Loading...
HomeMy WebLinkAbout2021-11-30 Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 11/30/2021 ATTENDANCE: Present: Hons. Garrett, Chairman; Johnson and McKnight, members. Absent: Hons. Hardie Davis, Jr., Hasan, Vice Chairman. ENGINEERING SERVICES 1. Presentation by Mr. Richard E. Jones regarding work orders called in for road maintenance and clean up of location on the corner of Gordon Hwy. and Tubman Home Rd. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result It was the consensus of the committee that this item be received as information. 2. Approve recapture and reallocation of $2,808,042 from Engineering SPLOSTS V and VI Projects. Funds are recaptured from Marks Church Road (SPLOST V/Project budget reduction) and Dover-Lyman Street & Drainage Improvements (SPLOST VI/project budget balance). These funds are reallocated to Wrightsboro Road Improvements Construction, Lake Dredging Construction, and Grading & Drainage (Stream Bank Restoration) Construction as outlined in Financial Impact Section of this agenda. Requested by AED Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 3-0. Commissioner Jordan Johnson Commissioner Catherine Smith- McKnight Passes 3. Approve Supplementing Construction Contract of Sediment Dredging and Disposal construction services to Waterfront Property Services, LLC Waterfront Property Services, LLC dba Gator Dredging for continuation of lake dredging & sediments disposal and including Warren Lake permitted area. Also approve supplemental funding in the amount of $1,000,000.00 for Warren Lake Phase 1 dredging activities. Requested by AED. RFP 20-224 Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 3-0. Commissioner Jordan Johnson Commissioner Catherine Smith- McKnight Passes 4. Approve accepting Georgia Department of Transportation (GDOT) option of 0.439 acres right-of-way purchase from the Augusta, GA owned parcel located at 3129 Highway 88 (TMP 223-0-036-00-0) at fair market assessed valve of $3,600 for construction of single lane roundabout on SR88 at CR 58/Bath Eddie Road (PI#0009916). To be purchased right-of-way boundaries are depicted at attached GDOT Preliminary Right of Way Map dated 09/24/2020 sheets 60-0002, 60-0003, and 60-006, and described at sheet 60- 0007. This right of way sale is contingent upon retaining City of Hephzibah existing easements. Also, authorize Legal Department to sign and execute "Option for Right of Way" and associated documents. Requested by AED Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 3-0. Commissioner Jordan Johnson Commissioner Catherine Smith- McKnight Passes 5. Motion to approve the minutes of the Engineering Services Committee held on November 9, 2021. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Passes Motion to approve. Motion Passes 3-0. Commissioner Jordan Johnson Commissioner Catherine Smith- McKnight 6. Approve and authorize the Engineering Department (AED) to purchase 2655 Stream mitigation credits at a total cost of $212,400.00 ($80 per mitigation credit) from Georgia L. Flanders, LLC (Yam Grandy Wetland and Stream Mitigation Bank) to mitigate stream impacts as determined by the US Army Corp of Engineers in regards to the Morningside Stream Bank Restoration & Rehabilitation Project. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 3-0. Commissioner Jordan Johnson Commissioner Catherine Smith- McKnight Passes 7. Discuss lack of trash pick up and solutions for the future. (Requested by Commissioner Sean Frantom - deferred from the November 9, 2021 ESC) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result It was the consensus of the committee that this item be received as information without objection. 8. Approve award of Augusta Infrastructure Routine Maintenance- Storm Drainage, Sidewalks, Street Lighting and Concrete Work Contract to Blair Construction Inc., Beams Contracting Inc., Larry McCord, LLC, Horizon Construction & Associates, and J & B Construction and Services Inc. The Contract is for two years effective May 1, 2022 with renewal option for three additional years. Also, approve up to $1,500,000 to fund the proposed Services. Award is contingent upon receipt of procurement documents, signed contracts and proper bonds. R equested by AED. RFP 21-155 Item Action: Approved Motions Motion Text Made By Seconded By Motion Type Motion Result Approve Motion to approve. Motion Passes 3-0. Commissioner Jordan Johnson Commissioner Catherine Smith- McKnight Passes www.augustaga.gov Engineering Services Committee Meeting 11/30/2021 1:15 PM Attendance 11/30/21 Department: Presenter: Caption: Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: AGENDA ITEM REQUEST FORM 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 Services Committee Date of Meeting _ Date of Meetng-'\,o NJou-ful-[ Date of Meeting Date of Meeting Date of Meeting Engineering Services Committee Finance Committee Date of Meeting Contact Information for Individual/Presenter Making the Request: Name:, u-h Jonee Address:jt Telephone Number: Fax Number: -7 b'L-*41 E-Mail Address: Caption/Topic of ssion to |^e pl4ped on the Agenda: L C-^r'-l ,* Ern ) *-ztt Please send this request form to the following address: Ms. Lena J. Bonner Clerk of Commission Suite 220 Municipal Building 535 Telfair Street Augusta, GA 30901 Telephone Number: 706-821-1820 Fax Number: 70G821-1838 E-Mail Address: nmorawski@augustaga.gov Requests may be faxed, e-mailed or delivered in person and must be received in the Clerk,s Office no later than 9:00 a.m. on the Thursday preceding the Commission and Committee meetings of the following week. A five-minute time limit will be allowed for presentations. .Z tut r,) tr8, &- Engineering Services Committee Meeting 11/30/2021 1:15 PM Richard E. Jones Department: Presenter: Caption:Presentation by Mr. Richard E. Jones regarding work orders called in for road maintenance and clean up of location on the corner of Gordon Hwy. and Tubman Home Rd. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Engineering Services Committee Meeting 11/30/2021 1:15 PM Additional Recapture and Reallocation of Engineering SPLOSTS V and VI Funds File Reference: 21 – 014(A) Department:Engineering Presenter: Caption:Approve recapture and reallocation of $2,808,042 from Engineering SPLOSTS V and VI Projects. Funds are recaptured from Marks Church Road (SPLOST V/Project budget reduction) and Dover-Lyman Street & Drainage Improvements (SPLOST VI/project budget balance). These funds are reallocated to Wrightsboro Road Improvements Construction, Lake Dredging Construction, and Grading & Drainage (Stream Bank Restoration) Construction as outlined in Financial Impact Section of this agenda. Requested by AED Background:Augusta Engineering Department (AED) SPLOST funded several infrastructure (road and drainage) improvements projects are substantially ready for construction. However, based on engineer's estimate of probable cost or received bid, supplemental funds are needed for fully fund intended improvements construction. On November 16, 2021, Augusta Commission approved part one funds recapturing and reallocation to selected projects. This action is part two funds recapturing and reallocation and these additional funds are supplement to part one action projects construction cost. Funds recapturing from these two projects were excluded from the Augusta Commission part one action due to time needed for completion of supporting information. Analysis:On November 16, 2021 Augusta Commission approved part one funds recapturing and reallocation to these projects. Funds recapturing from these two projects (Marks Church Road and Dover-Layman) were excluded from November 16, 2021 commission action due to time needed for completion of supporting information. Recaptured funds are allocated to construction funds of Wrightsboro Road (Highland Ave. to North Leg/Jackson Rd.) Improvements project, Lake Dredging (Lake Olmstead & Warren Lake) project, and Grading & Drainage (Morningside & Sandpiper Stream Bank Stabilization & Restoration) project. These projects area construction ready, however, these projects current balance funds are not sufficient. These projects are approved SPLOST list projects which justifies this reallocation. Upon Augusta Commission approval of this recapturing/reallocation, this will increase subject projects available construction budget in amount listed in Financial Impact section of this agenda. Financial Impact:Commission approval of this recapturing/reallocation, this will increase subject projects available construction budget in amount listed in Financial Impact section of this agenda. Engineering SPLOST funds recaptured in total amount of $2,808,042 as itemized below: i) Marks Church Road-SPLOST V: $1,208,882 (Action-Reduced Project Budget) ii) Dover- Layman St. & Drainage-SPLOST VI: $1,599,160 (Action: Close the project; project construction 100% complete) AED requesting reallocation of $2,808,042 (recaptured funds) to SPLOST funded projects as follows: i) Wrightsboro Rd (Highland to Jackson/N. Leg) - $1,908,042.00, ii) Lake Dredging (Warren Lake & Lake Olmstead) - $500,000.00, and iii) Grading & Drainage ((Morningside & Sandpiper Stream Bank Stabilization & Restoration)- $400,000.00 Alternatives:1). No Alternate proposed Recommendation:Approve recapture and reallocation of $2,808,042 from Engineering SPLOSTS V and VI Projects. Funds are recaptured from Marks Church Road (SPLOST V/Project budget reduction) and Dover-Lyman Street & Drainage Improvements (SPLOST VI/project budget balance). These funds are reallocated to Wrightsboro Road Improvements Construction, Lake Dredging Construction, and Grading & Drainage (Stream Bank Restoration) Construction as outlined in Financial Impact Section of this agenda. Requested by AED Funds are Available in the Following Accounts: Marks Church Road - SPLOST V: $1,208,882; ii) Dover- Layman St. & Drainage - SPLOST VI: $1,599,160 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project is authorized to CPB#328-041110-211828103. This request is to approve in the SPLOST Recaptured fund balance in the amount of $1,000,000.00. Requested by AED. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. SPLOST VI SPLOST III SPLOST IV SPLOST V SPLOST VII SPLOST Recaptured Funds Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Honorable Hardie Davis, Mayor CAPITAL PROJECT BUDGET Construction Services for Lake Olmstead Sediment Dredging and Disposal (RPF 20-224) Supplementing Construction Contract of Sediment Dredging & Disposal Services to Waterfront Property Services, LLC dba Gator Dredging for continuation of lake dredging and sediments disposal and including Warren Lake permitted area. Funds are available 10.8.2020 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET Construction Services for Lake Olmstead Sediment Dredging and Disposal (RPF 20-224) CPB AMOUNT CPB SOURCE OF FUNDS CPB ADDITION Lake Olmstead SPLOST PHASE VI ($2,000,000) SPLOST III (Recaptured funds) 323-041110-296823309 ($185,596) SPLOST IV (Recaptured funds) 324-041110-201824333 ($376,114) SPLOST V (Recaptured funds) 325-041110-218825903 ($2,207,270) SPLOST VII (Recaptured funds) 329-041110-216829903 ($136,520) SPLOST RECAPTURED FUNDS $0 ($1,000,000) TOTAL SOURCES:($4,905,500)($1,000,000) CPB AMOUNT CPB USE OF FUNDS CPB ADDITION Lake Olmstead SPLOST PHASE VI $2,000,000 SPLOST III (Recaptured funds) 323-041110-296823309 $185,596 10.8.2020 Section 1: The project is authorized to CPB#328-041110-211828103. This request is to approve 2,000,000 185,596 376,114 2,207,270 136,520 1,000,000 5,905,500 CPB#328-041110-211828103 Construction Services for Lake Olmstead Sediment Dredging and Disposal Supplementing Construction Contract of Sediment Dredging & Disposal Services to Waterfront Property Services, LLC dba Gator Dredging for continuation of lake dredging and sediments disposal and including Warren Lake permitted area. Funds are available 10.8.2020 CPB#328-041110-211828103 Construction Services for Lake Olmstead Sediment Dredging and Disposal NEW CPB ($2,000,000) ($185,596) ($376,114) ($2,207,270) ($136,520) ($1,000,000) ($5,905,500) NEW CPB $2,000,000 $185,596 10.8.2020 Engineering Services Committee Meeting 11/30/2021 1:15 PM Construction Services for Lake Olmstead and Warren Lake Sediment Dredging and Disposal RFP ITEM #20-224 Department:Engineering Presenter: Caption:Approve Supplementing Construction Contract of Sediment Dredging and Disposal construction services to Waterfront Property Services, LLC Waterfront Property Services, LLC dba Gator Dredging for continuation of lake dredging & sediments disposal and including Warren Lake permitted area. Also approve supplemental funding in the amount of $1,000,000.00 for Warren Lake Phase 1 dredging activities. Requested by AED. RFP 20-224 Background:Augusta Canal Basin Dredging (Lake Olmstead, Warren Lake, Lake Aumond, and Heirs Ponds) are approved projects. AED recently secured Section 404 of the Clean Water Act required individual permits and Lake Aumond and Heirs were dredged first; completed in 2019. Soon after AED proceeded with phase one of Lake Olmstead/Warren Lake disposal site construction followed by Lake Olmstead (Upper and Lower lakes)dredging. Upper Lake dredging is completed and lower lake tentative completion is by the end of next month (November 2021). AED is proposing to continue dredging and supplement Warren Lake dredging to ongoing work in two phases. First Phase(Phase1) includes preparation of site and completion of initial tasks such as proposed forebay for capturing future sedimentation. Second Phase(Phase2)will commence after completion of Phase1 and includes dredging and disposal activities. Final Phase will be installation of 2ft clean soil cap. At completion, water bodies will return to their near original contours while improving water retention and visual appeal. It will also create and enhance water recreational activities. Analysis:Completing Warren Lake dredging along with Lake Olmstead dredging is a cost effective way to complete dredging of the last of four regulatory permitted waterbodies. There will be no cost escalation to Current contract unit rates. It is AED determination that supplementing Warren Lake dredging to work in-progress is cost effective option and Gator Dredging is the only contractor submitting proposals for such work. AED estimated that such action will yield cost saving of approximately two (2) million dollars. Cost saving comes from contractor’s mobilization/demobilization and eliminating disposed sediments first phase capping (capping of Lake Olmstead disposed of sediment). Final capping will be done following the completion Warren Lake dredged material disposal at the same disposal site. Financial Impact:Funds in amount of $1,000,000.00 available in Engineering Projects SPLOST recaptured funds upon commission approval. Alternatives:1). No Alternate proposed. Recommendation:Approve Supplementing Construction Contract of Sediment Dredging and Disposal Construction Services to Waterfront Property Services, LLC Waterfront Property Services, LLC dba Gator Dredging for continuation of lake dredging & sediments disposal and including Warren Lake permitted area. Also approve supplemental funding in the amount of $1,000,000.00 for Warren Lake Phase 1 dredging activities. Requested by AED. RFP 20-224 Funds are Available in the Following Accounts: ($1,000,000.00) Engineering Projects SPLOST–Recaptured Funds REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Option for Right of Way GEORGIA,Richmond COUNTY PI#: 0009916 PARCEL: 1 Received of The Department of Transportation , the sum of One ($1.00) Dollar, the receipt whereof is hereby acknowledged, and in consideration thereof, and in consideration of the benefits derived by me from the proposed project mentioned herein, I bind myself, my heirs, executors and assigns as follows: If the said Department of Transportation, shall within 60 days after date hereof pay me the sum of $ 3,600.00 when the undersigned agrees to execute and deliver to the Department of Transportation fee simple title and easements to the land owned by the undersigned, which is shown reflected in color on the right of way map attached hereto and made a part hereof by reference, to be used for highway purposes on the construction of a single lane roundabout on SR 88 at CR 58/Bath Edie Road being Parcel 1 consisting of 0.439 acres in fee and n/a square feet of easement and n/a Linear Feet of Access Rights on Georgia Highway Project Identification Number 0009916. It is agreed and understood that all TEMPORARY EASEMENTS are limited to the period required for the construction of said project and upon completion and acceptance of same by the Department of Transportation from the contractor, said TEMPORARY EASEMENT will terminate. It is agreed and understood that I, or any tenant now in possession or any other persons having a claim or interest in subject property, will have not less than two (2) months from date of execution of a deed and easements or for residential properties three (3) months from the date replacement housing is available, whichever is greater to vacate the premises and that on vacating of said premises, only items of personal property will be removed, all items attached to the property and being classed as realty to remain. The above agreement to apply unless otherwise provided in Special Provision. If the Department of Transportation agrees to allow the Grantor or tenant in possession to occupy the subject premises beyond the two month period stated above, the person will be required to pay a rental fee of $, payable each month in advance. Subsequent to the date of transfer of title to the Department of Transportation and prior to vacation of subject premises, the person in possession will hold the Department harmless as to any claim in connection with the occupancy of said premises. The above option price includes payment for the right of way above described, together with all improvements wholly or partially situated thereon and the right to enter upon the adjacent lands not included in said required Right of Way and Easements for the purpose of removing or demolishing such improvements. The undersigned further agrees that the Department will be designated an authorized agent for the removal of underground storage tank systems located wholly or partially in said right of way or easement. SPECIAL PROVISIONS (Realty Items ONLY) Any existing easements for utilities will be handled by the Georgia Department of Transportation’s Utilities Department. Grantor may retain title to n/a for sum of $ 0.00 (40% of improvement value) which shall be deducted from the option price at the time of closing; PROVIDED, he will obligate and firmly bind himself and his successors in title to strictly and faithfully comply with each of the following conditions: Utilities 1. Grantor will demolish or remove the above described improvements from the right of way, easements and set back area and clear said right of way, easements and set back area from the right of way sufficient to comply with County Building Code requirements; however, in the absence of County requirements, a minimum set back of 50 feet is required. All rubbish and debris must be removed to the satisfactions of authorized personnel of the Department of Transportation within 30 calendar days after notice to proceed. 2. Grantor will comply with all laws, ordinances, and regulations of building codes applicable to demolition or removal of buildings in Georgia and hold the Department of Transportation and the county of n/a harmless as to any claim in connection therewith. 3. It is understood and agreed that no utility connections shall be made or allowed to relocated structures across or from a limited access right of way, and it is understood and agreed that grantor has agreed to bargain, sell and convey to the Department of Transportation all existing utility rights, and the Department will not be liable in any way for utility reconnections adjacent to acquired rights of way or any subsequent location of improvements. 4. Grantor will leave on deposit with the Department of Transportation the additional sum of $ 0.00 (20% of improvement value) which will be deducted from the aforesaid option price at closing. This sum will be held as a cash performance bond conditioned on the strict and faithful performance of the aforesaid obligations. Time is expressly made of the essence of this Special Provision, and in the event grantor fails to comply with aforesaid obligations, all sums held by the Department of Transportation shall be retained as liquidated damages, and title to and the right to remove said structure shall vest in the Department of Transportation. I (We) do (do not) elect to retain improvements as set out in this Special Provision. OTHER PROVISIONS (Non-realty Items - Cost to Cure and Trade Fixtures) This Offer includes a Cost to Cure payment of $ 0.00 . If the Cost to Cure compensates for: 1) replacement of necessity (well or septic) or 2) removal of items from the acquisition, then a Performance Bond of $ 20% per item will be withheld. This amount will be returned upon satisfactory replacement or removal of n/a . This Offer includes a Trade Fixture payment of $ 0.00 for certain non-realty items located in the acquisition. If I wish to relocate any of these items (yes or no), a Performance Bond of $ 20% per item will be withheld. This amount will be returned upon satisfactory removal of Page 1 of 2 Revised June 2021 GEORGIA,Richmond COUNTY PI#: 0009916 PARCEL: 1 I, the undersigned, understand that I will have no current nor future “property interests” in any median-cut constructed on this project. That this, or any other median-cut, may be closed, relocated, or otherwise modified before, during or after the initial installation. This paragraph is not applicable unless median-cut construction pertains to this project. The undersigned herein agrees for the same consideration, to provide, without cost to the Department of Transportation, a quit claim deed or such other releases as may be required by the closing attorney from any tenant now in possession of subject property and any other parties having a claim or interest in subject property. It is further agreed for said consideration to convey and relinquish to the Department of Transportation all rights of access between the Limited Access Highway and approaches thereto on the above numbered Highway and all of the remaining real property of the undersigned except at such points as designated by the Department of Transportation. This paragraph is not applicable unless access rights are indicated on the attached plat. The said parcel of land as above indicated is shown upon plans on file in the office of the Department of Transportation, Atlanta, Georgia, and said plans being identified as Project Identification Number ________0009916________ Grantor may execute and deliver fee simple title to the Department of Transportation to the above referenced right of way and an additional _n/a acres of land owned by the undersigned adjacent to and abutting on the above numbered highway for the total consideration of $ n/a which includes payment for the above referenced right of way requirements, other rights and conditions described herein and additional lands. This additional land is shown on the attached plat as the remainder of Parcel No. n/a . I (We) do (do not) elect to execute and deliver Parcel R deed. Witness my hand and seal this ______ day of _______, 20________. ________________________________________________________(L.S.) ________________________________________________________(L.S.) Signed, Sealed and Delivered in the presence of: ________________________________________________________ Notary Public ACCEPTED: DEPARTMENT OF TRANSPORTATION BY: __________________________________________________________ District Right of Way Team Manager (Date) Page 2 of 2 Revised June 2021 Russell R. McMurry, P.E., Commissioner One Georgia Center 600 West Peachtree Street, NW Atlanta, GA 30308 (404) 631-1000 Main Office September 28, 2021 Honorable Mayor Robert J. Buchwitz City of Hephzibah P.O. Box 250 Hephzibah, Georgia 30815 Subject: PI No. 0009916, Richmond County Easement Limited Agreement Undated – Water Facilities Dear Honorable Mayor Buchwitz: Attached are three counterparts of an undated Easement Limited Agreement between the City of Hephzibah, and the Georgia Department of Transportation on the above project. The project is to install a double-lane roundabout at SR 88/Patterson Road and CR 58/Bath Edie Road in Richmond County, Georgia. Required Right of Way for construction and maintenance of slopes will encroach on the City of Hephzibah’s easement which will be relocated within the Department’s Right of Way. The Easement Limited Agreement will be dated upon execution on behalf of the Department. If the Agreement meets your approval, please handle for execution on behalf of the City of Hephzibah and return all three counterparts to the State of Georgia, Office of Utilities, One Georgia Center, 600 West Peachtree Street, 10th Floor, Atlanta, Georgia 30308 for execution on behalf of the Department. In this connection, be sure to have a notary public sign the Agreement. Please be certain that the notary public’s seal is affixed alongside the signature. The Official Seal of the City of Hephzibah is required to be affixed to each counterpart in compliance with instructions from our Attorney General’s Office. Also, please provide the City of Hephzibah’s Federal Employee Identification Number (FEIN) in the blank shown on page 4 of the Agreement. This number is needed in order for the Department to make payment on your billings when they are submitted. Honorable Mayor Buchwitz PI No. 0009916, Richmond County Easement Limited Agreement Undated – Water Facilities September 28, 2021; Page 2 of 2 If you have any questions or need further information, please contact Frantz Boileau at 404-347-00605 or by e-mail at fboileau@dot.ga.gov. Please send correspondence by mail addressed to State of Georgia, Office of Utilities, One Georgia Center, 600 West Peachtree Street, 10th Floor, Atlanta, Georgia 30308 for execution on behalf of the Department. Very truly yours, Shajan P. Joseph, P.E. Assistant State Utilities Administrator For: Nicholas Fields State Utilities Administrator NF: SPJ: MGC: FB Attachments cc: Corbett Reynolds, District 2 Engineer Jamie Lindsey, District 2 Utilities Manager Leo Perez, Project Manager Danah Bonny, Utilities Preconstruction Specialist Abdulvahid Munshi, Utility Coordinator Account No. – Class: 733005 – 309 Department ID: 4848010000 Program No.: 4181401 1 STANDARD UTILITY AGREEMENT EASEMENT LIMITED AGREEMENT PROJECT No.: N/A, Richmond County P.I. No.: 0009916 THIS AGREEMENT, made this , by and between the Department of Transportation, an agency of the State of Georgia, hereinafter called the DEPARTMENT, first party, and the City of Hephzibah, hereinafter called the COMPANY, second party. W I T N E S S E T H: WHEREAS, the DEPARTMENT proposes under the above numbered project to install a double-lane roundabout at SR 88/Patterson Road and CR 58/Bath Edie Road in Richmond County, Georgia; and WHEREAS, the COMPANY has existing property interests located along State Route 88 from Station 105+26, 55.76’ Left to Station 105+26, 65’ Left, and Station 109+05, 65’ Left to Station 110+50, 64.83’ Left, and Station 110+85, 68.83’ Left to Station 111+52, 66.83’ Left and Station 111+55, 46.92’ Left with property interests located upon a right-of-way or easement with rights to install, operate and maintain such facilities thereon; and WHEREAS, the location of said right-of-way or easement is shown on the highway plans at said station limits for this project, a copy of said plans in pertinent part being attached hereto. The existing facilities presently contemplated are not in conflict with the highway construction; however, if they are later found to be in conflict, they will be relocated or adjusted, if necessary, to accommodate the proposed highway construction; and WHEREAS, the DEPARTMENT and the COMPANY desire to enter into an agreement relative to the encroachment of the highway project on the rights-of-way or easement upon which the facilities are located. NOW, THEREFORE, in consideration of One & No/100 Dollars ($1.00) in hand paid and other valuable considerations received by the COMPANY and further in consideration of the premises and the mutual covenants of the parties hereinafter set forth, it is hereby agreed: EASEMENT LIMITED AGREEMENT 2 1. It is specifically understood that the project number shown above is for the DEPARTMENT'S identification purposes only and may be subject to change by the DEPARTMENT. In the event it becomes necessary for the DEPARTMENT to assign a different project number, the DEPARTMENT will notify the COMPANY of the new project designation. Such change in project designation shall not affect any of the terms of this Agreement. 2. The COMPANY relinquishes and grants to the DEPARTMENT all its existing property interests at the locations shown on the attached highway plans and grants to the DEPARTMENT the right to construct, operate and maintain the above referenced highway across the COMPANY 'S right-of-way or easement under the terms and conditions as herein stated. 3. The DEPARTMENT agrees to obtain all necessary rights from the owners of the lands crossed by the COMPANY 'S rights-of-way or easement located within the limits of the required right-of-way acquired by the DEPARTMENT. 4. The COMPANY agrees to relocate or adjust, existing COMPANY facilities if later found in conflict with the highway construction project contemplated herein. All costs incurred by the COMPANY related to such relocation or adjustment of its existing facilities shall be reimbursed through a separate agreement by the DEPARTMENT in accordance with Federal and State laws. Comparable pre-existing ingress and egress to COMPANY property rights and facilities will be provided to the COMPANY at DEPARTMENT expense. COMPANY retains fully adequate right of ingress and egress to COMPANY property rights and facilities over the property that is the subject of the highway construction project contemplated herein. 5. The COMPANY retains the right to operate and maintain existing facilities and to install, operate and maintain new facilities as required, except that the future installation, operation and maintenance of the COMPANY 'S facilities shall be in accord with the Utility Accommodation Policy and Standards Manual, current edition, issued by the DEPARTMENT and Title 23 of the CFR, Chapter I, Subchapter G, Part 645, Subparts A and B. It is agreed that the COMPANY has the right now and in the future to install, operate and maintain its facilities over that portion of said highway within the required right-of-way. 6. The DEPARTMENT will require its Contractor to abide by the attached Special Provision for the protection of the existing Electric Distribution facilities owned and operated by the COMPANY within the limits of the required right-of-way. The attached Special Provision will be included and made a part of the contract between the DEPARTMENT and its Contractor. 7. The DEPARTMENT agrees to notify the COMPANY when the highway construction contract is awarded and furnish the name of the contractor who will perform the highway work. The COMPANY agrees to plan with the DEPARTMENT'S Contractor a schedule of operations which will clearly set forth at which stage of the Contractor's operations the COMPANY will relocate or adjust its facilities, if necessary. 8. This Agreement contains the entire agreement of the parties hereto, and no EASEMENT LIMITED AGREEMENT 3 representation, inducements, promises or agreement, oral or otherwise, between the parties not embodied herein shall be of any force or effect. Any amendment to this Agreement shall not be binding upon the parties hereto unless such amendment is in writing and executed by both parties hereto. The provision of this Agreement shall inure to the benefit of and be binding upon the parties hereto and their legal representatives, successors and assigns. This Agreement may be executed in multiple counterparts, each of which shall constitute an original, but all of which taken together shall constitute one and the same agreement. This Agreement shall be construed and interpreted under the laws of the State of Georgia. Except as otherwise provided herein, all rights, powers and privileges conferred hereunder upon the parties shall be cumulative but not restrictive to those given by law. 9.This Agreement may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Agreement. The parties shall be entitled to sign and transmit an electronic signature of this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. EASEMENT LIMITED AGREEMENT 4 IN WITNESS WHEREOF, the parties hereto have set their hands and affixed their seals, caused this Agreement to be executed in three counterparts, each to be considered as an original by their authorized representative the day and date hereinabove written. CITY OF HEPHZIBAH BY: ________________________________ TITLE: _____________________________ I attest to the genuineness of the COMPANY Seal and I further attest that the above named Officer is duly authorized to execute this document. I attest the COMPANY does not have a corporate seal. ************************************ FEIN_______________________________ BY: ______________________________ ************************************ SECRETARY/ASST. SECRETARY (OFFICIAL SEAL) ______________________________________________________________________________ RECOMMENDED: ACCEPTED: DEPARTMENT OF TRANSPORTATION BY: __________________________________ STATE UTILITIES ADMINISTRATOR BY: ______________________________ COMMISSIONER PROJECT No.: N/A Signed, sealed and delivered this ________ COUNTY: Richmond day of ____________________, 20______, P.I. No.: 0009916 DATE: September 24, 2021 FB (OFFICIAL SEAL OF THE DEPARTMENT) I attest that the seal imprinted herein is the Official Seal of the DEPARTMENT. BY: ______________________________ TREASURER (OFFICIAL CUSTODIAN OF THE SEAL) Rev. 11/01/15 GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT Contractor’s Name:City of Hephzibah Solicitation/Contract No./ Call No. or Project Description: Project No. N/A, PI No. 0009916, Richmond County, to install a double-lane roundabout at SR 88 @ CR 58/Bath Edie Road. CONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, entity or corporation which is engaged in the physical performance of services on behalf of the Georgia Department of Transportation has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. § 13-10- 91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization (EEV/E-Verify Company Identification Number) Name of Contractor I hereby declare under penalty of perjury that the foregoing is true and correct Printed Name (of Authorized Officer or Agent of Contractor) Title (of Authorized Officer or Agent of Contractor) Signature (of Authorized Officer or Agent) Date Signed SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF , 20_ Notary Public My Commission Expires: [NOTARY SEAL] Office of Utilities July 9, 2021 .............Page 1 of 3 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION PROJECT No.: N/A, Richmond County P.I. No.: 0009916 PROTECTION OF UTILITY INTERESTS CITY OF HEPHZIBAH The City of Hephzibah is the owner and operator (also herein after referred to as Facility Owner) of a water and/or appurtenant facilities within the project along State Route 88 in Richmond County, Georgia. All reference to liability, indemnification, insurance, etc. in this special provision shall apply only to those water facilities located in the required right-of-way areas at Station 105+26, 55.76’ Left, Station 105+26, 65’ Left, Station 109+05, 65’ Left, Station 110+50, 64.83’ Left, Station 110+85, 68.83’ Left, Station 111+52, 66.83’ Left, Station 111+55, 46.92’ Left along State Route 88, these areas having been acquired by the Department. The Department hereby notifies the contractor to fully inform his employees, agents or subcontractors of the Official Code of Georgia annotated section 46-3-32 et seq. (safeguards against contact with high voltage lines) and the rules and regulations of the State of Georgia section 300-3-7.01 et seq. (high voltage act). The contractor, his employees, agents and subcontractors shall at all times observe and comply with said act and regulations. The contractor shall and does hereby agree to indemnify, save harmless and defend The Facility Owner from the payment of any sum of money to any person whomsoever on account of claims or suits growing out of injuries to persons, including death, or damage to property caused by the contractor, his employees, agents or subcontractors or in any attributable to the performance and prosecution of the work herein contract for, including (but without limiting the generality of the foregoing), all claims for injuries to persons or damage to property, liens, garnishments, attachments, claims, suits, costs, attorney's fees, costs investigation and of defense. The contractor hereby waives and relinquishes any right of subrogation it might have against the Facility Owner under the provisions of the Workmen's Compensation Act of Georgia or of any other State on account any injury to its employees or sub-contractor caused in whole or in part by The Facility Owner's distribution facilities. The contractor further agrees that it will require its workmen's compensation insurer, if any, to likewise waive and relinquish such subrogation rights. Office of Utilities July 9, 2021 .............Page 2 of 3 I.Insurance A.In addition to any other forms of insurance or bonds required under the terms of the contract and specification, the contractor will be required to furnish and maintain policies of insurance covering: (1)The legal liability of the contractor, and his sub-contractors under the Georgia Workmen's Compensation Act for claims for personal injuries and death to employees engaged in the work. (2)The legal liability (including contractual) of the contractor, and his sub-contractors who may be engaged in the work, for claims of damages for personal injuries or for death resulting therefrom arising out of the work to be performed under this contract by the contractor, or his sub-contractors, to persons other than employees of the contractor or sub-contractors engaged in the work included in this contract in an amount not less than: $1,000,000 for any one person $2,000,000 for any one accident (3)The legal liability (including contractual) of the contractor, and his sub-contractors who may be engaged in this work, to pay claims for damages to property belonging to others than such contractor, or his sub-contractors, in the amount not less than: $1,000,000 for any one accident B.All of the aforementioned insurance shall be placed with an insurance company which is licensed to do business in the State of Georgia and shall be endorsed to cover the liability assumed by the contractor under the provisions of this contract. (1)It is understood, however, that the provisions requiring the contractor to carry said insurance shall not be construed as in any manner waiving or restricting the liability of the contractor pursuant to the terms hereof which may not be insured under said insurance policies above required. (2)As evidence of this insurance, and prior to the beginning of any work in connection with this contract, the contractor shall submit to the department of transportation, State of Georgia, and the Facility Owner a certificate providing the above coverage and which certifies that the said policies have been properly endorsed to meet the above requirements and that the facility owner is named as additional insured. C.If any part of the work is sublet, similar insurance and evidence thereof, in the same amounts as required of the prime contractor, shall be provided by or in behalf of the sub-contractor to cover his operations, endorsements to the prime contractor's policies specifically naming sub-contractors and describing their operations will be acceptable for this purpose. Office of Utilities July 9, 2021 .............Page 3 of 3 D.All insurance hereinbefore specified shall be carried until all work required to be performed under the terms of the contract has been satisfactorily completed as evidenced by the formal acceptance by the State. Insuring companies may cancel insurance by permission of the State, The Facility Owner, or on thirty (30) days written notice to the Department and The Facility Owner as follows: Notice to: Honorable Mayor Robert Buchwitz City of Hephzibah P.O. Box 250 Hephzibah, Georgia 30815 Copy notice to: State Utilities Engineer Georgia Department of Transportation One Georgia Center 600 West Peachtree Street. N.W., 10th Floor Atlanta, Georgia 30308 II.Failure to comply In the event of cancellation or lapse of insurance policy: The Facility Owner may require that the contractor vacate the aforementioned Facility Owner’s right-of-way or easement area. The highway engineer may withhold all monies due the contractor on monthly statements. Any such orders shall remain in effect until the contractor has remedied the situation to the satisfaction of the Facility Owner’s representative and the highway engineer. III.Payment for cost of compliance: No separate payment will be made for any extra cost incurred on account of compliance with this special provision. All such cost shall be included in prices bid for other items of the work. FEDERAL AID PROJECT DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 0009916 RICHMOND COUNTY URBAN MINOR ARTERIAL FUNCTIONAL CLASS: E=657411.6865 N=1206135.8118 STA. 503+00.00 LIMIT OF CONSTRUCTION E=657011.9476 N=1206987.9966 STA. 512+45.00 LIMIT OF CONSTRUCTION PROJECT DESIGNATION: EXEMPT E=657723.8600 N=1206796.4155 M.P. 4.711 STA. 117+80.00 END CONSTRUCTION E=656500.4581 N=1206430.4342 M.P. 4.469 STA. 105+00.00 BEGIN CONSTRUCTION E=656404.6574 N=1206401.7598 M.P. 4.450 STA. 104+00.00 BEGIN PROJECT E=657815.9328 N=1206823.5925 M.P. 4.729 STA. 118+76.00 END PROJECT E=657109.1641 N=1206626.8036 M.P. 4.590 STA. 111+40.00 MID POINT COORDINATES OF 1988. AMERICAN VERTICAL DATUM (NAVD) 1983)/11 EAST ZONE, AND THE NORTH COORDINATE SYSTEM OF 1984 (NAD USING THE HORIZONTAL GEORGIA THIS PROJECT HAS BEEN PREPARED LAND LOT: N/A LAND DISTRICT: N/A GMD: 1434 & 1760 CONSTRUCTION OF A SINGLE LANE ROUNDABOUT ON SR 88 @ CR 58/BATH EDIE ROAD 60-0001 MILES NET LENGTH OF EXCEPTIONS NET LENGTH OF BRIDGES P P T T . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . CONVENTIONAL SIGNS STATE OR COUNTY LINE CITY LIMIT LINE PROPERTY LINE SURVEY OR BASE LINE EXISTING REQUIRED LIMIT OF ACCESS R/W MARKERS RIGHT OF WAY LINE STATE OR COUNTY LINE CITY LIMIT LINE PROPERTY LINE SURVEY OR BASE LINE EXISTING REQUIRED LIMIT OF ACCESS R/W MARKERS RIGHT OF WAY LINE FENCE RAILROAD POWER LINE TELEPHONE LINE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . X X P P T T . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . STATE OR COUNTY LINE CITY LIMIT LINE PROPERTY LINE SURVEY OR BASE LINE EXISTING REQUIRED LIMIT OF ACCESS R/W MARKERS RIGHT OF WAY LINE FENCE RAILROAD POWER LINE TELEPHONE LINE . . . . . . . . . . . . . . . . . . . . . . . . . LAND LOT LINE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . PLANS PREPARED BY UNDER THE SUPERVISION OF APPROVED: REVISIONS: DISTRICT 2 PRECONSTRUCTION ENGINEER PLANS COMPLETED DATE: 09-24-2020 LENGTH OF RIGHT OF WAY PROJECT NET LENGTH OF RIGHT OF WAY GROSS LENGTH OF RIGHT OF WAY Jacob McCranie Todd Price TROY D, BYERS STATE RIGHT OF WAY ADMINISTRATOR DATE LOCATION AND DESIGN APPROVAL DATE: 01-25-2021 RIGHT OF WAY PROPOSED FEDERAL ROUTE # N/A STATE ROUTE # 88 P.I. NO. 0009916 0.000 0.000 0009916 0.209 0.209 E. 656519.6182 N. 1206436.1691 M. P. 4.473 STATION 105+20.00 BEGIN R/W ACQUISITION E. 657575.2007 N. 1206752.5358 M. P. 4.682 STATION 116+25.00 END R/W ACQUISITION E. 657011.9476 N. 1206987.9966 STATION 512+45.00 LIMITS OF R/W ACQUISITION E. 657411.6865 N. 1206135.8118 STATION 503+00.00 LIMITS OF R/W ACQUISITION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . R/W & LIMIT OF ACCESS . . . POWER POLES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . TELPHONE OR TELEGRAPH POLES. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . PI No. 0009916 COUNTY No. 245 RICHMOND COUNTY P.I. No. 0009916 100% IN CONG. DIST. NO. 12. RICHMOND COUNTY AND IS THIS PROJECT IS 100% IN 03-10-2021 SH 3, 4, 5, 6, & 7 PROJECT LOCATION T S A T E O GF EOR G I A 1776 CONSTITUTION JUSTICE OMDERATIONDOMWIS 400 800 SCALE IN FEET 0 200 3/10/2021 01069961 GPLOT-V8 gplotborder-V8i-PO.tbl 0009916_60-0001.dgn GRWCOV EROCOV P.I. No. LOCATION SKETCH - NOT TO SCALE PL DRAWING No. REQD RW R E Q D R W REQD RW REQD RW REQD RW GMD 1760 GMD 1434 1 0 0 + 0 0 1 0 5 + 0 0 1 1 0 + 0 0 1 1 5 + 0 0 1 2 0 + 0 0 515+00 510+00 505+00 500+00 SR 88 / PATTERSON RD SR 88 / PATTERSON RD A P P R O X. G M D LI N E C R 5 8 / B A T H E DI E R D A P P R O X. G MD LI N E C R 5 8 / B A T H E DI E R D PL PL PL PL PL PLPLPLPL PL PL PL PL PL PLPLPLPL PL PL E XI S T R W E XI S T R W E XI S T R W EXIST RW EXIST RW EXIST RW EXIST RW E XI S T R W 1 3 4 5 2 UTILITY EASEMENT EXISTING 20’ 02-03-2021 -60 UTILITY EASEMENT EXIST (20’) CITY OF HEPHZIBAH UTILITY EASEMENT EXIST (20’) CITY OF HEPHZIBAH UTILITY EASEMENT UTILITY EASEMENT 1/29/2021 01069961 GPLOT-V8 gplotborder-V8i-PO.tbl 0009916_60-0002.dgn GRWPLN DATE REVISIONSDATEREVISIONS RIGHT OF WAY MAP DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA Design File and Plot Substitution information PROJECT NO: COUNTY: LAND DISTRICT: LAND LOT NO: GMD SH OFDATE DRAWING No. P.I. No. 7/31/2015 GRWPLN EASEMENT FOR CONSTR EASEMENT FOR CONSTR OF SLOPES EASEMENT FOR CONSTR OF DRIVES CONSTRUCTION LIMITS & MAINTENANCE OF SLOPES C F REQUIRED R/W LINE PROPERTY AND EXISTING R/W LINE PL ORANGE BARRIER FENCE BEGIN LIMIT OF ACCESS............BLA END LIMIT OF ACCESS..............ELA ESA - ENV. SENSITIVE AREA REQ’D LIMIT OF ACCESS EXISTING LIMIT OF ACCESS & R/W REQ’D LIMIT OF ACCESS & R/W EXISTING LIMIT OF ACCESS 20 SCALE IN FEET 0 40 80 0009916 RICHMOND 0009916 N/A N/A 09/24/20 1760 0002 MATCH LI NE STA. 109+50. 00 DRAWI NG No. 60- 0003 2 7 10 4 +0 0 105+00 10 6 +0 0 1 0 7 +0 0 108+ 0 0 1 0 9 +0 0 SR 88 E=656404.6574 N=1206401.7598 STA. 104+00.00 BEGIN PROJECT E=656500.4581 N=1206430.4342 STA. 105+00.00 BEGIN CONSTRUCTION CONSTRUCTION CL 603+61.61 GMD 1760 E=656888. 70 7 6 N=1206546. 64 2 3 P. C. 109+05 . 2 7 PATTERSON RD GMD 1760 EXIST RW EXIST RW PL JEFFERSON ELEC MEMBERSHIP EXIST RW EXIST RW AUGUSTA 1 2 DE10100 DE10101 DE10102 DE10114 DE10113 DE10124 DE10123 DE10127 DE10128 DE10125 2 9 ’ ASPHALT 10 7 +7 2 . 4 2 DE10136 DE10135 DE10137 DE10126 REQD RW REQD RW REQD RW FENCE EASM’T Curve# 1 SEE SHEETS 3, 6, 7 SEE SHEETS 3, 5, 7 E=656519.6182 N=1206436.1691 STA. 105+20.00 M.P. 4.473 BEGIN R/W ACQUISITION e= NC E= 1.76 R= 1500.00 L= 145.08 T= 72.60 E= 656958.2544 N= 1206567.4586 PI Sta= 109+77.86 Curve# 1 e= NC E= 1.76 R= 1500.00 L= 145.08 T= 72.60 E= 656958.2544 N= 1206567.4586 PI Sta= 109+77.86 Curve# 1 -60 EXIST (20’) CITY OF HEPHZIBAH UTILITY EASEMENT EXIST (20’) CITY OF HEPHZIBAH UTILITY EASEMENT MATCH LI NE STA. 115+50 . 0 0 DRAWI NG No. 6 0 - 0 0 0 4 MATCH LINE STA. 507+00.00 DRAWING No. 60-0005 MATCH LINE STA. 510+50.00 DRAWING No. 60-0006 20 SCALE IN FEET 0 40 80 0009916 RICHMOND N/A N/A 1434 & 1760 09/24/20 0009916 0003 MATCH LI NE STA. 1 0 9 +50. 00 DRAWI NG No . 60- 0002 3 7 3/10/2021 01069961 GPLOT-V8 gplotborder-V8i-PO.tbl 0009916_60-0003.dgn GRWPLN DATE REVISIONSDATEREVISIONS RIGHT OF WAY MAP DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA Design File and Plot Substitution information PROJECT NO: COUNTY: LAND DISTRICT: LAND LOT NO: GMD SH OFDATE DRAWING No. P.I. No. 7/31/2015 GRWPLN EASEMENT FOR CONSTR EASEMENT FOR CONSTR OF SLOPES EASEMENT FOR CONSTR OF DRIVES CONSTRUCTION LIMITS & MAINTENANCE OF SLOPES C F REQUIRED R/W LINE PROPERTY AND EXISTING R/W LINE PL ORANGE BARRIER FENCE BEGIN LIMIT OF ACCESS............BLA END LIMIT OF ACCESS..............ELA ESA - ENV. SENSITIVE AREA REQ’D LIMIT OF ACCESS EXISTING LIMIT OF ACCESS & R/W REQ’D LIMIT OF ACCESS & R/W EXISTING LIMIT OF ACCESS 03-10-2021 COMBINED PARCELS 3, 6 & 7 INTO ONE PARCEL 3 03-10-2021 REV PAR 3 PROP OWNER’S NAME 1 1 0 + 0 0 1 1 1 + 0 0 112+00 11 3 +0 0 1 1 4 +0 0 115+00 P . C. 1 1 1 + 1 1 . 0 8 P. T. 111+66.71 P. C. 112+67.72 P. T. 113+2 2 . 2 6 P . C. 1 1 3 + 7 4 . 2 6 508+00 509+00 510+00 P.T. 506+81.29 P.C. 507+66.42 P.T. 508+31.23 P.C. 508+81.23 P.T. 509+54.79 P.C. 510+23.10 20+00 2 1 + 0 0 22+00 23+00 23+11CONSTRUCTION CL CONS T R UC TI O N CL A P P ROX GMD LI N E AP P ROX GMD LI N E GMD 1434 GMD 1760 E=657178.3279 N=1206636.1911 STA. 508+53.66 BATH EDIE RD STA. 112+09.85 SR 88 INTERSECTION E=6 5 7 0 2 5 . 4 6 6 0 N=1 2 0 6 594. 8 9 3 5 P. T. 1 1 0 + 5 0 . 3 5 E=657471. 4 4 5 5 N=120672. 91 0 4 P. T. 115+16 . 8 2 SR 88 / PATTERSON RD C R 5 8 / BAT H E DI E RD 8537’29" 24" C-2 EXIST RW EXI S T RW EXI S T RW EXIST RW EXIST RW EXIST RW E XI S T RW E XI S T RW AUGUSTA RHODES CANDACE LEIGH ALBEA JEFFERSON ELEC MEMBERSHIP 1 3 4 2 WEED ENTERPRIES LLCDE10103 DE10104 DE10105 DE10106 DE10107 DE10141 DE10142 DE10143 DE10144 DE10122 DE10121 DE10120 DE10157 DE10156 DE10155 DE10154 DE10153 DE10132 DE10133 DE10134 DE10166 DE10182 DE10112 DE10115 DE10148 DE10138 DE10167 DE10168 REQD RW REQD RW R E Q D R W REQD RW REQD RW REQD RW REQD RW REQD RW R E Q D R W REQD RW SEE SHEETS 2, 5, 7 Curve# 2 Curve# 4 Cu r v e # 6 Cu r v e # 7 C u r v e # 8 Curve# 3 Curve# 1 SEE SHEETS 4, 5, 7 e= NC E= 2.04 R= 1000.00 L= 127.59 T= 63.88 E= 657077.3162 N= 1206843.9365 PI Sta= 510+86.98 Curve# 8 e= NC E= 1.95 R= 200.00 L= 55.63 T= 28.00 E= 657107.6141 N= 1206628.4253 PI Sta= 111+39.07 Curve# 2 e= NC E= 1.76 R= 1500.00 L= 145.08 T= 72.60 E= 656958.2544 N= 1206567.4586 PI Sta= 109+77.86 Curve# 1 e= NC E= 3.43 R= 200.00 L= 73.56 T= 37.20 E= 657166.3666 N= 1206699.8461 PI Sta= 509+18.43 Curve# 7 e= NC E= 1.87 R= 200.00 L= 54.54 T= 27.44 E= 657263.1302 N= 1206645.5040 PI Sta= 112+95.16 Curve# 3 e= NC E= 1.70 R= 1500.00 L= 142.56 T= 71.34 E= 657403.0280 N= 1206701.7157 PI Sta= 114+45.59 Curve# 4 e= NC E= 2.65 R= 200.00 L= 64.82 T= 32.69 E= 657188.5077 N= 1206582.0167 PI Sta= 507+99.11 Curve# 6 2, 6, 7 SEE SHEETS SEE SHEETS 4, 6, 7 DE10139 Engineering Services Committee Meeting 11/30/2021 1:15 PM GDOT Request-Option of Right of Way GDOT Project PI# 0009916 SR88/Bath Edie Rd. Roundabout File Reference: 21 – 014(A) Department:Engineering Presenter: Caption:Approve accepting Georgia Department of Transportation (GDOT) option of 0.439 acres right-of-way purchase from the Augusta, GA owned parcel located at 3129 Highway 88 (TMP 223-0-036-00-0) at fair market assessed valve of $3,600 for construction of single lane roundabout on SR88 at CR 58/Bath Eddie Road (PI#0009916). To be purchased right-of-way boundaries are depicted at attached GDOT Preliminary Right of Way Map dated 09/24/2020 sheets 60-0002, 60-0003, and 60- 006, and described at sheet 60-0007. This right of way sale is contingent upon retaining City of Hephzibah existing easements. Also, authorize Legal Department to sign and execute "Option for Right of Way" and associated documents. Requested by AED Background:GDOT is in the process of purchasing property to improve traffic safety at intersection of Hwy 88 at Bath Edie. The project is construction of single lane roundabout. Project right of way acquisition phase is in progress and let schedule in June 2022. Estimated construction cost is $2,115,695. Analysis:Traffic safety is a serious concern at this intersection and traffic fatalities have occurred there recently. Construction of roundabout will significantly improve traffic safety at this intersection. Requested right of way is essential for completion of this project. Financial Impact:GDOT offered to pay $3,600 for 0.439 acres right-of-way purchase Alternatives:1). No Alternate proposed Recommendation:Approve accepting Georgia Department of Transportation (GDOT) option of 0.439 acres right-of-way purchase from the Augusta, GA owned parcel located at 3129 Highway 88 (TMP 223-0-036-00-0) at fair market assessed value of $3,600 for construction of single lane roundabout on SR88 at CR 58/Bath Eddie Road (PI#0009916). To be purchased right-of-way boundaries are depicted at attached GDOT Preliminary Right of Way Map dated 09/24/2020 sheets 60-0002, 60-0003, and 60- 006, and described at sheet 60-0007. This right of way sale is contingent upon retaining City of Hephzibah existing easements. Also, authorize Legal Department to sign and execute “Option for Right of Way” and associated documents. Requested by AED Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Engineering Services Committee Meeting Commission Chamber - lll9l202l ATTENDANCE: Present: Hons. Hardie Davis, Jr., Mayor; Garrett, Chairman; Hasan, Vice Chairman; Johnson and McKnight, members. ENGINEERING SERVICES 1. Approve reassignment of Wolverton & Associates Professional Engineering Item Design Services Contracts to CHA Consulting, Inc. Also approve "Consents to Action: Assignment of Contracts" Document to be executed by the Augusta, GA Legal Approved Counsel and the Mayor. Requested by AED. Motions f#:"' Motion Text Made By seconded By Motion to ^ aDDrove.APProve vtotion passes 4-0. Commissioner Ben Hasan Made By Commissioner Ben Hasan Seconded By Motion Result Motion Result Commissioner Catherine Smith- Passes McKnight 2. Motion to approve the minutes of the Engineering Services Committee held Item on October 26,2021. Action: Approved Motions Motion Motion Textr ype Motion to ^ aDDrove.APProve vtotiorrpasses 4-0. Consider a request from Ms. Rita Hamilton Star Marker in the 51 I Reynolds Street Blue Commissioner Catherine Smith- Passes McKnight for permission to install a Gold Item Star Marker Garden Park. Action: Rescheduled 3. Motions Motion Motion Text Made By Seconded By f;if'r'ype Motion to approve refening this item to Commissioner ^ the full Commission Catherine CommissionerL'CICT wrtn no Smith- J*d;i;i,;.o, Passes recommendation. McKnight Motion Passes 4-0. 4. An update on the sewer connection program provided by the Administrator Item and Augusta Utilities Department. Action: Approved Motions Motion Motion Text Made Seconded MotionType By By Result It was the consensus of the committee that this item be received as information without objection. 5. Motion to approve the recapture of Engineering SPLOST Funds from Item SPLOST III - SPLOST VI in the amount of $6,173,436.00. The accounts that Action: the funds will be recaptured from are listed below. (Administrator/AED) Approved Motions Y:]i' Motion Text Made By Seconded By Motion Type ^'^--- -J -------- -'t Result Motion to Aoorove approve. commissioner Commtsstoner r \,,rrv vv Motion passes B.";;;"-' ffi'[t?,:,smith- Passes 4-0. 6. Discuss lack of trash pick up and solutions for the future. (Requested by ltem Commissioner Sean Frantom) Action: Rescheduled Motions Motion Made Seconded Motion-'"""" Motion TextType By By Result It was the consensus of the committee that they receive a report on this matter from the Environmental Services Department at the next committee meeting without objection. 7. Approve award of Construction Contract to Reeves Construction in the Item amount of $6,241,856.93 for East Augusta Roadway and Drainage Project Action: Brunswick Ave. & Azalea St. Phase Improvements Project. Award is Approved contingent upon receipt of signed contracts, proper bonds and applicable License associated to subject work. Request by AED. Bid 21-208 Motions fr'J:"' Motion rext Made Seconded MotionBy By Result Motions Motion Type Approve It was the consensus of the commifiee that this item be added to the agenda without objection. Motion Text Made By Motion toapprove. Commissioner Motion Passes Ben Hasan 4-0. www.augustaga.gov Seconded By Commissioner Catherine Smith- McKnight Motion Result Passes Engineering Services Committee Meeting 11/30/2021 1:15 PM Minutes Department: Presenter: Caption:Motion to approve the minutes of the Engineering Services Committee held on November 9, 2021. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Georgia L. Flanders, LLC – Invoice Date Invoice # 11/15/2021 2012194 Bill To: City of Augusta 535 Telfair Street Augusta, GA 30901 Reg. Branch No. Terms Buyer’s Project Name SAS-2020-00452 Net 30 Morningside Drive Streambank Stabilization Line Item Description Quantity Unit Price Amount 01 Stream Mitigation Credits 2,655 $80.00 $212,400.00 TOTAL Balance $212,400.00 Thank you for your business Total Currently Due $212,400.00 Requested invoice is for compensatory mitigation for stream impacts associated with the Morningside Drive Streambank Stabilization project in Augusta, Richmond County, GA. Request for invoice submittal was made by POND Company, Alex Darr. Payable To: Georgia L. Flanders, LLC c/o: Hodges, Harbin, Newberry & Tribble, Inc. (HHNT) Attn: Mr. Brandon Smith 17 Park of Commerce Blvd., Suite 110 Savannah, GA 31405 as owned by: Georgia L. Flanders, LLC PO Box 830, Swainsboro, GA 30401 Engineering Services Committee Meeting 11/30/2021 1:15 PM Stream Mitigation Credits Purchase for Morningside Stream Bank Restoration & Rehabilitation Drainage Project File Reference: 21-014 (A) Department:Engineering Presenter: Caption:Approve and authorize the Engineering Department (AED) to purchase 2655 Stream mitigation credits at a total cost of $212,400.00 ($80 per mitigation credit) from Georgia L. Flanders, LLC (Yam Grandy Wetland and Stream Mitigation Bank) to mitigate stream impacts as determined by the US Army Corp of Engineers in regards to the Morningside Stream Bank Restoration & Rehabilitation Project. Background:Streambank erosion and failure are noted county-wide and its impact has negative impact on adjacent properties. The objective of Stream Bank Restoration and Improvements project in areas experiencing localized property damages is to implement control measures and improvements that mitigate the failing banks conditions in these areas and restore these banks in ecofriendly manner. AED selected Morningside Drive Tributary and Sandpiper Lane Tributary are first two stream segments for improvements under its this program. However, these streams are regulated waterbodies requiring U.S. Army Corps of Engineer (USACE) permit for completion of intended work. Accordingly, AED obtained required permit in early this year and purchase of stream mitigation credits is prerequisite of Morningside stream bank improvements permit. The stream mitigation credits will be purchased from Yam Grandy mitigation bank per condition of the issued regulatory permit. Analysis:Purchase of Mitigation Credit is pre-requisite of Environmental Permit to commence construction/bank restoration activities at this project. A timely purchase of required credits is critical to commence and complete construction. Financial Impact:Funds are available in Engineering SPLOST VI Recapture Alternatives:Do not approve and cancel the project. Recommendation:Approve and authorize the Engineering Department (AED) to purchase 2655 Stream mitigation credits at a total cost of $212,400.00 ($80 per mitigation credit) from the Georgia L. Flanders, LLC (Yam Grandy Wetland and Stream Mitigation Bank) to mitigate stream impacts as determined necessary by the US Army Corps of Engineers in regards to the Morningside Stream Bank Restoration & Rehabilitation Project. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: ($212,400) - Engineering SPLOST VI Recapture REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Lena Bonner From: Sent: To: Cc: Subject: Ms. Bonner, Commissioner Sean Frantom Monday, November 1,2021 4:44 PM Lena Bonner Brooks Stayer; Odie Donald Trash Service lssues Please add the following agenda to public services- Discuss lack of trash pick up and solutions for the future. Thanks, Sean Get Outlook for iOS This e-mail contains confidential information and is intended only for the individual named. lf you are not the named addressee, you should not disseminate,distribute or copy this e-mail. Please notify the sender immediately by e-mail if you have received this e-mail by mistake and delete this e-mail from your system.The City of Augusta accepts no liability for the content of this e-mail or for the consequences of any actions taken on the basis of the information provided, unlessthat information is subsequently confirmed in writing. Any views or opinions presented in this e-mail are solely those of lhe author and do not necessarily representthose of the City of Augusta. E-mail transmissions cannot be guaranteed to be secure or error-free as informition could be intercepted, corrupted, lost, iesiroyed,arrive late or incomplete, or contain viruses. The sender therefore does nol accept liability for any errors or omissions in the content of this message which arile asa result of the e-mail lransmission. lf verificatron is required. please request a hard copy version. AED.104 1 Engineering Services Committee Meeting 11/30/2021 1:15 PM Trash pick up solutions Department: Presenter:Commissioner Sean Frantom Caption:Discuss lack of trash pick up and solutions for the future. (Requested by Commissioner Sean Frantom - deferred from the November 9, 2021 ESC) Background:It was the consensus of the ESC in its meeting held on November 9, 2021 to receive a report from the Environmental Services Department at the next committee meeting on this matter. Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: OFFICIAL cLp~ RFP Opening Item #21-155 Augusta Infrastructure Routine Maintenance (Storm Drainage, Sidewalks, Street Lighting and Concrete Works) for Augusta, GA -Engineering Department RFP Date: Tuesday, June 15, 2021 @ 3:00 p.m. via ZOOM Total Number Specifications Mailed Out: 20 Total Number Specifications Download {Demandstar): 4 Total Electronic Notifications {Demandstar): 168 Georgia Procurement Registry: 1297 Total packages submitted: 8 Total Noncompliant: O VENDORS Attachment E-Verify SAVE Addendum Original 7 Copies Fee "B" # Form 1 Proposal PCJ QUALITY ASSURANCE LLC 1072 PLUM ROAD Yes 1664810 Yes Yes Yes Yes Yes JACKSON, SC 29831 LARRY L. MCCORD LLC DESIGN 2016 HIGHLAND AVENUE Yes 469967 Yes Yes Yes Yes Yes AUGUST A, GA 30904 BEAM'S CONTRACTING 15030 ATOMIC ROAD Yes 163700 Yes Yes Yes Yes Yes BEECH ISLAND, SC 29842 REEVES CONSTRUCTION CO. 1 APAC INDUSTRIAL WAY Yes 667074 Yes Yes Yes Yes Yes AUGUSTA, GA 30907 BLAIR CONSTRUCTION P. 0. BOX 770 Yes 224004 Yes Yes Yes Yes Yes EVANS, GA. 30809 HORIZON CONSTRUCTION PO BOX 798 Yes 229921 Yes Yes Yes Yes Yes EVANS, GA. 30809 POND MAINTENANCE OF AUGUSTA 3707 COLBERT ST. Yes 067036 Yes Yes Yes Yes Yes AUGUSTA, GA 30906 J&B CONSTRUCTION & SRVC INC 3550 GORDON HIGHWAY Yes 229939 Yes Yes Yes Yes Yes GROVETOWN G.A 30813 Page 1 of 1 EXHIBIT A 21‐155 Concrete & Storm Pipes Maintenance AED Offered Description Estimated  Quantity ** QTY Unit  Unit Price Total Price A ‐ General Concrete Remove and Dispose of Existing Concrete  Pavement 250 250 SY $99.81 $24,952.50 Remove and Dispose of Existing Asphalt  Pavement 250 250 SY $69.63 $17,407.50 Remove and Dispose of Existing 6IN  Concrete Curb and Gutter 150 150 LF $41.46 $6,219.00 Remove and Dispose of Existing 6IN  Concrete Flatwork 100 100 SY $65.00 $6,500.00 Remove and Dispose of Existing 8IN  Concrete Flatwork 50 50 SY $76.62 $3,831.00 Adjust Existing Manhole/Structure to  New Finished Grade 20 20 EA $1,470.00 $29,400.00 Driveway Concrete, 6IN  ≤50 50 SY $175.00 $8,750.00 Driveway Concrete, 6IN  >50‐60 50 SY $169.00 $8,450.00 Driveway Concrete, 6IN >60 60 SY $153.50 $9,210.00 Concrete Sidewalk, 4IN  ≤30 30 SY $140.50 $4,215.00 Concrete Sidewalk, 4IN  >30‐60 30 SY $140.50 $4,215.00 Concrete Sidewalk, 4IN >60 60 SY $128.00 $7,680.00 Concrete Sidewalk, 6IN  ≤30 30 SY $175.00 $5,250.00 Concrete Sidewalk, 6IN  >30‐60 30 SY $166.95 $5,008.50 Concrete Sidewalk, 6IN >60 60 SY $155.44 $9,326.40 Concrete Sidewalk, 8IN  ≤30 30 SY $195.00 $5,850.00 Concrete Sidewalk, 8IN  >30‐60 30 SY $170.00 $5,100.00 Concrete Sidewalk, 8IN >60 60 SY $160.00 $9,600.00 Concrete Curb&Gutter, 6INx24IN  (includes associated roadbase) ≤12 12 SY $80.00 $960.00 Concrete Curb&Gutter, 6INx24IN  (includes associated roadbase) >12‐25 12 SY $75.00 $900.00 Concrete Curb&Gutter, 6INx24IN  (includes associated roadbase)>25 25 SY $70.00 $1,750.00 Concrete Curb&Gutter, 6INx32IN  (includes associated roadbase) ≤15 15 SY $85.00 $1,275.00 Concrete Curb&Gutter, 6INx32IN  (includes associated roadbase) >15‐30 15 SY $85.00 $1,275.00 Concrete Curb&Gutter, 6INx32IN  (includes associated roadbase)>30 30 SY $79.00 $2,370.00 Concrete Median, 8IN  ≤50 50 SY $215.00 $10,750.00 Concrete Median, 8IN  >50‐100 50 SY $210.00 $10,500.00 $200,744.90 AED Offered Description Estimated  Quantity ** Unit Unit Price Total Price B ‐ OFF ROAD STORM SEWER, OPEN‐CUT, COMPLETE in Place Replacement of 12IN pipe with Storm  RCP Pipe, 12IN, H 1‐10 100 100 LF $155.00 $15,500.00 Replacement of 15IN pipe with Storm  RCP Pipe, 15IN, H 1‐10 100 100 LF $154.50 $15,450.00 Replacement of 18IN pipe with Storm  RCP Pipe, 28IN, H 1‐10 200 200 LF $172.71 $34,541.00 Replacement of 18IN pipe with Storm  RCP Pipe, 18IN, H 10‐15 100 100 LF $177.50 $17,750.00 Replacement of 24IN pipe with Storm  RCP Pipe, 24IN, H 1‐10 250 250 LF $194.37 $48,592.50 Replacement of 24IN pipe with Storm  RCP Pipe, 24IN, H 10‐15 150 150 LF $196.00 $29,400.00 Replacement of 30IN pipe with Storm  RCP Pipe, 30IN, H 1‐10 200 200 LF $196.31 $39,261.00 Replacement of 30IN pipe with Storm  RCP Pipe, 30IN, H 10‐15 100 100 LF $225.50 $22,550.00 Replacement of 36IN pipe with Storm  RCP Pipe, 36IN, H 1‐10 150 150 LF $217.26 $32,589.00 Replacement of 36IN pipe with Storm  RCP Pipe, 36IN, H 10‐15 100 100 LF $259.00 $25,900.00 Replacement of 42IN pipe with Storm  RCP Pipe, 42IN, H 1‐10 100 100 LF $265.50 $26,550.00 Replacement of 42IN pipe with Storm  RCP Pipe, 42IN, H 10‐15 50 50 LF $297.00 $14,850.00 Replacement of 48IN pipe with Storm  RCP Pipe, 48IN, H 1‐10 100 100 LF $288.50 $28,850.00 Replacement of 48IN pipe with Storm  RCP Pipe, 48IN, H 10‐15 50 50 LF $348.75 $17,437.50 Replacement of 54IN pipe with Storm  RCP Pipe, 54IN, H 1‐10 100 100 LF $350.25 $35,025.00 Replacement of 54IN pipe with Storm  RCP Pipe, 54IN, H 10‐15 30 30 LF $459.75 $13,792.50 Replacement of 60IN pipe with Storm  RCP Pipe, 60IN, H 1‐10 50 50 LF $469.92 $23,496.00 Replacement of 60IN pipe with Storm  RCP Pipe, 60IN, H 10‐15 30 30 LF $500.00 $15,000.00 $456,534.50 AED Offered Description Estimated  Quantity ** Unit  Unit Price Total Price C ‐ ON ROAD STORM SEWER, OPEN‐CUT, COMPLETE in Place Replacement of 15IN pipe with Storm  RCP Pipe, 15IN, H 1‐10 100 100 LF $215.00 $21,500.00 Replacement of 15IN pipe with Storm  RCP Pipe, 15IN, H 10‐15 40 40 LF $250.00 $10,000.00 Replacement of 18IN pipe with Storm  RCP Pipe, 18IN, H 1‐10 200 200 LF $246.00 $49,200.00 Replacement of 18IN pipe with Storm  RCP Pipe, 18IN, H 10‐15 40 40 LF $360.00 $14,400.00 Replacement of 24IN pipe with Storm  RCP Pipe, 24IN, H 1‐10 200 200 LF $290.00 $58,000.00 Replacement of 24IN pipe with Storm  RCP Pipe, 24IN, H 10‐15 40 40 LF $360.00 $14,400.00 Replacement of 30IN pipe with Storm  RCP Pipe, 30IN, H 1‐10 100 100 LF $310.00 $31,000.00 Replacement of 30IN pipe with Storm  RCP Pipe, 30IN, H 10‐15 40 40 LF $412.00 $16,480.00 Replacement of 36IN pipe with Storm  RCP Pipe, 36IN, H 1‐10 100 100 LF $330.00 $33,000.00 Replacement of 36IN pipe with Storm  RCP Pipe, 36IN, H 10‐15 40 40 LF $452.50 $18,100.00 Replacement of 42IN pipe with Storm  RCP Pipe, 42IN, H 1‐10 100 100 LF $400.00 $40,000.00 Replacement of 42IN pipe with Storm  RCP Pipe, 42IN, H 10‐15 40 40 LF $494.00 $19,760.00 Replacement of 48IN pipe with Storm  RCP Pipe, 48IN, H 1‐10 100 100 LF $420.00 $42,000.00 Replacement of 48IN pipe with Storm  RCP Pipe, 48IN, H 10‐15 40 40 LF $536.50 $21,460.00 Replacement of 54IN pipe with Storm  RCP Pipe, 54IN, H 1‐10 80 80 LF $503.00 $40,240.00 Replacement of 54IN pipe with Storm  RCP Pipe, 54IN, H 10‐15 30 30 LF $694.00 $20,820.00 Replacement of 60IN pipe with Storm  RCP Pipe, 60IN, H 1‐10 80 80 LF $600.00 $48,000.00 Replacement of 60IN pipe with Storm  RCP Pipe, 60IN, H 10‐15 30 30 LF $751.00 $22,530.00 $520,890.00 AED Offered Description Estimated  Quantity ** Unit  Unit Price Total Price D ‐ STORM STRUCTURES, COMPLETE in Place Replacing SW Trap TOP (Removal &  Installation)30 30 EA $2,200.00 $66,000.00 Replacing DW Trap TOP (Removal &  Installation)30 30 EA $2,550.00 $76,500.00 Replacing SW Trap Throat (Removal &  Installation)30 30 EA $1,150.00 $34,500.00 Replacing DW Trap Throat (Removal &  Installation)30 30 EA $1,312.50 $39,375.00 Repir of Catch Basin 40 40 EA $2,700.00 $108,000.00 Repair of Drop Inlet 40 40 EA $2,950.00 $118,000.00 Repair of Junction Box/Manhole 40 40 EA $3,161.58 $126,463.20 Replacement of Catch Basin with New  Catch Basin 30 30 EA $5,750.00 $172,500.00 Replacement of Drop Inlet with new  Drop Inlet 30 30 EA $6,000.00 $180,000.00 Replacement of Junction Box/ manhole  with new Junction Box/Manhole 20 20 EA $6,250.00 $125,000.00 Concrete Grinding 20 20 SY $131.50 $2,630.00 Concrete Crack Caulking and Sealing 20 20 LF $36.50 $730.00 Point Repair to Storm Sewer, complete in  place (Trench ≤10ft depth) 40 40 EA $3,000.00 $120,000.00 Point Repair to Storm Sewer, complete in  place (Trench ≤10ft depth) 40 40 EA $4,875.00 $195,000.00 $1,364,698.20  AED Offered E‐ STORM SEWER, LINE EXISTING CORRGATED METAL (CMP) PIPE  Unit Price Total Price Line Existing 12IN CMP with Cementious  spray lining(complete in place)50 50 LF $251.25 $12,562.50 Line Existing 15IN CMP with Cementious  spray lining (complete in place)50 50 LF $266.00 $13,300.00 Line Existing 18IN CMP with Cementious  spray lining(complete in place)200 200 LF $268.85 $53,770.00 Line Existing 24IN CMP with Cementious  spray lining(complete in place)200 200 LF $296.93 $59,385.00 Line Existing 30IN CMP with Cementious  spray lining(complete in place)200 200 LF $322.50 $64,500.00 Line Existing 36IN CMP with Cementious  spray lining (complete in place)100 100 LF $375.00 $37,500.00 Line Existing 42IN CMP with Cementious  spray lining (complete in place)100 100 LF $457.50 $45,750.00 Line Existing 48IN CMP with Cementious  spray lining(complete in place)200 200 LF $497.50 $99,500.00 Line Existing 54IN CMP with Cementious  spray lining(complete in place)100 100 LF $559.50 $55,950.00 Line Existing 60IN CMP with Cementious  spray lining(complete in place)100 100 LF $620.00 $62,000.00 $504,217.50 AED Offered F‐ STORM SEWER, LINE EXISTING CORRGATED METAL (CMP) PIPE Unit Price Total Price Line Existing 12IN CMP with Lining with  felt or fiberglass CIPP (complete in place)50 50 LF $240.25 $12,012.50 Line Existing 15IN CMP with ining with  felt or fiberglass CIPP(complete in place)50 50 LF $260.25 $13,012.50 Line Existing 18IN CMP with ining with  felt or fiberglass CIPP(complete in place)200 200 LF $267.75 $53,550.00 Line Existing 24IN CMP withining with  felt or fiberglass CIPP (complete in place)200 200 LF $295.25 $59,050.00 Line Existing 30IN CMP with ining with  felt or fiberglass CIPP(complete in place)200 200 LF $375.00 $75,000.00 Line Existing 36IN CMP with ining with  felt or fiberglass CIPP(complete in place)100 100 LF $442.50 $44,250.00 Line Existing 42IN CMP with ining with  felt or fiberglass CIPP(complete in place)100 100 LF $510.25 $51,025.00 Line Existing 48IN CMP with ining with  felt or fiberglass CIPP in place)200 200 LF $595.00 $119,000.00 Line Existing 54IN CMP with ining with  felt or fiberglass CIPP (complete in place)100 100 LF $699.75 $69,975.00 Line Existing 60IN CMP with ining with  felt or fiberglass CIPP(complete in place)100 100 LF $810.00 $81,000.00 $577,875.00 AED Offered Unit Price Total Price G‐ STREET LIGHTING‐ REPLACEMENT & INSTALLATION Pull Box, PB‐1 (Type 1)15 15 EA $73.11 $1,096.65 Demolish Light Pole Base 1 1 CY $2,359.00 $2,359.00 Install Light Pole Base 1 1 CY $2,483.80 $2,483.80 $5,939.45 H‐ ALLOANCE ITEMS Alloance for working in locations with  difficult access 1 1 LS $30,000.00 $30,000.00 Alloance for unexpected field conditions  or issues that are beyond the scope of  typical storm sewer construction project 1 1 LS $75,000.00 $75,000.00 Alloance for Additional Quantities 1 1 LS $200,000.00 $200,000.00 AED Offerd $3,935,899.55 November 10, 2021 A, B, C, D, E, F and G Vice President Request for Proposal Request for Proposals will be received at this office until Tuesday, June 15, 2021 @ 3:00 p.m. for furnishing: (ZOOM Opening) (ID: 982 0515 7005 and Password: 812118) RFP Item # 21-155 Augusta Infrastructure Routine Maintenance (Storm Drainage, Sidewalks, Street Lighting and Concrete Works) for Augusta, GA – Engineering Department RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901 (706- 821-2422). Plans and specifications for the project shall be obtained by all prime contractors, subcontractors and suppliers exclusively from ARC. The fees for the plans and specifications which are non-refundable are $50.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.e-arc.com) at no charge through ARC Southern (706 821-0405) beginning Thursday, May 6, 2021. 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. RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901 (706-821-2422). A Pre Proposal Conference will be held on Tuesday, June 1, 2021, @ 10:00 a.m. via ZOOM (ID: 981 4700 5233 and Password: 892533) 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, June 2, 2021, @ 5:00 P.M. No RFP will be accepted by fax or email, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 90 days after bids have been opened, pending the execution of contract with the successful bidder(s). Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. GEORGIA E-Verify and Public Contracts: The Georgia E-Verify law requires contractors and all sub-contractors on Georgia public contract (contracts with a government agency) for the physical performance of services over $2,499 in value to enroll in E-Verify, regardless of the number of employees. They may be exempt from this requirement if they have no employees and do not plan to hire employees for the purpose of completing any part of the public contract. Certain professions are also exempt. All requests for proposals issued by a city must include the contractor affidavit as part of the requirement for their bid to be considered. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle May 6, 13, 20, 27, 2021 Metro Courier May 6, 2021 PCJ QUALITY ASSURANCE LLC 1072 PLUM ROAD JACKSON, SC 29831 LARRY L. MCCORD LLC DESIGN 2016 HIGHLAND AVENUE AUGUSTA, GA 30904 BEAM’S CONTRACTING 15030 ATOMIC ROAD BEECH ISLAND, SC 29842 REEVES CONSTRUCTION CO. 1 APAC INDUSTRIAL WAY AUGUSTA, GA 30907 BLAIR CONSTRUCTION P. O. BOX 770 EVANS, GA. 30809 HORIZON CONSTRUCTION PO BOX 798 EVANS, GA. 30809 Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 J&B CONSTRUCTION & SRVC INC 3550 GORDON HIGHWAY GROVETOWN G.A 30813 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)20 2.8 3.5 5.0 5.0 5.0 4.0 2.5 3.3 3. Organization & Approach (0-5)15 3.0 3.5 5.0 5.0 5.0 3.0 2.5 3.0 4. Scope of Services Experience and approach to the following as requested in Section II. Scope of Services and Section III. Minimum Requirements: a. Project Specific Experience - three (3) years of experience similar to this scope of work. b. Past performance on projects similar in nature. c. Evidence that firm fully understands Owner’s goals and project scope. (0-5)20 2.8 3.5 5.0 5.0 5.0 3.0 2.0 3.0 5. Financial Stability (0-5)5 2.5 4.0 5.0 5.0 5.0 4.0 2.0 5.0 6. References (0-5)5 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 Within Richmond County 5 10 5 5 5 Within CSRA 5 6 5 5 5 5 5 Within Georgia 5 4 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 • All Others 5 1 21 24.5 30 30 30 24 19 24.25 8. Presentation by Team (0-5)10 9. Q&A Response to Panel Questions (0-5)5 Lowest Fees 5 10 5 Second 5 6 5 Third 5 4 5 Forth 5 2 5 Fifth 5 1 5 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 0 5 5 5 5 5 0 0 21 29.5 35 35 35 29 19 24.25 Procurement DepartmentRepresentative:____Nancy Williams________________________________________ Procurement Department Completion Date: 7/12/21 Internal Use Only Evaluator: Cumulative Date: 7/12/21 RFP Opening Item #21-155 Augusta Infrastructure Routine Maintenance (Storm Drainage, Sidewalks, Street Lighting and Concrete) Augusta, GA - Engineering Department RFP Evaluation Meeting Date: Wednesday, July 7, 2021 @ 3:00 p.m. 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Total Cumulative Score (Maximum point is 500) Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 10. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) Vendors Phase 1 Total - (Total Maximum Ranking 30 - Maximum Weighted Total Possible 375) Phase 1 Scale 0 (Low) to 5 (High) Ranking of 0-5 (Enter a number value between 0 and 5) Phase 2 (Option - Numbers 8-9 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Vendors PCJ QUALITY ASSURANCE LLC 1072 PLUM ROAD JACKSON, SC 29831 LARRY L. MCCORD LLC DESIGN 2016 HIGHLAND AVENUE AUGUSTA, GA 30904 BEAM’S CONTRACTING 15030 ATOMIC ROAD BEECH ISLAND, SC 29842 REEVES CONSTRUCTION CO. 1 APAC INDUSTRIAL WAY AUGUSTA, GA 30907 BLAIR CONSTRUCTION P. O. BOX 770 EVANS, GA. 30809 HORIZON CONSTRUCTION PO BOX 798 EVANS, GA. 30809 Pond Maintenance of Augusta 3707 Colbert St. Augusta, GA 30906 J&B CONSTRUCTION & SRVC INC 3550 GORDON HIGHWAY GROVETOWN G.A 30813 Phase 1 Evaluation Criteria 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 PASS PASS PASS PASS PASS PASS PASS PASS 2. Qualifications & Experience 56.0 70.0 100.0 100.0 100.0 80.0 50.0 66.0 3. Organization & Approach 45.0 52.5 75.0 75.0 75.0 45.0 37.5 45.0 Scope of Services: • Minimum of five (5) years of experience in buying media, developing strategic advertising plans, designing creative concepts and materials to implement those plans, and producing or coordinating the production of the advertising for a business or organization comparable in size and scope to the Augusta Regional Airport. • Experience in the development of detailed annual media plans, public relations campaigns, multi media advertising (design, produce, and buy), web site design and marketing, and direct 56.0 70.0 100.0 100.0 100.0 60.0 40.0 60.0 6. Financial Stability 12.5 20.0 25.0 25.0 25.0 20.0 10.0 25.0 7. References 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 Within Richmond County 0 50 0 50 0 0 50 0 Within CSRA 30 0 30 0 30 30 0 30 Within Georgia 0 0 0 0 0 0 0 0 Within SE United States (includes AL, TN, NC, SC, FL) 0 0 0 0 0 0 0 0 • All Others 0 0 0 0 0 0 0 0 Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 325)224.5 287.5 355.0 375.0 355.0 260.0 212.5 251.0 8. Presentation by Team 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions 0 0 0 0 0 0 0 0 Lowest Fees 0 50 0 0 0 0 0 0 Second 0 0 30 0 0 0 0 0 Third 0 0 0 0 0 20 0 0 Forth 0 0 0 0 10 0 0 0 Fifth 0 0 0 5 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 125) 0 50 30 5 10 20 0 0 Total Cumulative Score (Maximum point is 500)224.5 337.5 385 380 365 280 212.5 251 Phase 2 (Option - Numbers 9-100 (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Procurement DepartmentRepresentative:___Nancy Williams_________________________________________ Procurement Department Completion Date: 7/12/21 Internal Use Only Evaluator: Cumulative Date: 7/12/21 PG 2 of 2 Augusta Infrastructure Routine Maintenance (Storm Drainage, Sidewalks, Street Lighting and Concrete) Augusta, GA - Engineering Department RFP Evaluation Meeting Date: Wednesday, June 23, 2021 @ 3:00 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) 11. Cost/Fee Proposal Consideration (only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter the point value for the one line only) 8. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Meeting ID Topic Start Time End Time Minutes Participants 98147005233 Pre Proposal Conference - RFP Item #21-155 Augusta Infrastructure Routine Maintenance 6/1/2021 9:08 6/1/2021 10:30 82 13 Name (Original Name)User Email Total Minutes Guest Ashkea White (Shill@augustaga.gov)shill@augustaga.gov 82 No Nancy Williams 66 Yes Greyson Davis 54 Yes Pdillard 37 Yes Hameed MALIK 35 Yes Charles Norwood III 34 Yes Greg Hamilton ghamilton@reevescc.com 33 Yes iPhone David 3980 33 Yes Yolanda Jackson yljackson25@gmail.com 33 Yes La’Darise Williams 32 Yes iPhone 52 Yes June Hamal jhamal@augustaga.gov 27 No 1 FYI: Process Regarding Request for Proposals Sec. 1-10-51. Request for proposals. Request for proposals shall be handled in the same manner as the bid process as described above for solicitation and awarding of contracts for goods or services with the following exceptions: (a) Only the names of the vendors making offers shall be disclosed at the proposal opening. (b) Content of the proposals submitted by competing persons shall not be disclosed during the process of the negotiations. (c) Proposals shall be open for public inspection only after the award is made. (d) Proprietary or confidential information, marked as such in each proposal, shall not be disclosed without the written consent of the offeror. (e) Discussions may be conducted with responsible persons submitting a proposal determined to have a reasonable chance of being selected for the award. These discussions may be held for the purpose of clarification to assure a full understanding of the solicitation requirement and responsiveness thereto. (f) Revisions may be permitted after submissions and prior to award for the purpose of obtaining the best and final offers. (g) In conducting discussions with the persons submitting the proposals, there shall be no disclosure of any information derived from the other persons submitting proposals. Sec. 1-10-52. Sealed proposals. (a) Conditions for use. In accordance with O.C.G.A. § 36-91-21(c)(1)(C), the competitive sealed proposals method may be utilized when it is determined in writing to be the most advantageous to Augusta, Georgia, taking into consideration the evaluation factors set forth in the request for proposals. The evaluation factors in the request for proposals shall be the basis on which the award decision is made when the sealed proposal method is used. Augusta, Georgia is not restricted from using alternative procurement methods for 2 obtaining the best value on any procurement, such as Construction Management at Risk, Design/Build, etc. (b) Request for proposals. Competitive sealed proposals shall be solicited through a request for proposals (RFP). (c) Public notice. Adequate public notice of the request for proposals shall be given in the same manner as provided in section 1-10- 50(c)(Public Notice and Bidder's List); provided the normal period of time between notice and receipt of proposals minimally shall be fifteen (15) calendar days. (d) Pre-proposal conference. A pre-proposal conference may be scheduled at least five (5) days prior to the date set for receipt of proposals, and notice shall be handled in a manner similar to section 1-10-50(c)-Public Notice and Bidder's List. No information provided at such pre-proposal conference shall be binding upon Augusta, Georgia unless provided in writing to all offerors. (e) Receipt of proposals. Proposals will be received at the time and place designated in the request for proposals, complete with bidder qualification and technical information. No late proposals shall be accepted. Price information shall be separated from the proposal in a sealed envelope and opened only after the proposals have been reviewed and ranked. The names of the offerors will be identified at the proposal acceptance; however, no proposal will be handled so as to permit disclosure of the detailed contents of the response until after award of contract. A record of all responses shall be prepared and maintained for the files and audit purposes. (f) Public inspection. The responses will be open for public inspection only after contract award. Proprietary or confidential information marked as such in each proposal will not be disclosed without written consent of the offeror. (g) Evaluation and selection. The request for proposals shall state the relative importance of price and other evaluation factors that will be used in the context of proposal evaluation and contract award. (Pricing proposals will not be opened until the proposals have been reviewed and ranked). Such evaluation factors may include, but not be limited to: (1) The ability, capacity, and skill of the offeror to perform the contract or 3 provide the services required; (2) The capability of the offeror to perform the contract or provide the service promptly or within the time specified, without delay or interference; (3) The character, integrity, reputation, judgment, experience, and efficiency of the offeror; (4) The quality of performance on previous contracts; (5) The previous and existing compliance by the offeror with laws and ordinances relating to the contract or services; (6) The sufficiency of the financial resources of the offeror relating to his ability to perform the contract; (7) The quality, availability, and adaptability of the supplies or services to the particular use required; and (8) Price. (h) Selection committee. A selection committee, minimally consisting of representatives of the procurement office, the using agency, and the Administrator's office or his designee shall convene for the purpose of evaluating the proposals. (i) Preliminary negotiations. Discussions with the offerors and technical revisions to the proposals may occur. Discussions may be conducted with the responsible offerors who submit proposals for the purpose of clarification and to assure full understanding of, and conformance to, the solicitation requirements. Offerors shall be accorded fair and equal treatment with respect to any opportunity for discussions and revision of proposals and such revisions may be permitted after submission and prior to award for the purpose of obtaining best and final offers. In conducting discussions, there shall be no disclosure of information derived from proposals submitted by competing offerors. (j) From the date proposals are received by the Procurement Director through the date of contract award, no offeror shall make any substitutions, deletions, 4 additions or other changes in the configuration or structure of the offeror’s teams or members of the offeror’s team. (k) Final negotiations and letting the contract. The Committee shall rank the technical proposals, open and consider the pricing proposals submitted by each offeror. Award shall be made or recommended for award through the Augusta, Georgia Administrator, to the most responsible and responsive offeror whose proposal is determined to be the most advantageous to Augusta, Georgia, taking into consideration price and the evaluation factors set forth in the request for proposals. No other factors or criteria shall be used in the evaluation. The contract file shall contain a written report of the basis on which the award is made/recommended. The contract shall be awarded or let in accordance with the procedures set forth in this Section and the other applicable sections of this chapter. EXHIBIT A 21‐155 Concrete & Storm Pipes Maintenance AED Offered Description Estimated  Quantity ** QTY Unit  Unit Price Total Price A ‐ General Concrete Remove and Dispose of Existing Concrete  Pavement 250 250 SY $99.81 $24,952.50 Remove and Dispose of Existing Asphalt  Pavement 250 250 SY $69.63 $17,407.50 Remove and Dispose of Existing 6IN  Concrete Curb and Gutter 150 150 LF $41.46 $6,219.00 Remove and Dispose of Existing 6IN  Concrete Flatwork 100 100 SY $65.00 $6,500.00 Remove and Dispose of Existing 8IN  Concrete Flatwork 50 50 SY $76.62 $3,831.00 Adjust Existing Manhole/Structure to  New Finished Grade 20 20 EA $1,470.00 $29,400.00 Driveway Concrete, 6IN  ≤50 50 SY $175.00 $8,750.00 Driveway Concrete, 6IN  >50‐60 50 SY $169.00 $8,450.00 Driveway Concrete, 6IN >60 60 SY $153.50 $9,210.00 Concrete Sidewalk, 4IN  ≤30 30 SY $140.50 $4,215.00 Concrete Sidewalk, 4IN  >30‐60 30 SY $140.50 $4,215.00 Concrete Sidewalk, 4IN >60 60 SY $128.00 $7,680.00 Concrete Sidewalk, 6IN  ≤30 30 SY $175.00 $5,250.00 Concrete Sidewalk, 6IN  >30‐60 30 SY $166.95 $5,008.50 Concrete Sidewalk, 6IN >60 60 SY $155.44 $9,326.40 Concrete Sidewalk, 8IN  ≤30 30 SY $195.00 $5,850.00 Concrete Sidewalk, 8IN  >30‐60 30 SY $170.00 $5,100.00 Concrete Sidewalk, 8IN >60 60 SY $160.00 $9,600.00 Concrete Curb&Gutter, 6INx24IN  (includes associated roadbase) ≤12 12 SY $80.00 $960.00 Concrete Curb&Gutter, 6INx24IN  (includes associated roadbase) >12‐25 12 SY $75.00 $900.00 Concrete Curb&Gutter, 6INx24IN  (includes associated roadbase)>25 25 SY $70.00 $1,750.00 Concrete Curb&Gutter, 6INx32IN  (includes associated roadbase) ≤15 15 SY $85.00 $1,275.00 Concrete Curb&Gutter, 6INx32IN  (includes associated roadbase) >15‐30 15 SY $85.00 $1,275.00 Concrete Curb&Gutter, 6INx32IN  (includes associated roadbase)>30 30 SY $79.00 $2,370.00 Concrete Median, 8IN  ≤50 50 SY $215.00 $10,750.00 Concrete Median, 8IN  >50‐100 50 SY $210.00 $10,500.00 $200,744.90 AED Offered Description Estimated  Quantity ** Unit Unit Price Total Price B ‐ OFF ROAD STORM SEWER, OPEN‐CUT, COMPLETE in Place Replacement of 12IN pipe with Storm  RCP Pipe, 12IN, H 1‐10 100 100 LF $155.00 $15,500.00 Replacement of 15IN pipe with Storm  RCP Pipe, 15IN, H 1‐10 100 100 LF $154.50 $15,450.00 Replacement of 18IN pipe with Storm  RCP Pipe, 28IN, H 1‐10 200 200 LF $172.71 $34,541.00 Replacement of 18IN pipe with Storm  RCP Pipe, 18IN, H 10‐15 100 100 LF $177.50 $17,750.00 Replacement of 24IN pipe with Storm  RCP Pipe, 24IN, H 1‐10 250 250 LF $194.37 $48,592.50 Replacement of 24IN pipe with Storm  RCP Pipe, 24IN, H 10‐15 150 150 LF $196.00 $29,400.00 Replacement of 30IN pipe with Storm  RCP Pipe, 30IN, H 1‐10 200 200 LF $196.31 $39,261.00 Replacement of 30IN pipe with Storm  RCP Pipe, 30IN, H 10‐15 100 100 LF $225.50 $22,550.00 Replacement of 36IN pipe with Storm  RCP Pipe, 36IN, H 1‐10 150 150 LF $217.26 $32,589.00 Replacement of 36IN pipe with Storm  RCP Pipe, 36IN, H 10‐15 100 100 LF $259.00 $25,900.00 Replacement of 42IN pipe with Storm  RCP Pipe, 42IN, H 1‐10 100 100 LF $265.50 $26,550.00 Replacement of 42IN pipe with Storm  RCP Pipe, 42IN, H 10‐15 50 50 LF $297.00 $14,850.00 Replacement of 48IN pipe with Storm  RCP Pipe, 48IN, H 1‐10 100 100 LF $288.50 $28,850.00 Replacement of 48IN pipe with Storm  RCP Pipe, 48IN, H 10‐15 50 50 LF $348.75 $17,437.50 Replacement of 54IN pipe with Storm  RCP Pipe, 54IN, H 1‐10 100 100 LF $350.25 $35,025.00 Replacement of 54IN pipe with Storm  RCP Pipe, 54IN, H 10‐15 30 30 LF $459.75 $13,792.50 Replacement of 60IN pipe with Storm  RCP Pipe, 60IN, H 1‐10 50 50 LF $469.92 $23,496.00 Replacement of 60IN pipe with Storm  RCP Pipe, 60IN, H 10‐15 30 30 LF $500.00 $15,000.00 $456,534.50 AED Offered Description Estimated  Quantity ** Unit  Unit Price Total Price C ‐ ON ROAD STORM SEWER, OPEN‐CUT, COMPLETE in Place Replacement of 15IN pipe with Storm  RCP Pipe, 15IN, H 1‐10 100 100 LF $215.00 $21,500.00 Replacement of 15IN pipe with Storm  RCP Pipe, 15IN, H 10‐15 40 40 LF $250.00 $10,000.00 Replacement of 18IN pipe with Storm  RCP Pipe, 18IN, H 1‐10 200 200 LF $246.00 $49,200.00 Replacement of 18IN pipe with Storm  RCP Pipe, 18IN, H 10‐15 40 40 LF $360.00 $14,400.00 Replacement of 24IN pipe with Storm  RCP Pipe, 24IN, H 1‐10 200 200 LF $290.00 $58,000.00 Replacement of 24IN pipe with Storm  RCP Pipe, 24IN, H 10‐15 40 40 LF $360.00 $14,400.00 Replacement of 30IN pipe with Storm  RCP Pipe, 30IN, H 1‐10 100 100 LF $310.00 $31,000.00 Replacement of 30IN pipe with Storm  RCP Pipe, 30IN, H 10‐15 40 40 LF $412.00 $16,480.00 Replacement of 36IN pipe with Storm  RCP Pipe, 36IN, H 1‐10 100 100 LF $330.00 $33,000.00 Replacement of 36IN pipe with Storm  RCP Pipe, 36IN, H 10‐15 40 40 LF $452.50 $18,100.00 Replacement of 42IN pipe with Storm  RCP Pipe, 42IN, H 1‐10 100 100 LF $400.00 $40,000.00 Replacement of 42IN pipe with Storm  RCP Pipe, 42IN, H 10‐15 40 40 LF $494.00 $19,760.00 Replacement of 48IN pipe with Storm  RCP Pipe, 48IN, H 1‐10 100 100 LF $420.00 $42,000.00 Replacement of 48IN pipe with Storm  RCP Pipe, 48IN, H 10‐15 40 40 LF $536.50 $21,460.00 Replacement of 54IN pipe with Storm  RCP Pipe, 54IN, H 1‐10 80 80 LF $503.00 $40,240.00 Replacement of 54IN pipe with Storm  RCP Pipe, 54IN, H 10‐15 30 30 LF $694.00 $20,820.00 Replacement of 60IN pipe with Storm  RCP Pipe, 60IN, H 1‐10 80 80 LF $600.00 $48,000.00 Replacement of 60IN pipe with Storm  RCP Pipe, 60IN, H 10‐15 30 30 LF $751.00 $22,530.00 $520,890.00 AED Offered Description Estimated  Quantity ** Unit  Unit Price Total Price D ‐ STORM STRUCTURES, COMPLETE in Place Replacing SW Trap TOP (Removal &  Installation)30 30 EA $2,200.00 $66,000.00 Replacing DW Trap TOP (Removal &  Installation)30 30 EA $2,550.00 $76,500.00 Replacing SW Trap Throat (Removal &  Installation)30 30 EA $1,150.00 $34,500.00 Replacing DW Trap Throat (Removal &  Installation)30 30 EA $1,312.50 $39,375.00 Repir of Catch Basin 40 40 EA $2,700.00 $108,000.00 Repair of Drop Inlet 40 40 EA $2,950.00 $118,000.00 Repair of Junction Box/Manhole 40 40 EA $3,161.58 $126,463.20 Replacement of Catch Basin with New  Catch Basin 30 30 EA $5,750.00 $172,500.00 Replacement of Drop Inlet with new  Drop Inlet 30 30 EA $6,000.00 $180,000.00 Replacement of Junction Box/ manhole  with new Junction Box/Manhole 20 20 EA $6,250.00 $125,000.00 Concrete Grinding 20 20 SY $131.50 $2,630.00 Concrete Crack Caulking and Sealing 20 20 LF $36.50 $730.00 Point Repair to Storm Sewer, complete in  place (Trench ≤10ft depth) 40 40 EA $3,000.00 $120,000.00 Point Repair to Storm Sewer, complete in  place (Trench ≤10ft depth) 40 40 EA $4,875.00 $195,000.00 $1,364,698.20  AED Offered E‐ STORM SEWER, LINE EXISTING CORRGATED METAL (CMP) PIPE  Unit Price Total Price Line Existing 12IN CMP with Cementious  spray lining(complete in place)50 50 LF $251.25 $12,562.50 Line Existing 15IN CMP with Cementious  spray lining (complete in place)50 50 LF $266.00 $13,300.00 Line Existing 18IN CMP with Cementious  spray lining(complete in place)200 200 LF $268.85 $53,770.00 Line Existing 24IN CMP with Cementious  spray lining(complete in place)200 200 LF $296.93 $59,385.00 Line Existing 30IN CMP with Cementious  spray lining(complete in place)200 200 LF $322.50 $64,500.00 Line Existing 36IN CMP with Cementious  spray lining (complete in place)100 100 LF $375.00 $37,500.00 Line Existing 42IN CMP with Cementious  spray lining (complete in place)100 100 LF $457.50 $45,750.00 Line Existing 48IN CMP with Cementious  spray lining(complete in place)200 200 LF $497.50 $99,500.00 Line Existing 54IN CMP with Cementious  spray lining(complete in place)100 100 LF $559.50 $55,950.00 Line Existing 60IN CMP with Cementious  spray lining(complete in place)100 100 LF $620.00 $62,000.00 $504,217.50 AED Offered F‐ STORM SEWER, LINE EXISTING CORRGATED METAL (CMP) PIPE Unit Price Total Price Line Existing 12IN CMP with Lining with  felt or fiberglass CIPP (complete in place)50 50 LF $240.25 $12,012.50 Line Existing 15IN CMP with ining with  felt or fiberglass CIPP(complete in place)50 50 LF $260.25 $13,012.50 Line Existing 18IN CMP with ining with  felt or fiberglass CIPP(complete in place)200 200 LF $267.75 $53,550.00 Line Existing 24IN CMP withining with  felt or fiberglass CIPP (complete in place)200 200 LF $295.25 $59,050.00 Line Existing 30IN CMP with ining with  felt or fiberglass CIPP(complete in place)200 200 LF $375.00 $75,000.00 Line Existing 36IN CMP with ining with  felt or fiberglass CIPP(complete in place)100 100 LF $442.50 $44,250.00 Line Existing 42IN CMP with ining with  felt or fiberglass CIPP(complete in place)100 100 LF $510.25 $51,025.00 Line Existing 48IN CMP with ining with  felt or fiberglass CIPP in place)200 200 LF $595.00 $119,000.00 Line Existing 54IN CMP with ining with  felt or fiberglass CIPP (complete in place)100 100 LF $699.75 $69,975.00 Line Existing 60IN CMP with ining with  felt or fiberglass CIPP(complete in place)100 100 LF $810.00 $81,000.00 $577,875.00 AED Offered Unit Price Total Price G‐ STREET LIGHTING‐ REPLACEMENT & INSTALLATION Pull Box, PB‐1 (Type 1)15 15 EA $73.11 $1,096.65 Demolish Light Pole Base 1 1 CY $2,359.00 $2,359.00 Install Light Pole Base 1 1 CY $2,483.80 $2,483.80 $5,939.45 H‐ ALLOANCE ITEMS Alloance for working in locations with  difficult access 1 1 LS $30,000.00 $30,000.00 Alloance for unexpected field conditions  or issues that are beyond the scope of  typical storm sewer construction project 1 1 LS $75,000.00 $75,000.00 Alloance for Additional Quantities 1 1 LS $200,000.00 $200,000.00 AED Offerd $3,935,899.55 Engineering Services Committee Meeting 11/30/2021 1:15 PM Augusta Infrastructure Routine Maintenance- Storm Drainage, Sidewalks, Street Lighting and Concrete work RFP 21-155 Department:Engineering Presenter: Caption:Approve award of Augusta Infrastructure Routine Maintenance- Storm Drainage, Sidewalks, Street Lighting and Concrete Work Contract to Blair Construction Inc., Beams Contracting Inc., Larry McCord, LLC, Horizon Construction & Associates, and J & B Construction and Services Inc. The Contract is for two years effective May 1, 2022 with renewal option for three additional years. Also, approve up to $1,500,000 to fund the proposed Services. Award is contingent upon receipt of procurement documents, signed contracts and proper bonds. R equested by AED. RFP 21-155 Background:Augusta Commission established Stormwater Utility (SWU) Program effective January 1, 2016. One of the key elements of SWU is establishing a proactive infrastructure maintenance program that includes Maintenance of storm conveyance system, restoration of drainage impacted areas and improving local watersheds. Since the AED worked towards establishing a proactive infrastructure Maintenance program (Program), Infrastructure routine maintenance services are integral parts of SWU Program delivery as determined by AED that supplementing engineering maintenance resources with contract services such as Concrete Repair, Concrete Construction and Emergency Repair Services is a practical approach to complete and sustain much needed maintenance services in a timely manner on watershed level. Such services are essential to minimizing public safety risks, damages to public property and associated potential hazard liabilities. Analysis:Proposals were received on June 15, 2021 with Blair Construction Inc., Beams Contracting Inc., Larry McCord, LLC, Horizon Construction & Associates, J & B Construction and Services Inc., and Reeves Construction Co. being the selected firms. Firms were evaluated based on qualifications, relevant experience, and ability to provide requested services. Fee of requested primary services was negotiated and all selected firms accepted AED offered unit rates except Reeves Construction. Reeves Construction decided to opt out from further consideration. Services fee schedule with final offered unit rates is attached as Exhibit A. Financial Impact:Funds are available in the amount of $1,500,000 in Stormwater Program SPLOST 8 Grading & Drainage funds. Funding is projected to be available May 1, 2022 based on current SPLOST collection rates. Alternatives:1) Not Proposed. Recommendation:Approve award of Augusta Infrastructure Routine Maintenance- Storm Drainage, Sidewalks, Street Lighting and Concrete Work Contract to Blair Construction Inc., Beams Contracting Inc., Larry McCord, LLC, Horizon Construction & Associates, and J & B Construction and Services Inc. The Contract is for two years effective May 1, 2022 with renewal option of three additional years. Also, approve up to $1,500,000 to fund the proposed Services. Award is contingent upon receipt of procurement documents, signed contracts and proper bonds. requested by AED. RFP 21-155 Funds are Available in the Following Accounts: ($1,500,000) – 330-044320.5414110 - Stormwater SPLOST 8 Grading & Drainage. Funding is projected to be available May 1, 2022 based on current SPLOST collection rates. REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission