.
IV. Bidding and Construction Administration Allowance
• Bidding
The CONSULTANT will develop contract documents, bid forms, technical specifications,
general conditions and special provisions for use by the procurement department in
bidding the improvements in packages approved by the CITY. The grouping and timing of
these packages will be determined by the CITY based on funding availability. These
documents will be delivered to the procurement department in pdf and word formatting as
requested. The bidding services provided during the process of each package will be as
follows:
a) Attendance at Pre-Bid Meeting with the CITY’s representatives to review bidder
clarifications.
b) Preparation of addendum responses to bidder questions provided by the Procurement
Department. The Procurement Department will distribute all bidding communications
to prospective bidders.
c) Attendance of bid opening.
d) Review bids packages for completeness and conformance with intent of bids.
e) Provide the CITY a recommendation of award based on bids.
f) Prepare conformed documents to the procurement department for use in contracting.
• Construction Administration Services
The CITY will select construction contract packages based on availability of funds. The
CONSULTANT will assist the CITY in the administration of construction process in a
support roll to the CITY’s inspection and construction department. It is understood that the
CITY staff will perform all day to day construction management, scheduling, testing
coordination, construction inspections, quantity verification and permit correspondence.
The CONSULTANT will provide the following services in the support of the CITY during
construction as directed by the CITY based on a time and materials basis (See attached
hourly rate schedule):
a) Develop released for construction documents for use by the CITY delivered in pdf form
and five hard copy sets.
b) Attend preconstruction meeting and prepare minutes from the meeting.
30 OF 37 REVISION DATE: June 2011
c) Review shop drawings submittals for conformance with project specifications.
Comments will be delivered to CITY project manager for action.
d) Provide RFI responses to questions provided by the contractor and deliver these RFI’s
to the CITY project manager for action.
e) Evaluate and make recommendations concerning field changes with modifications of
plans and exhibits that will be issued by the CITY to the contractor.
f) Perform site visits once each month with the contractor, CITY representative and testing
agencies to review project progress and discuss scheduling for the project. Provide
minutes of the discussions to the CITY representative for project files.
g) Review pay requests monthly based on quantities provided by the CITY representative
for compliance with the bidding documents and make recommendation of payment to
the CITY.
h) Review record drawings at the completion of the project provided by the contractor and
provide comments to the CITY.
ATTACHMENT B - COMPENSATION
Basic Services
31 OF 37 REVISION DATE: June 2011
The CITY shall pay the CONSULTANT for services set forth in Scope of Services as follows:
Description Basis Total Fee
Survey/SUE Level B Lump Sum $113,000.00
Professional Services Lump Sum $637,000.00
Easement Exhibit Preparation
77 anticipated @$600/each
Each
$46,200.00
Geotechnical Allowance Cost plus
expenses $15,000.00
SUE Level A Allowance Cost plus
expenses
$10,000.00
Bidding Allowance Hourly per CITY
Direction
$40,000.00
Construction Administration Allowance Hourly per CITY
Direction
$90,000.00
Estimated Total Fee $951,200.00
The CITY shall compensate the CONSULTANT for services, which have authorized by the
CITY under the terms of the Agreement.
The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY
and accompanied by all support documentation requested by the CITY, for payment for the
services, which were completed during the billing period. The CITY shall review for approval said
invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not
properly supported, or if the costs requested or a part thereof, as determined solely by the CITY,
are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay
each such invoice or portion thereof as approved, provided that the approval or payment of any
such invoice shall not considered to be evidence of performance by the CONSULTANT to the point
indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by such
invoice. The CITY shall pay any undisputed items contained in such invoices.
32 OF 37 REVISION DATE: June 2011
Each invoice shall be accompanied by a letter progress report describing the total work
accomplished for each phase and any problems, which have been encountered, which may inhibit
execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and
an itemized description of the percentage of total work completed for each phase during the billing
period.
When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task
Order, it agrees to pay the CONSULTANT for work completed, on the basis of the standard billing
rates shown in Attachment B to the Contract of those principals and employees engaged directly
on the work.
Compensation for design services shall be invoiced based on the percentage of work completed
against the lump sum contract amount stipulated.
Overtime may be performed at the discretion of the CONSULTANT, but the premium time portion
of the overtime will not be billed to the CITY unless the CONSULTANT has requested acceleration
of the scheduled work in writing.
33 OF 37 REVISION DATE: June 2011
ATTACHMENT C – LISTING OF KEY PERSONNEL
CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel
below, including a designated Program Manager will not change or be reassigned without the
written approval of the CITY. Those personnel committed for this work are as follows:
David L. Pond, PE
Bryan Odom, PE
William Wingate, PE
David R. Braswell, PE
34 OF 37 REVISION DATE: June 2011
ATTACHMENT D – SCHEDULE FOR PERFORMANCE
The CONSULTANT shall begin work immediately after the Agreement is executed. All design
work shall be completed by December 31, 2020. It is anticipated that the following schedule will
be adhered to:
• Preliminary Design - Approximately 69 calendar days from NTP
• CITY Review of Preliminary Design - 25 calendar days from submission of Preliminary
Design
• Survey - Approximately 120 calendar days from Notice to Proceed (NTP)
• SUE - Approximately 120 calendar days from Notice to Proceed (NTP)
• 60% Design Documents completed for submittal – Approximately 165 days from NTP
• CITY Review of 60% Design - 45 calendar days from submission of 60% Design
• 90 % Design Documents completed for submittal – Approximately 270 days from NTP
• CITY Review of 90% Design - 45 calendar days from submission of 90% Design
• Final Design - 345 calendar days from NTP
• CITY Review of Final Design - 30 calendar days from submission of Final Design
• Easement Acquisition Plats - Approximately 45 calendar days from 60% Design Acceptance
• Regulatory Approvals - Approximately 30 calendar days from CITY'S acceptance of 90%
Design
• Bidding and Construction Schedule to be determined by the CITY
It is the CITY's intent to have the preliminary design complete on or before December 09, 2019.
35 OF 37 REVISION DATE: June 2011
CONSULTANT SERVICES
As a part of this Agreement the CONSULTANT agrees to furnish the following checked items
(CONSULTANT to initial in the space provided acknowledging responsibility to furnish said item).
Prior to Authorization to Proceed:
Detailed Scope of Services based upon Schedule A of this Agreement to be submitted
with Cost Proposal clearly defining the CONSULTANT’S understanding of the project
limits, design objectives and CONSULTANT’S services to be provided.
Cost Proposal that will include cost of design, preparation of construction plans and
specifications, and other services requested in the CITY’s Request for Proposal.
Schedule for submittal of review documents at 90% and final documents.
Prior to submitting 90% review documents:
Locate all existing utilities using available information collected by the CONSULTANT.
The CITY will furnish available information on water and sewer locations however the
CONSULTANT must verify to CITY’S satisfaction.
Provide CITY with information on the project site(s), including the following:
• Past and present use of the land (specifically identify any landfilling activities in the
area); identify any nearby designated wetlands
• Soil type(s)
• Boring results when required by CONSULTANT for new facilities or where depth
of line and existing site conditions warrant.
• Brief description of the area (e.g., residential, commercial, industrial) including
general slope of the land, and whether trees, signs, etc. will be in conflict with the
new facilities. Include number of properties affected and number of easements
required with property owners identified
• Identification of potential problems in meeting design objectives.
Site Plan (If Required)
Throughout project:
Prepare printed responses to comments received from the CITY following reviews.
Provide the necessary plats for easement acquisition and DOT/other permit
application.
Prepare Public Works/DOT/Other permit applications for signature by the CITY.
Prepare and submit plans to EPD for review and approval when required.
36 OF 37 REVISION DATE: June 2011
Prepare plans and specifications, using Augusta Utilities Design Standards and
Specifications (latest version). Specifications must mirror that provided by the CITY.
Prepare construction cost estimates at each review stage, 90% and with the submittal
of Final documents. Provide cost breakdown for any items to be lump sum in the
construction contract.
Upon completion of design:
Coordinate with the City Procurement Department to advertise the project.
Fax bid information to CITY.
Attend the Pre-Bid Meeting as a technical reference to the CITY.
Prepare letter of recommendation for award of the contract.
Develop conformed contract documents and forward to the CITY for execution.
Attend the pre-construction meeting as a technical reference to the CITY.
Provide clarification related to the plans/specifications throughout design and
construction.
☐ Provide record drawings at completion of the project electronically, per the Utilities
Design Standards and Specifications (latest version).
Provide Services During Construction as follows:
• Attend project meetings as scheduled by the CITY
• Recommend design changes as field conflicts arise (site visits may be required)
• Review and approval of pay requests from the construction Contractor (line of
communication will be construction contractor to resident observer to
CONSULTANT to CITY)
• Provide clarification of plans and specifications throughout construction
• Revise/update plans and/or easement plats as changes occur that require resubmittal
to DOT/other agencies.
• Construction Administration Services called for in attached scope.
Revised 07-24-19
W.K. DICKSON & CO., INC.
2019 RATE SCHEDULE
LABOR 2019
Principal $ 215.00/hr.
Senior Consultant $ 198.00/hr.
Senior Project Manager $ 190.00/hr.
Project Manager $ 168.00/hr.
Technical Manager $ 168.00/hr.
Senior Project Engineer $ 158.00/hr.
Project Engineer $ 140.00/hr.
Senior Civil Designer $ 130.00/hr.
Civil Designer $ 120.00/hr.
Senior Technician $ 115.00/hr.
Project Administrator $ 70.00/hr.
EXPENSES
Reproductions Cost
Mileage IRS Rate (currently $0.58/mile)
Telephone, Postage Cost
Travel (Meals/Lodging) Cost
Subconsultants Cost + 10%
Note: The above rates are effective January 1, 2019. WK Dickson reserves the right to revise to reflect inflationary increases or up to 3% per
year.
2018 Project Recommendations for Design Professionals
Water Design
1. Wooten Road Water Main Upgrade – WK Dickson & Company, Inc.
2. Fleming Acres Water Main Upgrade – Cranston Engineering Group, P.C.
3. Fort Gordon: B Street Water Main – ZEL
4. Fort Gordon: Cyber CoE Campus 8th Avenue Water Main – TBD
5. Miscellaneous Fort Gordon Water and Sewer Projects ‐ Infrastructure Systems Management,
LLC
6. Fort Gordon: Backflow Preventer Replacement (50) ‐ TBD
Sewer Design
1. Jack Kelly Road Sanitary Sewer Extension– Johnson, Laschober & Associates, P.C.
2. Belair/Barnett Crossing Sewer Masterplan & West Basin Design – W.K. Dickson & Company, Inc.
3. Belair/Barnett Crossing Sewer East Basin Design – Constantine Engineering, Inc.
4. Fort Gordon: 15th Street Collector Sanitary Sewer – W.R. Toole Engineers, Inc.
5. Fort Gordon: Cross‐Basin Lift Station and Force Main – Goodwyn, Mills and Cawood, Inc.
6. Fort Gordon: Western Trunk Sanitary Sewer Repair and Replacement – TBD
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Belair Road Area West Sanitary Sewer Design
Department:Augusta Utilities Department
Presenter:Tom Wiedmeier
Caption:Approve Professional Services Agreement with W.K. Dickson
in the Amount of $951,200 for the Belair Road Area West
Sanitary Sewer Design.
Background:Augusta-Richmond County Commission approved the
assignment of design engineering firms specific to Augusta
Utilities Capital Improvements projects on September 4, 2018.
W.K. Dickson & Company, Inc. was selected to design the
Belair Area Sewer West Basin Project.
Analysis:This Project will consist of engineering design of approximately
33,673 linear feet of sanitary sewer and approximately 391
sewer services in an unsewered area in the vicinity of Belair
Road. The purpose of the project is to provide public sewer
service to 5 distinct sub-basins identified in the preliminary
engineering report in order to eliminate the need for on-site
septic systems.
Financial Impact:Funding in the amount of $951,200.00 is available from
accounts: 507043420-54-25210/ 81900070-54-25210
Alternatives:Disapprove
Recommendation:Augusta Utilities Department recommends the Commission
approve the Engineering Services Agreement to W.K. Dickson
& Company, Inc. in the amount of $951,200.00 for the Belair
Area Sewer West Basin Design.
Funds are
Available in the
Following
Accounts:
Funds are available in the following accounts: 507043420-54-
25210/ 81900070-54-25210
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Regency Mall property
Department:
Presenter:Commissioner Bill Fennoy
Caption:Update from Engineering, Code Enforcement and
Fire Departments regarding the current evacuations, Stop Order
and accessibility by public safety officials on the Regency Mall
Property. (Requested by Commissioner Bill Fennoy)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Request for Qualifications
Request for Qualifications will be received at this office until Tuesday, April 2, 2019 @ 11:00 a.m. for furnishing:
RFQ 19-196 Parking Management Services for Downtown Augusta, GA - Traffic Engineering Division
RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901.
A Pre Qualifications Conference will be held on Friday, March 15, 2019 @ 10:00 a.m. in the Procurement
Department, 535 Telfair Street, Room 605, Augusta, GA 30901.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, March 19, 2019,
@ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered.
No RFQ may be withdrawn for a period of ninety (90) days after qualifications have been opened, pending the
execution of contract with the successful vendor.
Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall
include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and
conditions, applicable to the procurement. All specific requirements contained in the request for qualification
including, but not limited to, the number of copies needed, the timing of the submission, the required financial
data, and any other requirements designated by the Procurement Department are considered material conditions
of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any
such material condition shall be submitted through the Procurement Director to the appropriate committee of the
Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the
outside of the envelope.
Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the
proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle February 21, 28, March 7, 14, 2019
Metro Courier February 21, 2019
OFFICIAL
VENDORS Attachment
"B"E-Verify #Addendum
1
SAVE
Form Original 7
Copies
SP+ CORPORATION MUNICIPAL
SERVICES DIVISION
121 LUCKIE ST NW
SUITE 200
ATLANTA, GA 30303
Yes 17365 Yes Yes Yes Yes
PCAM, LLC
3165 GARFIELD AVENUE
LOS ANGELES, CA 30040
Yes 638879 Yes Yes Yes Yes
ABM PARKING SERVICES
1449 HAMILTON AVE
CLEVELAND, OH 4414
Yes 1136920 Yes Yes Yes Yes
LANIER PARKING SOLUTIONS
233 PEACHTREE ST, NE
HARRIS TOWER, SUITE 2600
ATLANTA, GA 30303
Yes 865742 Yes Yes Yes Yes
RFQ Opening - RFQ Item #19-196
Parking Management Services for Downtown Augusta
for Augusta, Georgia - Engineering Department
- Traffic Engineering Division
RFQ Date: Tuesday, April 2, 2019 @ 11:00 a.m.
Total Number Specifications Mailed Out: 5
Total Number Specifications Download (Demandstar): 6
Total Electronic Notifications (Demandstar): 82
Georgia Procuement Registry: 193
Mandatory Pre-Proposal/Telephone Conference Attendees: N/A
Total packages submitted: 4
Total Noncompliant: 0
Page 1 of 1
SP+ CORPORATION
MUNICIPAL SERVICES
DIVISION
121 LUCKIE ST NW
SUITE 200
ATLANTA, GA 30303
PCAM, LLC
3165 GARFIELD
AVENUE
LOS ANGELES, CA
30040
ABM PARKING
SERVICES
1449 HAMILTON AVE
CLEVELAND, OH 4414
LANIER PARKING
SOLUTIONS
233 PEACHTREE ST, NE
HARRIS TOWER, SUITE
2600
ATLANTA, GA 30303
SP+ CORPORATION
MUNICIPAL SERVICES
DIVISION
121 LUCKIE ST NW
SUITE 200
ATLANTA, GA 30303
PCAM, LLC
3165 GARFIELD
AVENUE
LOS ANGELES, CA
30040
ABM PARKING
SERVICES
1449 HAMILTON AVE
CLEVELAND, OH 4414
LANIER PARKING
SOLUTIONS
233 PEACHTREE ST, NE
HARRIS TOWER, SUITE
2600
ATLANTA, GA 30303
Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5
Evaluation Criteria Ranking Points
1. Completeness of Response
• Package submitted by the deadline
• Package is complete (includes requested information as
required per this solicitation)
• Attachment B is complete, signed and notarized
N/A Pass/Fail PASS PASS PASS PASS PASS PASS PASS PASS
2. Qualifications & Experience (0-5)15 4.7 3.1 3.9 4.9 71.1 46.9 58.3 72.8
3. Organization & Approach (0-5)20 4.9 3.1 3.8 4.9 97.0 62.5 75.8 97.0
4. Scope of Services
A detailed description of the proposed management approach to
be used for the performance of the required services.
(0-5)25 4.9 2.9 3.5 4.8 123.1 71.3 87.5 120.9
5. Conceptural Project Schedule (0-5)5 5.0 2.4 3.9 4.2 24.9 11.8 19.3 20.8
6. References (0-5)5 4.7 3.7 3.7 4.6 23.6 18.4 18.4 23.1
Within Richmond County 5 10 0 0 0 0
Within CSRA 5 6 0 0 0 0
Within Georgia 5 4 5 5 20 0 0 20
Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 0 0 0
All Others 5 1 5 5 0 5 5 0
24.2 15.1 18.7 23.3 359.8 215.8 264.3 354.6
8. Presentation by Team (0-5)10 4.2 4.4 41.7 0.0 0.0 44.2
9 Q&A Response to Panel Questions (0-5)5 4.7 4.0 23.3 0.0 0.0 20.0
Total Phase 2 - (Total Maximum Ranking 15 -
Maximum Weighted Total Possible 75) 8.8 0 0 8.4 65.0 0.0 0.0 64.2
33.1 15.1 18.7 31.7 424.8 215.8 264.3 418.7
Procurement DepartmentRepresentative:_______Nancy Williams________________________________
Procurement Department Completion Date: ______5/23/19______________
Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
Internal Use Only
Total Cumulative Score
(Maximum point is 475)
Evaluator: __Cumulative __________ Date: _5/23/19
RFQ Item #19-196
Parking Management Services for Downtown Augusta
for Augusta, Georgia - Engineering Department - Traffic Engineering Division
RFP Evaluation Meeting: Thursday, April 25, 2019 @ 1:00 p.m.
Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only)
Vendors
Phase 1 Total - (Total Maximum Ranking 30 -
Maximum Weighted Total Possible 400)
Phase 1
Weighted Scores Weighted ScoresWeighted Scores Weighted ScoresScale 0 (Low) to 5 (High)
ENGINEERING DEPARTMENT
Hameed Malik, PE, Ph. D., Director
John Ussery, PE, Assistant Director of Traffic
Engineering Division – Administration Section
424 Walker St, Ste 110 – Augusta, GA 30901
(706) 796-5040 – Fax (706) 796-5045
WWW.AUGUSTAGA.GOV
MEMORANDUM
To: Ms Geri Sams, Director - Procurement
From: John Ussery, PE, Assistant Director of Traffic, AED
Date: Wednesday, May 29, 2019
Subject: Parking Management Services for Downtown Augusta
RFQ #19-196
File Reference: 19-014(A)
Ms. Sams, it is the recommendation of the Augusta Engineering Department (AED) on behalf of
the Mayor’s Office and Parking Task Force to award the consultant services for the subject
project to SP+ Municipal Services. We request that the scope of work be initiated and enter into
fee negotiations.
Please contact John Ussery from the Traffic Engineering Division of the Augusta Engineering
Department at (706) 821-1710 or jussery@augustaga.gov with any questions.
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Downtown Parking Management Services RFQ #19-196
Department:Engineering
Presenter:
Caption:Approve continuing the process of developing proposal for
Commission consideration for managed parking in downtown
Augusta. RFQ 19-196
Background:Earlier this year, the Mayor’s Office created a parking task force
with stakeholders, business owners, and Augusta department
staff to discuss the issues involved with parking in downtown
Augusta. After several months of meetings and discussions, the
task force compiled a list of recommendations to use in the
Procurement RFQ selection process.
Analysis:This RFQ procurement process provided Augusta with a highly
qualified vendor to continue the work that the downtown task
force started. The Augusta Engineering Department, on behalf of
the Parking Task Force, worked through the Procurement RFQ
process to find the most qualified consultant to perform future
essential services to propose a turn-key solution to Commission
for a parking management program in downtown Augusta.
Financial Impact:There will be no fiscal impact to proceed with the agreement
with the chosen vendor selected through the RFQ process. In the
future, there may be a fiscal impact depending on the chosen
parking management alternative by the Commission based on
the various options presented by the vendor.
Alternatives:1) Approve and authorize the Augusta Engineering Department,
on behalf of the Parking Task Force, to proceed with the
agreement with the chosen vendor and allow them to continue
developing the downtown managed parking proposal for future
Commission consideration. 2) Do not approve.
Recommendation:Approve Alternative Number One.
Funds are
Available in the
Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby authorized:
Section 1: The project is authorized to CPB# 581-044320-5211120 to award the initial phase funding for
Drainage Study to Cranston Engineering in the amount of $125,000 for National Hills
drainage basins project. Funding in the amount of $125,000 is available
in the Stormwater Utility Funds.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Stormwater Utility Funds 125,000$
125,000$
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
_________________________________________________
Original-Commission Council Office
Copy-Public Works
Copy-Finance Department
Copy-Purchasing Department
CPB#581-044320-5211120
CAPITAL PROJECT BUDGET
NATIONAL HILLS DRAINAGE & IMPROVEMENT PROJECT
RFQ 19-148
Honorable Hardie Davis, Jr., Mayor
08.29.2019
Augusta-Richmond County, Georgia CPB#581-044320-5211120
CAPITAL PROJECT BUDGET
NATIONAL HILLS DRAINAGE & IMPROVEMENT PROJECT
RFQ 19-148
CPB AMOUNT CPB NEW
CPB CHANGE CPB
SOURCE OF FUNDS
Stormwater Utility Funds
581-044320-5211120 ($125,000) ($125,000)
TOTAL SOURCES: ($125,000) ($125,000)
USE OF FUNDS
Stormwater Utility Funds
581-044320-5211120 $125,000 $125,000
TOTAL USES:$125,000 $125,000
08.29.2019
CPB#581-044320-5211120
08.29.2019
CPB#581-044320-5211120
08.29.2019
Project Name: National Hills Drainage Improvements
Date: August 30, 2019
CEG Job #: 2019-0333
ACTIVITY DESCRIPTION Se
n
i
o
r
P
r
o
j
e
c
t
M
a
n
a
g
e
r
Pr
o
f
e
s
s
i
o
n
a
l
E
n
g
i
n
e
e
r
Pr
o
j
e
c
t
E
n
g
i
n
e
e
r
I
I
En
g
i
n
e
e
r
i
n
g
T
e
c
h
I
I
GI
S
C
o
l
l
e
c
t
i
o
n
C
r
e
w
Su
r
v
e
y
P
a
r
t
y
Se
c
r
e
t
a
r
y
/
A
d
m
i
n
.
Co
n
s
t
a
n
t
i
n
e
-
S
e
n
i
o
r
P
r
o
j
e
c
t
Ma
n
a
g
e
r
Co
n
s
t
a
n
t
i
n
e
-
G
I
S
T
e
c
h
IS
M
-
P
r
i
n
c
i
p
a
l
E
n
g
i
n
e
e
r
IS
M
-
S
e
n
i
o
r
C
o
n
s
t
r
u
c
t
i
o
n
Ma
n
a
g
e
r
To
t
a
l
M
a
n
H
o
u
r
s
To
t
a
l
F
e
e
s
HOURLY RATES $175 $130 $95 $80 $140 $150 $60 $205 $50 $215 $160
Drainage Study and Concept Plans
1a Desktop Collection & Existing Document Review 4 12 28 0 0 0 0 0 0 0 0 0 44 $4,920.00 4.5%
1b Conceptual Base Map and Database Development 4 12 30 16 0 0 0 4 20 0 0 0 86 $8,210.00 7.5%
1c Coordination with City & Consultants re: GIS & Other Data 8 22 8 0 0 0 0 8 0 8 0 0 54 $8,380.00 7.6%
1d Additional Inventory Dimensions from As-Builts 2 10 32 24 0 0 0 0 0 0 0 0 68 $6,610.00 6.0%
1e Identification of Known Flooding and Problematic Areas 4 8 16 0 0 0 0 0 0 8 8 0 44 $6,260.00 5.7%
1f Public Meetings (Inc. Letter Notifications) X 1 8 8 0 0 0 0 4 0 0 0 0 0 20 $2,680.00 2.4%
2a Field Investigation & Verification of Existing Structures GPS (~320
nodes) @ T&M 4 8 16 0 160 0 0 0 0 4 16 0 208 $29,080.00 26.5%
2b Field Validation: 15% Existing GIS Data & 10% Collected Data (~35
Structures) @T&M 1 4 4 0 0 16 0 0 0 0 0 0 25 $3,475.00 3.2%
2c Data Entry, Management & QC for Prelim. Base Map/Database 8 28 48 0 0 0 0 8 24 0 0 0 116 $12,440.00 11.3%
3a Prepare Draft Report 12 48 34 8 0 0 8 4 0 4 0 0 118 $14,370.00 13.1%
3b Coordination and Meetings, Report QC 8 16 0 0 0 0 0 4 0 4 2 0 34 $5,480.00 5.0%
3c Prepare Final Report, Final QC 4 24 20 8 0 0 8 2 0 2 2 0 70 $8,000.00 7.3%
Total 887 $109,905.00 100.0%
Total Man Hours 67 200 236 56 160 16 30 44 30 28 0 867
Subtotals by Task 719 132
1 Desktop Collection & Existing Data, ID Flooding & Problem Areas 30 72 114 40 0 0 12 20 16 8 0 312 $37,060.00 33.7%
2 Field Investigation & Validation and Prelim. Base Map/Database 13 40 68 0 160 16 8 24 4 16 0 349 $44,995.00 40.9%
3 Drainage Improvement Study Report 24 88 54 16 0 0 10 0 10 4 0 206 $27,850.00 25.3%
Total 867 $109,905.00 100.0%
Additive
Additional Community Consultation, Public Meeting (per meeting)0 $2,450
Key Personnel Man Hour Summary
Sub-Consultant StaffCranston Engineering Staff
June 1, 2019
SCHEDULE OF RATES & CHARGES
TIME & MATERIAL BASIS
Personnel Charges:
Lead Principal Engineer $250.00 Per Hour
Senior Principal Engineer/Planner $215.00 Per Hour
Senior Principal Engineer $215.00 Per Hour
Principal Engineer $190.00 Per Hour
Senior Professional Engineer II $175.00 Per Hour
Senior Professional Engineer I $160.00 Per Hour
Professional Engineer $130.00 Per Hour
Project Engineer II $95.00 Per Hour
Project Engineer I $85.00 Per Hour
Senior Engineering Technician $125.00 Per Hour
Engineering Technician II $80.00 Per Hour
Engineering Technician I $75.00 Per Hour
Landscape Architect I $85.00 Per Hour
Senior Land Surveyor $160.00 Per Hour
Land Surveyor $115.00 Per Hour
Project Surveyor II $90.00 Per Hour
Project Surveyor I $80.00 Per Hour
Survey Technician I $65.00 Per Hour
Survey Party $140.00 Per Hour
Survey Party – Robotic Scanner $150.00 Per Hour
CADD Technician II $65.00 Per Hour
CADD Technician I $55.00 Per Hour
Construction Observer II $70.00 Per Hour
Construction Observer I $65.00 Per Hour
Assistant Engineering Technician $35.00 Per Hour
Secretary/Administrative Assistant $60.00 Per Hour
Reimbursable Charges:
Mileage IRS Rate plus 15%
Paper Prints $0.50/Square Foot
Other Reimbursable Items Cost plus 15%
PROPOSED STUDY MAP AREA
NATIONAL HILLS DRAINAGE
IMPROVEMENTS STUDY AREA
LEGEND
LEGEND
Request for Qualifications
Request for Qualifications will be received at this office until Thursday, February 21, 2019 @ 11:00 a.m. for furnishing
for the Augusta, GA - Engineering Department:
RFQ 19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements
Project
RFQ 19-152 Engineering Services for Streambank Stabilization Design, Permitting and Construction
RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901.
A Pre Qualifications Conference for RFQ 19-148 will be held on Tuesday, February 5, 2019 @ 10:00 a.m. in the
Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901.
A Pre Qualifications Conference for RFQ 19-152 will be held on Tuesday, February 5, 2019 @ 11:00 a.m. in the
Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, February 6, 2019,
@ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered.
No RFQ may be withdrawn for a period of sixty (60) days after qualifications have been opened, pending the execution
of contract with the successful vendor.
Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall
include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and
conditions, applicable to the procurement. All specific requirements contained in the request for qualification
including, but not limited to, the number of copies needed, the timing of the submission, the required financial
data, and any other requirements designated by the Procurement Department are considered material conditions
of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any
such material condition shall be submitted through the Procurement Director to the appropriate committee of the
Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the
outside of the envelope.
Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the
proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle January 10, 17, 24, 31, 2019
Metro Courier January 10, 2019
OFFICIAL
Page 1 of 1
VENDORS Attachment
"B"
E-Verify
Number
SAVE
Form Original 7
Copies
BENESCH
1005 BROAD STREET SUITE 200
AUGUSTA, GA 30901
Yes 307873 Yes Yes Yes
GOODWYN, MILLS, AND CAWOOD, INC
6120 POWERS FERRY RD NW
SUITE 350
ATLANTA, GA 30339
Yes 425070 Yes Yes Yes
MORELAND ALTOBELLI ASSOCIATES, LLC
2450 COMMERCE AVENUE
SUITE 100
DULUTH, GA 30096
Yes 53328 Yes Yes Yes
EMC-ENGINEERING SERVICES
4424 COLUMBIA RD SUITE B
MARTINEZ, GA 30907
Yes 324745 Yes Yes Yes
HUSSEY, GAY, BELL & DEYOUNG, INC,
CONSULTING ENGINEERS
329 COMMERCIAL DR SUITE 200
SAVANNAH, GA 31406
Yes 398475 Yes Yes Yes
CONSTANTINE ENGINEERING, INC
1570 BROAD STREET SUITE C
AUGUSTA, GA 30904
Yes 104087 Yes Yes Yes
JOHNSON, LASCHOBER & ASSOCIATES,
P.C.
1296 BROAD STREET
AUGUSTA, GA 30901
Yes 226309 Yes Yes Yes
W. K. DICKSON & CO.
1450 GREENE STREET
SUITE 225
AUGUSTA, GA 30901
Yes 110665 Yes Yes Yes
CRANSTON ENGINEERING GROUP. P.C.
452 ELLIS STREET
AUGUSTA, GA 30903
Yes 64684 Yes Yes Yes
ZIMMERMAN, EVANS AND LEOPOLD, INC
435 TELFAIR STREET
AUGUSTA, GA 30901
Yes 257101 Yes Yes Yes
RFQ Opening - RFQ Item #19-148
Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvements Project
for the Augusta, GA – Engineering Department
RFQ Due: Thursday, February 21, 2019 @ 11:00 a.m.
Total Number Specifications Mailed Out: 24
Total Number Specifications Download (Demandstar): 5
Total Electronic Notifications (Demandstar): 103
Pre Qualifications Conference Attendees: 20
Total packages submitted: 10
Total Noncompliant: 0
ALFRED BENESCH
1005 BROAD STREET
SUITE 200
AUGUSTA, GA 30901
CRANSTON
ENGINEERING
452 ELLIS STREET
AUGUSTA, GA 30903-
2546
CONSTANTINE
ENGINEERING, INC
1570 BROAD STREET
SUITE C
AUGUSTA, GA 30904
GOODWYN, MILLS
AND CAWOOD, INC
1450 GREENE STREET
STE 505
AUGUSTA, GA 30901
EMC-ENGINEERING
SERVICES
4424 COLUMBIA RD
SUITE B
MARTINEZ, GA 30907
HUSSEY, GAY, BELL &
DEYOUNG, INC,
CONSULTING
ENGINEERS
329 COMMERCIAL DR
SUITE 200
MORELAND
ALTOBELLI
ASSOCIATES, LLC
2450 COMMERCE
AVENUE
SUITE 100
JOHNSON,
LASCHOBER &
ASSOCIATES, P.C.
1296 BROAD STREET
AUGUSTA, GA 30901
W. K. DICKSON & CO.
1450 GREENE STREET
SUITE 225
AUGUSTA, GA 30901
ZIMMERMAN, EVANS
AND LEOPOLD, INC
435 TELFAIR STREET
AUGUSTA, GA 30901
ALFRED BENESCH
1005 BROAD STREET
SUITE 200
AUGUSTA, GA 30901
CRANSTON
ENGINEERING
452 ELLIS STREET
AUGUSTA, GA 30903-
2546
CONSTANTINE
ENGINEERING, INC
1570 BROAD STREET
SUITE C
AUGUSTA, GA 30904
GOODWYN, MILLS
AND CAWOOD, INC
1450 GREENE STREET
STE 505
AUGUSTA, GA 30901
EMC-ENGINEERING
SERVICES
4424 COLUMBIA RD
SUITE B
MARTINEZ, GA 30907
HUSSEY, GAY, BELL &
DEYOUNG, INC,
CONSULTING
ENGINEERS
329 COMMERCIAL DR
SUITE 200
MORELAND
ALTOBELLI
ASSOCIATES, LLC
2450 COMMERCE
AVENUE
SUITE 100
JOHNSON,
LASCHOBER &
ASSOCIATES, P.C.
1296 BROAD STREET
AUGUSTA, GA 30901
W. K. DICKSON & CO.
1450 GREENE STREET
SUITE 225
AUGUSTA, GA 30901
ZIMMERMAN, EVANS
AND LEOPOLD, INC
435 TELFAIR STREET
AUGUSTA, GA 30901
Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5
Evaluation Criteria Ranking Points
1. Completeness of Response
• Package submitted by the deadline
• Package is complete (includes requested information as required
per this solicitation)
• Attachment B is complete, signed and notarized
N/A Pass/Fail PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS
2. Qualifications & Experience (0-5)15 3.7 3.8 4.2 4.3 3.0 3.0 3.0 3.8 3.7 3.0 55.0 57.5 62.5 65.0 45.0 45.0 45.0 57.5 55.0 45.0
3. Organization & Approach (0-5)20 3.7 3.7 3.7 4.2 2.3 3.0 2.7 3.2 3.3 2.7 73.3 73.3 73.3 83.3 46.7 60.0 53.3 63.3 66.7 53.3
Scope of Services
The project scope of work shall include the following:
• Assessment of available relevant studies and data.
• Specific relevant experience of your company specific to
“drainage conveyance system” concept and design.
• A detailed description of the proposed technical approach to be
taken for the performance of the required services
(0-5)25 4.0 3.8 3.7 4.7 3.0 3.3 3.0 3.5 3.3 3.0 100.0 95.8 91.7 116.7 75.0 83.3 75.0 87.5 83.3 75.0
5. Financial Stability (0-5)10 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 4.7 5.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 46.7 50.0
6. References (0-5)5 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0
Within Richmond County 5 10 5 5 5 5 5 5 5 50 50 50 50 0 0 0 50 50 50
Within CSRA 5 6 5 0 0 0 0 30 0 0 0 0 0
Within Georgia 5 4 5 5 0 0 0 0 0 20 20 0 0 0
Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 0 0 0 0 0 0 0 0 0
All Others 5 1 0 0 0 0 0 0 0 0 0 0
26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3
8. Presentation by Team (0-5)10 0 0 0 0 0 0 0 0 0 0
9 Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 0 0 0 0 0
Total Phase 2 - (Total Maximum Ranking 10 -
Maximum Weighted Total Possible 75) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3
Scale 0 (Low) to 5 (High)
Procurement DepartmentRepresentative:__________Nancy Williams__________________________________
Procurement Department Completion Date: _________3/1/19___________________
Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
Internal Use Only
Total Cumulative Score
(Maximum point is 500)
Evaluator: ___Cumulative _____________________________ Date: __3/11/19
RFQ Item #19-148
Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvements Project
for the Augusta, GA – Engineering Department
RFP Evaluation Meeting: Monday, March 11, 2019 @ 3:30 p.m.
Weighted Scores
Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only)
Vendors
Phase 1 Total - (Total Maximum Ranking 25 -
Maximum Weighted Total Possible 425)
Phase 1
Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted ScoresWeighted Scores Weighted Scores
..
NAME
1 3.�o.u.�O'£aiqaj
4.�M"'\
��
5.L,lioJWeJh
6.�UV\�I
Stt�(CA
1_\N es B�Vlt
Pre-Qualifications Conference Sign-in Sheet
RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects
COMPANY/DEPT.
'j(}t)lfflllent
\.Al���
w � 'D (t:-�o,..:)
'Pl)tJi)
Cons��
For Augusta, Georgia -Engineering Department
Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT
ADDRESS/CITY/STATE/ ZIP CODE
535 Telfair Street, Suite 605
AuJ;!;Usta! GA 30901
535 Telfair Street, Suite 605 Augusta, GA 30901
I 2 l'1' A&r�U-{ S+
Colu � lo'--ci &C I 2-<it �
lA9'.::> �tJ� �h� -t.:z.a,
�°t'A, I C:)r, �0
I.Lf-5::> G,--c.-sr s��'l-5
AUGrVSTA � �o1
lo i1 tJ w ��kl t\V�ht &Pr 1;D� D1
TELEPHONE NUMBER
706-821-2423
706-821-2888
9?3-l�Cz-
0444--
10(p ,1"2-'Z.. �i�
Sc..1t-"3l� I.sea
1JOXJ, '1 Dl-f 7 � B t../ 007
·7a, -·'flt..{-�S3'5
FAXNUMBER
706-821-2811
706-821-2811
1 fb lf
bi :!/'(1 41
EMAIL
procbidandcontract @augustaga.gov
procbidandcontract @augustaga.gov
m obr-ten-pitk
hlt,;s�ft
�� w ¥-6,c�at.l
\�l.s.Cf? wl<..d, c..�.
�lo(0 �e._ r(?v1dw, lC>fYI
'Wt, jn,e(tW
Prime/Sub
l=t�
lco"'\
?
ip
f'
\'5·1, �'°�J st�G
��te--GA 3d?"Lf ·-f C-ij � • CoM �
I
NAME
8.,11/1!415��
9.{IV/ oirc:...Jo,.J�
10.cri¾
Ha t'1 Ma< lu. 'C\cl
11• {Yiu
/p-;14) 12.Ko...--t'b0,J
13. G,� \-\�-;' L 14.l�\� \.. �
ts. M ,' k r;"'�
Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvements Projects 2fl
br�,f11"JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m.
PLEASE PRINT
COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAXNUMBER EMAIL ZIP CODE NUMBER Prime/Sub
/7lc7h!P�7 � �1� .s l'l»vvtt.5;-;lfn--/1,z -lf78J,,,2l/b ds rn l-/.e.Je /J/,to£a1,· 5/t"rid-�v�/"' �/o-P -zzq 8'WI iqt4-z;-.. 11e+-'P
"1�re--( rAr-J b / 6 5 v v / h /1--. rr& tµ7B✓41 J,-tP7H,, 'Iii JA1J v r d wt @_,f 4/�hetl,\ ¾, 5.,,..Y\.:/4r:n,;//pL � fj /{,(J e1ro M�o � .,iQf
A I.fr�& R:-Y\C,5c.. (c:JtJ;,S-13�4 ::S{.?at:. 72.� �6 Z'2.'-. e.hc:t>MM•rf�u,cl' �c,;/e.-zoo t;tl'( �Z-t°{ e__ be ..,�Jc-'n. p G .. � C-..Aua u � f-et (i,4 31!,� It Covn
...J c-;111c 11./�t> OIHNF 5r, 'fa� -Z'5/ -K1ttr.�'r-�DP. �'4-1li �4-15 t:{()f'I -Aitc,t,t J r,4 ,/Jil ? "'" J C,d,f,f
l��D �{a.c�¼ � 40<-t-9 <:,s--ljDl.\-9(p5 -Ka.-t�e r :J\e
AE,CoM �\t(J so01 1\1.\.�+� I 7085'" q(p(:)5"' su(d (gQ�(Of 1. p<'::.A.. 303�9 (,crv'"'\
Ro� c�t ... \i.,... I A Q1'(., \v,ct,6�N. \ Wc.7 ��"'""' \\_,"l,.? lctt,-7j\ ... .s'?.-56 10,-1.s,-�,to
��II&�� c;A. �O�f,"y yt:.(,l),t& Ce,, (a,,o"
T,. <;.�, LLCL 15 6'7 ��� sT 10,-{,9/ -4l��(Q/ A.1J, u-s,:, ... 1 b A 1�AA.U.C-��e. � 861I Col'-\.
H-'tot,. o -s+.---v(;,h.,.,...�:;,
Ll2.5' 12 � 9-
E
>c-t-M : \Le_' p� i"'.1 @_. t:,..,.,1c.e. 9o3-2o3-077S -SC. Z'1o33 vi,-,J.-..c:S-t-,,,_v�+..,Ats
•Len-..
I
NAME
16_t-i·1t�et t
f.{ u. f c.l ,v,"'
17.s�V'\(\OI"°'\
{)e;,\t)
1s. C rk1�1oa,� Ji.Jr..16
19.5,..J-
-n1Vfs��
� 20. /�r
W,�&/1
21.Ri·Gl�LsJ,«
22.j/-fr7i{ f#l)JV! 4--{;Jl-l
23.Joa.-�0\,ut::tll:""2-
Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects
?; ft> y
D1;��(1 JL JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT
COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE ZIP CODE NUMBER FAXNUMBER EMAIL Prime/Sub
Cf {),yt)foVl '-/�i &//,> f� 7o/,, 7ll-/ >�fl fv1fl,,tArc4;-r,1»1@
�,-...u,,� Au5c...1/a., M �o1°1 C,ro.nsfo11t e�;-Vl fri'ml fee,-, 'ns . c,.-,tt,,.\--J'oocl £�:r�\•ens BiO S\.."'� e."t 110 - l,t 'l,,f -los.3, �""' 17\ I'\ l"IO V"\ , b<.Ats
\�<'-.e.,Jo�v"", C-.Pr 30l ½ Li @,wo oJ-rl(.,, C.ofv'\ Pn,N\e.
I D'7r' 13 it; .SJfl',i,/f'j teb, C/J,e 1.lfo,o/J-b'C., _ju-.lc(
l,.JooD <Si I�k�Nbll¼w,, �A . ':!:,oi'Yf' 170-C/-Z,I -3 '/7 I (!;_. e,,.:> 0 ob F>l..-G,, C-0¼-t P1e,1Mc
E 6' 'j IL.1�01 h-"� A"a...s�.\+.-\.\-,l\""fS��-
F;.,'i"'{ 1).u�i"'\ �'tll ... -k.,"5 tt"'bt..J I G-A '31'-)01
o//D-�'i1f--:Jl.lJ.?,b r:-.f'�k :.:)� I, e,u·VV\,
(4,,-�e JL;! L,1.'Ur; &,� $C 7a.-7�<t-67S-6 Pr:""'ek�. G>A $ti(;/�sl�r'O"f-�
JU ,a.1,;1?,ta.J._� 76',-7.2'l-5?Sl, rl�� ?r.�l��J G4�,��,�-4-
JrB-0 4<J� � 7/P6-7 9t-J1't tJM.�at:,o
� /f c ,$"0uJ7i1-(,1·
fr..'--�c, i � A 3 u )J}-C/Y l.f"6 5 l(Gc..�/Z.g 7 x. 7J.. <r�Lz ·11 W111.ckit2--f-11-'M�ZfL �7'0 ( � �1,.£,cl�/� .t::..-e?M'
NAME
24.
La.u .. .rf.M. 'S.,, 11 I
25.
ik1ro.ll'\�-" k o�n
26.
27.
28.
28.
29.
30.
Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT
COMP ANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAX NUMBER ZIP CODE NUMBER
535 -rd.Pair St. �c.t,,� 530 C6mo l;af\CP Av� ·•<h, C.A 2ottot -r 06 · 82.l · 2.&to6 • (J ' rq 13 Car'v�s C+
Ko"'�'.., Lo(,)� C th"t'.. rl-ee t,, z;�"'L (;, fr''1 o � l <; ,ob ·-z� lt>"o
V DJ y
D 1:� JV'u J
EMAIL Prime/Sub
1�0..u.\@ �u.S\-a ,., 0 .c iµJuV be-,. fa.,.._;}. �/tJL �
, f) �l . &c,/V
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement
Projects – RFQ 18-148 Cranston Engineering – Task Order One – National Hills
Department:Engineering
Presenter:
Caption:Approve Initial Phase funding for Drainage Study, Stormwater
System Assessment and Drainage Improvements Engineering
Services Agreement to Cranston Engineering (Cranston) in the
amount of $112,355.00 for National Hills Drainage Basin as
requested by the AED. RFQ 19-148
Background:Stormwater conveyance concerns are wide spread and
particularly in older developed areas. The objective of Drainage
Improvements projects in area experiencing localized flooding is
to provide infrastructure improvements that mitigate the
flooding conditions in these areas. Frequent, severe flooding
creates threatening and hazardous conditions for residents of the
area, impact local commercial operation and businesses.
Contributing factors to the flooding conditions include
undersized drainage conveyance system, limited or no roadside
curbing, restricted access for system maintenance and deficient
integrated storm conveyance system. The overall need for this
project is to upgrade the infrastructure system within the
designated area including roadway improvements, resurfacing,
or both, adding of curbs, gutters, sidewalks, and drainage
improvements. On May 7, 2019 Commission approved award of
Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvement Projects Engineering
Services Agreement to four qualified firms including Cranston.
W ork is released as Phased Task Order.
Analysis:Due to lack of area specific drainage information, specific
improvements cannot be identified without detailed survey and
engineering analysis of drainage system and hydrological
condition at impacted area. Requested funding approval is for
Task Order one – Initial Phase services National Hills Drainage
area. Services are provided by Cranston.
Financial Impact:Stormwater Utility Funds.
Alternatives:1). Do not approve and find alternative to address county-wide
storm conveyance system improvements needs.
Recommendation:Approve Initial Phase funding for Drainage Study, Stormwater
System Assessment and Drainage Improvements Engineering
Services Agreement to Cranston Engineering (Cranston) in the
amount of $112,355.00 for National Hills Drainage Basin as
requested by the AED.
Funds are
Available in the
Following
Accounts:
Stormwater Utility Funds 581-044320-5211120
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Alfred Benesch & Company
1005 Broad Street, Suite 200
Augusta, GA 30901
www.benesch.com
P 706-722-4114
F 706-722-6219
FOREST HILLS DRAINAGE IMPORVEMENTS PROJECT
PROJECT SCOPE & ISSUES
PROJECT OBJECTIVE
The objective of the Forest Hills Drainage Improvements project is to provide infrastructure
improvements that mitigate stormwater problems in the Forest Hills area of Augusta. Benesch is familiar
with study area and understands that there are some areas within the basin that are experiencing some
severe erosion and localized flooding which creates threatening and hazardous conditions for residents
of the area. Contributing factors to the flooding conditions include steep grades, erodible soils, and
undersized stormwater infrastructure.
Due to the expansive project area specific improvements cannot be identified without detailed survey
and engineering analysis, as well as extensive public outreach. Based upon our previous experiences with
similar previous drainage studies, we understand that this project, and subsequently our scope of work,
will be structured based on a common areas and outfalls. Based on information provided in the request
for proposal, Benesch understands that the infrastructure improvement projects identified will be phase
structured to fit the construction allocation funding.
PROJECT AREA
The Forest Hills Drainage Basin is the area subject to this study. It is in western Augusta-Richmond
County and is generally bound by Highland Avenue to the East, Wrightsboro Road to the South, Jackson
Road to the West, and Walton Way to the North. A location map of the study area is shown in the figure
below:
Figure 1: Forest Hills Drainage Basin Area
SCOPE OF WORK
A three-phase approach has been developed by the Augusta Engineering Department (AED) to address
drainage issues within the Forest Hills Basin. The phases include Due Diligence, Concept Plan
Development, and Construction Plan development and are briefly described below:
Phase 1 – Due Diligence: This phase includes the initial assessment of the area where we will identify
and assesses the condition of the existing stormwater facilities as well as identify “hot spot” areas
experiencing localized flooding and other drainage issues. Public outreach will play a significant part in
identifying storm water problems within the basin. This phase also includes the development of
potential system improvements.
Phase 2 – Concept Plan Development: Hot spot areas identified in the due diligence phase will be
further studied to develop concept alternatives in Phase 2. These will be accompanied with an
estimation of engineering and construction costs. Concept plans and alternatives will be developed
using preliminarily hydrologic and hydraulic calculations, as well as further field reconnaissance to
determine any constraints. The concept plans developed in this phase will be used to the create the
Project Priority Schedule (PPS), which place the proposed projects in order of priority based up on need
and value.
Phase 3 – Construction Plan Development: Using the Project Priority Schedule (PPS), Benesch will
prepare construction plans and project manuals. The projects will be completed in the order developed
in the PSS.
For this proposal we have scoped tasks associated with phase 1 of the AED study approach. General
tasks within this phase include development of the study area boundary map, identification of known
drainage issues, and development of potential system improvements. Specific tasks to be completed
during each of these have been outlined below and on the attached man-hour task sheet:
Task 1: Study Area Boundary Map
A summary of tasks associated with the Study Area Boundary Map will be completed as follows:
· Compile the LIDAR survey and storm sewer inventory data to create a study area base map.
o The Constantine Group will act as the point of contact for receiving and submitting this
information.
· Field reconnaissance to confirm existing infrastructure, photograph documentation.
· Update the final study area map using compiled information from the basemap and field
reconnaissance.
Task 2: Identification of Known Drainage Issues
A summary of tasks associated with the identification of known drainage issues will be completed as
follows:
· Initial kickoff meeting with AED Staff to identify any known “Hot Spot” areas.
· Hold Public involvement meetings to gather information on areas experiencing localized flooding
and other storm water issues.
o Estimate holding two (2) separate public involvement meetings.
· Visit hot spot locations identified from meetings with AED and the public involvement meetings
to identify the existing infrastructure in the area as well as any possible design constraints.
· Field survey of existing storm sewer infrastructure (if necessary)
o Benesch has established an allowance for field survey activities that will be used as
necessary to determine the location, size, and other data associated with storm sewer
infrastructure that is unavailable in the provided database material.
Task 3: Development of Potential System Improvements
A summary of tasks associated with the Development of Potential System Improvements will be
completed as follows:
· Develop potential projects for high priority areas identified in Task 2. These projects will be
general in narrative while identifying any constructability issues noted from field
reconnaissance.
· Prepare schematic concept maps of the project alternatives.
· Meet with AED personnel to review the proposed project concept maps. This will serve as the
completion of Phase 1 of the drainage study.
DELIVERABLES
· Project Basemap (Aerial Survey with enhancements)
· Public Meetings: Problem Identification and Concept Development
· Project Concept Maps
ADDITIONAL PROJECT NOTES
· Following completion of the concept schematic maps and final review meeting with AED,
Benesch will provide a supplemental scope for the second phase of the study to prepare concept
plans and develop the Project Priority Schedule (PPS) for the Forest Hills study area.
· Benesch will provide AED with monthly project status reports for the entire duration of the due
diligence process.
· All work requiring additional sub-consultant evaluation will be facilitated through a separate
proposal to AED.
PROJECT FEE SUMMARY
The attached manhour estimates provides a detailed outline of services. Please see below for a summary
of fees per phase of work:
Study Area Boundary Map: $ 47,110.00
Identification of Known Drainage Issues: $ 31,090.00
Development of Potential System Improvements: $ 21,140.00
Surveying Allowance (As Necessary): $ 15,000.00
Total Proposed Fee: $ 114,340.00
SCHEDULE
Upon Notice to Proceed, Benesch will provide a full schedule outlining the due diligence process. Based
upon the size of the study area, and through initial conversations with AED, we would expect to complete
phase 1 tasks by Summer of 2020.
Again, we appreciate this opportunity to provide a proposal for the Augusta Engineering Department
and we look forward to continuing our work with the County. Should you have any questions please feel
free to contact our office.
Sincerely,
Alfred Benesch & Company
Victor Conover, P.E., C.F.M.
Project Manager
.
Attachments: Man-hour/Fee Estimate (1 Page)
8/5/2019
Augusta, GA
Augusta Engineering Department
Forest Hills Drainage Improvements
P2019016
Item/ Task Description
Di
v
i
s
i
o
n
M
a
n
a
g
e
r
Sr
.
