HomeMy WebLinkAbout2022-11-29-Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 11/29/2022
ATTENDANCE:
Present: Hons. Garrett, Chairman; Hasan, Vice Chairman; Johnson and McKnight, members.
Absent: Hon. Hardie Davis, Jr., Mayor.
ENGINEERING SERVICES
1. Approve the continued funding of the current On-Call Field and Laboratory Testing for Soil and
Construction Material, and Geotechnical Inspection and Investigation (CMT_Geotech) Services contract
in the amount of $258,090.00 for 5th & 6th Streets Improvements Projects. RFP 19-179 / Requested by
Engineering
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner Catherine Smith-
McKnight
Commissioner Ben
Hasan Passes
2. Approve award of Construction Contract to Reeves Construction, subject to Value Engineering and in the
amount of $10,041,083.90, for Transportation Investment Act (TIA) Projects, 5th Street & 6th Street
Improvements Projects, subject to receipt of signed contracts and proper bonds. RFP 22-258 / requested
by Engineering.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner Catherine Smith-
McKnight
Commissioner Ben
Hasan Passes
3. Approve Amendment No. 10 to Agreement with ESG Operations, Inc. to establish the final budget
amount for 2023.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner Catherine Smith-
McKnight
Commissioner Ben
Hasan Passes
4. Motion to approve construction services contract with Gearig Civilworks for the purchase of 2,200 linear
feet of 12” PVC water line pipe to be installed along Valencia Way in the amount of $170 ,500.00.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner Catherine Smith-
McKnight
Commissioner Ben
Hasan Passes
5. Approve supplemental funding (SA3) for Engineering Phases of Design Consultant Services Agreement
to Hussy Gay Bell (HGB) in the amount of $71,695 for the Broad Street Improvements. RFP 18-311 /
requested by the AED.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner Catherine Smith-
McKnight
Commissioner Ben
Hasan Passes
6. Approve supplemental funding (phase 2 funding) in the amount of $2,500,000.00 for Warren Lake in-
progress dredging under Contract of Sediment Dredging and Disposal Construction Services to
Waterfront Property Services, LLC Waterfront Property Services, LLC dba Gator Dredging for
continuation of Warren Lake dredging & sediments removal & disposal . RFP 20-224/ Requested by
Engineering.
Item
Action:
Approved
Motions
Motion Type Motion Text Made By Seconded By Motion
Result
Approve Motion to approve.
Motion Passes 4-0. Commissioner Ben Hasan Commissioner Jordan Johnson Passes
7. Approve Additional Supplemental funding for Completing In progress Rehabilitation of Augusta Landfill
Phase 3 Active Phase Service Road & associated repairs in the amount of $225,120.30. Requested by
Engineering. RFP 16-161 - 22ENG115
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner Catherine Smith-
McKnight
Commissioner Ben
Hasan Passes
8. Approve Task Order four (SA4) funding for Drainage System Assessment, Verification and Drainage
Improvements Engineering Services Agreement to Ardurra (former Constantine Engineering) in the
amount of $49,575.00 for Overton Road Drainage Sub-basin design phase services. RFQ 19-
148 / requested by Engineering.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner Catherine Smith-
McKnight
Commissioner Ben
Hasan Passes
9. Receive update on Environmental Services Operations (Landfill & Waste Collection). Also, discuss,
approve and authorize implementation of attached EXHIBIT A-Section E listed action items
recommended by Engineering & Environmental Services Director. Requested by Engineering
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to approve holding a work session
on Friday, December 2 to discuss the
recommended action items at 10:00 a.m.
Motion Passes 4-0.
Commissioner
Catherine Smith-
McKnight
Commissioner
Ben Hasan Passes
10. Motion to approve the minutes of the Engineering Services Committee held on November 8, 2022.Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner Catherine Smith-
McKnight
Commissioner Ben
Hasan Passes
11. Approve award of Construction Contract to E R Snell Contactor, Inc. subject to Value Engineering and
in the amount of $25,132,471.20 for Transportation Investment Act (TIA) Projects, Telfair Street & 13th
Street Improvements Projects, subject to receipt of signed contract and proper bond. RFP 22-195 /
requested by Engineering .
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner Catherine Smith-
McKnight
Commissioner Ben
Hasan Passes
12. Approve Supplemental funding (SA#4) for continuity of Engineering Phase of Design Engineering
Consultant Agreement to Hussey Gay Bell and DeYoung (HGB) in the amount of $174,702.50 for
Augusta Engineering Transportation Improvement Program (TIP) Operational Efficiency of Various
Intersections Project. Requested by Engineering. RFQ 17-127
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner Catherine Smith-
McKnight
Commissioner Ben
Hasan Passes
13. Motion to approve the supplemental work needed to assess identified structures between 1910-1946
Ellis Street by Cranston Engineering in the amount of $59,967.00.
Item
Action:
Approved
Motions
Motion Type Motion Text Made By Seconded By Motion
Result
Approve Motion to approve.
Motion Passes 4-0. Commissioner Jordan Johnson Commissioner Ben Hasan Passes
14. Motion to approve entering into Franchise Agreement (Agreement) with Comcast of Georgia/South
Carolina LCC. Also approve the Agreement to be executed by Augusta, GA Legal Counsel and the
Mayor. (Requested by Commissioner Brandon Garrett and Augusta Engineering)
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
added to the agenda.
Motions
Motion Type Motion Text Made By Seconded By Motion
Result
Approve Motion to approve.
Motion Passes 4-0. Commissioner Ben Hasan Commissioner Jordan Johnson Passes
www.augustaga.gov
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Attendace 11/29/22
Department:
Presenter:
Caption:
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
MC Squared, LLC. 1275 Shiloh Road NW, Suite 2620, Kennesaw, Georgia, 300144, T (770) 650-0873 www.mc2engineers.com
October 24, 2022 Ms. June Hamal
Augusta Engineering and Environmental Services Department 452 Walker Street, Suite 110, Augusta, GA 30901
Subject: Proposal for Construction Materials Testing & Special Inspection Services 5th & 6th Street Improvements
Richmond County, Georgia MC2 Proposal No. A102201.217_C
Dear Ms. Hamal, MC Squared, LLC. (MC2) is pleased to present this proposal for Construction Materials Testing & Special Inspection Services associated with the 5th & 6th Street Improvements Project in Richmond County, Georgia. This proposal outlines the services you requested and our budgetary estimate, per the information provided via e-mail dated September 22, 2022. The project finalized construction schedule and completed specifications were not provided to MC2 during this proposal preparation.
Therefore, this estimate is based on MC2 experience with similar projects. In addition, per the provided information, we assumed the total duration of MC2 services during the construction for both streets would be 385 days. MC2 would be
able to revise this estimate once the project construction schedule is available. PROJECT AND SITE INFORMATION
Our understanding of the project is based on reviewing the provided plans and information. The proposed project will consist of 0.74 miles of length of 5th street improvements and 0.714 miles of 6th street improvements and associated utilities. The following are the anticipated scopes of services.
PROPOSED SERVICES
Construction Management
• Review project drawings, specifications, and contract scope of work.
• Review contracts, schedules, and quality control/quality assurance plans.
• Manage pre-construction and progress meetings: Present agenda, scope,
schedule, and conditions applicable to the project.
• Review submittals, RFI’s, and communicate with project Stakeholders (Design/
Owner/Contractor) regarding approvals, feedback, and change order in a timely
manner.
• Weekly meetings/conferences with the project stakeholders.
• Keep logs of open and corrected Items for follow-up with the contractor on a
resolution to changes and/or corrective measures.
• Engage the owner for items that require a change in design and/or contract
provisions.
• Review change orders and manage the approval process.
5TH & 6TH Street Improvements Richmond County, Georgia
MC2 Proposal No. A102201.217_C
2
• Review monthly pay applications and resolve issues with the contractor before
payment approval.
• Assist in project closeout by reviewing punch list items with contractors and
finalizing documentation before project closeout and release of retainage.
Construction Materials Testing Services
• Monitor and document the progress of work on daily basis and schedule
construction inspections as required by the project specifications.
• Subgrade evaluation of existing materials: proof-roll and/bearing capacity
evaluation.
• Geotechnical Engineer to provide evaluation and recommendations.
• Monitoring of over-excavation and quantification.
• Backfill monitoring and testing of structural fill.
• Backfill monitoring and testing of pipe backfill on storm drain lines, water lines,
and site walls.
• Subgrade inspections of finished grades for pavements and sidewalks on both
sides of the roadways.
• Concrete testing on the sidewalk on both sides of the roadways, curbs/gutters,
and structures.
• GAB compaction testing and proof-roll testing.
• Asphalt testing.
• Laboratory testing
- Soil Proctor tests.
- GAB Proctor tests.
FEE
MC2 will provide the above-requested scope of services for the construction of the 5th & 6th Street Improvements project for a budgetary estimated fee of $258,090.00 in accordance with the attached Schedule of Services and Fees per the on-call contract between MC2 and Augusta Engineering Department, RFP #19-179, dated 06/06/2019, on a time and materials basis. Further additional work required beyond the scope of services included in this proposal (e.g., additional analyses/testing or other factors beyond MC2 control) will be invoiced on a time and expense basis. However, further work will not be performed without your prior written authorization.
AUTHORIZATION To authorize us to perform these services, we ask that you indicate acceptance of this proposal by your signature in the space provided. MC2 appreciates being considered for
this project and looks forward to collaborating with you. Please do not hesitate to call if you have any questions.
5TH & 6TH Street Improvements Richmond County, Georgia
MC2 Proposal No. A102201.217_C
3
If you need further information, please do not hesitate to call Nima Latifi at the office at (770) 650-0873, on his cell phone at (470) 897-5111, or via e-mail at
nlatifi@mc2engineers.com.
Respectfully submitted, MC Squared, LLC
Nima Latifi, Ph.D., PMP Thomas Ali, PE Department Manager Chief Operating Officer Budgetary Fee Estimate: $258,090.00 (Attachment A)
AUTHORIZED BY: INVOICE TO:
Signature Firm
Name Address
Title
Date Attention
Attachments: 1- Schedule of Services and Fees – (Attachment A)
DESCRIPTION OF SERVICES QUANTITY X UNIT PRICE COST ($)
ITEM 1 - Construction Materials Testing Services:
- Attendance of weekly site meetings - Subgrade evaluations
- Soil backfill monitoring
- Soil backfill compaction testing 4 hrs/day x 385 days x $62/hr 95,480.00$
- Bearing capacity evaluation - GAB testing
- Nuclear gauge density testing - Asphalt temperature determination
ITEM 2 - Staff Engineer & Professional Engineers:
- Field Staff engineer for documentation of construction activities 4 hrs/day x 385 days x $85/hr 130,900.00$
- Pavement engineer (PE) to perform report review, evaluation and recommendations 2 hr/week x 77 weeks x $115/hr 17,710.00$
ITEM 3 - Laboratory Testing for Soil / Asphalt
- Soil standard and modified proctors
- Gradations LUMP SUM 5,000.00$ - Atterberg limits - Asphalt Specific Gravity testing
ITEM 4 - Laboratory Testing for Concrete Cylinders
- Concrete cylinder pick-up and transportation to lab LUMP SUM 9,000.00$ - Compressive strength testing
Estimate Maximum Fee:258,090.00$
Notes:
2-Assigned work will be performed per the issued Task Order. Each Task Order will be contracted
3-Assigned Inspector must possess required GSWCC and other Certifications to perform required
4-Assigned staff shall include GA Licensed Professional Engineer
Construction Materials Testing and Special Inspections5TH & 6TH Street Improvements Augusta, GAMC² Proposal No. A102201.217_C
1-Hourly rate includes direct expense costs (such as a vehicle, phone, per diem, lodging, etc). There will be no separate pay item for these and other incidental items.
Engineering Services Committee Meeting
11/29/2022 1:05 PM
5th & 6th Streets Improvements (PIs #0011415 / 0011421) Construction Material Inspection and Testing,
Construction Monitoring and Quality Assurance/ Quality Control, and Geotechnical Services-RFP 19-179 File
Reference: 22-014(T)
Department:Engineering
Presenter:
Caption:Approve the continued funding of the current On-Call Field and
Laboratory Testing for Soil and Construction Material, and Geotechnical
Inspection and Investigation (CMT_Geotech) Services contract in the
amount of $258,090.00 for 5th & 6th Streets Improvements Projects. RFP
19-179 / Requested by Engineering
Background:The 5th Street and 6th Streets Improvements are projects from the
“Approved Investment List” of TIA that was approved by voters of the
CSRA in July 31, 2012 referendum. These are Band 3 projects and TIA
funds are allocated for construction. On December 6, 2022, Augusta
Commission will consider awarding road construction contract to Reeves
Construction. Field and Laboratory Testing for Soil and Construction
Material, and Geotechnical Inspection and Investigation Services are
integral part of construction activities to ensure improvements quality
control and quality assurance and construction per design. Construction
quality assurance & quality control (QA/QC) is essential to construction of
good roads and is TIA program requirement.
Analysis:On August 2019, commission approved the award of CMT Geotech
Services contract with Atlas (ATC Group Services LLC), Matrix
Engineering Group, Inc. (MEG), and MC Squared, Inc. (MC2) being the
selected firms. MC2 is assigned to 5th & 6th Streets construction. The
assistance of outside construction services will help AED ensuring a
quality finish roadway infrastructure. It is a practical approach to sustain
much needed construction QA/QC during construction phase of a project.
Financial Impact:Funds are available in Projects TIA Funds.
Alternatives:1. Do not approve and find alternative way to provide required
CMT_Geotech, Construction QA/QC Services and meet TIA construction
QA/QC requirements.
Recommendation:Approve the continued funding of the current On-Call Field and
Laboratory Testing for Soil and Construction Material, and Geotechnical
Inspection and Investigation (CMT_Geotech) Services contract in the
amount of $258,090.00 for 5th & 6th Streets Improvements Projects. RFP
19-179 / Requested by Engineering.
Funds are Available in
the Following
Accounts:
($258,090.00) 371-041110-54.14110 / T15041220-54.14110 - Projects
TIA Funds
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
5th Street
Item #Description Bid Quantity Unit Bid Price Bid Total Qty Unit Unit Price Total Difference New total
100100 FORCE ACCOUNT 1.000 LS 500,000.00$ 500,000.00$ 1 LS 500,000.00$ 500,000.00$ -$ 500,000.00$
100200 TRAFFIC CONTROL - COMPLETE 1.000 LS 540,775.00$ 540,775.00$ 1 LS 240,000.00$ 240,000.00$ (300,775.00)$ 240,000.00$
100300 GRADING COMPLETE - FINAL 1.000 LS 1,757,000.00$ 1,757,000.00$ 1 LS 980,000.00$ 980,000.00$ (777,000.00)$ 980,000.00$
100400 GR AGG BASE CRS, 4 INCH, INCL MATL 3,050.000 SY 19.00$ 57,950.00$ 0.00 SY 19.00$ -$ (57,950.00)$ -$
100500 GR AGG BASE CRS, 6 INCH, INCL MATL 3,440.000 SY 26.25$ 90,300.00$ 5,400.00 SY 26.25$ 141,750.00$ 51,450.00$ 141,750.00$
100600 ASPH CONC 12.5 MM OGFC 775.000 TN 188.00$ 145,700.00$ 775 TN 183.00$ 141,825.00$ (3,875.00)$ 141,825.00$
100700 REC AC 12.5 MM SUPERPAVE 1,395.000 TN 170.00$ 237,150.00$ 1,395.00 TN 170.00$ 237,150.00$ -$ 237,150.00$
100800 TACK COAT 1,295.000 CL 6.10$ 7,899.50$ 1,295.00 CL 6.00$ 7,770.00$ (129.50)$ 7,770.00$
100900 MILL ASPH CONC PVMT; VARIABLE DEPTH 17,000.000 SY 3.40$ 57,800.00$ 17,000.00 SY 3.40$ 57,800.00$ -$ 57,800.00$
101000 STRAIGHT GRANITE CURB, 5 INX16 IN 700.000 LF 67.00$ 46,900.00$ 0 LF 67.00$ -$ (46,900.00)$ -$
101100 DRIVEWAY CONCRETE, 8 IN TK 1,175.000 SY 86.00$ 101,050.00$ 1,175.00 SY 86.00$ 101,050.00$ -$ 101,050.00$
101200 CONC SIDEWALK, 4 IN 3,050.000 SY 49.00$ 149,450.00$ 3,050.00 SY 49.00$ 149,450.00$ -$ 149,450.00$
101300 CONC CURB & GUTTER/ 6X30TP2 3,840.000 LF 33.60$ 129,024.00$ 7,840.00 LF 33.60$ 263,424.00$ 134,400.00$ 263,424.00$
101400 CL B CONC, BASE OR PVMT WIDEN 150.000 CY 375.00$ 56,250.00$ 160 CY 375.00$ 60,000.00$ 3,750.00$ 60,000.00$
101500 REM CONC CURB ALL SIZ 5,000.000 LF 13.25$ 66,250.00$ 5,000.00 LF 13.25$ 66,250.00$ -$ 66,250.00$
101600 REM CONC SIDEWALK 3,340.000 SY 18.65$ 62,291.00$ 2,950.00 SY 18.65$ 55,017.50$ (7,273.50)$ 55,017.50$
101700 RESET GRANITE CURB 4,000.000 LF 52.00$ 208,000.00$ 0.00 LF 52.00$ -$ (208,000.00)$ -$
101800 BRICK PAVERS 14,820.000 SF 22.00$ 326,040.00$ 14,820.00 SF 22.00$ 326,040.00$ -$ 326,040.00$
101900 DETECTABLE WARNING SURFACE 695.000 SF 25.80$ 17,931.00$ 695 SF 25.80$ 17,931.00$ -$ 17,931.00$
102000 REM LIGHTING STANDARD 102.000 EA 585.00$ 59,670.00$ 102 EA 585.00$ 59,670.00$ -$ 59,670.00$
102100 LIGHTING STD, SPCL DES 66W LED 111.000 EA 8,790.00$ 975,690.00$ 111 EA 8,790.00$ 975,690.00$ -$ 975,690.00$
102200 LUMINAIRE - REPLACE EXISTING HEAD 111.000 EA 2,178.00$ 241,758.00$ 111 EA 2,178.00$ 241,758.00$ -$ 241,758.00$
102300 CONDUIT, NONMETL, TP 2, 1 IN 6,545.000 LF 15.50$ 101,447.50$ 6,545.00 LF 15.50$ 101,447.50$ -$ 101,447.50$
102400 POWER SERVICE CABINET 6.000 EA 14,750.00$ 88,500.00$ 6.000 EA 14,750.00$ 88,500.00$ -$ 88,500.00$
102500 STEEL STRAIN POLE, TP IV (W/35 FT MASTARM)4.000 EA 26,775.00$ 107,100.00$ 4.000 EA 26,775.00$ 107,100.00$ -$ 107,100.00$
102600 LOOP DETECTOR, 6 FT X 40 FT, BIPOLE 5.000 EA 2,285.00$ 11,425.00$ 5.000 EA 2,285.00$ 11,425.00$ -$ 11,425.00$
102700 REL EX PEDESTRIAN DETECTION 3.000 EA 23,450.00$ 70,350.00$ 3.000 EA 23,450.00$ 70,350.00$ -$ 70,350.00$
102800 THERMO PVMT MARKING, SYMBOL,TP 4 16.000 EA 250.00$ 4,000.00$ 16.000 EA 250.00$ 4,000.00$ -$ 4,000.00$
102900 THERMO MARKING, ARROW, TP 1 16.000 EA 200.00$ 3,200.00$ 16.000 EA 200.00$ 3,200.00$ -$ 3,200.00$
103000 THERMO MARKING, ARROW, TP 2 10.000 EA 100.00$ 1,000.00$ 10.000 EA 100.00$ 1,000.00$ -$ 1,000.00$
103100 THERMO MARKING, ARROW, TP 3 3.000 EA 200.00$ 600.00$ 3.000 EA 200.00$ 600.00$ -$ 600.00$
103200 THERMO SOLID TRAF ST 5 IN, WHI 2,500.000 LF 0.65$ 1,625.00$ 2,500.000 LF 0.65$ 1,625.00$ -$ 1,625.00$
103300 THERMO SOLID TRAF ST, 5 IN YEL 6,680.000 LF 0.65$ 4,342.00$ 6,680.000 LF 0.65$ 4,342.00$ -$ 4,342.00$
103400 THERMO SOLID TRAF ST, 24 IN, WH 245.000 LF 9.00$ 2,205.00$ 245.000 LF 9.00$ 2,205.00$ -$ 2,205.00$
103500 THERMO SOLID TRAF ST, 8 IN, WH 5,150.000 LF 3.00$ 15,450.00$ 5,150.000 LF 3.00$ 15,450.00$ -$ 15,450.00$
Adjusted Total
Original Bid Based on Takeoff/VE
Takeoff Qty VE/Adj Contract
103600 THERMO SKIP TRAF ST, 8 IN, WH 265.000 GLF 2.00$ 530.00$ 265.000 GLF 2.00$ 530.00$ -$ 530.00$
103700 THERMO SKIP TRAF ST 5 IN, YEL 0.430 GLM 1,800.00$ 774.00$ 0.430 GLM 1,800.00$ 774.00$ -$ 774.00$
103800 THERMO TRAF STRIPING, WHITE 80.000 SY 5.00$ 400.00$ 80.000 SY 5.00$ 400.00$ -$ 400.00$
103900 RAISED PVMT MARKERS TP 1 197.000 EA 7.50$ 1,477.50$ 197.000 EA 7.50$ 1,477.50$ -$ 1,477.50$
104000 RAISED PVMT MARKERS TP 3 20.000 EA 7.50$ 150.00$ 20.000 EA 7.50$ 150.00$ -$ 150.00$
104100 REM PIPE - 12 IN 35.000 LF 35.00$ 1,225.00$ 35.000 LF 35.00$ 1,225.00$ -$ 1,225.00$
104200 REM PIPE - 15 IN 450.000 LF 35.00$ 15,750.00$ 450.000 LF 35.00$ 15,750.00$ -$ 15,750.00$
104300 REC CATCH BASIN, GP 1 21.000 EA 7,800.00$ 163,800.00$ 21.000 EA 4,750.00$ 99,750.00$ (64,050.00)$ 99,750.00$
104400 REC CATCH BASIN, GP 1 (REPLACE TOP)6.000 EA 7,200.00$ 43,200.00$ 6.000 EA 3,200.00$ 19,200.00$ (24,000.00)$ 19,200.00$
104500 REC CURB INLET, GROUP 1 1.000 EA 6,400.00$ 6,400.00$ 1.000 EA 4,000.00$ 4,000.00$ (2,400.00)$ 4,000.00$
104600 REC DROP INLET, GROUP 1 (REPLACE TOP)2.000 EA 6,400.00$ 12,800.00$ 2.000 EA 3,200.00$ 6,400.00$ (6,400.00)$ 6,400.00$
104700 REC JUNCTION BOX 1.000 EA 6,400.00$ 6,400.00$ 1.000 EA 4,000.00$ 4,000.00$ (2,400.00)$ 4,000.00$
104800 RESET SIGN 28.000 EA 175.00$ 4,900.00$ 28.000 EA 175.00$ 4,900.00$ -$ 4,900.00$
104900 ADJUST HYDRANT TO GRADE 5.000 EA 1,800.00$ 9,000.00$ 5.000 EA 1,800.00$ 9,000.00$ -$ 9,000.00$
105000 ADJUST MANHOLE TO GRADE 65.000 EA 1,650.00$ 107,250.00$ 65.000 EA 1,650.00$ 107,250.00$ -$ 107,250.00$
105100 ADJUST WATER VALVE TO GRADE 32.000 EA 365.00$ 11,680.00$ 32.000 EA 365.00$ 11,680.00$ -$ 11,680.00$
105200 ADJUST CATCH BASIN, GP 1 TO GRADE 38.000 EA 3,150.00$ 119,700.00$ 38.000 EA 3,150.00$ 119,700.00$ -$ 119,700.00$
105300 RELOCATE EXIST FIRE HYDRANT 3.000 EA 6,000.00$ 18,000.00$ 3.000 EA 6,000.00$ 18,000.00$ -$ 18,000.00$
105400 STM DR PIPE 18, H 1-10 525.000 LF 95.50$ 50,137.50$ 525.000 LF 95.50$ 50,137.50$ -$ 50,137.50$
105500 CATCH BASIN, GP 1 16.000 EA 8,500.00$ 136,000.00$ 16.000 EA 6,500.00$ 104,000.00$ (32,000.00)$ 104,000.00$
105600 SOD 44,140.000 SF 0.85$ 37,519.00$ 44,140.000 SF 0.85$ 37,519.00$ -$ 37,519.00$
105700 PERMANENT GRASSING - SEED 1.000 AC 4,200.00$ 4,200.00$ 1.000 AC 4,200.00$ 4,200.00$ -$ 4,200.00$
105800 LIVE OAK - 3" CAL 95.000 EA 670.00$ 63,650.00$ 95.000 EA 670.00$ 63,650.00$ -$ 63,650.00$
105900 LANDSCAPE MULCH 313.000 CY 53.00$ 16,589.00$ 313.000 CY 53.00$ 16,589.00$ -$ 16,589.00$
105950 TURF ESTABLISHMENT 1.050 AC 3,825.00$ 4,016.25$ 1.050 AC 3,825.00$ 4,016.25$ -$ 4,016.25$
106000 PLANT TOPSOIL 951.000 CY 66.00$ 62,766.00$ 951.000 CY 66.00$ 62,766.00$ -$ 62,766.00$
106100 WEED CONTROL 3,751.000 SY 0.75$ 2,813.25$ 3,751.000 SY 0.75$ 2,813.25$ -$ 2,813.25$
106300 IRRIGATION SYSTEM - GATOR BAG 95.000 EA 45.00$ 4,275.00$ 95.000 EA 45.00$ 4,275.00$ -$ 4,275.00$
106400 CONS & REM INLET SEDIMENT TRAP 74.000 EA 79.60$ 5,890.40$ 74.000 EA 79.60$ 5,890.40$ -$ 5,890.40$
106500 MAINT OF INLET SEDIMENT TRAP 74.000 EA 50.00$ 3,700.00$ 74.000 EA 50.00$ 3,700.00$ -$ 3,700.00$
106600 MAINT OF TEMP SILT FENCE, TP C 1,155.000 LF 2.00$ 2,310.00$ 1,155.000 LF 2.00$ 2,310.00$ -$ 2,310.00$
106700 TEMPORARY SILT FENCE, TYPE C 2,310.000 LF 3.45$ 7,969.50$ 2,310.000 LF 3.45$ 7,969.50$ -$ 7,969.50$
Total Bid Price 7,171,395.40$ (1,343,553.00)$ 5,827,842.40$
6th Street
Item #Description Bid Quantity Unit Bid Price Bid Total Qty Unit Unit Price Total Difference New total
200100 FORCE ACCOUNT 1.000 LS 200,000.00$ 200,000.00$ 1.000 LS 200,000.00$ 200,000.00$ -$ 200,000.00$
200150 RAILROAD FLAGGING 1.000 LS 95,000.00$ 95,000.00$ 1.000 LS 95,000.00$ 95,000.00$ -$ 95,000.00$
200200 TRAFFIC CONTROL 1.000 LS 457,200.00$ 457,200.00$ 1.000 LS 504,500.00$ 504,500.00$ 47,300.00$ 504,500.00$
200300 TEMPORARY GRASSING 0.100 AC 10,000.00$ 1,000.00$ 0.100 AC 10,000.00$ 1,000.00$ -$ 1,000.00$
200400 MULCH 2.000 TN 1,200.00$ 2,400.00$ 2.000 TN 1,200.00$ 2,400.00$ -$ 2,400.00$
200500 CONSTRUCT AND REMOVE INLET SEDIMENT TRAP 40.000 EA 79.60$ 3,184.00$ 40.000 EA 79.60$ 3,184.00$ -$ 3,184.00$
200550 MAINTENANCE OF TEMP SILT FENCE 2,500.000 LF 2.00$ 5,000.00$ 2,500.000 LF 2.00$ 5,000.00$ -$ 5,000.00$
200600 MAINTENANCE OF INLET SEDIMENT TRAP 40.000 EA 50.00$ 2,000.00$ 40.000 EA 50.00$ 2,000.00$ -$ 2,000.00$
200700 TEMPORARY SILT FENCE, TYPE C 2,500.000 LF 3.45$ 8,625.00$ 2,500.000 LF 3.45$ 8,625.00$ -$ 8,625.00$
200800 GRADING COMPLETE 1.000 LS 1,050,500.00$ 1,050,500.00$ 1.000 LS 1,326,000.00$ 1,326,000.00$ 275,500.00$ 1,326,000.00$
200900 GR AGGR BASE CRS, INCL MATL 820.000 TN 105.00$ 86,100.00$ 820.000 TN 105.00$ 86,100.00$ -$ 86,100.00$
201000 RECYCLED ASPH CONC LEVELING 250.000 TN 215.00$ 53,750.00$ 250.000 TN 215.00$ 53,750.00$ -$ 53,750.00$
201100 REC ASPH CONC 12.5 MM SP 1,200.000 TN 170.00$ 204,000.00$ 1,200.000 TN 170.00$ 204,000.00$ -$ 204,000.00$
201200 TACK COAT 1,400.000 CL 6.10$ 8,540.00$ 1,400.000 CL 6.00$ 8,400.00$ (140.00)$ 8,400.00$
201300 MILL ASPH CONC PVMT, VARIABLE DEPTH 13,400.000 SY 6.50$ 87,100.00$ 13,400.000 SY 6.50$ 87,100.00$ -$ 87,100.00$
201400 DRIVEWAY CONCRETE, 6 IN TK 570.000 SY 86.00$ 49,020.00$ 570.000 SY 86.00$ 49,020.00$ -$ 49,020.00$
201500 CONC SIDEWALK, 4 IN 2,200.000 SY 49.00$ 107,800.00$ 2,200.000 SY 49.00$ 107,800.00$ -$ 107,800.00$
201600 CONC VALLEY GUTTER, 6 IN 580.000 SY 60.00$ 34,800.00$ 580.000 SY 60.00$ 34,800.00$ -$ 34,800.00$
201700 CONC CURB & GUTTER, 8 IN X 24 IN, TP 2 5,000.000 LF 32.20$ 161,000.00$ 5,000.000 LF 32.20$ 161,000.00$ -$ 161,000.00$
201800 SAWED JOINTS IN EXIST PAVEMENTS - PCC 370.000 LF 7.45$ 2,756.50$ 370.000 LF 7.45$ 2,756.50$ -$ 2,756.50$
201850 CLASS B CONCRETE PVMT WID 50.000 CY 375.00$ 18,750.00$ 50.000 CY 375.00$ 18,750.00$ -$ 18,750.00$
201900 RECONSTR CATCH BASIN, GROUP 1 15.000 EA 7,800.00$ 117,000.00$ 15.000 EA 4,750.00$ 71,250.00$ (45,750.00)$ 71,250.00$
202000 RECONSTR DROP INLET, GROUP 1 5.000 EA 6,400.00$ 32,000.00$ 5.000 EA 4,000.00$ 20,000.00$ (12,000.00)$ 20,000.00$
202100 RESET SIGN 50.000 EA 175.00$ 8,750.00$ 50.000 EA 175.00$ 8,750.00$ -$ 8,750.00$
202200 ADJUST MANHOLE TO GRADE 55.000 EA 1,650.00$ 90,750.00$ 55.000 EA 1,650.00$ 90,750.00$ -$ 90,750.00$
202300 ADJUST WATER METER BOX TO GRADE 20.000 EA 465.00$ 9,300.00$ 20.000 EA 465.00$ 9,300.00$ -$ 9,300.00$
202400 ADJUST WATER VALVE BOX TO GRADE 16.000 EA 365.00$ 5,840.00$ 16.000 EA 365.00$ 5,840.00$ -$ 5,840.00$
202500 HIGHWAY SIGNS, TP 2 MATL, RS TP 9 18.000 SF 38.50$ 693.00$ 18.000 SF 38.50$ 693.00$ -$ 693.00$
202600 GALV STEEL POSTS, TP 7 60.000 LF 15.50$ 930.00$ 60.000 LF 15.50$ 930.00$ -$ 930.00$
202700 THERMO PVMT MARKING,RR CROSSING SYMBOL 1.000 EA 500.00$ 500.00$ 1.000 EA 500.00$ 500.00$ -$ 500.00$
202800 THERMO SOLID TRAF STRIPE, 5 IN,WHITE 2,300.000 LF 1.50$ 3,450.00$ 2,300.000 LF 1.50$ 3,450.00$ -$ 3,450.00$
202900 THERMO SOLID TRAF STRIPE, 5 IN,YELLOW 4,800.000 LF 0.65$ 3,120.00$ 4,800.000 LF 0.65$ 3,120.00$ -$ 3,120.00$
203000 THERMO SOLID TRAF STRIPE, 24IN, WHITE 280.000 LF 9.00$ 2,520.00$ 280.000 LF 9.00$ 2,520.00$ -$ 2,520.00$
203100 THERMO SOLID TRAF STRIPE, 8 IN,WHITE 2,600.000 LF 3.00$ 7,800.00$ 2,600.000 LF 3.00$ 7,800.00$ -$ 7,800.00$
203150 TRENCH DRAIN, 15 IN 180.000 LF 430.00$ 77,400.00$ 180.000 LF 430.00$ 77,400.00$ -$ 77,400.00$
203200 RELOCATE EXIST FIRE HYDRANT 5.000 EA 6,000.00$ 30,000.00$ 5.000 EA 6,000.00$ 30,000.00$ -$ 30,000.00$
203300 LIGHTING STD, 11-15 FT MH, POST TOP 75.000 EA 4,275.00$ 320,625.00$ 75.000 EA 4,275.00$ 320,625.00$ -$ 320,625.00$
203400 LUMINAIRE, TP 3, LED 85.000 EA 2,495.00$ 212,075.00$ 85.000 EA 2,495.00$ 212,075.00$ -$ 212,075.00$
203500 CABLE, TP XHHW, AWG NO 8 1,100.000 LF 2.50$ 2,750.00$ 1,100.000 LF 2.50$ 2,750.00$ -$ 2,750.00$
203600 CABLE, TP XHHW, AWG NO 6 18,000.000 LF 3.60$ 64,800.00$ 18,000.000 LF 3.60$ 64,800.00$ -$ 64,800.00$
203700 CABLE, TP XHHW, AWG NO 4 6,600.000 LF 4.20$ 27,720.00$ 6,600.000 LF 4.20$ 27,720.00$ -$ 27,720.00$
203800 CONDUIT, NONMETL, TP 2, 1 IN 2,600.000 LF 15.50$ 40,300.00$ 2,600.000 LF 15.50$ 40,300.00$ -$ 40,300.00$
203900 CONDUIT, NONMETL, TP 2, 1 1/2 IN 1,200.000 LF 15.50$ 18,600.00$ 1,200.000 LF 15.50$ 18,600.00$ -$ 18,600.00$
204000 CONDUIT, NONMETL, TP 3, 1 IN 1,900.000 LF 15.50$ 29,450.00$ 1,900.000 LF 15.50$ 29,450.00$ -$ 29,450.00$
204100 CONDUIT, NONMETL, TP 3, 1 1/2 IN 830.000 LF 15.50$ 12,865.00$ 830.000 LF 15.50$ 12,865.00$ -$ 12,865.00$
204200 ELECTRICAL SERVICE POINT 1.000 EA 14,750.00$ 14,750.00$ 1.000 EA 14,750.00$ 14,750.00$ -$ 14,750.00$
204300 ELECTRICAL JUNCTION BOX, REINFORCED 60.000 EA 950.00$ 57,000.00$ 60.000 EA 950.00$ 57,000.00$ -$ 57,000.00$
204400 DIRECTIONAL BORE 2,700.000 LF 11.00$ 29,700.00$ 2,700.000 LF 11.00$ 29,700.00$ -$ 29,700.00$
204500 PERMANENT GRASSING 0.100 AC 13,000.00$ 1,300.00$ 0.100 AC 13,000.00$ 1,300.00$ -$ 1,300.00$
204600 SOD 360.000 SY 6.30$ 2,268.00$ 360.000 SY 6.30$ 2,268.00$ -$ 2,268.00$
204700 BRICK PAVERS 1,025.000 SF 22.00$ 22,550.00$ 1,025.000 SF 22.00$ 22,550.00$ -$ 22,550.00$
204800 INTEGRALLY COLORED HOT APP STAMPED ASPH 350.000 SY 180.00$ 63,000.00$ 350.000 SY 180.00$ 63,000.00$ -$ 63,000.00$
264,910.00$
Total Bid Price 3,948,331.50$ 4,213,241.50$
Total Deductions-5th and 6th (1,078,643.00)$
Grand Total Original Bid 11,119,726.90$ 10,041,083.90$ Revised Contract Amt
Request for Proposals
Request for Proposals will be received at this office until Monday, July 18, 2022 @ 3:00 p.m. via ZOOM Meeting ID: 846 1827 7583;
Passcode: 547264 for furnishing:
RFP Item #22-258 5th Street Improvement Projects and 6th Street Improvement Projects 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
RFP 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 Augusta Blueprint. The fees for the plans and specifications which are non-refundable are $295.00.
It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is
providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blueprint (706-722-6488)
beginning Thursday, June 2, 2022. Proponents 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.
Pre-Proposal Conference will be held on Monday, June 27, 2022 @ 10:00 a.m. Via Zoom – Meeting ID: 830 8767 0491; Passcode:660857
.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of
the Procurement Department by Tuesday, June 28, 2022 @ 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). A 10% Bid Bond is required. A 100% performance bond and a 100% payment bond will be required for award.
Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared
in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific
requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the
submission, the required financial data, and any other requirements designated by the Procurement Department are considered
material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any
such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia
Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope.
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 their 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 June 2, 9, 16, 23, 2022
Metro Courier June 2, 2022
Revised: 3/22/21
OFFICIAL
VENDORS Attachment
"B"
E-Verify
Number
SAVE
Form Addendum 1 Original 7 Copies Fee
Proposal Bid Bond
Compliance
Review 7%
Goal
ER Snell Contractor Inc
1785 Oak Rd.
Snellville, GA 30078
Yes 22114 Yes Yes Yes Yes Yes Yes Yes
JHC Corporation
15 Fresh Bru Dr.
Newman, GA 30263
Yes 413897 Yes Yes Yes Yes Yes Yes Yes
Reeves Construction
1 Apac Industrial Way
Augusta, GA 30907
Yes 667047 Yes Yes Yes Yes Yes Yes Yes
RFP Opening - RFP Item #22-258
5th Street Improvement Project and 6th Street Improvement Project
for Augusta, GA – Engineering Department
RFP Date: Tuesday, July 26, 2022 @ 3:00 p.m.
Total Number Specifications Mailed Out: 23
Total Number Specifications Download (Demandstar): 8
Total Electronic Notifications (Demandstar): 533
Georgia Procurement Registry: 1177
Total packages submitted: 3
Total Noncompliant: 0
Page 1 of 1
ER Snell Contractor Inc
1785 Oak Rd.
Snellville, GA 30078
JHC Corporation
15 Fresh Bru Dr.
Newman, GA 30263
Reeves Construction
1 Apac Industrial Way
Augusta, GA 30907
ER Snell Contractor Inc
1785 Oak Rd.
Snellville, GA 30078
JHC Corporation
15 Fresh Bru Dr.
Newman, GA 30263
Reeves Construction
1 Apac Industrial Way
Augusta, GA 30907
Evaluation Criteria Ranking Points
1. Completeness of Response
• Package submitted by the deadline
• Package is complete (includes requested
information as required per this solicitation)
• Attachment B is complete, signed and notarized
N/A Pass/Fail PASS PASS PASS PASS PASS PASS
2. Qualifications & Experience (0-5)20 5.0 2.5 5.0 100.0 50.0 100.0
3. Organization & Approach (0-5)10 5.0 2.5 5.0 50.0 25.0 50.0
4.Scope of Services
Roadway construction, storm drainage construction,
curb and gutter construction, sidewalk construction,
traffic signal modifications and installation, street light
installation on these corridors. The contractor shall be
able to self- perform majority 50% of the required
work.
a. 5th Street Improvement project
b. 6th Street Improvement Project
(0-5)25 5.0 2.0 4.0 125.0 50.0 100.0
5. Schedule of Work (0-5)5 5.0 1.5 5.0 25.0 7.5 25.0
6. References (0-5)5 5.0 5.0 5.0 25.0 25.0 25.0
Within Richmond County 5 10 5.0 0.0 0.0 50.0
Within CSRA 5 6 0.0 0.0 0.0
Within Georgia 5 4 5.0 5.0 20.0 20.0 0.0
Within SE United States (includes AL, TN, NC, SC,
FL) 5 2 0.0 0.0 0.0
• All Others 5 1 0.0 0.0 0.0
30.0 18.5 29.0 345.0 177.5 350.0
8. Presentation by Team (0-5)10 3.0 5.0 30.0 0.0 50.0
9. Q&A Response to Panel Questions (0-5)5 5.0 5.0 25.0 0.0 25.0
Lowest Fees 5 10 5.0 0.0 0.0 50.0
Second 5 6 5.0 30.0 0.0 0.0
Third 5 4 0.0 0.0 0.0
Forth 5 2 0.0 0.0 0.0
Fifth 5 1 0.0 0.0 0.0
Total Phase 2 - (Total Maximum Ranking
15 - Maximum Weighted Total Possible
125)
13.0 0.0 15.0 85.0 0.0 125.0
43.0 18.5 44.0 430.0 177.5 475.0
Procurement DepartmentRepresentative:______Nancy Williams__________________________________
Procurement Department Completion Date: 8/15/22 Phase II 8-23-22
Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
Internal Use Only
Total Cumulative Score
(Maximum point is 500)
Evaluator: Cumulative Date: 8/15/22 Phase II 8/23/22
Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any
Cost/Fee Proposal Consideration10. 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)
Phase 1 Total - (Total Maximum Ranking 30 -
Maximum Weighted Total Possible 375)
Vendors
Phase 1
RFP Opening - RFP Item #22-258
5th Street Improvement Project and 6th Street Improvement Project
for Augusta, GA – Engineering Department
RFP Date: Tuesday, July 26, 2022 @ 3:00 p.m
Evaluation Date: Wednesday, August 10, 2022 @ 10:00 a.m. via ZOOM
7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one
line only)
Ranking of 0-5 (Enter a number value between 0 and 5)
Scale 0 (Low) to 5 (High) Weighted Scores
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.
Engineering Services Committee Meeting
11/29/2022 1:05 PM
5th Street and 6th Street Improvements Projects TIA Project Number: RC07-001213 / PI#0011415and TIA Project
Number: RC07-001220 / PI#0011421 RFP #22-258 File Reference: 22-014 (T)
Department:Engineering
Presenter:
Caption:Approve award of Construction Contract to Reeves Construction, subject
to Value Engineering and in the amount of $10,041,083.90, for
Transportation Investment Act (TIA) Projects, 5th Street & 6th Street
Improvements Projects, subject to receipt of signed contracts and proper
bonds. RFP 22-258 / requested by Engineering.
Background:The 5th Street and 6th Streets Improvements are projects from the
“Approved Investment List” of TIA that was approved by voters of the
CSRA in July 31, 2012 referendum. These are Band 3 projects. The
improvements consist of improving roadway safety by resurfacing,
reconstructing the existing curb and gutter, replacing sidewalks and
improving the storm water system. The project will improve pedestrian
safety at intersections with new high visibility crosswalks. New street
landscaping and lighting will be provided, where possible, to enhance
pedestrian use and improvement roadway aesthetics.
Analysis:RFP’s were received on July 26, 2022 and were evaluated based on criteria
outlined in the RFP document. Reeves Construction being the most
responsible proposer. Engineering and Procurement entered into contract
negotiations with Reeves. The following contractors submitted proposals.
1. E R Snell Contractor, Inc. 2. Reeves Construction Co 3. JHC
Corporation
Financial Impact:Funds are available in Projects TIA Funds.
Alternatives:Do not approve and find alternative to complete the project and meet TIA
project completion schedule.
Recommendation:Approve award of Construction Contract to Reeves Construction, subject
to Value Engineering and in the amount of $10,041,083.90, for
Transportation Investment Act (TIA) Projects, 5th Street & 6th Street
Improvements Projects, subject to receipt of signed contracts and proper
bonds. RFP 22-258 / requested by Engineering.
Funds are Available in
the Following
Accounts:
($4,905,696) 371-041110-54.14110-T15041213 – 5th Street
Improvements (TIA Funds) ($5,135,388) 371-041110-54.14110-
T15041220 – 6th Street Improvements (TIA Funds)
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
AMENDMENT NO. 10
to the
AGREEMENT Between
ESG OPERATIONS, LLC
And
AUGUSTA, GEORGIA
For
Operations, Maintenance and Management Services
This Amendment is made and entered into this ___ day of December, 2022 between AUGUSTA,
GEORGIA, by and through the Augusta-Richmond County Commission, a political subdivision of the
State of Georgia (hereinafter “Augusta”), and ESG OPERATIONS, LLC, a Georgia corporation,
(hereinafter “ESG”). This is Amendment No. 10 to the Agreement dated the 16th day of December 2009,
as amended, between Augusta and ESG (the “Agreement”). The effective date of this Amendment No. 10
is 1st day of January 2023.
NOW THEREFORE, Augusta and ESG agree to amend the Agreement as follows:
REPLACE Article 4.1 with the following new Article:
4.1 Augusta shall pay to ESG a base fee equal to the Augusta budget shown in Appendix F. This
includes the actual cost of the Scope of Services performed by ESG plus a Management and
Administrative Fee. The base fee shall not include services which are not specifically defined by
Section 2 of this Agreement. The base fee for this Amendment shall be Six Million Four Hundred
Sixty-one Thousand Five Hundred and Twenty Dollars ($6,461,520.00) and the Management and
Administrative Fee shall be Seven Hundred Seventy-Five Thousand Three Hundred and Eighty
Dollars ($775,380.00). The base fee and the Management and Administrative Fee shall be
payable in advance in equal monthly installments which shall be Six Hundred Three Thousand
and Seventy-Five Dollars ($603,075.00). Said base fee shall be for the period beginning on
January 1st, 2023 and ending on December 31st, 2023. Thereafter, the base fee will be negotiated
as described in Article 4.2. The Management and Administrative Fee shall increase proportionally
with the base fee adjustments described in Articles 4.2 and 4.4 of the Agreement.
ESG Operations, Inc. and Inframark, LLC merged on October 15, 2021. The performance of day- to-day
operations and services will be led by existing ESG leadership from the corporate offices which will continue
to be located in Macon, Georgia. The merger will allow Inframark’s shared support services centers to be
leveraged for the potential benefit of Augusta. In order to achieve the potential benefits ESG hereby transfers
and assigns to Inframark, LLC, who will do business as “ESG Operations”, all of ESG’s rights, title, and
interest as well as all its obligations under the Agreement and Augusta hereby consents to said transfer and
assignment effective January 1, 2022.
REPLACE Appendix F with the following new Appendix F.
REPLACE Appendix F1 with the following new Appendix F1.
ADD Appendix I.
REPLACE Appendix N with the following new Appendix N.
All other terms and conditions remain in effect in accordance with the Agreement referenced in this
Amendment.
Both parties indicate their approval of this Amendment No. 10 by signature below.
Authorized signatures:
ESG OPERATIONS, LLC.
By: ________________________________
Daniel E. Groselle, PE, Principal
Date: ________________________________
AUGUSTA, GEORGIA
By: ________________________________
Hardie Davis, Jr.
Mayor
Date: _____________________________
ATTEST: ___________________________
Clerk of Commission
Date: _____________________________
INRARMARK, LLC
d/b/a ESG Operations
By:______________________________
Daniel E. Groselle,
Chief Executive Officer
Appendix F
2023 Project Budget and Staffing Plan
Project Budget
PERSONNEL SERVICES $ 1,907,520.00
ADMINISTRATIVE EXPENSES $ 109,000.00
UTILITIES $ 190,000.00
CHEMICALS $ 665,000.00
MATERIALS & SUPPLIES $ 250,000.00
VEHICLES & EQUIPMENT $ 90,000.00
OUTSIDE SERVICES $ 600,000.00
BIOSOLIDS MANAGEMENT $ 1,860,000.00
MAINTENANCE & REPAIR $ 600,000.00
TOTAL OPERATING BUDGET $6,271,520.00 MANAGEMENT & ADMINISTRATIVE FEE
(12%) 752,580.00
CONTRACTOR’S SUBTOTAL $ 7,024,100.00
DIRECTOR’S ALLOWANCE $ 190,000.00 MANAGEMENT & ADMINISTRATIVE FEE
(12%) 22,800.00
DIRECTOR’S ALLOWANCE SUBTOTAL 212,800.00
TOTAL 2023 BUDGET $ 7,236,900.00
Appendix F (Continued)
2023 Project Budget and Staffing Plan
Project Staffing Plan
Budgeted Position Budgeted Number
Project Director 1
Lab/ IPP Manager 1
Operations Manager 1
Maintenance Manager 1
Land Application Manager 1
Operators 11
Lab Analysts 2
IPP Technicians 2
Mechanics 5
Maintenance Support 3
Administrative 1
Education Specialist 2
Appendix F-1
Budget Reconciliation
As provided by the terms of Article 4.2 of the Agreement ESG has provided a year end
reconciliation of the actual cost attributable to the performance of the Scope of Services for
Contract Years 2020 and 2021. In conjunction with the annual audit the additional cost of actual
expenditures in 2020 were $799,702.29 and said amount shall be payable upon submission of an
invoice. In conjunction with the annual audit the additional cost of actual expenditures in 2021
were $918,491.00 and said amount shall be payable upon submission of an invoice. No
management or administrative fees were applied or included regarding the year end reconciliation
for either Contract Year 2020 or 2021. The management and administrative fees for Contract
Years 2020 and 2021 have been waived.
Following the year end reconciliation and annual audit of the actual cost attributable to the
performance of the Scope of Services for Contract Year 2022, inclusive of applicable
management and administrative fees, any additional cost of actual expenditures in an amount not
to exceed $1,136,000.00 shall be payable upon submission of an invoice. In the event the actual
expenditures confirmed by the reconciliation and annual audit exceed $1,136,000.00 the amount
remaining shall be invoiced on a schedule approved by Augusta.
Appendix I
2023 Sewer Assessment Project Budget
Project Budget
SL-RAT Deployment $250,000.00 ADMINISTRATIVE FEE (12.0%) $ 30,000.00
TOTAL 2023 BUDGET $ 280,000.00
Subject to the terms here-in, ESG will facilitate the following activities. The collection system
will be assessed with the SL-RAT to comply with EPD system assessment requirements. AUD
Collections Department will select all locations and scope for deployment of SL-RAT operations.
During SL-RAT operations, manholes will be inspected and asset data accuracy verified in GIS.
Manhole data collected will be used to assist with the I&I program and infrastructure
improvements. When segments consistently have low scores, mains will be cleaned and video
recorded. Data will be entered into CityWorks, and repair work orders generated as needed.
Appendix N
2023 Water Tank Management Budget
Project Budget
WATER TANK ROUTINE MAINTENANCE $ 89,000.00
TOTAL 2022 BUDGET $ 89,000.00
Subject to the terms herein, ESG or its subcontractor shall provide the labor to perform the
following tasks (collectively the “Inspection Services”): visual inspections (annual) and washout
inspections (bi-annual) of the Tanks for the purpose of reviewing any paint and/or maintenance
needs of the identified Tanks of the Owner.
The Visual Inspection is completed annually which includes climbing the tank to verify
not only coating condition, but safety and sanitary conditions related to maintaining compliance
with Georgia EPD regulations. All screens are inspected and replaced yearly as needed, and tank
hatches secured to prevent any unauthorized entry. The tank’s legs, rods and connection points,
ladders, safety equipment, roof and interior are visually inspected as part of each inspection. The
condition is photographed and documented in our CMMS (Computerized Maintenance
Management System) and a yearly Condition Assessment report is provided. These inspections
are completed while the tank remains in service and they will not cause any interruptions in
service.
In addition to the annual Visual Inspection, a bi-annual Washout Inspection is
completed to perform a complete interior coating inspection. As part of the Washout Inspection,
the tank will be drained and removed from service, by the Owner, so that any dirt, sediment, silt,
or other foreign matter may be removed from the bowl area by pressure washing at 3500 psi.
After cleaning, if any minor areas of corrosion are noted in the tank’s bowl area, they will be
repaired at this time. After the inspection is completed, the tank will be disinfected per AWWA
C652 and readied for return to service. The bi-annual inspections are documented in our CMMS
system and on every other Contract Year will be provided with the Condition Assessment report
for that same Contract Year. Typically, this work can be completed in one days’ time, based on
the tank being drained and ready for service upon arrival of crew.
Each visual inspection and washout inspection of the Tanks will include a written
recommendation of suggested corrective maintenance repairs related to exposed and assessable
components such as steel replacement, steel parts, expansion joints, water level indicator, venting,
safety climb systems, sway rod adjustments, manhole covers, gaskets and any other components of
each tanks which are readily assessable to visual inspection. Inspection Services shall be limited to
those tasks which are normally included in routine preventive maintenance inspection practices as
provided by members of the storage tanks maintenance profession in the Southeastern United
States.
Inspection Services shall not include or encompass the performance by ESG of any
inspection related to any portion of the Tanks which is contained below ground, embedded in steel
or part of any in-ground valves and piping. The City acknowledges that the Inspection Services to
be performed by ESG do not include and are not related to Lead Abatement Procedures or disposal
of any Hazardous Waste Materials, nor the detection or mitigation of deterioration of any embedded
structural or non-structural elements encased within any concrete structure which is a part of the
Tanks.
Following each inspection the City will receive from ESG inspection reports and
photographs describing the condition of any Tank(s). ESG acknowledges that the referenced
inspections are not intended to determine the design integrity or structural integrity, inclusive of
any latent design or construction defects of the Tanks. In each inspection report (visual or washout),
ESG will identify necessary maintenance or repairs of the Tanks, if any, and may perform such
maintenance and repairs subject to the terms and conditions of an addendum to this Agreement
mutually agreed to and executed by the ESG and City.
The City shall, during the term of the Agreement, provide the following in order to facilitate
the performance of the services described by this Exhibit H: a) provide electrical service (110 Volt)
to the Tank(s) site; b) provide at a minimum a ¾” water service to any site of a Tank(s) site; and c)
provide an access road to any Tank(s) site sufficient for the performance of the Inspection Services
by ESG.
The Inspection Services provided by ESG under the terms of this Appendix N are of a
professional nature and shall be performed in accordance with the degree of skill and care ordinarily
exercised by members of the storage tanks maintenance profession in the Southeastern United
States for similar and comparable water storage tanks.
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Amendment No. 10 to the Contract with ESG Operations, Inc. for the Operation of Water Pollution Control
Facilities.
Department:Utilities
Presenter:Wes Byne
Caption:Approve Amendment No. 10 to Agreement with ESG Operations, Inc. to
establish the final budget amount for 2023.
Background:On December 16, 2009, Augusta and ESG Operations, Inc. (ESG) entered
into an Agreement for Operations, Maintenance and Management
Services. Attached is a proposed Amendment No. 10 from ESG, which
sets forth a 2023 budget (Appendix F) of $7,236,900.00. The estimated
cost of wastewater treatment services for 2023 is $7,024,100.00. We have
also included an allowance of $212,800.00 to provide for ESG assistance
as may be needed at the water treatment facilities and other areas within
our system. In addition, the following appendices are also included in this
agreement: Appendix F-1 to this amendment is the reconciliation of 2020,
2021 and forecasted 2022 Year actual cost to the projected cost. These
costs are $799,702.29, $918,491.00 and $1,136,000.00 respectively. These
amounts are due to significant increases in operating cost in general and
specifically in chemical cost, biosolids processing cost, elevated process
loading rates due to periodic events of high strength and high volume
flows resulting in higher than normal energy usage and biosolids
production. Appendix I $280,000.00 To assist with inspection of the
wastewater collection system including manhole inspections and condition
assessment of piping using SL-RAT technology. Appendix N $89,000.00
is for continuation of routine water tank maintenance and inspections that
began in 2018.
Analysis:The proposed budget for the operation of our water pollution control
facilities represents a 3.5% average annual rate of increase over the life of
this agreement. The projected increases are attributed to increased volumes
of flow and organic loading to the treatment process, anticipated chemical
cost increases and an increase in solids handling requirements. The
additional items included in the appendices provide needed services in our
water storage and distribution system as well as our wastewater collection
system.
Financial Impact:$7,326,900.00 for estimated annual Operation and Maintenance cost.
$3,223,193.29 for additional work as described in Appendixes F-1, I and
N.
Alternatives:Pursue other delivery methods for the proposed additional work. (Not
Recommended)
Recommendation:We recommend approval of Amendment No. 10 to the contract with ESG
Operations, Inc. for the Operation of Water Pollution Control Facilities
and additional work as described.
Funds are Available in
the Following
Accounts:
506043310-5211110 506043410-5211110 506043580-5223211
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
1000 ft
N
➤➤
N
UTILITIES DEPARTMENT
Wes Byne, P.E.
Director
Augusta Utilities – Engineering Division
452 Walker Street, Ste 200 - Augusta, GA 30901
(706) 312-4154 – Fax (706) 312-4123
WWW.AUGUSTAGA.GOV
MEMO
DATE: November 15, 2022
TO: Geri Sams, Procurement Director
FROM: Wes Byne, P.E., Utilities Director
SUBJECT: Award Contract to Gearig Civilworks for the purchase of water line pipe for
part of the Augusta Corporate Park Utility Extension
The Augusta Utilities Engineering Department (AUD) was asked by Purecycle, a company
planning to come to the Augusta Corporate Park, to bypass an existing water line that is running
through their project site and serving another project, Aurubis. By installing this bypass line
now there will be no disruption of water service to Aurubis once Purecycle begins their grading.
Additionally, this new line will become part of the final water line project for the overall
development currently scheduled for bidding in 2023.
AUD was informed a few months ago that Purecycle will begin grading their site very soon. AUD
reached out to Gearig Civilworks, an AUD Task Order Contactor, requesting they prepare to
install a bypass water line around Purecycle’s site. Gearig Civilworks was asked to perform the
task as they were grading the site for both Aurubis and Purecycle and they were familiar with
the limits of the project. AUD gave Gearig Civilworks permission to purchase the materials for
the project due limited availability of water line materials at the time. Since Gearig Civilworks
has purchased the material, Purecycle has delayed the need to relocate the existing water line.
The water line materials that Gearig Civilworks has purchase can be used in the installation of
the new water line for the Augusta Corporate Park. The material cost for this project is
$170,500. AUD has found the proposal and fee to be fair and reasonable and is requesting
approval to award the contract to Gearig Civilworks for the above referenced project.
GEARIG CIVILWORKS, LLC.
322 Grimaude Blvd.
Grovetown, GA 30813
PHONE: (706)860-5981
FAX: (706)860-9639
BILL TO: INVOICE NUMBER: 22008-1100 Valencia Way C-900
Augusta Utilities Department DATE: 9/27/2022
452 Walker St.DUE DATE: 10/27/2022
Augusta, GA 30901
SHIP TO: PROJECT NO: 22008-1100
439 Valencia Way PROJECT NAME: Valencia Way C-900 Water Main
Augusta, GA 30906
THE INVOICE IS AS FOLLOWS:
#QTY UNITS
1.2,200.00 LF
2.
3.
4.
5.$0.00
$0.00
$0.00
$170,500.00
$170,500.00
N/A
Net Invoice Total
Sales Tax
Materials & Services Subtotal
N/A10% Retainage
Date:
Invoice by:
Title: Project Manager
Date: 9/27/22
Accepted by:
Title:
Jon Daniel
Material Invoice
COSTUNIT COSTDESCRIPTION
OWNER:
ENGINEER:
CONTRACTOR:
FIELD:
OTHER
C-900 DR-14 BLUE PIPE 12"x20'$77.50 $170,500.00
$0.00
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Augusta Corporate Park Bypass Water Line – Pipeline Purchase
Department:Utilties
Presenter:Wes Byne, PE
Caption:Motion to approve construction services contract with Gearig Civilworks
for the purchase of 2,200 linear feet of 12” PVC water line pipe to be
installed along Valencia Way in the amount of $170 ,500.00.
Background:AUD recommends the Commission award a contract to Gearig Civilworks
in the amount of $170,500.00 for the purchase of 2,200 linear feet of 12”
PVC water line. This material is to be used to install that new water line
within Valencia Way’s Right-of-Way. Gearig was chosen to perform
construction of this line under Task Order funding previously approved for
use by the commission. AUD is currently using an existing 10” water line
that lies through the Augusta Corporate Park site to supply construction
water to the newly permitted Aurubis site. This water line conflicts with
the preparation of the Purecycle site located to the north and will lead to a
disruption of water to the Aurubis site. To allow Purecycle site to continue
unabated a new water line will need to be installed along Valencia Way to
bypass a segment of the existing water line that lies within that site. This
bypass line will become part of the future permanent water system within
the area. The fee for this material is $170,500.00.
Analysis:Gearig Civilworks has provided a fee to purchase these materials that was
deemed to be fair and reasonable.
Financial Impact:Funding in the amount of $170,500.00 is available from accounts:
507043420-5425210/ 82100130-5425210.
Alternatives:No alternatives are recommended.
Recommendation:AUD recommends the Commission award a contract to Gearig Civilworks
in the amount of $170,500.00 for purchase of 2,200 linear feet of 12”
C-900 PVC water line pipe.
Funds are Available in
the Following
Accounts:
Funds are available in the following accounts: 507043420-5425210/
82100130-5425210.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
October 26, 2022 Dr. Hameed Malik, PhD, PE Director – Engineering Augusta Engineering Department 452 Walker Street, Suite 110 Augusta, Georgia 30901
VIA E-mail RE: Design Services Additional Fee Request PI #0011382 Broad St. Improvements – Accelerated Delivery, CMGC Collaboration, MLK Monument Planning and Design Dr. Malik: This letter is a request for additional fees associated with the Broad St. Improvements Project due to three items discussed herein. During the execution of the 90% plans for Broad St. it was determined that the contracting method for this project would be switched from a Design-Bid-Build delivery to a Construction Manager/General Contractor (CMGC) delivery. This method of delivery did not initiate a new contract between Hussey Gay Bell and Augusta-Richmond County, however, it did cause additional scope to include coordination requirements, collaboration and meetings with the selected contractor. Secondly, during our initial meeting with the CMGC team, Augusta Engineering Department (AED) requested an accelerated delivery of the 90% plans and cost estimate in order to begin the costing exercise with the contractor. It was understood that the accelerated delivery would cause the design budget to be impacted mainly by the addition of resources to the project necessary to meet the delivery date. Lastly, AED requested a fee for the design of a Martin Luther King (MLK) monument area be incorporated into the Broad Street Improvements design. Below is a summary of the additional fees requested. Accelerated Delivery – Resource Impact $24,785.00 CMGC Collaboration $24,410.00 MLK Monument Planning and Design $22,500.00
TOTAL ADDITIONAL FEE: $71,695.00 You can contact me with any questions or concerns at cparker@husseygaybell.com or at 770-476-7782. Sincerely, Clint V. Parker, PE, PMP Project Manager Hussey Gay Bell
(SA2 – For changes greater than $25,000) January 2021
ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
Augusta Richmond County Project Number(s): 371-041110-T15040107
GDOT Number (s):
RC07-000107
PI 0011382
Supplemental Agreement Number: 3
Purchase Order Number: 19ENG752
WHEREAS, We, Hussey Gay Bell (HGB). Consultant, entered into a contract with Augusta-Richmond
County on July 31, 2012 for engineering design services associated with the improvements to Broad
Street Improvements. Project RC07-000107, PI 0011382, File Reference No. 20-014 (T), and
WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered
by the scope of the original contract, we desire to submit the following Supplemental Agreement
to-wit:
Additional Engineering Services for MLK Monument Planning & Design.
It is agreed that as a result of the above-described modifications the contract amount is increased
by $71,695.00 from $2,564,819.69 to a new total of $2,636,514.69.
Any modifications to submittal dates shall be as identified in the attached proposal. This agreement
in no way modifies or changes the original contract of which it becomes a part, except as specifically
stated herein.
NOW, THEREFORE, We, Hussey Gay Bell (HGB). Consultant, hereby agree to said Supplemental
Agreement consisting of the above mentioned item, and agree that this Supplemental Agreement
is hereby made a part of the original contract to be performed under the specifications thereof, and
that the original contract is in full force and effect, except insofar as it might be modified by this
Supplemental Agreement.
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY Hussey Gay Bell (HGB).
AUGUSTA, GEORGIA
Hardie Davis, Mayor
Approved Date: Approved: Date:
[ATTACHED CORPORATE SEAL]
ATTEST: ATTEST:
Title:
Title:
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Broad Street Improvements Project Design Services for Roadway Improvements TIA Project Number: RC07-
000107 / PI#0011382 RFP Item: 18-311 File Reference: 22 – 014(T)
Department:Engineering
Presenter:
Caption:Approve supplemental funding (SA3) for Engineering Phases of Design
Consultant Services Agreement to Hussy Gay Bell (HGB) in the amount
of $71,695 for the Broad Street Improvements. RFP 18-311 / requested by
the AED.
Background:The Broad Street Improvements is a project from the “Approved
Investment List” of TIA that was approved by voters of the CSRA in July
31, 2012 referendum. The Broad Street is a Band 3 project. The project
improvements consist of improving roadway safety by resurfacing,
reconstructing the existing curb and gutter, replacing sidewalks and
improving the storm water system. The project will improve pedestrian
safety at intersections with new high visibility crosswalks. New street
landscaping will be provided, where possible, to enhance pedestrian use
and improvement roadway aesthetics. The roadway design is in final plan
development stage. Due to design completion time constrains, there is
need for accelerated delivery to complete remaining design elements. It
warrants supplement services.
Analysis:On April 5, 2019, commission approved to move the project from
preliminary initial concept to design. The project is in the final design
phase and supplemental professional services are needed for getting this
project construction ready and construction letting complete by December
31, 2022 as required by TIA applicable rules & regulations.
Financial Impact:Project TIA Funds.
Alternatives:1). Do not approve and find alternative to complete the project and meet
TIA project completion schedule.
Recommendation:Approve supplemental funding (SA3) for Engineering Phases of Design
Consultant Services Agreement to Hussy Gay Bell (HGB) in the amount
of $71,695 for the Broad Street Improvements. RFP 18-311 / requested by
the AED.
(71,695) 371-041110-52.12115 –T15040107 Broad Street Improvements
(Project TIA Funds)
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
* Does not include polymer 125,000.00
125,000.00
12,000 18,000.00
75,000.00
5.1 Mechanical Dredging 29,500 cy @ 30.0/cy
1,155,000.00
$885,000.00 2,560,500.00
5
------------
70,000 ---------- 16.50
2,500.00
300,000.00
8.00 5,760.00
2,000 6,000.00
Gator Dredging
13630 50th Way N
Clearwater, FL 33760
bill@gatordredging.com
727.641.7131
February 22, 2022
65,000.00
45,000.00
475,000.00
175,000.00
+ Restoration
or location chosen by contractor
8.1 Cap DMMA - Lump Sum - Use portions of Dredged Sand $ 1,050,000.00
- Lump Sum $ 152,000.00
- Lump Sum $ 23,000.00
N/A
N/A
N/A
N/A
N/A
N/A
2,346,760.00
4,907,260.00
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Construction Services for Lake Olmstead and Warren Lake Sediment Dredging and Disposal RFP ITEM #20-224
File Reference: 22-014 (A)
Department:Engineering
Presenter:
Caption:Approve supplemental funding (phase 2 funding) in the amount of
$2,500,000.00 for Warren Lake in-progress dredging under Contract of
Sediment Dredging and Disposal Construction Services to Waterfront
Property Services, LLC Waterfront Property Services, LLC dba Gator
Dredging for continuation of Warren Lake dredging & sediments removal
& disposal . RFP 20-224/ Requested by Engineering.
Background:Augusta Canal Basin Dredging (Lake Olmstead, Warren Lake, Lake
Aumond, and Heirs Ponds) are approved projects. In 2018 Augusta
Engineering (AE) secured Section 404 of the Clean Water Act required
individual permits and Lake Aumond and Heirs were dredged first;
completed in 2019. Soon after AE proceeded with Lake Olmstead/Warren
Lake disposal site construction followed by Lake Olmstead (Upper and
Lower lakes) dredging. Lake Olmstead dredging completed around
November 2021. On December 7, 2021, Augusta approved proceeding
with Warren Lake dredging. AE is doing this lake dredging in two phases
due to spread of its funds allocation. First Phase (Phase1) includes
preparation of site and completion of initial tasks such as removal of
vegetation cover, completion of hydraulic dredge line setup and initiation
of pumping dredged material to disposal site. Second Phase (Phase2)
commences at near completion of Phase1 and includes dredging and
disposal activities. Final Phase will be installation of clean soil cap at
disposal site. 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:On December 7, 2021, Augusta Commission approved phase 1 funding for
continuity of dredging activities at Warren Lake. Phase 1 activities are
complete and project is transitioning to phase 2 dredging. There will be no
cost escalation to current contract unit rates. Disposal site final capping
will be done following the completion of Warren Lake dredged material
disposal at the disposal site.
Financial Impact:Funds in amount of $2,500,000.00 available in SPLOST 8 Engineering
Projects--Lake Dredging.
Alternatives:1). No Alternate proposed.
Recommendation:Approve supplemental funding (phase 2 funding) in the amount of
$2,500,000.00 for Warren Lake in-progress dredging under Contract of
Sediment Dredging and Disposal Construction Services to Waterfront
Property Services, LLC Waterfront Property Services, LLC dba Gator
Dredging for continuation of Warren Lake dredging & sediments removal
& disposal. RFP 20-224/ Requested by Engineering
Funds are Available in
the Following
Accounts:
($2,500,00) 330-041110-54.14110 - 222830911 - SPLOST 8
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
11.3.22
ITEM NO.DESCRIPTION UNITS
Proposed
Quanity Unit Price Total
1 Mobilization LS 1 8500.00 $8,500.00
2 Traffic Control LS 1 6500.00 $6,500.00
3 Bitum Tack Coat GAL 250 9.50 $2,375.00
4 25mm Base TON 100 180.00 $18,000.00
5 19mm Binder TON 70 180.00 $12,600.00
6 RAC 12.5mm TON 50 180.00 $9,000.00
7 Speed Bumps EA 5 2800.00 $14,000.00
8 Additional RAC 12.5mm (1.5") - 165lbs/sy TN 210.1 153.00 $32,145.30
9 Misc Repairs & Site work EA 1 98000.00 $98,000.00
10 Contegency EA 1 24000.00 $24,000.00
Total Bid: $225,120.30
Submitted by:Georgia-Carolina Paving Company
P.O. Box 1404, Augusta, GA 30903
Contact: Bob M. Hickman, Sr.
Office: 706-736-3863/Cell: 706-526-0674/Fax: 706-736-3864
Cost Proposal #22353
PROJECT NAME: Richmond County Landfill Paving - Road Near Repair Shop
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Deans Bridge Road Solid Waste Facility Operations Phase 3 Active Phase Services Road Rehabilitation-Supplement
Engineering RFP#16-161 On-Call Pothole Repair, Paving & Emergency Services File Reference: 22-014(C)
Department:Engineering
Presenter:
Caption:Approve Additional Supplemental funding for Completing In progress
Rehabilitation of Augusta Landfill Phase 3 Active Phase Service Road &
associated repairs in the amount of $225,120.30. Requested by
Engineering. RFP 16-161 - 22ENG115
Background:Landfill Phase 3 Active phase access road is primary route for waste
hauler to get to working phase. This road is failing and in immediate
needs of rehabilitation to ensure onsite safe hauler traffic. Landfill also
receive periodic complaint concerning road conditions and subject to site
O&M requirement compliance. On August 2, 2022, Augusta Commission
approved initial funding and Georgia-Carolina Paving Company
performing this work under Engineering On-call Potholes Repairs, Paving
& Emergency Contract. Road paving in progress and significant section is
paved. However, it is determined additional paving length is warranted
for proper connectivity to active phase.
Analysis:On August 2, 2022, Augusta Commission approved rehabilitation of
subject road - 22ENG115. Construction is in progress and rehabilitation of
significant length is completed. However, additional work needs to be
completed for management of hauling traffic, road drainage and stable
connectivity to active phase path.
Financial Impact:Funds in amount of $225,120.30 are available landfill operations funds.
Alternatives:1). No Alternate proposed
Recommendation:Approve Additional Supplementing funding for Completing In progress
Rehabilitation of Augusta Landfill Phase 3 Active Phase Service Road &
associated repairs in the amount of $225,120.30. Requested by
Engineering. RFP 16-161
Funds are Available in
the Following
Accounts:
($225,120.30) 541044210-5319150 - Landfill Operations Account
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
AUGUSTA-RICHMOND COUNTY
ENGINEERING & ENVIRONMENTAL SERVICES DEPARTMENT
SUPPLEMENTAL AGREEMENT
(SA02 – For changes greater than $25,000) November 2022
WHEREAS, We, Constantine Engineering, Consultant, entered into a contract with Augusta-Richmond
County on September 17, 2019, for Engineering Design Services associated with the Stormwater System
Assessment Project No., File Reference NO. 19-014 (A), and
WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the
scope of the original contract, we desire to submit the following Supplemental Agreement to-wit:
Additional services for Overton Road Drainage Sub-basin
It is agreed that as a result of the above described modification the contract amount is increased by
$49,575.00 from $226,000.00 to a new total of $275,575.00.
Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no
way modifies or changes the original contract of which it becomes a part, except as specifically stated
herein.
NOW, THEREFORE, We, Constantine Engineering, Consultant, hereby agree to said Supplemental
Agreement consisting of the above mentioned items and prices, and agree that this Supplemental
Agreement is hereby made a part of the original contract to be performed under the specifications
thereof, and that the original contract is in full force and effect, except insofar as it might be modified by
this Supplemental Agreement.
This _________ day of _____________, 2022.
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY CONSTANTINE ENGINEERING
AUGUSTA, GEORGIA
Hardie Davis, Jr., Mayor
Approved: Date Approved: Date
[ATTACHED CORPORATE SEAL]
ATTEST: ATTEST:
Title: ____________________________ Title: ____________________________
Augusta Richmond County Project Number(s): 581-044320-5211120
Supplemental Agreement Number: 4
Purchase Order Number: 21ENG139
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects –
RFQ 19-148 Ardurra (Constantine Engineering) – Task Order Four File Reference: 22 – 014(A)
Department:Engineering
Presenter:
Caption:Approve Task Order four (SA4) funding for Drainage System Assessment,
Verification and Drainage Improvements Engineering Services Agreement
to Ardurra (former Constantine Engineering) in the amount of $49,575.00
for Overton Road Drainage Sub-basin design phase services. RFQ 19-
148 / requested by Engineering.
Background:Stormwater conveyance concerns are wide spread and particularly in older
developed areas. The objective of Drainage Improvements projects in the
area experiencing localized flooding is to provide infrastructure
improvements that mitigate the flooding conditions in these areas. The
overall need for this project is to upgrade the infrastructure system within
the designated area including roadway improvements, resurfacing, or both,
adding of curbs, gutters, sidewalks, and drainage improvements. On May
7, 2019 Commission approved the award of Engineering Services for
Drainage Study, Stormwater System Assessment and Drainage
Improvement Projects. Engineering Services Agreement were sent to four
qualified firms including Constantine. W ork is released as Phased Task
Order. Overton road drainage assessment and alternate design concepts are
complete. Next phase is completion of final design and construction plans.
Analysis:Drainage at and around Overton Road was assessed under Task Orders 1
through 3. Generated information was used to develop drainage system
possible layout alternatives and each alternate estimated construction cost.
Task Order 4 is for chosen alternate final Design phase services. Services
are provided by Ardurra (former Constantine Engineering).
Financial Impact:Stormwater Services Program Funds.
Alternatives:1). Do not approve and find alternative to address Overton Road subbasin
storm conveyance system improvements needs.
Recommendation:Approve Task Order four (SA4) funding for Drainage System Assessment,
Verification and Drainage Improvements Engineering Services Agreement
to Ardurra (former Constantine Engineering) in the amount of $49,575.00
for Overton Road Drainage Sub-basin design phase services. RFQ 19-148/
requested by Engineering.
Funds are Available in
the Following
Accounts:
($49,575) 581-044320-5211110 - Stormwater Utilities Funds
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
ES/Landfill Update 11292022 Page 1 of 3
EXHIBIT A (Commission Update 11/29/22)
Environmental Services Operations Restructuring Update
By
Hameed Malik, Oscar Flite, Walt Corbin and Charlie Gay
A) LANDFILL
1) Employees Management
[in-progress; still several challenges.]
2) Operation Hours Management
[employees time & schedule management in-progress; working through establishing Operators
two shifts schedule]
3) Landfill Regulatory Permit Compliance Management
[established two-way communication with EPD Augusta Office staff. Phase 3 all previous
outstanding non-compliance items addressed and closed. Phase 2C Closure Construction,
expected to be completed by mid-December 2022]
4) Landfill Active Phase Airspace Management
[established operators onsite hand-on training (provided by Blue Ridge Services), it is in-progress.
Implemented waste lift GPS control through equipment built-in technology and regulatory
monitoring of data]
5) Landfill Funds Management
[work in-progress; establishing operational budget better internal control, monthly monitoring
and materials & items procurement optimization. Review of funds allocations supporting other
functions]
B) WASTE COLLECTION CONTRACT
1) Employees Management
[in-progress; still several challenges. Non-conforming Bulky & Yard Wastes and Illegal Dumping
Waste management operation placed under Engineering Maintenance; additional changes
warranted for improvement of level of service]
2) Waste Collection Route Management
[established Route & Litter Control Supervisor three positions, one for each Service Area, for
waste pick up monitoring and improving daily pick up service. Periodic review and discussion
with waste hauler contractor in progress too].
3) Bulky Waste & Yard Waste Management
[placed under Engineering Maintenance. Non-conforming Bulky & Yard Wastes supposed to be
handled in-house by three employees. Presently heavily depending on contract services.
Consider abolishing in-house program and contract out this service.
4) Recyclable Waste Management
[managed at Goshen leased facility (Facility). Negligible recyclable material coming to the Facility.
Incoming waste is “contaminated” and hauled to landfill by Engineering Maintenance Bulky
Waste handling group employees. Warrant exploring alternative options for providing Recyclable
Waste Service.
5) Funds Management
[work in-progress; establishing operational budget better internal control, monthly monitoring
and items procurement optimization. Review of funds allocations supporting other functions]
ES/Landfill Update 11292022 Page 2 of 3
C) LANDFILL OPERATIONAL COST & RATE STRUCTURE ASSESSMENT
1) Operation Hours
[Implemented operation new hours; no noticeable impact on daily waste intake tonnage. Did
incoming waste hauler truck hourly count review that supported reducing waste intake operation
one hour during weekdays (M to F) and two hours on Weekend]
2) Operational Cost (Unit Cost per Ton (intake waste)
[due to operations deferred maintenance, operational cost varies year to year. Work in-progress
for implementing proactive site & equipment maintenance program. Review of landfill past 10
years annual expenses suggests that average Unit Cost is around $30/ton of intake waste.
3) Disposal Rate – Non-Contracted Waste
$35.30 / TON [$33.50 base rate + $0.75 State Fee + 3% Environmental Fee]
4) Disposal Rate – Contracted Waste (Residential Waste)
Same as Non-Contracted Waste
Home Owner pays =$310.50/year (96Gallon cart) & $232.88/year (smaller cart)
5) Volume Based Rates (Tiered Rate)
5.1) Non-contracted Waste
i) 2,000-3,999Tons = $32.20
ii) 4,000-7,999Tons = $29.10
iii) 8,000 Tons or greater = $26.00
5.2) Contract Waste Haulers Special Rates
Coastal: i) 0-1,999Tons = $32.20 ii) 2,000 – 4,999Tons =$26.50
iii) 5,000Tons or greater (volume based rate
Waste Management: i) over $4000Tons = $26 ii) over $8000Tons =$23.50
iii) 5,001 to 10,000Tons =$17 (per waste contract)
D) CAPITAL IMPROVEMENTS & FUNDING
1) Phase 3 Active Cell Completion of Unfinished Liner (FY2022/FY2023)
Funds by Waste Intake Revenue (if needed borrow from unrestricted reserve)
2) Phase 3 Active Cell Landfill Gas System Expansion
Funds by Waste Intake Revenue (if needed borrow from unrestricted reserve)
3) Phase 3 Partial Closure (Closure of Stage 1 & Stage 2 North Slope)
Funds by Phase 3 Closure Reserved Funds
4) Phase 3 Stage 2 Next Cell Construction
Funds by Issuing Bond
E) PATHFORWARD RECOMMENDATIONS and COMMISSION ACTION ITEMS
See Next Page
ES/Landfill Update 11292022 Page 3 of 3
E) PATHFORWARD RECOMMENDATIONS and COMMISSION ACTION ITEMS
1)
a) Employees Management – Action Item
Continue RIF Implementation. Conduct workforce skills and ability assessment and do
employees placement accordingly.
b) Regulatory Permit Compliance – Action Item
1) Continue Operators onsite training
2) Implement on-call site maintenance contract
3) Implement On-call Equipment Rental Contract
4) Implement Equipment Replacement Schedule
c) Funds Management – Action Item
Implement third party assessment of Funds Utilization for other purposes and its impact on
Environmental Services Operations and Landfill compliance.
d) Waste Disposal Rate – Action Item
Residential Rate (collection contract) –
a) No increase at present. Future increase based on new waste collection contract cost.
b) City Charges: $310/year/account - Collection generates around: $21.3M
c) City Pay to Haulers (Contact cost): $13.03M & $4M for disposal ($2M salary/Operation, $2M GF)
2) Waste Collection Haulers Special Rates – Action Item
a) Cancel current rate discount agreements and offer standard volume based rate.
Landfill Operation Unit Cost: roughly $30/ton
Coastal: i) 0-1,999Tons = $32.20 ii) 2,000 – 4,999Tons =$26.50
iii) 5,000Tons or greater (volume based rate)
Waste Management: i) over $4000Tons = $26 ii) over $8000Tons =$23.50
iii) 5,001 to 10,000Tons =$17 (per waste contract)
b) Cancel CNG discounted Rates and charge Contact rate of $4/diesel gallon equivalent
3) Non-Contracted Waste Rate – Action Item
Increase landfill current rate four (4) to six (6) dollars at all tiers; Effective April 1, 2023
$4/Ton Increase generates roughly additional = $1.1M /year
$5/Ton Increase generates roughly additional= $1.5M /year
$6/Ton Increase generates roughly additional = $1.9 M /year
a) Current Per Ton Base Rate:
$33.50 [plus 3% Environmental Surcharge plus S0.75 EPD/EPA Fee; Total $35.30]
b) Suggested Per Ton New Base Rate ($5/Ton increase)
$38.50 [five dollars increase] plus 3% Environmental Surcharge plus S0.75 EPD/EPA Fee
[additional revenue roughly $1.5M/year]
4) Residential Waste Collection Contract - Action Item
a) Rebid the contract. Initiate Procurement process.
b) New Contract Services - limit to Waste Collection only. Remove Bulky Waste, Yard Waste, and
Recyclable Waste from the “Waste Collection” contract.
c) Do separate Contract for Bulky Waste & Yard Waste. Assume residents 30% participation.
d) Make Mandatory for Waste Contract Hauler (Hauler) to offer ‘Recycling’ Service. Residents
have to contract directly with the Hauler for Recycling.
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Environmental Services Operations Update
Department:Engineering
Presenter:
Caption:Receive update on Environmental Services Operations (Landfill & Waste
Collection). Also, discuss, approve and authorize implementation of
attached EXHIBIT A-Section E listed action items recommended by
Engineering & Environmental Services Director. Requested by
Engineering
Background:N/A
Analysis:N/A
Financial Impact:N/A
Alternatives:N/A
Recommendation:Receive update on Environmental Services Operations (Landfill & Waste
Collection Contact). Also, discuss, approve and authorize implementation
of attached EXHIBIT A-Section E listed action items recommended by
Engineering & Environmental Services Director. Requested by
Engineering
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 - lll8l2022
ATTENDANCE:
Present: Hons. Hardie Davis, Jr., Mayor; Garrett, Chairman; Hasan, Vice Chairman; McKnight,
member.
Absent: Hon. Johnson, member.
ENGINEERING SERVICES
1. Motion to approve the minutes of the Engineering Services Committee held on October 25,2022. Item
Action:
Approved
Motions
Motion Motion rext Made By seconded By fJjiiI VDCJf
Motion to
Approve illl,oJ"rurr", ;r""tT,fiIner
catherine smith- commissioner Ben passes
3-0.
w\\Av.augustaga.gov
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Minutes
Department:
Presenter:
Caption:Motion to approve the minutes of the Engineering Services Committee
held on November 8, 2022.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
CST RFP 22-195
Biditem Description Rev. Bid Quantity Unit Rev. Bid Unit Price
5 FORCE ACCOUNT - 13TH STREET 1.000 LS 500,000.00$
10 TRAFFIC CONTROL - 0011424 - 13TH STREET 1.000 LS 71,110.00$
15 FOUND BKFILL MATL, TP II 750.000 CY 166.00$
20 GRADING COMPLETE - 0011424 - 13TH STREET 1.000 LS 1,227,160.00$
21 EXCAV UNSUIT MATL & BORROW GOOD MATL 1.000 CY 61.00$
25 LOCAL SAND OR SAND-GRAVEL BACKFILL 750.000 CY 209.00$
30 GR AGGR BASE CRS, INCL MATL 750.000 TN 48.75$
35 REC ASPH CONC PATCHING, INCL BITUM MATL 50.000 TN 561.00$
40 REC ASPH CONC LEVELING, INCL BM&HL 250.000 TN 187.00$
45 REC ASPH CONC 12.5 MM SP, GP 2 ONLY, INCL BM&HL2,100.000 TN 139.00$
50 TACK COAT 2,000.000 GL 7.20$
55 MILL ASPH CONC PVMT, 1-1/2 IN DEPTH 22,500.000 SY 3.60$
60 CONC SIDEWALK, 4 IN 3,450.000 SY 90.00$
65 CONC VALLEY GUTTER, 6 IN 450.000 SY 97.25$
70 CONC VALLEY GUTTER WITH CURB, 6 IN 150.000 SY 102.00$
75 CONCRETE HEADER CURB, 10 IN, TP 4 400.000 LF 29.75$
80 CONC CURB & GUTTER, 6 IN X 18 IN, TP 2 3,000.000 LF 25.50$
85 CONC CURB & GUTTER, 6 IN X 24 IN, TP 2 265.000 LF 29.75$
90 CONC CURB & GUTTER, 6 IN X 30 IN, TP 2 1,800.000 LF 32.00$
95 CLASS A CONCRETE, INCL REINF STEEL 2.000 CY 2,280.00$
100 CLASS B CONC, BASE OR PVMT WIDENING 250.000 CY 425.00$
105 STORM DRAIN PIPE, 12 IN, H 1-10 30.000 LF 98.25$
110 STORM DRAIN PIPE, 15 IN, H 1-10 55.000 LF 98.25$
115 STORM DRAIN PIPE, 18 IN, H 1-10 632.000 LF 102.00$
120 STORM DRAIN PIPE, 24 IN, H 1-10 910.000 LF 125.00$
125 ELLIPTICAL PIPE - 14 IN X 23 IN, CLASS III 96.000 LF 132.00$
130 UNDDR PIPE ONLY, 6 IN 36.000 LF 147.00$
135 UNDDR PIPE INCL DRAINAGE AGGR, 6 IN 250.000 LF 122.00$
140 FLOWABLE FILL 25.000 CY 772.00$
145 ROCK RIP RAP 10.000 TN 529.00$
150 SAND-CEMENT BAG RIP RAP, 6 IN 245.000 SY 154.00$
155 RECONSTR CATCH BASIN, GROUP 1 3.000 EA 6,360.00$
160 RECONSTR STORM SEW MANHOLE, TYPE 1 2.000 EA 5,840.00$
165 RECONSTR JUNCTION BOX 1.000 EA 5,840.00$
170 CATCH BASIN, GP 1 34.000 EA 6,360.00$
175 CATCH BASIN, GP 1, ADDL DEPTH 12.000 LF 626.00$
180 STORM SEWER MANHOLE, TP 1 8.000 EA 5,840.00$
185 STORM SEWER MANHOLE, TP 1, ADDL DEPTH, CL 1 10.000 LF 626.00$
190 STR STEEL 136.000 LB 82.50$
195 BAR REINF STEEL 14,685.000 LB 2.55$
200 SUPERSTR CONCRETE, CL D, BR NO 1 180.000 CY 1,860.00$
205 REM PORTIONS OF EXISTING WINGWALLS & PARAPETS 1.000 LS 101,800.00$
210 RESET HIGHWAY SIGN 28.000 EA 166.00$
215 PLASTIC FILTER FABRIC 116.000 SY 44.25$
13th Street:
220 BRICK MASONARY 33.000 CY 3,950.00$
225 PERMANENT SOIL NAILED WALL NO 1 1.000 LS 227,000.00$
230 REM/SET EXST SPCL GUIDE SIGN GRND MNTD COMP-IN-PLA4.000 EA 2,760.00$
235 HIGHWAY SIGNS, TP 1 MATL,REFL SHEETING, TP 9 12.000 SF 26.50$
240 HIGHWAY SIGNS, TP 1 MATL, REFL SHEETING, TP 11 40.000 SF 28.75$
245 GALV STEEL POSTS, TP 7 504.000 LF 13.25$
250 BARRIER FENCE (ORANGE), 4 FT 1,000.000 LF 4.60$
255 TRAFFIC SIGNAL INSTALLATION N0-1 1.000 LS 35,100.00$
260 PEDESTAL POLE -RESET 2.000 EA 1,090.00$
265 PEDESTAL POST -RESET 2.000 EA 1,090.00$
270 THERMOPLASTIC PVMT MARKING, RR/HWY CROSSING 4.000 EA 553.00$
275 THERMOPLASTIC PVMT MARKING, ARROW, TP 1 2.000 EA 111.00$
280 THERMOPLASTIC PVMT MARKING, ARROW, TP 2 8.000 EA 111.00$
285 THERMOPLASTIC PVMT MARKING, ARROW, TP 3 3.000 EA 166.00$
290 THERMOPLASTIC PVMT MARKING, WORD, TP 1 4.000 EA 166.00$
295 THERMOPLASTIC SOLID TRAF STRIPE, 24 IN, WHITE 697.000 LF 13.25$
300 THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, WHITE 2,007.000 LF 4.40$
305 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, WHITE 1.000 LM 3,260.00$
310 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, YELLOW 1.000 LM 3,260.00$
315 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, WHITE 1.000 GLM 2,160.00$
320 THERMOPLASTIC TRAF STRIPING, WHITE 278.000 SY 6.90$
325 THERMOPLASTIC TRAF STRIPING, YELLOW 100.000 SY 6.90$
330 RAISED PVMT MARKERS TP 1 135.000 EA 6.90$
335 RAISED PVMT MARKERS TP 3 225.000 EA 6.90$
340 ADJUST MANHOLE TO GRADE 7.000 EA 1,750.00$
345 ADJUST WATER METER BOX TO GRADE 15.000 EA 1,010.00$
350 ADJUST WATER VALVE BOX TO GRADE 3.000 EA 1,010.00$
355 ADJUST SEWER LATERAL CLEAN OUT TO GRADE 1.000 EA 1,550.00$
360 ADJUST GAS VALVE TO GRADE 10.000 EA 1,010.00$
365 FIRE HYDRANT ASSEMBLY, INCL TAPPING SLEEVE & VALVE4.000 EA 19,000.00$
370 UTILITY CONFLIC ADJUST-WATER SERVICE LINE(ALL SIZE 50.000 LF 126.00$
375 UTILITY CONFLICT ADJUST-SEWER LATERAL (ALL SIZES)50.000 LF 294.00$
380 RELOCATE EXIST WATER METER, INCL BOX 3.000 EA 3,920.00$
385 LIGHTING STD, 12 FT MH, POST TOP 81.000 EA 6,610.00$
390 CABLE, TP THHN, AWG NO 6 135,965.000 LF 1.90$
395 ELECTRICAL SERVICE POI NT 2.000 EA 10,900.00$
400 CONDUIT, RIGID, 1 IN 200.000 LF 16.75$
405 CONDUIT, RIGID, 2 IN 200.000 LF 33.50$
410 CONDUIT, NONMETL, TP 2, 1-1/2 IN 19,647.000 LF 7.80$
415 ELECTRICAL JUNCTION BOX 25.000 EA 932.00$
420 DIRECTIONAL BORE -3 IN 2,467.000 LF 4.45$
425 DIRECTIONAL BORE -5 IN 200.000 LF 5.60$
430 AGRICULTURAL LIME 1.000 TN 468.00$
435 FERTILIZER MIXED GRADE 0.100 TN 1,800.00$
440 SOD 270.000 SY 25.25$
445 AZALEA HYBRIDS -SOUTHERN INDICA AZALEA, 7 GAL 47.000 EA 64.50$
450 CORNUSKOUSA-KOUSA DOGWOOD, 2 IN CAL 14.000 EA 355.00$
455 DISTYLIUM -VINTAGE JADE DISTYLIUM, 3 GAL 246.000 EA 28.50$
460 ILEX CORNUTA- CARISSA HOLLY, 3 GAL 189.000 EA 28.75$
465 MULLENBERGIA CAPILLARIS PINK MUHLY GRASS, 3 GAL141.000 EA 29.25$
470 PARROTIA PERSICA-STREETWISE PERSIAN PARROTIA 4IN60.000 EA 1,380.00$
475 QUERCUS NUTTALL! -NUTTALL OAK, 3 IN CAL 15.000 EA 496.00$
480 YUCCA- SPINELESS YUCCA, 3 GAL 253.000 EA 41.25$
485 LANDSCAPE MULCH 1,700.000 SY 9.30$
490 PLANT TOPSOIL 260.000 CY 70.75$
495 IRRIGATION SYSTEM 1.000 LS 137,400.00$
500 BRICK PAVERS 19,000.000 SF 26.25$
505 INTERSECTION VIDEO DETECTION SYSTEM ASSEMBLY,TP A5.000 EA 27,800.00$
510 TEMPORARY GRASSING 1.000 AC 1,800.00$
515 MULCH 1.000 TN 1,720.00$
520 C&R INLET SEDIMENT TRAP- FILTER BLANKET 29.000 EA 464.00$
525 C&R INLET SEDIMENT TRAP - PIGS-N-BLANKET 20.000 EA 464.00$
530 MAINTENANCE OF TEMPORARY SILT FENCE, TP A 3,400.000 LF 0.13$
535 MAINTENANCE OF INLET SEDIMENT TRAP 49.000 EA 191.00$
540 TEMPORARY SILT FENCE, TYPE A 3,400.000 LF 4.10$
13th New Total =
Biditem Description Description Unit Rev. Bid Unit Price
545 FORCE ACCOUNT - TELFAIR STREET 1.000 LS 450,000.00$
550 TRAFFIC CONTROL - 0011409 - TELFAIR STREET 1.000 LS 284,440.00$
555 TEMPORARY GRASSING 3.000 AC 1,800.00$
560 FOUND BKFILL MATL, TP II 3,250.000 CY 95.00$
565 GRADING COMPLETE - 0011409 - TELEFAIR STREET 1.000 LS 4,908,640.00$
566 EXCAV UNSUIT MATL & BORROW GOOD MATL 1.000 CY 61.00$
575 GR AGGR BASE CRS, INCL MATL 3,000.000 TN 48.75$
580 REC ASPH CONC PATCHING, INCL BITUM MATL 100.000 TN 561.00$
585 REC ASPH CONC LEVELING, INCL BM&HL 625.000 TN 187.00$
590 REC ASPH CONC 12.5 MM SP, GP 2 ONLY, INCL BM&HL4,500.000 TN 139.00$
595 TACK COAT 4,300.000 GL 7.20$
600 MILL ASPH CONC PVMT, 1-1/2 IN DEPTH 48,500.000 SY 3.70$
605 CONC SIDEWALK, 4 IN 13,250.000 SY 85.00$
610 CONCRETE GUTTER, 6 IN 1,000.000 LF 26.50$
615 CONC VALLEY GUTTER, 6 IN 175.000 SY 90.50$
620 CONC VALLEY GUTTER WITH CURB, 6 IN 4,750.000 SY 90.50$
625 CONCRETE HEADER CURB, 6 IN, TP 2 500.000 LF 24.25$
630 CONC CURB & GUTTER, 6 IN X 24 IN, TP 2 350.000 LF 29.75$
635 CONC CURB & GUTTER, 6 IN X 30 IN, TP 2 14,250.000 LF 26.25$
640 CLASS A CONCRETE 50.000 CY 2,280.00$
645 CLASS B CONC, BASE OR PVMT WIDENING 750.000 CY 425.00$
650 STORM DRAIN PIPE, 15 IN, H 1-10 52.000 LF 98.00$
655 STORM DRAIN PIPE, 18 IN, H 1-10 4,445.000 LF 102.00$
660 STORM DRAIN PIPE, 24 IN, H 1-10 2,556.000 LF 124.50$
665 STORM DRAIN PIPE, 30 IN, H 1-10 514.000 LF 148.00$
Telfair Street:
670 STORM DRAIN PIPE, 36 IN, H 1-10 1,058.000 LF 197.00$
675 STORM DRAIN PIPE; 36 IN, H 10-15 71.000 LF 197.00$
680 ELLIPTICAL PIPE -18 IN X 29 IN, CLASS III 26.000 LF 179.50$
685 ELLIPTICAL PIPE - 23 IN X 36 IN, CLASS III 55.000 LF 219.00$
690 UNDDR PIPE INCL DRAINAGE AGGR, 6 IN 500.000 LF 122.00$
695 FLOWABLE FILL 75.000 CY 772.00$
700 PLASTIC FILTER FABRIC 250.000 SY 26.75$
705 RECONSTR CATCH BASIN, GROUP 1 9.000 EA 6,360.00$
710 RECONSTR CATCH BASIN, GROUP 2 1.000 EA 6,750.00$
715 RECONSTR STORM SEW MANHOLE, TYPE 1 3.000 EA 5,840.00$
720 RECONSTR JUNCTION BOX 1.000 EA 5,840.00$
725 RESET GRANITE CURB 1,000.000 LF 43.00$
730 RESET HIGHWAY SIGN 22.000 EA 166.00$
735 HIGHWAY SIGNS, TP 1 MATL, REFL SHEETING, TP 9 133.000 SF 26.50$
740 R&R EXIST SPCL GUIDE SIGN, GROUND MNTD,COMP-IN-PLA2.000 EA 2,760.00$
745 HIGHWAY SIGNS, TP 1 MATL, REFL SHEETING, TP 11 192.000 SF 28.75$
750 GALV STEEL POSTS, TP 7 1,330.000 LF 13.25$
755 TRAFFIC SIGNAL MODIFICATION -SIGNAL HEAD ADJUST 8.000 EA 2,620.00$
760 THERMOPLASTIC PVMT MARKING, HANDICAP SYMBOL 11.000 EA 332.00$
765 THERMOPLASTIC PVMT MARKING, RR/HWY CROSSING SYMBOL2.000 EA 553.00$
770 THERMOPLASTIC PVMT MARKING, ARROW, TP 1 63.000 EA 111.00$
775 THERMOPLASTIC PVMT MARKING, ARROW, TP 2 7.000 EA 111.00$
780 THERMOPLASTIC PVMT MARKING, WORD, TP 1 2.000 EA 166.00$
785 THERMOPLASTIC PVMT MARKING, SYMBOL, TP 4 63.000 EA 276.00$
790 THERMOPLASTIC SOLID TRAF STRIPE, 24 IN, WHITE 983.000 LF 13.25$
795 THERMOPLASTIC SOLID TRAF STRIPE, 8 IN, WHITE 4,967.000 LF 4.40$
800 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, WHITE 5.000 LM 3,260.00$
805 THERMOPLASTIC SOLID TRAF STRIPE, 5 IN, YELLOW 3.000 LM 3,260.00$
810 THERMOPLASTIC SKIP TRAF STRIPE, 5 IN, WHITE 900.000 GLF 0.44$
815 THERMOPLASTIC TRAF STRIPING, WHITE 273.000 SY 6.90$
820 THERMOPLASTIC TRAF STRIPING, YELLOW 396.000 SY 6.90$
825 THERMOPLASTIC TRAF STRIPING, GREEN 1,393.000 SY 133.00$
830 RAISED PVMT MARKERS TP 1 462.000 EA 6.90$
835 RAISED PVMT MARKERS TP 3 32.000 EA 6.90$
840 UTILITY CONFL ADJ-GRAV SEWERMAIN,PVC(8 IN-15 IN)250.000 LF 519.00$
845 SEWER MAIN, DUCTILE IRON, 12 IN 20.000 LF 571.00$
850 SEWER MAIN, DUCTILE IRON, 18 IN 45.000 LF 673.00$
855 CATCH BASIN, GP 1 103.000 EA 6,360.00$
860 CATCH BASIN, GP 1, ADDL DEPTH 8.000 LF 626.00$
865 DROP INLET, GP 1 2.000 EA 5,840.00$
870 SAN SEWER MANHOLE, TP 1 1.000 EA 6,170.00$
875 SAN SEWER MANHOLE, TP 1, ADDL DEPTH, CL 1 3.000 LF 984.00$
880 STORM SEWER MANHOLE, TP 1 62.000 EA 5,840.00$
885 STORM SEWER MANHOLE, TP 1, ADDL DEPTH, CL 1 36.000 LF 626.00$
890 STORM SEWER MANHOLE, TP 2 1.000 EA 6,010.00$
895 STORM SEWER MANHOLE, TP 2, ADDL DEPTH, CL 2 5.000 LF 711.00$
900 ADJUST MANHOLE TO GRADE 6.000 EA 1,750.00$
905 ADJUST WATER METER BOX TO GRADE 58.000 EA 1,010.00$
910 ADJUST WATER VALVE BOX TO GRADE 11.000 EA 1,010.00$
915 ADJUST SEWER LATERAL CLEANOUT TO GRADE 5.000 EA 5,060.00$
920 ADJUST HAND HOLE BOX TO GRADE 49.000 EA 335.00$
925 ADJUST WATER VALVE VAULT TO GRADE 2.000 EA 11,900.00$
930 UTILITY CONFLICT ADJUST-SEWER LAT(ALLSIZES)1,000.000 LF 294.00$
935 UTILITY CONFLI ADJ-WATER MAIN, DUCTL IRON(6IN-8IN)750.000 LF 169.00$
940 FIRE HYDRANT ASSEMBLY,INCL TAPPING SLEEVE & VALVE 8.000 EA 19,000.00$
945 UTILITY CONFL ADJUST-WATER SERVICE LINE(ALL SIZES)2,500.000 LF 126.00$
950 RELOCATE EXIST FIRE HYDRANT ASSEMBLY, INCL VALVE 4.000 EA 5,700.00$
955 RELO EXIST IRRIGAT CONTROL VALVE ASSEM, INCL BOX 1.000 EA 8,450.00$
960 RELOCATE EXIST WATER METER, INCL BOX 25.000 EA 2,360.00$
965 LIGHTING STD, 12 FT MH, POST TOP 196.000 EA 6,610.00$
970 CABLE, TP THHN, AWG NO 6 230,214.000 LF 1.90$
975 ELECTRICAL SERVICE POINT 7.000 EA 10,900.00$
980 CONDUIT, NONMETL, TP 2, 1-1/2 IN 46,279.000 LF 7.80$
985 ELECTRICAL JUNCTION BOX 50.000 EA 932.00$
990 DIRECTIONAL BORE -3 IN 2,053.000 LF 4.45$
995 AGRICULTURAL LIME 4.000 TN 468.00$
1000 FERTILIZER MIXED GRADE 0.400 TN 1,800.00$
1005 SOD 2,525.000 SY 20.75$
1010 SEEDING -DAFFODIL MIX 38,537.000 SF 0.10$
1015 SEEDING -LIROPE MIX 38,670.000 SF 0.10$
1020 SEEDING -SEDGE MIX 15,254.000 SF 0.10$
1025 ALLIUM X - MILLENIUM ORNAMENTAL ONION, 4 IN POT1,968.000 EA 14.00$
1030 CAREX PENSYLVANICA-PENNSYLVANIA SEDGE, 4 IN POT3,624.000 EA 9.70$
1035 CARPI NUS CAROLINIANA-ORNG C AMERICAN HORNBEAM,3IN186.000 EA 642.00$
1040 COREOPSIS LANCEOLATA-LANCELEAF TICKSEED, 4 IN POT1,508.000 EA 10.50$
1045 CROCUS FLAVUS -GOLDEN YELLOW CROCUS, 4 IN POT 777.000 EA 7.15$
1050 HOST AX -LEMON DELIGHT HOSTA, 4 IN POT 595.000 EA 20.25$
1055 ILEX CORNUTA- CARISSA HOLLY, 3 GAL 552.000 EA 26.00$
1060 ILEX VOMITORIA -DWARF YAUPON HOLLY, 7 GAL 110.000 EA 64.75$
1065 LAGERSTROEMIA INDICA - CRAPE MYRTLE, 3 IN CAL 283.000 EA 431.00$
1070 LIROPE DENSIFLORA- LILYTURF, 4 IN POT 19,648.000 EA 8.55$
1075 MULLENBERGIA CAPILLARIS - PINK MUHLY GRASS, 3 GAL677.000 EA 26.00$
1080 NARCISSUS MINOR -DAFFODIL, 4 IN POT 32,042.000 EA 5.80$
1085 QUERCUS MICHAUXII -SWAMP CHESTNUT OAK, 3 IN CAL11.000 EA 589.00$
1090 QUERCUS VIRGINIANA - SOUTHERN LIVE OAK, 3 IN CAL 23.000 EA 538.00$
1095 RUDBECKIA HIRTA -BLACK-EYED SUSAN, 1 GAL 540.000 EA 12.75$
1100 RUDBECKIA MAXIMA -LARGE CONEFLOWER, 1 GAL 44.000 EA 14.25$
1105 TAXODIUM DISTICHUM -BALD CYPRESS, 3 IN CAL 7.000 EA 491.00$
1110 YUCCA GLORIOSA -SPANISH DAGGER, 3 GAL 467.000 EA 43.75$
1115 LANDSCAPE MULCH 9,552.000 SY 9.30$
1120 PLANT TOPSOIL 1,065.000 CY 70.75$
1125 IRRIGATION SYSTEM 1.000 LS 241,300.00$
1130 BRICK PAVERS 29,200.000 SF 24.75$
1135 BRICK PAVERS RESET 1,000.000 SF 28.75$
1136 STAMPED ASPHALT CROSSWALKS 8,800.000 SF 20.00$
1140 BARRIER FENCE (ORANGE), 4 FT 2,500.000 LF 4.60$
1145 MULCH 6.000 TN 1,720.00$
1150 C&R INLET SEDIMENT TRAP - FILTER BLANKET 63.000 EA 464.00$
1155 C&R INLET SEDIMENT TRAP - PIGS-N-BLANKET 151.000 EA 464.00$
1160 MAINTENANCE OF TEMPORARY SILT FENCE, TP A 8,125.000 LF 0.13$
1165 MAINTENANCE OF INLET SEDIMENT TRAP 214.000 EA 191.00$
1170 TEMPORARY SILT FENCE, TYPE A 8,125.000 LF 4.10$
Telfair New Total =
New Bid Total =
Rev. Bid Total
500,000.00$
71,110.00$
124,500.00$
1,227,160.00$
61.00$
156,750.00$
36,562.50$
28,050.00$
46,750.00$
291,900.00$
14,400.00$
81,000.00$
310,500.00$
43,762.50$
15,300.00$
11,900.00$
76,500.00$
7,883.75$
57,600.00$
4,560.00$
106,250.00$
2,947.50$
5,403.75$
64,464.00$
113,750.00$
12,672.00$
5,292.00$
30,500.00$
19,300.00$
5,290.00$
37,730.00$
19,080.00$
11,680.00$
5,840.00$
216,240.00$
7,512.00$
46,720.00$
6,260.00$
11,220.00$
37,446.75$
334,800.00$
101,800.00$
4,648.00$
5,133.00$
130,350.00$
227,000.00$
11,040.00$
318.00$
1,150.00$
6,678.00$
4,600.00$
35,100.00$
2,180.00$
2,180.00$
2,212.00$
222.00$
888.00$
498.00$
664.00$
9,235.25$
8,830.80$
3,260.00$
3,260.00$
2,160.00$
1,918.20$
690.00$
931.50$
1,552.50$
12,250.00$
15,150.00$
3,030.00$
1,550.00$
10,100.00$
76,000.00$
6,300.00$
14,700.00$
11,760.00$
535,410.00$
258,333.50$
21,800.00$
3,350.00$
6,700.00$
153,246.60$
23,300.00$
10,978.15$
1,120.00$
468.00$
180.00$
6,817.50$
3,031.50$
4,970.00$
7,011.00$
5,433.75$
4,124.25$
82,800.00$
7,440.00$
10,436.25$
15,810.00$
18,395.00$
137,400.00$
498,750.00$
139,000.00$
1,800.00$
1,720.00$
13,456.00$
9,280.00$
442.00$
9,359.00$
13,940.00$
6,932,289.50$
Rev. Bid Total
450,000.00$
284,440.00$
5,400.00$
308,750.00$
4,908,640.00$
61.00$
146,250.00$
56,100.00$
116,875.00$
625,500.00$
30,960.00$
179,450.00$
1,126,250.00$
26,500.00$
15,837.50$
429,875.00$
12,125.00$
10,412.50$
374,062.50$
114,000.00$
318,750.00$
5,096.00$
453,390.00$
318,222.00$
76,072.00$
208,426.00$
13,987.00$
4,667.00$
12,045.00$
61,000.00$
57,900.00$
6,687.50$
57,240.00$
6,750.00$
17,520.00$
5,840.00$
43,000.00$
3,652.00$
3,524.50$
5,520.00$
5,520.00$
17,622.50$
20,960.00$
3,652.00$
1,106.00$
6,993.00$
777.00$
332.00$
17,388.00$
13,024.75$
21,854.80$
16,300.00$
9,780.00$
396.00$
1,883.70$
2,732.40$
185,269.00$
3,187.80$
220.80$
129,750.00$
11,420.00$
30,285.00$
655,080.00$
5,008.00$
11,680.00$
6,170.00$
2,952.00$
362,080.00$
22,536.00$
6,010.00$
3,555.00$
10,500.00$
58,580.00$
11,110.00$
25,300.00$
16,415.00$
23,800.00$
294,000.00$
126,750.00$
152,000.00$
315,000.00$
22,800.00$
8,450.00$
59,000.00$
1,295,560.00$
437,406.60$
76,300.00$
360,976.20$
46,600.00$
9,135.85$
1,872.00$
720.00$
52,393.75$
3,853.70$
3,867.00$
1,525.40$
27,552.00$
35,152.80$
119,412.00$
15,834.00$
5,555.55$
12,048.75$
14,352.00$
7,122.50$
121,973.00$
167,990.40$
17,602.00$
185,843.60$
6,479.00$
12,374.00$
6,885.00$
627.00$
3,437.00$
20,431.25$
88,833.60$
75,348.75$
241,300.00$
722,700.00$
28,750.00$
176,000.00$
11,500.00$
10,320.00$
29,232.00$
70,064.00$
1,056.25$
40,874.00$
33,312.50$
18,200,181.70$
25,132,471.20$
Request for Proposals
Request for Proposals will be received at this office until Tuesday, April 26, 2022 @ 3:00 p.m. via ZOOM Meeting ID: 898 2743 3974;
Passcode: 073264 for furnishing:
RFP Item #22-195 13th Street Improvement Project and Telfair Street Improvement Project 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
RFP 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 Augusta Blue Print. The fees for the plans and specifications which are non-refundable are $175.00.
It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is
providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706-722-6488)
beginning Thursday, March 17, 2022. Proponents 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.
Pre-Proposal Conference will be held on Monday, April 11, 2022 @ 10:00 a.m. Via Zoom – Meeting ID: 854 7321 9283; Passcode:
836698.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of
the Procurement Department by Tuesday, April 12, 2022 @ 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). A 10% Bid Bond is required. A 100% performance bond and a 100% payment bond will be required for award.
Request for proposals (RFP) and specifications. An RFP shall be issued by the Procurement Office and shall include specifications prepared
in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific
requirements contained in the request for proposal including, but not limited to, the number of copies needed, the timing of the
submission, the required financial data, and any other requirements designated by the Procurement Department are considered
material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any
such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia
Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope.
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 their 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 March 17, 24, 31, 2022 and April 7, 2022
Metro Courier March 17, 2022
Revised: 3/22/21
OFFICIAL
VENDORS Attachment
"B"
E-Verify
Number
SAVE
Form
Addendum
1, 2 Original 7 Copies Fee
Proposal Bid Bond
Reeves Construction
1 Apac Industrial Way
Augusta, GA 30907
YES 667047 YES YES YES YES YES YES
JHC Corporation
15 Fresh Bru Dr.
Newman, GA 30263
YES 413897 YES YES YES YES YES YES
ER Snell Contractor Inc
1785 Oak Rd.
Snellville, GA 30078
YES 22114 YES YES YES YES YES YES
RFP Opening - RFP Item #22-195
13TH Street Improvement Project and Telfair Street Improvement
for Augusta, GA – Engineering Department
RFP Date: Thursday, May 19, 2022 @ 3:00 p.m.
Total Number Specifications Mailed Out: 23
Total Number Specifications Download (Demandstar): 8
Total Electronic Notifications (Demandstar): 533
Georgia Procurement Registry: 1177
Total packages submitted: 3
Total Noncompliant: 1
Page 1 of 1
Reeves Construction
1 Apac Industrial Way
Augusta, GA 30907
JHC Corporation
15 Fresh Bru Dr.
Newman, GA 30263
ER Snell Contractor Inc
1785 Oak Rd.
Snellville, GA 30078
Reeves Construction
1 Apac Industrial Way
Augusta, GA 30907
JHC Corporation
15 Fresh Bru Dr.
Newman, GA 30263
ER Snell Contractor Inc
1785 Oak Rd.
Snellville, GA 30078
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 FAIL
2. Qualifications & Experience (0-5)20 5.0 2.5 5.0 100.0 50.0 100.0
3. Organization & Approach (0-5)10 5.0 2.5 5.0 50.0 25.0 50.0
4. Scope of Services
Roadway construction, storm drainage construction, curb and
gutter construction, sidewalk construction, traffic signal
modifications and installation, street light installation on these
corridors. The contractor shall be able to self- perform majority
50% of the required work.
a. 13th Street Improvement Project
b. Telfair Street Improvement Project
(0-5)25 4.0 2.0 5.0 100.0 50.0 125.0
5. Schedule of Work (0-5)5 5.0 1.5 5.0 25.0 7.5 25.0
6. References (0-5)5 5.0 5.0 5.0 25.0 25.0 25.0
Within Richmond County 5 10 5 50.0 0.0 0.0
Within CSRA 5 6 0.0 0.0 0.0
Within Georgia 5 4 5 5 0.0 20.0 20.0
Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0.0 0.0 0.0
• All Others 5 1 0.0 0.0 0.0
29 18.5 30 350.0 177.5 345.0
8. Presentation by Team (0-5)10 0 0 0
9. Q&A Response to Panel Questions (0-5)5 0 0 0
Lowest Fees 5 10 5 0 0 50
Second 5 6 5 30 0 0
Third 5 4 0 0 0
Forth 5 2 0 0 0
Fifth 5 1 0 0 0
Total Phase 2 - (Total Maximum Ranking 15 -
Maximum Weighted Total Possible 125) 5 0 5 30 0 50
34 18.5 30 380.0 177.5 395.0
Procurement DepartmentRepresentative:______Nancy Williams____________________________________
Procurement Department Completion Date: 8/15/22
Phase 2 (Option - Numbers 8 - 9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
Internal Use Only
Total Cumulative Score
Evaluator: Cumulative Date: 8/15/22
Cost/Fee Proposal Consideration10. 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)
Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award)
Phase 1 Total - (Total Maximum Ranking 30 -
Maximum Weighted Total Possible 375)
Vendors
Phase 1
RFP Opening - RFP Item #22-195
13TH Street Improvement Project and Telfair Street Improvement
for Augusta, GA – Engineering Department
RFP Evaluation Meeting: Thursday, June 9, 2022 @ 3:00 p.m.
Weighted Scores
7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only)
Ranking of 0-5 (Enter a number value between 0 and 5)
Scale 0 (Low) to 5 (High)
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.
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Telfair Street and 13th Street Improvements Projects RFP22-195 TIA Project Number: RC07-000148 / PI#0011409
and TIA Project Number: RC07-001223 / PI#0011424 RFP #22-195
Department:Engineering
Presenter:
Caption:Approve award of Construction Contract to E R Snell Contactor, Inc.
subject to Value Engineering and in the amount of $25,132,471.20 for
Transportation Investment Act (TIA) Projects, Telfair Street & 13th Street
Improvements Projects, subject to receipt of signed contract and proper
bond. RFP 22-195 / requested by Engineering .
Background:The Telfair Street and 13th Streets Improvements are projects from the
“Approved Investment List” of TIA that was approved by voters of the
CSRA in July 31, 2012 referendum. These are Band 3 projects. The
improvements consist of improving roadway safety by resurfacing,
reconstructing the existing curb and gutter, replacing sidewalks and
improving the storm water system. The project will improve pedestrian
safety at intersections with new high visibility crosswalks. New street
landscaping and lighting will be provided, where possible, to enhance
pedestrian use and improvement roadway aesthetics.
Analysis:RFP’s were received on May 19, 2022 and were evaluated based on
criteria outlined in RFP document. E.R. Snell Contractor, Inc. was the
highest ranked proposer. The following contractors submitted proposals. 1.
E R Snell Contractor, Inc. 2. Reeves Construction Co 3. JHC Corporation
Financial Impact:Funds are available in Projects TIA Funds
Alternatives:Do not approve and find alternative to complete the project and meet TIA
project completion schedule.
Recommendation:Approve award of Construction Contract to E R Snell Contactor, Inc.
subject to Value Engineering and in the amount of $25,132,471.20 for
Transportation Investment Act (TIA) Projects, Telfair Street & 13th Street
Improvements Projects, subject to receipt of signed contract and proper
bond. RFP 22-195 / requested by Engineering
Funds are Available in
the Following
Accounts:
($18,200,181.70) 371-041110-54.14110 -T15040148 – Telfair Street
Improvements (TIA Funds) ($6,932,289.50) 371-041110-54.14110 -
T15041223 – 13th Street Improvements (TIA Funds)
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
June 6, 2022
Tevia Brown
Project Engineer
Augusta Engineering Department
452 Walker Street, Suite 110
Augusta, Georgia 30901
VIA E-mail
RE: Additional Services Fee Request
17-014 Augusta Intersections (PI 0012866, PI 0012867 and PI 0012868)
Mrs. Brown:
This letter is a request for additional fees associated with the Augusta Intersections projects. During the
GDOT review of ROW cost estimates prepared by City of Augusta, recent changes in GDOT’s policy made
it necessary to add a prequalified ROW Acquisition specialist to the Hussey Gay Bell Team (HGB) to
perform the required ROW services for PI’s 0012866, PI 0012867 and PI 0012868. In addition, recent
development projects along Barton Chapel Road also required the need for additional services by HGB. A
brief narrative is detailed below outlining the reasons for this request.
PI 0012866 & PI 0012867
An initial proposal was submitted on April 21, 2021 that was prepared by CHB Acquisition Services that
did not include services for Appraisals and Cost-to-cure reports. The scope items for these services are
included with this fee request, as well as services for coordination and additional project management
associated with the duration of the ROW Acquisition and associated requests from the appraisal and cost-
to-cure specialists. This work requires project management and coordination beyond the duration of the
initial scope.
PI 0012868
HGB was notified by Dr. Hameed Malik on June 17, 2021 of the construction of the Macarthur Park
Apartments in the southeast quadrant of the PI 0012868 project currently under design by HGB.
Additionally, HGB was also notified by Dr. Malik on June 21, 2021 of the development and construction of
the Barton Chapel Road Apartment Complex located in the northwest quadrant of the PI 0012868 project.
HGB immediately requested a meeting with Augusta Engineering to discuss next steps and the overall
impacts these two development projects would have on the US 78/SR 10/Gordon Highway @ Barton
Chapel Road Intersection Improvements project.
We feel that we are in the later stages of the project coordination and design revisions caused by the two
development projects and are prepared to present this request for additional services based on corridor
redesign, H&H Report updates and redesign, right-of-way plan updates as well as project coordination.
Although the impacts of the two developments have been ongoing, extending to not only final plan design
updates but also ROW updates, HGB needs to request the additional fee at this point as the design budget
is severely impacted.
At the request of Augusta Engineering Department, Hussey Gay Bell requested fees from CHB Acquisition
Services, LLC in Warrenton, Georgia for Appraisals and Cost-to-Cure reports. Below is a summary of the
additional fees requested along with project management and coordination fees which include plan
updates.
PI 0012866 ROW Acquisition coordination and
additional project management
$18,500.00
PI 0012867 Cost-to-Cure Services $31,095.00
PI 0012867 Appraisal Services $53,250.00
PI 0012867 ROW Acquisition coordination &
additional project management
$18,500.00
PI 0012868 Corridor Redesign & H&H Report updates $49,257.50
PI 0012868 Projected Coordination $4,100.00
TOTAL ADDITIONAL FEE: $174,702.50
You can contact me with any questions or concerns at cparker@husseygaybell.com or at 770-476-7782.
Sincerely,
Clint V. Parker, PE, PMP
Project Manager
Hussey Gay Bell
Cc: Dr. Hameed Malik, Phd, P.E., Augusta Engineering Department
(SA02 – For changes greater than $25,000) November 2022
AUGUSTA, GEORGIA
ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
WHEREAS, We, Hussey Gay Bell & DeYoung, entered into a contract with Augusta, Georgia on
10/17/2017, for Engineering Design Services for the Enhanced Operational Efficiency of Various
Intersections Project, and
WHEREAS, certain revisions to the design requested by Augusta, Georgia are not covered by the scope of
the original contract, we desire to submit the following Supplemental Agreement to-wit:
Engineering additional services and ROW-- to extend PE phase
It is agreed that as a result of the above described modification the contract amount is increased by
$174,702.50 from $1,590,401.46 to a new total of $1,765,106.96.
Any modifications to submittal dates shall be as identified in the attached proposal. This Agreement in
no way modifies or changes the original contract of which it becomes a part, except as specifically stated
herein.
NOW, THEREFORE, We, Hussey Gay Bell & DeYoung, hereby agree to said Supplemental Agreement
consisting of the above mentioned items and prices, and agree that this Supplemental Agreement is
hereby made a part of the original contract to be performed under the specifications thereof, and that
the original contract is in full force and effect, except insofar as it might be modified by this Supplemental
Agreement.
This _________ day of _____________, 2022.
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA, GEORGIA HUSSEY GAY BELL & DEYOUNG
Honorable Hardie Davis, Mayor
Approved: Date Approved: Date
[ATTACHED CORPORATE SEAL]
ATTEST: ATTEST:
Title: Title:
Augusta Richmond County Project Number(s): 340-041110- TP1807002
Supplemental Agreement Number: 4
Purchase Order Number: P350536; PI#0012867
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Transportation Improvement Program Projects Professional Services Enhance the Operational Efficiency of Various
Intersections Project Numbers: PI 0012866, PI 0012867, PI 0012868 RFQ 17-127
Department:Engineering
Presenter:
Caption:Approve Supplemental funding (SA#4) for continuity of Engineering
Phase of Design Engineering Consultant Agreement to Hussey Gay Bell
and DeYoung (HGB) in the amount of $174,702.50 for Augusta
Engineering Transportation Improvement Program (TIP) Operational
Efficiency of Various Intersections Project. Requested by Engineering.
RFQ 17-127
Background:The Project is traffic flow operational efficiency of various intersections
and listed in the Augusta Metropolitan Planning Organization (MPO) TIP.
Project funding is federal funded cost sharing project. The purpose of this
project is gaining operation efficiency by widening of the intersections to
allow for left turn lane & other improvements. The project consists of
Barton Chapel Road @ Gordon Hwy, Robert C Daniel @ Wheeler, and
Wheeler Road I-20 to Augusta West Parkway Corridor. Preliminary design
is competed and right of way acquisition is authorized in FY2022 (Federal
fiscal year) and construction in FY2023 (Federal fiscal year). Final Design
development and GDOT review yielded additional design and right of
acquisition activities & services performed by HGB.
Analysis:Advancement of design to final phase revealed additional appraisals and
design services. Requested supplementing funds covers cost of this
additional service. HGB team includes GDOT prequalified ROW
Acquisition specialist and initial authorized ROW acquisition appraisal
and cost estimating are in progress. Continuity of in progress work is
critical to meet project let schedule as communicated to GDOT and
FHWA.
Financial Impact:Funds in the amount of $174,702.50 are available in Engineering SPLOST
8 -Traffic Operation Improvements.
Alternatives:Do not approve and identify local funds to complete the project.
Recommendation:Approve Supplemental funding (SA#4) for continuity of Engineering
Phase of Design Engineering Consultant Agreement to Hussey Gay Bell
and DeYoung (HGB) in the amount of $174,702.50 for Augusta
Engineering Transportation Improvement Program (TIP) Operational
Efficiency of Various Intersections Project. Requested by Engineering.
RFQ 17-127.
Funds are Available in
the Following
Accounts:
($174,702.50) 330041110-52.12115 – 222830904-52.12115 SPLOST 8
Funds (Traffic Operation Improvements)
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Augusta-Richmond County, Georgia Ellis Street Drainage Improvements Conceptual Report
11/2/2022, Rev. 0 CEG Project No. 2022-0539
Drainage Study
for the
Ellis Street Drainage Improvements Project
Augusta-Richmond County, Georgia
Prepared for:
Augusta Engineering Department
452 Walker Street, Ste 110
Augusta, Georgia 30901
Prepared by:
452 Ellis Street
Augusta, Georgia 30901
November 2nd, 2022
Augusta-Richmond County, Georgia Ellis Street Drainage Improvements Conceptual Report
11/2/2022, Rev. 0 CEG Project No. 2022-0539
i
Table of Contents
PROJECT BACKGROUND .......................................................................................................... 1
STUDY AREA ............................................................................................................................... 1
SCOPE OF STUDY ........................................................................................................................ 1
EXISTING CONDITIONS ............................................................................................................. 1
PROPOSED CONDITIONS ........................................................................................................... 3
CONCEPT SUMMARY ................................................................................................................. 3
RESULTS & RECOMMENDATIONS ......................................................................................... 5
OPINION OF PROBABLE CONSTRUCTION COST ................................................................. 5
Augusta-Richmond County, Georgia Ellis Street Drainage Improvements Conceptual Report
11/2/2022, Rev. 0 CEG Project No. 2022-0539
1
PROJECT BACKGROUND
Localized flooding has been reported via complaints made by the residents of the 1900
block of Ellis Street. The City of Augusta Engineering Department requested a drainage study to
confirm the observed conditions and develop improvement recommendations.
On August 15th, 2022, Cranston visited the site to observe existing conditions. A follow
up meeting to discuss said conditions and possible solutions was held with the Augusta
Engineering Department. This report outlines the evaluation and conceptual solutions developed
for potential improvement.
STUDY AREA
The study area encompasses the 1900 block of Ellis Street and limited 300 block of Eve
Street. The specific area of study is limited to the Ellis Street properties bordering the John C.
Calhoun Expressway (street addresses 1910 to 1938). A breakdown of the study area can be
found on sheet C100 of the Concept Plans provided in Appendix A.
SCOPE OF STUDY
The purpose of this study is to evaluate site specific alternatives for improving drainage
system conditions south of the residential properties noted within the study area. Specific areas
of focus include the existing concrete drainage ditch and drop inlet located at the rear of the
1910-1938 Ellis Street properties bordering John C. Calhoun Expressway.
Cranston referenced Augusta-Richmond County GIS data, historical utility mapping
performed by Jones & Fellers, John C. Calhoun Expressway plans created by the Georgia
Department of Transportation, and limited field data collections performed by Cranston.
EXISTING CONDITIONS
An existing concrete ditch extends along the rear of the Ellis Street properties noted
above and parallels the John C. Calhoun Expressway Westbound on ramp leading from Eve
Street to the South. The ditch is approximately 3 feet wide, 4 inches deep, and generally shaped
like a trapezoid. The drainage ditch diverts surface flows from both the on ramp and residential
properties to a drop inlet (designated as Existing Outfall B1 within this report) which ties to an
existing sanitary sewer line that flows to the Northeast. The top of said inlet is assumed to be an
elevation of 164.31’ based on GIS data. Sanitary pipe sizing and inverts are unknown. See sheet
C100 of the concept plans provided in Appendix A for a plan view of existing conditions.
Peak Flows – Existing Conditions
To calculate peak flows to Existing Outfall B1, Cranston utilized the Rational Method.
The time of concentration was calculated using the TR-55 Method to account for the travel time
of runoff from the hydraulically most remote point to the outfall. Basin area, weighted runoff
coefficient, and rainfall intensity were used as input data. Said input data can be found in Tables
1 & 2 below. See sheet C101 of the Concept Plans provided in Appendix A for basin delineation.
Augusta-Richmond County, Georgia Ellis Street Drainage Improvements Conceptual Report
11/2/2022, Rev. 0 CEG Project No. 2022-0539
2
Table #1 - Existing Basin Data
Basin Area
(Acres)
Weighted Runoff
Coefficient*
Time of Concentration
(Minutes)
Existing Drainage
Basin 2.75 0.42 15
*Note: A runoff coefficient of 0.20 was used for pervious surfaces and a runoff coefficient of 0.95 was used for impervious surfaces.
Table #2 - Precipitation frequency estimates with 90% confidence
intervals at a duration of 15 minutes
Storm Event (year) Rainfall Intensity
(in/hr)
Peak Flow (cfs) to
Existing Outfall B1
2 3.46 3.95
5 4.32 4.94
10 5.06 5.78
25 6.12 6.99
50 6.96 7.95
100 7.83 8.95
Note: Rainfall Intensities referenced from NOAA. (Link:
https://hdsc.nws.noaa.gov/hdsc/pfds/pfds_printpage.html?lat=33.4840&lon=-
81.9967&data=depth&units=english&series=pds)
The 25-year storm event is the design storm for the purposes of this study.
Existing Inlet Hydraulics
The invert elevation and outfall pipe for existing structure B1 were inaccessible at the
time of the site visit. The inlet control conditions of the drop inlet were calculated using
Hydraflow Express. Using the input data shown in Table #4 and a 25-year peak flow of 6.99 cfs,
the flow depth at the inlet is 4.02 inches.
Table #4 - Existing Drainage Conditions
Structure
Name
Inlet Characteristics
Inlet
Type
On
Grade /
On Sag
Inlet
Length
(ft)
Throat
Height
(in)
Cross
Slope,
Sx (ft/ft)
Local
Depression
(in)
Gutter
Width
(ft)
Longitudinal
Slope, SL
(ft/ft)
Existing
Outfall B1
Drop
Curb On Sag 12.00 4.00 0.04 0.00 0.00 0.00
Augusta-Richmond County, Georgia Ellis Street Drainage Improvements Conceptual Report
11/2/2022, Rev. 0 CEG Project No. 2022-0539
3
PROPOSED CONDITIONS
Through coordination with the City of Augusta Engineering Department, a site specific
concept was developed to improve the existing drainage system. This concept, detailed below,
was modeled using Hydraflow StormSewers and Hydraflow Express. Refer to sheet C201 within
Appendix A for the Concept Plan.
CONCEPT SUMMARY
The proposed concept includes construction of a concrete header curb along the John C.
Calhoun Expressway Westbound on ramp. This curb will route runoff downstream to a new
collection and conveyance system along the on ramp. The new storm drain system will extend
downstream and connect to the existing storm sewer system on Eve Street. New curbing and
storm inlets will be constructed along the Eve Street / John C. Calhoun Expressway on ramp
intersection to collect surface water runoff and route away from the existing concrete ditch.
Proposed Inlet Hydraulics
The following input data in Table #5 was used for peak system inlet flow calculations.
Augusta-Richmond County, Georgia Ellis Street Drainage Improvements Conceptual Report
11/2/2022, Rev. 0 CEG Project No. 2022-0539
4
Table #5 - Proposed Drainage Conditions
Structure Name
B1 -
Existing
Outfall
A0.1 - Ex
Weir
Inlet
A0 - Ex
SWT
A1 -
DWT
A2 -
SWT
A3 -
SWT
A1.1 -
Yard
Drain
Drainage
Subbasin
Characteristics
Drainage Area
(ac) 2.07 0.56 0.09 0.11 0.08 0.41 0.08
Weighted
Runoff
Coefficient
0.27 0.20 0.95 0.95 0.95 0.91 0.20
Inlet Time (min) 15.00 5.00 5.00 5.00 5.00 5.00 5.00
Inlet
Characteristics
Inlet Type Drop
Curb
Drop
Curb Curb Inlet Curb
Inlet
Curb
Inlet
Curb
Inlet
Drop
Curb
On Grade /
On Sag On Sag On Sag On Grade On Sag On
Grade
On
Grade On Sag
Bypass
Structure - - A1 - DWT - A1 -
DWT
A2 -
SWT -
Inlet Length (ft) 12.00 12.00 10.00 12.00 12.00 12.00 12.00
Throat Height
(in) 4.00 4.00 4.00 4.00 4.00 4.00 4.00
Cross Slope,
Sx (ft/ft) 0.04 0.04 0.02 0.02 0.07 0.04 0.015
Local
Depression (in) 0.00 0.00 0.00 0.00 0.00 0.00 0.00
Gutter Width
(ft) 0.00 0.00 2.00 2.00 6.00 5.25 0.00
Longitudinal
Slope, SL (ft/ft) 0.000 0.040 0.002 0.020 0.028 0.023 0.015
Manning's n
Value 0.013 0.013 0.013 0.013 0.013 0.013 0.013
Pipe
Characteristics
Downstream
Pipe N/A A0 - A0.1 OUTFALL
- A0 A0 - A1 A1 -
A2
A2 -
A3
A1 -
A1.1
Downstream
Pipe Slope (%) N/A 1.00 1.50 1.50 1.50 1.50 2.00
Manning's n
Value 0.013 0.013 0.013 0.013 0.013 0.013 0.013
Augusta-Richmond County, Georgia Ellis Street Drainage Improvements Conceptual Report
11/2/2022, Rev. 0 CEG Project No. 2022-0539
5
RESULTS & RECOMMENDATIONS
By installing the proposed drainage system, overland flow to Existing Outfall B1 within
the existing concrete ditch, is decreased by 51% from 6.99 cfs to 3.41 cfs. With a flow depth in
the existing concrete ditch of 2.49 inches, and an available weir opening of 4 inches, the existing
drop inlet has the capacity to collect the 25-year storm event based on proposed conditions. A
model of the proposed conditions can be found in Appendix B.
OPINION OF PROBABLE CONSTRUCTION COST
The following probable construction cost ranges are approximate based on the conceptual
improvements described in this report. Total project costs will include additional components not
accounted for in the opinion of probable construction costs. These costs may include
engineering, permitting, submittal fees, and mitigation.
Table #6 - Opinion of Probable Construction Cost
GDOT
Pay Item GDOT Description QTY Unit Unit Price Total Price
150-1000 TRAFFIC CONTROL 1 LS $3,900.00 $3,900.00
161-1000 EROSION CONTROL 1 LS $7,800.00 $7,800.00
207-0203 FOUND BKFILL MATL, TP II 11 CY $120.00 $1,320.00
210-0100 GRADING COMPLETE 1 LS $13,000.00 $13,000.00
402-3103 ASPH CONC 12.5 MM SUPERPAVE 3 TN $235.00 $705.00
413-0750 TACK COAT 3 GL $100.00 $300.00
441-5002 CONCRETE HEADER CURB, 6 IN, TP 2 460 LF $30.00 $13,800.00
550-1180 STORM DRAIN PIPE, 18 IN, H 1-10 [RCP] 376 LF $125.00 $47,000.00
668-1100 CATCH BASIN, GP 1 11 EA $4,500.00 $49,500.00
700-6910 PERMANENT GRASSING 0.3 AC $3,500.00 $1,050.00
Subtotal: $ 138,375.00
Add 15% Contingency: $ 20,756.25
Opinion of Probable Construction Cost: $ 159,131.25
Augusta-Richmond County, Georgia Ellis Street Drainage Improvements Conceptual Report
11/2/2022, Rev. 0 CEG Project No. 2022-0539
APPENDIX A
Conceptual Plans
EV
E
S
T
R
E
E
T
ELLI
S
S
T
R
E
E
T
ME
T
C
A
L
F
S
T
R
E
E
T
ST L
U
K
E
S
T
R
E
E
T
GRE
E
N
E
S
T
R
E
E
T
HIC
K
S
S
T
R
E
E
T
BRO
A
D
S
T
R
E
E
T
WEST
B
O
U
N
D
O
N
R
A
M
P
JOH
N
C
C
A
L
H
O
U
N
E
X
P
R
E
S
S
W
A
Y
E
A
S
T
B
O
U
N
D
JOH
N
C
C
A
L
H
O
U
N
E
X
P
R
E
S
S
W
A
Y
W
E
S
T
B
O
U
N
D
GENERAL NOTES:
C100
EL
L
I
S
S
T
R
E
E
T
D
R
A
I
N
A
G
E
IM
P
R
O
V
E
M
E
N
T
S
EX
I
S
T
I
N
G
C
O
N
D
I
T
I
O
N
S
PLAN
STUDY AREA
LEGEND
SPECIFIC AREA OF STUDY
DUE TO RECURRING
LOCALIZED FLOODING
EXISTING OUTFALL
B1 (DROP INLET)
EV
E
S
T
R
E
E
T
ELLI
S
S
T
R
E
E
T
ME
T
C
A
L
F
S
T
R
E
E
T
ST L
U
K
E
S
T
R
E
E
T
GRE
E
N
E
S
T
R
E
E
T
WEL
S
H
L
A
N
E
WEST
B
O
U
N
D
O
N
R
A
M
P
JOH
N
C
C
A
L
H
O
U
N
E
X
P
R
E
S
S
W
A
Y
E
A
S
T
B
O
U
N
D
JOH
N
C
C
A
L
H
O
U
N
E
X
P
R
E
S
S
W
A
Y
W
E
S
T
B
O
U
N
D
C200
EL
L
I
S
S
T
R
E
E
T
D
R
A
I
N
A
G
E
IM
P
R
O
V
E
M
E
N
T
S
BA
S
I
N
PLANLEGEND
EV
E
S
T
R
E
E
T
ELLI
S
S
T
R
E
E
T
WESTB
O
U
N
D
O
N
R
A
M
P
JOH
N
C
C
A
L
H
O
U
N
E
X
P
R
E
S
S
W
A
Y
E
A
S
T
B
O
U
N
D
JOH
N
C
C
A
L
H
O
U
N
E
X
P
R
E
S
S
W
A
Y
W
E
S
T
B
O
U
N
D
FINAL CONCEPT
C201
EL
L
I
S
S
T
R
E
E
T
D
R
A
I
N
A
G
E
IM
P
R
O
V
E
M
E
N
T
S
CO
N
C
E
P
T
P
L
A
N
PLAN
CONCEPT PLAN
·
·
EV
E
S
T
R
E
E
T
ELLI
S
S
T
R
E
E
T
ME
T
C
A
L
F
S
T
R
E
E
T
ST L
U
K
E
S
T
R
E
E
T
GRE
E
N
E
S
T
R
E
E
T
WEL
S
H
L
A
N
E
WEST
B
O
U
N
D
O
N
R
A
M
P
JOH
N
C
C
A
L
H
O
U
N
E
X
P
R
E
S
S
W
A
Y
E
A
S
T
B
O
U
N
D
JOH
N
C
C
A
L
H
O
U
N
E
X
P
R
E
S
S
W
A
Y
W
E
S
T
B
O
U
N
D
C202
EL
L
I
S
S
T
R
E
E
T
D
R
A
I
N
A
G
E
IM
P
R
O
V
E
M
E
N
T
S
PR
O
P
O
S
E
D
C
O
N
C
E
P
T
B
A
S
I
N
PLANLEGEND
Augusta-Richmond County, Georgia Ellis Street Drainage Improvements Conceptual Report
11/2/2022, Rev. 0 CEG Project No. 2022-0539
APPENDIX B
Existing and Proposed
Drainage Modeling
Inlet Report
Hydraflow Express Extension for Autodesk® Civil 3D® by Autodesk, Inc.Wednesday, Nov 2 2022
Existing Drop Inlet Capacity
Drop Curb Inlet
Location = Sag
Curb Length (ft) = 12.00
Throat Height (in) = 4.00
Grate Area (sqft) = -0-
Grate Width (ft) = -0-
Grate Length (ft) = -0-
Gutter
Slope, Sw (ft/ft) = 0.040
Slope, Sx (ft/ft) = 0.040
Local Depr (in) = -0-
Gutter Width (ft) = -0-
Gutter Slope (%) = -0-
Gutter n-value = -0-
Calculations
Compute by: Known Q
Q (cfs) = 6.99
Highlighted
Q Total (cfs) = 6.99
Q Capt (cfs) = 6.99
Q Bypass (cfs) = -0-
Depth at Inlet (in) = 4.02
Efficiency (%) = 100
Gutter Spread (ft) = 8.38
Gutter Vel (ft/s) = -0-
Bypass Spread (ft) = -0-
Bypass Depth (in) = -0-
Inlet Report
Hydraflow Express Extension for Autodesk® Civil 3D® by Autodesk, Inc.Wednesday, Nov 2 2022
EXISTING OUTFALL B1 - Existing Conditions
Drop Curb Inlet
Location = Sag
Curb Length (ft) = 12.00
Throat Height (in) = 4.00
Grate Area (sqft) = -0-
Grate Width (ft) = -0-
Grate Length (ft) = -0-
Gutter
Slope, Sw (ft/ft) = 0.040
Slope, Sx (ft/ft) = 0.040
Local Depr (in) = -0-
Gutter Width (ft) = -0-
Gutter Slope (%) = -0-
Gutter n-value = -0-
Calculations
Compute by: Q vs Depth
Max Depth (in) = 4
Highlighted
Q Total (cfs) = 7.00
Q Capt (cfs) = 7.00
Q Bypass (cfs) = -0-
Depth at Inlet (in) = 4.03
Efficiency (%) = 100
Gutter Spread (ft) = 8.39
Gutter Vel (ft/s) = -0-
Bypass Spread (ft) = -0-
Bypass Depth (in) = -0-
Inlet Report
Hydraflow Express Extension for Autodesk® Civil 3D® by Autodesk, Inc.Wednesday, Nov 2 2022
EXISTING OUTFALL B1 - Proposed Conditions
Drop Curb Inlet
Location = Sag
Curb Length (ft) = 12.00
Throat Height (in) = 4.00
Grate Area (sqft) = -0-
Grate Width (ft) = -0-
Grate Length (ft) = -0-
Gutter
Slope, Sw (ft/ft) = 0.040
Slope, Sx (ft/ft) = 0.040
Local Depr (in) = -0-
Gutter Width (ft) = -0-
Gutter Slope (%) = -0-
Gutter n-value = -0-
Calculations
Compute by: Known Q
Q (cfs) = 3.41
Highlighted
Q Total (cfs) = 3.41
Q Capt (cfs) = 3.41
Q Bypass (cfs) = -0-
Depth at Inlet (in) = 2.49
Efficiency (%) = 100
Gutter Spread (ft) = 5.19
Gutter Vel (ft/s) = -0-
Bypass Spread (ft) = -0-
Bypass Depth (in) = -0-
September 13, 2022
Ms. Takiyah Douse
Interim Administrator - City of Augusta, Georgia
535 Telfair Street
Augusta, Georgia 30901
Re: Ellis Street Property Assessments
Augusta, Georgia
Our File No. 2022-0573
Dear Ms. Douse:
In accordance with your request, we are pleased to offer the following proposal for
professional services associated with the assessments of several residential properties along Ellis
Street in Augusta, Georgia. Based on our recent call, we understand that this is an emergency issue
as residents have expressed concern regarding frequent flooding of their properties and the
structural integrity of their residences. Cranston Engineering is familiar with the project area
having initiated Concept Development services for the Augusta Engineering Department as it
relates to drainage improvements in the vicinity of 1912 Ellis Street near the John C. Calhoun
Expressway, Eve Street, and Ellis Street.
PROJECT DESCRIPTION
The City of Augusta has requested an assessment of the properties located on a portion of
Ellis Street between Eve Street and Metcalf Street. The ten (10) subject properties include 1910 to
1946 Ellis Street as shown on Exhibit 1. These properties are characterized as 0.08 - 0.15-acre lots
with residential structures of various construction. We understand the project objective is to assess
each residential structure to determine if settlement or damage is evident and where possible,
establish the potential cause(s) of any observed issues.
We propose to complete the Scope of Work based on the following task-based approach.
SCOPE OF WORK
TASK 1 – SURVEY SERVICES
Perform a topographic/feature survey of the project area. The contour interval will be one
foot and will be based upon the North American Vertical Datum of 1988, commonly called Mean
Sea Level. The horizontal datum will be the Georgia State Plane Coordinate System, East Zone
(North American Datum of 1983). Accessible utilities will be located and mapped. We will
Ms. Takiyah Douse
September 13, 2022
Page 2 of 4
coordinate with the Augusta Utilities Department to secure GIS based water and sanitary sewer
drawings for inclusion in the survey. A private underground utility locate is not included.
TASK 2 – STRUCTURAL ASSESSMENT
Cranston will perform a cursory, visual structural condition assessment on ten existing
residential structures along Ellis Street in Augusta, GA. The purpose of the assessment is to
determine potential causes for settlement and / or damage to the existing structures. The existing
property owners are concerned that flooding conditions have adversely impacted the structural
integrity of the buildings.
Cranston personnel will conduct site visits at each of the structures to include crawlspace
observations as well as interior observations. These observations will be used to identify existing
deficiencies, and where possible, identify primary causes for observed damage. While reasonable
efforts will be made to provide findings and conclusions related to the root cause of damage, it is
possible that the primary cause may not be clear. Often settlements and moisture damage are
related to several additive factors where it is not clear which may be the largest contributing
factor. After the conclusion of the site visits a letter report outlining our findings and
recommendations will be provided. Note that this scope of services includes visual observations
only. Destructive and / or material testing is not included in this scope of services. In addition,
this scope of services includes (1) meeting after delivery of the report to review and discuss
conclusions and findings. Subsequent meetings, testimony, site visits are not included in this scope
of services.
TASK 3 – CIVIL ENGINEERING SERVICES
Utilizing preliminary engineering data from the Augusta Engineering Department’s
Concept Study of the Ellis Street project area, Cranston will enhance hydrologic and hydraulic
models to support the property assessments. Various scenarios will be studied to help inform the
assessment as it relates to surface water runoff and localized ponding within the residential
properties. We will coordinate the model output data with the structural site observations to further
inform the condition assessments. Hydrologic and hydraulic modeling will be documented and
compiled into the final report.
TASK 4 – MEETINGS AND PROJECT COORDINATION
Cranston will meet with City Administrator and other City officials as necessary to review
the findings and final report. We understand that additional meetings may be required to review
the work in process or final deliverables. Therefore, this task is included to account for these
potential meetings on a time and materials basis.
DELIVERABLES
Cranston will compile the Survey, Structural Assessments, and Hydrologic & Hydraulic
Models into report format. The report will summarize the existing conditions, site observations,
modeling data, and recommendations. We will meet with you and your team to review the final
report and its findings.
Ms. Takiyah Douse
September 13, 2022
Page 3 of 4
ASSUMPTIONS AND EXCLUSIONS
· The scope of work is limited to the survey and assessments only. Any construction
documents will be developed separately.
· Meetings are proposed on a time and materials basis with an estimated value. Additional
fees may be required if requested meetings cause this value to be exceeded.
· Any legal related meetings or depositions are excluded.
· Geotechnical and / or Environmental Services are excluded.
· Access to personal property will be assisted / facilitated by the City of Augusta.
· Should access not be granted or if areas are found to be inaccessible, then Cranston will
not be responsible for assessing the specific structure or area.
· Any services not expressly included in this proposal are excluded. Additional services may
be provided on a time and material basis or as a separate agreement upon request.
FEE PROPOSAL
Basic Services Proposed Fee
TASK #1 SURVEY SERVICES
Lump Sum $8,800
TASK #2 STRUCTURAL ASSESSMENT
Lump Sum $29,667
TASK #3 CIVIL ENGINEERING SERVICES
Lump Sum $11,700
TASK #4 MEETINGS & PROJECT COORDINATION
Time & Materials $9,800
TOTAL BASIC SERVICES: $59,967
We expect to submit periodic invoices as the work progresses and to receive payment within thirty
(30) days thereafter.
TIME OF COMPLETION
We understand the emergent nature of this request and will initiate services immediately upon your
direction to proceed. We anticipate Survey Services will require approximately 3-weeks to
complete. The Structural and Civil Engineering Services are estimated to require approximately
4-weeks to complete following receipt of the survey. We will compile the final report and schedule
a review meeting with you immediately thereafter. Following your notice to proceed, we will
develop a formal schedule for your use.
Ms. Takiyah Douse
September 13, 2022
Page 4 of 4
We appreciate this opportunity to propose our services and trust that you find it satisfactory. Your
signature in the space provided below will be our authorization to proceed. Should you have any
questions concerning this proposal, please do not hesitate to contact us.
Sincerely,
CRANSTON, LLC
Tom Dunaway, P.E., MBA
ACCEPTED:
AUGUSTA, GEORGIA
BY:
TITLE:
DATE:
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Ellis Street Improvement Project Update/Supplemental
Department:Administrator's Office
Presenter:Takiyah A. Douse
Caption:Motion to approve the supplemental work needed to assess identified
structures between 1910-1946 Ellis Street by Cranston Engineering in the
amount of $59,967.00.
Background:The Augusta-Richmond County Commission has received concerns from
residents from Ellis Street relative to the flooding from Calhoun
Expressway. Under the director of the Engineering and Environmental
Services Department, a drainage assessment is warranted to assess each
residential structure to determine if settlement or damage is evident and
where possible, establish the potential cause(s) of any observed issues.
Analysis:As part of the drainage assessment, several tasks (scope of work) are
necessary to examine each residential structure. These include (1) Survey
Services, (2) Structural Assessment, (3) Civil Engineering Services and (4)
Meetings and Project Coordination.
Financial Impact:Needed funding ($59,967) is available in the Administrator's Office budget
Alternatives:Do not approve the supplemental work needed to assess identified
structures between 1910-1946 Ellis Street by Cranston Engineering in the
amount of $59,967.00.
Recommendation:Approve the supplemental work needed to assess identified structures
between 1910-1946 Ellis Street by Cranston Engineering in the amount of
$59,967.00.
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
DATE:
TO:
THROUGH:
FROM:
SUBJECT:
November 23,2022
The Honorable Hardie Davis, Mayor
Members of the Commission
Bra ndon Ga rrett, Cha i rma n, Engi neeri ng Services Com mittee
Takiyah Douse, lnterim Administrator
Hameed Malik, Ph.D., P.E., Director of Engineering & Environmental Services
Comcast Franchise Agreement
Augusta, Georgia Right of Way Use
File Referencez 22- 014(A)
CAPTION:
BACKGROUND:
ANALYSIS:
FINANCIAL
IMPACT:
ALTERNATIVES:
RECOMMENDATION:
REQUESTED AGENDA DATE:Committee Meeting: November 29, 2022
Commission Meeting: December 6, 2022
Approve entering into Franchise Agreement (Agreement) with Comcast of
Georgia/South Carolina, LCC. Also, approve the Agreement to be executed by
Augusta, GA Legal Counsel and the Mayor. requested by Augusta Engineering.
Comcast of Georgia/South Carolina, LLC (Comcast) is the owner of cable &
telecommunication facilities located within the Augusta, GA (City) streets (right
of way). Comcast is operating under 1998 Jones Communication of Georgia/South
Carolina, lnc (Jones Communication) agreement (February 3, 1998 adopted
ordinance no. 6003) that was amended by Ordinance No. 6348 on January 7,
2014. Comcast acquired Jones Communications and the Franchise is now held by
the Comcast.
Entering into new agreement provides both parties opportunity to make
needed changes per current standards and applicable rules, regulations, and
policies. lt also formalized Franchise Agreement directly with the comcast.
Potential increase in franchise fee revenue annually
Do not approve and continue operating under current
agreement
Approve entering into Franchise Agreement (Agreement) with comcast of
Georgia/south carolina, LCC. Also, approve the Agreement to be executed
by Augusta, GA Legal Counsel and the Mayor. requested by Augusta
Engineering.
FUNDS ARE AVAILABLE IN THE FOLLOWING ACCoUNTS: N/A
Franchise Agreement
between
Augusta-Richmond County, Georgia
and
Comcast of Georgio/South Carolina, LLC
SECTION I
SECTION 2
SECTION 3
SECTION 4
SECTION 5
SECTION 6
SECTION 7
SECTION 8
SECTION 9
SECTION IO
APPENDIX A
APPENDIX B
ENFORCEMENT.............9
ASSIGNMENT AND OTHER TRANSFERS ........................ I I
INSURANCE AND INDEMNITY ......................I I
PUBLIC, EDUCATION, GOVERNMENT ACCESS,,..........12
MISCELLANEOUS .......I3
DEFINED TERMS ...... A-I
cusToMER SERVICE STANDARDS ...............................B- I
AGREEMENT
TI.ttsAGREEMENTiseffectiveasofthe-dayof-,2o22(the..Effective
Date"), and is between Augusta-Richmond County, Georgia, (the "Franchising Authority" or
"Augusta"), and Comcast of Georgia/South Carolina, LLC (the "Company"). For purposes of this
Agreement, unless otherwise defined in this Agreement, the capitalized terms, phrases, words, and
their derivations, shall have the meanings set forth in Appendix A.
The Franchising Authority, having determined that the financial, legal, and technical ability
of the Company is reasonably sufficient to provide the services, facilities, and equipment necessary
to meet the current and future cable-related needs of the community and that, as of the Effective
Date, the Company is in material compliance with the terms and conditions of the cable franchise
preceding this Agreement, desires to enter into this Agreement with the Company for the
construction, operation, and maintenance of a Cable System on the terms and conditions set forth
herein. [n consideration of the mutual covenants and agreements contained in this Agreement, and
other good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged, the parties hereby covenant and agree as follows:
SECTION T
GRANT OF AUTHORITY
l.l Grant of Franchise. The Franchising Authority hereby grants under the Cable Act a
nonexclusive franchise (the "Franchise") to occupy and use the Streets within the Franchise Area
in order to construct operate, maintain, upgrade, repair, and remove the Cable System, and provide
Cable Services through the Cable System, subject to the terms and conditions of this Agreement.
This Franchise authorizes Cable Service, and it does not grant or prohibit the right(s) of the
Company to provide other services.
1.2 Term of Franchise. This Franchise shall be in effect for a period of ten (10) years
commencing on the Effective Date, unless renewed or lawfully terminated in accordance with this
Agreement and the Cable Act.
1.3 Renewal. Subject to Section 626 of the Cable Act (47 U.S.C. $ 546) and such terms and
conditions as may lawfully be established by the Franchising Authority, the Franchising Authority
reserves the right to grant or deny renewal of the Franchise.
1.4 Reservation of Authority. Nothing in this Agreement shall (i)abrogate the right of the
Franchising Authority to perform any public works or public improvements of any description,
(ii) be construed as a waiver of any codes or ordinances of the Franchising Authority or of the
Franchising Authority's right to require the Company or any Person utilizing the Cable System to
secure the appropriate permits or authorizations for its use, or (iii) be construed as a waiver or
release of the rights of the Franchising Authority in and to the Streets. Notwithstanding the above,
in the event of any conflict between this Agreement and any code or ordinance adopted by the
Franchising Authority, the terms and conditions of this Agreement shall prevail.
1.5 Competitive Equitv and Subsequent Action Provisions.
1.5.1 Purposes. The Company and the Franchising Authority acknowledge that there is
increasing competition in the video marketplace among cable operators, direct broadcast
satellite providers, telephone companies, broadband content providers, and others; new
technologies are emerging that enable the provision of new and advanced services to
Augusta residents; and changes in the scope and application of the traditional regulatory
framework governing the provision of Video Services are being considered in a variety of
federal, state, and local venues. To foster an environment where all Cable Service Providers
and Video Service Providers using the Streets can compete on a competitively neutral and
nondiscriminatory basis; encourage the provision of new and advanced services to Augusta
residents; promote local communications infrastructure investments and economic
opportunities in Augusta; and provide flexibility in the event of subsequent changes in the
law, the Company and the Franchising Authority have agreed to the provisions in this
Section 1.5, and these provisions should be interpreted and applied with these purposes in
mind. The parties agree that the Franchising Authority shall not be required to execute a
franchise agreement or authorization with a competitive CSP or VSP that is identical,
word-for-word, with this Agreement to avoid triggering the provisions of this Section 1.5,
so long as the regulatory and financial burdens on and benefits to each CSP or VSP are
materially equivalent to the burdens on and benefits to the Company. "Materially
equivalent" provisions include but are not limited to: franchise fees and the definition of
Gross Revenues; system build-out requirements; security instruments; public, education
and government access channels and support; customer service standards; and audits.
1.5.2 Fair Terms for All Providers. Not'withstanding any other provision of this
Agreement or any other provision of law,
(a) If any VSP or CSP enters into any agreement with the Franchising Authority to
provide Video Services or Cable Services to Subscribers in the Franchise Area, the
Franchising Authority and the Company, upon written request ofthe Company, will
use best efforts in good faith to negotiate the Company's proposed Franchise
modifications, and such negotiation will proceed and conclude within sixty (60)
days, unless that period is reduced or extended by mutual agreement of the parties.
If the Franchising Authority and the Company agree to Franchise modifications
pursuant to such negotiations, then the Franchising Authority shall amend this
Agreement to include the modifications.
If there is no written agreement or other authorization between the new VSP or CSP
and the Franchising Authority, the Company and the Franchising Authority shall
use the sixty (60) day period to develop and enter into an agreement or other
appropriate authorization (to the extent the Company determines an agreement or
authorization is necessary) that to the maximum extent possible contains provisions
that will ensure competitive equity between the Company and other VSPs or CSPs,
taking into account the terms and conditions under which the new VSP or CSP is
allowed to provide Video Services or Cable Services to Subscribers in the Franchise
Area.
(b) Following the Franchise modification negotiations provided for in Section
1.5.2(a), if the Franchising Authority and the Company fail to reach agreement in
such negotiations, the Company may, at its option, elect to replace this Agreement
by opting in to the same franchise agreement or other lawful authorization that the
Franchising Authority has granted to the new VSP or CSP. If the Company so
elects, the Franchising Authority shall adopt the Company's replacement
agreement at the next regularly scheduled commission meeting.
(c) The Franchising Authority shall at all times enforce the state and federal ban on
providing Cable Service without a franchise. The Franchising Authority's
enforcement efforts shall be continuous and diligent throughout the term of this
Agreement. Should the Franchising Authority not corlmence enforcement efforts
within sixty (60) days ofbecoming aware of a VSP or CSP providing Video Service
or Cable Service within the Franchise Area, the Company shall have the right to
petition the Franchising Authority for the relief provided in Section 1.5.2 above.
(d) This Section 1.5.2 shall not apply for VSPs or CSPs providing Video Service
or Cable Service in the Franchise Area under the authorization of the Georgia
Consumer Choice for Television Act (O.C.G.A. $ 36-76-1, et seq.).
1.5.3 Subsequent Chanqe in Law. If there is a change in federal, state, or local law that
provides for a new or alternative form of authorization, subsequent to the Effective Date,
for a VSP or CSP utilizing the Streets to provide Video Services or Cable Services to
Subscribers in the Franchise Area, or that otherwise changes the nature or extent of the
obligations that the Franchising Authority may request from or impose on a VSP or CSP
providing Video Services or Cable Services to Subscribers in the Franchise Area, the
Franchising Authority agrees that, notwithstanding any other provision of law, upon the
written request and at the option of the Company, the Franchising Authority shall:
(i) permit the Company to provide Video Services or Cable Services to Subscribers in the
Franchise Area on substantially the same terms and conditions as are applicable to a VSP
or CSP under the changed law; (ii) modifu this Agreement to comply with the changed
law; or (iii) modiff this Agreement to ensure competitive equity between the Company and
other VSPs or CSPs, taking into account the conditions under which other VSPs or CSPs
are permitted to provide Video Services or Cable Services to Subscribers in the Franchise
Area. The Franchising Authority and the Company shall implement the provisions of this
Section 1.5.3 within sixty (60) days after the Company submits a written request to the
Franchising Authority. Should the Franchising Authority fail to implement these
provisions within the time specified, this Agreement shall, at the Company's option and
upon written notice to the Franchising Authority, be deemed amended as initially requested
by the Company under this Section 1.5.3. Notwithstanding any provision of law that
imposes a time or other limitation on the Company's ability to take advantage of the
changed law's provisions, the Company may exercise its rights under this Section 1.5.3 at
any time, but not sooner than thirty (30) days after the changed law goes into effect.
1.5.4 Effect on This Asreement. Any agreement, authorization, right, or determination
to provide Cable Services or Video Services to Subscribers in the Franchise Area under
this Section 1.5 shall supersede this Agreement.
2.t
SECTION 2
THE CABLE SYSTEM
The System and Its Operations.
2.1.1 Service Area. As of the Effective Date, the Company operates a Cable System
within the Franchise Area.
2-1.2 System. As of the Effective Date, the Company maintains and operates a Cable
System capable of providing over 250 Channels of Video Programming, which Channels
may be delivered by analog, digital, or other tansmission technologies, at the sole
discretion of the Company.
2.1.3 System Technical Standards. Throughout the term of this Agreement, the Cable
System shall be designed, maintained, and operated such that quality and reliability of
System Signal will be in compliance with all applicable consumer electronics equipment
compatibility standards, including but not limited to Section 624Aof the Cable Act (47
U.S.C. $ 544a) and 47 C.F.R. $ 76.630, as may be amended from time to time.
2.1.4 Testinq Procedures: Technical Performance. Throughout the term of this
Agreement, the Company shall operate and maintain the Cable System in accordance with
the testing procedures and the technical performance standards of the FCC.
Requirements with Respect to Work on the System.
2.2.1 General Requirements. The Company shall comply with ordinances, rules, and
regulations established by the Franchising Authority pursuant to the lawful exercise of its
police powers and generally applicable to all users of the Streets. To the extent that local
ordinances, rules, or regulations clearly conflict with the terms and conditions of this
Agreement, the terms and conditions of this Agreement shall prevail, except where such
conflict arises from the Franchising Authority's lawful exercise of its police powers.
2.2.2 Protection of Undereround Utilities. Both the Company and the Franchising
Authority shall comply with the Georgia Utility Facility Protection Act (O.C.G.A. $ 25-9-
l, et seq.), relating to notification prior to excavation near underground utilities, as may be
amended from time to time.
Permits and General Oblieations.
2.3.1 The Company shall be responsible for obtaining all permits, licenses, or other forms
of approval or authorization necessary to construct, operate, maintain, or repair the Cable
System, or any part thereof, prior to the commencement of any such activity. The
Franchising Authority shall not charge the Company, and the Company shall not be
required to pay, any fee or charge for the issuance of permits, licenses, or other approvals,
as such payments are included in the franchise fees described in Section 4 below. The
Franchising Authority shall make all reasonable efforts to issue permits, licenses, or other
approvals within fifteen (15) business days from receipt of a completed permit application
that includes all information reasonably required by Franchising Authority. The Company
2.2
2.3
2.4
shall be solely responsible, either through its employees or its authorized contractors, for
constructing, installing, and maintaining the Cable System in a safe, thorough, and reliable
manner in accordance with all applicable standards and using materials of good and durable
quality. The Company shall assure that any person installing, maintaining, or removing its
facilities is fully qualified and familiar with all applicable standards. No third party shall
tamper with, relocate, or otherwise interfere with the Company's facilities in the rights-of-
way without the Company's approval and supervision; provided, however, that the
Company shall make all reasonable efforts to coordinate with other users of the Streets to
facilitate the execution of projects and minimize disruption in the public rights-of-way. All
transmission and distribution structures, poles, other lines, and equipment installed by the
Company for use in the Cable System in accordance with this Agreement shall be located
so as to minimize interference with the proper use of the Streets and the rights and
reasonable convenience of property owners who own property adjoining the Streets.
2.3.2 Code Compliance. The Company shall comply with all applicable building, safety,
consffuction codes, and right-of-way usage codes. The parties agree that at present, Cable
Systems are not subject to the low voltage regulations of the National Electric Code,
National Electrical Safety Code, or other such codes or regulations. In the event that the
applicable codes are revised such that Cable Systems become subject to low voltage
regulations without being grandfathered or otherwise exempted, the Company will
thereafter be required to comply with those regulations.
Conditions on Street Occupancy.
2.4.1 New Grades or Lines. If the grades or lines of any Street within the Franchise Area
are lawfully changed at any time during the term of this Agreement, then the Company
shall, upon at least ninety (90) days' advance written notice from the Franchising Authority
and at its own cost and expense, protect or promptly alter or relocate the Cable System, or
any part thereof, so as to conform with the new grades or lines. With exception of Power
Transmission third-party utility or prior rights obligation, if public funds not contolled by
the Franchising Authority are available to any private utility company using the Sheets for
the purpose of defraying the cost of any of the foregoing work, the Franchising Authority
shall reasonably cooperate with the Company to make application for such funds on behalf
of the Company to the same extent any such application is made on behalf of any other
third-party utility not affiliated with the Franchising Authority. With exception of Power
Transmission third-party utility or prior rights obligation, the Company shall be entitled to
a pro-rata reimbursement of its cost should any other third-parfy utility not affiliated with
the Franchising Authority be so compensated by the Franchising Authority as a result of a
required protection, alteration, or relocation of its facilities. Notwithstanding the above, the
Company shall not be liable for the cost of protecting, altering, or relocating facilities,
aerial or underground, where such work is required to accommodate a streetscape,
sidewalk, or private development project.
2.4.2 Relocation at Request of Third Partv. The Company shall, upon reasonable prior
written request of any Person holding a permit issued by the Franchising Authority to move
any structure, temporarily move its wires to permit the moving of such structure; provided
(i) the Company may impose a reasonable charge on any Person for the movement of its
wires, and such charge may be required to be paid in advance of the movement of its wires;
and (ii) the Company agrees to arrange for such temporary relocation to be accomplished
as soon as reasonably practicable, not to exceed ninety (90) days without the prior
agreement of the Franchising Authority.
2.4.3 Restoration of Streets. If in connection with construction, operation, maintenance,
or repair of the Cable System, the Company disturbs, alters, or damages any Street, the
Company agrees that it shall at its own cost and expense restore the Street according to the
standards set forth in the Augusta, Georgia Street and Road Design Technical Manual and
Augusta's Right of Way Encroachment Guidance, subject to O.C.G.A. 5 32-4-92(a)(10).
If the Franchising Authority reasonably believes that the Company has not restored the
Street appropriately, then the Franchising Authority, after providing ten (10) business days'
advance written notice and a reasonable opportunity to cure, may have the Street restored
and bill the Company for the cost of restoration.
2.4.4 Trimmine of Trees and Shrubbery. The Company shall have the authority to trim
trees or other natural growth overhanging any of its Cable System in the Franchise Area so
as to prevent contact with the Company's wires, cables, or other equipment, the cost of
which trimming and the disposal thereof shall not be borne by the Franchising Authority.
2.4.5 Aerial and Undereround Construction. If at the time of Cable System construction
all of the transmission and distribution facilities of all of the respective public or municipal
utilities in the consffuction area are underground, the Company shall place its Cable
System's transmission and distribution facilities underground. At the time of Cable System
construction, in any place within the Franchise Area where the transmission or distribution
facilities of the respective public or municipal utilities are both aerial and underground, the
Company shall have the discretion to construct, operate, and maintain all of its transmission
and distribution facilities, or any part thereof, aerially or underground; however, at such
time as all existing aerial facilities of the respective public or municipal utilities are placed
underground, the Company shall likewise place its facilities underground, subject to the
provisions of Section 2.4.1. Company facilities placed underground at the property owner's
request in any area where any of the tansmission or distribution facilities of the respective
public or municipal utilities are aerial shall be installed with the additional expense paid by
the property owner. Nothing in this Section 2.4.5 shall be construed to require the Company
to construct, operate, or maintain underground any ground-mounted appurtenances such as
customer taps, line extenders, system passive devices, amplifiers, power supplies,
pedestals, or other related equipment.
2.4.6 New Developments. The Company may contact the Planning and Development
Department of the Franchising Authority from time to time to inquire about the issuance
of building or development permits for planned developments within the Franchise Area
that require undergrounding of cable facilities. The Franchising Authority may utilize its
reasonable efforts to provide the Company with information concerning such
developments.
2.4.7 Use of Existine Poles. Where possible, the Company shall attach its facilities to
existing utility poles and shall use all reasonable efforts to enter into a pole attachment
agreement with the owners of such existing utility poles.
2.5 Chanee in Franchise Area. In the event that the borders of the Franchise Area change,
through annexation or otherwise, the Franchising Authority shall provide to the Company written
notice of such change, including an updated map and an electronic list of all addresses in the
Franchise Area. Franchise fees on gross revenues earned from Subscribers in annexed areas shall
not be payable to the Franchising Authority until sixty (60) days after the Company's receipt of
such updated map and electronic list of addresses, and shall not be remitted to the Franchising
Authority until the next regularly scheduled quarterly franchise fee payment as provided in Section
4.1.2 below.
SECTION 3
CUSTOMER SERVICE
Customer Service. The Company shall comply in all respects with the requirements set forth in
Appendix B. lndividual violations of those requirements do not constitute a breach of this
Agreement.
SECTION 4
COMPENSATION AND OTHER PAYMENTS
4.1 Compensation to the Franchisine Authoritli. As compensation for the Franchise, the
Company shall pay or cause to be paid to the Franchising Authority the amounts set forth in this
Section 4.1.
4.1.1 Franchise Fees-Amount. The Company shall pay to the Franchising Authority
franchise fees in an amount equal to flrve percent (5o/o) of Gross Revenues derived from the
operation of the Cable System to provide Cable Services in the Franchise Area.
4.1.2 Franchise Fees-Payment. Payments of franchise fees shall be made on a quarterly
basis and shall be remitted not later than thirty (30) days after the last day of March, June,
September, and December throughout the term of this Agreement.
4.1.3 Company to Submit Franchise Fee Report. The Company shall submit to the
Franchising Authority, not later than thirty (30) days after the last day of March, June,
September, and December throughout the term of this Agreement, a report setting fonh the
basis for the computation of Gross Revenues on which the quarterly payment of franchise
fees is being made, which report shall enumerate, at a minimum, the following revenue
categories: limited and expanded basic video service, digital video service, premium video
service, pay-per-view and video-on-demand, equipment, installation and activation,
franchise fees, guide, late fees, ad sales, home shopping commissions, and bad debt.
4.1.4 Franchise Fee Pavments Subject to Audit: Remedy for Underpayment. No
acceptance of any franchise fee payment by the Franchising Authority shall be construed
as an accord and satisfaction that the amount paid is in fact the correct amount or a release
of any claim that the Franchising Authority may have for further or additional sums payable
under this Agreement. The Franchising Authority may conduct an audit no more than once
annually to ensure payments in accordance with this Agreement. The audit of the
Company's records shall take place at a location, in the State of Georgia, determined by
the Company. The Franchising Authority is prohibited from removing any records, files,
spreadsheets, or any other documents from the site of the audit. In the event that the
Franchising Authority takes notes of any documents, records, or files of the Company for
use in the preparation of an audit report, all notes shall be returned to the Company upon
completion of the audit. The audit period shall be limited to three (3) years preceding the
end of the quarter of the most recent payment. Once the Company has provided information
for an audit with respect to any period, regardless of whether the audit was completed, that
period shall not again be the subject of any audit.
If, as a result of an audit or any other review, the Franchising Authority determines that the
Company has underpaid franchise fees in any twelve (12) month period by ten percent
(10%) or more, then, in addition to making full payment of the relevant obligation, the
Company shall reimburse the Franchising Authority for all of the reasonable costs
associated with the audit or review, including all reasonable out-of-pocket costs for
attorneys, accountants, and other consultants. The Franchising Authority shall provide the
Company with a written notice of audit results and a copy of the final report presented to
the Franchising Authority. The Company shall remit any undisputed amounts owed to the
Franchising Authority as the result of the audit within forty-five (45) days, or other
mutually acceptable timeframe, after the date of an executed settlement and release
agreement.
4.2 Payments Not to Be Set Off Aeainst Taxes or Vice Versa. The parties agree that the
compensation and other payments to be made pursuant to this Section 4 are not a tax and are not
in the nature of a tax. The Company and the Franchising Authority further agree that the provisions
of O.C.G.A. $ 36-76-6(h) apply to this Agreement. The Franchising Authority and the Company
fuither agree that no additional business license fees, occupational license fees, or permit fees shall
be assessed on the Company related to the provision of services or the operation of the Cable
System, nor shall the Franchising Authority levy any other tax, license, fee, or assessment on the
Company or its Subscribers that is not generally imposed and applicable to a majority of all other
businesses.
4.3 Interest on Late Payments. If any payment required by this Agreement is not actually
received by the Franchising Authority on or before the applicable date fixed in this Agreement,
the Company shall pay interest thereon, from the due date to the date paid, at a rate of one percent
(l%) per month.
SECTION 5
COMPLIANCE REPORTS
5.1 Compliance. The Franchising Authority hereby acknowledges that as of the Effective
Date, the Company is in material compliance with the terms and conditions of the cable franchise
preceding this Agreement and all material laws, rules, and ordinances ofthe Franchising Authority.
5.2 Reports. Upon written request by the Franchising Authority and subject to Section 631 of
the Cable Act, the Company shall promptly submit to the Franchising Authority such information
as may be necessary to reasonably demonstrate the Company's compliance with any term or
condition of this Agreement.
5.3 File for Public Inspection. Throughout the term of this Agreement, the Company shall
maintain and make available to the public those documents required pursuant to the FCC's rules
and regulations.
5.4 Treatment of Proprietary Information. The Franchising Authority agrees to treat as
confidential, to the maximum extent allowed under the Georgia Open Records Act (O.C.G.A. $ 50-
l8-70, et seq.) or other applicable law, any requested documents submitted by the Company to the
Franchising Authority that are labeled as "Confidential" or "Trade Secret" prior to submission. ln
the event that any documents submitted by the Company to the Franchising Authority are subject
to a request for inspection or production, including but not limited to a request under the Georgia
Open Records Act, the Franchising Authority shall notiff the Company of the request as soon as
practicable and in any case prior to the release of such information, by email or facsimile to the
addresses provided in Section 10.6 of this Agreement, so that the Company may take appropriate
steps to protect its interests in the requested records, including seeking an injunction against the
release of the requested records. Upon receipt of said notice, the Company may review the
requested records in the Franchising Authority's possession and designate as "Conftdential" or
"Trade Secret" any additional portions of the requested records that contain confidential or
proprietary information.
5.5 Emerqency Alert System. Company shall install and maintain an Emergency Alert System
in the Franchise Area only as required under applicable federal and state laws. Additionally, the
Franchising Authority shall permit only those Persons appropriately trained and authorized in
accordance with applicable law to operate the Emergency Alert System equipment and shall take
reasonable precautions to prevent any use of the Company's Cable System in any manner that
results in inappropriate use thereof, or any loss or damage to the Cable System. Except to the extent
expressly prohibited by law, the Franchising Authority shall hold the Company and its employees,
officers, and assigns harmless from any claims arising out of use of the Emergency Alert System,
including but not limited to reasonable attorneys' fees and costs.
SECTION 6
ENFORCEMENT
6.1 Notice of Violation. If the Franchising Authority believes that the Company has not
complied with the terms ofthis Agreement, the Franchising Authority shall first informally discuss
the matter with the Company. If discussions do not lead to a resolution of the problem, the
Franchising Authority shall notifu the Company in writing of the nature of the alleged
noncompliance ("Violation Notice").
6.2 Company's Risht to Cure or Respond. The Company shall have thirty (30) days from the
receipt of the Violation Notice, or any longer period specified by the Franchising Authority, to
respond; cure the alleged noncompliance; or, if the alleged noncompliance, by its nature, cannot
be cured within thifty (30) days, initiate reasonable steps to remedy the matter and provide the
Franchising Authority a projected resolution date in writing.
6.3 Hearine. If the Company fails to respond to the Violation Notice, other than notices of
permit violations, received from the Franchising Authority, or the alleged noncompliance is not
remedied within the cure period set forth above, the Franchising Authority's administrator shall
schedule a hearing if it intends to continue its investigation into the matter. The Franchising
Authority shall provide the Company at least thirty (30) days' prior written notice of the hearing,
speci$ring the time, place, and purpose of the hearing. The Company shall have the right to p.er"t t
evidence and to question witnesses. The Franchising Authority shall determine if the Company
has committed a violation and shall make written findings of fact relative to its determination. lf a
violation is found, the Company may petition for reconsideration before any competent tribunal
having jurisdiction over such matters.
6.4 Enforcement. Subject to applicable federal and state law, if after the hearing provided forin Section 6.3, the Franchising Authority determines that the Company is in default of the
provisions addressed in the Violation Notice, the Franchising Authority may
(a) seek specific performance;
(b) commence an action at law for monetary damages or seek other equitable relief; or
(c) in the case of a substantial default of a material provision of this Agreement, seek to
revoke the Franchise in accordance with subsection 6.5 below.
Revocation.
6.5.1 After the hearing and determination provided for in Section 6.3 and prior to the
revocation or termination of the Franchise, the Franchising Authority shall give written
notice to the Company of its intent to revoke the Franchise on the basis of an alleged
substantial default of a material provision of this Agreement. The notice shall set forth the
exact nature of the alleged default. The Company shall have thirty (30) days from receipt
of such notice to submit its written objection to the Franchising Authority or to cure the
alleged default. If the Franchising Authority is not satisfied with the Company's response,
the Franchising Authority may seek to revoke the Franchise at a public hearing. The
Company shall be given at least thirfy (30) days' prior written notice of the public hearing,
specifuing the time and place of the hearing and stating the Franchising Authority's intent
to revoke the Franchise.
6.5.2 At the public hearing, the Company shall be permitted to state its position on the
matter, present evidence, and question witresses, after which the Franchising Authority's
governing board shall determine whether or not the Franchise shall be revoked. The public
hearing shall be on the record and a written transcript shall be made available to the
Company within ten (10) business days. The decision of the Franchising Authority's
governing board shall be made in writing and shall be delivered to the Company. The
Company may appeal such decision to an appropriate courl, which shall have the power to
review the decision of the Franchising Authority's governing board. The Company may
6.5
l0
continue to operate the Cable System until all legal appeals procedures have been
exhausted.
6.5.3 Notwithstanding the provisions of this Section 6, the Company does not waive any
of its rights under federal law or regulation.
SECTION 7
ASSIGNMENTS AND OTHER TRANSFERS
The Franchise shall be fully transferable to any successor in interest to the Company. A notice of
transfer shall be filed by the Company to the Franchising Authority within forty-five (45) days of
such transfer. The transfer notification shall consist ofan affidavit signed by an officer or general
partner of the transferee that contains the following:
(a) an affirmative declaration that the transferee shall comply with the terms and conditions
of this Agreement, all applicable federal, state, and local laws, regulations, and ordinances
regarding the placement and maintenance of facilities in any public righrof-way that are
generally applicable to users of the public right-of-way and specifically including the
Georgia Utility Facility Protection Act (O.C.G.A. $ 25-9-l , et seq.);
(b) a description ofthe transferee's service area; and
(c) the location of the transferee's principal place of business and the name or names of the
principal executive officer or officers of the transferee.
No affidavit shall be required, however, for (i) a transfer in trust, by mortgage, hypothecation, or
by assignment of any rights, title, or interest of the Company in the Franchise or in the Cable
System in order to secure indebtedness, or (ii) a transfer to an entity directly or indirectly owned
or controlled by Comcast Corporation.
SECTION 8
INSURANCE AND INDEMNITY
8.1 Insurance.
8.1.1 Liabilitv lnsurance. Throughout the term of this Agreement, the Company shall, at
its sole expense, maintain comprehensive general liability insurance, issued by a company
licensed to do business in the State of Georgia with a rating of not less than "A minus,"
and provide the Franchising Authority certificates of insurance demonstrating that the
Company has obtained the insurance required in this Section 8.1.1. This liability insurance
policy or policies shall be in the minimum amount of One Million Dollars ($1,000,000.00)
for bodily injury or death of any one person, One Million Dollars ($1,000,000.00) for
bodily injury or death of any two or more persons resulting from one occurrence, and One
Million Dollars ($1,000,000.00) for property damage resulting from any one accident. The
policy or policies shall not be canceled except upon thirty (30) days' prior written notice
of cancellation to the Franchising Authority.
ll
8.1.2 Workers' Compensation. The Company shall ensure its compliance with the
Georgia Workers' Compensation Act.
8.2 Indemnification. The Company shall indemniff, defend, and hold harmless the Franchising
Authority, its officers, employees, and agents acting in their official capacities from and against
any liability or claims resulting from property damage or bodily injury (including accidental death)
that arise out of the Company's construction, operation, maintenance, or removal of the Cable
System, including but not limited to reasonable attorneys' fees and costs, provided that the
Franchising Authority shall give the Company written notice of its obligation to indemnify and
defend the Franchising Authority within ten (10) business days of receipt of a claim or action
pursuant to this Section 8.2. If the Franchising Authority determines that it is necessary for it to
employ separate counsel, the costs for such separate counsel shall be the responsibility of the
Franchising Authority. Notwithstanding the foregoing, the Company shall not be obligated to
indemnifr the Franchising Authority for any damages, liability, or claims resulting from the willful
misconduct or negligence of the Franchising Authority or for the Franchising Authority's use of
the Cable System.
8.3 Liability and Indemnitv. [n accordance with Section 635A of the Cable Act, the
Franchising Authority, its offrcials, employees, members, or agents shall have no liability to the
Company arising from the regulation of Cable Service or from a decision of approval or
disapproval with respect to a grant, renewal, transfer, or amendment of this Franchise. Any relief,
to the extent such relief is required by any other provision of federal, state, or local law, shall be
limited to injunctive relief and declaratory relief.
SECTION 9
PUBLIC, EDUCATION, GOVERNMENT ACCESS
9.1 Channel Caoacity. The Company agrees to make available channel capacity, up to two (2)
fully dedicated Channel positions, on the digital tier, to be designated for non-cofirmercial, non-
revenue generating public, educational, or governmental ("PEG") access purposes. Unused time
on the PEG Channel positions may be utilized by the Company subject to terms to be mutually
agreed upon by the Company and the Franchising Authority.
9.2 Proerammine Obliqations. The Franchising Authority certifies and commits to maintain
eight (8) hours per week of non-duplicative original programming on each activated PEG Channel
position throughout the term of the Agreement. Should the Franchising Authority fail to maintain
eight (8) hours of programming per week for any period of three (3) consecutive months on any
PEG Channel, the Company may reclaim that Channel position for its own use. For purposes of
this Agreement, original programming includes programming produced specif,rcally for, about, or
by Augusta-Richmond County. Character-generated messages, video bulletin board messages,
traffic cameras, or other passively produced content shall not count towards the programming
obligations of this Agreement.
9.3 Channel Positions. At any time during the term of this Agreement and at the Company's
sole option and discretion, the Company may (i) change the transmission technology by which
PEG access programming is delivered to Subscribers, provided, however, that the quality of PEG
access programming transmitted over the Cable System to Subscribers is of a quality comparable
t2
to that which was delivered to the Company by the PEG programmer, or (ii) relocate any pEG
programming to a Channel position on its lowest digital tier service delivered to all of the
Company's Subscribers. The Company shall notify the Franchising Authority at least thirty (30)
days in advance ofsuch changes.
9.4 lntet"orlrrection *ith Othe. Cable and Video Se*ice Providers. Upon written request of
the Franchising Authority, the Company shall interconnect with other cable and video systems in
the Franchise Area as required by O.C.G.A. $ 36-76-8(i). This subsection 9.4 shall not be construed
to mean that the Company is responsible for costs of said interconnection.
9.5 Ownership. The Company does not relinquish its ownership of its ultimate right of control
over a Channel position by designating it for PEG access use. A PEG access user, whether such
user is an individual, educational, or governmental user, acquires no property or other interest in
the channel position by virtue of the use of a Channel position so designated.
9.6 Equipment. It shall be the sole responsibility of the Franchising Authority to obtain,
provide, and maintain any equipment necessary to produce and cablecast PEG programming over
the Cable System. The Company shall not be responsible for obtaining, providing, or maintaining
any such equipment.
9.7 No Liability. The Company shall have no liability nor shall it be required to provide
indemnification to the Franchising Authority for PEG programming cablecast over the Cable
System.
SECTION 10
MISCELLANEOUS
l0.l Controllins Authorities. This Agreement is made with the understanding that its provisions
are controlled by the Cable Act, other federal laws, state laws, and all applicable local laws,
ordinances, and regulations. To the extent such local laws, ordinances, or regulations clearly
conflict with the terms and conditions of this Agreement, the terms and conditions of this
Agreement shall prevail, except where such conflict arises from the Franchising Authority's lawful
exercise of its police powers.
10.2 Appendices. The Appendices to this Agreement and all portions thereof are, except as
otherwise specified in this Agreement, incorporated by reference in and expressly made a part of
this Agreement.
10.3 Enforceability of Asreement: No Opposition. By execution of this Agreement, the
Company and the Franchising Authority acknowledge the validity of the terms and conditions of
this Agreement under applicable law in existence on the Effective Date and pledge that they will
not assert in any manner at any time or in any forum that this Agreement, the Franchise, or the
processes and procedures pursuant to which this Agreement was entered into and the Franchise
was granted are not consistent with the applicable law in existence on the Effective Date.
10.4 Governmental Powers. The Franchising Authority expressly reseryes the right to exercise
the full scope of its powers, including both its police power and contracting authority, to promote
13
the public interest and to protect the health, safety, and welfare of the citizens of Augusta-
Richmond County, Georgia.
10.5 Entire Agreement. This Agreement, including all Appendices, embodies the entire
understanding and agreement of the Franchising Authority and the Company with respect to the
subject matter hereof and merges and supersedes all prior representations, agreements, and
understandings, whether oral or written, between the Franchising Authority and the Company with
respect to the subject matter hereof, including without limitation all prior drafts of this Agreement
and any Appendix to this Agreement, and any and all written or oral statements or representations
by any official, employee, agent, attorney, consultant, or independent contractor of the Franchising
Authority or the Company. All ordinances or parts of ordinances or other agreements between the
Company and the Franchising Authority that are in conflict with the provisions of this Agreement
are hereby declared invalid and superseded.
10.6 Notices. All notices shall be in writing and shall be sufficiently given and served upon the
other party by frst class mail, registered or certified, return receipt requested, postage prepaid; by
third-party commercial carrier; or via facsimile (with confrmation of transmission) and addressed
as follows:
And:
With a copy to:
And:
THE FRANCHISING AUTHORITY:
Augusta, Georgia
Attn: Mayor
535 Telfair Street, Suite 200
Augusta, Georgia 30901
Augusta, Georgia
Attn: Administrator
535 Telfair Street, Suite 910
Augusta, Georgia 30901
COMPANY:
Comcast of Georgia/South Carolina, LLC
Attn: Vice President, External Affairs
2605 Circle 75 Parkway
Atlanta, Georgia 30339
Comcast Cable Communications, LLC
Attn: Vice President, Government Affairs
2605 Circle 75 Parkway
Atlanta, Georgia 30339
Comcast Cable Communications, LLC
Attn: Legal Dept.
One Comcast Center
Philadelphia, Pennsylvania 19103
l4
10.7 Additional Representations and Warranties. ln addition to the representations, warranties,
and covenants of the Company to the Franchising Authority set forth elsewhere in this Agreement,
the Company represents and wa:rants to the Franchising Authority and covenants and agrees
(which representations, walranties, covenants and agreements shall not be affected or waived by
any inspection or examination made by or on behalf of the Franchising Authority) that, as of the
Effective Date:
10.7.1 Organization. Standine. and Authorization. The Company is a Limited Liability
Company validly existing and in good standing under the laws of the State of Colorado and
is duly authorized to do business in the State of Georgia and in the Franchise Area.
10.7.2 Comoliance with Law. The Company, to the best of its knowledge, has obtained all
government licenses, permits, and authorizations necessary for the operation and
maintenance of the Cable System.
10.8 Maintenance of System in Good Workine Order. Until the termination of this Agreement
and the satisfaction in full by the Company of its obligations under this Agreement, in
consideration of the Franchise, the Company agrees that it will maintain all of the material
properties, assets, and equipment of the Cable System, and all such items added in connection with
any upgrade, in good repair and proper working order and condition throughout the term of this
Agreement.
10.9 Bindine Effect. This Agreement shall be binding upon and inure to the benefit ofthe parties
hereto and their respective successors, permitted transferees, and assigns. All of the provisions of
this Agreement apply to the Company, its successors, and assigns.
10.10 No Waiver: Cumulative Remedies. No failure on the part of the Franchising Authority or
the Company to exercise, and no delay in exercising, my right or remedy hereunder including
without limitation the rights and remedies set forth in this Agreement, shall operate as a waiver
thereof, nor shall any single or partial exercise of any such right or remedy preclude any other right
or remedy, all subject to the conditions and limitations established in this Agreement. The rights
and remedies provided in this Agreement including without limitation the rights and remedies set
forth in Section 6 of this Agreement, are cumulative and not exclusive of any remedies provided
by law, and nothing contained in this Agreement shall impair any of the rights or remedies of the
Franchising Authority or Company under applicable law, subject in each case to the terms and
conditions of this Agreement.
10.1 I Severabilitv. If any section, subsection, sentence, clause, phrase, or other portion of this
Agreement is, for any reason, declared invalid, in whole or in part, by any court, agency,
commission, legislative body, or other authority of competent jurisdiction, such portion shall be
deemed a separate, distinct, and independent portion. Such declaration shall not affect the validity
of the remaining portions of this Agreement, which shall continue in full force and effect.
10.12 No Aeency. The Company shall conduct the work to be performed pursuant to this
Agreement as an independent entity and not as an agent of the Franchising Authority.
10.13 Governins Law. This Agreement shall be deemed to be executed in Augusta-Richmond
County, Georgia, and shall be governed in all respects, including validity, interpretation, and
l5
effect, by and construed in accordance with the laws of the State of Georgia, as applicable to
contracts entered into and to be performed entirely within that state.
10.14 Claims Under Aereement. The Franchising Authority and the Company, agree that, except
to the extent inconsistent with Section 635 of the Cable Act (47 U.S.C. $ 555), any and all claims
asserted by or against the Franchising Authority arising under this Agreement or related thereto
shall be heard and determined either in a court of the United States located in Georgia ("Federal
Court") or in a court of the State of Georgia of appropriate jurisdiction ("Georgia State Court").
To effectuate this Agreement and intent, the Company agrees that if the Franchising Authority
initiates any action against the Company in Federal Coun or in Georgia State Court, service of
process may be made on the Company either in person or by registered mail addressed to the
Company at its offices as defined in Section 10.6, or to such other address as the Company may
provide to the Franchising Authority in writing.
10.15 Modification. The Company and Franchising Authority may at any time during the term
of this Agreement seek a modification, amendment, or waiver of any term or condition of this
Agreement. No provision ofthis Agreement nor any Appendix to this Agreement shall be amended
or otherwise modified, in whole or in part, except by an instrument, in writing, duly executed by
the Franchising Authority and the Company, which amendment shall be authorized on behalf of
the Franchising Authority through the adoption of an appropriate resolution, letter of agreement,
or order by the Franchising Authority, as required by applicable law.
10.16 Delavs and Failures Beyond Control of Company. Notwithstanding any other provision of
this Agreement, the Company shall not be liable for delay in performance of, or failure to perform,
in whole or in part, its obligations pursuant to this Agreement due to strike, war or act of war
(whether an actual declaration of war is made or not), insurrection, riot, act of public enemy,
accident, fire, flood or other act of God, technical failure, sabotage, or other events, where the
Company has exercised all due care in the prevention thereof, to the extent that such causes or
other events are beyond the control of the Company and such causes or events are without the fault
or negligence of the Company. ln the event that any such delay in performance or failure to perform
affects only part of the Company's capacity to perform, the Company shall perform to the
maximum extent it is able to do so and shall take all steps within its power to correct such cause(s).
The Company agrees that in correcting such cause(s), it shall take all reasonable steps to do so in
as expeditious a manner as possible. The Company shall promptly notifu the Franchising Authority
in writing of the occurrence of an event covered by this Section 10.16.
10.17 Duty to Act Reasonably and in Good Faith. The Company and the Franchising Authority
shall fulfill their obligations and exercise their rights under this Agreement in a reasonable manner
and in good faith. Notwithstanding the omission of the words "reasonable," "good faith," or similar
terms in the provisions of this Agreement, every provision of this Agreement is subject to this
section.
10.18 Contractual Rights Retained. Nothing in this Agreement is intended to impair the
contractual rights of the Franchising Authority or the Company under this Agreement.
l6
10.19 No Third-Party Beneficiaries. Nothing in this Agreement, or any prior agreement, is or was
intended to confer third-party beneficiary status on any member of the public to enforce the terms
of such agreements or Franchise.
10.20 Duolicate Orieinals. Two or more duplicate originals of this Agreement may be signed
by these parties, each of which shall be an original but all of which together shall constitute one
and the same instrument.
IN WITNESS WHEREOF, the party of the first part, by its Mayor, thereunto duly
authorized by the Commission of said Franchising Authority, has caused the corporate name of
said Franchising Authority to be hereunto signed and the corporate seal of said Franchising
Authority to be hereunto affixed, and the Company, the party of the second part, by its officers
thereunto duly authorized, has caused its name to be hereunto signed and its seal to be hereunto
affixed as of the date and year first above written.
Augusta-Richmond County, Georgia
Name: Hardie Davis, Jr.
Title: Mayor
(Seal)
Attest:
Date:
Comcast of Georgia/South Carolina, LLC
By:
Name: Jason M. Gumbs
Title: Regional Senior Vice President
Attest:
By:
Date:
T7
,,+iiBil'iff.3,,
For purposes of the Agreement to which this Appendix A is appended, thefollowing terms, phrases,
words, and their derivations shall have the meanings set forth herein, unless the context clearly
indicates that another meaning is intended.
"Agreement" means the Agreement to which this Appendix A is appended, together with
all Appendices attached thereto and all amendments or modifications thereto.
"Basic Service" means any service tier that includes the retransmission of local television
broadcast Signals and any equipment or installation used in connection with Basic Service.
"Cable Act" means Title VI of the Communications Act of 1934 as amended, 47 U.S.C.
$ 521, et seq.
"Cable Service" means the one-way transmission to Subscribers of Video Programming
or other programming service and Subscriber interaction, if any, which is required for the
selection or use of such Video Programming or other programming service. "Cable
Service" does not include any Video Programming provided by a commercial mobile
service provider as defined in 47 U.S.C. $332(d).
"Cable Service Provider" or "CSP" means any person or group of persons (A) who
provides Cable Service over a Cable System and directly or through one or more affiliates
owns a significant interest in such Cable System, or (B) who otherwise controls or is
responsible for, through any iurangement, the management and operation of such a Cable
System.
"Cable System" means a facility, consisting of a set of closed transmission paths and
associated Signal generation, reception, and control equipment, that is designed to provide
Cable Service, which includes Video Programming and which is provided to multiple
Subscribers within a community, but "Cable System" does not include:
(A) a facility that serves only to retransmit the television Signals of one (1) or more
television broadcast stations;
(B) a facility that serves Subscribers without using any public right-of-way as
defined herein;
(C) a facility of a common carrier which is subject, in whole or in part, to the
provisions of 47 U.S.C. $$201-276, except that such facility shall be considered a
Cable System, otherthan forpurposes of 47 U.S.C. $ 541(c), to the extent such
facility is used in the transmission of Video Programming directly to Subscribers,
unless the extent of such use is solely to provide interactive on-demand services;
(D) an open video system that complies with 47 U.S.C. $ 573; or
A-l
(E) any facilities of any electric utility used solely for operating its electric utility
system.
"channel" means a "cable channel" or "channel" as defined in 47 U.S.c . S 522(4).
"Company" means Comcast of Georgia/South Carolina, LLC, a Limited Liability
Company validly existing under the laws of the State of Colorado, or lawful successor,
transferee, designee, or assignee thereof.
"FCC" means the Federal Communications Commission, its designee, or any successor
thereto.
"Franchise Area" means Augusta-Richmond County, Georgia, including any areas
annexed by the Franchising Authority during the term of the Franchise.
"Franchising Authority" means Augusta-Richmond county, Georgia, or lawful
successor, transferee, designee, or assignee thereof.
"Gross Revenues" means all revenues received from Subscribers for the provision of
Cable Service or Video Service, including franchise fees for Cable Service Providers andVideo Service Providers and advertising and home shopping services, and shall be
determined in accordance with Generally Accepted Accounting Principles ("GAAP").
Gross Revenues shall not include:
(A) amounts billed and collected as a line item on the Subscriber's bill to recover
any taxes, surcharges, or goveilImental fees that are imposed on or with respect to
the services provided or measured by the charges, receipts, or payments therefore;
provided, however, that for purposes of this definition of "Gross Revenue," such
tax, surcharge, or governmental fee shall not include any ad valorem taxes, net
income taxes, or generally applicable business or occupation taxes not measured
exclusively as a percentage of the charges, receipts, or payments for services to the
extent such charges are passed through as a separate line item on Subscriber's bills;
(B) any revenue not actually received, even if billed, such as bad debt;
(c) any revenue received by any affiliate or any other person in exchange for
supplying goods or services used by the provider to provide cable or Vid.o
Programming;
(D) any amounts attributable to refunds, rebates, or discounts;
(E) any revenue from services provided over the network that are associated withor classified as non-Cable or non-Video Services under federal law, includingwithout limitation revenues received from telecommunications se.vice{information services other than Cable or Video Services, lnternet access services,
directory or lnternet advertising revenue including without limitation yellow pug"r,
white pages, banner advertisements, and electronic publishing advertising. Wi"r"
the sale of any such non-Cable or non-Video Service is bundled with thi sale of
A-2
one or more Cable or Video Services and sold for a single non-itemized price, the
term "Gross Revenues" shall include only those revenues that are attributable to
Cable or Video Services based on the provider's books and records, such revenues
to be allocated in a manner consistent with generally accepted accounting
principles;
(F) any revenue from late fees not initially booked as revenues, returned check fees
or interest;
(G) any revenue from sales or rental of property, except such property as the
Subscriber is required to buy or rent exclusively from the Cable or Video Service
Provider to receive Cable or Video Service;
(H) any revenue received from providing or maintaining inside wiring;
(I) any revenue from sales for resale with respect to which the purchaser is required
to pay a franchise fee, provided the purchaser certifies in writing that it will resell
the service and pay a franchise fee with respect thereto; or
(J) any amounts attributable to a reimbursement of costs including but not limited
to the reimbursements by prograrnmers of marketing costs incurred for the
promotion or introduction of Video Programming.
"Person" means any natural person or any association, firm, partnership, joint venture,
corporation, or other legally recognized entity, whether for-profit or not-for-profit, but shall
not mean the Franchising Authority.
"signal" means any transmission of radio frequency energy or of optical information.
"streets" has the same meaning as "Public Right-of-Way" as provided in O.C.G.A. $ 36-
76-2(12) at the time of execution of this franchise, i.e., "the atea in, on, along, over, or
under the public roads that are part of the municipal or county road system or the state
highway system."
"subscriber" means any Person lawfully receiving Video Service from a Video Service
Provider or Cable Service from a Cable Service Provider.
"Video Programming" means programming provided by or generally considered
comparable to programming provided by a television broadcast station, as set forth in 47
u.s.c. $ s22(20).
,,Video Seryice" means the provision of Video Programming through wireline facilities
located at least in part in the public rights-of-way without regard to delivery technology,
including Internet protocol technology. This definition does not include any Video
programming provided by a commercial mobile service provider as defined in 47 U.S.C.
$ 3t2(d) or Video Programming provided as part of, and via, a service that enables users
to access content, information, electronic mail, or other services offered over the public
lnternet.
A-3
"Video Service Provider" or "VSP" means an entity providing Video Service as defined
herein, but does not include a Cable Service Provider.
A-4
APPENDIX B
CUSTOMER SERVICE STAI\DARDS
Code of Federal Regulations
Title 47, Volume 4, Parts 70 to 79
Revised as of October l, 1998
From the U.S. Government Printing Office via GPO Access
47 C.F.R. $ 76.309
Page 561-{3
TITLE 47 _-:TELECOMMLINICATION
CHAPTER I-FEDERAL COMMUNICATIONS COMMISSION
PART THABLE TELEVISION SERVICE
Subpart H---General Operating Requirements
S 76.309 Customer service obligations.
(a) A cable franchise authority may enforce the customer service standards set forth in paragraph
(c) of this section against cable operators. The franchise authority must provide affected cable
operators ninety (90) days written notice of its intent to enforce the standards.
(b) Nothing in this rule should be construed to prevent or prohibit:
(l) A franchising authority and a cable operator from agreeing to customer service
requirements that exceed the standards set forth in paragraph (c) of this section;
(2) A franchising authority from enforcing, through the end of the franchise term, pre-
existing customer service requirements that exceed the standards set forth in paragraph
(c) of this section and are contained in current franchise agreements;
(3) AnV State or any franchising authority from enacting or enforcing any consumer
protection law, to the extent not specifically preempted herein; or
(4) The establishment or enforcement of any State or municipal law or regulation
concerning customer service that imposes customer service requirements that exceed, or
address matters not addressed by the standards set forth in paragraph (c) of this section.
(c) Effective July 1,7993, a cable operator shall be subject to the following customer service
standards:
(l) Cable system office hours and telephone availability-
(i) The cable operator will maintain a local, toll-free or collect call telephone
access line which will be available to its subscribers 24 hours a day, seven days a
week.
(A) Trained company representatives will be available to respond to
customer telephone inquiries during normal business hours.
B-l
(B) After normal business hours, the access line may be answered by a
service or an automated response system, including an answering
machine. Inquiries received after normal business hours must be
responded to by a trained company representative on the next business
day.
(ii) Under normal operating conditions, telephone answer time by a customer
representative, including wait time, shall not exceed thirty (30) seconds when the
connection is made. If the call needs to be transferred, transfer time shall not
exceed thirty (30) seconds. These standards shall be met no less than ninety (90)
percent of the time under normal operating conditions, measured on a quarterly
basis.
(iii) The operator will not be required to acquire equipment or perform surveys to
measure compliance with the telephone answering standards above unless an
historical record of complaints indicates a clear failure to comply.
(iv) Under normal operating conditions, the customer will receive a busy signal
less than three (3) percent of the time.
(v) Customer service center and biil payment locations will be open at least
during normal business hours and will be conveniently located.
(2) Installations, outages and service calls. Under normal operating conditions, each of
the following four standards will be met no less than ninety-five (95) percent of the time
measured on a quarterly basis:
(i) Standard installations will be performed within seven (7) business days after an
order has been placed. "Standard" installations are those that are located up to 125
feet from the existing distribution system.
(ii) Excluding conditions beyond the control of the operator, the cable operator
will begin working on "service intemrptions" promptly and in no event later than
24 hours after the intemrption becomes known. The cable operator must begin
actions to correct other service problems the next business day after notification
of the service problem.
(iii) The "appointment window" alternatives for installations, service calls, and
other installation activities will be either a specific time or, at maximum, a four-
hour time block during normal business hours. (The operator may schedule
service calls and other installation activities outside of normal business hours for
the express convenience of the customer.)
(iv) An operator may not cancel an appointment with a customer after the close of
business on the business day prior to the scheduled appointment.
(v) If a cable operator representative is running late for an appointment with a
customer and will not be able to keep the appointment as scheduled, the customer
will be contacted. The appointment will be rescheduled, as necessary, at a time
which is convenient for the customer.
B-2
(3) Communications between cable operators and cable subscribers-
(i) Notiflrcations to subscribers-
(A) The cable operator shall provide written information on each of the
following areas at the time of installation of service, at least annually to all
subscribers, and at any time upon request:
(l) Products and services offered;
(2) Prices and options for programming services and conditions of
subscription to programming and other services;
(3) Installation and service maintenance policies;
(4) Instructions on how to use the cable service;
(5) Channel positions programming carried on the system; and,
(6) Billing and complaint procedures, including the address and
telephone number of the local franchise authority's cable office.
(B) Customers will be notified of any changes in rates, programming
services or channel positions as soon as possible in writing. Notice must
be given to subscribers a minimum of thirty (30) days in advance of such
changes if the change is within the control of the cable operator. In
addition, the cable operator shall notiff subscribers thirty (30) days in
advance of any significant changes in the other information required by
paragraph (c)(3XiXA) of this section. Notwithstanding any other provision
of Part 76, a cable operator shall not be required to provide prior notice of
any rate change that is the result ofa regulatory fee, franchise fee, or any
other fee, tax, assessment, or charge of any kind imposed by any Federal
agency, State, or franchising authority on the transaction between the
operator and the subscriber.
(ii) Billing-
(A) Bills will be clear, concise and understandable. Bills must be fully
itemized, with itemizations including, but not limited to, basic and
premium service charges and equipment charges. Bills will also clearly
delineate all activity during the billing period, including optional charges,
rebates and credits.
(B) tn case of a billing dispute, the cable operator must respond to a
written complaint from a subscriber within 30 days.
(iii) Refunds-Refund checks will be issued promptly, but no later than either-
(A) The customer's next billing cycle following resolution of the request
or thirty (30) days, whichever is earlier, or
(B) The return of the equipment supplied by the cable operator if service is
terminated.
(iv) Credits-{redits for service will be issued no later than the customer's next
billing cycle following the determination that a credit is warranted.
B-3
(4) Definitions-
(i) Normal business hours-The term "normal business hours" means those hours
during which most similar businesses in the community are open to serve
customers. In all cases, "normal business hours" must include some evening hours
at least one night per week and/or some weekend hours.
(ii) Normal operating conditions-The term "normal operating conditions" means
those service conditions which are within the control of the cable operator. Those
conditions which are not within the control of the cable operator include, but are
not limited to, natural disasters, civil disturbances, power outages, telephone
network outages, and severe or unusual weather conditions. Those conditions
which are ordinarily within the control of the cable operator include, but are not
limited to, special promotions, pay-per-view events, rate increases, regular peak
or seasonal demand periods, and maintenance or upgrade of the cable system.
(iii) Service intemrption-The term "seryice intemrption" means the loss of
picture or sound on one or more cable channels.
[58 FR 21109, Apr. 19, 1993, as amended at 6l FR 18977, Apr. 30, 1996]
B-4
Engineering Services Committee Meeting
11/29/2022 1:05 PM
Comcast Franchise Agreement
Department:
Presenter:
Caption:Motion to approve entering into Franchise Agreement (Agreement) with
Comcast of Georgia/South Carolina LCC. Also approve the Agreement to
be executed by Augusta, GA Legal Counsel and the Mayor. (Requested
by Commissioner Brandon Garrett and Augusta Engineering)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY: