Loading...
HomeMy WebLinkAbout2019-09-10 Meeting AgendaEngineering Services Committee Meeting Commission Chamber- 9/10/2019- 1:15 PM ENGINEERING SERVICES 1.Motion to approve the minutes of the Engineering Services Committee held on August 27, 2019.Attachments 2.Update from the Engineering Department staff regarding the request from Ms. Francine McCoy concerning the paving of Bussey Road. Attachments 3.Approve Professional Services Agreement for the Design of Sanitary Sewer for the Belair Road East Area with Constantine Engineering in the Amount of $877,630. Attachments 4.Approve Professional Services Agreement with W.K. Dickson in the Amount of $951,200 for the Belair Road Area West Sanitary Sewer Design. Attachments 5.Update from Engineering, Code Enforcement and Fire Departments regarding the current evacuations, Stop Order and accessibility by public safety officials on the Regency Mall Property. (Requested by Commissioner Bill Fennoy) Attachments 6.Approve continuing the process of developing proposal for Commission consideration for managed parking in downtown Augusta. RFQ 19-196 Attachments 7.Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Cranston Engineering (Cranston) in the amount of $112,355.00 for National Hills Drainage Basin as requested by the AED. RFQ 19-148 Attachments 8. Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Alfred Benesch & Company (Benesch) in the amount of $114,340.00 for Forrest Hills Drainage Area as requested by the AED. RFQ 19-148 Attachments 9.Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Constantine Engineering (Constantine) in the amount of $223,160.00 for Goshen and other Selected Drainage Basins as requested by the AED. RFQ 19-148 Attachments 10.Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Goodwyn Mill Cawood (GMC) in the amount of $128,630.00 for Turpin Hills/Laney Walker Drainage Area as requested by the AED. RFQ 19-148 Attachments 11.Approve funds allocation revision in the amount of $49,000 for the Memorandum of Understanding with Phinizy Center (Nonprofit Organization) to assist in activities that are designed for stream restoration in local waterbodies. Requested by the Augusta Engineering Department. Attachments 12.Consider Award of Bid #19-136 for Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 to Bio-Nomic Services, Inc. in the amount of $2,582,900.00. Attachments www.augustaga.gov Engineering Services Committee Meeting 9/10/2019 1:15 PM Minutes Department: Presenter: Caption:Motion to approve the minutes of the Engineering Services Committee held on August 27, 2019. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 1 Engineering Services Committee Meeting Commission Chamber - 812712019 ATTENDANCE: Present: Hons. Hardie Davis, Jr., Mayor; M.Williams, Chairman; Hasan, Vice Chairman; Garrett, member. Absent: Hon. Frantom, member. ENGINEERING SERVICES 1. Discuss policy concerning cutting vacant properties.Item Action: Approved Motions f#:'" Motion rext Motions fr'J:"' Motion rext Made Seconded Motion By By Result Unanimous consent is given to add this item to the agenda. Made By Seconded By Motion Result Motion to approve receiving this item as information and geffing a list of the vacant lots with addresses that have A ----^--- been cut including those commission commissionerApprove '",1''1:'u3''9,':ot: Lommlssloner Brandon Passesr r owned by the Land Bank, Ben Hasan those that are city- Gaffett owned, those owned by private citizens and also the contractors that have cut them. 2. Discuss the Olive Road Overpass. (Requested by Commissioner Bill Fennoy) Attachment number 1 \nPage 1 of 6 Item # 1 Item Action: Approved Motions Motion m Motion- ----- Motion Text Made By Seconded ByI'ype - ---- -r --------- -J Result Motion to approve having Mr. Ussery bring back recommendations for preventive measures Commissioner Approve [[::?1;fliilL.,0 ;:rH::f'"' 3:11#', Passes keep the road closed in the meantime. Motion Passes 3-0. 3. Approve supplemental funding (SAl) for Engineering Phases of Design Item Consultant Services Agreement to Cranston Engineering Group, Inc. in the Action: amount of $29,900 for the 9th Street (James Brown Blvd.) Improvements Approved Project as requested by the AED. RFP l8-171 Motions Motion h Motion- ------ Motion Text Made By Seconded Bylype - ------ -'t ----"--- -r Result Motion to a __.-..- approve. Commissioner CommissionerApprove -f'-,- -- :---;;---'----- :""".-'""^"-''^ passes' 'rr'.- ' - Motion Passes Ben Hasan Brandon Garrett 3-0. 4. Authorize a chanse order to Atlantic Coast Consulting's (ACC) current PO for Item the cost of additional tasks. The total cost of the additional tasks is Action:$49,500.00. Approved Motions Y:'1" Motion Text Made By seconded By Motion'I ype -'---- -r Result Motion to delete this Delete item from the Commissioner Commissioneragenda. Ben Hasan Brandon Garrett Passes Motion Passes 3-0. Attachment number 1 \nPage 2 of 6 Item # 1 5. Presentation by Ms. Cherish Danforth regarding conditions of Rocky Creek to Item Colony Park including erosion of land, flooding, "temporary bridge". Action: Approved Motions Y:11" Motion Text Made By seconded By MotiontYPe - ----'- -'I Result Motion to approve asking the Engineering Department to bring back a recommendation for a Commissioner Approve iHlTifiii,ti"r.* HT$:' ;:Ifi:;f*' Passes with the ditch and the creek in 30 days. Motion Passes 3-0. 6. Approve funding for Design Consultant Services Supplemental Agreement ltem Three to Alfred Benesch & Company (formally WR Toole Engineers) in the Action: amount of $53,095 for the East Augusta Roadway and Drainage Project as Approved requested by the AED. RFQ 06-202 Motions Y::*1" Motion Text Made By seconded By Motion'l'YPe - ----- -'t Result Motion to Approve ix5,10#ru,,., s:rffi:;';*' ;:#ffiH;:- passes 3-0. 7. Approve Initial Phase funding for Streambank Stabilization Design, Item Permitting and Construction Engineering Services Agreement to Pond & Action: Company in the amount of $14,300 for Sandpipe Lane Site and $9,700 for Approved Morningside Drive Site as requested by the AED. RFQ 19-152 Motions X:jl"' Motion Text Made By Seconded By Motion t yPe ----- -r *-------" -r Result Motion to Approve ffiX,1ool,'ru,,., ;:fff::';*' S:#il:H,::- passes 3-0. Attachment number 1 \nPage 3 of 6 Item # 1 8. Consider proposal from Goodwyn, Mills and Cawood, Inc. (GMC) to provide ltem engineering and construction services for Utilities Department's Fort Gordon Action: Screening and Equalization Improvements project, Irrigation Water Treatment Approved Plant Valve Actuation Improvements project and Cross Basin Lift Station and Force Main project in the amount of $126,120. 9. Consider approving an amendment to the Georgia Power Governmental Item Encroachment Agreement for Easement #30894. Action: Approved Motions ryat:" Motion Text Made Bv Motion to . aDDrove.APProve vrorion Passes 3-0. Motions f#:" Motion rext Made Bv Motion to ^ aDDrove.APProve vtotion Passes 3-0. Motions ffi':" Motion Text Made Bv Motion to . aDDrove.APProve vtotion passes 3-0. Seconded By Motion Result Commissioner Commissioner Ben Hasan Brandon Garrett Passes seconded By Motion Result Commissioner Commissioner Ben Hasan Brandon Garrett Passes 10. Consider approving an Easement Abandonment and Deed of Dedication for Item New Easement with Georgia Vitrified Brick and Clay. Action: Approved Seconded By Motion Result Commissioner Commissioner Ben Hasan Brandon Garrett Passes Motion to approve the minutes of the Engineering Services Committee held on August 13, 2019. Motions Item Action: Approved 11. Attachment number 1 \nPage 4 of 6 Item # 1 12. Motion to determine that East Telfair Street, as shown on the attached map ltem has ceased to be used by the public to the extent that no substantial public Action: purpose is served by it or that its removal from the county road system is Approved otherwise in the best public interest, and to receive as information the results of the public hearing held regarding the issue of abandonment pursuant to O.C.G.A. 532-7-2, with the abandoned property to be quit-claimed to the appropriate party(ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department and adopt the attached Resolution. Motion Motion Text Made By Type Motion to ^ aDDrove.APProve uotion passes 3-0. Motions rr"J:"" Motion Text Made Bv Motion to ^ aDDrove.APProve vtotion passes 3-0. Commissioner Commissioner Ben Hasan Brandon Garrett Passes Seconded By Seconded By Motion Result Motion Result Motion Result Motions f#:" Motion Text Made By Seconded By Motion to ^ aDDrove.APProve vrorion passes 3-0. Commissioner Commissioner Ben Hasan Brandon Garrett Passes 13. Consider approving a Deed of Dedication and Maintenance Agreement for Item River Watch Parkway Commercial/Retail Center. Action: Approved Commissioner Commissioner Ben Hasan Brandon Garrett Passes 14.Consider approving an Agreement for Relocation of Easement from Berkmans Residential Properties. Motions Item Action: Approved Attachment number 1 \nPage 5 of 6 Item # 1 Motion Motion Text Made By Seconded By Motion Type Result Motion to ^ approve. Commissioner CommissionerApprove ilotion passes Ben Hasan Brandon Garrett Passes 3-0. 15. Approve adoption of the revised Street Lighting Ordinance (Augusta, Item Georgia Code Chapter 3 Street Lighting, Section 7-3) to incorporate current Action: fee structure for the street light system. Requested by AED Approved Motions Y:jt1" Motion Text Made By seconded By MotionType -'--- -'t --------- -r Result Motion to a _-___ ^__ approve. Commissioner CommissionerApprove ilotion passes Ben Hasan Brandon Garrett Passes 3-0. 16. Consider approving an Access, Utility and Fiber Agreement between Item Augusta and Verizon Wireless of the East L.P. dlblaVerizon Wireless. Action: Approved Motions Motion r. Motion- ------ Motion Text Made By Seconded By'l'ype - ------ -'t --------- -J Result Motion to Approve ffi|ffiu*., fi:rffi::';"' ;:#xffi'ffi:- Passes 3-0. www.augustasa.sov Attachment number 1 \nPage 6 of 6 Item # 1 Engineering Services Committee Meeting 9/10/2019 1:15 PM Francine McCoy Department: Presenter: Caption:Update from the Engineering Department staff regarding the request from Ms. Francine McCoy concerning the paving of Bussey Road. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 2 AGENDA. ITE]\[ REQUEST F'ORM Commission meetings: First and third Tuesdays of each month - 2:00 p.m. Committee meetings: Second and last Tuesdays of each month - 1:00 p.m. Commission/Committee: (Please check one and insert meeting date) Commission Public Safety Committee Public Services Committee Administrative Servi ces Committee Date of Meeting Date of Meeting Date of Meeting Finance Committee Contact Information for IndividuaVPresenter Making the Request: Name: Address: Telephone Number: Fax Number: E-Mail Address: to be placed on the ffi' -- ,-:- Engineering Services Committee Ms. Lena J. Bonner Clerk of Commission Suite 220 Municipal Building 535 Telfair Street Augusta, GA 30901 Date of Meetins Date of Meetini I [ ,fl{- Date of Meetin; -*f-l-- fit:n Telephone Number: Fax Number: E-Mail Address: l*rr1.'1 4..,- t4.- fI'I )d\ \,'0, " rr- ,T<r'h,i t 706-821-1820 706-821-r838 nmorawski@au gustaga.gov Requests ma1'be faxed, e-mailed or delivered in person and Office no later than 9:00 a.m. on the Thursday preceding meeting of the following week. A five-minute time limit will must be received in the Clerk's the Commission or Committee be allowed for presentations. Attachment number 1 \nPage 1 of 2 Item # 2 :.iiiirilii: :::-=: ::: 13 Ihc AugiEti Ch]onlch''[0tEtlEhfrutldc'cosl i- i .t ita I I : =: .: i!: =:, : tot+eat \"ffi#:D!'.t -- I nuUurMariaGantITSRS ii+ff.:xi#H-I l"lattr Years' she rtenanee, as our goals-wif| U.e $fJ1 | would saV shewon- ther parts of "crrieiei'"i"tla ti' I deredwhv shewas v.,, ttris rerilrt"urv;g:t- | dressedinher qhuch ilni:'.llti it;:H:r'#i* ii,*: I il"flfli1;ili,#" J,i,l'fl:ffig.' f;,'#,r,1 p relJs I iiilLdpaper stopped 't involve use ttre siie-'i'P Reabtor I bv her hssey Road :h. and it can p,oaoilitiitffi *a I h-ometotakeherphoto ed at sreate, ptoto'iii'L'il:G;;ii I anclthatacrowd anpermeable ot tr,I^i"iioJ;'6;id | *as atForestHills arriersbuilt at w"'n"Jf!* dgtey.qnt, I utementarv Schoolto :thepast.llris sotve'ii''i';ilii*: I watctrtrerwalkinsitla tl'*"S:::::?:::"trSi[Fi':tii 'refi"g'sRa to the subsurface over t the contami- time' ;ffi;;;;i;r "rhishigtrlY.efficient'i rrrrro* rot" environmental cleanuP:;;ii;i;il* technologY i: """ll1T =*i".u ttri.* assetwithinthearsenat;i--- -- of environmentalresto- ilTt . tit't,,i*e iaiion tools assembled ;;;il;t;d iot ost across sRs-"' ;;:';;;;;;;h said Seth Miller, the *"us"it[""watt SRNSproiectmanager ireananeutral- for the groundwater gnts." saidMark cleanuP' n. a scientist The water-Pelqe: i;U;;il;ii;;; able waII is scheduled ;"ffi;;i;;. io' "o*Pletion in 'J"*fiO."ttttit November' of qrrfavorftelocal .annels has been r air since ]ulY 4to rrviewers. Herets rg those that are E to advertise on [rannel are getting e rebate. nnrissioners, You the authoritY over rechief.WhYhave rot alreadY issued uctions to insPect ornmunitY centers, atleast once aYear. MY Eosh don't You care E ren a little bit about ihe senior citizens and children that use these facilities? SHARE YOUR OPINION with other readers. Call the Rants & Raves lins a1 (7o6) 828-zgo8 or send an email to newsroom@ augustachronicle'eom' Court aetionbY attorneYs JohnH. ruffindndPonald Hollowell had led to-the beginning of tbe endtor sefitegatednichmono CorurtY schools. Onli ro black chil- dren r-egistered tn white schools that Year, but Gant - now Maria'fhomPkins - wasthefust. She also saidher memories of elemen- tarv schoolwere U"pPV - she ioined a Girl Scout troop ano had sleePovers vrith her classmates. ffihbtqrvl!9th'f[::t*t iilili"fitarv ltchool h t96+ tAuGUsrA MUSEUM OF HISTORY] Attachment number 1 \nPage 2 of 2 Item # 2 Engineering Services Committee Meeting 9/10/2019 1:15 PM Belair Road Area East Sanitary Sewer Design Department:Augusta Utilities Department Presenter:Tom Wiedmeier Caption:Approve Professional Services Agreement for the Design of Sanitary Sewer for the Belair Road East Area with Constantine Engineering in the Amount of $877,630. Background:The Commission approved the assignment of design engineering firms specific to Augusta Utilities Capital Improvements projects on 9/4/2018. Constantine Engineering was selected to provide professional services for the Belair Area Sewer East Project. Analysis:This Project will consist of engineering design of approximately 34,156 linear feet of sewer mains and approximately 510 sewer services in an unsewered area of Belair Road. The purpose of the project is to provide public sewer service to 9 distinct sub-basins identified in the preliminary engineering report in order to eliminate the need for on-site septic systems. Financial Impact:Constantine Engineering has proposed to perform this work for a fee of $877,630. Alternatives:Disapprove Recommendation:Augusta Utilities Department recommends the Commission approve the Engineering Services Agreement to Constantine Engineering in the amount of $877,630.00 for the Belair Area Sewer East Basin Design. Funds are Available in the Following Accounts: Funds are available in the following accounts: 507043420-54- 25210/ 81900080-54-25210 Cover Memo Item # 3 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 3 RIDGEVIEW DRIVE WRIGHTSBORO ROAD LUK E R O A D LUKE ROAD FL O W I N G S W E L L R D GREENSBORO WA Y ME S E N A L A N E N O R W O O D D R I V E LEXINGTON WAY CLA R K S T O N R O A D WIN T E R V I L L E D R I V E CULVERTON DRIVE CLARKSTONCOURT WIN T E R V I L L E CO U R T WINTERVILLE DRIVE CRAWFORDVILLE DRIVE CL A R K S T O N DR I V E BELAIR ROAD BELAIR ROAD BELAIR R O A D WRI G H T S B O R O R O A D CRAWFO R D V I L L E COURT GAL A H A D DRI V E RI F L E R A N G E R O A D BRIDGEPORT DRIVE BR I D G E P O R T D R I V E CABLE WAY OCEAN DRIVE PILLAR L A N E BR I D G E W O O D P L A C E AS H B U R Y PL A C E CAMA K D R I V E CAMAK D R I V E CRAW F O R D V I L L E D R I V E LEXINGTON WAY MADISON LANE MADISON L A N E EIDSON DR I V E JIM M I E D Y E S S P A R K W A Y BELWOOD DRIVE BE L R I D G E R O A D RID G E V I E W D R I V E KI N G S V I E W C O U R T KINGSVIEW DRIVE B E L A I R RO A D BELAIR ROAD PENINSULA DRIVE SUGA R B E R R Y D R GA L A H A D W A Y BU R D E T T E D R I V E CULV E R T O N W A Y CU S H E N D A L R O A D SUB-BASIN 1 SUB-BASIN 2 SUB-BASIN 7 SUB-BASIN 5 SUB-BASIN 6 SUB-BASIN 13 SUB-BASIN 11 SUB-BASIN 9 SUB-BASIN 8 SUB-BASIN 10 SUB-BASIN 12 SUB-BASIN 14 SUB-BASIN 3 SUB-BASIN 4 BA R N E T T C R O S S I N G MADISO N L A N E HI L L S V I E W D R I V E MABUS DRIVE HIL L S V I E W C O U R T PR E L I M I N A R Y 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 (t)706-722-3479 (f)706-722-6773 WWW.WKDICKSON.COM GSB GSB GSB, SV MAR. 2019 BM 20180302.00.AG FIL E P A T H : L : \ p r o j e c t s \ A U G U t i l i t i e s D e p t \ 2 0 1 8 0 3 0 2 0 0 A G - B e l a i r H i l l s E s t a t e s S e w e r D e s i g n \ C A D D \ P l a n S e t \ E X I S T I N G F E A T U R E S . d w g , S V E E R A V A L L I , 3 / 2 1 / 2 0 1 9 1 : 4 8 : 4 1 P M BE L A I R R O A D A R E A S E W E R E X T E N S I O N OV E R A L L B A S I N M A P WKD PROJ. NO.: DRAWING NUMBER: PROJ. DATE: PROJ. MGR.: DESIGN BY: DRAWN BY: PR O J E C T N A M E : DR A W I N G T I T L E : community infrastructure consultants SCALE: 1" = 1000' Attachment number 1 \nPage 1 of 1 Item # 3 Attachment number 2 \nPage 1 of 30 Item # 3 Attachment number 2 \nPage 2 of 30 Item # 3 Attachment number 2 \nPage 3 of 30 Item # 3 Attachment number 2 \nPage 4 of 30 Item # 3 Attachment number 2 \nPage 5 of 30 Item # 3 Attachment number 2 \nPage 6 of 30 Item # 3 Attachment number 2 \nPage 7 of 30 Item # 3 Attachment number 2 \nPage 8 of 30 Item # 3 Attachment number 2 \nPage 9 of 30 Item # 3 Attachment number 2 \nPage 10 of 30 Item # 3 Attachment number 2 \nPage 11 of 30 Item # 3 Attachment number 2 \nPage 12 of 30 Item # 3 Attachment number 2 \nPage 13 of 30 Item # 3 Attachment number 2 \nPage 14 of 30 Item # 3 Attachment number 2 \nPage 15 of 30 Item # 3 Attachment number 2 \nPage 16 of 30 Item # 3 Attachment number 2 \nPage 17 of 30 Item # 3 Attachment number 2 \nPage 18 of 30 Item # 3 Attachment number 2 \nPage 19 of 30 Item # 3 Attachment number 2 \nPage 20 of 30 Item # 3 Attachment number 2 \nPage 21 of 30 Item # 3 Attachment number 2 \nPage 22 of 30 Item # 3 23 OF 28 REVISION DATE: June 2011 Table 1 Fee Schedule for Belair Area Sewer East Basin Design Unit Unit Cost Survey Each 146,720$ Easements Each 75,820$ Design Complete 465,320.00$ Allowances SUE Services Each 50,000$ Bid Phase Services Each 22,600.00$ Construction Phase Services Each 90,320.00$ Geotechnical Services Each 15,000.00$ SubTotal Fee 865,780$ Other Direct Costs 11,850$ Total Fee 877,630$ Project Phases Attachment number 2 \nPage 23 of 30 Item # 3 Attachment number 2 \nPage 24 of 30 Item # 3 Attachment number 2 \nPage 25 of 30 Item # 3 Attachment number 2 \nPage 26 of 30 Item # 3 Attachment number 2 \nPage 27 of 30 Item # 3 Attachment number 2 \nPage 28 of 30 Item # 3 EXHIBIT A—FISCAL YEAR 2019 HOURLY PER DEIM RATE SCHEDULE OF CHARGES AND STANDARD RATES FOR DIRECT EXPENSES TCG FY 2019 - STANDARD RATE TABLE W-SUE 1 Exhibit A—Fiscal Year 2019 Hourly Per Diem Rate Schedule and Standard Rates for Direct Expenses for Professional Consulting Engineering Services The purpose of this document is to describe Constantine Engineering, Inc.’s Fiscal Year 2019 compensation and hourly per diem rate schedule of charges. Compensation As compensation for providing the Services authorized by the AGREEMENT, CLIENT shall pay CONSULTANT in accordance with the Agreement based on the hourly per-diem rate schedule per employee grade, as defined in Table 1, the standard rates for Direct Expenses and as defined in Table 2. The Hourly Per Diem Rates for Fiscal Year 2019 are 1/8th of the tabulated per diem rate for a normal 8-hour workday. Table 1. Hourly Per Diem Rate Schedule Classification Hourly Per Diem Rate ($) Classification Hourly Per Diem Rate ($) QA/QC Manager 255.00 Senior GIS/Database Programmer 100.00 Principal 245.00 SUE Supervisor 98.00 Senior Reviewer / Consultant 235.00 Senior CADD Designer 90.00 Program Manager 225.00 CADD Designer 78.00 Senior Project Manager 210.00 CADD Technician 71.00 Project Manager 192.00 Clerical/Administrative II 68.00 Professional Engineer III 155.00 Clerical/Administrative I 60.00 Professional Engineer II 140.00 Senior Construction Manager 212.00 Professional Engineer I 130.00 Construction Manager 192.00 Engineering Associate II 118.00 Construction Inspector III 108.00 Engineering Associate I 93.00 Construction Inspector II 100.00 Senior Environmental Scientist 155.00 Construction Inspector I 78.00 Environmental Scientist 108.00 Field / SUE Tech II 69.00 IT Specialist / Manager 164.00 Field / SUE Tech I 59.00 2- Man Line Verification Field Team $192.00 (1) 2-Man Manhole Inspection Crew $167.00 (2) 1-Man GPR/Locating Crew $147.00 (3) 1-Man GPS Crew $123.00 (4) (1) Note this rate includes the costs for vacuum excavation verification and sub-meter global positioning system (GPS) with satellite differential real-time correction equipment, and expendables, excluding orange buttons for permanent markers. Attachment number 2 \nPage 29 of 30 Item # 3 EXHIBIT A—FISCAL YEAR 2019 HOURLY PER DEIM RATE SCHEDULE OF CHARGES AND STANDARD RATES FOR DIRECT EXPENSES TCG FY 2019 - STANDARD RATE TABLE W-SUE 2 (2) Note this rate includes the costs for ground penetrating radar (GPR) location equipment; sub-meter GPS with satellite differential real-time correction equipment, and expendables, excluding orange buttons for permanent markers. (3) Note this rate includes the costs for digital camera and sub-meter GPS with satellite differential real-time correction equipment, safety equipment, and expendables to perform non-intrusive manhole inspections. (4) Note this rate includes the costs for sub-meter GPS with satellite differential real-time correction equipment, and expendables, excluding stakes, rebar, and orange buttons for permanent markers to perform asset locating using sub-meter GPS equipment and data acquisition of above ground accessible assets. Table 2. Standard Rates for Direct Expenses Expense Category Rate ($) Mileage Cost Special Shipping Cost + 5% CADD Computer Time Included in Per Diem Lodging & Travel Cost Additional Laboratory Tests & Analysis Cost + 5% Extra Printing, Presentation Boards, Binding, & Reproduction Cost + 5% Outside Services Cost + 5% Special Owner Requested Computer Software (1) Cost + 5% (1) Special geographic information system (GIS) software including the Arc- ESRI products, hydraulic modeling, or specific owner requested. ******** END ******* Attachment number 2 \nPage 30 of 30 Item # 3 Attachment number 3 \nPage 1 of 1 Item # 3 2018 Project Recommendations for Design Professionals    Water Design  1. Wooten Road Water Main Upgrade – WK Dickson & Company, Inc.  2. Fleming Acres Water Main Upgrade – Cranston Engineering Group, P.C.  3. Fort Gordon: B Street Water Main – ZEL  4. Fort Gordon: Cyber CoE Campus 8th Avenue Water Main – TBD  5. Miscellaneous Fort Gordon Water and Sewer Projects ‐ Infrastructure Systems Management,  LLC  6. Fort Gordon: Backflow Preventer Replacement (50) ‐ TBD    Sewer Design  1. Jack Kelly Road Sanitary Sewer Extension– Johnson, Laschober & Associates, P.C.   2. Belair/Barnett Crossing Sewer Masterplan & West Basin Design – W.K. Dickson & Company, Inc.   3. Belair/Barnett Crossing Sewer East Basin Design – Constantine Engineering, Inc.  4. Fort Gordon: 15th Street Collector Sanitary Sewer – W.R. Toole Engineers, Inc.   5. Fort Gordon: Cross‐Basin Lift Station and Force Main – Goodwyn, Mills and Cawood, Inc.  6. Fort Gordon: Western Trunk Sanitary Sewer Repair and Replacement – TBD        Attachment number 4 \nPage 1 of 1 Item # 3 Engineering Services Committee Meeting 9/10/2019 1:15 PM Belair Road Area West Sanitary Sewer Design Department:Augusta Utilities Department Presenter:Tom Wiedmeier Caption:Approve Professional Services Agreement with W.K. Dickson in the Amount of $951,200 for the Belair Road Area West Sanitary Sewer Design. Background:Augusta-Richmond County Commission approved the assignment of design engineering firms specific to Augusta Utilities Capital Improvements projects on September 4, 2018. W.K. Dickson & Company, Inc. was selected to design the Belair Area Sewer West Basin Project. Analysis:This Project will consist of engineering design of approximately 33,673 linear feet of sanitary sewer and approximately 391 sewer services in an unsewered area in the vicinity of Belair Road. The purpose of the project is to provide public sewer service to 5 distinct sub-basins identified in the preliminary engineering report in order to eliminate the need for on-site septic systems. Financial Impact:Funding in the amount of $951,200.00 is available from accounts: 507043420-54-25210/ 81900070-54-25210 Alternatives:Disapprove Recommendation:Augusta Utilities Department recommends the Commission approve the Engineering Services Agreement to W.K. Dickson & Company, Inc. in the amount of $951,200.00 for the Belair Area Sewer West Basin Design. Funds are Available in the Following Accounts: Funds are available in the following accounts: 507043420-54- 25210/ 81900070-54-25210 Cover Memo Item # 4 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 4 RIDGEVIEW DRIVE WRIGHTSBORO ROAD LUK E R O A D LUKE ROAD FL O W I N G S W E L L R D GREENSBORO WA Y ME S E N A L A N E N O R W O O D D R I V E LEXINGTON WAY CLA R K S T O N R O A D WIN T E R V I L L E D R I V E CULVERTON DRIVE CLARKSTONCOURT WIN T E R V I L L E CO U R T WINTERVILLE DRIVE CRAWFORDVILLE DRIVE CL A R K S T O N DR I V E BELAIR ROAD BELAIR ROAD BELAIR R O A D WRI G H T S B O R O R O A D CRAWFO R D V I L L E COURT GAL A H A D DRI V E RI F L E R A N G E R O A D BRIDGEPORT DRIVE BR I D G E P O R T D R I V E CABLE WAY OCEAN DRIVE PILLAR L A N E BR I D G E W O O D P L A C E AS H B U R Y PL A C E CAMA K D R I V E CAMAK D R I V E CRAW F O R D V I L L E D R I V E LEXINGTON WAY MADISON LANE MADISON L A N E EIDSON DR I V E JIM M I E D Y E S S P A R K W A Y BELWOOD DRIVE BE L R I D G E R O A D RID G E V I E W D R I V E KI N G S V I E W C O U R T KINGSVIEW DRIVE B E L A I R RO A D BELAIR ROAD PENINSULA DRIVE SUGA R B E R R Y D R GA L A H A D W A Y BU R D E