P
r
o
j
e
c
t
M
a
n
a
g
e
r
Pr
o
j
e
c
t
M
a
n
a
g
e
r
Se
n
i
o
r
D
e
s
i
g
n
e
r
De
s
i
g
n
e
r
CA
D
D
e
s
i
g
n
e
r
Ad
m
i
n
To
t
a
l
Database
Study Area Boundary Map
Combine LIDAR map with storm inventory into study map.8 40 40 88
Field verification of infrastructure / Basin investigation 80 160 80 320
Update study map with investigation information 10 20 40 70
0
Identify Known Flooding Spots 0
Meeting with county to identify hot spots 8 8 8 24
Prepare for Public Meeting (Displays)2 4 8 40 40 94
Public Meeting (2 meetings)16 16 16 16 16 80
Site visit of hot spots identified in public meetings 24 24 48
0
Develop Potential System Improvements 0
Project Identification / Schematic project maps 40 80 80 200
Meeting with county to review results 4 4 4 12
0
0
0
0
0
0
0
0
0
0
0
0
Total 18 32 198 40 368 280 0 936
Personnel Est. Hours Rate/Hour Cost ($) Totals
Division Manager 18 $235.00 $4,230.00
Sr. Project Manager 32 $195.00 $6,240.00
Project Manager 198 $145.00 $28,710.00
Senior Designer 40 $105.00 $4,200.00
Designer 368 $95.00 $34,960.00
CAD Designer 280 $75.00 $21,000.00
Admin 0 $55.00 $0.00
Total per Rate Schedule $99,340.00 $99,340.00
Direct Costs Number Rate Cost ($)
Travel
Total Direct Costs $0.00
Subconsultant Costs Number Rate Est. Cost ($)
Survey Allowance 1 $15,000.00 $15,000.00
Total Subconsultant Costs $15,000.00
Total Proposed Fees $114,340.00
Date:
Project Location:
Owner:
Project Name:
Benesch Proposal #:
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 project is authorized to CPB# 581-044320-5211120 to award the initial phase funding for
Drainage Study to to Alfred Benesch & Company in the amount of $114,340 for Forrest Hills
Drainage Improvements project. Funding in the amount of $114,340 is available in the
Stormwater Utility Funds.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
SPLOST 7 Funds 114,340$
114,340$
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-Public Works
Copy-Finance Department
Copy-Purchasing Department
CPB#581-044320-5211120
CAPITAL PROJECT BUDGET
FORREST HILLS DRAINANGE & IMPROVEMENT PROJECT
RFQ 19-148
Honorable Hardie Davis, Jr., Mayor
08.29.2019
Augusta-Richmond County, Georgia CPB#581-044320-5211120
CAPITAL PROJECT BUDGET
FORREST HILLS DRAINANGE & IMPROVEMENT PROJECT
RFQ 19-148
CPB AMOUNT CPB NEW
CPB CHANGE CPB
SOURCE OF FUNDS
SPLOST 7
GL 329 041110 $114,340 $114,340
TOTAL SOURCES: $114,340 $0 $114,340
USE OF FUNDS
SPLOST 7
GL 329 041110 $114,340 $114,340
TOTAL USES: $114,340 $0 $114,340
08.29.2019
Request for Qualifications
Request for Qualifications will be received at this office until Thursday, February 21, 2019 @ 11:00 a.m. for furnishing
for the Augusta, GA - Engineering Department:
RFQ 19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements
Project
RFQ 19-152 Engineering Services for Streambank Stabilization Design, Permitting and Construction
RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901.
A Pre Qualifications Conference for RFQ 19-148 will be held on Tuesday, February 5, 2019 @ 10:00 a.m. in the
Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901.
A Pre Qualifications Conference for RFQ 19-152 will be held on Tuesday, February 5, 2019 @ 11:00 a.m. in the
Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, February 6, 2019,
@ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered.
No RFQ may be withdrawn for a period of sixty (60) days after qualifications have been opened, pending the execution
of contract with the successful vendor.
Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall
include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and
conditions, applicable to the procurement. All specific requirements contained in the request for qualification
including, but not limited to, the number of copies needed, the timing of the submission, the required financial
data, and any other requirements designated by the Procurement Department are considered material conditions
of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any
such material condition shall be submitted through the Procurement Director to the appropriate committee of the
Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the
outside of the envelope.
Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the
proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle January 10, 17, 24, 31, 2019
Metro Courier January 10, 2019
OFFICIAL
Page 1 of 1
VENDORS Attachment
"B"
E-Verify
Number
SAVE
Form Original 7
Copies
BENESCH
1005 BROAD STREET SUITE 200
AUGUSTA, GA 30901
Yes 307873 Yes Yes Yes
GOODWYN, MILLS, AND CAWOOD, INC
6120 POWERS FERRY RD NW
SUITE 350
ATLANTA, GA 30339
Yes 425070 Yes Yes Yes
MORELAND ALTOBELLI ASSOCIATES, LLC
2450 COMMERCE AVENUE
SUITE 100
DULUTH, GA 30096
Yes 53328 Yes Yes Yes
EMC-ENGINEERING SERVICES
4424 COLUMBIA RD SUITE B
MARTINEZ, GA 30907
Yes 324745 Yes Yes Yes
HUSSEY, GAY, BELL & DEYOUNG, INC,
CONSULTING ENGINEERS
329 COMMERCIAL DR SUITE 200
SAVANNAH, GA 31406
Yes 398475 Yes Yes Yes
CONSTANTINE ENGINEERING, INC
1570 BROAD STREET SUITE C
AUGUSTA, GA 30904
Yes 104087 Yes Yes Yes
JOHNSON, LASCHOBER & ASSOCIATES,
P.C.
1296 BROAD STREET
AUGUSTA, GA 30901
Yes 226309 Yes Yes Yes
W. K. DICKSON & CO.
1450 GREENE STREET
SUITE 225
AUGUSTA, GA 30901
Yes 110665 Yes Yes Yes
CRANSTON ENGINEERING GROUP. P.C.
452 ELLIS STREET
AUGUSTA, GA 30903
Yes 64684 Yes Yes Yes
ZIMMERMAN, EVANS AND LEOPOLD, INC
435 TELFAIR STREET
AUGUSTA, GA 30901
Yes 257101 Yes Yes Yes
RFQ Opening - RFQ Item #19-148
Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvements Project
for the Augusta, GA – Engineering Department
RFQ Due: Thursday, February 21, 2019 @ 11:00 a.m.
Total Number Specifications Mailed Out: 24
Total Number Specifications Download (Demandstar): 5
Total Electronic Notifications (Demandstar): 103
Pre Qualifications Conference Attendees: 20
Total packages submitted: 10
Total Noncompliant: 0
ALFRED BENESCH
1005 BROAD STREET
SUITE 200
AUGUSTA, GA 30901
CRANSTON
ENGINEERING
452 ELLIS STREET
AUGUSTA, GA 30903-
2546
CONSTANTINE
ENGINEERING, INC
1570 BROAD STREET
SUITE C
AUGUSTA, GA 30904
GOODWYN, MILLS
AND CAWOOD, INC
1450 GREENE STREET
STE 505
AUGUSTA, GA 30901
EMC-ENGINEERING
SERVICES
4424 COLUMBIA RD
SUITE B
MARTINEZ, GA 30907
HUSSEY, GAY, BELL &
DEYOUNG, INC,
CONSULTING
ENGINEERS
329 COMMERCIAL DR
SUITE 200
MORELAND
ALTOBELLI
ASSOCIATES, LLC
2450 COMMERCE
AVENUE
SUITE 100
JOHNSON,
LASCHOBER &
ASSOCIATES, P.C.
1296 BROAD STREET
AUGUSTA, GA 30901
W. K. DICKSON & CO.
1450 GREENE STREET
SUITE 225
AUGUSTA, GA 30901
ZIMMERMAN, EVANS
AND LEOPOLD, INC
435 TELFAIR STREET
AUGUSTA, GA 30901
ALFRED BENESCH
1005 BROAD STREET
SUITE 200
AUGUSTA, GA 30901
CRANSTON
ENGINEERING
452 ELLIS STREET
AUGUSTA, GA 30903-
2546
CONSTANTINE
ENGINEERING, INC
1570 BROAD STREET
SUITE C
AUGUSTA, GA 30904
GOODWYN, MILLS
AND CAWOOD, INC
1450 GREENE STREET
STE 505
AUGUSTA, GA 30901
EMC-ENGINEERING
SERVICES
4424 COLUMBIA RD
SUITE B
MARTINEZ, GA 30907
HUSSEY, GAY, BELL &
DEYOUNG, INC,
CONSULTING
ENGINEERS
329 COMMERCIAL DR
SUITE 200
MORELAND
ALTOBELLI
ASSOCIATES, LLC
2450 COMMERCE
AVENUE
SUITE 100
JOHNSON,
LASCHOBER &
ASSOCIATES, P.C.
1296 BROAD STREET
AUGUSTA, GA 30901
W. K. DICKSON & CO.
1450 GREENE STREET
SUITE 225
AUGUSTA, GA 30901
ZIMMERMAN, EVANS
AND LEOPOLD, INC
435 TELFAIR STREET
AUGUSTA, GA 30901
Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5
Evaluation Criteria Ranking Points
1. Completeness of Response
• Package submitted by the deadline
• Package is complete (includes requested information as required
per this solicitation)
• Attachment B is complete, signed and notarized
N/A Pass/Fail PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS
2. Qualifications & Experience (0-5)15 3.7 3.8 4.2 4.3 3.0 3.0 3.0 3.8 3.7 3.0 55.0 57.5 62.5 65.0 45.0 45.0 45.0 57.5 55.0 45.0
3. Organization & Approach (0-5)20 3.7 3.7 3.7 4.2 2.3 3.0 2.7 3.2 3.3 2.7 73.3 73.3 73.3 83.3 46.7 60.0 53.3 63.3 66.7 53.3
Scope of Services
The project scope of work shall include the following:
• Assessment of available relevant studies and data.
• Specific relevant experience of your company specific to
“drainage conveyance system” concept and design.
• A detailed description of the proposed technical approach to be
taken for the performance of the required services
(0-5)25 4.0 3.8 3.7 4.7 3.0 3.3 3.0 3.5 3.3 3.0 100.0 95.8 91.7 116.7 75.0 83.3 75.0 87.5 83.3 75.0
5. Financial Stability (0-5)10 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 4.7 5.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 46.7 50.0
6. References (0-5)5 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0
Within Richmond County 5 10 5 5 5 5 5 5 5 50 50 50 50 0 0 0 50 50 50
Within CSRA 5 6 5 0 0 0 0 30 0 0 0 0 0
Within Georgia 5 4 5 5 0 0 0 0 0 20 20 0 0 0
Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 0 0 0 0 0 0 0 0 0
All Others 5 1 0 0 0 0 0 0 0 0 0 0
26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3
8. Presentation by Team (0-5)10 0 0 0 0 0 0 0 0 0 0
9 Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 0 0 0 0 0
Total Phase 2 - (Total Maximum Ranking 10 -
Maximum Weighted Total Possible 75) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3
Scale 0 (Low) to 5 (High)
Procurement DepartmentRepresentative:__________Nancy Williams__________________________________
Procurement Department Completion Date: _________3/1/19___________________
Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
Internal Use Only
Total Cumulative Score
(Maximum point is 500)
Evaluator: ___Cumulative _____________________________ Date: __3/11/19
RFQ Item #19-148
Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvements Project
for the Augusta, GA – Engineering Department
RFP Evaluation Meeting: Monday, March 11, 2019 @ 3:30 p.m.
Weighted Scores
Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only)
Vendors
Phase 1 Total - (Total Maximum Ranking 25 -
Maximum Weighted Total Possible 425)
Phase 1
Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted ScoresWeighted Scores Weighted Scores
..
NAME
1 3.�o.u.�O'£aiqaj
4.�M"'\
��
5.L,lioJWeJh
6.�UV\�I
Stt�(CA
1_\N es B�Vlt
Pre-Qualifications Conference Sign-in Sheet
RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects
COMPANY/DEPT.
'j(}t)lfflllent
\.Al���
w � 'D (t:-�o,..:)
'Pl)tJi)
Cons��
For Augusta, Georgia -Engineering Department
Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT
ADDRESS/CITY/STATE/ ZIP CODE
535 Telfair Street, Suite 605
AuJ;!;Usta! GA 30901
535 Telfair Street, Suite 605 Augusta, GA 30901
I 2 l'1' A&r�U-{ S+
Colu � lo'--ci &C I 2-<it �
lA9'.::> �tJ� �h� -t.:z.a,
�°t'A, I C:)r, �0
I.Lf-5::> G,--c.-sr s��'l-5
AUGrVSTA � �o1
lo i1 tJ w ��kl t\V�ht &Pr 1;D� D1
TELEPHONE NUMBER
706-821-2423
706-821-2888
9?3-l�Cz-
0444--
10(p ,1"2-'Z.. �i�
Sc..1t-"3l� I.sea
1JOXJ, '1 Dl-f 7 � B t../ 007
·7a, -·'flt..{-�S3'5
FAXNUMBER
706-821-2811
706-821-2811
1 fb lf
bi :!/'(1 41
EMAIL
procbidandcontract @augustaga.gov
procbidandcontract @augustaga.gov
m obr-ten-pitk
hlt,;s�ft
�� w ¥-6,c�at.l
\�l.s.Cf? wl<..d, c..�.
�lo(0 �e._ r(?v1dw, lC>fYI
'Wt, jn,e(tW
Prime/Sub
l=t�
lco"'\
?
ip
f'
\'5·1, �'°�J st�G
��te--GA 3d?"Lf ·-f C-ij � • CoM �
I
NAME
8.,11/1!415��
9.{IV/ oirc:...Jo,.J�
10.cri¾
Ha t'1 Ma< lu. 'C\cl
11• {Yiu
/p-;14) 12.Ko...--t'b0,J
13. G,� \-\�-;' L 14.l�\� \.. �
ts. M ,' k r;"'�
Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvements Projects 2fl
br�,f11"JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m.
PLEASE PRINT
COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAXNUMBER EMAIL ZIP CODE NUMBER Prime/Sub
/7lc7h!P�7 � �1� .s l'l»vvtt.5;-;lfn--/1,z -lf78J,,,2l/b ds rn l-/.e.Je /J/,to£a1,· 5/t"rid-�v�/"' �/o-P -zzq 8'WI iqt4-z;-.. 11e+-'P
"1�re--( rAr-J b / 6 5 v v / h /1--. rr& tµ7B✓41 J,-tP7H,, 'Iii JA1J v r d wt @_,f 4/�hetl,\ ¾, 5.,,..Y\.:/4r:n,;//pL � fj /{,(J e1ro M�o � .,iQf
A I.fr�& R:-Y\C,5c.. (c:JtJ;,S-13�4 ::S{.?at:. 72.� �6 Z'2.'-. e.hc:t>MM•rf�u,cl' �c,;/e.-zoo t;tl'( �Z-t°{ e__ be ..,�Jc-'n. p G .. � C-..Aua u � f-et (i,4 31!,� It Covn
...J c-;111c 11./�t> OIHNF 5r, 'fa� -Z'5/ -K1ttr.�'r-�DP. �'4-1li �4-15 t:{()f'I -Aitc,t,t J r,4 ,/Jil ? "'" J C,d,f,f
l��D �{a.c�¼ � 40<-t-9 <:,s--ljDl.\-9(p5 -Ka.-t�e r :J\e
AE,CoM �\t(J so01 1\1.\.�+� I 7085'" q(p(:)5"' su(d (gQ�(Of 1. p<'::.A.. 303�9 (,crv'"'\
Ro� c�t ... \i.,... I A Q1'(., \v,ct,6�N. \ Wc.7 ��"'""' \\_,"l,.? lctt,-7j\ ... .s'?.-56 10,-1.s,-�,to
��II&�� c;A. �O�f,"y yt:.(,l),t& Ce,, (a,,o"
T,. <;.�, LLCL 15 6'7 ��� sT 10,-{,9/ -4l��(Q/ A.1J, u-s,:, ... 1 b A 1�AA.U.C-��e. � 861I Col'-\.
H-'tot,. o -s+.---v(;,h.,.,...�:;,
Ll2.5' 12 � 9-
E
>c-t-M : \Le_' p� i"'.1 @_. t:,..,.,1c.e. 9o3-2o3-077S -SC. Z'1o33 vi,-,J.-..c:S-t-,,,_v�+..,Ats
•Len-..
I
NAME
16_t-i·1t�et t
f.{ u. f c.l ,v,"'
17.s�V'\(\OI"°'\
{)e;,\t)
1s. C rk1�1oa,� Ji.Jr..16
19.5,..J-
-n1Vfs��
� 20. /�r
W,�&/1
21.Ri·Gl�LsJ,«
22.j/-fr7i{ f#l)JV! 4--{;Jl-l
23.Joa.-�0\,ut::tll:""2-
Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects
?; ft> y
D1;��(1 JL JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT
COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE ZIP CODE NUMBER FAXNUMBER EMAIL Prime/Sub
Cf {),yt)foVl '-/�i &//,> f� 7o/,, 7ll-/ >�fl fv1fl,,tArc4;-r,1»1@
�,-...u,,� Au5c...1/a., M �o1°1 C,ro.nsfo11t e�;-Vl fri'ml fee,-, 'ns . c,.-,tt,,.\--J'oocl £�:r�\•ens BiO S\.."'� e."t 110 - l,t 'l,,f -los.3, �""' 17\ I'\ l"IO V"\ , b<.Ats
\�<'-.e.,Jo�v"", C-.Pr 30l ½ Li @,wo oJ-rl(.,, C.ofv'\ Pn,N\e.
I D'7r' 13 it; .SJfl',i,/f'j teb, C/J,e 1.lfo,o/J-b'C., _ju-.lc(
l,.JooD <Si I�k�Nbll¼w,, �A . ':!:,oi'Yf' 170-C/-Z,I -3 '/7 I (!;_. e,,.:> 0 ob F>l..-G,, C-0¼-t P1e,1Mc
E 6' 'j IL.1�01 h-"� A"a...s�.\+.-\.\-,l\""fS��-
F;.,'i"'{ 1).u�i"'\ �'tll ... -k.,"5 tt"'bt..J I G-A '31'-)01
o//D-�'i1f--:Jl.lJ.?,b r:-.f'�k :.:)� I, e,u·VV\,
(4,,-�e JL;! L,1.'Ur; &,� $C 7a.-7�<t-67S-6 Pr:""'ek�. G>A $ti(;/�sl�r'O"f-�
JU ,a.1,;1?,ta.J._� 76',-7.2'l-5?Sl, rl�� ?r.�l��J G4�,��,�-4-
JrB-0 4<J� � 7/P6-7 9t-J1't tJM.�at:,o
� /f c ,$"0uJ7i1-(,1·
fr..'--�c, i � A 3 u )J}-C/Y l.f"6 5 l(Gc..�/Z.g 7 x. 7J.. <r�Lz ·11 W111.ckit2--f-11-'M�ZfL �7'0 ( � �1,.£,cl�/� .t::..-e?M'
NAME
24.
La.u .. .rf.M. 'S.,, 11 I
25.
ik1ro.ll'\�-" k o�n
26.
27.
28.
28.
29.
30.
Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT
COMP ANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAX NUMBER ZIP CODE NUMBER
535 -rd.Pair St. �c.t,,� 530 C6mo l;af\CP Av� ·•<h, C.A 2ottot -r 06 · 82.l · 2.&to6 • (J ' rq 13 Car'v�s C+
Ko"'�'.., Lo(,)� C th"t'.. rl-ee t,, z;�"'L (;, fr''1 o � l <; ,ob ·-z� lt>"o
V DJ y
D 1:� JV'u J
EMAIL Prime/Sub
1�0..u.\@ �u.S\-a ,., 0 .c iµJuV be-,. fa.,.._;}. �/tJL �
, f) �l . &c,/V
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement
Projects – RFQ 18-148Alfred Benesch & Company – Task Order One
Department:Engineering
Presenter:
Caption:Approve Initial Phase funding for Drainage Study, Stormwater
System Assessment and Drainage Improvements Engineering
Services Agreement to Alfred Benesch & Company (Benesch)
in the amount of $114,340.00 for Forrest Hills Drainage Area as
requested by the AED. RFQ 19-148
Background:Stormwater conveyance concerns are wide spread and
particularly in older developed areas. The objective of the
Drainage Improvements projects in area experiencing localized
flooding is to provide infrastructure improvements that mitigate
the flooding conditions in these areas. Frequent, severe flooding
creates threatening and hazardous conditions for residents of the
area, impact local commercial operation and businesses.
Contributing factors to the flooding conditions include
undersized drainage conveyance system, limited or no roadside
curbing, restricted access for system maintenance and deficient
integrated storm conveyance system. The overall need for this
project is to upgrade the infrastructure system within the
designated area including roadway improvements, resurfacing,
or both, adding of curbs, gutters, sidewalks, and drainage
improvements. On May 7, 2019 Commission approved award of
Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvement Projects Engineering
Services Agreement to four qualified firms including Benesch.
W ork is released as Phased Task Order.
Analysis:Due to lack of area specific drainage information, specific
improvements cannot be identified without detailed survey and
engineering analysis of drainage system and hydrological
condition at impacted area. Requested funding approval is for
Task Order one – Initial Phase services Forrest Hills. Drainage
area. Services are provided by Bensch.
Financial Impact:SPLOST 7
Alternatives:1). Do not approve and find alternative to address county-wide
storm conveyance system improvements needs.
Recommendation:Approve Initial Phase funding for Drainage Study, Stormwater
System Assessment and Drainage Improvements Engineering
Services Agreement to Alfred Benesch & Company (Benesch)
in the amount of $114,340.00 for Forrest Hills Drainage Area as
requested by the AED. RFQ 19-148
Funds are
Available in the
Following
Accounts:
SPLOST 7 GL 329-04-1110 (JL 216829903) - 5223110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
August 28, 2019
Hameed Malik, PhD, PE, Director
Augusta Engineering Department
452 Walker St
Augusta, GA 30901
RE: Drainage Analysis Services
Dr Malik:
Attached is a summary scope of services for a task order to analyze drainage issues
in:
a. Goshen neighborhood (including Rio Pinar and Burning Tree Ln),
b. Westside Dr,
c. Old McDuffie Rd,
d. Morningside Dr and Overton Rd,
e. Berckman Rd pond,
f. Washington Rd Regional Drainage,
g. System-wide data coordination.
The costs included are based on the preliminary analytical scope on the award
letters, and based on our previous discussion, I’ve modified the scope to reflect the
preliminary design analysis of each area. As such, each project area will be
reviewed, any data gaps identified, and a preliminary design report generated. If
you would like to meet and discuss each component and how it would be
developed, please let me know.
Thanks,
Wes Byne
Senior Project Manager, Augusta
CONSTANTINE ENGINEERING, INC.
608 Broad St
Suite 2
Augusta, GA 30901
706.664.0664
www.tcgeng.com
Constantine Task Order Proposal AUD Water Systems Integration 1
1. OVERVIEW
Each of our projects will utilize the staff identified in the proposal. While we will lead the effort, ISM
will provide historical knowledge about system issues in each area, and Dewberry will provide
feedback on the modeling scope. Wolverton will provide SUE and survey services, while Cardno will
provide review for environmental resource analysis. Finally, CSL will supplement our existing surface
water monitoring effort in areas that require confined space entry.
2. STUDY AREAS
2.1 GOSHEN NEIGHBORHOOD DRAINAGE
Goshen neighborhood drainage, including the Rio Pinar and Burning Tree Lane areas, is shown in
Figure 1. The fee estimate to perform the tasks established in Section 2.1 is included as Table 1.
Figure 1: Goshen Drainage Basin.
Constantine Task Order Proposal AUD Water Systems Integration 2
2.1.1 SCOPE
The scope of work identified includes the following Tasks:
1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in the
drainage system. In addition, we will utilize historical knowledge of the systems based on ISM’s
staff, and the data collected during the first round of the watershed system inventory from 2016.
Next, we will meet with staff to extract work order data from Cityworks and 311 in order to further
quantify the types of problems encountered in the area. We will attempt to contact the Goshen
neighborhood association, and we will meet with them to gather information and discuss issues in
the neighborhood.
2. Field Verification of the Drainage System-We currently have representative information from
Goshen, and will supplement that information with limited additional field work. We have
budgeted to collect about 50 survey grade rim elevations to verify positive drainage of the entire
system. As necessary, we may install temporary monitors in the Goshen system to record existing
conditions.
3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along
with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic
evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage
system being analyzed, and review the impervious area layers to ensure all representative surfaces
are included. We will layout the system in vertical profiles to ensure that it has positive downhill
flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas
where overland flow routings should be considered in lieu of ponding during system model runs.
We will use the modeling analysis to determine where additional monitoring should be done in the
system. The final design phase will include completion of the modeling task to verify final system
sizes based on final design parameters.
4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other
phases, we will develop a list of priority needs for the system, and analyze if any of those needs will
have special design requirements from either an engineering, land acquisition, or environmental
permitting perspective. We will also consider the regional system around the study area to identify
any downstream or upstream system constraints on the project. We will include these findings in
the preliminary design report.
5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will
identify subsurface utility location needs in order to minimize the impact to other utilities. We will
coordinate any potential impacts with those utilities and detail the extent of any proposed impacts
based on those discussions. We will develop a plan for the appropriate level of service at major
intersections or road crossings that may have a significant impact on other utilities.
6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first
phases, we will develop a detailed plan for the design phase that will minimize time to construction
for each phase of the projects. Based on the previous design tasks, all permit and land acquisition
Constantine Task Order Proposal AUD Water Systems Integration 3
issues will have been identified, as well as SUE requirements, and constraints that may impact the
design.
2.1.2 DELIVERABLES
At the completion of Phase 2.1.1, we will deliver a preliminary design report detailing the information
developed in tasks 1-6 under the scope.
2.1.3 FEE
Table 1: Goshen Fee Estimate.
2.1.4 SCHEDULE
The estimated time to complete the tasks 1-6 in the scope is approximately 10 weeks.
Goshen Drainage Basin Incl Rio Pinar and Burning Tree Ln Phase Item Subtotal
Task 1 Identification of Problem Areas 11,150.00$
Task 2 Field Verification of Drainage System 14,100.00$
Task 3 Outline H&H analysis approach 4,880.00$
Task 4 Identify issues of Concern and design constraints 15,300.00$
Task 5 Identify SUE needs 2,760.00$
Task 6 Identify scope for design phase 20,680.00$
Hours Subtotal Hours 458
Costs Subtotal Costs 68,870.00$
Constantine Task Order Proposal AUD Water Systems Integration 4
2.2 WESTSIDE DRIVE DRAINAGE
The Westside Drive Drainage areas is shown in Figure 2, and the fee estimate is included as Table 2.
Figure 2: Westside Drive Drainage Area.
2.2.1 SCOPE
1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in each
area of the drainage system. In addition, we will utilize historical knowledge of the systems based
on ISM’s staff, and the data collected during the first round of the watershed system inventory from
2016. Next, we will meet with staff to extract work order data from Cityworks and 311 in order to
further quantify the types of problems encountered in the area. We will attempt to contact the
school board and local neighborhood associations, and we will meet with them to gather
information and discuss issues in the neighborhood.
2. Field Verification of the Drainage System-We currently have limited representative information
from the Westside drive area, and will supplement that information with limited additional field
work. We have budgeted to collect about 20 survey grade rim elevations to verify positive drainage
of the entire system. As necessary, we may install temporary monitors in the receiving system to
Constantine Task Order Proposal AUD Water Systems Integration 5
record existing conditions. We currently have a downstream level monitor at Rock Creek and
Stevens Creek road.
3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along
with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic
evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage
system being analyzed, and review the impervious area layers to ensure all representative surfaces
are included. We will layout the system in vertical profiles to ensure that it has positive downhill
flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas
where overland flow routings should be considered in lieu of ponding during system model runs.
We will use the modeling analysis to determine where additional monitoring should be done in the
system. The final design phase will include completion of the modeling task to verify final system
sizes based on final design parameters.
4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other
phases, we will develop a list of priority needs for the system, and analyze if any of those needs will
have special design requirements from either an engineering, land acquisition, or environmental
permitting perspective. We will also consider the regional system around the study area to identify
any downstream or upstream system constraints on the project. We will include these findings in
the preliminary design report.
5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will
identify subsurface utility location needs in order to minimize the impact to other utilities. We will
coordinate any potential impacts with those utilities and detail the extent of any proposed impacts
based on those discussions. We will develop a plan for the appropriate level of service at major
intersections or road crossings that may have a significant impact on other utilities.
6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first
phases, we will develop a detailed plan for the design phase that will minimize time to construction
for each phase of the projects. Based on the previous design tasks, all permit and land acquisition
issues will have been identified, as well as SUE requirements, and constraints that may impact the
design.
2.2.2 DELIVERABLES
At the completion of Phase 2.2.1, we will deliver a preliminary design report detailing the information
developed in tasks 1-6 under the scope.
Constantine Task Order Proposal AUD Water Systems Integration 6
2.2.3 FEE
Table 2: Westside Drive Fee Estimate.
2.2.4 SCHEDULE
The estimated time to complete the tasks 1-6 in the scope is approximately 6 weeks.
West Side Drive Drainage Phase Item Subtotal
Task 1 Identification of Problem Areas 4,840.00$
Task 2 Field Verification of Drainage System 9,390.00$
Task 3 Outline H&H analysis approach 4,690.00$
Task 4 Identify issues of Concern and design constraints 6,460.00$
Task 5 Identify SUE needs 1,640.00$
Task 6 Identify scope for design phase 9,840.00$
Hours Subtotal Hours 260
Costs Subtotal Costs 36,860.00$
Constantine Task Order Proposal AUD Water Systems Integration 7
2.3 OLD MCDUFFIE ROAD DRAINAGE
The Old McDuffie Road Drainage areas is shown in Figure 3, and the fee estimate is included as Table
3.
Figure 3: Old McDuffie Road Drainage Area.
2.3.1 SCOPE
1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in each
area of the drainage system. In addition, we will utilize historical knowledge of the systems based
on ISM’s staff, and the data collected during the first round of the watershed system inventory from
2016. Next, we will meet with staff to extract work order data from Cityworks and 311 in order to
further quantify the types of problems encountered in the area. We will meet with any civic
associations which are identified as key stakeholders to gather information and discuss issues in
the surrounding neighborhoods.
2. Field Verification of the Drainage System-We currently have limited representative information
from the Old McDuffie Road area, and will supplement that information with additional field work.
We have budgeted to collect about 20 survey grade rim elevations to verify positive drainage of the
Constantine Task Order Proposal AUD Water Systems Integration 8
entire system. As necessary, we may install temporary monitors in the receiving systems to record
existing conditions.
3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along
with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic
evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage
system being analyzed, and review the impervious area layers to ensure all representative surfaces
are included. We will layout the system in vertical profiles to ensure that it has positive downhill
flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas
where overland flow routings should be considered in lieu of ponding during system model runs.
We will use the modeling analysis to determine where additional monitoring should be done in the
system. The final design phase will include completion of the modeling task to verify final system
sizes based on final design parameters.
4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other
phases, we will develop a list of priority needs for the system, and analyze if any of those needs will
have special design requirements from either an engineering, land acquisition, or environmental
permitting perspective. We will also consider the regional system around the study area to identify
any downstream or upstream system constraints on the project. We will include these findings in
the preliminary design report.
5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will
identify subsurface utility location needs in order to minimize the impact to other utilities. We will
coordinate any potential impacts with those utilities and detail the extent of any proposed impacts
based on those discussions. We will develop a plan for the appropriate level of service at major
intersections or road crossings that may have a significant impact on other utilities.
6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first
phases, we will develop a detailed plan for the design phase that will minimize time to construction
for each phase of the projects. Based on the previous design tasks, all permit and land acquisition
issues will have been identified, as well as SUE requirements, and constraints that may impact the
design.
2.3.2 DELIVERABLES
At the completion of Phase 2.3.1, we will deliver a preliminary design report detailing the information
developed in tasks 1-6 under the scope.
Constantine Task Order Proposal AUD Water Systems Integration 9
2.3.3 FEE
Table 3: Old McDuffie Rd Fee Estimate.
2.3.4 SCHEDULE
The estimated time to complete the tasks 1-6 in the scope is approximately 8 weeks
Old McDuffie Road Drainage Phase Item Subtotal
Task 1 Identification of Problem Areas 5,240.00$
Task 2 Field Verification of Drainage System 15,780.00$
Task 3 Outline H&H analysis approach 5,060.00$
Task 4 Identify issues of Concern and design constraints 6,200.00$
Task 5 Identify SUE needs 1,640.00$
Task 6 Identify scope for design phase 8,200.00$
Hours Subtotal Hours 328
Costs Subtotal Costs 42,120.00$
Constantine Task Order Proposal AUD Water Systems Integration 10
2.4 OVERTON ROAD AND MORNINGSIDE DRIVE DRAINAGE
The Overton Road and Morningside Drive Drainage areas are shown in Figure 4, and the fee estimate
is included as Table 4.
Figure 4: Overton Road Drainage Area.
2.4.1 SCOPE
1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in each
area of the drainage system. In addition, we will utilize historical knowledge of the systems based
on ISM’s staff, and the data collected during the first round of the watershed system inventory from
2016. Next, we will meet with staff to extract work order data from Cityworks and 311 in order to
further quantify the types of problems encountered in the area. We will attempt to contact the
residents impacted by drainage problems in the neighborhood, and we will meet with them to
gather information and discuss their particular conditions.
2. Field Verification of the Drainage System-We currently have representative information from the
Country Club Hills area, and will supplement that information with limited additional field work.
We have budgeted to collect about 12 survey grade rim elevations to verify positive drainage of the
Constantine Task Order Proposal AUD Water Systems Integration 11
entire system. As necessary, we may install temporary monitors in the receiving system to record
existing conditions.
3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along
with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic
evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage
system being analyzed, and review the impervious area layers to ensure all representative surfaces
are included. We will layout the system in vertical profiles to ensure that it has positive downhill
flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas
where overland flow routings should be considered in lieu of ponding during system model runs.
We will use the modeling analysis to determine where additional monitoring should be done in the
system. The final design phase will include completion of the modeling task to verify final system
sizes based on final design parameters.
4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other
phases, we will develop a list of priority needs for the system, and analyze if any of those needs will
have special design requirements from either an engineering, land acquisition, or environmental
permitting perspective. We will also consider the regional system around the study area to identify
any downstream or upstream system constraints on the project. We will include these findings in
the preliminary design report.
5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will
identify subsurface utility location needs in order to minimize the impact to other utilities. We will
coordinate any potential impacts with those utilities and detail the extent of any proposed impacts
based on those discussions. We will develop a plan for the appropriate level of service at major
intersections or road crossings that may have a significant impact on other utilities.
6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first
phases, we will develop a detailed plan for the design phase that will minimize time to construction
for each phase of the projects. Based on the previous design tasks, all permit and land acquisition
issues will have been identified, as well as SUE requirements, and constraints that may impact the
design.
2.4.2 DELIVERABLES
At the completion of Phase 2.4.1, we will deliver a preliminary design report detailing the information
developed in tasks 1-6 under the scope.
Constantine Task Order Proposal AUD Water Systems Integration 12
2.4.3 FEE
Table 4: Overton Road Fee Estimate.
2.4.4 SCHEDULE
The estimated time to complete the tasks 1-6 in the scope is approximately 4 weeks.
Overton Rd Drainage Phase Item Subtotal
Task 1 Identification of Problem Areas 5,660.00$
Task 2 Field Verification of Drainage System 5,700.00$
Task 3 Outline H&H analysis approach 3,280.00$
Task 4 Identify issues of Concern and design constraints 4,560.00$
Task 5 Identify SUE needs 1,120.00$
Task 6 Identify scope for design phase 2,370.00$
Hours Subtotal Hours 172
Costs Subtotal Costs 22,690.00$
Constantine Task Order Proposal AUD Water Systems Integration 13
2.5 BERCKMAN ROAD POND DRAINAGE
The Berckman Road Pond area is shown in Figure 5, and the fee estimate is included as Table 5.
Figure 5: Berckman Road Pond Drainage Area.
2.5.1 SCOPE
1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in each
area of the drainage system. In addition, we will utilize historical knowledge of the systems based
on ISM’s staff, and the data collected during the first round of the watershed system inventory from
2016. Next, we will meet with staff to extract work order data from Cityworks and 311 in order to
further quantify the types of problems encountered in the area. We will meet with neighboring
landowners to fully expand the scope limits on analysis of this system.
2. Field Verification of the Drainage System-We currently have limited representative information
from the area, and will supplement that information with limited additional field work and record
drawings of the area. We have budgeted to collect about 24 survey grade rim elevations to verify
positive drainage of the entire system. As necessary, we may install temporary monitors in the
receiving system to record existing conditions.
Constantine Task Order Proposal AUD Water Systems Integration 14
3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along
with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic
evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage
system being analyzed, and review the impervious area layers to ensure all representative surfaces
are included. We will layout the system in vertical profiles to ensure that it has positive downhill
flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas
where overland flow routings should be considered in lieu of ponding during system model runs.
We will use the modeling analysis to determine where additional monitoring should be done in the
system. The final design phase will include completion of the modeling task to verify final system
sizes based on final design parameters.
4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other
phases, we will develop a list of priority needs for the system, and analyze if any of those needs will
have special design requirements from either an engineering, land acquisition, or environmental
permitting perspective. We will also consider the regional system around the study area to identify
any downstream or upstream system constraints on the project. We will include these findings in
the preliminary design report.
5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will
identify subsurface utility location needs in order to minimize the impact to other utilities. We will
coordinate any potential impacts with those utilities and detail the extent of any proposed impacts
based on those discussions. We will develop a plan for the appropriate level of service at major
intersections or road crossings that may have a significant impact on other utilities.
6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first
phases, we will develop a detailed plan for the design phase that will minimize time to construction
for each phase of the projects. Based on the previous design tasks, all permit and land acquisition
issues will have been identified, as well as SUE requirements, and constraints that may impact the
design.
2.5.2 DELIVERABLES
At the completion of Phase 2.5.1, we will deliver a preliminary design report detailing the information
developed in tasks 1-6 under the scope.
Constantine Task Order Proposal AUD Water Systems Integration 15
2.5.3 FEE
Table 5: Berckman Road Pond Fee Estimate.
2.5.4 SCHEDULE
The estimated time to complete the tasks 1-6 in the scope is approximately 7 weeks.
Berckman Rd Pond Phase Item Subtotal
Task 1 Identification of Problem Areas 3,200.00$
Task 2 Field Verification of Drainage System 9,140.00$
Task 3 Outline H&H analysis approach 1,640.00$
Task 4 Identify issues of Concern and design constraints 10,640.00$
Task 5 Identify SUE needs 1,120.00$
Task 6 Identify scope for design phase 14,260.00$
Hours Subtotal Hours 276
Costs Subtotal Costs 40,000.00$
Constantine Task Order Proposal AUD Water Systems Integration 16
2.6 WASHINGTON ROAD REGIONAL DRAINAGE
The Washington Road Regional Drainage area is shown in Figure 6, and the fee estimate is included
as Table 6.
Figure 6: Washington Road Regional Drainage Area.
2.6.1 SCOPE
1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in each
area of the drainage system. In addition, we will utilize historical knowledge of the systems based
on ISM’s staff, and the data collected during the first round of the watershed system inventory from
2016. Next, we will meet with staff to extract work order data from Cityworks and 311 in order to
further quantify the types of problems encountered in the area. We will attempt to contact the
neighboring landowners, and we will meet with them to gather information and discuss issues in
the neighborhood.
2. Field Verification of the Drainage System-We currently have representative information from area,
and we have supplemented that information with additional field work. We have not budgeted
additional field services beyond the preliminary inspection data currently performed.
Constantine Task Order Proposal AUD Water Systems Integration 17
3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along
with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic
evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage
system being analyzed, and review the impervious area layers to ensure all representative surfaces
are included. We will layout the system in vertical profiles to ensure that it has positive downhill
flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas
where overland flow routings should be considered in lieu of ponding during system model runs.
We will use the modeling analysis to determine where additional monitoring should be done in the
system. The final design phase will include completion of the modeling task to verify final system
sizes based on final design parameters.
4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other
phases, we will develop a list of priority needs for the system, and analyze if any of those needs will
have special design requirements from either an engineering, land acquisition, or environmental
permitting perspective. We will also consider the regional system around the study area to identify
any downstream or upstream system constraints on the project. We will include these findings in
the preliminary design report.
5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will
identify subsurface utility location needs in order to minimize the impact to other utilities. We will
coordinate any potential impacts with those utilities and detail the extent of any proposed impacts
based on those discussions. We will develop a plan for the appropriate level of service at major
intersections or road crossings that may have a significant impact on other utilities.
6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first
phases, we will develop a detailed plan for the design phase that will minimize time to construction
for each phase of the projects. Based on the previous design tasks, all permit and land acquisition
issues will have been identified, as well as SUE requirements, and constraints that may impact the
design.
2.6.2 DELIVERABLES
At the completion of Phase 2.5.1, we will deliver a preliminary design report detailing the information
developed in tasks 1-6 under the scope.
Constantine Task Order Proposal AUD Water Systems Integration 18
2.6.3 FEE
Table 6: Washington Road Regional Drainage Fee Estimate.
2.6.4 SCHEDULE
The estimated time to complete the tasks 1-6 in the scope is approximately 4 weeks.
Washington Road Regional Drainage Phase Item Subtotal
Task 1 Identification of Problem Areas 4,220.00$
Task 2 Field Verification of Drainage System 5,540.00$
Task 3 Outline H&H analysis approach 1,640.00$
Task 4 Identify issues of Concern and design constraints 4,920.00$
Task 5 Identify SUE needs 820.00$
Task 6 Identify scope for design phase 7,860.00$
Hours Subtotal Hours 172
Costs Subtotal Costs 25,000.00$
Constantine Task Order Proposal AUD Water Systems Integration 19
2.7 COORDINATION AND OVERSIGHT OF DATA AND MODELING EFFORT
The fee estimate to coordinate GIS data and the overall Augusta Engineering Modeling effort is
included as Table 7.
2.7.1 SCOPE
We will serve as the clearinghouse for all AED storm system GIS data as well as any historical
drawings that we have. We will communicate directly with all participating consulting firms and will
copy all correspondence to AED. We will convey all existing electronic information about each
project area, as well as additional information collected during continuous data collection under the
system-wide mapping project. We will reciprocate and receive all new information and incorporate it
into the mapping system. We will locate all available scanned imagery and convey it to the
consultants as well. Finally, we will share any previous modeling analysis, and write a tech memo on
AED model parameterization.
2.7.2 DELIVERABLE
We will convey all available information to the other consultants and meet as necessary to ensure the
latest, most accurate data is used. We will also produce a tech memo on the preferred model
parameterization techniques for AED.
2.7.3 FEE
Table 7: Data Coordination and Modeling Coordination Fee Estimate.
2.7.3 SCHEDULE
The estimated time to deliver this scope in section 2.7.1 is 4 weeks for data transfer and the modeling
white paper. Continuous data transfer will occur during the entirety of the Transportation
Improvement Act (TIA) and drainage analysis contracts.
Coordination and Oversight of Data and Modeling Effort Phase Item Subtotal
Task 7a GIS Data Export / Import 6,700.00$
Task 7b Scanned Drawing Export / Import 10,120.00$
Task 7c Model Coordination 10,800.00$
Hours Subtotal Hours 244
Costs Subtotal Costs 27,620.00$
Constantine Task Order Proposal AUD Water Systems Integration 20
2.8 FEE TOTALS
The fee estimates to perform all tasks for all sites listed in Sections 1 and 2 are shown in Table 8.
Table 8: Total Fees for All Sites.
All Areas Phase Totals
Area 1 Goshen Drainage Basin Incl Rio Pinar and Burning Tree Ln 68,870.00$
Area 2 West Side Drive Drainage 36,860.00$
Area 3 Old McDuffie Road Drainage 42,120.00$
Area 4 Overton Rd Drainage 22,690.00$
Area 5 Berckman Rd Pond 40,000.00$
Area 6 Washington Road Regional Drainage 25,000.00$
Subtotal Costs Subtotal Costs 235,540.00
Task 7a GIS Data Export / Import 6,700.00$
Task 7b Scanned Drawing Export / Import 10,120.00$
Task 7c Model Coordination 10,800.00$
Subtotal Costs Subtotal Costs 27,620.00
Costs Total Costs 263,160.00$
Request for Qualifications
Request for Qualifications will be received at this office until Thursday, February 21, 2019 @ 11:00 a.m. for furnishing
for the Augusta, GA - Engineering Department:
RFQ 19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements
Project
RFQ 19-152 Engineering Services for Streambank Stabilization Design, Permitting and Construction
RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901.
A Pre Qualifications Conference for RFQ 19-148 will be held on Tuesday, February 5, 2019 @ 10:00 a.m. in the
Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901.
A Pre Qualifications Conference for RFQ 19-152 will be held on Tuesday, February 5, 2019 @ 11:00 a.m. in the
Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, February 6, 2019,
@ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered.
No RFQ may be withdrawn for a period of sixty (60) days after qualifications have been opened, pending the execution
of contract with the successful vendor.
Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall
include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and
conditions, applicable to the procurement. All specific requirements contained in the request for qualification
including, but not limited to, the number of copies needed, the timing of the submission, the required financial
data, and any other requirements designated by the Procurement Department are considered material conditions
of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any
such material condition shall be submitted through the Procurement Director to the appropriate committee of the
Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the
outside of the envelope.
Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the
proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle January 10, 17, 24, 31, 2019
Metro Courier January 10, 2019
OFFICIAL
Page 1 of 1
VENDORS Attachment
"B"
E-Verify
Number
SAVE
Form Original 7
Copies
BENESCH
1005 BROAD STREET SUITE 200
AUGUSTA, GA 30901
Yes 307873 Yes Yes Yes
GOODWYN, MILLS, AND CAWOOD, INC
6120 POWERS FERRY RD NW
SUITE 350
ATLANTA, GA 30339
Yes 425070 Yes Yes Yes
MORELAND ALTOBELLI ASSOCIATES, LLC
2450 COMMERCE AVENUE
SUITE 100
DULUTH, GA 30096
Yes 53328 Yes Yes Yes
EMC-ENGINEERING SERVICES
4424 COLUMBIA RD SUITE B
MARTINEZ, GA 30907
Yes 324745 Yes Yes Yes
HUSSEY, GAY, BELL & DEYOUNG, INC,
CONSULTING ENGINEERS
329 COMMERCIAL DR SUITE 200
SAVANNAH, GA 31406
Yes 398475 Yes Yes Yes
CONSTANTINE ENGINEERING, INC
1570 BROAD STREET SUITE C
AUGUSTA, GA 30904
Yes 104087 Yes Yes Yes
JOHNSON, LASCHOBER & ASSOCIATES,
P.C.
1296 BROAD STREET
AUGUSTA, GA 30901
Yes 226309 Yes Yes Yes
W. K. DICKSON & CO.
1450 GREENE STREET
SUITE 225
AUGUSTA, GA 30901
Yes 110665 Yes Yes Yes
CRANSTON ENGINEERING GROUP. P.C.
452 ELLIS STREET
AUGUSTA, GA 30903
Yes 64684 Yes Yes Yes
ZIMMERMAN, EVANS AND LEOPOLD, INC
435 TELFAIR STREET
AUGUSTA, GA 30901
Yes 257101 Yes Yes Yes
RFQ Opening - RFQ Item #19-148
Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvements Project
for the Augusta, GA – Engineering Department
RFQ Due: Thursday, February 21, 2019 @ 11:00 a.m.
Total Number Specifications Mailed Out: 24
Total Number Specifications Download (Demandstar): 5
Total Electronic Notifications (Demandstar): 103
Pre Qualifications Conference Attendees: 20
Total packages submitted: 10
Total Noncompliant: 0
ALFRED BENESCH
1005 BROAD STREET
SUITE 200
AUGUSTA, GA 30901
CRANSTON
ENGINEERING
452 ELLIS STREET
AUGUSTA, GA 30903-
2546
CONSTANTINE
ENGINEERING, INC
1570 BROAD STREET
SUITE C
AUGUSTA, GA 30904
GOODWYN, MILLS
AND CAWOOD, INC
1450 GREENE STREET
STE 505
AUGUSTA, GA 30901
EMC-ENGINEERING
SERVICES
4424 COLUMBIA RD
SUITE B
MARTINEZ, GA 30907
HUSSEY, GAY, BELL &
DEYOUNG, INC,
CONSULTING
ENGINEERS
329 COMMERCIAL DR
SUITE 200
MORELAND
ALTOBELLI
ASSOCIATES, LLC
2450 COMMERCE
AVENUE
SUITE 100
JOHNSON,
LASCHOBER &
ASSOCIATES, P.C.
1296 BROAD STREET
AUGUSTA, GA 30901
W. K. DICKSON & CO.
1450 GREENE STREET
SUITE 225
AUGUSTA, GA 30901
ZIMMERMAN, EVANS
AND LEOPOLD, INC
435 TELFAIR STREET
AUGUSTA, GA 30901
ALFRED BENESCH
1005 BROAD STREET
SUITE 200
AUGUSTA, GA 30901
CRANSTON
ENGINEERING
452 ELLIS STREET
AUGUSTA, GA 30903-
2546
CONSTANTINE
ENGINEERING, INC
1570 BROAD STREET
SUITE C
AUGUSTA, GA 30904
GOODWYN, MILLS
AND CAWOOD, INC
1450 GREENE STREET
STE 505
AUGUSTA, GA 30901
EMC-ENGINEERING
SERVICES
4424 COLUMBIA RD
SUITE B
MARTINEZ, GA 30907
HUSSEY, GAY, BELL &
DEYOUNG, INC,
CONSULTING
ENGINEERS
329 COMMERCIAL DR
SUITE 200
MORELAND
ALTOBELLI
ASSOCIATES, LLC
2450 COMMERCE
AVENUE
SUITE 100
JOHNSON,
LASCHOBER &
ASSOCIATES, P.C.
1296 BROAD STREET
AUGUSTA, GA 30901
W. K. DICKSON & CO.
1450 GREENE STREET
SUITE 225
AUGUSTA, GA 30901
ZIMMERMAN, EVANS
AND LEOPOLD, INC
435 TELFAIR STREET
AUGUSTA, GA 30901
Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5
Evaluation Criteria Ranking Points
1. Completeness of Response
• Package submitted by the deadline
• Package is complete (includes requested information as required
per this solicitation)
• Attachment B is complete, signed and notarized
N/A Pass/Fail PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS
2. Qualifications & Experience (0-5)15 3.7 3.8 4.2 4.3 3.0 3.0 3.0 3.8 3.7 3.0 55.0 57.5 62.5 65.0 45.0 45.0 45.0 57.5 55.0 45.0
3. Organization & Approach (0-5)20 3.7 3.7 3.7 4.2 2.3 3.0 2.7 3.2 3.3 2.7 73.3 73.3 73.3 83.3 46.7 60.0 53.3 63.3 66.7 53.3
Scope of Services
The project scope of work shall include the following:
• Assessment of available relevant studies and data.
• Specific relevant experience of your company specific to
“drainage conveyance system” concept and design.
• A detailed description of the proposed technical approach to be
taken for the performance of the required services
(0-5)25 4.0 3.8 3.7 4.7 3.0 3.3 3.0 3.5 3.3 3.0 100.0 95.8 91.7 116.7 75.0 83.3 75.0 87.5 83.3 75.0
5. Financial Stability (0-5)10 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 4.7 5.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 46.7 50.0
6. References (0-5)5 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0
Within Richmond County 5 10 5 5 5 5 5 5 5 50 50 50 50 0 0 0 50 50 50
Within CSRA 5 6 5 0 0 0 0 30 0 0 0 0 0
Within Georgia 5 4 5 5 0 0 0 0 0 20 20 0 0 0
Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 0 0 0 0 0 0 0 0 0
All Others 5 1 0 0 0 0 0 0 0 0 0 0
26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3
8. Presentation by Team (0-5)10 0 0 0 0 0 0 0 0 0 0
9 Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 0 0 0 0 0
Total Phase 2 - (Total Maximum Ranking 10 -
Maximum Weighted Total Possible 75) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3
Scale 0 (Low) to 5 (High)
Procurement DepartmentRepresentative:__________Nancy Williams__________________________________
Procurement Department Completion Date: _________3/1/19___________________
Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
Internal Use Only
Total Cumulative Score
(Maximum point is 500)
Evaluator: ___Cumulative _____________________________ Date: __3/11/19
RFQ Item #19-148
Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvements Project
for the Augusta, GA – Engineering Department
RFP Evaluation Meeting: Monday, March 11, 2019 @ 3:30 p.m.
Weighted Scores
Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only)
Vendors
Phase 1 Total - (Total Maximum Ranking 25 -
Maximum Weighted Total Possible 425)
Phase 1
Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted ScoresWeighted Scores Weighted Scores
..
NAME
1 3.�o.u.�O'£aiqaj
4.�M"'\
��
5.L,lioJWeJh
6.�UV\�I
Stt�(CA
1_\N es B�Vlt
Pre-Qualifications Conference Sign-in Sheet
RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects
COMPANY/DEPT.
'j(}t)lfflllent
\.Al���
w � 'D (t:-�o,..:)
'Pl)tJi)
Cons��
For Augusta, Georgia -Engineering Department
Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT
ADDRESS/CITY/STATE/ ZIP CODE
535 Telfair Street, Suite 605
AuJ;!;Usta! GA 30901
535 Telfair Street, Suite 605 Augusta, GA 30901
I 2 l'1' A&r�U-{ S+
Colu � lo'--ci &C I 2-<it �
lA9'.::> �tJ� �h� -t.:z.a,
�°t'A, I C:)r, �0
I.Lf-5::> G,--c.-sr s��'l-5
AUGrVSTA � �o1
lo i1 tJ w ��kl t\V�ht &Pr 1;D� D1
TELEPHONE NUMBER
706-821-2423
706-821-2888
9?3-l�Cz-
0444--
10(p ,1"2-'Z.. �i�
Sc..1t-"3l� I.sea
1JOXJ, '1 Dl-f 7 � B t../ 007
·7a, -·'flt..{-�S3'5
FAXNUMBER
706-821-2811
706-821-2811
1 fb lf
bi :!/'(1 41
EMAIL
procbidandcontract @augustaga.gov
procbidandcontract @augustaga.gov
m obr-ten-pitk
hlt,;s�ft
�� w ¥-6,c�at.l
\�l.s.Cf? wl<..d, c..�.
�lo(0 �e._ r(?v1dw, lC>fYI
'Wt, jn,e(tW
Prime/Sub
l=t�
lco"'\
?
ip
f'
\'5·1, �'°�J st�G
��te--GA 3d?"Lf ·-f C-ij � • CoM �
I
NAME
8.,11/1!415��
9.{IV/ oirc:...Jo,.J�
10.cri¾
Ha t'1 Ma< lu. 'C\cl
11• {Yiu
/p-;14) 12.Ko...--t'b0,J
13. G,� \-\�-;' L 14.l�\� \.. �
ts. M ,' k r;"'�
Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvements Projects 2fl
br�,f11"JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m.
PLEASE PRINT
COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAXNUMBER EMAIL ZIP CODE NUMBER Prime/Sub
/7lc7h!P�7 � �1� .s l'l»vvtt.5;-;lfn--/1,z -lf78J,,,2l/b ds rn l-/.e.Je /J/,to£a1,· 5/t"rid-�v�/"' �/o-P -zzq 8'WI iqt4-z;-.. 11e+-'P
"1�re--( rAr-J b / 6 5 v v / h /1--. rr& tµ7B✓41 J,-tP7H,, 'Iii JA1J v r d wt @_,f 4/�hetl,\ ¾, 5.,,..Y\.:/4r:n,;//pL � fj /{,(J e1ro M�o � .,iQf
A I.fr�& R:-Y\C,5c.. (c:JtJ;,S-13�4 ::S{.?at:. 72.� �6 Z'2.'-. e.hc:t>MM•rf�u,cl' �c,;/e.-zoo t;tl'( �Z-t°{ e__ be ..,�Jc-'n. p G .. � C-..Aua u � f-et (i,4 31!,� It Covn
...J c-;111c 11./�t> OIHNF 5r, 'fa� -Z'5/ -K1ttr.�'r-�DP. �'4-1li �4-15 t:{()f'I -Aitc,t,t J r,4 ,/Jil ? "'" J C,d,f,f
l��D �{a.c�¼ � 40<-t-9 <:,s--ljDl.\-9(p5 -Ka.-t�e r :J\e
AE,CoM �\t(J so01 1\1.\.�+� I 7085'" q(p(:)5"' su(d (gQ�(Of 1. p<'::.A.. 303�9 (,crv'"'\
Ro� c�t ... \i.,... I A Q1'(., \v,ct,6�N. \ Wc.7 ��"'""' \\_,"l,.? lctt,-7j\ ... .s'?.-56 10,-1.s,-�,to
��II&�� c;A. �O�f,"y yt:.(,l),t& Ce,, (a,,o"
T,. <;.�, LLCL 15 6'7 ��� sT 10,-{,9/ -4l��(Q/ A.1J, u-s,:, ... 1 b A 1�AA.U.C-��e. � 861I Col'-\.
H-'tot,. o -s+.---v(;,h.,.,...�:;,
Ll2.5' 12 � 9-
E
>c-t-M : \Le_' p� i"'.1 @_. t:,..,.,1c.e. 9o3-2o3-077S -SC. Z'1o33 vi,-,J.-..c:S-t-,,,_v�+..,Ats
•Len-..
I
NAME
16_t-i·1t�et t
f.{ u. f c.l ,v,"'
17.s�V'\(\OI"°'\
{)e;,\t)
1s. C rk1�1oa,� Ji.Jr..16
19.5,..J-
-n1Vfs��
� 20. /�r
W,�&/1
21.Ri·Gl�LsJ,«
22.j/-fr7i{ f#l)JV! 4--{;Jl-l
23.Joa.-�0\,ut::tll:""2-
Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects
?; ft> y
D1;��(1 JL JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT
COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE ZIP CODE NUMBER FAXNUMBER EMAIL Prime/Sub
Cf {),yt)foVl '-/�i &//,> f� 7o/,, 7ll-/ >�fl fv1fl,,tArc4;-r,1»1@
�,-...u,,� Au5c...1/a., M �o1°1 C,ro.nsfo11t e�;-Vl fri'ml fee,-, 'ns . c,.-,tt,,.\--J'oocl £�:r�\•ens BiO S\.."'� e."t 110 - l,t 'l,,f -los.3, �""' 17\ I'\ l"IO V"\ , b<.Ats
\�<'-.e.,Jo�v"", C-.Pr 30l ½ Li @,wo oJ-rl(.,, C.ofv'\ Pn,N\e.
I D'7r' 13 it; .SJfl',i,/f'j teb, C/J,e 1.lfo,o/J-b'C., _ju-.lc(
l,.JooD <Si I�k�Nbll¼w,, �A . ':!:,oi'Yf' 170-C/-Z,I -3 '/7 I (!;_. e,,.:> 0 ob F>l..-G,, C-0¼-t P1e,1Mc
E 6' 'j IL.1�01 h-"� A"a...s�.\+.-\.\-,l\""fS��-
F;.,'i"'{ 1).u�i"'\ �'tll ... -k.,"5 tt"'bt..J I G-A '31'-)01
o//D-�'i1f--:Jl.lJ.?,b r:-.f'�k :.:)� I, e,u·VV\,
(4,,-�e JL;! L,1.'Ur; &,� $C 7a.-7�<t-67S-6 Pr:""'ek�. G>A $ti(;/�sl�r'O"f-�
JU ,a.1,;1?,ta.J._� 76',-7.2'l-5?Sl, rl�� ?r.�l��J G4�,��,�-4-
JrB-0 4<J� � 7/P6-7 9t-J1't tJM.�at:,o
� /f c ,$"0uJ7i1-(,1·
fr..'--�c, i � A 3 u )J}-C/Y l.f"6 5 l(Gc..�/Z.g 7 x. 7J.. <r�Lz ·11 W111.ckit2--f-11-'M�ZfL �7'0 ( � �1,.£,cl�/� .t::..-e?M'
NAME
24.
La.u .. .rf.M. 'S.,, 11 I
25.
ik1ro.ll'\�-" k o�n
26.
27.
28.
28.
29.
30.
Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT
COMP ANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAX NUMBER ZIP CODE NUMBER
535 -rd.Pair St. �c.t,,� 530 C6mo l;af\CP Av� ·•<h, C.A 2ottot -r 06 · 82.l · 2.&to6 • (J ' rq 13 Car'v�s C+
Ko"'�'.., Lo(,)� C th"t'.. rl-ee t,, z;�"'L (;, fr''1 o � l <; ,ob ·-z� lt>"o
V DJ y
D 1:� JV'u J
EMAIL Prime/Sub
1�0..u.\@ �u.S\-a ,., 0 .c iµJuV be-,. fa.,.._;}. �/tJL �
, f) �l . &c,/V
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement
Projects – RFQ 19-148 Constantine Engineering – Task Order One - Goshen
Department:Engineering
Presenter:
Caption:Approve Initial Phase funding for Drainage Study, Stormwater
System Assessment and Drainage Improvements Engineering
Services Agreement to Constantine Engineering (Constantine) in
the amount of $223,160.00 for Goshen and other Selected
Drainage Basins as requested by the AED. RFQ 19-148
Background:Stormwater conveyance concerns are wide spread and
particularly in older developed areas. The objective of Drainage
Improvements projects in area experiencing localized flooding is
to provide infrastructure improvements that mitigate the
flooding conditions in these areas. Frequent, severe flooding
creates threatening and hazardous conditions for residents of the
area, impact local commercial operation and businesses.
Contributing factors to the flooding conditions include
undersized drainage conveyance system, limited or no roadside
curbing, restricted access for system maintenance and deficient
integrated storm conveyance system. The overall need for this
project is to upgrade the infrastructure system within the
designated area including roadway improvements, resurfacing,
or both, adding of curbs, gutters, sidewalks, and drainage
improvements. On May 7, 2019 Commission approved award of
Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvement Projects Engineering
Services Agreement to four qualified firms including
Constantine. W ork is released as Phased Task Order.
Analysis:Due to lack of area specific drainage information, specific
improvements cannot be identified without detailed survey and
engineering analysis of drainage system and hydrological
condition at impacted area. Requested funding approval is for
Task Order one – Initial Phase services Selected Drainage
Basins (Goshen, West Side Drive, Old McDuffie Rd., Overton
Rd., Washington Rd.). Services are provided by Constantine.
Financial Impact:Stormwater Utility Funds ($144,180) and AED SPLOST VI
($78,980).
Alternatives:1). Do not approve and find alternative to address county-wide
storm conveyance system improvements needs.
Recommendation:Approve Initial Phase funding for Drainage Study, Stormwater
System Assessment and Drainage Improvements Engineering
Services Agreement to Constantine Engineering (Constantine) in
the amount of $223,160.00 for Goshen and other Selected
Drainage Basins as requested by the AED.
Funds are
Available in the
Following
Accounts:
Stormwater Utility Funds ($144,180.00) 581044320-5211120
Westside Dr. SPLOST VI ($36,860.00) 328041110-5223110-JL
211828702 Old McDuffie Rd. SPLOST VI ($42,120)
328041110-5223110-JL 211828501
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
!(!(
!(
!(
!(
!(
!(
!(
!.
!.
!(!.
!.
!(!(
!(
!(
!(
!(
#*
&
!.
!(
!(
!(
!(
")
!(
!(
!(
!(
!(
!(
!(
!(
!(")")!(
!(
!(
!(
!(
!(
!(
!(
")
!.
!.
!(
!.&
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
")")")")
!.
!.
!(
!.
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!.
!(
")
")
")
!.
!.
!(
!(
!(
!(
!.
!(
!(
!(
!.&!.!(
!(
!(
!(
!(
!(
!.
!(
!(
!(
!(
")
")
")
")
!(
!(
")
")
")")
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
")
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
")
")")
")
")
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!.
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!.
!(
!(
!(
!(
!(
!(
!.
!(
!(!(
!(
!(
!(
!(
!.
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(!(
!(!(
!(
!(
!(
!(!(
!(!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!.
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!.
!(
!(
!(!(
!(
!(
!(
!(
!(!(
!(!(
!(!(
!(!(
!(!(
!(
!(
!(
!(
!(!(
!(
!(!(!(!(
!(!(
!(!(
!(!(
!(
!(!(!(!(
!(!(
!(!(
!(!(
!(!(
!(
!(!(
!(!(
!(!(
!(!(
!(!(!(
!(
!(!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(!(!(
!(
!.!.
!(
!(
!(
!(
!(!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
&
!(
&
&
&&
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!.
!(
!.
!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!.
!.
!.
!.
!(
!(
!(
!(
!(
!(
!(
!(!.!.
!(
!(
!.
!.
!(
!.
!(
!(
!.
!(
!(
!(
!(!(
!(
!(
!(
!.
!.!.!.
!.
!.!.!.!.!.
!.!.
!.!.
!.
!.
!.
!.
!.!.
!(
!.
!.!.
!.!.
!.!.
!.
!.
!.
!.!.
!.
!.
!.
!.
!.!.!.!.!.
!.!.
!.
!.
!.
!.!.!.
!.
!.
!(
!.!.
!.!.
!.!.
!.!.
!.!.!.
!.
!.
!.!.
!(
!(
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.!.
!.!.
!.
!.
!.!.
!.
!.
!.
!.!.!.
!.
!.!.
!.!.
!.
!.
!.
!.
!.!.
!.
!.
!.
!.
!.
!.!.!.!.
!.!.!.!.!.!.!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!(
!(
!(
!(
!(
!(
!(!(!(!(
!(
!(
!(
!(
!(
!(!.!.
!.!(
!(
!(
!(
!(
!(
!(
!(
!(
!(!(
!(
!(!(
!(
!(
!(!(
!(
!(!(
!(
!(
!(
!(
!(
!(
!(
!(!(!(!(!(!(!(!(
!(!(!(
!(!(
!(!(!(
!(
!(
!(!(!(!(
!(
!(
!(
!(
!(
!(
!(!(
!(!(!(!(
!(
!(!(
!(!(
!(!(
!(
!(
!(!(
!(!(!(
!(!(
!(
!(!(
!.
!.!(!(!(!(
!(!(
!.")!(!(
!(!(!(!(!(
!.!.!.!.
!.!.!.
!(!(
!.
!.
!.
!.
!(!(
#*
!.!.!(
#*
!(!(
!.
")
!(
!(
!.
!(!(
!(!(
!(!(
!(
!(!.
!.
!.
")")")
&-
!(
!(
!(
!(
!(
!(!(
!.!.
!.
!.
!.!.
!.
!.
!.!.
!.!.
!(
!(")
!(
!.
!.!.!.!.
!(!(!(!(!(!(
#*
!(
!.
!(
!(
&
")
!(!(
!(
")
!.!.
!.
!(
!(
!(
!(
")
!.!.
!.!.!.
!.
!.
!.!.
!(!(
!(!(
!(!(
!(!(!(!.!.!.
!.
!.
!.
!.
!.
!.!.
!(
!(
!(!(
!(
!(!(
!(
!.!.
!.
!.!.!.
!(
!(
!(!(
!(!(
!(
")")!.!.!.!.!.
!(
!(!(
!(
!(
!(!(!(
!(
!(
!(!(!(!(
!(
!.!.
!.
!.!.
")
")
")
!.
!.!.!(!(!(!(!.!(
!(!.!.!.
!.
!.
!.
!.!.!.!.
!(
!(
!(
")")
!(
!(!(
!(
!.
!.
!.
!.!.
!.
!.
!(!(!(!(
!(
")
!.!.!.
!(
!(")
")
!(
!(
!(!(!(
!(!(!(!(
!(!.
!.
!.
!.!.
!(!(
!.!(!(!(!(!(!(")")
")
!.
!.!.!(!(!(!(
!(
!.
!.
!.
!.
!.
!.
!.
!(
!(
!(
")
!.
!.
!(
!.
!.
!.
!.
!.
!.
!.
!.
!(
!(
!(!(
!(!(
!(
!(!(
!.
!(
!(!(
!(
!(
!.
!(!(
!(
!(!(
!(
!(!(
!(
!(
!(
!(
R .A . D e nt B lv d
15th Street
M L K J r. B lv d
Laney Walker Blvd
James Brown Blvd
Map 1: Turpin Hills / Laney Walker Drainage Area ²Legend
Catchbasin
&Control Structure
&Daylight Pipe
#*Discharge Structure
!(Double Wing Trap
!.Drop Inlet
#*Flared End Section
&-Flume
")Grate Inlet
Hood Back Trap
Junction Box
!.Manhole
!(Single Wing Trap
Virtual Junction
Weir Inlet
Unknown
!(Unknown
Storm Pipes
Study Area Boundary
Streams
Text
0 750 1,500 2,250 3,000375Feet
!(
!.
!.
")
")")
")
!.
!.
")")
")
")
!.
!.
!.")
")
")
!.
!.
!.
!.!.
!.
!(
")
")
")
!(
")
!(!(
!(!(
!(
!(!(
!(!(
!(
!(!(
!(!(!(!(
!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!(!(
!(
!(
!(
!(
!.
!.
!.
!.
!.!.
!.
!.
!.
!.
!.!.
!.
!.
!.!.
!.
!.
!.
!.
!.
!.!.
!.
!.
!.
!.
!.
!.
!.
!.
!.
!.!.
!.
!.
!.
!.
!.
!.
!.
!.!.
!.!.!.!.!.!.!.
!.
!.
!.
!.
!.
!.
!(!(!(
!(!(
!(!(!(
!(
!(!(
!(!(!(!(
!(
!(!(
!(
!(
!(!(
!(
!(
!(
!(
!(!(!(
!(
!(!(
!.
!.
!.!.!.
!.
!.!.
!(!(
!(
!(
!(!(
!(!(
'4
!.
!.!.
!(!(
!(
")")!.
!.
!.
!.!.!.
")
")
!(
!.
!.
!.
")
!.!.
!.
!(
!(
")
")
!(
!(
!(!(!(
!(!(
!(
!(
!(
!.
!.
!.
!.!.
!(!(
!.!(!(!(!(!(!(
")")
")
!.
!.
!.!(
!(!(
!(
!.
'4'4
'4 !(
!(!(!(
!(!(
!.
!(!(
!.!.
!(
!(
!(
!(
!(
!.
!(
!.
!.
!(
12th St
11th St
8th St
10th St
Miller St
Dugas St
Laney Walker Blvd
Dantignac St
Walton Way
Spruce St
13th St
Hopkins St
Perry Ave
Carrie St
King St
Summer St
Wrightsboro Rd
Fenwick St
Hall St
Talcot St
Harrison St
James Brown Blvd
Pine St
R A D e nt B lv d
7th St
Barnes St
Twiggs St
Florence St
Marks St
Grand Rd
Bennett Ln
Cedar St
Phillips St
Mauge St
Forest St
Chestnut St
S
P
R
U
C
E
S
T
Ne w Savannah Rd
Taylor St
Hines St
Adams St
Cecelia St
BEAN LN
9th St
Perry Ct
ENCLAVES LN
Columbus Ln
S u m m e r C t
Taylor St
Fenwick St King St
10th St
Twiggs St
Perry Ave
13th St
James Brown Blvd
Pine St
13th St
Hopkins St
Florence StCedar St
Map 2: Turpin Hills / Laney Walker Drainage AreaInvestigate Old Stormwater Line ²
Legend
Study Area BoundaryStorm StructuresUnknown
!(Catchbasin
Control Structure
Daylight Pipe#*Discharge Structure
!(Double Wing Trap
!.Drop Inlet
#*Flared End Section
Flume
")GI
")Grate Inlet
HBT
Headwall
Hood Back TrapJunction Box
!.Manhole
!(Single Wing TrapUnknownVirtual Junction
'4 Weir Inlet
")Yard Inlet
Storm_Ditches
Storm_Pipes
Storm_Detention
Streams
Text
0 375 750 1,125 1,500187.5 Feet
1221 Miller Street
Perry Court
Spruce and 10th St.
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 project is authorized to CPB# 581-044320-5211120 to award the initial phase funding for
Drainage Study to to Goodwyn Mill Cawood (GMC) in the amount of $128,630 for Turpin Hills/
Laney Walker Drainage Improvements project. Funding in the amount of $128,630 is available
in the Stormwater Utility Funds.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Stormwater Utility Funds 128,630$
128,630$
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-Public Works
Copy-Finance Department
Copy-Purchasing Department
CPB#581-044320-5211120
CAPITAL PROJECT BUDGET
TURPIN HILLS/LANEY WALKER DRAINANGE & IMPROVEMENT PROJECT
RFQ 19-148
Honorable Hardie Davis, Jr., Mayor
08.29.2019
Augusta-Richmond County, Georgia CPB#581-044320-5211120
CAPITAL PROJECT BUDGET
TURPIN HILLS/LANEY WALKER DRAINANGE & IMPROVEMENT PROJECT
RFQ 19-148
CPB AMOUNT CPB NEW
CPB CHANGE CPB
SOURCE OF FUNDS
Stormwater Utility Funds
581-044320-5211120 $128,630 $128,630
TOTAL SOURCES: $128,630 $0 $128,630
USE OF FUNDS
Stormwater Utility Funds
581-044320-5211120 $128,630 $128,630
TOTAL USES:$128,630 $0 $128,630
08.29.2019
CPB#581-044320-5211120
08.29.2019
CPB#581-044320-5211120
08.29.2019
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement
Projects – RFQ 19-148 Goodwyn Mills Cawood – Task Order One
Department:Engineering
Presenter:
Caption:Approve Initial Phase funding for Drainage Study, Stormwater
System Assessment and Drainage Improvements Engineering
Services Agreement to Goodwyn Mill Cawood (GMC) in the
amount of $128,630.00 for Turpin Hills/Laney Walker Drainage
Area as requested by the AED. RFQ 19-148
Background:Stormwater conveyance concerns are wide spread and
particularly in older developed areas. The objective of the
Drainage Improvements projects in area experiencing localized
flooding is to provide infrastructure improvements that mitigate
the flooding conditions in these areas. Frequent, severe flooding
creates threatening and hazardous conditions for residents of the
area, impact local commercial operation and businesses.
Contributing factors to the flooding conditions include
undersized drainage conveyance system, limited or no roadside
curbing, restricted access for system maintenance and deficient
integrated storm conveyance system. The overall need for this
project is to upgrade the infrastructure system within the
designated area including roadway improvements, resurfacing,
or both, adding of curbs, gutters, sidewalks, and drainage
improvements. On May 7, 2019 Commission approved award of
Engineering Services for Drainage Study, Stormwater System
Assessment and Drainage Improvement Projects Engineering
Services Agreement to four qualified firms including GMC. W
ork is released as Phased Task Order.
Analysis:Due to lack of area specific drainage information, specific
improvements cannot be identified without detailed survey and
engineering analysis of drainage system and hydrological
condition at impacted area. Requested funding approval is for
Task Order one – Initial Phase services Turpin Hills/Laney
Walker area. Services are provided by GMC.
Financial Impact:Stormwater Utility Funds.
Alternatives:1). Do not approve and find alternative to address county-wide
storm conveyance system improvements needs.
Recommendation:Approve Initial Phase funding for Drainage Study, Stormwater
System Assessment and Drainage Improvements Engineering
Services Agreement to Goodwyn Mill Cawood (GMC) in the
amount of $128,630.00 for Turpin Hills/Laney Walker Drainage
Area as requested by the AED. RFQ 19-148
Funds are
Available in the
Following
Accounts:
Stormwater Utility Funds 581044320-5211120.
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Aquatic Habitat Restoration Augusta-Richmond County
Section 319(h) FY2016 Project 16
Item
Item Class Category
319(h)
Grant Funds
(60% Maximum)
Non-Federal
Matching Funds
(40% Minimum)
Total
B Fringe Benefits: Based on Total in Item A @ a rate of 30% 32,097 32,097
Sub Total: 0 32,097 32,097
C
Travel:
Staff Position:
Purpose of Travel:
833 Miles x Mileage Rate ($.545 mile)
454 454
Sub Total: 0 454 454
D
Equipment:
Equipment:
Purpose/Use:
Sub Total:
E
Supplies:
Supplies: Aquatic Habitat Restoration Materials (described
below)
Purpose/Use: In-stream Improvements
100,000 20,000 120,000
Sub Total: 100,000 20,000 120,000
F
CONTRACTUAL: SAVANNAH STATE UNIVERSITY
One (1) Project Engineer- 0.245 FTE ($80,000/year) for 2.5
years
Description of Duties: Recon., site selection, BMP selection
and engineering, assist with survey, report writing
46,000 3,000 49,000
CONTRACTUAL: AUGUSTA UNIVERSITY
One (1) Aquatic ecologist-fisheries – 0.04 FTE
($100,000/year) for 2.5 years
Description of Duties: Recon., fish sampling, report writing
7,000 3,000 10,000
CONTRACTUAL: CONSTANTINE ENGINEERING
One (1) Civil Engineer- 0.04 FTE ($120,000/year) for 2.5
years
Description of Duties: Recon., assist in BMP decisions,
provide rain gauge services, assist with survey, report
writing
11,100 900 12,000
CONTRACTUAL: PHINIZY CENTER (NGO)
Four (4) Aquatic ecologists (macroinvertebrates) - 0.092
FTE ($35,000/year) for 2.5 years
Description of Duties: Recon., Aquatic insect sampling,
BMP Construction, assist with survey, report writing
29,200 3,000 32,200
Sub Total: 93,300 9,900 103,200
G
Construction:
(Does not apply to GAEPD Section 319(h) Grants)
N/A
N/A
N/A
H
Other:
Sub Total
I
Total Direct Charges:
(Sum of A-H) 193,300 169,441 362,741
J
Indirect Charges:
(0% Eligible for Reimbursement with Federal Dollars) N/A Up to 100%
K
Total:
(Sum of I and J) 193,300 169,441 362,741
To: Oscar Flite <OFlite@augustaga.gov>
Cc: Riggs, Nancy <riggsn@savannahstate.edu>; Harris, Katarah <harrisk@savannahstate.edu>; Hameed
Malik <HMalik@augustaga.gov>
Subject: [EXTERNAL] Rosenquist - Augusta MOU - notice of termination by SSU
Dear Dr. Flite
As we discussed this morning, this email is to give notice that SSU is terminating the below MOU for the
“Biota Improvement in an Urban Stream through Aquatic Habitat Restoration” project. This termination
is effective immediately.
The principal investigator for SSU, Dr. Shawn Rosenquist, is leaving employment with SSU effective
5/31/19. Given his role for the scope of work, SSU must terminate.
We have not incurred any charges for this project to date, and Dr. Rosenquist has indicated to me that
he has already provided to you all relevant work product developed to date.
Thanks for the opportunity to participate in this project. We wish you continued success.
Sincerely,
Nancy Riggs
Director, Sponsored Research, SSU
912-358-4427
From: Gazaway, Mary <Mary.Gazaway@dnr.ga.gov>
Sent: Monday, July 29, 2019 10:14 AM
To: Oscar Flite <OFlite@augustaga.gov>
Subject: RE: [EXTERNAL] Rosenquist - Augusta MOU - notice of termination by SSU
Good morning, Oscar:
According to the scope, Phinizy Center will subcontract with the City of Augusta to perform the
following:
Assist in field reconnaissance and BMP decisions
Sample, identify, and enumerate aquatic insect species
Assist in BMP construction
Assist in report writing
And, it’s totally acceptable to modify the Phinizy Center subcontract to include the functions formerly
assigned to SSU:
Assist in field reconnaissance
Permit applications
Assist in developing locations for BMP placement
Engineer BMPs
Assist in report writing
Just make sure that deliverables already completed and reimbursed under MOU with SSU are not
duplicated under MOU with Phinizy Center
Please contact me with any questions or comments.
Thank you!
Mary E Gazaway
Georgia EPD Watershed Protection Branch
Nonpoint Source Pollution Program Grants Unit
Suite 1462 East Tower
2 Martin Luther King, Jr. Drive
Atlanta, Georgia 30334
404-651-8522
mary.gazaway@dnr.ga.gov
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Section 319(h) CWA Grant- Biota improvement in an urban stream Augusta Engineering Impaired
Creeks Restoration Program Memorandum of Understanding with Augusta university and Phinizy
Center for Water Sciences
Department:Engineering
Presenter:
Caption:Approve funds allocation revision in the amount of $49,000 for
the Memorandum of Understanding with Phinizy Center
(Nonprofit Organization) to assist in activities that are designed
for stream restoration in local waterbodies. Requested by the
Augusta Engineering Department.
Background:Augusta, Georgia has three creeks that are listed as impaired due
to not meeting instream water quality standards. Augusta,
Georgia has been tasked, through the stormwater NPDES MS4
permit, to develop and implement integrated management
practices (IMP) designed to restore those impaired waterbodies.
In 2016 Augusta Engineering succeeded securing Water Quality
Section 319 funding to initiate testing of IMP selectively. This
grant was accepted by the Augusta Commission and the project
has been ongoing for 1.5 years. Originally the project had three
partners (Augusta University, Phinizy Center, and Savannah
State University (SSU) and accordingly on October 16, 2018 the
Augusta Commission approved entering a Memorandum of
Understanding (MOU) with these three partners. However as a
result of personnel changes at SSU the expert collaborator is no
longer feasible with that institution. In order to keep the project
moving forward with the same team, SSU assigned activities per
state approved work plan are transitioned to Phinizy Center.
Analysis:This proposed change in MOU funds allocation will allow the
project to move forward without interruption to the grant
schedule or budget.
Financial Impact:No additional impact. Funds in amount of $49,000 initially
allocated to SSU are now assigned to Phinizy Center; bringing
Phinizy Center funds total allocation to $93,200.00.
Alternatives:1) Do not approve and fail to meet project goals, budget, and
timeline.
Recommendation:Approve funds allocation revision in amount of $49,000 to
Memorandum of Understanding with Phinizy Center (Nonprofit
Organization) to assist in activities that are designed for stream
restoration in local waterbodies. Requested by the Augusta
Engineering Department.
Funds are
Available in the
Following
Accounts:
Grant is 60/40 federal/local match. Activities are supported
through AED engineering staff time (in-kind) and operational
funds. Aquatic Habitat Grant 220040113 GL, JL G319H9101
Stormwater Utility 581-044320-5211120
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Invitation to Bid
Sealed bids will be received at this office until Tuesday, January 29, 2019 @ 3:00 p.m. for furnishing:
Bid Item #19-136 Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 for Augusta, GA – Utilities Department
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 $75.00.
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, December 20, 2018. 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 Friday, January 11, 2019 @ 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 Tuesday, January 15, 2019 @ 5:00 P.M. No bid will be accepted by fax, all must
be received by mail or hand delivered.
No proposal 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 December 20, 27, 2018, January 3, 10, 2019
Metro Courier December 20, 2018
Revised: 2/2/2016
OFFICIAL
VENDORS Attachment
"B"
E-Verify
Number
Bid
Bond Save Form Addendums
1-2 Bid Price Alternate 1
Haren Construction
715 Highway 411 N
Etowah, TN 37331
Contract Management
1829 Killingsworth Rd
Augusta, GA 30904
Gulf Coast Underground
5655 Middle Rd.
Theodore, AL 36582
Yes 872470 Yes Yes Yes $7,919,547.25 $42,500.00
Bio-Nomic Services
530 Woodlawn St.
Bemont, NC 28012
Yes 1205204 Yes Yes Yes $5,905,600.00 $70,350.00
Total Number Specifications Mailed Out: 30
Total Number Specifications Download (Demandstar):
Total Electronic Notifications (Demandstar):
Mandatory Pre-Bid Attendees: 7
Total packages submitted:
Total Noncompliant:
Bid Opening
Bid Item #19-136
Spirit Creek Interceptor Sewer Rehabilitation Project No. 1
for Augusta, GA - Utilities Department
Bid Date: Tuesday, February 12, 2019 @ 3:00 p.m.
Page 1 of 1
Compliance Department
Phyllis Johnson
Interim Compliance Director
MEMORANDUM
To:
From:
Date:
Subject:
Tom Wiedmeier, Director, Utility Department
Geri Sams, Director, Procurement Department
Phyllis Johnson, Interim Director, Compliance Department Ht,,J-L&lJ
February 22, 2019
Spirit Creek Interceptor Sewer Rehabilitation Project No. 1
Bid Item# 19-136
0 This Bidder/Offerer IS eligible for award.0 This Bidder/Offerer IS NOT eligible for award.
This memo is to transmit the review and concurrence of responsiveness and compliance by the
bidder/offerer, Gulf Coast Underground. Augusta, Georgia code requires contractor(s) to meet the
assigned LSBOP Utilization Goal or provide evidence of completing good faith efforts on state and local
funded projects.
The goal established for the Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 for Augusta,
Georgia, Bid Item #19-136, is 5%. The bidder/offerer has committed to a minimum of 0% and has
satisfied the good faith efforts. This bidder/offeror is eligible for award.
Should this bidder/offerer be selected for this bid, upon award, the DBE Division will monitor the
Contractor on a monthly basis to help ensure that they meet or exceed their committed goal for this
project.
Should you have questions, please contact me at (706) 826-1325.
COMPLIANCE DEPARTMENT 535 Telfair Street Suite 530 Augusta, GA 30901 (706)821-2406 Fax {706) 821-4228
WWW.AUGUSTAGA.GOV
Compliance Department
Phyllis Johnson Interim Compliance Director
MEMORANDUM
To:
From:
Date:
Subject:
Tom Wiedmeier, Director, Utility Department Geri Sams, Director, Procurement Department
Phyllis Johnson, Interim Director, Compliance Department"?k�
February 22, 2019
Spirit Creek Interceptor Sewer Rehabilitation Project No. 1
Bid Item# 19-136
llf This Bidder/Offeror IS eligible for award.□This Bidder/Offeror IS NOT eligible for award.
This memo is to transmit the review and concurrence of responsiveness and compliance by the bidder/offeror, Bio-Nomic Services, Inc. Augusta, Georgia code requires contractor(s) to meet the
assigned LSBOP Utilization Goal or provide evidence of completing good faith efforts on state and local funded projects.
The goal established for the Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 for Augusta, Georgia, Bid Item #19-136, is 5%. The bidder/offeror has committed to a minimum of 5% and has
satisfied the good faith efforts. This bidder/offeror is eligible for award.
Should this bidder/offeror be selected for this bid, upon award, the DBE Division will monitor the Contractor on a monthly basis to help ensure that they meet or exceed their committed goal for this
project.
Should you have questions, please contact me at (706) 826-1325.
COMPLIANCE DEPARTMENT 535 Telfair Street Suite 530 Augusta, GA 30901 (706)821-2406 Fax (706) 821-4228WWW.AUGUSTAGA.GOV
Engineering Services Committee Meeting
9/10/2019 1:15 PM
Spirit Creek Interceptor Sewer Rehabilitation Project No. 1
Department:Utilities
Presenter:Tom Wiedmeier
Caption:Consider Award of Bid #19-136 for Spirit Creek Interceptor
Sewer Rehabilitation Project No. 1 to Bio-Nomic Services, Inc.
in the amount of $2,582,900.00.
Background:This Project will consist of Joint Grout Injection of 14,500 LF of
36” sewer gravity main that will help reduce sewer inflow and
infiltration (I/I) in the existing sewer line and the sanitary
manholes. The reason for this Project is that the Spirit Creek
Trunk Sewer is plagued by excessive inflow and infiltration.
High flows in the Spirit Creek line have contributed to overflows
at the Messerly Plant in the past.
Analysis:Augusta Utilities Department and our consultant Johnson,
Laschober & Associates, P.C. have reviewed the bid submitted
by Bio-Nomic Services, Inc. The bid for construction services
was deemed to be fair and reasonable by Augusta Utilities
Department.
Financial Impact:We have reviewed the bid from Bio-Nomic Services, Inc. and
found it to be reasonable. Funding in the amount of
$2,582,900.00 is available from accounts: 507043420-5425210/
81500120-5425210
Alternatives:No alternatives are recommended.
Recommendation:Augusta Utilities Department recommends the Commission
approve the Construction Services to Bio-Nomic Services, Inc.
in the amount of $2,582,900.00 for the Spirit Creek Interceptor
Sewer Rehabilitation Project.
Funds are
Available in the
Funds are available in the following accounts: 507043420-
5425210/ 81500120-5425210
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission