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