T T E D R I V E CULV E R T O N W A Y CU S H E N D A L R O A D SUB-BASIN 1 SUB-BASIN 2 SUB-BASIN 7 SUB-BASIN 5 SUB-BASIN 6 SUB-BASIN 13 SUB-BASIN 11 SUB-BASIN 9 SUB-BASIN 8 SUB-BASIN 10 SUB-BASIN 12 SUB-BASIN 14 SUB-BASIN 3 SUB-BASIN 4 BA R N E T T C R O S S I N G MADISO N L A N E HI L L S V I E W D R I V E MABUS DRIVE HIL L S V I E W C O U R T PR E L I M I N A R Y 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 (t)706-722-3479 (f)706-722-6773 WWW.WKDICKSON.COM GSB GSB GSB, SV MAR. 2019 BM 20180302.00.AG FIL E P A T H : L : \ p r o j e c t s \ A U G U t i l i t i e s D e p t \ 2 0 1 8 0 3 0 2 0 0 A G - B e l a i r H i l l s E s t a t e s S e w e r D e s i g n \ C A D D \ P l a n S e t \ E X I S T I N G F E A T U R E S . d w g , S V E E R A V A L L I , 3 / 2 1 / 2 0 1 9 1 : 4 8 : 4 1 P M BE L A I R R O A D A R E A S E W E R E X T E N S I O N OV E R A L L B A S I N M A P WKD PROJ. NO.: DRAWING NUMBER: PROJ. DATE: PROJ. MGR.: DESIGN BY: DRAWN BY: PR O J E C T N A M E : DR A W I N G T I T L E : community infrastructure consultants SCALE: 1" = 1000' Attachment number 1 \nPage 1 of 1 Item # 4 1 OF 37 Revision Date: June 2006 STATE OF GEORGIA RICHMOND COUNTY MAJOR PROJECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND W.K. Dickson & Co., Inc. (CONSULTANT) CONSULTANT: W.K. Dickson & Co., Inc. PROJECT: BELAIR AREA SEWER WEST BASIN DESIGN DATE EXECUTED: DATE COMPLETED: Attachment number 2 \nPage 1 of 38 Item # 4 2 OF 37 Revision Date: June 2006 STATE OF GEORGIA RICHMOND COUNTY MAJOR PROJECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND W.K. Dickson & Co., Inc. (CONSULTANT) This Agreement is made and entered into this _______ day of ______________, 2019 by and between AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the “CITY” and W. K. Dickson & Co., Inc., a Corporation authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish professional services for: The BELAIR AREA SEWER WEST BASIN DESIGN. WHEREAS, the CONSULTANT has represented to the CITY that it is experienced and qualified to provide the services contained herein and the CITY has relied upon such representation. NOW, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is agreed by and between the CITY and the CONSULTANT that: Attachment number 2 \nPage 2 of 38 Item # 4 3 OF 37 REVISION DATE: June 2011 GENERAL PROVISIONS CONSULTANT has agreed, in this Agreement with CITY to procure the services of licensed design professionals, to provide the engineering services required to provide professional engineering and design services for the Project in accordance with the requirements as outlined in and attached as Attachment A – Scope of Services and other relevant data defining the Project. CONSULTANT COORDINATION The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility companies, and other consultants as directed by the CITY. CONSULTANT and all relevant parties agree to work together on the basis of trust, good faith and fair dealing, and shall take actions reasonably necessary to enable each other to perform this Agreement in a timely, efficient and economical manner. All parties agree to cooperate in a manner consistent with good design practice and will exercise the degree of skill and diligence normally employed by professional engineers or consultants practicing under similar conditions. CONSULTANT will re-perform any services not meeting this standard without additional compensation. AMENDMENTS TO AGREEMENT Every amendment to the Scope of Services shall become and is hereby made a part of this Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be valid. REDUCTION IN REQUIRED SERVICES If reductions in the required services are ordered by CITY, the credits shall be the amounts for such services as described in subsequently executed Amendments to this Agreement, and no claim for damages for anticipated profits shall accrue to the CONSULTANT. DATE CHANGES If in this Agreement specific periods of time for rendering services are set forth or specific dates by which services are to be completed are provided and if such periods of time or dates are changed through no fault of CONSULTANT, the rates and amounts of compensation provided for herein shall be subject to equitable adjustment. AGREEMENT MODIFICATIONS This Agreement shall not be modified except by a duly executed Amendment hereto in writing under the hands and seals of both parties hereto. Attachment number 2 \nPage 3 of 38 Item # 4 4 OF 37 REVISION DATE: June 2011 TIME OF COMPLETION The time of completion shall be as described in the schedule attached hereto as Attachment D - Schedule. This Agreement shall terminate immediately and absolutely at such time as appropriated and otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT on behalf of the CITY under this Agreement. However, CONSULTANT will be compensated for all work prior to termination of contract even if the CITY has obligated the funds to other projects. PROJECT PROGRESS CONSULTANT'S services and compensation under this Agreement have been agreed to in anticipation of the orderly and continuous progress of the Project through completion. LITIGATION Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear, support, prepare, document, bring, defend or assist in litigation either undertaken or defended in behalf of the CITY except in consideration of compensation. All such services required or requested of CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be reimbursed as additional services. BINDINGS It is further agreed that the CITY and CONSULTANT each binds itself and themselves, its or their successors, executors, administrators and assigns to the other party to this Agreement and to its or their successors, executors and assigns in respect to all covenants of this Agreement. Except as above, neither CITY nor the CONSULTANT shall assign, sublet or transfer its or their interest in this Agreement without prior written consent of the other party hereto. EXTENT OF THE AGREEMENT This Agreement represents the entire agreement between CITY and CONSULTANT and supersedes all prior negotiations, representations and agreements, either written or oral. Attachment number 2 \nPage 4 of 38 Item # 4 5 OF 37 REVISION DATE: June 2011 DEFINITIONS Wherever used in this Agreement, whether in the singular or in the plural, the following terms shall have the following meanings: Agreement Execution - means the date on which CONSULTANT executes and enters into an Agreement with CITY to perform the Work. Agreement Price - means the total monies, adjusted in accordance with any provision herein, payable to the CONSULTANT under this Agreement. CITY –means a legal entity AUGUSTA, Georgia, a political subdivision of the State of Georgia. CONSULTANT - means the party or parties contracting directly with the CITY to perform Work pursuant to this Agreement. Contract - means the Agreement Documents specifically identified and incorporated herein by reference. Contract Time - means the period of time stated in this Agreement for the completion of the Work. Subcontractor - means any person, firm, partnership, joint venture, company, corporation, or entity having a contractual agreement with CONSULTANT or with any of its subcontractors at any tier to provide a part of the Work called for by this Agreement. Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjustment in the Agreement Price or the Contract Time, issued after execution of this Agreement. Task Order – means a written order specifying a Scope of Services, time of completion and compensation limit for services being provided by CONSULTANT. Task Orders shall be incorporated by reference as part of the Supplemental Conditions of this Agreement. Work - means any and all obligations, duties and responsibilities, including furnishing equipment, engineering, design, workmanship, labor and any other services or things necessary to the successful completion of the Project, assigned to or undertaken by CONSULTANT under this Agreement. Attachment number 2 \nPage 5 of 38 Item # 4 6 OF 37 REVISION DATE: June 2011 CONTRACT DOCUMENTS List of Documents The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements, including Task Orders shall constitute the Agreement Documents (the “Agreement”). Conflict and Precedence The Agreement Documents are complementary, and what is called for by one is as binding as if called for by all. In the event there are any conflicting provisions or requirements in the component parts of this Agreement, the several Agreement Documents shall take precedence in the following order: 1. Agreement – Including Attachments 2. General Conditions 3. Supplemental Conditions – Including Task Orders Attachment number 2 \nPage 6 of 38 Item # 4 7 OF 37 REVISION DATE: June 2011 GENERAL CONDITIONS 1. COMMENCEMENT OF WORK The performance of services as defined in the Prime Agreement between CONSULTANT and the CITY, and herein described in this Agreement as Attachment A shall be commenced upon receipt by the CONSULTANT of a written Notice to Proceed. The effective date of services shall be defined in the Notice to Proceed. 2. PROFESSIONAL STANDARDS The standard of care for all services performed or furnished by CONSULTANT under this Agreement will be the level of care and that is ordinarily used by members of CONSULTANT’S profession practicing under similar conditions. 3. CHANGES AND EXTRA WORK The CITY may, at any time, request changes in the work to be performed hereunder. All such changes, including any increase or decrease in the amount of the CONSULTANT’s compensation, which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be incorporated in written Supplemental Agreements to the Agreement. Changes that involve an increase in the compensation shall be considered major and require the approval of the CITY. 4. PERSONNEL The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel necessary to complete this Agreement; none of whom shall be employees of, or have any contractual relationship with, the CITY. All of the services required hereunder will be performed by the CONSULTANT under its supervision, and all personnel engaged in the work shall be qualified and shall be authorized or permitted under law to perform such services. All key professional personnel, including subcontractors, engaged in performing services for the CONSULTANT under this agreement are indicated in a personnel listing attached hereto as Attachment C – Listing of Key Personnel and incorporate herein by reference. No changes or substitution shall be permitted in the CONSULTANT’s Key Personnel without the prior written approval of the CITY or his designee. Attachment number 2 \nPage 7 of 38 Item # 4 8 OF 37 REVISION DATE: June 2011 The CONSULTANT shall employ only persons duly registered in the appropriate category in responsible charge of supervision and design of the work. The CONSULTANT shall endorse all reports, contract plans, and survey data. Such endorsements shall be made by a person duly registered in the appropriate category by the Georgia State Board of Registration for Professional Engineers and Land Surveyors, being in the full employ of the CONSULTANT and responsible for the work prescribed by this Agreement. 5. ACCURACY OF WORK The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct errors and omissions in its plans and specifications without additional compensation. The CONSULTANT shall give immediate attention to these changes so there will be a minimum of delay to others. Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility for subsequent correction of any errors and the clarification of any ambiguities. 6. CONFIDENTIALITY The CONSULTANT agrees that its conclusions and any reports are for the confidential use and information of the CITY and that it will not disclose its conclusions in whole or in part to any persons whatsoever, other than to submit its written documentation to the CITY, and will only discuss the same with it or its authorized representatives. Upon completion of this Agreement term, all documents, drawings, reports, maps, data and studies prepared by the CONSULTANT pursuant thereto shall become the property of the CITY and be delivered thereto. Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or results and findings of the work conducted under this Agreement shall not be presented publicly or published without prior approval in writing of the CITY. It is further agreed that if any information concerning the PROJECT, should be released by the CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds for termination of this Agreement without indemnity to the CONSULTANT, but should any such information be released by the CITY or by the CONSULTANT with such prior approval, the same shall be regarded as public information and no longer subject to the restrictions of this Agreement. 7. OPEN RECORDS CONSULTANT acknowledge that all records relating to this Agreement and the services to be provided under the contract may be a public record subject to Georgia’s Open Records Act (O.C.G.A. § 50-18-70, et seq.). CONSULTANT shall cooperate fully in responding to such request and making all records, not exempt, available for inspection and copying as provided by law. Attachment number 2 \nPage 8 of 38 Item # 4 9 OF 37 REVISION DATE: June 2011 8. JURISDICTION The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT with regard to its interpretation and performance, and any other claims related to this agreement. All claims, disputes and other matters in question between CITY and CONSULTANT arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically consents to jurisdiction and venue in Richmond County and waives any right to contest the jurisdiction and venue in the Superior Court of Richmond County, Georgia. 9. TERMINATION OF AGREEMENT FOR CAUSE If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the CONSULTANT shall violate any of the covenants, agreements or stipulations of this Agreement, CONSULTANT will be given the opportunity to commence correction of obligation within 5 days of written notice and diligently complete the correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed, or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause for termination. The CITY shall thereupon have the right to terminate this Agreement by giving written notice to the CONSULTANT of such termination, and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished documents, maps, data, studies, work papers and reports prepared by the CONSULTANT under this Agreement shall become the property of the CITY, and the CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents, as mutually agreed by the CITY and CONSULTANT. 10. TERMINATION FOR CONVENIENCE OF THE CITY The CITY may terminate this contract in part or in whole upon written notice to the CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract up to the time of termination. 11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND CONSULTANTS CONSULTANT shall thoroughly research all utility records to identify the existing facilities on the submitted roadway plans for avoidance, or resolution, of conflicts with the proposed Scope of Services. If the CITY undertakes or awards other contracts for additional related work, the CONSULTANT shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed committee(s), and carefully fit its own work to such additional work as may be directed by the CITY. Attachment number 2 \nPage 9 of 38 Item # 4 10 OF 37 REVISION DATE: June 2011 The CONSULTANT shall not commit or permit any act which will interfere with the performance of work by any other CONSULTANT or by CITY employees. 12. COVENANT AGAINST CONTINGENT FEES The CONSULTANT warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by CONSULTANT for the purpose of securing business and that the CONSULTANT has not received any non-CITY fee related to this Agreement without the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. 13. RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULTANT shall be responsible for any and all damages to properties or persons caused by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever to the extent found to be resulting from the CONSULTANT, its subcontracts, or agent in the negligent performance or non- performance of work under this Agreement. These indemnities shall not be limited by reason of the listing of any insurance coverage. 14. INSURANCE The CONSULTANT shall, at all times that this Agreement is in effect, cause to be maintained in force and effect an insurance policy(s) that will ensure and indemnify the CITY against liability or financial loss resulting from injuries occurring to persons or property or occurring as a result of any negligent error, act, or omission of the CONSULTANT in performance of the work during the term of this Agreement. The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits of not less than: A. Workmen’s Compensation Insurance – in accordance with the laws of the State of Georgia. B. Public Liability Insurance – in an amount of not less than One Million ($1,000,000) Dollars for injuries, including those resulting in death to any one person, and in an amount of not less than One Million ($1,000,000) Dollars on account of any one occurrence. Attachment number 2 \nPage 10 of 38 Item # 4 11 OF 37 REVISION DATE: June 2011 C. Property Damage Insurance – in an amount of not less than One Million ($1,000,000) Dollars from damages on account of an occurrence, with an aggregate limit of One Million ($1,000,000) Dollars. D. Valuable Papers Insurance – in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the Project. E. Professional Liability Insurance – in an amount of not less than One Million ($1,000,000) Dollars or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000. CITY will be named as an additional insured with respect to CONSULTANT’s liabilities hereunder in insurance coverage’s identified in items (b) and (c). The policies shall be written by a responsible company(s), to be approved by the CITY, and shall be noncancelable except on thirty-(30) days' written notice to the CITY. Such policies shall name the CITY as co-insured, except for worker's compensation and professional liability policies, and a copy of such policy or a certificate of insurance shall be filed with the Director at the time of the execution of this Agreement. 15. PROHIBITED INTERESTS 15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall acquire no interest, direct or indirect, that would conflict in any manner or degree with the performance of its services hereunder. The CONSULTANT further agrees that, in the performance of the Agreement, no person having such interest shall be employed. 15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. 15.3 Employment of CITY’s Personnel: The CONSULTANT shall not employ any person or persons in the employ of the CITY for any work required by the terms of the Agreement, without the written permission of the CITY except as may otherwise be provided for herein. 16. SUBCONTRACTING The CONSULTANT shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the CITY's prior written approval of the subcontractor. All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set forth in this Agreement. Attachment number 2 \nPage 11 of 38 Item # 4 12 OF 37 REVISION DATE: June 2011 17. ASSIGNABILITY The CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its rights, obligations, benefits, liabilities or other interest under this Agreement without the written consent of the CITY. 18. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the CONSULTANT will not discriminate against any employee or applicant for employment because of race, creed, color, sex or national origin; (2) the CONSULTANT will, in all solicitations or advertisements for employees placed by qualified applicants, receive consideration for employment without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so that such provision will be binding upon each subcontractor, provided that the foregoing provision shall not apply to contracts or subcontracts for standard commercial supplies of raw materials. 19. DRUG FREE WORKPLACE CONSULTANT shall be responsible for ensuring that its employees shall not be involved in any manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a controlled substance in the workplace. For purposes of the policy, “workplace” is defined as CITY owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may result in discipline and/or immediate discharge. CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal drug statute conviction for workplace violation. CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. 20. ANTI-KICKBACK CLAUSE Salaries of architects, drafters, engineer’s, and technicians performing work under this Agreement shall be paid unconditionally and not less often than once a month without deduction or rebate on any account except only such payroll deductions as are mandatory by law. The CONSULTANT hereby promises to comply with all applicable "Anti-kickback" laws and shall insert appropriate provisions in all subcontracts covering work under this Agreement. Attachment number 2 \nPage 12 of 38 Item # 4 13 OF 37 REVISION DATE: June 2011 21. AUDITS AND INSPECTORS At any time during normal business hours and as often as the CITY may deem necessary, the CONSULTANT shall make available to the CITY and/or audit representatives of the CITY for examination all of its records with respect to all matters covered by this Agreement. It shall also permit the CITY and/or representatives of the audit, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. The CONSULTANT shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the Project and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement, and for three years from the date of final payment under the Agreement, for inspection by the CITY or any reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee, or transferee. 22. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE All documents and materials prepared as an instrument of service pursuant to this Agreement are the property of the CITY. The CITY shall have the unrestricted authority to publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials prepared under this Agreement without according credit of authorship. The CITY shall hold harmless the CONSULTANT against all claims arising out of such use of documents and materials without the CONSULTANT’s knowledge and written consent. 23. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the CITY, either before, during, or after the execution of this Agreement, shall affect or modify any of the terms or obligations herein contained, nor shall such verbal agreement or conversation entitle the CONSULTANT to any additional payment whatsoever under the terms for this Agreement. All changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above. 24. INDEPENDENT CONTRACTOR The CONSULTANT shall perform the services under this Agreement as an independent contractor and nothing contained herein shall be construed to be inconsistent with this relationship or status. Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or any of its agents or employees to be the agent, employee, or representative of the CITY. Attachment number 2 \nPage 13 of 38 Item # 4 14 OF 37 REVISION DATE: June 2011 25. NOTICES All notices shall be in writing and delivered in person or transmitted by certified mail, postage prepaid. Notices shall be addressed as follows: CITY: CONSULTANT: ADMINISTRATOR AUGUSTA, GEORGIA W.K Dickson & Co., Inc. 535 Telfair Street 1450 Greene Street, Suite 225 _______ Augusta, GA 30901 Augusta, GA 30901 Copy to: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 452 Walker Street, Suite 200 Augusta, GA 30901 26. TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT To the extent that it does not alter the scope of this agreement, Augusta, GA may unilaterally order a temporary stopping of the work or delaying of the work to be performed by CONSULTANT under this agreement. 27. DEFECTIVE PRICING To the extent that the pricing provided by CONSULTANT is erroneous and defective, the parties may, by agreement, correct pricing errors to reflect the intent of the parties. 28. SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE CONSULTANT is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be equitably adjusted. 29. HOLD HARMLESS Except as otherwise provided in this agreement, CONSULTANT shall indemnify and hold harmless Augusta, GA, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys’ fees, arising out of or resulting from the negligent performance of its Work. 30. GEORGIA PROMPT PAY ACT NOT APPLICABLE The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act. Attachment number 2 \nPage 14 of 38 Item # 4 15 OF 37 REVISION DATE: June 2011 31. RIGHT TO INSPECT PREMISES Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work site of CONSULTANT or any subcontractor of CONSULTANT or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. 32. E-VERIFY All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization program. All contractors and subcontractors must provide their E-Verify number and must be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13- 10-91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each subcontractor’s E-Verify number as evidence of verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit provided in Rule 300-10-01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services. 33. LOCAL SMALL BUSINESS LANGUAGE In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1-10-129(d)(7), for all contracts where a local small business goal has been established, the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of minority and small business opportunities and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment from the contractor and/or collecting liquidated damages. Attachment number 2 \nPage 15 of 38 Item # 4 16 OF 37 REVISION DATE: June 2011 34. ACKNOWLEDGEMENT Consultant acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Consultant is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of Consultant's provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the Consultant may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Consultant agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the Consultant provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by Consultant. Consultant assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. [SIGNATURES ON FOLLOWING PAGE] Attachment number 2 \nPage 16 of 38 Item # 4 Attachment number 2 \nPage 17 of 38 Item # 4 18 OF 37 REVISION DATE: June 2006 CONSULTANT’S RESPONSIBILITIES CONSULTANT, in order to determine the requirements of the Project, shall review the information in Attachment A – Scope of Services. CONSULTANT shall review its understanding of the Project requirements with CITY and shall advise CITY of additional data or services which are not a part of CONSULTANT’s services, if any, necessary for design to begin. PROJECT UNDERSTANDING Upon request from the CONSULTANT, CITY may provide all criteria and full information as to CITY's and CONSULTANT'S requirements for this part of the project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expendability, and any budgetary limitations. CONSULTANT may request from the CITY to furnish data, reports, surveys, and other materials that may be relied upon in performing CONSULTANT'S services. REVIEW OF WORK Authorized representatives of the CITY may at all reasonable times review and inspect the project activities and data collected under the Agreement and amendments thereto. All reports, drawings, studies, specifications, estimates, maps and computation prepared by or for the CITY in association with this Agreement shall be subject to review. The CITY may at any time request progress reports, prints or copies of any work performed under this Agreement. Refusal by the CONSULTANT to submit progress reports and/or plans shall be cause to withhold payment to the CONSULTANT until the CONSULTANT complies with the CITY’s request in the regard. The CITY’s review recommendations shall be incorporated into the plans by the CONSULTANT. CONSULTANT'S INSURANCE CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as specified in General Condition 14 – Insurance. CITY’S RESPONSIBILITES CITY-FURNISHED DATA CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULTANT's services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. Attachment number 2 \nPage 18 of 38 Item # 4 19 OF 37 REVISION DATE: June 2011 RIGHT TO ENTER The CONSULTANT will notify all property owners or occupants of the intent to enter properties for the purpose of accomplishing work in accordance with the practices of the CITY. The CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of intent to enter private property. Upon request by the CONSULTANT, the CITY will provide the necessary documents identifying the CONSULTANT as being in the employ CITY for the purpose described in the Agreement. ADVERTISEMENTS, PERMITS, AND ACCESS Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for CONSULTANT's services or PROJECT construction. TIMELY REVIEW CITY will examine CONSULTANT's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required by CITY in a timely manner. PROMPT NOTICE CITY will give prompt written notice to CONSULTANT whenever CITY observes or becomes aware of any development that affects the scope or timing of CONSULTANT's Services, or of any defect in the work of CONSULTANT or construction contractors. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. LITIGATION ASSISTANCE The Scope of Services does not include costs of CONSULTANT for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by CITY. All such Services required or requested of CONSULTANT by CITY, except for suits or claims between the parties to this AGREEMENT, will be reimbursed as additional services. Attachment number 2 \nPage 19 of 38 Item # 4 20 OF 37 REVISION DATE: June 2011 ATTACHMENT A – SCOPE OF SERVICES PROJECT OVERVIEW: This Scope of Services is for professional services related to: The performance of engineering, surveying, and mapping required to provide sanitary sewer utilities and necessary street patching or resurfacing for the Belair Area Sewer West Basin Design as depicted in the Belair Road Area Sewer Extension Preliminary Engineering Report dated May 9, 2019. The primary goal of this project is to provide public sewer service in basins 1-5 to the unsewered Jimmie Dyess–Belair Road area and eliminate the need for existing on-site septic systems. The Western Half portion of the project will result in installation of approximately 33,673 feet of sewer mains and 391 sewer services. A schedule is included in this Scope of Services and summarizes durations for major phases of work. SCOPE OF SERVICES: The CONSULTANT will provide this Scope of Services as follows: I. Professional Services • Project Management A. Conduct a Kick-Off Meeting with the CITY to discuss the Project objectives and assess viable Project alternatives. The CONSULTANT will issue meeting minutes for this meeting. B. Meet with the CITY'S representative on a monthly basis during design (not to exceed nine (9) meetings) to review the general status of Project. These meetings are in addition to any project-specific technical meetings. The CONSULTANT will set agenda and prepare meeting minutes. C. Prepare monthly invoices for the CONSULTANT'S services in format acceptable to the CITY. D. The CONSULTANT will maintain a project cost accounting system and schedule throughout life of Project. E. The CONSULTANT will prepare and distribute monthly progress reports. F. The CONSULTANT will coordinate work activities between staff, subconsultants and the CITY. Attachment number 2 \nPage 20 of 38 Item # 4 21 OF 37 REVISION DATE: June 2011 • Field Surveys and Base Mapping A. Topographic and location survey of the Right-of-Way in those areas where the proposed sewer line falls inside of the existing road Right-of-Way: The survey limits in these areas will be from the right-of-way on one side of the road to the right-of-way on the other side of the road. B. Topographic and location survey of the areas where the proposed line falls outside of the existing road Right-of-Way: The survey limits in these areas will be 30 feet on each side of the proposed sewer line. In those areas where the proposed sewer line runs between or parallel to existing buildings and the distance from the proposed sewer line to the side face of the building is less than 30 feet, the survey limits will end at the side face of the existing building. C. Survey to include flagging or markings of environmentally sensitive areas within 50 feet of the survey corridor, including lakes, streams or wetland areas. D. The CITY will notify property owners of the need to access properties for survey and design services. The CONSULTANT will report any issues associated with access to the property to CITY staff immediately. Obtain critical information including: a) Elevations along roadway centerlines, edge of pavement, and curb lines (left and right) adequate to produce profiles suitable for accurate design. Contours will be shown at 1-foot intervals. b) Locations of storm drainpipes and structures including sizes, wing walls, material, invert elevations (without the need for confined space entry or confined certification) and rim/grate elevations. c) Locations of sanitary sewer pipes, structures, including sizes, materials, invert elevations, and rim elevations, horizontal locations and inverts of clean-outs if they are visible without the need for confined space entry or confined space certification. d) Horizontal locations of underground utilities marked by Augusta Utilities, SUE Contractor and overhead utilities including poles, lines, boxes, etc. within the proposed sewer main corridor (right of way) and within the proposed sewer lateral corridor. e) Locations of other physical features which may be affected by the design including driveways (type), fences (type and height), walls (type and height), signs, planters, sheds, brick or stone mailboxes, rock outcroppings, etc. Attachment number 2 \nPage 21 of 38 Item # 4 22 OF 37 REVISION DATE: June 2011 f) Location of landscaped areas, tree lines, and shrub lines. Trees outside of a tree line and greater than 6" in diameter will be shown with size and type. No individual trees will be shown inside of the tree line. g) Locations of property irons to the extent necessary for purposes of locating the road right- of-way or property corners within off road sewer locations. h) Finish Floor elevation (or top of porch slab elevation), as well as the front and rear building comers with ground elevations at the building comers, will be shown for all houses to be provided with a new sewer lateral. • Coordination of Underground Utility Locations Coordinate Subsurface Utility Location – Through the corridor selected by the CITY, subsurface utility evaluations will be performed to a Level B for the identification of potential horizontal and vertical constraints. The cost for this evaluation is included in this Scope of Services. Upon review of the findings, the CITY may direct additional soft dig locations as an additional service to the contract. A contract allowance for these services will be used If needed the CITY will assist the CONSULTANT with CCTV and other testing to confirm connections. • Design Services A. Perform a deeper investigation into the tax maps, utility maps, and other available information to determine properties/areas to be served within the overall scope of the project. We will request an up to date copy of stormwater mapping in the project area from the CITY Engineering Department (AED) to use optimizing routing options. B. Sewer layout and design is to conform to the CITY’s standard details and specifications. C. Permanent pavement patch design is included as part of this Scope of Services. Temporary pavement patch design with overlay will be calculated, estimated, and shared with the CITY. Pavement replacement and patching will be designed in accordance with AED standards. D. Storm drainage coordination services are limited to minor modifications required to resolve conflicts with proposed construction. Redesign of storm drainage structures, re- sizing or re-routing of existing storm drain pipes is not anticipated in this scope. E. Street design or retrofitting existing streets to incorporate concrete or asphalt curb and gutter is not included in the scope. Rebuilding or redesigning streets to accommodate drainage improvements is not anticipated in this scope and therefore is not budgeted. Attachment number 2 \nPage 22 of 38 Item # 4 23 OF 37 REVISION DATE: June 2011 F. Submit plans for review of proposed alignments of the gravity sewer at the preliminary 30% design level. The 30% submittal will include plan and profile routing of proposed sewer, report outlining design concerns or conditions, recommendations for additional subsurface investigation through SUE, recommended geotechnical exploration to confirm constructability of route, updated cost estimates for each sub basin and outline for technical specification packages. This preliminary design will be based on current GIS mapping and topography to expedite the approval process. Once detailed survey information and utility information is compiled, the 30% plan set will be revised and adjusted based on the updated information and will incorporate any CITY comments received from preliminary review. Final drawings will be submitted, including plan and profile sheets for the gravity sewer at the 60%, 90% and 100% design levels (horizontal scale at 1:30 and vertical scale at 1:3 for plan and profile sheets). The 90% submittal will include full technical specifications in draft format, recommended easement locations and updated design report including updated cost estimates. The final design will reflect all comments from the 90% design submittals. G. The CITY will work with the CONSULTANT to identify geotechnical exploration necessary for the project to provide critical data for clarity of design and to assist with bid package clarifications. The CONSULTANT will subcontract this scope of work to geotechnical subconsultant approved by the CITY. The CITY will commit this work under the allowance provided in the compensation portion of this agreement. H. The CITY will work with the CONSULTANT to identify additional subsurface utility location services necessary for the project to provide critical data for clarity of design with vertical confirmation and to assist with bid package clarifications. The CONSULTANT will subcontract this scope of work to subconsultant approved by the CITY. The CITY will commit this work under the allowance provided in the compensation portion of this agreement. I. Preparation of an erosion and sedimentation control plan for a linear construction project. The plan is to include a three-phase approach, required notes, monitoring information and necessary checklists and details. J. It is anticipated that the CITY will require erosion control permitting from AED, GDOT permitting for Dyess Parkway crossing and USACE permitting for jurisdictional determination and NWP for crossings of sensitive area. The CONSULTANT will prepare applications for these permits for the CITY to execute. All permit fees are the responsibility of the CITY. Attachment number 2 \nPage 23 of 38 Item # 4 24 OF 37 REVISION DATE: June 2011 K. The CONSULTANT will compile the CITY's Technical Specifications with any necessary modifications and additional sections as part of the 90% submittal package. Quantity take-offs, Bid Schedule and the CONSULTANT's Opinion of Probable Construction Cost will accompany the 90% Submittal and will be updated prior to Final Design Submittal. L. Photograph all easements, construction routes and identifying location and significant features/points of concern and provide a copy to the CITY. M. The project will include the preparation and details associated with sediment and erosion control plans that comply with Georgia Soil and Water Conservation requirements and are certified by an authorized representative. These documents will be reviewed and approved by the CITY for authorization to construct. N. All construction plans shall be in a digital format (AutoCAD 2010 or higher). The primary source for transferring electronic plans shall be in pdf format. The CONSULTANT will provide a secure FTP site for transferring electronic files. O. The following deliverables shall be provided at submittal intervals: • Preliminary (30% Submittal)- Two (2) copies, one (1) digital set. • 60 % Submittal- Two (2) copies, one (1) digital set. • 90 % Submittal- Two (2) copies, one (1) digital set. • 100% Submittal (Contract) - Two (2) copies, one (1) digital set. Per conversations with the CITY and to expedite this project, the CONSULTANT will prepare Preliminary Design plans based on currently available mapping and data. As detailed surveys are completed, updated and refined survey information will be incorporated into 60%, 90% and Final Design Plans. • Lateral Coordination The CONSULTANT will layout proposed location of laterals based on field topographic information near the lowest accessible elevation for the parcel. The finished floor elevation for the property will be used to estimate the necessary service depth of the main in the design process. Detailed records of septic permits for these parcels are not accurate and available and will not be used for layouts. Should the CITY determine that an individual property owner has a special service condition during the design process, then the CONSULTANT will modify design to meet this condition. If the condition is determined after designs are complete, the modifications to the designs may require additional services. Attachment number 2 \nPage 24 of 38 Item # 4 25 OF 37 REVISION DATE: June 2011 • Environmental Permitting A. US Army Corps of Engineers (USACE) Section 404 Permitting The project design will require a delineation of wetlands / waters in the areas identified as Sub-Basins 1-5. The CONSULTANT’S environmental fieldwork will mostly be concentrated within Sub-Basins 1 and 2. The remaining sub-basins’ (3-5) alignments include predominantly existing roadways. B. Field Delineation: The CONSULTANT will assess all proposed alignment locations within undeveloped areas of Sub-Basins 1-5 in the field for the presence of jurisdictional wetlands and waters. A qualified wetland scientist will perform a site visit to evaluate soils, hydrology and vegetation within approximately 100 feet of the proposed sewer alignments. Areas identified as wetlands and/or waters of the US (WOTUS) and State waters will be flagged and numbered in accordance with procedures outlined in the 1987 “US Army Corps of Engineers Manual” and Regional Supplement guidelines. Approximate flag locations will be recorded using a Trimble R-1 GNSS receiver (handheld GPS) with sub-meter accuracy. This information will be used to map the approximate locations of State waters and WOTUS. Mapping from the field delineation will be used a as planning tool for the final design. State waters and WOTUS will be surveyed following the completion of the delineation and updated based on agency field verification. C. Preliminary Jurisdictional Determination (PJD) Following the completion of fieldwork, a PJD package will be prepared for submittal to the US Army Corps of Engineers (USACE) for verification. The PJD package will include a summary report of WOTUS finding, photographs, mapping and wetland determination data forms from the appropriate USACE regional supplement. Stream Identification forms will be prepared to determine potential stream buffer impacts. Additionally, permitting and potential mitigation requirements, if any, will be included in the PJD summary report and provided to the CITY. D. Field Verification & Permitting At the CITY’S advisement, the CONSULTANT will request a site visit from the USACE and the EPD. Confirmation of specific permit requirements and conditions will be determined at this time. It is currently estimated that there will be at least Attachment number 2 \nPage 25 of 38 Item # 4 26 OF 37 REVISION DATE: June 2011 one stream crossing in Sub-basin 2 south of Luke Road and north of Mabus Drive. It is assumed that a Nationwide 12 Permit (NWP) may be utilized for the construction of the proposed sewer line provided the activity does not result in the loss of greater than 1/2-acre of Waters of the United States. Additionally, the project may also require a variance from the EPD prior to conducting land disturbing activities or placement of materials within the State-mandated buffer. This proposal is based on the CONSULTANT preparing both a state buffer variance and a NWP permit for the construction of the proposed sewer line. Mitigation is not included with this fee. The CONSULTANT will prepare permit packages within 3 weeks of the final design submittal. The PJD package and permit applications to the USACE and the GA EPD will be submitted at the same time. A typical review for the NWP is 45 days; however, if needed the USACE may require more information within the first 15 days of submittal. Limitations • The CONSULTANT understands that the CITY will obtain permanent easements where right-of-way or easements do not presently exist to construct the new sanitary sewers. It should be noted that permanent easements may be required by the USACE before a PJD or an NWP permit can be authorized. • This scope assumes that all properties will be accessible, and all property owners will be notified by the CITY prior to the CONSULTANT’S field investigations. • If extremely thick vegetation is encountered, the CONSULTANT will discuss clearing options with the CITY. If not possible, additional services may be required. • If the proposed permitting assumptions listed in this scope are different from what regulatory agencies require, field verification and permitting will need to be re- evaluated by the CONSULTANT and the CITY. • Mitigation plans and permitting are not anticipated; however, if required additional services will be agreed upon prior to proceeding. • Neither Threatened and Endangered Species nor Archaeological surveys are anticipated or budgeted; however, if required additional services will be agreed upon prior to proceeding • The CONSULTANT assumes that all state waters crossings of new sewer lines will be perpendicular with identified streams and that no State Waters Buffer Variance(s) will be required. The CONSULTANT will coordinate with Georgia EPD to obtain concurrence with the sewer alignment. • The CONSULTANT will prepare and submit additional applications and supporting documentation for the following Regulatory Agency Reviews that are anticipated to have jurisdiction: Attachment number 2 \nPage 26 of 38 Item # 4 27 OF 37 REVISION DATE: June 2011 i. Georgia Department of Transportation Standard Encroachment Agreement (Submittal to District Engineer's Office). The CONSULTANT will distribute design plans (encroachment maps) to the CITY for review and processing in the CITY'S submission of the GDOT Encroachment Agreement. The CONSULTANT will support the CITY in meeting with GDOT representatives to review concerns and questions. ii. Augusta Engineering Department for Erosion and Sediment Control Permit. There are no state waters buffer applications anticipated at this time, but coordination with Georgia Environmental Protection Division (EPD) will be required. Erosion and Sediment Control: i. The CONSULTANT will prepare a cover letter, application form, checklist, narrative with pertinent design calculations, construction sequencing and details and submit the items to the CITY for review and approval. ii. A General Storm Water Permit is anticipated to be issued with the Erosion and Sediment Control approval from County Engineering Department. • Community Outreach Meeting The CITY anticipates conducting two (2) neighborhood meetings during the 90% Design Phase and prior to commencing Final Design. The CONSULTANT will attend the meetings and be prepared to assist in responding to questions and comments at the CITY’S direction. The CONSULTANT may also be requested to prepare meeting exhibits to illustrate project location, alignment and work outside right of way. II. Allowances for Professional Services • Subsurface Utility Level A Allowance As detailed design documents are prepared specific underground utilities may prove to be critical due to their vertical elevations, the CITY will task SUBCONSULTANT to perform soft dig type technologies to collect this information. This work will be performed under the allowance with preapproved written authorization. • Geotechnical Allowance The CONSULTANT and the CITY representatives will determine during preliminary design the critical locations and types of geotechnical exploration that are required. This work will be tasked to the CONSULTANT in writing and work will be performed against this allowance. Attachment number 2 \nPage 27 of 38 Item # 4 28 OF 37 REVISION DATE: June 2011 III. Easement Exhibits A. The CONSULTANT will assist the CITY with deed research of affected properties for preparation of easement exhibits. B. The CONSULTANT will prepare parcel easement exhibits to the CITY's standards. These are anticipated to be 11” X 17” easement exhibits with one exhibit for each easement requested. Current estimates are 77 easement exhibits for sub basins 1-5 of this project. C. Field verification and marking, upon request, of easement locations for the CITY will be performed as an additional service. D. Upon approval of the proposed sewer alignment, the CONSULTANT shall prepare and submit proposed easement to the CITY at 90% design level. All information provided on the exhibits shall be consistent with the construction data shown on the final design plans. In addition to the information shown on the design plans, the following data will be shown on the exhibits in accordance with the normal practices of the CITY. a) The total area of the parcel (deed area), the area to be acquired, in square feet to the nearest square unit and in acres. b) The total area of permanent easements being acquired shall be shown to the nearest square foot and in acres. The temporary easement area shall be calculated and shown on the exhibit. c) The proposed easement width shall be shown. d) All dimensions shall be in English units. E. The maps shall be prepared on 11" x 17" standard sheets and shall have parcel numbers assigned to each piece of property. F. Each map shall conform to the Standards of Practice of Land Surveying in Georgia. G. The CITY shall advise the CONSULTANT if easements are being acquired through condemnation. H. The CONSULTANT has budgeted for the preparation of 77 easements. I. The CITY also anticipates meeting individually with each impacted property owner to review the location of easements, property subdivision and discuss easement and property acquisition. The CONSULTANT will be on call to support the CITY with the easement Attachment number 2 \nPage 28 of 38 Item # 4 29 OF 37 REVISION DATE: June 2011 acquisition and negotiations as needed. For the purposes of establishing a ceiling limit, the CONSULTANT anticipates attending ten (10) separate meetings with the CITY. The CONSULTANT will furnish a competent representative familiar with the design and easement locations to be onsite two (2) hours for each meeting. IV. Bidding and Construction Administration Allowance • Bidding The CONSULTANT will develop contract documents, bid forms, technical specifications, general conditions and special provisions for use by the procurement department in bidding the improvements in packages approved by the CITY. The grouping and timing of these packages will be determined by the CITY based on funding availability. These documents will be delivered to the procurement department in pdf and word formatting as requested. The bidding services provided during the process of each package will be as follows: a) Attendance at Pre-Bid Meeting with the CITY’s representatives to review bidder clarifications. b) Preparation of addendum responses to bidder questions provided by the Procurement Department. The Procurement Department will distribute all bidding communications to prospective bidders. c) Attendance of bid opening. d) Review bids packages for completeness and conformance with intent of bids. e) Provide the CITY a recommendation of award based on bids. f) Prepare conformed documents to the procurement department for use in contracting. • Construction Administration Services The CITY will select construction contract packages based on availability of funds. The CONSULTANT will assist the CITY in the administration of construction process in a support roll to the CITY’s inspection and construction department. It is understood that the CITY staff will perform all day to day construction management, scheduling, testing coordination, construction inspections, quantity verification and permit correspondence. The CONSULTANT will provide the following services in the support of the CITY during construction as directed by the CITY based on a time and materials basis (See attached hourly rate schedule): a) Develop released for construction documents for use by the CITY delivered in pdf form and five hard copy sets. b) Attend preconstruction meeting and prepare minutes from the meeting. Attachment number 2 \nPage 29 of 38 Item # 4 30 OF 37 REVISION DATE: June 2011 c) Review shop drawings submittals for conformance with project specifications. Comments will be delivered to CITY project manager for action. d) Provide RFI responses to questions provided by the contractor and deliver these RFI’s to the CITY project manager for action. e) Evaluate and make recommendations concerning field changes with modifications of plans and exhibits that will be issued by the CITY to the contractor. f) Perform site visits once each month with the contractor, CITY representative and testing agencies to review project progress and discuss scheduling for the project. Provide minutes of the discussions to the CITY representative for project files. g) Review pay requests monthly based on quantities provided by the CITY representative for compliance with the bidding documents and make recommendation of payment to the CITY. h) Review record drawings at the completion of the project provided by the contractor and provide comments to the CITY. ATTACHMENT B - COMPENSATION Basic Services Attachment number 2 \nPage 30 of 38 Item # 4 31 OF 37 REVISION DATE: June 2011 The CITY shall pay the CONSULTANT for services set forth in Scope of Services as follows: Description Basis Total Fee Survey/SUE Level B Lump Sum $113,000.00 Professional Services Lump Sum $637,000.00 Easement Exhibit Preparation 77 anticipated @$600/each Each $46,200.00 Geotechnical Allowance Cost plus expenses $15,000.00 SUE Level A Allowance Cost plus expenses $10,000.00 Bidding Allowance Hourly per CITY Direction $40,000.00 Construction Administration Allowance Hourly per CITY Direction $90,000.00 Estimated Total Fee $951,200.00 The CITY shall compensate the CONSULTANT for services, which have authorized by the CITY under the terms of the Agreement. The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY and accompanied by all support documentation requested by the CITY, for payment for the services, which were completed during the billing period. The CITY shall review for approval said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs requested or a part thereof, as determined solely by the CITY, are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not considered to be evidence of performance by the CONSULTANT to the point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by such invoice. The CITY shall pay any undisputed items contained in such invoices. Attachment number 2 \nPage 31 of 38 Item # 4 32 OF 37 REVISION DATE: June 2011 Each invoice shall be accompanied by a letter progress report describing the total work accomplished for each phase and any problems, which have been encountered, which may inhibit execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and an itemized description of the percentage of total work completed for each phase during the billing period. When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task Order, it agrees to pay the CONSULTANT for work completed, on the basis of the standard billing rates shown in Attachment B to the Contract of those principals and employees engaged directly on the work. Compensation for design services shall be invoiced based on the percentage of work completed against the lump sum contract amount stipulated. Overtime may be performed at the discretion of the CONSULTANT, but the premium time portion of the overtime will not be billed to the CITY unless the CONSULTANT has requested acceleration of the scheduled work in writing. Attachment number 2 \nPage 32 of 38 Item # 4 33 OF 37 REVISION DATE: June 2011 ATTACHMENT C – LISTING OF KEY PERSONNEL CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel below, including a designated Program Manager will not change or be reassigned without the written approval of the CITY. Those personnel committed for this work are as follows: David L. Pond, PE Bryan Odom, PE William Wingate, PE David R. Braswell, PE Attachment number 2 \nPage 33 of 38 Item # 4 34 OF 37 REVISION DATE: June 2011 ATTACHMENT D – SCHEDULE FOR PERFORMANCE The CONSULTANT shall begin work immediately after the Agreement is executed. All design work shall be completed by December 31, 2020. It is anticipated that the following schedule will be adhered to: • Preliminary Design - Approximately 69 calendar days from NTP • CITY Review of Preliminary Design - 25 calendar days from submission of Preliminary Design • Survey - Approximately 120 calendar days from Notice to Proceed (NTP) • SUE - Approximately 120 calendar days from Notice to Proceed (NTP) • 60% Design Documents completed for submittal – Approximately 165 days from NTP • CITY Review of 60% Design - 45 calendar days from submission of 60% Design • 90 % Design Documents completed for submittal – Approximately 270 days from NTP • CITY Review of 90% Design - 45 calendar days from submission of 90% Design • Final Design - 345 calendar days from NTP • CITY Review of Final Design - 30 calendar days from submission of Final Design • Easement Acquisition Plats - Approximately 45 calendar days from 60% Design Acceptance • Regulatory Approvals - Approximately 30 calendar days from CITY'S acceptance of 90% Design • Bidding and Construction Schedule to be determined by the CITY It is the CITY's intent to have the preliminary design complete on or before December 09, 2019. Attachment number 2 \nPage 34 of 38 Item # 4 35 OF 37 REVISION DATE: June 2011 CONSULTANT SERVICES As a part of this Agreement the CONSULTANT agrees to furnish the following checked items (CONSULTANT to initial in the space provided acknowledging responsibility to furnish said item). Prior to Authorization to Proceed:  Detailed Scope of Services based upon Schedule A of this Agreement to be submitted with Cost Proposal clearly defining the CONSULTANT’S understanding of the project limits, design objectives and CONSULTANT’S services to be provided.  Cost Proposal that will include cost of design, preparation of construction plans and specifications, and other services requested in the CITY’s Request for Proposal.  Schedule for submittal of review documents at 90% and final documents. Prior to submitting 90% review documents:  Locate all existing utilities using available information collected by the CONSULTANT. The CITY will furnish available information on water and sewer locations however the CONSULTANT must verify to CITY’S satisfaction.  Provide CITY with information on the project site(s), including the following: • Past and present use of the land (specifically identify any landfilling activities in the area); identify any nearby designated wetlands • Soil type(s) • Boring results when required by CONSULTANT for new facilities or where depth of line and existing site conditions warrant. • Brief description of the area (e.g., residential, commercial, industrial) including general slope of the land, and whether trees, signs, etc. will be in conflict with the new facilities. Include number of properties affected and number of easements required with property owners identified • Identification of potential problems in meeting design objectives.  Site Plan (If Required) Throughout project:  Prepare printed responses to comments received from the CITY following reviews.  Provide the necessary plats for easement acquisition and DOT/other permit application.  Prepare Public Works/DOT/Other permit applications for signature by the CITY.  Prepare and submit plans to EPD for review and approval when required. Attachment number 2 \nPage 35 of 38 Item # 4 36 OF 37 REVISION DATE: June 2011  Prepare plans and specifications, using Augusta Utilities Design Standards and Specifications (latest version). Specifications must mirror that provided by the CITY.  Prepare construction cost estimates at each review stage, 90% and with the submittal of Final documents. Provide cost breakdown for any items to be lump sum in the construction contract. Upon completion of design:  Coordinate with the City Procurement Department to advertise the project.  Fax bid information to CITY.  Attend the Pre-Bid Meeting as a technical reference to the CITY.  Prepare letter of recommendation for award of the contract.  Develop conformed contract documents and forward to the CITY for execution.  Attend the pre-construction meeting as a technical reference to the CITY.  Provide clarification related to the plans/specifications throughout design and construction. ☐ Provide record drawings at completion of the project electronically, per the Utilities Design Standards and Specifications (latest version).  Provide Services During Construction as follows: • Attend project meetings as scheduled by the CITY • Recommend design changes as field conflicts arise (site visits may be required) • Review and approval of pay requests from the construction Contractor (line of communication will be construction contractor to resident observer to CONSULTANT to CITY) • Provide clarification of plans and specifications throughout construction • Revise/update plans and/or easement plats as changes occur that require resubmittal to DOT/other agencies. • Construction Administration Services called for in attached scope. Attachment number 2 \nPage 36 of 38 Item # 4 Attachment number 2 \nPage 37 of 38 Item # 4 Revised 07-24-19 W.K. DICKSON & CO., INC. 2019 RATE SCHEDULE LABOR 2019 Principal $ 215.00/hr. Senior Consultant $ 198.00/hr. Senior Project Manager $ 190.00/hr. Project Manager $ 168.00/hr. Technical Manager $ 168.00/hr. Senior Project Engineer $ 158.00/hr. Project Engineer $ 140.00/hr. Senior Civil Designer $ 130.00/hr. Civil Designer $ 120.00/hr. Senior Technician $ 115.00/hr. Project Administrator $ 70.00/hr. EXPENSES Reproductions Cost Mileage IRS Rate (currently $0.58/mile) Telephone, Postage Cost Travel (Meals/Lodging) Cost Subconsultants Cost + 10% Note: The above rates are effective January 1, 2019. WK Dickson reserves the right to revise to reflect inflationary increases or up to 3% per year. Attachment number 2 \nPage 38 of 38 Item # 4 Attachment number 3 \nPage 1 of 1 Item # 4 2018 Project Recommendations for Design Professionals    Water Design  1. Wooten Road Water Main Upgrade – WK Dickson & Company, Inc.  2. Fleming Acres Water Main Upgrade – Cranston Engineering Group, P.C.  3. Fort Gordon: B Street Water Main – ZEL  4. Fort Gordon: Cyber CoE Campus 8th Avenue Water Main – TBD  5. Miscellaneous Fort Gordon Water and Sewer Projects ‐ Infrastructure Systems Management,  LLC  6. Fort Gordon: Backflow Preventer Replacement (50) ‐ TBD    Sewer Design  1. Jack Kelly Road Sanitary Sewer Extension– Johnson, Laschober & Associates, P.C.   2. Belair/Barnett Crossing Sewer Masterplan & West Basin Design – W.K. Dickson & Company, Inc.   3. Belair/Barnett Crossing Sewer East Basin Design – Constantine Engineering, Inc.  4. Fort Gordon: 15th Street Collector Sanitary Sewer – W.R. Toole Engineers, Inc.   5. Fort Gordon: Cross‐Basin Lift Station and Force Main – Goodwyn, Mills and Cawood, Inc.  6. Fort Gordon: Western Trunk Sanitary Sewer Repair and Replacement – TBD        Attachment number 4 \nPage 1 of 1 Item # 4 Engineering Services Committee Meeting 9/10/2019 1:15 PM Regency Mall property Department: Presenter:Commissioner Bill Fennoy Caption:Update from Engineering, Code Enforcement and Fire Departments regarding the current evacuations, Stop Order and accessibility by public safety officials on the Regency Mall Property. (Requested by Commissioner Bill Fennoy) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Cover Memo Item # 5 Engineering Services Committee Meeting 9/10/2019 1:15 PM Downtown Parking Management Services RFQ #19-196 Department:Engineering Presenter: Caption:Approve continuing the process of developing proposal for Commission consideration for managed parking in downtown Augusta. RFQ 19-196 Background:Earlier this year, the Mayor’s Office created a parking task force with stakeholders, business owners, and Augusta department staff to discuss the issues involved with parking in downtown Augusta. After several months of meetings and discussions, the task force compiled a list of recommendations to use in the Procurement RFQ selection process. Analysis:This RFQ procurement process provided Augusta with a highly qualified vendor to continue the work that the downtown task force started. The Augusta Engineering Department, on behalf of the Parking Task Force, worked through the Procurement RFQ process to find the most qualified consultant to perform future essential services to propose a turn-key solution to Commission for a parking management program in downtown Augusta. Financial Impact:There will be no fiscal impact to proceed with the agreement with the chosen vendor selected through the RFQ process. In the future, there may be a fiscal impact depending on the chosen parking management alternative by the Commission based on the various options presented by the vendor. Alternatives:1) Approve and authorize the Augusta Engineering Department, on behalf of the Parking Task Force, to proceed with the agreement with the chosen vendor and allow them to continue developing the downtown managed parking proposal for future Commission consideration. 2) Do not approve. Recommendation:Approve Alternative Number One. Cover Memo Item # 6 Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 6 Request for Qualifications Request for Qualifications will be received at this office until Tuesday, April 2, 2019 @ 11:00 a.m. for furnishing: RFQ 19-196 Parking Management Services for Downtown Augusta, GA - Traffic Engineering Division RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Pre Qualifications Conference will be held on Friday, March 15, 2019 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, March 19, 2019, @ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of ninety (90) days after qualifications have been opened, pending the execution of contract with the successful vendor. Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for qualification including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle February 21, 28, March 7, 14, 2019 Metro Courier February 21, 2019 Attachment number 1 \nPage 1 of 1 Item # 6 OFFICIAL VENDORS Attachment "B"E-Verify #Addendum 1 SAVE Form Original 7 Copies SP+ CORPORATION MUNICIPAL SERVICES DIVISION 121 LUCKIE ST NW SUITE 200 ATLANTA, GA 30303 Yes 17365 Yes Yes Yes Yes PCAM, LLC 3165 GARFIELD AVENUE LOS ANGELES, CA 30040 Yes 638879 Yes Yes Yes Yes ABM PARKING SERVICES 1449 HAMILTON AVE CLEVELAND, OH 4414 Yes 1136920 Yes Yes Yes Yes LANIER PARKING SOLUTIONS 233 PEACHTREE ST, NE HARRIS TOWER, SUITE 2600 ATLANTA, GA 30303 Yes 865742 Yes Yes Yes Yes RFQ Opening - RFQ Item #19-196 Parking Management Services for Downtown Augusta for Augusta, Georgia - Engineering Department - Traffic Engineering Division RFQ Date: Tuesday, April 2, 2019 @ 11:00 a.m. Total Number Specifications Mailed Out: 5 Total Number Specifications Download (Demandstar): 6 Total Electronic Notifications (Demandstar): 82 Georgia Procuement Registry: 193 Mandatory Pre-Proposal/Telephone Conference Attendees: N/A Total packages submitted: 4 Total Noncompliant: 0 Page 1 of 1 Attachment number 2 \nPage 1 of 1 Item # 6 SP+ CORPORATION MUNICIPAL SERVICES DIVISION 121 LUCKIE ST NW SUITE 200 ATLANTA, GA 30303 PCAM, LLC 3165 GARFIELD AVENUE LOS ANGELES, CA 30040 ABM PARKING SERVICES 1449 HAMILTON AVE CLEVELAND, OH 4414 LANIER PARKING SOLUTIONS 233 PEACHTREE ST, NE HARRIS TOWER, SUITE 2600 ATLANTA, GA 30303 SP+ CORPORATION MUNICIPAL SERVICES DIVISION 121 LUCKIE ST NW SUITE 200 ATLANTA, GA 30303 PCAM, LLC 3165 GARFIELD AVENUE LOS ANGELES, CA 30040 ABM PARKING SERVICES 1449 HAMILTON AVE CLEVELAND, OH 4414 LANIER PARKING SOLUTIONS 233 PEACHTREE ST, NE HARRIS TOWER, SUITE 2600 ATLANTA, GA 30303 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Evaluation Criteria Ranking Points 1. Completeness of Response • Package submitted by the deadline • Package is complete (includes requested information as required per this solicitation) • Attachment B is complete, signed and notarized N/A Pass/Fail PASS PASS PASS PASS PASS PASS PASS PASS 2. Qualifications & Experience (0-5)15 4.7 3.1 3.9 4.9 71.1 46.9 58.3 72.8 3. Organization & Approach (0-5)20 4.9 3.1 3.8 4.9 97.0 62.5 75.8 97.0 4. Scope of Services A detailed description of the proposed management approach to be used for the performance of the required services. (0-5)25 4.9 2.9 3.5 4.8 123.1 71.3 87.5 120.9 5. Conceptural Project Schedule (0-5)5 5.0 2.4 3.9 4.2 24.9 11.8 19.3 20.8 6. References (0-5)5 4.7 3.7 3.7 4.6 23.6 18.4 18.4 23.1 Within Richmond County 5 10 0 0 0 0 Within CSRA 5 6 0 0 0 0 Within Georgia 5 4 5 5 20 0 0 20 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 0 0 0  All Others 5 1 5 5 0 5 5 0 24.2 15.1 18.7 23.3 359.8 215.8 264.3 354.6 8. Presentation by Team (0-5)10 4.2 4.4 41.7 0.0 0.0 44.2 9 Q&A Response to Panel Questions (0-5)5 4.7 4.0 23.3 0.0 0.0 20.0 Total Phase 2 - (Total Maximum Ranking 15 - Maximum Weighted Total Possible 75) 8.8 0 0 8.4 65.0 0.0 0.0 64.2 33.1 15.1 18.7 31.7 424.8 215.8 264.3 418.7 Procurement DepartmentRepresentative:_______Nancy Williams________________________________ Procurement Department Completion Date: ______5/23/19______________ Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Internal Use Only Total Cumulative Score (Maximum point is 475) Evaluator: __Cumulative __________ Date: _5/23/19 RFQ Item #19-196 Parking Management Services for Downtown Augusta for Augusta, Georgia - Engineering Department - Traffic Engineering Division RFP Evaluation Meeting: Thursday, April 25, 2019 @ 1:00 p.m. Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Vendors Phase 1 Total - (Total Maximum Ranking 30 - Maximum Weighted Total Possible 400) Phase 1 Weighted Scores Weighted ScoresWeighted Scores Weighted ScoresScale 0 (Low) to 5 (High) Attachment number 3 \nPage 1 of 1 Item # 6 ENGINEERING DEPARTMENT Hameed Malik, PE, Ph. D., Director John Ussery, PE, Assistant Director of Traffic Engineering Division – Administration Section 424 Walker St, Ste 110 – Augusta, GA 30901 (706) 796-5040 – Fax (706) 796-5045 WWW.AUGUSTAGA.GOV MEMORANDUM To: Ms Geri Sams, Director - Procurement From: John Ussery, PE, Assistant Director of Traffic, AED Date: Wednesday, May 29, 2019 Subject: Parking Management Services for Downtown Augusta RFQ #19-196 File Reference: 19-014(A) Ms. Sams, it is the recommendation of the Augusta Engineering Department (AED) on behalf of the Mayor’s Office and Parking Task Force to award the consultant services for the subject project to SP+ Municipal Services. We request that the scope of work be initiated and enter into fee negotiations. Please contact John Ussery from the Traffic Engineering Division of the Augusta Engineering Department at (706) 821-1710 or jussery@augustaga.gov with any questions. Attachment number 4 \nPage 1 of 1 Item # 6 Attachment number 5 \nPage 1 of 4 Item # 6 Attachment number 5 \nPage 2 of 4 Item # 6 Attachment number 5 \nPage 3 of 4 Item # 6 Attachment number 5 \nPage 4 of 4 Item # 6 Attachment number 6 \nPage 1 of 3 Item # 6 Attachment number 6 \nPage 2 of 3 Item # 6 Attachment number 6 \nPage 3 of 3 Item # 6 Attachment number 7 \nPage 1 of 2 Item # 6 Attachment number 7 \nPage 2 of 2 Item # 6 Attachment number 8 \nPage 1 of 2 Item # 6 Attachment number 8 \nPage 2 of 2 Item # 6 Engineering Services Committee Meeting 9/10/2019 1:15 PM Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects – RFQ 18-148 Cranston Engineering – Task Order One – National Hills Department:Engineering Presenter: Caption:Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Cranston Engineering (Cranston) in the amount of $112,355.00 for National Hills Drainage Basin as requested by the AED. RFQ 19-148 Background:Stormwater conveyance concerns are wide spread and particularly in older developed areas. The objective of Drainage Improvements projects in area experiencing localized flooding is to provide infrastructure improvements that mitigate the flooding conditions in these areas. Frequent, severe flooding creates threatening and hazardous conditions for residents of the area, impact local commercial operation and businesses. Contributing factors to the flooding conditions include undersized drainage conveyance system, limited or no roadside curbing, restricted access for system maintenance and deficient integrated storm conveyance system. The overall need for this project is to upgrade the infrastructure system within the designated area including roadway improvements, resurfacing, or both, adding of curbs, gutters, sidewalks, and drainage improvements. On May 7, 2019 Commission approved award of Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects Engineering Services Agreement to four qualified firms including Cranston. W ork is released as Phased Task Order. Analysis:Due to lack of area specific drainage information, specific improvements cannot be identified without detailed survey and engineering analysis of drainage system and hydrological condition at impacted area. Requested funding approval is for Task Order one – Initial Phase services National Hills Drainage area. Services are provided by Cranston. Cover Memo Item # 7 Financial Impact:Stormwater Utility Funds. Alternatives:1). Do not approve and find alternative to address county-wide storm conveyance system improvements needs. Recommendation:Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Cranston Engineering (Cranston) in the amount of $112,355.00 for National Hills Drainage Basin as requested by the AED. Funds are Available in the Following Accounts: Stormwater Utility Funds 581-044320-5211120 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 7 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby authorized: Section 1: The project is authorized to CPB# 581-044320-5211120 to award the initial phase funding for Drainage Study to Cranston Engineering in the amount of $125,000 for National Hills drainage basins project. Funding in the amount of $125,000 is available in the Stormwater Utility Funds. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Stormwater Utility Funds 125,000$ 125,000$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Public Works Copy-Finance Department Copy-Purchasing Department CPB#581-044320-5211120 CAPITAL PROJECT BUDGET NATIONAL HILLS DRAINAGE & IMPROVEMENT PROJECT RFQ 19-148 Honorable Hardie Davis, Jr., Mayor 08.29.2019 Attachment number 1 \nPage 1 of 4 Item # 7 Augusta-Richmond County, Georgia CPB#581-044320-5211120 CAPITAL PROJECT BUDGET NATIONAL HILLS DRAINAGE & IMPROVEMENT PROJECT RFQ 19-148 CPB AMOUNT CPB NEW CPB CHANGE CPB SOURCE OF FUNDS Stormwater Utility Funds 581-044320-5211120 ($125,000) ($125,000) TOTAL SOURCES: ($125,000) ($125,000) USE OF FUNDS Stormwater Utility Funds 581-044320-5211120 $125,000 $125,000 TOTAL USES:$125,000 $125,000 08.29.2019 Attachment number 1 \nPage 2 of 4 Item # 7 CPB#581-044320-5211120 08.29.2019 Attachment number 1 \nPage 3 of 4 Item # 7 CPB#581-044320-5211120 08.29.2019 Attachment number 1 \nPage 4 of 4 Item # 7 Attachment number 2 \nPage 1 of 10 Item # 7 Attachment number 2 \nPage 2 of 10 Item # 7 Attachment number 2 \nPage 3 of 10 Item # 7 Attachment number 2 \nPage 4 of 10 Item # 7 Attachment number 2 \nPage 5 of 10 Item # 7 Attachment number 2 \nPage 6 of 10 Item # 7 Attachment number 2 \nPage 7 of 10 Item # 7 Project Name: National Hills Drainage Improvements Date: August 30, 2019 CEG Job #: 2019-0333 ACTIVITY DESCRIPTION Se n i o r P r o j e c t M a n a g e r Pr o f e s s i o n a l E n g i n e e r Pr o j e c t E n g i n e e r I I En g i n e e r i n g T e c h I I GI S C o l l e c t i o n C r e w Su r v e y P a r t y Se c r e t a r y / A d m i n . Co n s t a n t i n e - S e n i o r P r o j e c t Ma n a g e r Co n s t a n t i n e - G I S T e c h IS M - P r i n c i p a l E n g i n e e r IS M - S e n i o r C o n s t r u c t i o n Ma n a g e r To t a l M a n H o u r s To t a l F e e s HOURLY RATES $175 $130 $95 $80 $140 $150 $60 $205 $50 $215 $160 Drainage Study and Concept Plans 1a Desktop Collection & Existing Document Review 4 12 28 0 0 0 0 0 0 0 0 0 44 $4,920.00 4.5% 1b Conceptual Base Map and Database Development 4 12 30 16 0 0 0 4 20 0 0 0 86 $8,210.00 7.5% 1c Coordination with City & Consultants re: GIS & Other Data 8 22 8 0 0 0 0 8 0 8 0 0 54 $8,380.00 7.6% 1d Additional Inventory Dimensions from As-Builts 2 10 32 24 0 0 0 0 0 0 0 0 68 $6,610.00 6.0% 1e Identification of Known Flooding and Problematic Areas 4 8 16 0 0 0 0 0 0 8 8 0 44 $6,260.00 5.7% 1f Public Meetings (Inc. Letter Notifications) X 1 8 8 0 0 0 0 4 0 0 0 0 0 20 $2,680.00 2.4% 2a Field Investigation & Verification of Existing Structures GPS (~320 nodes) @ T&M 4 8 16 0 160 0 0 0 0 4 16 0 208 $29,080.00 26.5% 2b Field Validation: 15% Existing GIS Data & 10% Collected Data (~35 Structures) @T&M 1 4 4 0 0 16 0 0 0 0 0 0 25 $3,475.00 3.2% 2c Data Entry, Management & QC for Prelim. Base Map/Database 8 28 48 0 0 0 0 8 24 0 0 0 116 $12,440.00 11.3% 3a Prepare Draft Report 12 48 34 8 0 0 8 4 0 4 0 0 118 $14,370.00 13.1% 3b Coordination and Meetings, Report QC 8 16 0 0 0 0 0 4 0 4 2 0 34 $5,480.00 5.0% 3c Prepare Final Report, Final QC 4 24 20 8 0 0 8 2 0 2 2 0 70 $8,000.00 7.3% Total 887 $109,905.00 100.0% Total Man Hours 67 200 236 56 160 16 30 44 30 28 0 867 Subtotals by Task 719 132 1 Desktop Collection & Existing Data, ID Flooding & Problem Areas 30 72 114 40 0 0 12 20 16 8 0 312 $37,060.00 33.7% 2 Field Investigation & Validation and Prelim. Base Map/Database 13 40 68 0 160 16 8 24 4 16 0 349 $44,995.00 40.9% 3 Drainage Improvement Study Report 24 88 54 16 0 0 10 0 10 4 0 206 $27,850.00 25.3% Total 867 $109,905.00 100.0% Additive Additional Community Consultation, Public Meeting (per meeting)0 $2,450 Key Personnel Man Hour Summary Sub-Consultant StaffCranston Engineering Staff At t a c h m e n t n u m b e r 2 \ n P a g e 8 o f 1 0 It e m # 7 June 1, 2019 SCHEDULE OF RATES & CHARGES TIME & MATERIAL BASIS Personnel Charges: Lead Principal Engineer $250.00 Per Hour Senior Principal Engineer/Planner $215.00 Per Hour Senior Principal Engineer $215.00 Per Hour Principal Engineer $190.00 Per Hour Senior Professional Engineer II $175.00 Per Hour Senior Professional Engineer I $160.00 Per Hour Professional Engineer $130.00 Per Hour Project Engineer II $95.00 Per Hour Project Engineer I $85.00 Per Hour Senior Engineering Technician $125.00 Per Hour Engineering Technician II $80.00 Per Hour Engineering Technician I $75.00 Per Hour Landscape Architect I $85.00 Per Hour Senior Land Surveyor $160.00 Per Hour Land Surveyor $115.00 Per Hour Project Surveyor II $90.00 Per Hour Project Surveyor I $80.00 Per Hour Survey Technician I $65.00 Per Hour Survey Party $140.00 Per Hour Survey Party – Robotic Scanner $150.00 Per Hour CADD Technician II $65.00 Per Hour CADD Technician I $55.00 Per Hour Construction Observer II $70.00 Per Hour Construction Observer I $65.00 Per Hour Assistant Engineering Technician $35.00 Per Hour Secretary/Administrative Assistant $60.00 Per Hour Reimbursable Charges: Mileage IRS Rate plus 15% Paper Prints $0.50/Square Foot Other Reimbursable Items Cost plus 15% Attachment number 2 \nPage 9 of 10 Item # 7 PROPOSED STUDY MAP AREA NATIONAL HILLS DRAINAGE IMPROVEMENTS STUDY AREA LEGEND LEGEND At t a c h m e n t n u m b e r 2 \ n P a g e 1 0 o f 1 0 It e m # 7 Request for Qualifications Request for Qualifications will be received at this office until Thursday, February 21, 2019 @ 11:00 a.m. for furnishing for the Augusta, GA - Engineering Department: RFQ 19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Project RFQ 19-152 Engineering Services for Streambank Stabilization Design, Permitting and Construction RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Pre Qualifications Conference for RFQ 19-148 will be held on Tuesday, February 5, 2019 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. A Pre Qualifications Conference for RFQ 19-152 will be held on Tuesday, February 5, 2019 @ 11:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, February 6, 2019, @ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of sixty (60) days after qualifications have been opened, pending the execution of contract with the successful vendor. Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for qualification including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 10, 17, 24, 31, 2019 Metro Courier January 10, 2019 Attachment number 3 \nPage 1 of 1 Item # 7 OFFICIAL Page 1 of 1 VENDORS Attachment "B" E-Verify Number SAVE Form Original 7 Copies BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 Yes 307873 Yes Yes Yes GOODWYN, MILLS, AND CAWOOD, INC 6120 POWERS FERRY RD NW SUITE 350 ATLANTA, GA 30339 Yes 425070 Yes Yes Yes MORELAND ALTOBELLI ASSOCIATES, LLC 2450 COMMERCE AVENUE SUITE 100 DULUTH, GA 30096 Yes 53328 Yes Yes Yes EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 Yes 324745 Yes Yes Yes HUSSEY, GAY, BELL & DEYOUNG, INC, CONSULTING ENGINEERS 329 COMMERCIAL DR SUITE 200 SAVANNAH, GA 31406 Yes 398475 Yes Yes Yes CONSTANTINE ENGINEERING, INC 1570 BROAD STREET SUITE C AUGUSTA, GA 30904 Yes 104087 Yes Yes Yes JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 Yes 226309 Yes Yes Yes W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 Yes 110665 Yes Yes Yes CRANSTON ENGINEERING GROUP. P.C. 452 ELLIS STREET AUGUSTA, GA 30903 Yes 64684 Yes Yes Yes ZIMMERMAN, EVANS AND LEOPOLD, INC 435 TELFAIR STREET AUGUSTA, GA 30901 Yes 257101 Yes Yes Yes RFQ Opening - RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Project for the Augusta, GA – Engineering Department RFQ Due: Thursday, February 21, 2019 @ 11:00 a.m. Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 5 Total Electronic Notifications (Demandstar): 103 Pre Qualifications Conference Attendees: 20 Total packages submitted: 10 Total Noncompliant: 0 Attachment number 4 \nPage 1 of 1 Item # 7 ALFRED BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 CRANSTON ENGINEERING 452 ELLIS STREET AUGUSTA, GA 30903- 2546 CONSTANTINE ENGINEERING, INC 1570 BROAD STREET SUITE C AUGUSTA, GA 30904 GOODWYN, MILLS AND CAWOOD, INC 1450 GREENE STREET STE 505 AUGUSTA, GA 30901 EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 HUSSEY, GAY, BELL & DEYOUNG, INC, CONSULTING ENGINEERS 329 COMMERCIAL DR SUITE 200 MORELAND ALTOBELLI ASSOCIATES, LLC 2450 COMMERCE AVENUE SUITE 100 JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 ZIMMERMAN, EVANS AND LEOPOLD, INC 435 TELFAIR STREET AUGUSTA, GA 30901 ALFRED BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 CRANSTON ENGINEERING 452 ELLIS STREET AUGUSTA, GA 30903- 2546 CONSTANTINE ENGINEERING, INC 1570 BROAD STREET SUITE C AUGUSTA, GA 30904 GOODWYN, MILLS AND CAWOOD, INC 1450 GREENE STREET STE 505 AUGUSTA, GA 30901 EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 HUSSEY, GAY, BELL & DEYOUNG, INC, CONSULTING ENGINEERS 329 COMMERCIAL DR SUITE 200 MORELAND ALTOBELLI ASSOCIATES, LLC 2450 COMMERCE AVENUE SUITE 100 JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 ZIMMERMAN, EVANS AND LEOPOLD, INC 435 TELFAIR STREET AUGUSTA, GA 30901 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Evaluation Criteria Ranking Points 1. Completeness of Response • Package submitted by the deadline • Package is complete (includes requested information as required per this solicitation) • Attachment B is complete, signed and notarized N/A Pass/Fail PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS 2. Qualifications & Experience (0-5)15 3.7 3.8 4.2 4.3 3.0 3.0 3.0 3.8 3.7 3.0 55.0 57.5 62.5 65.0 45.0 45.0 45.0 57.5 55.0 45.0 3. Organization & Approach (0-5)20 3.7 3.7 3.7 4.2 2.3 3.0 2.7 3.2 3.3 2.7 73.3 73.3 73.3 83.3 46.7 60.0 53.3 63.3 66.7 53.3 Scope of Services The project scope of work shall include the following: • Assessment of available relevant studies and data. • Specific relevant experience of your company specific to “drainage conveyance system” concept and design. • A detailed description of the proposed technical approach to be taken for the performance of the required services (0-5)25 4.0 3.8 3.7 4.7 3.0 3.3 3.0 3.5 3.3 3.0 100.0 95.8 91.7 116.7 75.0 83.3 75.0 87.5 83.3 75.0 5. Financial Stability (0-5)10 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 4.7 5.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 46.7 50.0 6. References (0-5)5 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 Within Richmond County 5 10 5 5 5 5 5 5 5 50 50 50 50 0 0 0 50 50 50 Within CSRA 5 6 5 0 0 0 0 30 0 0 0 0 0 Within Georgia 5 4 5 5 0 0 0 0 0 20 20 0 0 0 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 0 0 0 0 0 0 0 0 0  All Others 5 1 0 0 0 0 0 0 0 0 0 0 26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3 8. Presentation by Team (0-5)10 0 0 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 0 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 10 - Maximum Weighted Total Possible 75) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3 Scale 0 (Low) to 5 (High) Procurement DepartmentRepresentative:__________Nancy Williams__________________________________ Procurement Department Completion Date: _________3/1/19___________________ Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Internal Use Only Total Cumulative Score (Maximum point is 500) Evaluator: ___Cumulative _____________________________ Date: __3/11/19 RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Project for the Augusta, GA – Engineering Department RFP Evaluation Meeting: Monday, March 11, 2019 @ 3:30 p.m. Weighted Scores Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Vendors Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 425) Phase 1 Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted ScoresWeighted Scores Weighted Scores Attachment number 5 \nPage 1 of 1 Item # 7 Attachment number 6 \nPage 1 of 1 Item # 7 Attachment number 7 \nPage 1 of 4 Item # 7 Attachment number 7 \nPage 2 of 4 Item # 7 Attachment number 7 \nPage 3 of 4 Item # 7 Attachment number 7 \nPage 4 of 4 Item # 7 .. NAME 1 3.�o.u.�O'£aiqaj 4.�M"'\ �� 5.L,lioJWeJh 6.�UV\�I Stt�(CA 1_\N es B�Vlt Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects COMPANY/DEPT. 'j(}t)lfflllent \.Al��� w � 'D (t:-�o,..:) 'Pl)tJi) Cons�� For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT ADDRESS/CITY/STATE/ ZIP CODE 535 Telfair Street, Suite 605 AuJ;!;Usta! GA 30901 535 Telfair Street, Suite 605 Augusta, GA 30901 I 2 l'1' A&r�U-{ S+ Colu � lo'--ci &C I 2-<it � lA9'.::> �tJ� �h� -t.:z.a, �°t'A, I C:)r, �0 I.Lf-5::> G,--c.-sr s��'l-5 AUGrVSTA � �o1 lo i1 tJ w ��kl t\V�ht &Pr 1;D� D1 TELEPHONE NUMBER 706-821-2423 706-821-2888 9?3-l�Cz- 0444-- 10(p ,1"2-'Z.. �i� Sc..1t-"3l� I.sea 1JOXJ, '1 Dl-f 7 � B t../ 007 ·7a, -·'flt..{-�S3'5 FAXNUMBER 706-821-2811 706-821-2811 1 fb lf bi :!/'(1 41 EMAIL procbidandcontract @augustaga.gov procbidandcontract @augustaga.gov m obr-ten-pitk hlt,;s�ft �� w ¥-6,c�at.l \�l.s.Cf? wl<..d, c..�. �lo(0 �e._ r(?v1dw, lC>fYI 'Wt, jn,e(tW Prime/Sub l=t� lco"'\ ? ip f' \'5·1, �'°�J st�G ��te--GA 3d?"Lf ·-f C-ij � • CoM � Attachment number 8 \nPage 1 of 4 Item # 7 I NAME 8.,11/1!415�� 9.{IV/ oirc:...Jo,.J� 10.cri¾ Ha t'1 Ma< lu. 'C\cl 11• {Yiu /p-;14) 12.Ko...--t'b0,J 13. G,� \-\�-;' L 14.l�\� \.. � ts. M ,' k r;"'� Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects 2fl br�,f11"JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAXNUMBER EMAIL ZIP CODE NUMBER Prime/Sub /7lc7h!P�7 � �1� .s l'l»vvtt.5;-;lfn--/1,z -lf78J,,,2l/b ds rn l-/.e.Je /J/,to£a1,· 5/t"rid-�v�/"' �/o-P -zzq 8'WI iqt4-z;-.. 11e+-'P "1�re--( rAr-J b / 6 5 v v / h /1--. rr& tµ7B✓41 J,-tP7H,, 'Iii JA1J v r d wt @_,f 4/�hetl,\ ¾, 5.,,..Y\.:/4r:n,;//pL � fj /{,(J e1ro M�o � .,iQf A I.fr�& R:-Y\C,5c.. (c:JtJ;,S-13�4 ::S{.?at:. 72.� �6 Z'2.'-. e.hc:t>MM•rf�u,cl' �c,;/e.-zoo t;tl'( �Z-t°{ e__ be ..,�Jc-'n. p G .. � C-..Aua u � f-et (i,4 31!,� It Covn ...J c-;111c 11./�t> OIHNF 5r, 'fa� -Z'5/ -K1ttr.�'r-�DP. �'4-1li �4-15 t:{()f'I -Aitc,t,t J r,4 ,/Jil ? "'" J C,d,f,f l��D �{a.c�¼ � 40<-t-9 <:,s--ljDl.\-9(p5 -Ka.-t�e r :J\e AE,CoM �\t(J so01 1\1.\.�+� I 7085'" q(p(:)5"' su(d (gQ�(Of 1. p<'::.A.. 303�9 (,crv'"'\ Ro� c�t ... \i.,... I A Q1'(., \v,ct,6�N. \ Wc.7 ��"'""' \\_,"l,.? lctt,-7j\ ... .s'?.-56 10,-1.s,-�,to ��II&�� c;A. �O�f,"y yt:.(,l),t& Ce,, (a,,o" T,. <;.�, LLCL 15 6'7 ��� sT 10,-{,9/ -4l��(Q/ A.1J, u-s,:, ... 1 b A 1�AA.U.C-��e. � 861I Col'-\. H-'tot,. o -s+.---v(;,h.,.,...�:;, Ll2.5' 12 � 9- E >c-t-M : \Le_' p� i"'.1 @_. t:,..,.,1c.e. 9o3-2o3-077S -SC. Z'1o33 vi,-,J.-..c:S-t-,,,_v�+..,Ats •Len-.. Attachment number 8 \nPage 2 of 4 Item # 7 I NAME 16_t-i·1t�et t f.{ u. f c.l ,v,"' 17.s�V'\(\OI"°'\ {)e;,\t) 1s. C rk1�1oa,� Ji.Jr..16 19.5,..J- -n1Vfs�� � 20. /�r W,�&/1 21.Ri·Gl�LsJ,« 22.j/-fr7i{ f#l)JV! 4--{;Jl-l 23.Joa.-�0\,ut::tll:""2- Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects ?; ft> y D1;��(1 JL JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE ZIP CODE NUMBER FAXNUMBER EMAIL Prime/Sub Cf {),yt)foVl '-/�i &//,> f� 7o/,, 7ll-/ >�fl fv1fl,,tArc4;-r,1»1@ �,-...u,,� Au5c...1/a., M �o1°1 C,ro.nsfo11t e�;-Vl fri'ml fee,-, 'ns . c,.-,tt,,.\--J'oocl £�:r�\•ens BiO S\.."'� e."t 110 - l,t 'l,,f -los.3, �""' 17\ I'\ l"IO V"\ , b<.Ats \�<'-.e.,Jo�v"", C-.Pr 30l ½ Li @,wo oJ-rl(.,, C.ofv'\ Pn,N\e. I D'7r' 13 it; .SJfl',i,/f'j teb, C/J,e 1.lfo,o/J-b'C., _ju-.lc( l,.JooD <Si I�k�Nbll¼w,, �A . ':!:,oi'Yf' 170-C/-Z,I -3 '/7 I (!;_. e,,.:> 0 ob F>l..-G,, C-0¼-t P1e,1Mc E 6' 'j IL.1�01 h-"� A"a...s�.\+.-\.\-,l\""fS��- F;.,'i"'{ 1).u�i"'\ �'tll ... -k.,"5 tt"'bt..J I G-A '31'-)01 o//D-�'i1f--:Jl.lJ.?,b r:-.f'�k :.:)� I, e,u·VV\, (4,,-�e JL;! L,1.'Ur; &,� $C 7a.-7�<t-67S-6 Pr:""'ek�. G>A $ti(;/�sl�r'O"f-� JU ,a.1,;1?,ta.J._� 76',-7.2'l-5?Sl, rl�� ?r.�l��J G4�,��,�-4- JrB-0 4<J� � 7/P6-7 9t-J1't tJM.�at:,o � /f c ,$"0uJ7i1-(,1· fr..'--�c, i � A 3 u )J}-C/Y l.f"6 5 l(Gc..�/Z.g 7 x. 7J.. <r�Lz ·11 W111.ckit2--f-11-'M�ZfL �7'0 ( � �1,.£,cl�/� .t::..-e?M' Attachment number 8 \nPage 3 of 4 Item # 7 NAME 24. La.u .. .rf.M. 'S.,, 11 I 25. ik1ro.ll'\�-" k o�n 26. 27. 28. 28. 29. 30. Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT COMP ANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAX NUMBER ZIP CODE NUMBER 535 -rd.Pair St. �c.t,,� 530 C6mo l;af\CP Av� ·•<h, C.A 2ottot -r 06 · 82.l · 2.&to6 • (J ' rq 13 Car'v�s C+ Ko"'�'.., Lo(,)� C th"t'.. rl-ee t,, z;�"'L (;, fr''1 o � l <; ,ob ·-z� lt>"o V DJ y D 1:� JV'u J EMAIL Prime/Sub 1�0..u.\@ �u.S\-a ,., 0 .c iµJuV be-,. fa.,.._;}. �/tJL � , f) �l . &c,/V Attachment number 8 \nPage 4 of 4 Item # 7 Attachment number 9 \nPage 1 of 2 Item # 7 Attachment number 9 \nPage 2 of 2 Item # 7 Engineering Services Committee Meeting 9/10/2019 1:15 PM Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects – RFQ 18-148Alfred Benesch & Company – Task Order One Department:Engineering Presenter: Caption:Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Alfred Benesch & Company (Benesch) in the amount of $114,340.00 for Forrest Hills Drainage Area as requested by the AED. RFQ 19-148 Background:Stormwater conveyance concerns are wide spread and particularly in older developed areas. The objective of the Drainage Improvements projects in area experiencing localized flooding is to provide infrastructure improvements that mitigate the flooding conditions in these areas. Frequent, severe flooding creates threatening and hazardous conditions for residents of the area, impact local commercial operation and businesses. Contributing factors to the flooding conditions include undersized drainage conveyance system, limited or no roadside curbing, restricted access for system maintenance and deficient integrated storm conveyance system. The overall need for this project is to upgrade the infrastructure system within the designated area including roadway improvements, resurfacing, or both, adding of curbs, gutters, sidewalks, and drainage improvements. On May 7, 2019 Commission approved award of Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects Engineering Services Agreement to four qualified firms including Benesch. W ork is released as Phased Task Order. Analysis:Due to lack of area specific drainage information, specific improvements cannot be identified without detailed survey and engineering analysis of drainage system and hydrological condition at impacted area. Requested funding approval is for Task Order one – Initial Phase services Forrest Hills. Drainage area. Services are provided by Bensch. Cover Memo Item # 8 Financial Impact:SPLOST 7 Alternatives:1). Do not approve and find alternative to address county-wide storm conveyance system improvements needs. Recommendation:Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Alfred Benesch & Company (Benesch) in the amount of $114,340.00 for Forrest Hills Drainage Area as requested by the AED. RFQ 19-148 Funds are Available in the Following Accounts: SPLOST 7 GL 329-04-1110 (JL 216829903) - 5223110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 8 Alfred Benesch & Company 1005 Broad Street, Suite 200 Augusta, GA 30901 www.benesch.com P 706-722-4114 F 706-722-6219 FOREST HILLS DRAINAGE IMPORVEMENTS PROJECT PROJECT SCOPE & ISSUES PROJECT OBJECTIVE The objective of the Forest Hills Drainage Improvements project is to provide infrastructure improvements that mitigate stormwater problems in the Forest Hills area of Augusta. Benesch is familiar with study area and understands that there are some areas within the basin that are experiencing some severe erosion and localized flooding which creates threatening and hazardous conditions for residents of the area. Contributing factors to the flooding conditions include steep grades, erodible soils, and undersized stormwater infrastructure. Due to the expansive project area specific improvements cannot be identified without detailed survey and engineering analysis, as well as extensive public outreach. Based upon our previous experiences with similar previous drainage studies, we understand that this project, and subsequently our scope of work, will be structured based on a common areas and outfalls. Based on information provided in the request for proposal, Benesch understands that the infrastructure improvement projects identified will be phase structured to fit the construction allocation funding. PROJECT AREA The Forest Hills Drainage Basin is the area subject to this study. It is in western Augusta-Richmond County and is generally bound by Highland Avenue to the East, Wrightsboro Road to the South, Jackson Road to the West, and Walton Way to the North. A location map of the study area is shown in the figure below: Figure 1: Forest Hills Drainage Basin Area Attachment number 1 \nPage 1 of 5 Item # 8 SCOPE OF WORK A three-phase approach has been developed by the Augusta Engineering Department (AED) to address drainage issues within the Forest Hills Basin. The phases include Due Diligence, Concept Plan Development, and Construction Plan development and are briefly described below: Phase 1 – Due Diligence: This phase includes the initial assessment of the area where we will identify and assesses the condition of the existing stormwater facilities as well as identify “hot spot” areas experiencing localized flooding and other drainage issues. Public outreach will play a significant part in identifying storm water problems within the basin. This phase also includes the development of potential system improvements. Phase 2 – Concept Plan Development: Hot spot areas identified in the due diligence phase will be further studied to develop concept alternatives in Phase 2. These will be accompanied with an estimation of engineering and construction costs. Concept plans and alternatives will be developed using preliminarily hydrologic and hydraulic calculations, as well as further field reconnaissance to determine any constraints. The concept plans developed in this phase will be used to the create the Project Priority Schedule (PPS), which place the proposed projects in order of priority based up on need and value. Phase 3 – Construction Plan Development: Using the Project Priority Schedule (PPS), Benesch will prepare construction plans and project manuals. The projects will be completed in the order developed in the PSS. For this proposal we have scoped tasks associated with phase 1 of the AED study approach. General tasks within this phase include development of the study area boundary map, identification of known drainage issues, and development of potential system improvements. Specific tasks to be completed during each of these have been outlined below and on the attached man-hour task sheet: Task 1: Study Area Boundary Map A summary of tasks associated with the Study Area Boundary Map will be completed as follows: · Compile the LIDAR survey and storm sewer inventory data to create a study area base map. o The Constantine Group will act as the point of contact for receiving and submitting this information. · Field reconnaissance to confirm existing infrastructure, photograph documentation. · Update the final study area map using compiled information from the basemap and field reconnaissance. Task 2: Identification of Known Drainage Issues A summary of tasks associated with the identification of known drainage issues will be completed as follows: Attachment number 1 \nPage 2 of 5 Item # 8 · Initial kickoff meeting with AED Staff to identify any known “Hot Spot” areas. · Hold Public involvement meetings to gather information on areas experiencing localized flooding and other storm water issues. o Estimate holding two (2) separate public involvement meetings. · Visit hot spot locations identified from meetings with AED and the public involvement meetings to identify the existing infrastructure in the area as well as any possible design constraints. · Field survey of existing storm sewer infrastructure (if necessary) o Benesch has established an allowance for field survey activities that will be used as necessary to determine the location, size, and other data associated with storm sewer infrastructure that is unavailable in the provided database material. Task 3: Development of Potential System Improvements A summary of tasks associated with the Development of Potential System Improvements will be completed as follows: · Develop potential projects for high priority areas identified in Task 2. These projects will be general in narrative while identifying any constructability issues noted from field reconnaissance. · Prepare schematic concept maps of the project alternatives. · Meet with AED personnel to review the proposed project concept maps. This will serve as the completion of Phase 1 of the drainage study. DELIVERABLES · Project Basemap (Aerial Survey with enhancements) · Public Meetings: Problem Identification and Concept Development · Project Concept Maps ADDITIONAL PROJECT NOTES · Following completion of the concept schematic maps and final review meeting with AED, Benesch will provide a supplemental scope for the second phase of the study to prepare concept plans and develop the Project Priority Schedule (PPS) for the Forest Hills study area. · Benesch will provide AED with monthly project status reports for the entire duration of the due diligence process. Attachment number 1 \nPage 3 of 5 Item # 8 · All work requiring additional sub-consultant evaluation will be facilitated through a separate proposal to AED. PROJECT FEE SUMMARY The attached manhour estimates provides a detailed outline of services. Please see below for a summary of fees per phase of work: Study Area Boundary Map: $ 47,110.00 Identification of Known Drainage Issues: $ 31,090.00 Development of Potential System Improvements: $ 21,140.00 Surveying Allowance (As Necessary): $ 15,000.00 Total Proposed Fee: $ 114,340.00 SCHEDULE Upon Notice to Proceed, Benesch will provide a full schedule outlining the due diligence process. Based upon the size of the study area, and through initial conversations with AED, we would expect to complete phase 1 tasks by Summer of 2020. Again, we appreciate this opportunity to provide a proposal for the Augusta Engineering Department and we look forward to continuing our work with the County. Should you have any questions please feel free to contact our office. Sincerely, Alfred Benesch & Company Victor Conover, P.E., C.F.M. Project Manager . Attachments: Man-hour/Fee Estimate (1 Page) Attachment number 1 \nPage 4 of 5 Item # 8 8/5/2019 Augusta, GA Augusta Engineering Department Forest Hills Drainage Improvements P2019016 Item/ Task Description Di v i s i o n M a n a g e r Sr . P r o j e c t M a n a g e r Pr o j e c t M a n a g e r Se n i o r D e s i g n e r De s i g n e r CA D D e s i g n e r Ad m i n To t a l Database Study Area Boundary Map Combine LIDAR map with storm inventory into study map.8 40 40 88 Field verification of infrastructure / Basin investigation 80 160 80 320 Update study map with investigation information 10 20 40 70 0 Identify Known Flooding Spots 0 Meeting with county to identify hot spots 8 8 8 24 Prepare for Public Meeting (Displays)2 4 8 40 40 94 Public Meeting (2 meetings)16 16 16 16 16 80 Site visit of hot spots identified in public meetings 24 24 48 0 Develop Potential System Improvements 0 Project Identification / Schematic project maps 40 80 80 200 Meeting with county to review results 4 4 4 12 0 0 0 0 0 0 0 0 0 0 0 0 Total 18 32 198 40 368 280 0 936 Personnel Est. Hours Rate/Hour Cost ($) Totals Division Manager 18 $235.00 $4,230.00 Sr. Project Manager 32 $195.00 $6,240.00 Project Manager 198 $145.00 $28,710.00 Senior Designer 40 $105.00 $4,200.00 Designer 368 $95.00 $34,960.00 CAD Designer 280 $75.00 $21,000.00 Admin 0 $55.00 $0.00 Total per Rate Schedule $99,340.00 $99,340.00 Direct Costs Number Rate Cost ($) Travel Total Direct Costs $0.00 Subconsultant Costs Number Rate Est. Cost ($) Survey Allowance 1 $15,000.00 $15,000.00 Total Subconsultant Costs $15,000.00 Total Proposed Fees $114,340.00 Date: Project Location: Owner: Project Name: Benesch Proposal #: Attachment number 1 \nPage 5 of 5 Item # 8 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby authorized: Section 1: The project is authorized to CPB# 581-044320-5211120 to award the initial phase funding for Drainage Study to to Alfred Benesch & Company in the amount of $114,340 for Forrest Hills Drainage Improvements project. Funding in the amount of $114,340 is available in the Stormwater Utility Funds. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. SPLOST 7 Funds 114,340$ 114,340$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Public Works Copy-Finance Department Copy-Purchasing Department CPB#581-044320-5211120 CAPITAL PROJECT BUDGET FORREST HILLS DRAINANGE & IMPROVEMENT PROJECT RFQ 19-148 Honorable Hardie Davis, Jr., Mayor 08.29.2019 Attachment number 2 \nPage 1 of 2 Item # 8 Augusta-Richmond County, Georgia CPB#581-044320-5211120 CAPITAL PROJECT BUDGET FORREST HILLS DRAINANGE & IMPROVEMENT PROJECT RFQ 19-148 CPB AMOUNT CPB NEW CPB CHANGE CPB SOURCE OF FUNDS SPLOST 7 GL 329 041110 $114,340 $114,340 TOTAL SOURCES: $114,340 $0 $114,340 USE OF FUNDS SPLOST 7 GL 329 041110 $114,340 $114,340 TOTAL USES: $114,340 $0 $114,340 08.29.2019 Attachment number 2 \nPage 2 of 2 Item # 8 Request for Qualifications Request for Qualifications will be received at this office until Thursday, February 21, 2019 @ 11:00 a.m. for furnishing for the Augusta, GA - Engineering Department: RFQ 19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Project RFQ 19-152 Engineering Services for Streambank Stabilization Design, Permitting and Construction RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Pre Qualifications Conference for RFQ 19-148 will be held on Tuesday, February 5, 2019 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. A Pre Qualifications Conference for RFQ 19-152 will be held on Tuesday, February 5, 2019 @ 11:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, February 6, 2019, @ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of sixty (60) days after qualifications have been opened, pending the execution of contract with the successful vendor. Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for qualification including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 10, 17, 24, 31, 2019 Metro Courier January 10, 2019 Attachment number 3 \nPage 1 of 1 Item # 8 OFFICIAL Page 1 of 1 VENDORS Attachment "B" E-Verify Number SAVE Form Original 7 Copies BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 Yes 307873 Yes Yes Yes GOODWYN, MILLS, AND CAWOOD, INC 6120 POWERS FERRY RD NW SUITE 350 ATLANTA, GA 30339 Yes 425070 Yes Yes Yes MORELAND ALTOBELLI ASSOCIATES, LLC 2450 COMMERCE AVENUE SUITE 100 DULUTH, GA 30096 Yes 53328 Yes Yes Yes EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 Yes 324745 Yes Yes Yes HUSSEY, GAY, BELL & DEYOUNG, INC, CONSULTING ENGINEERS 329 COMMERCIAL DR SUITE 200 SAVANNAH, GA 31406 Yes 398475 Yes Yes Yes CONSTANTINE ENGINEERING, INC 1570 BROAD STREET SUITE C AUGUSTA, GA 30904 Yes 104087 Yes Yes Yes JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 Yes 226309 Yes Yes Yes W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 Yes 110665 Yes Yes Yes CRANSTON ENGINEERING GROUP. P.C. 452 ELLIS STREET AUGUSTA, GA 30903 Yes 64684 Yes Yes Yes ZIMMERMAN, EVANS AND LEOPOLD, INC 435 TELFAIR STREET AUGUSTA, GA 30901 Yes 257101 Yes Yes Yes RFQ Opening - RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Project for the Augusta, GA – Engineering Department RFQ Due: Thursday, February 21, 2019 @ 11:00 a.m. Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 5 Total Electronic Notifications (Demandstar): 103 Pre Qualifications Conference Attendees: 20 Total packages submitted: 10 Total Noncompliant: 0 Attachment number 4 \nPage 1 of 1 Item # 8 ALFRED BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 CRANSTON ENGINEERING 452 ELLIS STREET AUGUSTA, GA 30903- 2546 CONSTANTINE ENGINEERING, INC 1570 BROAD STREET SUITE C AUGUSTA, GA 30904 GOODWYN, MILLS AND CAWOOD, INC 1450 GREENE STREET STE 505 AUGUSTA, GA 30901 EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 HUSSEY, GAY, BELL & DEYOUNG, INC, CONSULTING ENGINEERS 329 COMMERCIAL DR SUITE 200 MORELAND ALTOBELLI ASSOCIATES, LLC 2450 COMMERCE AVENUE SUITE 100 JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 ZIMMERMAN, EVANS AND LEOPOLD, INC 435 TELFAIR STREET AUGUSTA, GA 30901 ALFRED BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 CRANSTON ENGINEERING 452 ELLIS STREET AUGUSTA, GA 30903- 2546 CONSTANTINE ENGINEERING, INC 1570 BROAD STREET SUITE C AUGUSTA, GA 30904 GOODWYN, MILLS AND CAWOOD, INC 1450 GREENE STREET STE 505 AUGUSTA, GA 30901 EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 HUSSEY, GAY, BELL & DEYOUNG, INC, CONSULTING ENGINEERS 329 COMMERCIAL DR SUITE 200 MORELAND ALTOBELLI ASSOCIATES, LLC 2450 COMMERCE AVENUE SUITE 100 JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 ZIMMERMAN, EVANS AND LEOPOLD, INC 435 TELFAIR STREET AUGUSTA, GA 30901 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Evaluation Criteria Ranking Points 1. Completeness of Response • Package submitted by the deadline • Package is complete (includes requested information as required per this solicitation) • Attachment B is complete, signed and notarized N/A Pass/Fail PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS 2. Qualifications & Experience (0-5)15 3.7 3.8 4.2 4.3 3.0 3.0 3.0 3.8 3.7 3.0 55.0 57.5 62.5 65.0 45.0 45.0 45.0 57.5 55.0 45.0 3. Organization & Approach (0-5)20 3.7 3.7 3.7 4.2 2.3 3.0 2.7 3.2 3.3 2.7 73.3 73.3 73.3 83.3 46.7 60.0 53.3 63.3 66.7 53.3 Scope of Services The project scope of work shall include the following: • Assessment of available relevant studies and data. • Specific relevant experience of your company specific to “drainage conveyance system” concept and design. • A detailed description of the proposed technical approach to be taken for the performance of the required services (0-5)25 4.0 3.8 3.7 4.7 3.0 3.3 3.0 3.5 3.3 3.0 100.0 95.8 91.7 116.7 75.0 83.3 75.0 87.5 83.3 75.0 5. Financial Stability (0-5)10 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 4.7 5.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 46.7 50.0 6. References (0-5)5 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 Within Richmond County 5 10 5 5 5 5 5 5 5 50 50 50 50 0 0 0 50 50 50 Within CSRA 5 6 5 0 0 0 0 30 0 0 0 0 0 Within Georgia 5 4 5 5 0 0 0 0 0 20 20 0 0 0 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 0 0 0 0 0 0 0 0 0  All Others 5 1 0 0 0 0 0 0 0 0 0 0 26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3 8. Presentation by Team (0-5)10 0 0 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 0 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 10 - Maximum Weighted Total Possible 75) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3 Scale 0 (Low) to 5 (High) Procurement DepartmentRepresentative:__________Nancy Williams__________________________________ Procurement Department Completion Date: _________3/1/19___________________ Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Internal Use Only Total Cumulative Score (Maximum point is 500) Evaluator: ___Cumulative _____________________________ Date: __3/11/19 RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Project for the Augusta, GA – Engineering Department RFP Evaluation Meeting: Monday, March 11, 2019 @ 3:30 p.m. Weighted Scores Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Vendors Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 425) Phase 1 Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted ScoresWeighted Scores Weighted Scores Attachment number 5 \nPage 1 of 1 Item # 8 Attachment number 6 \nPage 1 of 1 Item # 8 Attachment number 7 \nPage 1 of 4 Item # 8 Attachment number 7 \nPage 2 of 4 Item # 8 Attachment number 7 \nPage 3 of 4 Item # 8 Attachment number 7 \nPage 4 of 4 Item # 8 .. NAME 1 3.�o.u.�O'£aiqaj 4.�M"'\ �� 5.L,lioJWeJh 6.�UV\�I Stt�(CA 1_\N es B�Vlt Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects COMPANY/DEPT. 'j(}t)lfflllent \.Al��� w � 'D (t:-�o,..:) 'Pl)tJi) Cons�� For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT ADDRESS/CITY/STATE/ ZIP CODE 535 Telfair Street, Suite 605 AuJ;!;Usta! GA 30901 535 Telfair Street, Suite 605 Augusta, GA 30901 I 2 l'1' A&r�U-{ S+ Colu � lo'--ci &C I 2-<it � lA9'.::> �tJ� �h� -t.:z.a, �°t'A, I C:)r, �0 I.Lf-5::> G,--c.-sr s��'l-5 AUGrVSTA � �o1 lo i1 tJ w ��kl t\V�ht &Pr 1;D� D1 TELEPHONE NUMBER 706-821-2423 706-821-2888 9?3-l�Cz- 0444-- 10(p ,1"2-'Z.. �i� Sc..1t-"3l� I.sea 1JOXJ, '1 Dl-f 7 � B t../ 007 ·7a, -·'flt..{-�S3'5 FAXNUMBER 706-821-2811 706-821-2811 1 fb lf bi :!/'(1 41 EMAIL procbidandcontract @augustaga.gov procbidandcontract @augustaga.gov m obr-ten-pitk hlt,;s�ft �� w ¥-6,c�at.l \�l.s.Cf? wl<..d, c..�. �lo(0 �e._ r(?v1dw, lC>fYI 'Wt, jn,e(tW Prime/Sub l=t� lco"'\ ? ip f' \'5·1, �'°�J st�G ��te--GA 3d?"Lf ·-f C-ij � • CoM � Attachment number 8 \nPage 1 of 4 Item # 8 I NAME 8.,11/1!415�� 9.{IV/ oirc:...Jo,.J� 10.cri¾ Ha t'1 Ma< lu. 'C\cl 11• {Yiu /p-;14) 12.Ko...--t'b0,J 13. G,� \-\�-;' L 14.l�\� \.. � ts. M ,' k r;"'� Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects 2fl br�,f11"JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAXNUMBER EMAIL ZIP CODE NUMBER Prime/Sub /7lc7h!P�7 � �1� .s l'l»vvtt.5;-;lfn--/1,z -lf78J,,,2l/b ds rn l-/.e.Je /J/,to£a1,· 5/t"rid-�v�/"' �/o-P -zzq 8'WI iqt4-z;-.. 11e+-'P "1�re--( rAr-J b / 6 5 v v / h /1--. rr& tµ7B✓41 J,-tP7H,, 'Iii JA1J v r d wt @_,f 4/�hetl,\ ¾, 5.,,..Y\.:/4r:n,;//pL � fj /{,(J e1ro M�o � .,iQf A I.fr�& R:-Y\C,5c.. (c:JtJ;,S-13�4 ::S{.?at:. 72.� �6 Z'2.'-. e.hc:t>MM•rf�u,cl' �c,;/e.-zoo t;tl'( �Z-t°{ e__ be ..,�Jc-'n. p G .. � C-..Aua u � f-et (i,4 31!,� It Covn ...J c-;111c 11./�t> OIHNF 5r, 'fa� -Z'5/ -K1ttr.�'r-�DP. �'4-1li �4-15 t:{()f'I -Aitc,t,t J r,4 ,/Jil ? "'" J C,d,f,f l��D �{a.c�¼ � 40<-t-9 <:,s--ljDl.\-9(p5 -Ka.-t�e r :J\e AE,CoM �\t(J so01 1\1.\.�+� I 7085'" q(p(:)5"' su(d (gQ�(Of 1. p<'::.A.. 303�9 (,crv'"'\ Ro� c�t ... \i.,... I A Q1'(., \v,ct,6�N. \ Wc.7 ��"'""' \\_,"l,.? lctt,-7j\ ... .s'?.-56 10,-1.s,-�,to ��II&�� c;A. �O�f,"y yt:.(,l),t& Ce,, (a,,o" T,. <;.�, LLCL 15 6'7 ��� sT 10,-{,9/ -4l��(Q/ A.1J, u-s,:, ... 1 b A 1�AA.U.C-��e. � 861I Col'-\. H-'tot,. o -s+.---v(;,h.,.,...�:;, Ll2.5' 12 � 9- E >c-t-M : \Le_' p� i"'.1 @_. t:,..,.,1c.e. 9o3-2o3-077S -SC. Z'1o33 vi,-,J.-..c:S-t-,,,_v�+..,Ats •Len-.. Attachment number 8 \nPage 2 of 4 Item # 8 I NAME 16_t-i·1t�et t f.{ u. f c.l ,v,"' 17.s�V'\(\OI"°'\ {)e;,\t) 1s. C rk1�1oa,� Ji.Jr..16 19.5,..J- -n1Vfs�� � 20. /�r W,�&/1 21.Ri·Gl�LsJ,« 22.j/-fr7i{ f#l)JV! 4--{;Jl-l 23.Joa.-�0\,ut::tll:""2- Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects ?; ft> y D1;��(1 JL JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE ZIP CODE NUMBER FAXNUMBER EMAIL Prime/Sub Cf {),yt)foVl '-/�i &//,> f� 7o/,, 7ll-/ >�fl fv1fl,,tArc4;-r,1»1@ �,-...u,,� Au5c...1/a., M �o1°1 C,ro.nsfo11t e�;-Vl fri'ml fee,-, 'ns . c,.-,tt,,.\--J'oocl £�:r�\•ens BiO S\.."'� e."t 110 - l,t 'l,,f -los.3, �""' 17\ I'\ l"IO V"\ , b<.Ats \�<'-.e.,Jo�v"", C-.Pr 30l ½ Li @,wo oJ-rl(.,, C.ofv'\ Pn,N\e. I D'7r' 13 it; .SJfl',i,/f'j teb, C/J,e 1.lfo,o/J-b'C., _ju-.lc( l,.JooD <Si I�k�Nbll¼w,, �A . ':!:,oi'Yf' 170-C/-Z,I -3 '/7 I (!;_. e,,.:> 0 ob F>l..-G,, C-0¼-t P1e,1Mc E 6' 'j IL.1�01 h-"� A"a...s�.\+.-\.\-,l\""fS��- F;.,'i"'{ 1).u�i"'\ �'tll ... -k.,"5 tt"'bt..J I G-A '31'-)01 o//D-�'i1f--:Jl.lJ.?,b r:-.f'�k :.:)� I, e,u·VV\, (4,,-�e JL;! L,1.'Ur; &,� $C 7a.-7�<t-67S-6 Pr:""'ek�. G>A $ti(;/�sl�r'O"f-� JU ,a.1,;1?,ta.J._� 76',-7.2'l-5?Sl, rl�� ?r.�l��J G4�,��,�-4- JrB-0 4<J� � 7/P6-7 9t-J1't tJM.�at:,o � /f c ,$"0uJ7i1-(,1· fr..'--�c, i � A 3 u )J}-C/Y l.f"6 5 l(Gc..�/Z.g 7 x. 7J.. <r�Lz ·11 W111.ckit2--f-11-'M�ZfL �7'0 ( � �1,.£,cl�/� .t::..-e?M' Attachment number 8 \nPage 3 of 4 Item # 8 NAME 24. La.u .. .rf.M. 'S.,, 11 I 25. ik1ro.ll'\�-" k o�n 26. 27. 28. 28. 29. 30. Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT COMP ANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAX NUMBER ZIP CODE NUMBER 535 -rd.Pair St. �c.t,,� 530 C6mo l;af\CP Av� ·•<h, C.A 2ottot -r 06 · 82.l · 2.&to6 • (J ' rq 13 Car'v�s C+ Ko"'�'.., Lo(,)� C th"t'.. rl-ee t,, z;�"'L (;, fr''1 o � l <; ,ob ·-z� lt>"o V DJ y D 1:� JV'u J EMAIL Prime/Sub 1�0..u.\@ �u.S\-a ,., 0 .c iµJuV be-,. fa.,.._;}. �/tJL � , f) �l . &c,/V Attachment number 8 \nPage 4 of 4 Item # 8 Attachment number 9 \nPage 1 of 2 Item # 8 Attachment number 9 \nPage 2 of 2 Item # 8 Engineering Services Committee Meeting 9/10/2019 1:15 PM Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects – RFQ 19-148 Constantine Engineering – Task Order One - Goshen Department:Engineering Presenter: Caption:Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Constantine Engineering (Constantine) in the amount of $223,160.00 for Goshen and other Selected Drainage Basins as requested by the AED. RFQ 19-148 Background:Stormwater conveyance concerns are wide spread and particularly in older developed areas. The objective of Drainage Improvements projects in area experiencing localized flooding is to provide infrastructure improvements that mitigate the flooding conditions in these areas. Frequent, severe flooding creates threatening and hazardous conditions for residents of the area, impact local commercial operation and businesses. Contributing factors to the flooding conditions include undersized drainage conveyance system, limited or no roadside curbing, restricted access for system maintenance and deficient integrated storm conveyance system. The overall need for this project is to upgrade the infrastructure system within the designated area including roadway improvements, resurfacing, or both, adding of curbs, gutters, sidewalks, and drainage improvements. On May 7, 2019 Commission approved award of Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects Engineering Services Agreement to four qualified firms including Constantine. W ork is released as Phased Task Order. Analysis:Due to lack of area specific drainage information, specific improvements cannot be identified without detailed survey and engineering analysis of drainage system and hydrological condition at impacted area. Requested funding approval is for Task Order one – Initial Phase services Selected Drainage Basins (Goshen, West Side Drive, Old McDuffie Rd., Overton Rd., Washington Rd.). Services are provided by Constantine. Cover Memo Item # 9 Financial Impact:Stormwater Utility Funds ($144,180) and AED SPLOST VI ($78,980). Alternatives:1). Do not approve and find alternative to address county-wide storm conveyance system improvements needs. Recommendation:Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Constantine Engineering (Constantine) in the amount of $223,160.00 for Goshen and other Selected Drainage Basins as requested by the AED. Funds are Available in the Following Accounts: Stormwater Utility Funds ($144,180.00) 581044320-5211120 Westside Dr. SPLOST VI ($36,860.00) 328041110-5223110-JL 211828702 Old McDuffie Rd. SPLOST VI ($42,120) 328041110-5223110-JL 211828501 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 9 August 28, 2019 Hameed Malik, PhD, PE, Director Augusta Engineering Department 452 Walker St Augusta, GA 30901 RE: Drainage Analysis Services Dr Malik: Attached is a summary scope of services for a task order to analyze drainage issues in: a. Goshen neighborhood (including Rio Pinar and Burning Tree Ln), b. Westside Dr, c. Old McDuffie Rd, d. Morningside Dr and Overton Rd, e. Berckman Rd pond, f. Washington Rd Regional Drainage, g. System-wide data coordination. The costs included are based on the preliminary analytical scope on the award letters, and based on our previous discussion, I’ve modified the scope to reflect the preliminary design analysis of each area. As such, each project area will be reviewed, any data gaps identified, and a preliminary design report generated. If you would like to meet and discuss each component and how it would be developed, please let me know. Thanks, Wes Byne Senior Project Manager, Augusta CONSTANTINE ENGINEERING, INC. 608 Broad St Suite 2 Augusta, GA 30901 706.664.0664 www.tcgeng.com Attachment number 1 \nPage 1 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 1 1. OVERVIEW Each of our projects will utilize the staff identified in the proposal. While we will lead the effort, ISM will provide historical knowledge about system issues in each area, and Dewberry will provide feedback on the modeling scope. Wolverton will provide SUE and survey services, while Cardno will provide review for environmental resource analysis. Finally, CSL will supplement our existing surface water monitoring effort in areas that require confined space entry. 2. STUDY AREAS 2.1 GOSHEN NEIGHBORHOOD DRAINAGE Goshen neighborhood drainage, including the Rio Pinar and Burning Tree Lane areas, is shown in Figure 1. The fee estimate to perform the tasks established in Section 2.1 is included as Table 1. Figure 1: Goshen Drainage Basin. Attachment number 1 \nPage 2 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 2 2.1.1 SCOPE The scope of work identified includes the following Tasks: 1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in the drainage system. In addition, we will utilize historical knowledge of the systems based on ISM’s staff, and the data collected during the first round of the watershed system inventory from 2016. Next, we will meet with staff to extract work order data from Cityworks and 311 in order to further quantify the types of problems encountered in the area. We will attempt to contact the Goshen neighborhood association, and we will meet with them to gather information and discuss issues in the neighborhood. 2. Field Verification of the Drainage System-We currently have representative information from Goshen, and will supplement that information with limited additional field work. We have budgeted to collect about 50 survey grade rim elevations to verify positive drainage of the entire system. As necessary, we may install temporary monitors in the Goshen system to record existing conditions. 3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage system being analyzed, and review the impervious area layers to ensure all representative surfaces are included. We will layout the system in vertical profiles to ensure that it has positive downhill flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas where overland flow routings should be considered in lieu of ponding during system model runs. We will use the modeling analysis to determine where additional monitoring should be done in the system. The final design phase will include completion of the modeling task to verify final system sizes based on final design parameters. 4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other phases, we will develop a list of priority needs for the system, and analyze if any of those needs will have special design requirements from either an engineering, land acquisition, or environmental permitting perspective. We will also consider the regional system around the study area to identify any downstream or upstream system constraints on the project. We will include these findings in the preliminary design report. 5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will identify subsurface utility location needs in order to minimize the impact to other utilities. We will coordinate any potential impacts with those utilities and detail the extent of any proposed impacts based on those discussions. We will develop a plan for the appropriate level of service at major intersections or road crossings that may have a significant impact on other utilities. 6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first phases, we will develop a detailed plan for the design phase that will minimize time to construction for each phase of the projects. Based on the previous design tasks, all permit and land acquisition Attachment number 1 \nPage 3 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 3 issues will have been identified, as well as SUE requirements, and constraints that may impact the design. 2.1.2 DELIVERABLES At the completion of Phase 2.1.1, we will deliver a preliminary design report detailing the information developed in tasks 1-6 under the scope. 2.1.3 FEE Table 1: Goshen Fee Estimate. 2.1.4 SCHEDULE The estimated time to complete the tasks 1-6 in the scope is approximately 10 weeks. Goshen Drainage Basin Incl Rio Pinar and Burning Tree Ln Phase Item Subtotal Task 1 Identification of Problem Areas 11,150.00$ Task 2 Field Verification of Drainage System 14,100.00$ Task 3 Outline H&H analysis approach 4,880.00$ Task 4 Identify issues of Concern and design constraints 15,300.00$ Task 5 Identify SUE needs 2,760.00$ Task 6 Identify scope for design phase 20,680.00$ Hours Subtotal Hours 458 Costs Subtotal Costs 68,870.00$ Attachment number 1 \nPage 4 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 4 2.2 WESTSIDE DRIVE DRAINAGE The Westside Drive Drainage areas is shown in Figure 2, and the fee estimate is included as Table 2. Figure 2: Westside Drive Drainage Area. 2.2.1 SCOPE 1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in each area of the drainage system. In addition, we will utilize historical knowledge of the systems based on ISM’s staff, and the data collected during the first round of the watershed system inventory from 2016. Next, we will meet with staff to extract work order data from Cityworks and 311 in order to further quantify the types of problems encountered in the area. We will attempt to contact the school board and local neighborhood associations, and we will meet with them to gather information and discuss issues in the neighborhood. 2. Field Verification of the Drainage System-We currently have limited representative information from the Westside drive area, and will supplement that information with limited additional field work. We have budgeted to collect about 20 survey grade rim elevations to verify positive drainage of the entire system. As necessary, we may install temporary monitors in the receiving system to Attachment number 1 \nPage 5 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 5 record existing conditions. We currently have a downstream level monitor at Rock Creek and Stevens Creek road. 3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage system being analyzed, and review the impervious area layers to ensure all representative surfaces are included. We will layout the system in vertical profiles to ensure that it has positive downhill flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas where overland flow routings should be considered in lieu of ponding during system model runs. We will use the modeling analysis to determine where additional monitoring should be done in the system. The final design phase will include completion of the modeling task to verify final system sizes based on final design parameters. 4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other phases, we will develop a list of priority needs for the system, and analyze if any of those needs will have special design requirements from either an engineering, land acquisition, or environmental permitting perspective. We will also consider the regional system around the study area to identify any downstream or upstream system constraints on the project. We will include these findings in the preliminary design report. 5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will identify subsurface utility location needs in order to minimize the impact to other utilities. We will coordinate any potential impacts with those utilities and detail the extent of any proposed impacts based on those discussions. We will develop a plan for the appropriate level of service at major intersections or road crossings that may have a significant impact on other utilities. 6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first phases, we will develop a detailed plan for the design phase that will minimize time to construction for each phase of the projects. Based on the previous design tasks, all permit and land acquisition issues will have been identified, as well as SUE requirements, and constraints that may impact the design. 2.2.2 DELIVERABLES At the completion of Phase 2.2.1, we will deliver a preliminary design report detailing the information developed in tasks 1-6 under the scope. Attachment number 1 \nPage 6 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 6 2.2.3 FEE Table 2: Westside Drive Fee Estimate. 2.2.4 SCHEDULE The estimated time to complete the tasks 1-6 in the scope is approximately 6 weeks. West Side Drive Drainage Phase Item Subtotal Task 1 Identification of Problem Areas 4,840.00$ Task 2 Field Verification of Drainage System 9,390.00$ Task 3 Outline H&H analysis approach 4,690.00$ Task 4 Identify issues of Concern and design constraints 6,460.00$ Task 5 Identify SUE needs 1,640.00$ Task 6 Identify scope for design phase 9,840.00$ Hours Subtotal Hours 260 Costs Subtotal Costs 36,860.00$ Attachment number 1 \nPage 7 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 7 2.3 OLD MCDUFFIE ROAD DRAINAGE The Old McDuffie Road Drainage areas is shown in Figure 3, and the fee estimate is included as Table 3. Figure 3: Old McDuffie Road Drainage Area. 2.3.1 SCOPE 1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in each area of the drainage system. In addition, we will utilize historical knowledge of the systems based on ISM’s staff, and the data collected during the first round of the watershed system inventory from 2016. Next, we will meet with staff to extract work order data from Cityworks and 311 in order to further quantify the types of problems encountered in the area. We will meet with any civic associations which are identified as key stakeholders to gather information and discuss issues in the surrounding neighborhoods. 2. Field Verification of the Drainage System-We currently have limited representative information from the Old McDuffie Road area, and will supplement that information with additional field work. We have budgeted to collect about 20 survey grade rim elevations to verify positive drainage of the Attachment number 1 \nPage 8 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 8 entire system. As necessary, we may install temporary monitors in the receiving systems to record existing conditions. 3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage system being analyzed, and review the impervious area layers to ensure all representative surfaces are included. We will layout the system in vertical profiles to ensure that it has positive downhill flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas where overland flow routings should be considered in lieu of ponding during system model runs. We will use the modeling analysis to determine where additional monitoring should be done in the system. The final design phase will include completion of the modeling task to verify final system sizes based on final design parameters. 4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other phases, we will develop a list of priority needs for the system, and analyze if any of those needs will have special design requirements from either an engineering, land acquisition, or environmental permitting perspective. We will also consider the regional system around the study area to identify any downstream or upstream system constraints on the project. We will include these findings in the preliminary design report. 5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will identify subsurface utility location needs in order to minimize the impact to other utilities. We will coordinate any potential impacts with those utilities and detail the extent of any proposed impacts based on those discussions. We will develop a plan for the appropriate level of service at major intersections or road crossings that may have a significant impact on other utilities. 6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first phases, we will develop a detailed plan for the design phase that will minimize time to construction for each phase of the projects. Based on the previous design tasks, all permit and land acquisition issues will have been identified, as well as SUE requirements, and constraints that may impact the design. 2.3.2 DELIVERABLES At the completion of Phase 2.3.1, we will deliver a preliminary design report detailing the information developed in tasks 1-6 under the scope. Attachment number 1 \nPage 9 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 9 2.3.3 FEE Table 3: Old McDuffie Rd Fee Estimate. 2.3.4 SCHEDULE The estimated time to complete the tasks 1-6 in the scope is approximately 8 weeks Old McDuffie Road Drainage Phase Item Subtotal Task 1 Identification of Problem Areas 5,240.00$ Task 2 Field Verification of Drainage System 15,780.00$ Task 3 Outline H&H analysis approach 5,060.00$ Task 4 Identify issues of Concern and design constraints 6,200.00$ Task 5 Identify SUE needs 1,640.00$ Task 6 Identify scope for design phase 8,200.00$ Hours Subtotal Hours 328 Costs Subtotal Costs 42,120.00$ Attachment number 1 \nPage 10 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 10 2.4 OVERTON ROAD AND MORNINGSIDE DRIVE DRAINAGE The Overton Road and Morningside Drive Drainage areas are shown in Figure 4, and the fee estimate is included as Table 4. Figure 4: Overton Road Drainage Area. 2.4.1 SCOPE 1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in each area of the drainage system. In addition, we will utilize historical knowledge of the systems based on ISM’s staff, and the data collected during the first round of the watershed system inventory from 2016. Next, we will meet with staff to extract work order data from Cityworks and 311 in order to further quantify the types of problems encountered in the area. We will attempt to contact the residents impacted by drainage problems in the neighborhood, and we will meet with them to gather information and discuss their particular conditions. 2. Field Verification of the Drainage System-We currently have representative information from the Country Club Hills area, and will supplement that information with limited additional field work. We have budgeted to collect about 12 survey grade rim elevations to verify positive drainage of the Attachment number 1 \nPage 11 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 11 entire system. As necessary, we may install temporary monitors in the receiving system to record existing conditions. 3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage system being analyzed, and review the impervious area layers to ensure all representative surfaces are included. We will layout the system in vertical profiles to ensure that it has positive downhill flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas where overland flow routings should be considered in lieu of ponding during system model runs. We will use the modeling analysis to determine where additional monitoring should be done in the system. The final design phase will include completion of the modeling task to verify final system sizes based on final design parameters. 4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other phases, we will develop a list of priority needs for the system, and analyze if any of those needs will have special design requirements from either an engineering, land acquisition, or environmental permitting perspective. We will also consider the regional system around the study area to identify any downstream or upstream system constraints on the project. We will include these findings in the preliminary design report. 5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will identify subsurface utility location needs in order to minimize the impact to other utilities. We will coordinate any potential impacts with those utilities and detail the extent of any proposed impacts based on those discussions. We will develop a plan for the appropriate level of service at major intersections or road crossings that may have a significant impact on other utilities. 6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first phases, we will develop a detailed plan for the design phase that will minimize time to construction for each phase of the projects. Based on the previous design tasks, all permit and land acquisition issues will have been identified, as well as SUE requirements, and constraints that may impact the design. 2.4.2 DELIVERABLES At the completion of Phase 2.4.1, we will deliver a preliminary design report detailing the information developed in tasks 1-6 under the scope. Attachment number 1 \nPage 12 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 12 2.4.3 FEE Table 4: Overton Road Fee Estimate. 2.4.4 SCHEDULE The estimated time to complete the tasks 1-6 in the scope is approximately 4 weeks. Overton Rd Drainage Phase Item Subtotal Task 1 Identification of Problem Areas 5,660.00$ Task 2 Field Verification of Drainage System 5,700.00$ Task 3 Outline H&H analysis approach 3,280.00$ Task 4 Identify issues of Concern and design constraints 4,560.00$ Task 5 Identify SUE needs 1,120.00$ Task 6 Identify scope for design phase 2,370.00$ Hours Subtotal Hours 172 Costs Subtotal Costs 22,690.00$ Attachment number 1 \nPage 13 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 13 2.5 BERCKMAN ROAD POND DRAINAGE The Berckman Road Pond area is shown in Figure 5, and the fee estimate is included as Table 5. Figure 5: Berckman Road Pond Drainage Area. 2.5.1 SCOPE 1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in each area of the drainage system. In addition, we will utilize historical knowledge of the systems based on ISM’s staff, and the data collected during the first round of the watershed system inventory from 2016. Next, we will meet with staff to extract work order data from Cityworks and 311 in order to further quantify the types of problems encountered in the area. We will meet with neighboring landowners to fully expand the scope limits on analysis of this system. 2. Field Verification of the Drainage System-We currently have limited representative information from the area, and will supplement that information with limited additional field work and record drawings of the area. We have budgeted to collect about 24 survey grade rim elevations to verify positive drainage of the entire system. As necessary, we may install temporary monitors in the receiving system to record existing conditions. Attachment number 1 \nPage 14 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 14 3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage system being analyzed, and review the impervious area layers to ensure all representative surfaces are included. We will layout the system in vertical profiles to ensure that it has positive downhill flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas where overland flow routings should be considered in lieu of ponding during system model runs. We will use the modeling analysis to determine where additional monitoring should be done in the system. The final design phase will include completion of the modeling task to verify final system sizes based on final design parameters. 4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other phases, we will develop a list of priority needs for the system, and analyze if any of those needs will have special design requirements from either an engineering, land acquisition, or environmental permitting perspective. We will also consider the regional system around the study area to identify any downstream or upstream system constraints on the project. We will include these findings in the preliminary design report. 5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will identify subsurface utility location needs in order to minimize the impact to other utilities. We will coordinate any potential impacts with those utilities and detail the extent of any proposed impacts based on those discussions. We will develop a plan for the appropriate level of service at major intersections or road crossings that may have a significant impact on other utilities. 6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first phases, we will develop a detailed plan for the design phase that will minimize time to construction for each phase of the projects. Based on the previous design tasks, all permit and land acquisition issues will have been identified, as well as SUE requirements, and constraints that may impact the design. 2.5.2 DELIVERABLES At the completion of Phase 2.5.1, we will deliver a preliminary design report detailing the information developed in tasks 1-6 under the scope. Attachment number 1 \nPage 15 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 15 2.5.3 FEE Table 5: Berckman Road Pond Fee Estimate. 2.5.4 SCHEDULE The estimated time to complete the tasks 1-6 in the scope is approximately 7 weeks. Berckman Rd Pond Phase Item Subtotal Task 1 Identification of Problem Areas 3,200.00$ Task 2 Field Verification of Drainage System 9,140.00$ Task 3 Outline H&H analysis approach 1,640.00$ Task 4 Identify issues of Concern and design constraints 10,640.00$ Task 5 Identify SUE needs 1,120.00$ Task 6 Identify scope for design phase 14,260.00$ Hours Subtotal Hours 276 Costs Subtotal Costs 40,000.00$ Attachment number 1 \nPage 16 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 16 2.6 WASHINGTON ROAD REGIONAL DRAINAGE The Washington Road Regional Drainage area is shown in Figure 6, and the fee estimate is included as Table 6. Figure 6: Washington Road Regional Drainage Area. 2.6.1 SCOPE 1. Identification of Problem Areas – We propose to meet with staff to discuss problematic areas in each area of the drainage system. In addition, we will utilize historical knowledge of the systems based on ISM’s staff, and the data collected during the first round of the watershed system inventory from 2016. Next, we will meet with staff to extract work order data from Cityworks and 311 in order to further quantify the types of problems encountered in the area. We will attempt to contact the neighboring landowners, and we will meet with them to gather information and discuss issues in the neighborhood. 2. Field Verification of the Drainage System-We currently have representative information from area, and we have supplemented that information with additional field work. We have not budgeted additional field services beyond the preliminary inspection data currently performed. Attachment number 1 \nPage 17 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 17 3. Hydrologic and Hydraulic Analysis Approach-We will use the asset grade GIS information, along with the survey grade rim elevations and the City’s LiDAR coverage to perform hydrologic evaluation of each basin. We will delineate subbasins that correspond to the size of the drainage system being analyzed, and review the impervious area layers to ensure all representative surfaces are included. We will layout the system in vertical profiles to ensure that it has positive downhill flow, and perform preliminary analysis to identify hydraulic constraints. We will also analyze areas where overland flow routings should be considered in lieu of ponding during system model runs. We will use the modeling analysis to determine where additional monitoring should be done in the system. The final design phase will include completion of the modeling task to verify final system sizes based on final design parameters. 4. Identify Issues of Concern and Design Constraints-Based on the information gathered in the other phases, we will develop a list of priority needs for the system, and analyze if any of those needs will have special design requirements from either an engineering, land acquisition, or environmental permitting perspective. We will also consider the regional system around the study area to identify any downstream or upstream system constraints on the project. We will include these findings in the preliminary design report. 5. Identify SUE Needs-In areas that will require pipe size upgrades, or asset replacement, we will identify subsurface utility location needs in order to minimize the impact to other utilities. We will coordinate any potential impacts with those utilities and detail the extent of any proposed impacts based on those discussions. We will develop a plan for the appropriate level of service at major intersections or road crossings that may have a significant impact on other utilities. 6. Identify Scope for Design Phase-Based on the information collected and analyzed during the first phases, we will develop a detailed plan for the design phase that will minimize time to construction for each phase of the projects. Based on the previous design tasks, all permit and land acquisition issues will have been identified, as well as SUE requirements, and constraints that may impact the design. 2.6.2 DELIVERABLES At the completion of Phase 2.5.1, we will deliver a preliminary design report detailing the information developed in tasks 1-6 under the scope. Attachment number 1 \nPage 18 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 18 2.6.3 FEE Table 6: Washington Road Regional Drainage Fee Estimate. 2.6.4 SCHEDULE The estimated time to complete the tasks 1-6 in the scope is approximately 4 weeks. Washington Road Regional Drainage Phase Item Subtotal Task 1 Identification of Problem Areas 4,220.00$ Task 2 Field Verification of Drainage System 5,540.00$ Task 3 Outline H&H analysis approach 1,640.00$ Task 4 Identify issues of Concern and design constraints 4,920.00$ Task 5 Identify SUE needs 820.00$ Task 6 Identify scope for design phase 7,860.00$ Hours Subtotal Hours 172 Costs Subtotal Costs 25,000.00$ Attachment number 1 \nPage 19 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 19 2.7 COORDINATION AND OVERSIGHT OF DATA AND MODELING EFFORT The fee estimate to coordinate GIS data and the overall Augusta Engineering Modeling effort is included as Table 7. 2.7.1 SCOPE We will serve as the clearinghouse for all AED storm system GIS data as well as any historical drawings that we have. We will communicate directly with all participating consulting firms and will copy all correspondence to AED. We will convey all existing electronic information about each project area, as well as additional information collected during continuous data collection under the system-wide mapping project. We will reciprocate and receive all new information and incorporate it into the mapping system. We will locate all available scanned imagery and convey it to the consultants as well. Finally, we will share any previous modeling analysis, and write a tech memo on AED model parameterization. 2.7.2 DELIVERABLE We will convey all available information to the other consultants and meet as necessary to ensure the latest, most accurate data is used. We will also produce a tech memo on the preferred model parameterization techniques for AED. 2.7.3 FEE Table 7: Data Coordination and Modeling Coordination Fee Estimate. 2.7.3 SCHEDULE The estimated time to deliver this scope in section 2.7.1 is 4 weeks for data transfer and the modeling white paper. Continuous data transfer will occur during the entirety of the Transportation Improvement Act (TIA) and drainage analysis contracts. Coordination and Oversight of Data and Modeling Effort Phase Item Subtotal Task 7a GIS Data Export / Import 6,700.00$ Task 7b Scanned Drawing Export / Import 10,120.00$ Task 7c Model Coordination 10,800.00$ Hours Subtotal Hours 244 Costs Subtotal Costs 27,620.00$ Attachment number 1 \nPage 20 of 21 Item # 9 Constantine Task Order Proposal AUD Water Systems Integration 20 2.8 FEE TOTALS The fee estimates to perform all tasks for all sites listed in Sections 1 and 2 are shown in Table 8. Table 8: Total Fees for All Sites. All Areas Phase Totals Area 1 Goshen Drainage Basin Incl Rio Pinar and Burning Tree Ln 68,870.00$ Area 2 West Side Drive Drainage 36,860.00$ Area 3 Old McDuffie Road Drainage 42,120.00$ Area 4 Overton Rd Drainage 22,690.00$ Area 5 Berckman Rd Pond 40,000.00$ Area 6 Washington Road Regional Drainage 25,000.00$ Subtotal Costs Subtotal Costs 235,540.00 Task 7a GIS Data Export / Import 6,700.00$ Task 7b Scanned Drawing Export / Import 10,120.00$ Task 7c Model Coordination 10,800.00$ Subtotal Costs Subtotal Costs 27,620.00 Costs Total Costs 263,160.00$ Attachment number 1 \nPage 21 of 21 Item # 9 Request for Qualifications Request for Qualifications will be received at this office until Thursday, February 21, 2019 @ 11:00 a.m. for furnishing for the Augusta, GA - Engineering Department: RFQ 19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Project RFQ 19-152 Engineering Services for Streambank Stabilization Design, Permitting and Construction RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street - Room 605 Augusta, Georgia 30901 RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. A Pre Qualifications Conference for RFQ 19-148 will be held on Tuesday, February 5, 2019 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. A Pre Qualifications Conference for RFQ 19-152 will be held on Tuesday, February 5, 2019 @ 11:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, February 6, 2019, @ 5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of sixty (60) days after qualifications have been opened, pending the execution of contract with the successful vendor. Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for qualification including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 10, 17, 24, 31, 2019 Metro Courier January 10, 2019 Attachment number 2 \nPage 1 of 1 Item # 9 OFFICIAL Page 1 of 1 VENDORS Attachment "B" E-Verify Number SAVE Form Original 7 Copies BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 Yes 307873 Yes Yes Yes GOODWYN, MILLS, AND CAWOOD, INC 6120 POWERS FERRY RD NW SUITE 350 ATLANTA, GA 30339 Yes 425070 Yes Yes Yes MORELAND ALTOBELLI ASSOCIATES, LLC 2450 COMMERCE AVENUE SUITE 100 DULUTH, GA 30096 Yes 53328 Yes Yes Yes EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 Yes 324745 Yes Yes Yes HUSSEY, GAY, BELL & DEYOUNG, INC, CONSULTING ENGINEERS 329 COMMERCIAL DR SUITE 200 SAVANNAH, GA 31406 Yes 398475 Yes Yes Yes CONSTANTINE ENGINEERING, INC 1570 BROAD STREET SUITE C AUGUSTA, GA 30904 Yes 104087 Yes Yes Yes JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 Yes 226309 Yes Yes Yes W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 Yes 110665 Yes Yes Yes CRANSTON ENGINEERING GROUP. P.C. 452 ELLIS STREET AUGUSTA, GA 30903 Yes 64684 Yes Yes Yes ZIMMERMAN, EVANS AND LEOPOLD, INC 435 TELFAIR STREET AUGUSTA, GA 30901 Yes 257101 Yes Yes Yes RFQ Opening - RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Project for the Augusta, GA – Engineering Department RFQ Due: Thursday, February 21, 2019 @ 11:00 a.m. Total Number Specifications Mailed Out: 24 Total Number Specifications Download (Demandstar): 5 Total Electronic Notifications (Demandstar): 103 Pre Qualifications Conference Attendees: 20 Total packages submitted: 10 Total Noncompliant: 0 Attachment number 3 \nPage 1 of 1 Item # 9 ALFRED BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 CRANSTON ENGINEERING 452 ELLIS STREET AUGUSTA, GA 30903- 2546 CONSTANTINE ENGINEERING, INC 1570 BROAD STREET SUITE C AUGUSTA, GA 30904 GOODWYN, MILLS AND CAWOOD, INC 1450 GREENE STREET STE 505 AUGUSTA, GA 30901 EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 HUSSEY, GAY, BELL & DEYOUNG, INC, CONSULTING ENGINEERS 329 COMMERCIAL DR SUITE 200 MORELAND ALTOBELLI ASSOCIATES, LLC 2450 COMMERCE AVENUE SUITE 100 JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 ZIMMERMAN, EVANS AND LEOPOLD, INC 435 TELFAIR STREET AUGUSTA, GA 30901 ALFRED BENESCH 1005 BROAD STREET SUITE 200 AUGUSTA, GA 30901 CRANSTON ENGINEERING 452 ELLIS STREET AUGUSTA, GA 30903- 2546 CONSTANTINE ENGINEERING, INC 1570 BROAD STREET SUITE C AUGUSTA, GA 30904 GOODWYN, MILLS AND CAWOOD, INC 1450 GREENE STREET STE 505 AUGUSTA, GA 30901 EMC-ENGINEERING SERVICES 4424 COLUMBIA RD SUITE B MARTINEZ, GA 30907 HUSSEY, GAY, BELL & DEYOUNG, INC, CONSULTING ENGINEERS 329 COMMERCIAL DR SUITE 200 MORELAND ALTOBELLI ASSOCIATES, LLC 2450 COMMERCE AVENUE SUITE 100 JOHNSON, LASCHOBER & ASSOCIATES, P.C. 1296 BROAD STREET AUGUSTA, GA 30901 W. K. DICKSON & CO. 1450 GREENE STREET SUITE 225 AUGUSTA, GA 30901 ZIMMERMAN, EVANS AND LEOPOLD, INC 435 TELFAIR STREET AUGUSTA, GA 30901 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Ranking of 0-5 Evaluation Criteria Ranking Points 1. Completeness of Response • Package submitted by the deadline • Package is complete (includes requested information as required per this solicitation) • Attachment B is complete, signed and notarized N/A Pass/Fail PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS PASS 2. Qualifications & Experience (0-5)15 3.7 3.8 4.2 4.3 3.0 3.0 3.0 3.8 3.7 3.0 55.0 57.5 62.5 65.0 45.0 45.0 45.0 57.5 55.0 45.0 3. Organization & Approach (0-5)20 3.7 3.7 3.7 4.2 2.3 3.0 2.7 3.2 3.3 2.7 73.3 73.3 73.3 83.3 46.7 60.0 53.3 63.3 66.7 53.3 Scope of Services The project scope of work shall include the following: • Assessment of available relevant studies and data. • Specific relevant experience of your company specific to “drainage conveyance system” concept and design. • A detailed description of the proposed technical approach to be taken for the performance of the required services (0-5)25 4.0 3.8 3.7 4.7 3.0 3.3 3.0 3.5 3.3 3.0 100.0 95.8 91.7 116.7 75.0 83.3 75.0 87.5 83.3 75.0 5. Financial Stability (0-5)10 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 4.7 5.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 50.0 46.7 50.0 6. References (0-5)5 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 5.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 25.0 Within Richmond County 5 10 5 5 5 5 5 5 5 50 50 50 50 0 0 0 50 50 50 Within CSRA 5 6 5 0 0 0 0 30 0 0 0 0 0 Within Georgia 5 4 5 5 0 0 0 0 0 20 20 0 0 0 Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0 0 0 0 0 0 0 0 0 0  All Others 5 1 0 0 0 0 0 0 0 0 0 0 26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3 8. Presentation by Team (0-5)10 0 0 0 0 0 0 0 0 0 0 9 Q&A Response to Panel Questions (0-5)5 0 0 0 0 0 0 0 0 0 0 Total Phase 2 - (Total Maximum Ranking 10 - Maximum Weighted Total Possible 75) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 26.3 26.3 26.5 28.2 23.3 24.3 23.7 25.5 25.0 23.7 353.3 351.7 352.5 390.0 271.7 283.3 268.3 333.3 326.7 298.3 Scale 0 (Low) to 5 (High) Procurement DepartmentRepresentative:__________Nancy Williams__________________________________ Procurement Department Completion Date: _________3/1/19___________________ Phase 2 (Option - Numbers 8-9) (Vendors May Not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) Internal Use Only Total Cumulative Score (Maximum point is 500) Evaluator: ___Cumulative _____________________________ Date: __3/11/19 RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Project for the Augusta, GA – Engineering Department RFP Evaluation Meeting: Monday, March 11, 2019 @ 3:30 p.m. Weighted Scores Total (Total Possible Score 500) Total (May not Receive Less Than a 3 Ranking in Any Category to be Considered for Award) 7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line only) Vendors Phase 1 Total - (Total Maximum Ranking 25 - Maximum Weighted Total Possible 425) Phase 1 Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted Scores Weighted ScoresWeighted Scores Weighted Scores Attachment number 4 \nPage 1 of 1 Item # 9 Attachment number 5 \nPage 1 of 1 Item # 9 Attachment number 6 \nPage 1 of 4 Item # 9 Attachment number 6 \nPage 2 of 4 Item # 9 Attachment number 6 \nPage 3 of 4 Item # 9 Attachment number 6 \nPage 4 of 4 Item # 9 Attachment number 7 \nPage 1 of 2 Item # 9 Attachment number 7 \nPage 2 of 2 Item # 9 .. NAME 1 3.�o.u.�O'£aiqaj 4.�M"'\ �� 5.L,lioJWeJh 6.�UV\�I Stt�(CA 1_\N es B�Vlt Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects COMPANY/DEPT. 'j(}t)lfflllent \.Al��� w � 'D (t:-�o,..:) 'Pl)tJi) Cons�� For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT ADDRESS/CITY/STATE/ ZIP CODE 535 Telfair Street, Suite 605 AuJ;!;Usta! GA 30901 535 Telfair Street, Suite 605 Augusta, GA 30901 I 2 l'1' A&r�U-{ S+ Colu � lo'--ci &C I 2-<it � lA9'.::> �tJ� �h� -t.:z.a, �°t'A, I C:)r, �0 I.Lf-5::> G,--c.-sr s��'l-5 AUGrVSTA � �o1 lo i1 tJ w ��kl t\V�ht &Pr 1;D� D1 TELEPHONE NUMBER 706-821-2423 706-821-2888 9?3-l�Cz- 0444-- 10(p ,1"2-'Z.. �i� Sc..1t-"3l� I.sea 1JOXJ, '1 Dl-f 7 � B t../ 007 ·7a, -·'flt..{-�S3'5 FAXNUMBER 706-821-2811 706-821-2811 1 fb lf bi :!/'(1 41 EMAIL procbidandcontract @augustaga.gov procbidandcontract @augustaga.gov m obr-ten-pitk hlt,;s�ft �� w ¥-6,c�at.l \�l.s.Cf? wl<..d, c..�. �lo(0 �e._ r(?v1dw, lC>fYI 'Wt, jn,e(tW Prime/Sub l=t� lco"'\ ? ip f' \'5·1, �'°�J st�G ��te--GA 3d?"Lf ·-f C-ij � • CoM � Attachment number 8 \nPage 1 of 4 Item # 9 I NAME 8.,11/1!415�� 9.{IV/ oirc:...Jo,.J� 10.cri¾ Ha t'1 Ma< lu. 'C\cl 11• {Yiu /p-;14) 12.Ko...--t'b0,J 13. G,� \-\�-;' L 14.l�\� \.. � ts. M ,' k r;"'� Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects 2fl br�,f11"JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAXNUMBER EMAIL ZIP CODE NUMBER Prime/Sub /7lc7h!P�7 � �1� .s l'l»vvtt.5;-;lfn--/1,z -lf78J,,,2l/b ds rn l-/.e.Je /J/,to£a1,· 5/t"rid-�v�/"' �/o-P -zzq 8'WI iqt4-z;-.. 11e+-'P "1�re--( rAr-J b / 6 5 v v / h /1--. rr& tµ7B✓41 J,-tP7H,, 'Iii JA1J v r d wt @_,f 4/�hetl,\ ¾, 5.,,..Y\.:/4r:n,;//pL � fj /{,(J e1ro M�o � .,iQf A I.fr�& R:-Y\C,5c.. (c:JtJ;,S-13�4 ::S{.?at:. 72.� �6 Z'2.'-. e.hc:t>MM•rf�u,cl' �c,;/e.-zoo t;tl'( �Z-t°{ e__ be ..,�Jc-'n. p G .. � C-..Aua u � f-et (i,4 31!,� It Covn ...J c-;111c 11./�t> OIHNF 5r, 'fa� -Z'5/ -K1ttr.�'r-�DP. �'4-1li �4-15 t:{()f'I -Aitc,t,t J r,4 ,/Jil ? "'" J C,d,f,f l��D �{a.c�¼ � 40<-t-9 <:,s--ljDl.\-9(p5 -Ka.-t�e r :J\e AE,CoM �\t(J so01 1\1.\.�+� I 7085'" q(p(:)5"' su(d (gQ�(Of 1. p<'::.A.. 303�9 (,crv'"'\ Ro� c�t ... \i.,... I A Q1'(., \v,ct,6�N. \ Wc.7 ��"'""' \\_,"l,.? lctt,-7j\ ... .s'?.-56 10,-1.s,-�,to ��II&�� c;A. �O�f,"y yt:.(,l),t& Ce,, (a,,o" T,. <;.�, LLCL 15 6'7 ��� sT 10,-{,9/ -4l��(Q/ A.1J, u-s,:, ... 1 b A 1�AA.U.C-��e. � 861I Col'-\. H-'tot,. o -s+.---v(;,h.,.,...�:;, Ll2.5' 12 � 9- E >c-t-M : \Le_' p� i"'.1 @_. t:,..,.,1c.e. 9o3-2o3-077S -SC. Z'1o33 vi,-,J.-..c:S-t-,,,_v�+..,Ats •Len-.. Attachment number 8 \nPage 2 of 4 Item # 9 I NAME 16_t-i·1t�et t f.{ u. f c.l ,v,"' 17.s�V'\(\OI"°'\ {)e;,\t) 1s. C rk1�1oa,� Ji.Jr..16 19.5,..J- -n1Vfs�� � 20. /�r W,�&/1 21.Ri·Gl�LsJ,« 22.j/-fr7i{ f#l)JV! 4--{;Jl-l 23.Joa.-�0\,ut::tll:""2- Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects ?; ft> y D1;��(1 JL JFor Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT COMPANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE ZIP CODE NUMBER FAXNUMBER EMAIL Prime/Sub Cf {),yt)foVl '-/�i &//,> f� 7o/,, 7ll-/ >�fl fv1fl,,tArc4;-r,1»1@ �,-...u,,� Au5c...1/a., M �o1°1 C,ro.nsfo11t e�;-Vl fri'ml fee,-, 'ns . c,.-,tt,,.\--J'oocl £�:r�\•ens BiO S\.."'� e."t 110 - l,t 'l,,f -los.3, �""' 17\ I'\ l"IO V"\ , b<.Ats \�<'-.e.,Jo�v"", C-.Pr 30l ½ Li @,wo oJ-rl(.,, C.ofv'\ Pn,N\e. I D'7r' 13 it; .SJfl',i,/f'j teb, C/J,e 1.lfo,o/J-b'C., _ju-.lc( l,.JooD <Si I�k�Nbll¼w,, �A . ':!:,oi'Yf' 170-C/-Z,I -3 '/7 I (!;_. e,,.:> 0 ob F>l..-G,, C-0¼-t P1e,1Mc E 6' 'j IL.1�01 h-"� A"a...s�.\+.-\.\-,l\""fS��- F;.,'i"'{ 1).u�i"'\ �'tll ... -k.,"5 tt"'bt..J I G-A '31'-)01 o//D-�'i1f--:Jl.lJ.?,b r:-.f'�k :.:)� I, e,u·VV\, (4,,-�e JL;! L,1.'Ur; &,� $C 7a.-7�<t-67S-6 Pr:""'ek�. G>A $ti(;/�sl�r'O"f-� JU ,a.1,;1?,ta.J._� 76',-7.2'l-5?Sl, rl�� ?r.�l��J G4�,��,�-4- JrB-0 4<J� � 7/P6-7 9t-J1't tJM.�at:,o � /f c ,$"0uJ7i1-(,1· fr..'--�c, i � A 3 u )J}-C/Y l.f"6 5 l(Gc..�/Z.g 7 x. 7J.. <r�Lz ·11 W111.ckit2--f-11-'M�ZfL �7'0 ( � �1,.£,cl�/� .t::..-e?M' Attachment number 8 \nPage 3 of 4 Item # 9 NAME 24. La.u .. .rf.M. 'S.,, 11 I 25. ik1ro.ll'\�-" k o�n 26. 27. 28. 28. 29. 30. Pre-Qualifications Conference Sign-in Sheet RFQ Item #19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvements Projects For Augusta, Georgia -Engineering Department Tuesday, February 5, 2019@ 10:00 a.m. PLEASE PRINT COMP ANY/DEPT. ADDRESS/CITY/STATE/ TELEPHONE FAX NUMBER ZIP CODE NUMBER 535 -rd.Pair St. �c.t,,� 530 C6mo l;af\CP Av� ·•<h, C.A 2ottot -r 06 · 82.l · 2.&to6 • (J ' rq 13 Car'v�s C+ Ko"'�'.., Lo(,)� C th"t'.. rl-ee t,, z;�"'L (;, fr''1 o � l <; ,ob ·-z� lt>"o V DJ y D 1:� JV'u J EMAIL Prime/Sub 1�0..u.\@ �u.S\-a ,., 0 .c iµJuV be-,. fa.,.._;}. �/tJL � , f) �l . &c,/V Attachment number 8 \nPage 4 of 4 Item # 9 Engineering Services Committee Meeting 9/10/2019 1:15 PM Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects – RFQ 19-148 Goodwyn Mills Cawood – Task Order One Department:Engineering Presenter: Caption:Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Goodwyn Mill Cawood (GMC) in the amount of $128,630.00 for Turpin Hills/Laney Walker Drainage Area as requested by the AED. RFQ 19-148 Background:Stormwater conveyance concerns are wide spread and particularly in older developed areas. The objective of the Drainage Improvements projects in area experiencing localized flooding is to provide infrastructure improvements that mitigate the flooding conditions in these areas. Frequent, severe flooding creates threatening and hazardous conditions for residents of the area, impact local commercial operation and businesses. Contributing factors to the flooding conditions include undersized drainage conveyance system, limited or no roadside curbing, restricted access for system maintenance and deficient integrated storm conveyance system. The overall need for this project is to upgrade the infrastructure system within the designated area including roadway improvements, resurfacing, or both, adding of curbs, gutters, sidewalks, and drainage improvements. On May 7, 2019 Commission approved award of Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects Engineering Services Agreement to four qualified firms including GMC. W ork is released as Phased Task Order. Analysis:Due to lack of area specific drainage information, specific improvements cannot be identified without detailed survey and engineering analysis of drainage system and hydrological condition at impacted area. Requested funding approval is for Task Order one – Initial Phase services Turpin Hills/Laney Walker area. Services are provided by GMC. Cover Memo Item # 10 Financial Impact:Stormwater Utility Funds. Alternatives:1). Do not approve and find alternative to address county-wide storm conveyance system improvements needs. Recommendation:Approve Initial Phase funding for Drainage Study, Stormwater System Assessment and Drainage Improvements Engineering Services Agreement to Goodwyn Mill Cawood (GMC) in the amount of $128,630.00 for Turpin Hills/Laney Walker Drainage Area as requested by the AED. RFQ 19-148 Funds are Available in the Following Accounts: Stormwater Utility Funds 581044320-5211120. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 10 Attachment number 1 \nPage 1 of 6 Item # 10 Attachment number 1 \nPage 2 of 6 Item # 10 Attachment number 1 \nPage 3 of 6 Item # 10 Attachment number 1 \nPage 4 of 6 Item # 10 !(!( !( !( !( !( !( !( !. !. !(!. !. !(!( !( !( !( !( #* & !. !( !( !( !( ") !( !( !( !( !( !( !( !( !(")")!( !( !( !( !( !( !( !( ") !. !. !( !.& !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( ")")")") !. !. !( !. !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !. !( ") ") ") !. !. !( !( !( !( !. !( !( !( !.&!.!( !( !( !( !( !( !. !( !( !( !( ") ") ") ") !( !( ") ") ")") !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( ") !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( ") ")") ") ") !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !(!( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !. !( !( !( !( !( !( !( !( !( !(!( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !(!. !( !( !( !( !( !( !. !( !(!( !( !( !( !( !. !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !(!( !(!( !( !( !( !(!( !(!( !( !( !( !( !( !( !(!( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !. !( !( !( !( !( !( !( !( !( !( !( !. !( !( !(!( !( !( !( !( !(!( !(!( !(!( !(!( !(!( !( !( !( !( !(!( !( !(!(!(!( !(!( !(!( !(!( !( !(!(!(!( !(!( !(!( !(!( !(!( !( !(!( !(!( !(!( !(!( !(!(!( !( !(!(!( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !(!(!( !( !.!. !( !( !( !( !(!( !( !( !(!( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( & !( & & && !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !( !(!( !( !. !( !. !( !( !( !( !( !( !( !( !( !(!( !( !( !( !( !( !( !. !. !. !. !( !( !( !( !( !( !( !(!.!. !( !( !. !. !( !. !( !( !. !( !( !( !(!( !( !( !( !. !.!.!. !. !.!.!.!.!. !.!. !.!. !. !. !. !. !.!. !( !. !.!. !.!. !.!. !. !. !. !.!. !. !. !. !. !.!.!.!.!. !.!. !. !. !. !.!.!. !. !. !( !.!. !.!. !.!. !.!. !.!.!. !. !. !.!. !( !( !. !. !. !. !. !. !. !. !. !. !.!. !.!. !. !. !.!. !. !. !. !.!.!. !. !.!. !.!. !. !. !. !. !.!. !. !. !. !. !. !.!.!.!. !.!.!.!.!.!.!. !. !. !. !. !. !. !. !. !. !( !( !( !( !( !( !(!(!(!( !( !( !( !( !( !(!.!. !.!( !( !( !( !( !( !( !( !( !(!( !( !(!( !( !( !(!( !( !(!( !( !( !( !( !( !( !( !(!(!(!(!(!(!(!( !(!(!( !(!( !(!(!( !( !( !(!(!(!( !( !( !( !( !( !( !(!( !(!(!(!( !( !(!( !(!( !(!( !( !( !(!( !(!(!( !(!( !( !(!( !. !.!(!(!(!( !(!( !.")!(!( !(!(!(!(!( !.!.!.!. !.!.!. !(!( !. !. !. !. !(!( #* !.!.!( #* !(!( !. ") !( !( !. !(!( !(!( !(!( !( !(!. !. !. ")")") &- !( !( !( !( !( !(!( !.!. !. !. !.!. !. !. !.!. !.!. !( !(") !( !. !.!.!.!. !(!(!(!(!(!( #* !( !. !( !( & ") !(!( !( ") !.!. !. !( !( !( !( ") !.!. !.!.!. !. !. !.!. !(!( !(!( !(!( !(!(!(!.!.!. !. !. !. !. !. !.!. !( !( !(!( !( !(!( !( !.!. !. !.!.!. !( !( !(!( !(!( !( ")")!.!.!.!.!. !( !(!( !( !( !(!(!( !( !( !(!(!(!( !( !.!. !. !.!. ") ") ") !. !.!.!(!(!(!(!.!( !(!.!.!. !. !. !. !.!.!.!. !( !( !( ")") !( !(!( !( !. !. !. !.!. !. !. !(!(!(!( !( ") !.!.!. !( !(") ") !( !( !(!(!( !(!(!(!( !(!. !. !. !.!. !(!( !.!(!(!(!(!(!(")") ") !. !.!.!(!(!(!( !( !. !. !. !. !. !. !. !( !( !( ") !. !. !( !. !. !. !. !. !. !. !. !( !( !(!( !(!( !( !(!( !. !( !(!( !( !( !. !(!( !( !(!( !( !(!( !( !( !( !( R .A . D e nt B lv d 15th Street M L K J r. B lv d Laney Walker Blvd James Brown Blvd Map 1: Turpin Hills / Laney Walker Drainage Area ²Legend Catchbasin &Control Structure &Daylight Pipe #*Discharge Structure !(Double Wing Trap !.Drop Inlet #*Flared End Section &-Flume ")Grate Inlet Hood Back Trap Junction Box !.Manhole !(Single Wing Trap Virtual Junction Weir Inlet Unknown !(Unknown Storm Pipes Study Area Boundary Streams Text 0 750 1,500 2,250 3,000375Feet Attachment number 1 \nPage 5 of 6 Item # 10 !( !. !. ") ")") ") !. !. ")") ") ") !. !. !.") ") ") !. !. !. !.!. !. !( ") ") ") !( ") !(!( !(!( !( !(!( !(!( !( !(!( !(!(!(!( !( !( !( !( !( !(!( !( !( !( !( !(!( !( !( !( !( !. !. !. !. !.!. !. !. !. !. !.!. !. !. !.!. !. !. !. !. !. !.!. !. !. !. !. !. !. !. !. !. !.!. !. !. !. !. !. !. !. !.!. !.!.!.!.!.!.!. !. !. !. !. !. !. !(!(!( !(!( !(!(!( !( !(!( !(!(!(!( !( !(!( !( !( !(!( !( !( !( !( !(!(!( !( !(!( !. !. !.!.!. !. !.!. !(!( !( !( !(!( !(!( '4 !. !.!. !(!( !( ")")!. !. !. !.!.!. ") ") !( !. !. !. ") !.!. !. !( !( ") ") !( !( !(!(!( !(!( !( !( !( !. !. !. !.!. !(!( !.!(!(!(!(!(!( ")") ") !. !. !.!( !(!( !( !. '4'4 '4 !( !(!(!( !(!( !. !(!( !.!. !( !( !( !( !( !. !( !. !. !( 12th St 11th St 8th St 10th St Miller St Dugas St Laney Walker Blvd Dantignac St Walton Way Spruce St 13th St Hopkins St Perry Ave Carrie St King St Summer St Wrightsboro Rd Fenwick St Hall St Talcot St Harrison St James Brown Blvd Pine St R A D e nt B lv d 7th St Barnes St Twiggs St Florence St Marks St Grand Rd Bennett Ln Cedar St Phillips St Mauge St Forest St Chestnut St S P R U C E S T Ne w Savannah Rd Taylor St Hines St Adams St Cecelia St BEAN LN 9th St Perry Ct ENCLAVES LN Columbus Ln S u m m e r C t Taylor St Fenwick St King St 10th St Twiggs St Perry Ave 13th St James Brown Blvd Pine St 13th St Hopkins St Florence StCedar St Map 2: Turpin Hills / Laney Walker Drainage AreaInvestigate Old Stormwater Line ² Legend Study Area BoundaryStorm StructuresUnknown !(Catchbasin Control Structure Daylight Pipe#*Discharge Structure !(Double Wing Trap !.Drop Inlet #*Flared End Section Flume ")GI ")Grate Inlet HBT Headwall Hood Back TrapJunction Box !.Manhole !(Single Wing TrapUnknownVirtual Junction '4 Weir Inlet ")Yard Inlet Storm_Ditches Storm_Pipes Storm_Detention Streams Text 0 375 750 1,125 1,500187.5 Feet 1221 Miller Street Perry Court Spruce and 10th St. Attachment number 1 \nPage 6 of 6 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 authorized: Section 1: The project is authorized to CPB# 581-044320-5211120 to award the initial phase funding for Drainage Study to to Goodwyn Mill Cawood (GMC) in the amount of $128,630 for Turpin Hills/ Laney Walker Drainage Improvements project. Funding in the amount of $128,630 is available in the Stormwater Utility Funds. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Stormwater Utility Funds 128,630$ 128,630$ Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Public Works Copy-Finance Department Copy-Purchasing Department CPB#581-044320-5211120 CAPITAL PROJECT BUDGET TURPIN HILLS/LANEY WALKER DRAINANGE & IMPROVEMENT PROJECT RFQ 19-148 Honorable Hardie Davis, Jr., Mayor 08.29.2019 Attachment number 2 \nPage 1 of 4 Item # 10 Augusta-Richmond County, Georgia CPB#581-044320-5211120 CAPITAL PROJECT BUDGET TURPIN HILLS/LANEY WALKER DRAINANGE & IMPROVEMENT PROJECT RFQ 19-148 CPB AMOUNT CPB NEW CPB CHANGE CPB SOURCE OF FUNDS Stormwater Utility Funds 581-044320-5211120 $128,630 $128,630 TOTAL SOURCES: $128,630 $0 $128,630 USE OF FUNDS Stormwater Utility Funds 581-044320-5211120 $128,630 $128,630 TOTAL USES:$128,630 $0 $128,630 08.29.2019 Attachment number 2 \nPage 2 of 4 Item # 10 CPB#581-044320-5211120 08.29.2019 Attachment number 2 \nPage 3 of 4 Item # 10 CPB#581-044320-5211120 08.29.2019 Attachment number 2 \nPage 4 of 4 Item # 10 Engineering Services Committee Meeting 9/10/2019 1:15 PM Section 319(h) CWA Grant- Biota improvement in an urban stream Augusta Engineering Impaired Creeks Restoration Program Memorandum of Understanding with Augusta university and Phinizy Center for Water Sciences Department:Engineering Presenter: Caption:Approve funds allocation revision in the amount of $49,000 for the Memorandum of Understanding with Phinizy Center (Nonprofit Organization) to assist in activities that are designed for stream restoration in local waterbodies. Requested by the Augusta Engineering Department. Background:Augusta, Georgia has three creeks that are listed as impaired due to not meeting instream water quality standards. Augusta, Georgia has been tasked, through the stormwater NPDES MS4 permit, to develop and implement integrated management practices (IMP) designed to restore those impaired waterbodies. In 2016 Augusta Engineering succeeded securing Water Quality Section 319 funding to initiate testing of IMP selectively. This grant was accepted by the Augusta Commission and the project has been ongoing for 1.5 years. Originally the project had three partners (Augusta University, Phinizy Center, and Savannah State University (SSU) and accordingly on October 16, 2018 the Augusta Commission approved entering a Memorandum of Understanding (MOU) with these three partners. However as a result of personnel changes at SSU the expert collaborator is no longer feasible with that institution. In order to keep the project moving forward with the same team, SSU assigned activities per state approved work plan are transitioned to Phinizy Center. Analysis:This proposed change in MOU funds allocation will allow the project to move forward without interruption to the grant schedule or budget. Financial Impact:No additional impact. Funds in amount of $49,000 initially allocated to SSU are now assigned to Phinizy Center; bringing Phinizy Center funds total allocation to $93,200.00. Cover Memo Item # 11 Alternatives:1) Do not approve and fail to meet project goals, budget, and timeline. Recommendation:Approve funds allocation revision in amount of $49,000 to Memorandum of Understanding with Phinizy Center (Nonprofit Organization) to assist in activities that are designed for stream restoration in local waterbodies. Requested by the Augusta Engineering Department. Funds are Available in the Following Accounts: Grant is 60/40 federal/local match. Activities are supported through AED engineering staff time (in-kind) and operational funds. Aquatic Habitat Grant 220040113 GL, JL G319H9101 Stormwater Utility 581-044320-5211120 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 11 Aquatic Habitat Restoration Augusta-Richmond County Section 319(h) FY2016 Project 16 Item Item Class Category 319(h) Grant Funds (60% Maximum) Non-Federal Matching Funds (40% Minimum) Total B Fringe Benefits: Based on Total in Item A @ a rate of 30% 32,097 32,097 Sub Total: 0 32,097 32,097 C Travel: Staff Position: Purpose of Travel: 833 Miles x Mileage Rate ($.545 mile) 454 454 Sub Total: 0 454 454 D Equipment: Equipment: Purpose/Use: Sub Total: E Supplies: Supplies: Aquatic Habitat Restoration Materials (described below) Purpose/Use: In-stream Improvements 100,000 20,000 120,000 Sub Total: 100,000 20,000 120,000 F CONTRACTUAL: SAVANNAH STATE UNIVERSITY One (1) Project Engineer- 0.245 FTE ($80,000/year) for 2.5 years Description of Duties: Recon., site selection, BMP selection and engineering, assist with survey, report writing 46,000 3,000 49,000 CONTRACTUAL: AUGUSTA UNIVERSITY One (1) Aquatic ecologist-fisheries – 0.04 FTE ($100,000/year) for 2.5 years Description of Duties: Recon., fish sampling, report writing 7,000 3,000 10,000 CONTRACTUAL: CONSTANTINE ENGINEERING One (1) Civil Engineer- 0.04 FTE ($120,000/year) for 2.5 years Description of Duties: Recon., assist in BMP decisions, provide rain gauge services, assist with survey, report writing 11,100 900 12,000 CONTRACTUAL: PHINIZY CENTER (NGO) Four (4) Aquatic ecologists (macroinvertebrates) - 0.092 FTE ($35,000/year) for 2.5 years Description of Duties: Recon., Aquatic insect sampling, BMP Construction, assist with survey, report writing 29,200 3,000 32,200 Sub Total: 93,300 9,900 103,200 G Construction: (Does not apply to GAEPD Section 319(h) Grants) N/A N/A N/A H Other: Sub Total I Total Direct Charges: (Sum of A-H) 193,300 169,441 362,741 J Indirect Charges: (0% Eligible for Reimbursement with Federal Dollars) N/A Up to 100% K Total: (Sum of I and J) 193,300 169,441 362,741 Attachment number 1 \nPage 1 of 3 Item # 11 To: Oscar Flite <OFlite@augustaga.gov> Cc: Riggs, Nancy <riggsn@savannahstate.edu>; Harris, Katarah <harrisk@savannahstate.edu>; Hameed Malik <HMalik@augustaga.gov> Subject: [EXTERNAL] Rosenquist - Augusta MOU - notice of termination by SSU Dear Dr. Flite As we discussed this morning, this email is to give notice that SSU is terminating the below MOU for the “Biota Improvement in an Urban Stream through Aquatic Habitat Restoration” project. This termination is effective immediately. The principal investigator for SSU, Dr. Shawn Rosenquist, is leaving employment with SSU effective 5/31/19. Given his role for the scope of work, SSU must terminate. We have not incurred any charges for this project to date, and Dr. Rosenquist has indicated to me that he has already provided to you all relevant work product developed to date. Thanks for the opportunity to participate in this project. We wish you continued success. Sincerely, Nancy Riggs Director, Sponsored Research, SSU 912-358-4427 Attachment number 1 \nPage 2 of 3 Item # 11 From: Gazaway, Mary <Mary.Gazaway@dnr.ga.gov> Sent: Monday, July 29, 2019 10:14 AM To: Oscar Flite <OFlite@augustaga.gov> Subject: RE: [EXTERNAL] Rosenquist - Augusta MOU - notice of termination by SSU Good morning, Oscar: According to the scope, Phinizy Center will subcontract with the City of Augusta to perform the following:  Assist in field reconnaissance and BMP decisions  Sample, identify, and enumerate aquatic insect species  Assist in BMP construction  Assist in report writing And, it’s totally acceptable to modify the Phinizy Center subcontract to include the functions formerly assigned to SSU:  Assist in field reconnaissance  Permit applications  Assist in developing locations for BMP placement  Engineer BMPs  Assist in report writing Just make sure that deliverables already completed and reimbursed under MOU with SSU are not duplicated under MOU with Phinizy Center Please contact me with any questions or comments. Thank you! Mary E Gazaway Georgia EPD Watershed Protection Branch Nonpoint Source Pollution Program Grants Unit Suite 1462 East Tower 2 Martin Luther King, Jr. Drive Atlanta, Georgia 30334 404-651-8522 mary.gazaway@dnr.ga.gov Attachment number 1 \nPage 3 of 3 Item # 11 Attachment number 2 \nPage 1 of 37 Item # 11 Attachment number 2 \nPage 2 of 37 Item # 11 Attachment number 2 \nPage 3 of 37 Item # 11 Attachment number 2 \nPage 4 of 37 Item # 11 Attachment number 2 \nPage 5 of 37 Item # 11 Attachment number 2 \nPage 6 of 37 Item # 11 Attachment number 2 \nPage 7 of 37 Item # 11 Attachment number 2 \nPage 8 of 37 Item # 11 Attachment number 2 \nPage 9 of 37 Item # 11 Attachment number 2 \nPage 10 of 37 Item # 11 Attachment number 2 \nPage 11 of 37 Item # 11 Attachment number 2 \nPage 12 of 37 Item # 11 Attachment number 2 \nPage 13 of 37 Item # 11 Attachment number 2 \nPage 14 of 37 Item # 11 Attachment number 2 \nPage 15 of 37 Item # 11 Attachment number 2 \nPage 16 of 37 Item # 11 Attachment number 2 \nPage 17 of 37 Item # 11 Attachment number 2 \nPage 18 of 37 Item # 11 Attachment number 2 \nPage 19 of 37 Item # 11 Attachment number 2 \nPage 20 of 37 Item # 11 Attachment number 2 \nPage 21 of 37 Item # 11 Attachment number 2 \nPage 22 of 37 Item # 11 Attachment number 2 \nPage 23 of 37 Item # 11 Attachment number 2 \nPage 24 of 37 Item # 11 Attachment number 2 \nPage 25 of 37 Item # 11 Attachment number 2 \nPage 26 of 37 Item # 11 Attachment number 2 \nPage 27 of 37 Item # 11 Attachment number 2 \nPage 28 of 37 Item # 11 Attachment number 2 \nPage 29 of 37 Item # 11 Attachment number 2 \nPage 30 of 37 Item # 11 Attachment number 2 \nPage 31 of 37 Item # 11 Attachment number 2 \nPage 32 of 37 Item # 11 Attachment number 2 \nPage 33 of 37 Item # 11 Attachment number 2 \nPage 34 of 37 Item # 11 Attachment number 2 \nPage 35 of 37 Item # 11 Attachment number 2 \nPage 36 of 37 Item # 11 Attachment number 2 \nPage 37 of 37 Item # 11 Engineering Services Committee Meeting 9/10/2019 1:15 PM Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 Department:Utilities Presenter:Tom Wiedmeier Caption:Consider Award of Bid #19-136 for Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 to Bio-Nomic Services, Inc. in the amount of $2,582,900.00. Background:This Project will consist of Joint Grout Injection of 14,500 LF of 36” sewer gravity main that will help reduce sewer inflow and infiltration (I/I) in the existing sewer line and the sanitary manholes. The reason for this Project is that the Spirit Creek Trunk Sewer is plagued by excessive inflow and infiltration. High flows in the Spirit Creek line have contributed to overflows at the Messerly Plant in the past. Analysis:Augusta Utilities Department and our consultant Johnson, Laschober & Associates, P.C. have reviewed the bid submitted by Bio-Nomic Services, Inc. The bid for construction services was deemed to be fair and reasonable by Augusta Utilities Department. Financial Impact:We have reviewed the bid from Bio-Nomic Services, Inc. and found it to be reasonable. Funding in the amount of $2,582,900.00 is available from accounts: 507043420-5425210/ 81500120-5425210 Alternatives:No alternatives are recommended. Recommendation:Augusta Utilities Department recommends the Commission approve the Construction Services to Bio-Nomic Services, Inc. in the amount of $2,582,900.00 for the Spirit Creek Interceptor Sewer Rehabilitation Project. Funds are Available in the Funds are available in the following accounts: 507043420- 5425210/ 81500120-5425210 Cover Memo Item # 12 Following Accounts: REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 12 Attachment number 1 \nPage 1 of 5 Item # 12 Attachment number 1 \nPage 2 of 5 Item # 12 Attachment number 1 \nPage 3 of 5 Item # 12 Attachment number 1 \nPage 4 of 5 Item # 12 Attachment number 1 \nPage 5 of 5 Item # 12 Attachment number 2 \nPage 1 of 1 Item # 12 Invitation to Bid Sealed bids will be received at this office until Tuesday, January 29, 2019 @ 3:00 p.m. for furnishing: Bid Item #19-136 Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 for Augusta, GA – Utilities Department Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime contractors, subcontractors and suppliers exclusively from ARC. The fees for the plans and specifications which are non-refundable are $75.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.e-arc.com) at no charge through ARC Southern (706 821-0405) beginning Thursday, December 20, 2018. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre Bid Conference will be held on Friday, January 11, 2019 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, January 15, 2019 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. A 10% Bid Bond is required to be submitted along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A. Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, GA 30901 Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov No bid will be accepted by fax, all must be received by mail or hand delivered. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle December 20, 27, 2018, January 3, 10, 2019 Metro Courier December 20, 2018 Revised: 2/2/2016 Attachment number 3 \nPage 1 of 1 Item # 12 OFFICIAL VENDORS Attachment "B" E-Verify Number Bid Bond Save Form Addendums 1-2 Bid Price Alternate 1 Haren Construction 715 Highway 411 N Etowah, TN 37331 Contract Management 1829 Killingsworth Rd Augusta, GA 30904 Gulf Coast Underground 5655 Middle Rd. Theodore, AL 36582 Yes 872470 Yes Yes Yes $7,919,547.25 $42,500.00 Bio-Nomic Services 530 Woodlawn St. Bemont, NC 28012 Yes 1205204 Yes Yes Yes $5,905,600.00 $70,350.00 Total Number Specifications Mailed Out: 30 Total Number Specifications Download (Demandstar): Total Electronic Notifications (Demandstar): Mandatory Pre-Bid Attendees: 7 Total packages submitted: Total Noncompliant: Bid Opening Bid Item #19-136 Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 for Augusta, GA - Utilities Department Bid Date: Tuesday, February 12, 2019 @ 3:00 p.m. Page 1 of 1 Attachment number 4 \nPage 1 of 1 Item # 12 Attachment number 5 \nPage 1 of 2 Item # 12 Attachment number 5 \nPage 2 of 2 Item # 12 Attachment number 6 \nPage 1 of 4 Item # 12 Attachment number 6 \nPage 2 of 4 Item # 12 Attachment number 6 \nPage 3 of 4 Item # 12 Attachment number 6 \nPage 4 of 4 Item # 12 Compliance Department Phyllis Johnson Interim Compliance Director MEMORANDUM To: From: Date: Subject: Tom Wiedmeier, Director, Utility Department Geri Sams, Director, Procurement Department Phyllis Johnson, Interim Director, Compliance Department Ht,,J-L&lJ February 22, 2019 Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 Bid Item# 19-136 0 This Bidder/Offerer IS eligible for award.0 This Bidder/Offerer IS NOT eligible for award. This memo is to transmit the review and concurrence of responsiveness and compliance by the bidder/offerer, Gulf Coast Underground. Augusta, Georgia code requires contractor(s) to meet the assigned LSBOP Utilization Goal or provide evidence of completing good faith efforts on state and local funded projects. The goal established for the Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 for Augusta, Georgia, Bid Item #19-136, is 5%. The bidder/offerer has committed to a minimum of 0% and has satisfied the good faith efforts. This bidder/offeror is eligible for award. Should this bidder/offerer be selected for this bid, upon award, the DBE Division will monitor the Contractor on a monthly basis to help ensure that they meet or exceed their committed goal for this project. Should you have questions, please contact me at (706) 826-1325. COMPLIANCE DEPARTMENT 535 Telfair Street Suite 530 Augusta, GA 30901 (706)821-2406 Fax {706) 821-4228 WWW.AUGUSTAGA.GOV Attachment number 7 \nPage 1 of 2 Item # 12 Compliance Department Phyllis Johnson Interim Compliance Director MEMORANDUM To: From: Date: Subject: Tom Wiedmeier, Director, Utility Department Geri Sams, Director, Procurement Department Phyllis Johnson, Interim Director, Compliance Department"?k� February 22, 2019 Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 Bid Item# 19-136 llf This Bidder/Offeror IS eligible for award.□This Bidder/Offeror IS NOT eligible for award. This memo is to transmit the review and concurrence of responsiveness and compliance by the bidder/offeror, Bio-Nomic Services, Inc. Augusta, Georgia code requires contractor(s) to meet the assigned LSBOP Utilization Goal or provide evidence of completing good faith efforts on state and local funded projects. The goal established for the Spirit Creek Interceptor Sewer Rehabilitation Project No. 1 for Augusta, Georgia, Bid Item #19-136, is 5%. The bidder/offeror has committed to a minimum of 5% and has satisfied the good faith efforts. This bidder/offeror is eligible for award. Should this bidder/offeror be selected for this bid, upon award, the DBE Division will monitor the Contractor on a monthly basis to help ensure that they meet or exceed their committed goal for this project. Should you have questions, please contact me at (706) 826-1325. COMPLIANCE DEPARTMENT 535 Telfair Street Suite 530 Augusta, GA 30901 (706)821-2406 Fax (706) 821-4228WWW.AUGUSTAGA.GOV Attachment number 7 \nPage 2 of 2 Item # 12 Attachment number 8 \nPage 1 of 1 Item # 12