Loading...
HomeMy WebLinkAbout2016-04-12-Meeting AgendaEngineering Services Committee Meeting Commission Chamber- 4/12/2016- 1:15 PM ENGINEERING SERVICES 1.Review and approve Riverwatch Lights - Location 2 & 3 Service Points, as requested by Georgia Power. Hereby grant and convey to said company the privilege and easement to go in, upon, along and across that tract of land owned by Augusta, Georgia as 1420 Eisenhower Drive and 1557 Riverwatch Parkway. Attachments 2.Receive presentation on Americans with Disabilities Act (ADA) plans from Cranston Engineering as requested by AED. Attachments 3.Approve adding $40,000 to Georgia-Carolina Paving purchase order for repairs to asphalt and concrete paving that are necessary after utility repairs have been made. This contract will allow timely and professional repair of paving cuts. Attachments 4.Consider approving an Easement Exchange Deed and Maintenance Agreement with Augusta Village at Riverwatch, LLC and GTC Riverwatch, LLC. Attachments 5.Consider proposal from Pond & Company to provide engineering design services for the Berckmans Road Phase II 8” Water Main project in the amount of $36,840.00. Attachments 6.Motion to authorize condemnation of a portion of Tax Map 059, Parcel 320, due to liens on the subject property, which is owned by Terry Prince and Betty Prince, for a temporary construction easement in connection with the Discrepancy with the Right of Way of Martin Luther King Jr. Blvd., more particularly described as 232 square feet, more or less, of permanent utility and Ingress/Egress easement and 167 square feet, more or less, of temporary construction easement. Attachments 7.Consider approving award of construction contract to Blair Attachments www.augustaga.gov Construction, Inc. for the West Eagle Green Water Meter Replacement Project in the amount of $27,950.00. Bid item #15-241. 8.Approve and receive as information the Emergency Creek, Drainage Pipe and Level Road Repair project at 1886 Lovers Lane in the amount of $59,710.87 for Georgia Carolina Paving Company as requested by AED. Attachments 9.Motion to approve the minutes of the Engineering Services Committee held on March 8, 2016. Attachments 10.Approve the continued funding of the current On-Call Field and Laboratory Testing for Soil and Construction Material, and Geotechnical Inspections and Investigation (CMT_Geotech) Services contract in the amount of $1,000,000. Funding is available in Transportation Investment Act (TIA) Projects Funds and TIA Discretionary Funds, as requested by AED. Attachments 11.Consider proposal from McKim & Creed to perform RFP 15- 189 flow monitoring analysis of the Spirit Creek Sanitary Sewer Basin. Attachments 12.Approve Memorandum of Agreement (MOA) between Augusta, Georgia and the Georgia Department of Transportation (DOT) to replace and maintain new roadway lighting along Walton Way (SR 4) between 13th Street and 15th Street as requested by AED. Attachments Engineering Services Committee Meeting 4/12/2016 1:15 PM Acquisition of Easement for Properties located at River Watch Road Way Lights - Location 2 & 3 Service Points Department:Engineering Presenter:Andrew G. MacKenzie Caption:Review and approve Riverwatch Lights - Location 2 & 3 Service Points, as requested by Georgia Power. Hereby grant and convey to said company the privilege and easement to go in, upon, along and across that tract of land owned by Augusta, Georgia as 1420 Eisenhower Drive and 1557 Riverwatch Parkway. Background:The rights herein include and embrace the right to clear an keep clear all trees and other obstructions located within fifteen (15') feet of the distribution pole line, plus the right to install and maintain anchors and guy wires as needed in the construction and maintenance of the mentioned distribution line. Analysis:The rights are necessary for the maintenance. Financial Impact:$10.00 Alternatives:Deny the motion for the maintenance. Recommendation:Approve the motion for the maintenance. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Cover Memo Item # 1 Clerk of Commission Cover Memo Item # 1 Attachment number 1 \nPage 1 of 4 Item # 1 Attachment number 1 \nPage 2 of 4 Item # 1 Attachment number 1 \nPage 3 of 4 Item # 1 Attachment number 1 \nPage 4 of 4 Item # 1 Engineering Services Committee Meeting 4/12/2016 1:15 PM ADA Presentation Department:Engineering Presenter:Cranston Engineering Caption:Receive presentation on Americans with Disabilities Act (ADA) plans from Cranston Engineering as requested by AED. Background:Cranston Engineering is under contract with AED to prepare plans and recommendations for ADA in public rights-of-way. Analysis:N/A Financial Impact:N/A Alternatives:N/A Recommendation:N/A Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 2 Engineering Services Committee Meeting 4/12/2016 1:15 PM Asphalt patch repair, concrete curb and sidewalk repair replacement for Utilities Department:Utilities Presenter:Tom Wiedmeier Caption:Approve adding $40,000 to Georgia-Carolina Paving purchase order for repairs to asphalt and concrete paving that are necessary after utility repairs have been made. This contract will allow timely and professional repair of paving cuts. Background:On May 5, 2015 the Augusta Commission approved to award the bid for repairs of asphalt and concrete which has been removed for repairs to utility lines to Georgia-Carolina Paving, the lowest responsive bidder to Bid Item #14-209, for a one year contract. The department is in the process of submitting bid specifications to the Procurement Department for a new bid. This money will allow the Utilities Department to operate until the new contract is bid and awarded. Analysis:Approval of this addition to the purchase order will allow the Utilities Department to move forward with restoring roadways, driveways and sidewalks in a timely manner after utility cuts have been made for repairs. Financial Impact:Funds are available in account 506043410-5311912 Alternatives:Delay work until the new contract is bid. Recommendation:Approve $40,000 amendment to the Georgia-Carolina Paving. Funds are Available in the Following Accounts: Funds are available in account 506043410-5311912 REVIEWED AND APPROVED BY: Cover Memo Item # 3 Engineering Services Committee Meeting 4/12/2016 1:15 PM Augusta Village at Riverwatch Easement Exchange Deed and Maintenance Agreement Department:Utilities Presenter:Tom Wiedmeier Caption:Consider approving an Easement Exchange Deed and Maintenance Agreement with Augusta Village at Riverwatch, LLC and GTC Riverwatch, LLC. Background:Augusta Village at Riverwatch, LLC and GTC Riverwatch, LLC constructed the Georgia Theatre. In order to situate the building on the site, they had to relocate a section of the existing sanitary sewer, which is owned by Augusta, to a new location. Permission was granted, with the condition that they dedicate an easement over the new sanitary sewer, to Augusta. It was also agreed that, upon this dedication, Augusta would abandon that section of the old sanitary sewer easement. Analysis:The new sanitary sewer section has been constructed, inspected and passed all testing. An easement is needed over it, so that it can be a part of the public utilities system. The old section of sewer has been removed and, therefore an easement of it serves no purpose. Financial Impact:N/A Alternatives:Disapprove the Easement Exchange Deed and Maintenance Agreement with Augusta Village at Riverwatch, LLC and GTC Riverwatch, LLC. Recommendation:Approve the Easement Exchange Deed and Maintenance Agreement with Augusta Village at Riverwatch, LLC and GTC Riverwatch, LLC. Funds are Available in the Following Accounts: N/A Cover Memo Item # 4 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 4 ABOVE Rf,Sf,RVED FOR CLERK'S USEI AFTER RECoRDING, PLEASE RsIUpN To: Augusta Law Dcpartment 520 Grecne Strcct Augusta, Gcorgia 30901 Attention; Kayla Cooper STATE OF GEORGIA RTC}IMOND COUNTY EASEMENT DEED OF DEDICATION AND AN ABANDONMENT OF AN EXISTING EASEMENT (Easement, Exchange) GEORGIA THEATRE A}TD AUGUSTA VILLAGE AT RTVERWATCH (Parcel ldentification Number 008-2-002-00-0 and 008-0-010-10-0J THfS INDEMIURE, made and entered into this day of '.24L6, between AUGUSTA VILLAGE at, RIVERWATCH, LLC, a Delaware Limj-ted Li:rb:L1ity Company and GTC RMRWATCH, LLe, a Georgia Limited Liability Compan,r.hereinafter referred to as DEVELOPER and AUGUSrA, GEORGIA, a poliuir:al subdivision of the State of Georgia, hereinafter referred to as AtIGIISTA; WITNESSETH: WHEREAS, AUGUSTA does own a certain sanltary sewer easement andappurtenances, orr Ehe above referenced parcels of Iand, by Easemerrt Deed ofDedication of Augusta Village at, Riverwatch, LLC and ?he MGHemi-ng (:lroup, Page L of 5 Attachment number 1 \nPage 1 of 9 Item # 4 Inc. , dat,ed December the Superior Court of 4032-L039; and 18, 20].2 and recorded in the Richmond County, Georgia, in Office of the C"Ierk of Record Book 73'7't , Pages WHEREAS, during t,he development of said parcels of land, DEVELOPE,II didreroute and relocate a section of said sanitary sewer pipeline; ancl WHEREAS, DEVEIJOPER wishes to grantr AUGUSTA an easements over the n{}vrly rerout,ed and relocated section of the sanitary sewer pipeline; and WHEREAS, DEVELOPER requests that AUGUSTA abandon the existing eEsrilrrrert overthe sect,ion of sanitary sewer easement and pipeLine that was rerorlt ad andreLocat,ed; and WHEREAS, AUGUSTA has agreed Eo such abandonment and exchange of eers3mentsi NOW THEREFORE: AUGUSTA, its successors, assj-gns and lega1 representatives, does tre:reby abandon Ehat section of the existing sanitary se$rer easement, fronr,)oint Ato Point B, shown as t'Easement c", on a two sheet pJ-at prepared b1' l{ & cSurveying, Inc. for The Board of Commissioners of Augusta-Richmonci r)ounty, dated November 10. 2015, and made a parE hereof, to which referencre is madefor a more accurate and complete description of the metes, bounds arrdcourses. AUGUSTA and does, by this documenL, convey any and all:lirJhts andprivileges it has, or may have, in and Eo that secEion of the exisit:-ng easement unto DEVELOPER; and rN EXCHANGE DEVEIJOPER, j-ts successors, assigns and 3-ega1 representatives, doe$ l:rerebygrant, bargain, seII and convey unto AUGUSTA, its successors, assi.gl:rs andIega1 represent,atives, a.n exclusive utility, access and maintenanc:e easement,s, 20 feet in width, as show:t on said pl-at,, marked'rEasem€lnl:, No. 1'rand I'Easement No. 2rralong with the pipeline and appurtenances cons'l:.ruct,ed Page 2 of 5 Attachment number 1 \nPage 2 of 9 Item # 4 wit,hin said easement; said easemenL being f or the purpose of layin'3 adding, relaying, expanding, ad.ding, installing, ext,ending, operatirrg, repairing and maint,aining pipelines t,ransporEing and carrying utilil:y services for AUGUSTA. DEVELOPER does also grant unto AUGUSTA, it,S SUCCeSSOTS, aSSigns arid 1egal representatives, Ehe right, but not the duty, to clear and keep cl.eirr all t,rees, undergrowth and other obsEructions from said easemenL, for a.LI purposes stated herej-n, along with the free right of ingress and eg::ess to and from said easement, for these purposes. DEVEL,OPER further grant,s unto AUGUSTA the right t,o stretch communi.cirtion lines, ot other Ij-nes, within bhe easements, for the use of AUGUSI'A its assigns, representatives, agents, and desigineeS, upon or under sai'd land, within said easements, with the necessary cables, wires, apparatusr, fixtures and. applj-ances,. and with the right to assign said easement in whole or in pare. DEVELOPER does agree that no other utility, pipeline, cables, wir€rs ' or other intrusions, may be consLructed within the aforesaid easements in perpetuity. AUGUSTA does hereby agree that DEVELOPER, ils successors, legaI representatives and assigns, shall have the right to use said parce.L of Land in any manner not inconsistent or interfering with the right'sr lrerein granted, excluding, however, the right to p3-ant, Lhereon any Erees o:t other vegetation Ehat may int,erfere with t,he l-aying, relaying, insEalling' adding, extending, operating, repairing and maintaining of pj-pelirres transtorting and carrying utility services. ALSO EXCLUDED is the r:Lght to erecE, construct or maintain thereon any buildings, structures, or r>ther permanent lmProvements. IN WITNESS WHEREOF, DEVELOPER and AUGUSTA have caused these preserltr] to be executed the day and year first above written as Lhe date of thes<: presents. Page 3 of 5 Attachment number 1 \nPage 3 of 9 Item # 4 Signed, sealed and delivered in our presence: AUGUSTA VILI,AGE AT RIVERWATCII, I,LC By: Lur-,s"Srfr-x ^= ._ \ . t , 'i n-e ". .-\, -1-t -Md_ county, stat,e otrAilLW (NoEary Seal-) My Commission Expires ,e*, 1lotl Attest, z ,/ 1"., N ^ GTC RIVERWATCH, IJLC Bv: I L, fl@t,/ rirre, ? r.dl*f /) tA/thn CounEy, St,ate --My Commission Expires:ffi ,"r"W / Printed Name: Print,ed Name: Title, fl".- , NOTARY PUBLIC STATE OF NEW JERSEY ritle ,€Xrru l- Attachment number 1 \nPage 4 of 9 Item # 4 ACCEPTED: AUGUSTA, GEORGIA By: WITNESg Hardie Davis , ,Jt. As It,s: MaYor NOTARY PUBLTC Rictrmond County, Georgia My Commission ExPires: (Not,ary Seal) Page 5of5 Attest: Clerk of Commission (SEAL) Attachment number 1 \nPage 5 of 9 Item # 4 STATE OF GEORGIA COUNTY OF RICHMOND MAINTENANCE AGREEMENT GEORGIA THEATRE and AUGUSTA VILLAGE AT RIVERWATCH Parcel ldentification Numbers 008-2-002-00-0 and 008-0-01 0-1 0-0 (A Section of Sanitary Sewer System) THlSAGREEMENT,enteredintothisdayof-,2016,byarrd bEtwCEn AUGUSTA VILLAGE AT RIVERWATCH, LLC and GTC RIVERWATCH, LLC, hereinafter referred to as the'DEVELOPER", and AUGUSTA, GEORGIA, a political subdiyisiion of the State of Georgia, hereinafter refened to as .AUGUSTA": WTNESSETH WHEREAS, the DEVELOPER has requested that AUGUSTA accept a newly rerouterl and relocated section of gravity sanitary sewer system, on the above referenced parcels of li;nd, as shown by the Easement Deed of Dedication, contemporaneously tendered and recordcd in the office of the Clerk of the Superior Court of Richmond County, Georgia, with this docunrerrt; and WHEREAS, AUGUSTA has adopted a policy requiring the DEVELOPER to maintarin those installations and systems laid or installed in the said subdivision, which AUGUSTA doers accept by Deed, for a period of eighteen (18) months; NOW THEREFORE, in consideration of the premises, the expense previously incurrrird by the DEVELOPER and the mutual agreement hereinafter set out, lT lS AGREED that: (1) AUGUSTA accepts the section of gravity sanitary sewer system for the Gecrgia Theatre development (hereinafter referred to as'improvements'), respectively described in sirid Deed of Dedication contemporaneously tendered herewith to the Augusta-Richmond County Commission. Attachment number 1 \nPage 6 of 9 Item # 4 (2) The DEVELOPER agrees to maintain said improvements for a period of ei1ih1:een (18) months from the date of the approval of this document by the Augusta-Richmond Count:y Commission. (3) The DEVELOPER agrees that, if during the said eighteen month period therre is a failure of said improvements due to failure or poor workmanship, the DEVELOPER shall h,g responsible for adequate maintenance and repairs, and shall perform and complete such maintenance and repairs within a reasonable time, as determined by AUGUSTA. (4) ln the event of such failure of the improvements, AUGUSTA shall notify the DEVELOPER and set forth in writing the items in need of repair. The DEVELOPER shall present, within fifieen (15) business days of the date of said writing, its proposed plan of rrirp;;tir and shall have the repairs completed in a reasonable time, as determined by AUGUSTA. (5) lf, in the event of an emergency, as determined by AUGUSTA, the DEVELT:)F'ER is unable to respond in a timely manner, AUGUSTA shall be authorized to erect banicadeti, traffic direction devices and such other temporary measures as are necessary to remedy lher emergency nature of the problem at the DEVELOPER'S expense and allow the DEVELOII:P|I time to make the needed repairs. (6) ln the event the DEVELOPER fails to comply with the terms of this agreemttnl, then AUGUSTA shall proceed to have the necessary corrective work done, and the DEVELOPER agrees to be responsible to AUGUSTA for payment, in full, of the costs of repairing the improvements due to failure of material or poor workmanship as liquidated damages. lN WITNESS WHREOF, the DEVELOPER has hereunto set its hand and seal and AUGUSTA has caused the execution of this agreement by and through its duly authorized officers and agents, with its seal affixed, the day and year first written above. Signed, sealed and deliver, in the presence of, AUGUSTA VILLAGE AT RIVERWATCH, LL$ ev, (t cx$*\\.-t-=-\J Title:@'"tl 1fu";county, state orfuit-fia,y,,1 g My Commission Expire s: fr r* . 2, 2D r'7 (Notary Seal) NOTARY PUBLIC STATE 0F NEW i,ERSEY Attachment number 1 \nPage 7 of 9 Item # 4 GTC RIVERWATCH, LLC By: g//r-countv, state or Ary My Commission Expire r, 4/J/ /,a ritre: ?ca.. Ar^f NOTARY PUBLIC Attachment number 1 \nPage 8 of 9 Item # 4 ACCEPTED: NOTARY PUBLIC State of _ Courrty of My CommissionExpires (Notary Seal) AUGUSTA, GEORGIA By: Hardie Davis, Jr. As its Mayor Attost: Clerk of Commission (sEAL) I Attachment number 1 \nPage 9 of 9 Item # 4 Attachment number 2 \nPage 1 of 2 Item # 4 Attachment number 2 \nPage 2 of 2 Item # 4 Engineering Services Committee Meeting 4/12/2016 1:15 PM Berckmans Road Phase II - 8” Water Main Project Department:AUD Presenter:Tom Wiedmeier Caption:Consider proposal from Pond & Company to provide engineering design services for the Berckmans Road Phase II 8” Water Main project in the amount of $36,840.00. Background:The City of Augusta is currently engaged in the re-alignment and widening of Berckmans Road. The Utilities Department has water lines that will be in conflict with new roadway and will need to mitigate the conflict(s). Pond and Company is currently designing the road realignment and widening for the City of Augusta. They have a thorough knowledge of the project requirements and have already performed surveys and completed preliminary road designs. It would be effective for Pond and Company to perform the water main design in conjunction with the roadway design. At the Utilities Department’s request, Pond & Company submitted the attached proposal to design the Berckmans Road Phase II 8” Water Main project. Analysis:The Utilities Department has evaluated the Pond & Company proposal and has determined the proposed fee of $36,840.00 to be fair and reasonable to perform the scope of work. Financial Impact:Funds are available in 511043410-5212115 / 81600010-5212115. Alternatives:No alternatives are recommended. Recommendation:We recommend approval to enter into a contractual agreement with Pond & Company to provide engineering design services for the Berckmans Road Phase II 8” Water Main project for a fee not to exceed $36, 840.00. Funds are Available in the Following Funds are Available in the Following Accounts: 511043410- Cover Memo Item # 5 Accounts:5212115 / 81600010-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 5 Start of Project End of Project Wheeler B o y S c o u t Ashlan d Kemp Ingleside Highland Hazel Royal First Allen H e n d e r s o n Oakland Monte Sano Margate Yorkshire Porter Berry P al m e r Magnolia Farrar W ellin gto n B ethel Wicklow B utler Downing Second Walters Grady Rockbrook T u p e l o Loyola Fleming Hackle Basin Coventry Wi l l o w R i d g e Delano Keeling Peachtree Ind ian Co ve Lawrence Earl Blount Lawton Bu r d a s h a w Conselye a Bergen Langley Shadowbrook M i d d l e t o n Chap m an Oakland Hazel RoyalRoyal Augusta, GA DisclaimerThis data represented on this map has been compiled by the best method available. Accuracy is contingent upon the source information as compiled by various agencies and departments both internal and external to the consolidated government of Augusta, GA. Augusta, GA and the companies contracted to develop this data assume no legal responsibilities for the information or accuracy contained on this map. It is strictly forbidden to sell or reproduce these maps or data for any reason without the written consent of the Augusta-Richmond County Commission. Augusta Utilities Department Created: Michele Bryce on 14 January, 2016 Berckmans Rd project area Attachment number 1 \nPage 1 of 1 Item # 5 Attachment number 2 \nPage 1 of 1 Item # 5 1 OF 26 REVISION DATE: June 2006 STATE OF GEORGIA RICHMOND COUNTY MAJOR PROJECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT CONSULTANT: Pond & Company 3500 Parkway Lane, Suite 600 Norcross, GA 30092 PROJECT: Berckmans Road New 8” Waterline- Phase II DATE EXECUTED: DATE COMPLETED: Attachment number 3 \nPage 1 of 26 Item # 5 2 OF 26 REVISION DATE: June 2006 STATE OF GEORGIA RICHMOND COUNTY MAJOR PROJECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT This Agreement is made and entered into this ______ day of _ ___________, 2016 by and between AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the “CITY” and POND & COMPANY, a Corporation authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish professional services for: Design services for Berckmans Road New 8” Waterline- Phase II and, WHEREAS, the CONSULTANT has represented to the CITY that it is experienced and qualified to provide the services contained herein and the CITY has relied upon such representation. NOW, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is agreed by and between the CITY and the CONSULTANT that: Attachment number 3 \nPage 2 of 26 Item # 5 3 OF 26 REVISION DATE: June 2011 GENERAL PROVISIONS CONSULTANT has agreed, in this Agreement with CITY to procure the services of licensed design professionals, to provide the engineering services required to provide professional engineering and design services for the Project in accordance with the requirements as outlined in and attached as Attachment A – Scope of Services and other relevant data defining the Project. CONSULTANT COORDINATION The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility companies, and other consultants as directed by the CITY. CONSULTANT and all relevant parties agree to work together on the basis of trust, good faith and fair dealing, and shall take actions reasonably necessary to enable each other to perform this Agreement in a timely, efficient and economical manner. All parties agree to cooperate in a manner consistent with good design practice and will exercise the degree of skill and diligence normally employed by professional engineers or consultants practicing under similar conditions. CONSULTANT will re-perform any services not meeting this standard without additional compensation. AMENDMENTS TO AGREEMENT Every amendment to the Scope of Services shall become and is hereby made a part of this Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be valid. REDUCTION IN REQUIRED SERVICES If reductions in the required services are ordered by CITY, the credits shall be the amounts for such services as described in subsequently executed Amendments to this Agreement, and no claim for damages for anticipated profits shall accrue to the CONSULTANT. DATE CHANGES If in this Agreement specific periods of time for rendering services are set forth or specific dates by which services are to be completed are provided and if such periods of time or dates are changed through no fault of CONSULTANT, the rates and amounts of compensation provided for herein shall be subject to equitable adjustment. AGREEMENT MODIFICATIONS This Agreement shall not be modified except by a duly executed Amendment hereto in writing under the hands and seals of both parties hereto. TIME OF COMPLETION The time of completion shall be as described in the schedule attached hereto as Attachment D - Schedule. Attachment number 3 \nPage 3 of 26 Item # 5 4 OF 26 REVISION DATE: June 2011 This Agreement shall terminate immediately and absolutely at such time as appropriated and otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT on behalf of the CITY under this Agreement. However, CONSULTANT will be compensated for all work prior to termination of contract even if the CITY has obligated the funds to other projects. PROJECT PROGRESS CONSULTANT'S services and compensation under this Agreement have been agreed to in anticipation of the orderly and continuous progress of the Project through completion. LITIGATION Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear, support, prepare, document, bring, defend or assist in litigation either undertaken or defended in behalf of the CITY except in consideration of compensation. All such services required or requested of CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be reimbursed as additional services. BINDINGS It is further agreed that the CITY and CONSULTANT each binds itself and themselves, its or their successors, executors, administrators and assigns to the other party to this Agreement and to its or their successors, executors and assigns in respect to all covenants of this Agreement. Except as above, neither CITY nor the CONSULTANT shall assign, sublet or transfer its or their interest in this Agreement without prior written consent of the other party hereto. EXTENT OF THE AGREEMENT This Agreement represents the entire agreement between CITY and CONSULTANT and supersedes all prior negotiations, representations and agreements, either written or oral. Attachment number 3 \nPage 4 of 26 Item # 5 5 OF 26 REVISION DATE: June 2011 DEFINITIONS Wherever used in this Agreement, whether in the singular or in the plural, the following terms shall have the following meanings: Agreement Execution - means the date on which CONSULTANT executes and enters into an Agreement with CITY to perform the Work. Agreement Price - means the total monies, adjusted in accordance with any provision herein, payable to the CONSULTANT under this Agreement. CITY –means a legal entity AUGUSTA, Georgia, a political subdivision of the State of Georgia. CONSULTANT - means the party or parties contracting directly with the CITY to perform Work pursuant to this Agreement. Contract - means the Agreement Documents specifically identified and incorporated herein by reference. Contract Time - means the period of time stated in this Agreement for the completion of the Work. Subcontractor - means any person, firm, partnership, joint venture, company, corporation, or entity having a contractual agreement with CONSULTANT or with any of its subcontractors at any tier to provide a part of the Work called for by this Agreement. Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjustment in the Agreement Price or the Contract Time, issued after execution of this Agreement. Task Order – means a written order specifying a Scope of Services, time of completion and compensation limit for services being provided by CONSULTANT. Task Orders shall be incorporated by reference as part of the Supplemental Conditions of this Agreement. Work - means any and all obligations, duties and responsibilities, including furnishing equipment, engineering, design, workmanship, labor and any other services or things necessary to the successful completion of the Project, assigned to or undertaken by CONSULTANT under this Agreement. Attachment number 3 \nPage 5 of 26 Item # 5 6 OF 26 REVISION DATE: June 2011 CONTRACT DOCUMENTS List of Documents The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements, including Task Orders shall constitute the Agreement Documents (the “Agreement”). Conflict and Precedence The Agreement Documents are complementary, and what is called for by one is as binding as if called for by all. In the event there are any conflicting provisions or requirements in the component parts of this Agreement, the several Agreement Documents shall take precedence in the following order: 1. Agreement – Including Attachments 2. General Conditions 3. Supplemental Conditions – Including Task Orders Attachment number 3 \nPage 6 of 26 Item # 5 7 OF 26 REVISION DATE: June 2011 GENERAL CONDITIONS 1. COMMENCEMENT OF WORK The performance of services as defined in the Prime Agreement between CONSULTANT and the CITY, and herein described in this Agreement as Attachment A shall be commenced upon receipt by the CONSULTANT of a written Notice To Proceed. The effective date of services shall be defined in the Notice To Proceed. 2. PROFESSIONAL STANDARDS The standard of care for all services performed or furnished by CONSULTANT under this Agreement will be the level of care and that is ordinarily used by members of CONSULTANT’S profession practicing under similar conditions. 3. CHANGES AND EXTRA WORK The CITY may, at any time, request changes in the work to be performed hereunder. All such changes, including any increase or decrease in the amount of the CONSULTANT’s compensation, which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be incorporated in written Supplemental Agreements to the Agreement. Changes that involve an increase in the compensation shall be considered major, and require the approval of the CITY. 4. PERSONNEL The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel necessary to complete this Agreement; none of whom shall be employees of, or have any contractual relationship with, the CITY. All of the services required hereunder will be performed by the CONSULTANT under its supervision, and all personnel engaged in the work shall be qualified and shall be authorized or permitted under law to perform such services. All key professional personnel, including subcontractors, engaged in performing services for the CONSULTANT under this agreement are indicated in a personnel listing attached hereto as Attachment C – Listing of Key Personnel and incorporate herein by reference. No changes or substitution shall be permitted in the CONSULTANT’s Key Personnel without the prior written approval of the CITY or his designee. The CONSULTANT shall employ only persons duly registered in the appropriate category in responsible charge of supervision and design of the work. The CONSULTANT shall endorse all reports, contract plans, and survey data. Such endorsements shall be made by a person duly registered in the appropriate category by the Georgia State Board of Registration for Professional Engineers and Land Surveyors, being in the full employ of the CONSULTANT and responsible for the work prescribed by this Agreement. Attachment number 3 \nPage 7 of 26 Item # 5 8 OF 26 REVISION DATE: June 2011 5. ACCURACY OF WORK The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct errors and omissions in its plans and specifications without additional compensation. The CONSULTANT shall give immediate attention to these changes so there will be a minimum of delay to others. Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility for subsequent correction of any errors and the clarification of any ambiguities. 6. CONFIDENTIALITY The CONSULTANT agrees that its conclusions and any reports are for the confidential use and information of the CITY and that it will not disclose its conclusions in whole or in part to any persons whatsoever, other than to submit its written documentation to the CITY, and will only discuss the same with it or its authorized representatives. Upon completion of this Agreement term, all documents, drawings, reports, maps, data and studies prepared by the CONSULTANT pursuant thereto shall become the property of the CITY and be delivered thereto. Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or results and findings of the work conducted under this Agreement shall not be presented publicly or published without prior approval in writing of the CITY. It is further agreed that if any information concerning the PROJECT, should be released by the CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds for termination of this Agreement without indemnity to the CONSULTANT, but should any such information be released by the CITY or by the CONSULTANT with such prior approval, the same shall be regarded as public information and no longer subject to the restrictions of this Agreement. 7. OPEN RECORDS CONSULTANT acknowledge that all records relating to this Agreement and the services to be provided under the contract may be a public record subject to Georgia’s Open Records Act (O.C.G.A. § 50-18-70, et seq.). CONSULTANT shall cooperate fully in responding to such request and making all records, not exempt, available for inspection and copying as provided by law. 8. JURISDICTION The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT with regard to its interpretation and performance, and any other claims related to this agreement. All claims, disputes and other matters in question between CITY and CONSULTANT arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically consents to jurisdiction and venue in Richmond County and waives any right to contest the jurisdiction and venue in the Superior Court of Richmond County, Georgia. Attachment number 3 \nPage 8 of 26 Item # 5 9 OF 26 REVISION DATE: June 2011 9. TERMINATION OF AGREEMENT FOR CAUSE If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the CONSULTANT shall violate any of the covenants, agreements or stipulations of this Agreement, CONSULTANT will be given the opportunity to commence correction of obligation within 5 days of written notice and diligently complete the correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed, or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause for termination. The CITY shall thereupon have the right to terminate this Agreement by giving written notice to the CONSULTANT of such termination, and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished documents, maps, data, studies, work papers and reports prepared by the CONSULTANT under this Agreement shall become the property of the CITY, and the CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents, as mutually agreed by the CITY and CONSULTANT. 10. TERMINATION FOR CONVENIENCE OF THE CITY The CITY may terminate this contract in part or in whole upon written notice to the CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract up to the time of termination. 11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND CONSULTANTS CONSULTANT shall thoroughly research all utility records to identify the existing facilities on the submitted roadway plans for avoidance, or resolution, of conflicts with the proposed Scope of Services. If the CITY undertakes or awards other contracts for additional related work, the CONSULTANT shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed committee(s), and carefully fit its own work to such additional work as may be directed by the CITY. The CONSULTANT shall not commit or permit any act which will interfere with the performance of work by any other CONSULTANT or by CITY employees. 12. COVENANT AGAINST CONTINGENT FEES The CONSULTANT warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by CONSULTANT for the purpose of securing business and that the CONSULTANT has not received any non-CITY fee related to this Agreement without the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. Attachment number 3 \nPage 9 of 26 Item # 5 10 OF 26 REVISION DATE: June 2011 13. RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULTANT shall be responsible for any and all damages to properties or persons caused by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever to the extent found to be resulting from the CONSULTANT, its subcontracts, or agent in the negligent performance or non-performance of work under this Agreement. These indemnities shall not be limited by reason of the listing of any insurance coverage. 14. INSURANCE The CONSULTANT shall, at all times that this Agreement is in effect, cause to be maintained in force and effect an insurance policy(s) that will ensure and indemnify the CITY against liability or financial loss resulting from injuries occurring to persons or property or occurring as a result of any negligent error, act, or omission of the CONSULTANT in performance of the work during the term of this Agreement. The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits of not less than: A. Workmen’s Compensation Insurance – in accordance with the laws of the State of Georgia. B. Public Liability Insurance – in an amount of not less that One Million ($1,000,000) Dollars for injuries, including those resulting in death to any one person, and in an amount of not less than One Million ($1,000,000) Dollars on account of any one occurrence. C. Property Damage Insurance – in an amount of not less than One Million ($1,000,000) Dollars from damages on account of an occurrence, with an aggregate limit of One Million ($1,000,000) Dollars. D. Valuable Papers Insurance – in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the Project. E. Professional Liability Insurance – in an amount of not less than One Million ($1,000,000) Dollars or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000. CITY will be named as an additional insured with respect to CONSULTANT’s liabilities hereunder in insurance coverage’s identified in items (b) and (c). The policies shall be written by a responsible company(s), to be approved by the CITY, and shall be noncancellable except on thirty-(30) days' written notice to the CITY. Such policies shall name the CITY as co-insured, except for worker's compensation and professional liability policies, and a copy Attachment number 3 \nPage 10 of 26 Item # 5 11 OF 26 REVISION DATE: June 2011 of such policy or a certificate of insurance shall be filed with the Director at the time of the execution of this Agreement. 15. PROHIBITED INTERESTS 15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall acquire no interest, direct or indirect, that would conflict in any manner or degree with the performance of its services hereunder. The CONSULTANT further agrees that, in the performance of the Agreement, no person having such interest shall be employed. 15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. 15.3 Employment of CITY’s Personnel: The CONSULTANT shall not employ any person or persons in the employ of the CITY for any work required by the terms of the Agreement, without the written permission of the CITY except as may otherwise be provided for herein. 16. SUBCONTRACTING The CONSULTANT shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the CITY's prior written approval of the subcontractor. All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set forth in this Agreement. 17. ASSIGNABILITY The CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its rights, obligations, benefits, liabilities or other interest under this Agreement without the written consent of the CITY. 18. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the CONSULTANT will not discriminate against any employee or applicant for employment because of race, creed, color, sex or national origin; (2) the CONSULTANT will, in all solicitations or advertisements for employees placed by qualified applicants, receive consideration for employment without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so that such provision will be binding upon each subcontractor, provided that the foregoing provision shall not apply to contracts or subcontracts for standard commercial supplies of raw materials. 19. DRUG FREE WORK PLACE Attachment number 3 \nPage 11 of 26 Item # 5 12 OF 26 REVISION DATE: June 2011 CONSULTANT shall be responsible for insuring that its employees shall not be involved in any manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a controlled substance in the workplace. For purposes of the policy, “workplace” is defined as CITY owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may result in discipline and/or immediate discharge. CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal drug statute conviction for workplace violation. CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. 20. ANTI-KICKBACK CLAUSE Salaries of architects, drafters, engineer’s, and technicians performing work under this Agreement shall be paid unconditionally and not less often than once a month without deduction or rebate on any account except only such payroll deductions as are mandatory by law. The CONSULTANT hereby promises to comply with all applicable "Anti-kickback" laws, and shall insert appropriate provisions in all subcontracts covering work under this Agreement. 21. AUDITS AND INSPECTORS At any time during normal business hours and as often as the CITY may deem necessary, the CONSULTANT shall make available to the CITY and/or audit representatives of the CITY for examination all of its records with respect to all matters covered by this Agreement. It shall also permit the CITY and/or representatives of the audit, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. The CONSULTANT shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the Project and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement, and for three years from the date of final payment under the Agreement, for inspection by the CITY or any reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee, or transferee. 22. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE All documents and materials prepared as an instrument of service pursuant to this Agreement are the property of the CITY. The CITY shall have the unrestricted authority to publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials prepared under this Agreement without according credit of authorship. The CITY shall hold harmless the CONSULTANT against all claims arising out of such use of documents and materials without the CONSULTANT’s knowledge and written consent. 23. VERBAL AGREEMENT OR CONVERSATION Attachment number 3 \nPage 12 of 26 Item # 5 13 OF 26 REVISION DATE: June 2011 No verbal agreement or conversation with any officer, agent, or employee of the CITY, either before, during, or after the execution of this Agreement, shall affect or modify any of the terms or obligations herein contained, nor shall such verbal agreement or conversation entitle the CONSULTANT to any additional payment whatsoever under the terms for this Agreement. All changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above. 24. INDEPENDENT CONTRACTOR The CONSULTANT shall perform the services under this Agreement as an independent contractor and nothing contained herein shall be construed to be inconsistent with this relationship or status. Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or any of its agents or employees to be the agent, employee, or representative of the CITY. 25. NOTICES All notices shall be in writing and delivered in person or transmitted by certified mail, postage prepaid. Notices shall be addressed as follows: CITY: CONSULTANT: ADMINISTRATOR KEVIN HENDRIX, PE AUGUSTA, GEORGIA POND & COMPANY 530 Greene Street 3500 Parkway Lane, Suite 600 Augusta, GA 30911 Norcross, GA 30092 Copy to: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 360 Bay Street, Suite 180 Augusta, GA 30901 26. TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT To the extent that it does not alter the scope of this agreement, Augusta, GA may unilaterally order a temporary stopping of the work, or delaying of the work to be performed by CONSULTANT under this agreement. 27. DEFECTIVE PRICING To the extent that the pricing provided by CONSULTANT is erroneous and defective, the parties may, by agreement, correct pricing errors to reflect the intent of the parties. 28. SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE CONSULTANT is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be equitably adjusted. Attachment number 3 \nPage 13 of 26 Item # 5 14 OF 26 REVISION DATE: June 2011 29. HOLD HARMLESS Except as otherwise provided in this agreement, CONSULTANT shall indemnify and hold harmless Augusta, GA, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys’ fees, arising out of or resulting from the negligent performance of its Work. 30. GEORGIA PROMPT PAY ACT NOT APPLICABLE The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act. 31. RIGHT TO INSPECT PREMISES Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work site of CONSULTANT or any subcontractor of CONSULTANT or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. 32. E-VERIFY All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization program. All contractors and subcontractors must provide their E-Verify number and must be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13- 10-91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each subcontractor’s E-Verify number as evidence of verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit provided in Rule 300-10-01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services. 33. LOCAL SMALL BUSINESS LANGUAGE In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1-10-129(d)(7), for all contracts where a local small business goal has been established, the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in Attachment number 3 \nPage 14 of 26 Item # 5 15 OF 26 REVISION DATE: June 2011 the format specified by the Director of minority and small business opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment from the contractor and/or collecting liquidated damages. 34. ACKNOWLEDGEMENT “Consultant acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Consultant is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of Consultant's provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the Consultant may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Consultant agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the Consultant provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by Consultant. Consultant assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. [SIGNATURES ON FOLLOWING PAGE] Attachment number 3 \nPage 15 of 26 Item # 5 16 OF 26 REVISION DATE: June 2011 IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below: CITY: CONSULTANT: AUGUSTA, GEORGIA (CITY) POND & COMPANY BY: BY: PRINTED NAME: Hardie Davis, Jr. PRINTED NAME: Ron Osterloh AS ITS: MAYOR AS ITS:: Principal/Vice-President ATTEST CLERK: ATTEST: PRINTED NAME: PRINTED NAME AS ITS: Clerk of Commission AS ITS:: Principal DATE: DATE: Copy To: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 360 Bay Street, Suite 180 Augusta, GA 30901 Attachment number 3 \nPage 16 of 26 Item # 5 17 OF 26 REVISION DATE: June 2006 CONSULTANT’S RESPONSIBILITIES CONSULTANT , in order to determine the requirements of the Project, shall review the information in Attachment A – Scope of Services. CONSULTANT shall review its understanding of the Project requirements with CITY and shall advise CITY of additional data or services which are not a part of CONSULTANT’s services, if any, necessary for design to begin. PROJECT UNDERSTANDING Upon request from the CONSULTANT, CITY may provide all criteria and full information as to CITY's and CONSULTANT'S requirements for this part of the project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expendability, and any budgetary limitations. CONSULTANT may request from the CITY to furnish data, reports, surveys, and other materials that may be relied upon in performing CONSULTANT'S services. REVIEW OF WORK Authorized representatives of the CITY may at all reasonable times review and inspect the project activities and data collected under the Agreement and amendments thereto. All reports, drawings, studies, specifications, estimates, maps and computation prepared by or for the CITY in association with this Agreement shall be subject to review. The CITY may at any time request progress reports, prints or copies of any work performed under this Agreement. Refusal by the CONSULTANT to submit progress reports and/or plans shall be cause to withhold payment to the CONSULTANT until the CONSULTANT complies with the CITY’s request in the regard. The CITY’s review recommendations shall be incorporated into the plans by the CONSULTANT. CONSULTANT'S INSURANCE CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as specified in General Condition 14 – Insurance. Attachment number 3 \nPage 17 of 26 Item # 5 18 OF 26 REVISION DATE: June 2011 CITY’S RESPONSIBILITES CITY-FURNISHED DATA CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULTANT's services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. RIGHT TO ENTER The CONSULTANT will notify all property owners or occupants of the intent to enter properties for the purpose of accomplishing work in accordance with the practices of the CITY. The CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of intent to enter private property. Upon request by the CONSULTANT, the CITY will provide the necessary documents identifying the CONSULTANT as being in the employ CITY for the purpose described in the Agreement. ADVERTISEMENTS, PERMITS, AND ACCESS Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for CONSULTANT's services or PROJECT construction. TIMELY REVIEW CITY will examine CONSULTANT's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required by CITY in a timely manner. PROMPT NOTICE CITY will give prompt written notice to CONSULTANT whenever CITY observes or becomes aware of any development that affects the scope or timing of CONSULTANT's Services, or of any defect in the work of CONSULTANT or construction contractors. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. LITIGATION ASSISTANCE The Scope of Services does not include costs of CONSULTANT for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by CITY. All such Services required or requested of CONSULTANT by CITY, except for suits or claims between the parties to this AGREEMENT, will be reimbursed as additional services. Attachment number 3 \nPage 18 of 26 Item # 5 19 OF 26 REVISION DATE: June 2011 ATTACHMENT A – SCOPE OF SERVICES PROJECT DESCRIPTION: Professional services for the design of the proposed 8” water main to be installed within the proposed ROW and in conjunction with phase II of the re-alignment of Berckmans Road. Phase II consists of roadway improvements along Berckmans Road from Wheeler Road to Wicklow Drive. The road re-alignment project is currently being designed by Pond & Company under a separate agreement with the City, so the water main project will be coordinated internal but designed as a standalone set of bid / construction documents for your use. DESIGN OBJECTIVES: Task 1 – Base Plan / Data Gathering Services under this Task are defined as follows:  Using survey and GIS data, along with the proposed design plans for the roadway project, Pond & Company will create an ACAD base plan for use on this project. No additional survey or utility locating is included in this proposal.  Pond & Company will need confirmation from the client that the existing water line size is adequate. No flow calculations are included in this contract.  Copies of base plan prepared as part of this Task will be provided to the client for their records. Task 2 – Preliminary Design Services under this Task are defined as follows:  Utilizing the information from TASK 1, Pond & Company will design a Preliminary routing (horizontal only) for the client to review. Aside from the routing, proposed connection points, fire hydrant locations, and potential conflicts will be noted.  Preliminary design will be coordinated with the proposed roadway design to identify any areas of concern. It is assumed that the proposed routing and tie-ins will occur within the existing / proposed ROW or easements.  The Preliminary design will be provided to the client for their review. After a review period, Pond & Company will meet with the client at the Client’s office for discussion of any comments and to resolve any outstanding items / concerns prior to proceeding to TASK 3.  Copies of final documents prepared as part of this Task will be provided to the client for their records. Task 3 – Construction Plans and Permitting Services under this Task are defined as follows:  Using client approved Preliminary Plan from TASK 2, Pond & Company will complete the detailed design of the proposed water main. Since the water main will be constructed within the limits of disturbance of the proposed roadway project, and will also be installed simultaneously, no additional NDPES or erosion control design / permitting is proposed. Disturbance for the water main work only will be less than 1 acre.  Pond & Company will prepare the required permit applications, checklists, etc. required to make submission to the City. All application / permit related fees are the client’s responsibility.  Pond & Company will prepare Construction Plans for submission to the City for their review, in accordance with their permit application process. The Client may wish to use these documents to Attachment number 3 \nPage 19 of 26 Item # 5 20 OF 26 REVISION DATE: June 2011 obtain preliminary pricing, but is reminded that until the plans are approved by the City changes may occur that could impact the final construction cost.  Pond & Company will address City comments related to the proposed design and make required revisions. City requests for information beyond the scope of this proposal may require additional survey / engineering services. Prior authorization for these additional services will be requested prior to proceeding.  An engineer’s estimate of probable construction cost will be provided to the client.  Two meetings (either on-site or at the City) are included in this TASK if required.  Copies of final documents, including applications, prepared as part of this Task will be provided to the client for their records. Task 4 – Bid Support Services under this Task are defined as follows:  Pond & Company will assist the client in the assembling the project documents for bidding.  Pond & Company will respond, through the client, to RFIs submitted during the bidding process. Revisions to the project documents will be made where necessary to adequately address the RFIs. It is assumed that the documents will not need to be formally re-permitted based on the RFI responses.  Pond & Company will attend the project Pre-Bid Meeting.  Copies of any amended final documents, prepared as part of this Task, will be provided to the client for their records. Task 5 – Record Drawings Services under this Task are defined as follows:  Pond & Company will produce record drawings based upon redlines from the contractor for both the phase II waterline design scope covered by this contract, and the phase I waterline design (previously completed by Pond under separate contract).  No as-built survey or field investigation/observation is included; record drawings will be based solely on markups to the design drawings from the contractor.  PDF’s and AutoCAD files will be provided to the client for their records. Attachment number 3 \nPage 20 of 26 Item # 5 21 OF 26 REVISION DATE: June 2011 ATTACHMENT B - COMPENSATION The CITY shall compensate the CONSULTANT for services, which have been authorized by the CITY under the terms of this Agreement. The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY and accompanied by all support documentation requested by the CITY, for payment for the services, which were completed during the billing period. The CITY shall review for approval said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs requested or a part thereof, as determined solely by the CITY, are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not considered to be evidence of performance by the CONSULTANT to the point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by such invoice. The CITY shall pay any undisputed items contained in such invoices. Each invoice shall be accompanied by a letter progress report describing the total work accomplished for each phase and any problems, which have been encountered, which may inhibit execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and an itemized description of the percentage of total work completed for each phase during the billing period. When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task Order, it agrees to pay the CONSULTANT for work completed, on the basis of the standard billing rates shown in Attachment B to the Contract of those principals and employees engaged directly on the work. Compensation for design services shall be invoices based on the sum of all actual costs incurred in the performance of the work, including all direct, payroll, overall and profit cost in an amount not-to-exceed the compensation set forth in the terms of the Agreement or any authorized Task Order. All invoices submitted by the CONSULTANT shall be detailed to reflect incurred expenses, labor hours and costs by authorized Task. Overtime may be performed at the discretion of the CONSULTANT, but the premium time portion of the overtime will not be billed to the CITY unless the CONSULTANT has requested acceleration of the scheduled work in writing. Pond & Company proposes to complete the professional services specifically stated above for the lump sum fees listed below: 1. Task I – Base Plan/Data Gathering $ 4,210 2. Task II – Preliminary Design $ 8,860 3. Task III –Construction Plans and Permitting $ 16,280 4. Task IV –Bid Support $ 3,940 5. Task V—Record Drawings $ 3,550 Total Civil Design Fee: $ 36,840 Attachment number 3 \nPage 21 of 26 Item # 5 22 OF 26 REVISION DATE: June 2011 ATTACHMENT C – LISTING OF KEY PERSONNEL CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel below, including a designated Program Manager will not change or be reassigned without the written approval of the CITY. Those personnel committed for this work are as follows: Name Title Email Kevin Hendrix, PE Project Manager HendrixK@pondco.com Bob Williams, PE Program Manager/Principal WilliamsB@pondco.com Ron Osterloh, PE Vice-President/Principal OsterlohR@pondco.com Christian Maiocco, EIT Design Engineer MaioocoC@pondco.com John Jordan Designer/Cad Tech JordanJ@pondco.com Attachment number 3 \nPage 22 of 26 Item # 5 23 OF 26 REVISION DATE: June 2011 ATTACHMENT D – SCHEDULE FOR PERFORMANCE Pond & Company is prepared to start on this project within 2 weeks of receipt of written authorization to proceed from the client. After starting work, the following is the anticipated duration of each task: Task Anticipated Duration 1—Base Plan/Data Gathering 3 weeks 2—Preliminary Design 3 weeks Review Period 2 weeks 3—Construction Plans and Permitting 3 weeks Review Period 2 weeks Revisions 1 week Ready for Construction: 14 weeks Task 4—Bid support 4 weeks (as needed during bid period) Task 5—Record Drawings 2 weeks (each phase-on receipt of contractor redlines) Attachment number 3 \nPage 23 of 26 Item # 5 24 OF 26 REVISION DATE: June 2011 CONSULTANT SERVICES As a part of this Agreement the CONSULTANT agrees to furnish the following checked items (CONSULTANT to initial in the space provided acknowledging responsibility to furnish said item). Prior to Authorization To Proceed:  Detailed Scope of Services based upon Schedule A of this Agreement to be submitted with Cost Proposal clearly defining the CONSULTANT’S understanding of the project limits, design objectives and CONSULTANT’S services to be provided.  Cost Proposal that will include cost of surveying, design, preparation of construction plans and specifications, and other services requested in the CITY’s Request for Proposal.  Schedule for submittal of review documents at 30%, 60%, and 90% completion; and final documents. Prior to submitting 30% review documents:  Locate all existing utilities using available information collected by the CONSULTANT. The CITY will furnish available information on water and sewer locations however the CONSULTANT must verify to CITY’S satisfaction.  Provide CITY with information on the project site(s), including the following:  Past and present use of the land (specifically identify any landfilling activities in the area); identify any nearby designated wetlands  Soil type(s)  Boring results when required by CONSULTANT for new facilities or where depth of line and existing site conditions warrant.  Brief description of the area (e.g., residential, commercial, industrial) including general slope of the land, and whether trees, signs, etc. will be in conflict with the new facilities. Include number of properties affected and number of easements required with property owners identified  Identification of potential problems in meeting design objectives.  Site Plan (If Required) Throughout project:  Prepare printed responses to comments received from the CITY following reviews.  Provide the necessary plats for easement acquisition and DOT/other permit application.  Prepare Public Works/DOT/Other permit applications for signature by the CITY.  Prepare and submit plans to EPD for review and approval when required. Attachment number 3 \nPage 24 of 26 Item # 5 25 OF 26 REVISION DATE: June 2011  Prepare plans and specifications, using Augusta Utilities Design Standards and Specifications (latest version). Specifications must mirror that provided by the CITY.  Prepare construction cost estimates at each review stage, 30%, 60%, 90%, and with the submittal of Final documents. Provide cost breakdown for any items to be lump sum in the construction contract. Upon completion of design:  Coordinate with the City Procurement Department to advertise the project.  Fax bid information to CITY.  Attend the Pre-Bid Meeting as a technical reference to the CITY.  Prepare letter of recommendation for award of the contract.  Develop conformed contract documents and forward to the CITY for execution.  Attend the pre-construction meeting as a technical reference to the CITY.  Provide clarification related to the plans/specifications throughout design and construction.  Provide record drawings at completion of the project electronically, per the Utilities Design Standards and Specifications (latest version).  Provide Services During Construction as follows:  Attend project meetings as scheduled by the CITY  Recommend design changes as field conflicts arise (site visits may be required)  Review and approval of pay requests from the construction Contractor (line of communication will be construction contractor to resident observer to CONSULTANT to CITY)  Provide clarification of plans and specifications throughout construction  Revise/update plans and/or easement plats as changes occur that require resubmittal to DOT/other agencies. AUGUSTA UTILITIES DEPARTMENT CONSULTANT BY: BY: PRINTED NAME: PRINTED NAME: TITLE: DIRECTOR TITLE: Principal DATE: DATE: Attachment number 3 \nPage 25 of 26 Item # 5 26 OF 26 REVISION DATE: June 2006 ADDITIONAL SERVICES: 1. Revisions to the plans/contract documents to extend the limits of the project after this AGREEMENT has been executed by the CITY. 2. Revisions due to incorrect locations of existing utilities by the CONSULTANT (i.e., correct location given by CITY, incorrectly marked on plans by engineer) will be the responsibility of the CONSULTANT. Other revisions required by the CITY, DOT, EPD, or other government agency at their request will be considered an additional service. 3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY. 4. Other not described above, as approved by the CITY. NOTE: It is the responsibility of the CONSULTANT as contracted by the CITY to provide professional surveying and engineering services. It is expected that such professionals will operate in a manner which assures the interests of the common welfare, rather than in a manner which promotes their own financial gain. It is expected that such professionals will act as a faithful agent for the CITY as a client. It is the duty of the CONSULTANT to protect the safety, health and welfare of the public in the performance of their professional duties. Attachment number 3 \nPage 26 of 26 Item # 5 Engineering Services Committee Meeting 4/12/2016 1:15 PM Condemnation: Terry and Betty Prince Tax Map -059; Parcel 320 Department:Law Presenter:AUD Caption:Motion to authorize condemnation of a portion of Tax Map 059, Parcel 320, due to liens on the subject property, which is owned by Terry Prince and Betty Prince, for a temporary construction easement in connection with the Discrepancy with the Right of Way of Martin Luther King Jr. Blvd., more particularly described as 232 square feet, more or less, of permanent utility and Ingress/Egress easement and 167 square feet, more or less, of temporary construction easement. Background:Condemnation proceedings should commence immediately because the city is under a Consent Decree to complete the project by a certain date. Analysis:Condemnation is required in order to acquire the property interest that is sought to be acquired. Financial Impact:The necessary costs will be covered by the project budget. The appraised value of the subject property is $71.00. Alternatives:Deny the authorization to condemn. Recommendation:Approve the authorization to condemn. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: G/L 512043420-5411120 J/L 81500050-5411120 REVIEWED AND APPROVED BY: Finance. Cover Memo Item # 6 Law. Administrator. Clerk of Commission Cover Memo Item # 6 Attachment number 1 \nPage 1 of 1 Item # 6 Engineering Services Committee Meeting 4/12/2016 1:15 PM Consider approving award of construction contract to Blair Construction, Inc. for the West Eagle Green Water Meter Replacement Project in the amount of $27,950.00. Bid item #15-241. Department:Utilities Presenter:Tom Wiedmeier Caption:Consider approving award of construction contract to Blair Construction, Inc. for the West Eagle Green Water Meter Replacement Project in the amount of $27,950.00. Bid item #15- 241. Background:The West Eagle Green Meter Replacement Project is needed because the existing water meter is not functioning to read water usage for the complex. This project will replace the meter and associated valves, and rehabilitate the meter vault. Analysis:Blair Construction, Inc. submitted an acceptable bid package and was the lowest responsive bidder. The Utilities Department evaluated the bid package and recommends awarding the contract to Blair Construction, Inc. in the amount of $27,950.00. Financial Impact:Funding in the amount of $27,950.00 is available from account 507043490-5425410 / 88886666-5425410 Alternatives:No alternatives are recommended. Recommendation:Utilities Department recommends approving the award of the construction contract to Blair Construction, Inc. for the West Eagle Green Water Meter Replacement Project in the amount of $27,950.00. Bid item #15-241. Funds are Available in the Following Accounts: $27,950.00 from account 507043490-5425410 / 88886666- 5425410 Cover Memo Item # 7 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 7 Vicinity Map N.T.S. SITE WEST EAGLE GREEN METER REPLACEMENT PROJECT N At t a c h m e n t n u m b e r 1 \ n P a g e 1 o f 1 It e m # 7 Invitation To Bid Sealed bids will be received at this office on Thursday, December 3, 2015 @ 3:00 p.m. for furnishing: Bid Item 15-242 West Eagle Green Meter Replacement Project for Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from ARC Southern. The fees for the plans and specifications which are non-refundable are $30.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.e-arc.com) at no charge through ARC Southern (706 821-0405) beginning Tuesday, November 3, 2015. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre Bid Conference will be held on Tuesday, November 17, 2015 @ 10:00 a.m. in the Procurement Department, 530 Telfair Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, November 18, 2015 @ 5:00 p.m. No bid will be accepted by fax, all must be received by mail or hand delivered. No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director CC William Rhinehart, Deputy Administrator Tom Wiedmeier, Utilities Department Deanna Davis, Utilities Department Revised: 1/12/2015 Attachment number 2 \nPage 1 of 1 Item # 7 Attachment number 3 \nPage 1 of 2 Item # 7 Attachment number 3 \nPage 2 of 2 Item # 7 UTILITIES DEPARTMENT TomWiedmeier, P.E. Director Deanna Davis, P.E. Assistant Director MEMO Geri Sams, Procurement DirectorTO: FROM: DATE: ST]BJECT: Tom Wiedmeier, PE, Utilities Director{f,U1 January 2612016 Bid ltem #15-24l,West Eagle Green Meter Replacement Project Recommendation for Award We have reviewed the two bids recently received for construction of the referenced project' The low bidder is Blair Construction, lnc. as indicated on the attached Bid Tabulation' Based upon the bid tabulation, we recommend that the project be awarded to Blair Construction' Inc. in the amount of $27,950.00. Please contact us at your convenience should you have any questions' Engineering Division 360 Bay Street, Suite 180 - Augusta' GA 30901 (706)3124132- Fax (706) 3124133 WWW.AUGUSTAGA.GOV Attachment number 4 \nPage 1 of 2 Item # 7 O e (Jo'5' LG co E Q)(J(! o-oGL OJ q) LoP(E =zco9Eh(,1ofo06(E<rrLPao6B cilc P o Eou0(!c(E (J(E LoU o(J Lo-6 oF oqoo\F a oocioc.(n Fl <.r} oqooo N {r} oq lnNr\ {r} oqoooro <f| oq rnN<toiN{} o.9 o-2cf oqoor\r\ <fi oqooo co <t\ oqooc.c{ <r\ oelnNr\ <1, oooooro <t> ds c .9E Pco(J '6 @ o.9 o. E oF oqoo<fd {./} oqooro. FlFl {t oqooFlj t> oodrrtnFl 1it oqooo)d <t\ oqortnr\N <tt oU o.tC oqoo<ld {J\ oq C (c F </ oqooF{ ?.1 let oqol/)<tel <t\ oqooqld <.r} riEc = Ih VIJ 1hJ v1J Itl) o(J Lc E' i6oti(! co6 oF EaiE= c(! fio Fl .{F{F{Fl E .9o LI6oo oJlclolvl6l (El cl Irl@ (E 3 .=(Eeo do =(! LB e1(! 0l-o. ilo,, olc -e ilEIoJlql6l(!loolct o_.-*cL 1'b96=EOEElo olo olo =l> o. lE3 lH rlE- ir.,le = >-oEo6 (!6C(! CLEc(U lz Ecoo6(J (J o)o (! 6a, (Jco- uo(ELLj:o 69(JEIr.Ioor4a-7cLf E':Es96olP9E0,, oo)9-oECLL6g =Q(c', ) 1) ooocL = Flctol E JL 6goU E)Itl o. E)J Eo = FlIthJ @Fl ahJ UFlItlJ oFlIv'tJ IJI F{ItlJ 9lttul(E1 co ooo(a a; (5cLlo)IPl< Attachment number 4 \nPage 2 of 2 Item # 7 BLAIR CONSTRUCTION ATTN: PATRICK DILLARD P. O. BOX 770 EVANS, GA 30809 BLAIR CONSTRUCTION ATTN: PATRICK DILLARD P. O. BOX 770 EVANS, GA 30809 BLAIR CONSTRUCTION ATTN: PATRICK DILLARD P. O. BOX 770 EVANS, GA 30809 QUALITY STORM WATER SOLUTIONS ATTN THERON SAPP P. O. BOX 1847 EVANS, GA 30809 QUALITY STORM WATER SOLUTIONS ATTN THERON SAPP P. O. BOX 1847 EVANS, GA 30809 QUALITY STORM WATER SOLUTIONS ATTN THERON SAPP P. O. BOX 1847 EVANS, GA 30809 CONTRACT MANAGEMENT INC ATTN: BARRETT BOWDEN/JAMES WILLIAMS 1827 KILLINGSWORTH ROAD AUGUSTA, GA 30904 CONTRACT MANAGEMENT INC ATTN: BARRETT BOWDEN/JAMES WILLIAMS 1827 KILLINGSWORTH ROAD AUGUSTA, GA 30904 CONTRACT MANAGEMENT INC ATTN: BARRETT BOWDEN/JAMES WILLIAMS 1827 KILLINGSWORTH ROAD AUGUSTA, GA 30904 EAGLE UTILITY ATTN TIM MCELROY 1350 BRANCH ROAD BISHOP, GA 30627 EAGLE UTILITY ATTN TIM MCELROY 1350 BRANCH ROAD BISHOP, GA 30627 EAGLE UTILITY ATTN TIM MCELROY 1350 BRANCH ROAD BISHOP, GA 30627 TOM WIEDMEIER, UTILITIES DEPARTMENT BAY STREET DEANNA DAVIS, UTILITIES DEPARTMENT BAY STREET STANLEY AYE, UTILITIES DEPARTMENT BAY STREET YVONNE GENTRY LSBOP BID ITEM 15-241 WEST EAGLE GREEN METER REPLACEMENT PROJECT FOR UTILITIES DEPARTMENT MAILED/FAXED 3 NOV. 2015 BID ITEM 15-241 WEST EAGLE GREEN METER REPLACEMENT PROJECT FOR UTILITIES DEPARTMENT BID DUE: THUR., 12/3/15 @ 3:00 P.M. Task Order Bid Item 15-241 pg. 1 of 1 Attachment number 5 \nPage 1 of 1 Item # 7 VENDORS BLAIR CONSTRUCTION 4308 EVANS TO LOCKS ROAD EVANS, GA 30809 CONTRACT MANAGEMENT INC 1827 KILLINGSWORTH ROAD AUGUSTA, GA 30914 Attachment "B"YES YES E-Verify #224004 225306 SAVE Form YES YES Bid Bond YES YES BASE BID TOTAL $27,450.00 $29,425.00 Bid Alternate Select Backfill $500.00 $1,750.00 Total $27,950.00 $31,175.00 Bid Opening Bid Item #15-241 West Eagle Green Meter Replacement Project for Augusta, Georgia - Utilities Department Bid Due: Thursday, December 3, 2015 @ 3:00 p.m. Total Number Specifications Mailed Out: 4 Total Number Specifications Download (Demandstar): N/A Total Electronic Notifications (Demandstar): N/A Mandatory Pre-Bid/Telephone Conference: 2 Total packages submitted: 2 Total Noncompliant: 0 Page 1 of 1 Attachment number 6 \nPage 1 of 1 Item # 7 Engineering Services Committee Meeting 4/12/2016 1:15 PM Emergency Creek, Drainage Pipe and Level Road Repair at 1886 Lovers Lane Department:Engineering Presenter:Abie Ladson, Director Caption:Approve and receive as information the Emergency Creek, Drainage Pipe and Level Road Repair project at 1886 Lovers Lane in the amount of $59,710.87 for Georgia Carolina Paving Company as requested by AED. Background:The entrance road to the Augusta level at 1886 Lovers Lane is collapsing and the storm drain pipe that runs under the road has separated at the joints which is causing the road to under mind and caused flooding along with danger to the daily operation of the industrial plants along the creek. Therefore, to minimize the exposure of Augusta to this associated liability, it is warranted to correct and complete this task in a timely and safe manner. The Engineering Department did not have sufficient in-house resources to complete the required task and had to hire Georgia Carolina Paving Company to complete the repair on an emergency basis. Analysis:Work was done under an emergency situation that warranted timely response by the Engineering Department which does not have sufficient in-house resources to complete all the required tasks in a timely manner and had to hire Georgia Carolina Paving Company for assistance on an emergency basis. Financial Impact:The cost to complete the needed drainage pipe repair is $59,710.87. Funding is available in SPLOST VI Emergency Construction funds to the City 328-041110-5414110/211828005- 5414110. Alternatives:1) Approve and receive as information the Emergency Creek, Drainage Pipe and Level Road Repair project at 1886 Lovers Lane in the amount of $59,710.87 as requested by AED. 2) Do not approve and identify alternative ways to meet this financial obligation.Cover Memo Item # 8 Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 328-041110-5414110/211828005-5414110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 8 Attachment number 1 \nPage 1 of 1 Item # 8 Attachment number 2 \nPage 1 of 1 Item # 8 Attachment number 3 \nPage 1 of 1 Item # 8 Attachment number 4 \nPage 1 of 1 Item # 8 Engineering Services Committee Meeting 4/12/2016 1:15 PM Minutes Department:Clerk of Commission Presenter: Caption:Motion to approve the minutes of the Engineering Services Committee held on March 8, 2016. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 9 Attachment number 1 \nPage 1 of 3 Item # 9 Attachment number 1 \nPage 2 of 3 Item # 9 Attachment number 1 \nPage 3 of 3 Item # 9 Engineering Services Committee Meeting 4/12/2016 1:15 PM On-Call Field and Laboratory Testing for Soil and Construction Materials, and Geotechnical Inspections & Investigations # 14-140A Department:Engineering Presenter:Abie Ladson, Director Caption:Approve the continued funding of the current On-Call Field and Laboratory Testing for Soil and Construction Material, and Geotechnical Inspections and Investigation (CMT_Geotech) Services contract in the amount of $1,000,000. Funding is available in Transportation Investment Act (TIA) Projects Funds and TIA Discretionary Funds, as requested by AED. Background:Due to the on-going TIA/SPLOST funded infrastructure improvements projects, the increase in maintenance, and emergency repairs to aging infrastructures within the county, a substantial increase in workload has been placed on the Engineering Department’s (AED) in-house engineering and construction resources. AED has over fifteen TIA/SPLOST funded roadway and bridge improvement projects presently under construction or about to go into construction. AED has determined it would be beneficial to all concerned to continue supplementing its engineering resources with the present On-Call Service. The assistance of outside construction services will be temporary thereby, insuring a quality finish product.This is a practical approach to sustain construction quality assurance & quality control (QA/QC) during the projects construction phase. Construction QA/QC is essential to the production of quality roads and infrastructures. Attached is a list that shows major projects that are currently under construction or will be under construction in 2016. Analysis:On November 18, 2014, the Augusta Commission approved the On-Call Construction Material Testing And Geotechnical Inspection & Investigation Contract to Moreland Altobelli, AMEC Environmental & Infrastructure, Cardno ATC, and MC Squared Inc. Additional funds allocation to this contract is needed to maintain required level of service for construction projects presently under construction. Cover Memo Item # 10 Financial Impact:Funds are available in the amount of $750,000 TIA discretionary fund, $250,000 TIA Local Delivery Projects fund. Alternatives:1). Approve the continued funding of the current On-Call Field and Laboratory Testing for Soil and Construction Material, and Geotechnical Inspections & Investigation (CMT_Geotech) Services contract in the amount of $1,000,000. Funding is available in Transportation Investment Act (TIA) Projects Funds and TIA Discretionary Funds. 2). Do not approve and find alternate source to complete under construction projects and meets TIA requirements. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: TIA Discretionary Fund 235 -$750,000 & TIA Project John C. Calhoun $250,000 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 10 February 2016 Augusta Engineering Department Roadway and Bridge Improvements Projects Construction Schedule __________________________________________________________________________________________________ Roadway Improvements Projects Schedule Contractor 1) Mark Church Road Widening & Improvements Under Construction-Utility Relocation Reeves Construction 2) Belair Road Roadway & Drainage Improvements Under Contraction Blair Construction 3) Berckmans Road Widening & Improvements Under Construction E.R. Snell 4) Druid Park Ave Improvements Under Construction-Utility Relocation Phase1/County Forces 5) North Leg Roadway Improvements Under Construction-Utility Relocation Reeves Construction 6) John C Calhoun Repair & Drainage Improvements Under Contraction Reeves Construction 7) Riverwatch/I-20 Corridor Improvements under construction Beams Contracting 8) Windsor Spring –Phase V GDOT/under construction E.R. Snell 9) Marvin Griffin Road Widening & Improvements-Ph2 preparing bid document 10) Wrightsboro Road Improvements Under bidding process 11) Twiggs/Old Savannah Road Improvements Under bidding process Bridge Improvements Projects Schedule Contractor 1) 15th Street Over Augusta Canal Under construction JHC Corporation 2) Broad Street over Augusta Canal Under construction JHC Corporation 3) Milledgeville Road over Rocky Creek Under construction JHC Corporation 4) 11th Street over Augusta Canal Under construction JHC Corporation 5) 7th Street over Augusta Canal Under construction JHC Corporation 6) Old Waynesboro Road over Spirit Creek Under construction ER Snell Contractor 7) Broad Street at Hawks Gully Under construction ER Snell Contractor 8) Scott’s Way over Rae’s Creek Under construction ER Snell Contractor ITS Projects Schedule Contractor 1) Riverwatch Parkway Adaptive Signal Under construction County forces 2) RC Emergency & Transit Vehicles Preemption System Under construction County forces 3) ITS Master Plan Implementation Under construction County forces Signal Modernization Projects Schedule Contractor 1) Walton Way –Bransford Road to Milledge Road under construction R.J. Haynie 2) Walton Way – Druid Park to Heard Ave under construction R.J. Haynie Attachment number 1 \nPage 1 of 1 Item # 10 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project is authorize to CPB#N/A. This request is to continue funding of the current On-Call Field and Laboratory Testing for Soil and Construction Material, and Geotechnical Section 2: The following revenues are anticipated to available to the Consolidated Government to complete the project. 750,000$ 250,000$ 1,000,000$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Honorable Hardie Davis, Jr., Mayor Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department Please do not process this CPB. Once approved by the Commission an original will be forwarded for execution. Thanks TIA Project (John C. Calhoun) CAPITAL PROJECT BUDGET CPB#N/A On-Call Field and Laboratory Testing for Soil and Construction Materials, and Geotechnical Inspections & Investigations (RFP 14-140A) Funding is available in Transportation Investment Act Projects and TIA Discretionary Funds. TIA Discretionary Funds Inspections & Investigation (CMT Geotech) Services contract in the amount of $1,000,000. 3.14.2016 Attachment number 2 \nPage 1 of 2 Item # 10 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET CPB#N/A On-Call Field and Laboratory Testing for Soil and Construction CPB AMOUNT ADDITION CPB AMOUNT SOURCE OF FUNDS CPB REQUEST TIA Discretionary Funds ($750,000)($750,000) TIA Project (John C. Calhoun)($250,000)($250,000) TOTAL SOURCES:($1,000,000)($1,000,000) USE OF FUNDS On Call Inspections 235-041110-5414110-($1,000,000)($1,000,000) TOTAL USES:($1,000,000)($1,000,000) 3.14.2016 Attachment number 2 \nPage 2 of 2 Item # 10 Engineering Services Committee Meeting 4/12/2016 1:15 PM Spirit Creek Trunk Sewer Flow Monitoring Department:Utilities Presenter:Tom Wiedmeier Caption:Consider proposal from McKim & Creed to perform RFP 15-189 flow monitoring analysis of the Spirit Creek Sanitary Sewer Basin. Background:Johnson, Laschober & Associates, PC (JLA) is currently performing an engineering evaluation for the Spirit Creek Trunk Sewer Rehabilitation project. Flow monitoring analysis is needed to support this evaluation. The flow monitoring will record current sewer flow and identify inflow and infiltration (I/I). RFP 15-189 Infiltration and Inflow Investigation Through Flow Monitoring and Rain Gauging Services was issued to perform flow monitoring engineering servicesand McKim and Creed was selected. In accordance with RFP 15-189, McKim and Creed submitted the attached proposal to perform flow monitoring in support of the Spirit Creek Trunk Sewer Rehabilitation project. Analysis:The Utilities Department has evaluated the McKim and Creed proposal and has determined the proposed fee of $46,700.00 to be reasonable based on the scope of work. Financial Impact:Funds are available in 511043420-5212115 / 81500120-5212115 Alternatives:No alternatives are recommended. Recommendation:We recommend approval for McKim and Creed to perform the RFP 15-189 Spirit Creek flow monitoring for a fee of $46,700.00. Funds are Available in the Following Accounts: Funds are Available in the Following Accounts: 511043420- 5212115 / 81500120-5212115 Cover Memo Item # 11 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 11 Preliminary Scoping Document City of Augusta – Utilities Department Spirit Creek Sanitary Sewer Open Channel Flow Monitoring Date: February 11, 2016 (REV0) Prepared for: Augusta Utilities Department 360 Bay Street Suite 180, Augusta, GA 30901 Prepared by: McKim & Creed, Inc. 431 West 24th Street Norfolk, VA 23517 Attachment number 1 \nPage 1 of 5 Item # 11 Project Understanding It is understood that the City of Augusta Utilities Department, AUD, desires to evaluate the existing sanitary sewer collection/conveyance system within the Spirt Creek service area in an effort to determine locations where excessive groundwater infiltration and storm water inflow (I/I) exists. To determine which areas within the service area are more prone to excessive I/I the wastewater collection system will be divided into twelve (12) catchments and open channel flow monitors will be deployed in each catchment area. Rainfall gauging will be performed concurrently with the flow monitoring activity and wastewater flow volumes during wet weather periods will be compared to flow volumes established during dry weather periods to determine which portions of the collection system have the greatest levels of rainfall dependent I/I (RDI/). Flow Monitoring Flow monitoring will include installation and maintenance of twelve (12) open channel flow meters within the Spirt Creek basin, as depicted by the attached schematic. The Spirit Creek flow monitoring effort will provide information on sewer flows in the basin and assist in determining critical areas requiring further field investigations to determine the sources of RDI/I contribution. A. Sanitary Sewer Flow Monitoring 1. Project Kick-off Meeting with AUD staff. 2. Historical Data Collection – After receiving formal notice-to-proceed McKim & Creed staff members will obtain any legacy information that may pertain to the flow metering effort. Information may include, but not be limited to, previous monthly flow meter/rainfall gauging reports, collection system maps and pumping station records, if applicable. The Project Team shall review the existing information to provide a better understanding of historical conditions of the wastewater collection/conveyance system. The Project Team may also conduct interviews and discussions with AUD staff to gain better operational knowledge of the collection/conveyance systems and identify any known existing problem areas. 3. Mapping Preparation – AUD’s existing GIS will be utilized to develop an overall planimetric map that depicts the location of streets, property lines, buildings, political boundaries, wastewater infrastructure and topography. The prepared map will also identify the wastewater infrastructure that is within each flow meter basin as a means to calculate apparent groundwater infiltration, GWI, volumes based on inch-diameter-mile of gravity piping. Attachment number 1 \nPage 2 of 5 Item # 11 4. Flow Meter and Rainfall Gauge Installation – Twelve (12) McKim & Creed flow meters and two (2) McKim & Creed rainfall gauges will be installed in the Spirit Creek Sewershed. All equipment locations will be approved by AUD prior to installation. Flow monitoring and rainfall gauging will be performed for sixty (60) calendar days. 5. Flow Meter Maintenance – McKim & Creed staff will perform flow meter maintenance on a weekly basis. Each site will be visited to ensure that no conditions exist that could be detrimental to the recording and collection of quality flow data. During each site visit flow depth and velocity calibrations will be performed to ensure accurate readings are being obtained. Each flow meter/rainfall gauge will be programmed to record instantaneous measurements during fifteen (15) minute intervals and will also be checked twice daily remotely using McKim & Creed’s Telog Enterprise system. Any inconsistent data will warrant an additional site visit from the maintenance crew. 6. Flow Meter Data Retrieval – The data from McKim & Creed’s flow meters and rainfall gauging equipment will be transferred daily to McKim & Creed’s Telog Enterprise server and AUD will be able to access and download the data through the Telog Enterprise web browser. While AUD will not be able to change any of the operational characteristics of the equipment, AUD will be able to monitor the flow parameters at every site and visualize the effects of wet weather events prior to receiving monthly flow monitoring summary reports from McKim & Creed. 7. Flow Data Analysis – The following identifies the analysis that will be performed for each of the twelve (12) flow monitoring sites on a monthly basis. Data Analysis and Reporting Monthly reports shall contain charts, tables, hydrographs and figures demonstrating at a minimum, the following quantities and calculations:  ADF, Average Daily Flow  ABF, Average Base Flow, established during periods of dry weather.  ASF, Average Daily Sanitary Sewer Flow, determined by calculation  ASF = ABF - GWI  GWI, Non-Rainfall Groundwater Infiltration, estimated by analysis of early morning flows when the sanitary sewer contribution is very low. GWI will be calculated as 90 percent of the lowest recorded flow value after all upstream contributing flow has been subtracted.  MSF, Minimum Sanitary Flow, by calculation, MSF = 0.12*ASF.  MBF, Minimum Base Flow, by calculation, MBF = MSF + GWI.  Ratio of MBF/ABF.  Ratio of GWI/ABF.  Rainfall Amount and Intensity. Attachment number 1 \nPage 3 of 5 Item # 11  Rainfall Dependent Infiltration/Inflow, (RDI/I), directly resulting from rainfall.  RDI/I = Total Flow Volume – ABF  Peak RDI/I, maximum difference between the ABF and Total Flow hydrographs.  PHF, Peak Hour Flow  Peaking Factor = PHF/ADF  Peak 15-minute Flow Depth  Peak 15-minute Flow Velocity  Peak 15-minute Flow Volume  Current Full Pipe Capacity  Total Monthly Flow  Ratio of GWI/Inch-Diameter Miles of Upstream Contributing Sewer Mains for each meter basin. The monthly flow/rain data will also be supplemented with hydrographs for each site that depict 24-hour dry weather flow, as well as, 24-hour flow rates recorded during wet weather events. The hydrographs will also include depiction of the magnitude and duration of each rainfall event. In an effort to isolate the impact RDI/I in each particular flow meter basin, upstream dry and wet weather flow volumes will be subtracted from the total volume measured at the metering point. 8. Technical Memorandum - Upon review and acceptance of the monthly reports McKim & Creed will prepare a Technical Memorandum, TM, describing the results of the flow monitoring/rainfall gauging effort. The TM will identify the same information provided in the monthly reports, as well as, summarizing the projected groundwater infiltration levels and the experienced RDI/I in each flow meter basin. Each flow meter basin will also be ranked on groundwater infiltration and RDI/I susceptibility, based on both pure volume and volume per gallons/inch diameter mile of piping. The basins with the highest RDI/I contribution will be recommended for additional evaluation. Additional evaluation may include night flow isolation, to determine groundwater infiltration sources, and smoke testing to identify RDI/I sources. McKim & Creed will provide the TM in draft form for AUD review and conduct a follow up review meeting to discuss findings, comments, and recommended additional field services. Fee Schedule For the services outlined above, the McKim & Creed shall be compensated for the services as follows: Attachment number 1 \nPage 4 of 5 Item # 11 Attachment number 1 \nPage 5 of 5 Item # 11 Source: Esri, DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AEX,Getmapping, Aerogrid, IGN, IGP, swisstopo, and the GIS User Community Spirit Creek Trunk Sewer RehabilitationProject Map Augusta Utilites Department360 Bay Street, Suite 180Augusta, GA 30901 Peach Orchard Rd Deans Bridge Rd Windsor Spring Rd Tobacco Rd Old Waynesboro Rd Mike Padgett Hwy Legend SPIRIT CREEK SEWER BASIN Attachment number 2 \nPage 1 of 1 Item # 11 CA D F I L E : J L A 2 4 x 3 6 . D W G RE V . 0 1 / 2 2 / 1 6 J D P JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GEORGIA 30901 TEL (706) 724-5756 FAX (706) 724-3955 K:\30421501\Civil\JLA-SCHEMATIC.dwg Plotted:2/3/2016 3:29 PM By:Justin Purucker Architects Engineers Landscape Architects Since 1980 3042.1501 1 2 3 A B C D A B C D 1 2 3 4 0 GRAPHIC SCALE 1"=2000' 2000'1000'500'2000' LEGEND: RAILROAD CENTERLINE SANITARY SEWER COLLECTOR SANITARY SEWER TRUNK LINE LANDMARK MANHOLE ROADWAY CENTERLINE PRE-INTERCEPTOR TRUNK LINE ON SPIRIT CREEK INTERCEPTOR ON RELATED TRUNK OR COLLECTOR At t a c h m e n t n u m b e r 3 \ n P a g e 1 o f 1 It e m # 1 1 Request for Proposal Request for Proposals will be received at this office until Friday, June 26, 2015 @ 11:00 a.m. for furnishing: RFP Item #15-189 Infiltration & Inflow Investigation through Flow Monitoring & Rain Gauging Services for Utilities 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 viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Friday, June 12, 2015, @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 60 days after time has been called on the date of opening. 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 waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Revised: 1/12/2015 Attachment number 4 \nPage 1 of 1 Item # 11 VENDORS Attachment B E-Verify # SAVE Form Fee Proposal Original 7 Copies MCKIM & CREED, INC. GREG ANDERSON, PE 365 NORTHRIDGE ROAD, SUITE 200 ATLANTA GA 30350 YES 68813 YES YES YES YES WOOLPERT 375 NORTHRIDGE ROAD, SUITE 300 ATLANTA, GA 30350 YES 636331 YES YES YES YES W. K. DICKSON & CO. 1450 GREENE STREET AUGUSTA, GA 30901 YES 110665 YES YES YES YES Proposal Opening RFP Item #15-189 Infiltration & Inflow Investigation through Flow Monitoring & Rain Gauging Services for Augusta, Georgia - Utilities Department RFP Due: Friday, June 26, 2015 @ 11:00 a.m. Total Number Specifications Mailed Out: 6 Total Number Specifications Download (Demandstar): N/A Total Electronic Notifications (Demandstar): N/A Mandatory Pre-proposal/Telephone Conference Attendees: N/A Total packages submitted: 3 Total Noncompliant: 0 Page 1 of 1 Attachment number 5 \nPage 1 of 1 Item # 11 Evaluation Criteria PTS MCKIM & CREED, INC. GREG ANDERSON, PE 365 NORTHRIDGE ROAD, SUITE 200 ATLANTA GA 30350 WOOLPERT 375 NORTHRIDGE ROAD, SUITE 300 ATLANTA, GA 30350 W. K. DICKSON & CO. 1450 GREENE STREET AUGUSTA, GA 30901 1 Firms experience and performance on projects of similar size and scope in the last five years 25 23 23 24 2. Firms Quality Control, Quality Assurance and Project Tracking 25 23 19 22 3 Project Approach and Understanding 25 24 23 22 4 Proposals: experience, references and availability of Key Staff 25 24 19 21 Total 100 92 83 89 Comulative Evaluation Sheet - RFP Item #15-189 Infiltration & Inflow Investigation through Flow Monitoring & Rain Gauging Services for Augusta, Georgia - Utilities Department Thursday, July 9, 2015 @ 3:00 p.m. Attachment number 6 \nPage 1 of 1 Item # 11 Attachment number 7 \nPage 1 of 3 Item # 11 Attachment number 7 \nPage 2 of 3 Item # 11 Attachment number 7 \nPage 3 of 3 Item # 11 W. K. DICKSON & CO. ATTN: WILLIAMS “TREY” WINGATE 1450 GREENE STREET AUGUSTA, GA 30901 CH2MHILL ATTN: BETSY MASSIE 1000 ABERNATHY ROAD ATLANTA, GA 30328 WOOLPERT ATTN: ERIC MCDONALD 375 NORTHRIDGE RD, #100 ATLANTA, GA 30350 ATTN: MIKE OSBORNE ATTN: MCKIM & CREED 8020 TOWER POINT DRIVE CHARLOTTE, NC 28227 MWH ATTN: DEBRA JAMES 230 PEACHTREE ST., S470 ATLANTA, GA RETURNED MAIL Updated Address Listed Below STEVEN BEHREND UTILITIES DEPARTMENT BAY STREET TOM WIEDMEIER UTILITIES DEPARTMENT BAY STREET DEANNA DAVIS UTILITIES DEPARTMENT BAY STREET YVONNE GENTRY LSBOP RFP 15-189 Infiltration & Inflow Investigation through Flow Monitoring & Rain Gauging Services Mailed: June 4, 2015 RFP 15-189 Infiltration & Inflow Investigation through Flow Monitoring & Rain Gauging Services For Utilities Department RFP Due: Fri. 6/26/15 @ 11:00 a.m. MWH ATTN: DOUG EDWARDS 235 PEACHTREE STREET NE SUITE 2200 ATLANTA, GA 30303 PAGE 1 OF 1 RFP 15-189 Attachment number 8 \nPage 1 of 1 Item # 11 Attachment number 9 \nPage 1 of 1 Item # 11 Engineering Services Committee Meeting 4/12/2016 1:15 PM Walton Way (SR 4) Lighting Memorandum of Agreement Department:Engineering Presenter:Abie Ladson, Director Caption:Approve Memorandum of Agreement (MOA) between Augusta, Georgia and the Georgia Department of Transportation (DOT) to replace and maintain new roadway lighting along Walton Way (SR 4) between 13th Street and 15th Street as requested by AED. Background:This project will replace the existing streetlight system along Walton Way (SR 4) from 13th Street to 15th Street. Currently, this system is beyond its useful life from a wiring, conduit, and luminaire standpoint. The infrastructure supporting this system is almost 40 years old and deteriorated significantly, experiences frequent and long failures and is badly in need of replacement. The existing wiring system is frayed in several areas, substandard and unable to support upgraded light fixtures. The conduit for the wiring systems is crushed and/or deteriorated in numerous locations, thusly, we are unable to replace or upgrade the wiring systems utilizing existing infrastructure. This project will provide a complete upgrade and replacement of the systems that will not only be more aesthetically pleasing and improve vehicle and pedestrian safety along Walton Way. Project will also be environmentally responsible in that the proposed system will utilize Light Emission Diode (LED) technology. Currently, there is a proposed project by the Augusta Engineering Department to upgrade this system, but since this section of Walton Way is designated State Route 4, Georgia DOT requires that the local government enter into a MOA to cover future maintenance of the lighting prior to issuance of a utility permit. Analysis:Project will significantly improve lighting of the corridor by replacing 32 overhead, antiquated incandescent streetlights with 18 overhead, and 30 pedestrian level lights. Approval of the MOA is the final step for AED to obtain the necessary permit for upgrading the lighting. Financial Impact:AED is currently maintaining the existing lighting along this Cover Memo Item # 12 section of Walton Way and the difference in the annual cost of maintaining the system will be less. Alternatives:1. Approve MOA between Augusta, Georgia and Georgia DOT to install and maintain new roadway lighting along Walton Way (SR 4) between 13th Street and 15th Street 2. Do not approve and lighting project cannot proceed. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 12 PLEASE DO NOT PROCESS THIS DOCUMENT. ONCE APPROVED BY COMMISSION, THE ORIGINAL DOCUMENT WILL BE FORWARDED FOR EXECUTION. PLEASE CONTACT AED, EXT 5070 FOR ADDITIONAL INFORMATION. At t a c h m e n t n u m b e r 1 \ n P a g e 1 o f 5 It e m # 1 2 At t a c h m e n t n u m b e r 1 \ n P a g e 2 o f 5 It e m # 1 2 At t a c h m e n t n u m b e r 1 \ n P a g e 3 o f 5 It e m # 1 2 At t a c h m e n t n u m b e r 1 \ n P a g e 4 o f 5 It e m # 1 2 At t a c h m e n t n u m b e r 1 \ n P a g e 5 o f 5 It e m # 1 2