HomeMy WebLinkAbout2021-04-13 Meeting AgendaEngineering Services Committee
Meeting
Virtual/Teleconference- 4/13/2021- 1:10 PM
ENGINEERING SERVICES
1.Motion to approve transfer of ownership from Advanced
Disposal Services Augusta, LLC to Waste Management, Inc. and
to authorize the Mayor to execute a Consent to Change in
Control.
Attachments
2.Motion to approve professional services contract with WK
Dickson for Phase 3 Design of the Camp Hancock Sewer Basin
Outfall Infrastructure Rehabilitation Plan recommendations in
the amount of $280,000.00.
Attachments
3.Consider award of Bid Item #21-137 to Blair Construction, Inc.
to construct the Fort Gordon Cyber CoE Campus Utilities Project
D2 (MCA-2) under the Task Order Program RFQ #18-263 in the
amount of $470,414.00.
Attachments
4.Motion to approve the minutes of the Engineering Services
Committee held on March 9, 2021.Attachments
5.Motion to determine that Crescent Drive as shown on the
attached map has ceased to be used by the public to the extent
that no substantial public purpose is served by it or that its
removal from the county road system is otherwise in the best
public interest, pursuant to O.C.G.A. §32-7-2, 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.
Attachments
6.Motion to determine that the Alley East of Heard Avenue and
South of Central Avenue, as shown on the attached map has
ceased to be used by the public to the extent that no substantial
Attachments
public purpose is served by it or that its removal from the county
road system is 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. §32-7-2, 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.
7.Motion to approve and provide funding for emergency repair to
the main Storm Drain System and the Main Sewage Line serving
the Fairwoods Subdivision at Nance Blvd. (Requested by
Commissioner Sammie Sias)
Attachments
8.Motion to approve the installation of fully functional Traffic
Signal Lights at the following intersections: 1)Tobacco Road/
Talbot Ave and Windsor Spring Rd/ Inverness
Dr. (Requested by Commissioner Sammie Sias)
Attachments
www.augustaga.gov
Engineering Services Committee Meeting
4/13/2021 1:10 PM
Approve Transfer of Ownership from Advanced Disposal Services Augusta, LLC to Waste
Management, Inc.
Department:Environmental Services
Presenter:Mark Mehall, Environmental Services Director
Caption:Motion to approve transfer of ownership from Advanced
Disposal Services Augusta, LLC to Waste Management, Inc.
and to authorize the Mayor to execute a Consent to Change in
Control.
Background:Augusta, Georgia and Advanced Disposal Services Augusta,
LLC are parties to the Solid Waste and Recyclables Collection
Agreement dated August 7th, 2012. Section 20.4 of said
Agreement provides that a change in control requires Advanced
Disposal to notify Augusta for prior written approval.
Analysis:Advanced Disposal Services Augusta LLC entered into a
transaction with Waste Management, Inc. wherein all of the
equity interests in Advanced Disposal are to be sold to Waste
Management Inc. Advanced Disposal Services has provided
notice of the change in control to Augusta and is requesting
written Consent as set out in the Solid Waste and Recyclables
Collection Agreement.
Financial Impact:N/A
Alternatives:1. Do not grant consent. 2. Ask for modifications to the
agreement.
Recommendation:Approve transfer of ownership from Advanced Disposal
Services Augusta, LLC to Waste Management, Inc. and to
authorize the Mayor to execute a Consent to Change in Control.
Funds are
Available in the
N/A Cover Memo
Item # 1
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 1
CONSENT
THIS CONSENT (this “Consent”) is made as of this ____ day of _________, 2020, by
and between Augusta, Georgia, a political subdivision of the State of Georgia (“Augusta”) and
Advanced Disposal Services Augusta, LLC a Delaware Limited Liability Company doing business
as Advanced Disposal Services (“ADS”).
R E C I T A L S
WHEREAS, Augusta and ADS are Parties to a certain Solid Waste and Recyclables
Collection Agreement, dated as of August 7, 2012 (as may be amended from time to time, the
“Agreement”).
WHEREAS, ADS intends to enter into a transaction (the “Transaction”) pursuant to
which all of the equity interests in ADS will be sold to Waste Management, Inc., an entity
incorporated under the laws of the State of Delaware (“Buyer”);
WHEREAS, Section 20.4 of the Agreement provides that a change in “Control” (as
defined in the Agreement) of ADS requires Augusta’s prior written consent (the “Change in
Control”).
WHEREAS, it is a condition to the consummation of the Transaction that Augusta consent
to the Transaction and the resulting Change in Control resulting from the Transaction.
NOW, THEREFORE, and in consideration of the foregoing recitals, which are
incorporated herein, the mutual covenants and agreements herein contained, and other good and
valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Parties
hereto hereby agree as follows:
1. Augusta hereby (a) consents, in advance, to the Transaction and the resulting
Change in Control that will occur upon the consummation of the Transaction, (b) waives any right
to declare a breach of the Agreement by ADS resulting from the Change in Control that will occur
upon the consummation of the Transaction, and (c) agrees that (i) the Agreement is in full force
and effect, (ii) no default exists under the Agreement (or, if any such default does exist, that
Augusta is hereby waiving it) and (iii) the copy of the Agreement (together with all amendments
thereto) that is attached hereto as Exhibit A has not been amended, modified or supplemented.
Augusta’s consent to the Transaction and the resulting Change in Control that will occur upon the
consummation of the Transaction shall constitute Augusta’s agreement that ADS shall be entitled
to continue to enforce the Agreement against Augusta and that, similarly, Augusta shall have the
right to continue to enforce the Agreement against ADS after the consummation of the Transaction.
2. Except as provided herein, the Agreement shall remain in full force and effect.
3. Augusta and ADS acknowledge and agree that Buyer shall be a third party
beneficiary of this Consent and that this Consent may not be amended or modified in any manner
by the Parties hereto without receiving Buyer’s prior written consent.
Attachment number 1 \nPage 1 of 3
Item # 1
2
IN WITNESS WHEREOF, the parties hereto have entered into this Consent as of the
date first above written, intending to be legally bound hereby.
AUGUSTA, GEORGIA
By:
Name:
Title:
Attest:________________________________
Lena J. Bonner, Clerk of Commission
Date: ______________________
ADVANCED DISPOSAL SERVICES AUGUSTA, LLC
By:
Name:
Title:
Attachment number 1 \nPage 2 of 3
Item # 1
Schedule 1
See attached.
Attachment number 1 \nPage 3 of 3
Item # 1
Attachment number 2 \nPage 1 of 2
Item # 1
Attachment number 2 \nPage 2 of 2
Item # 1
Engineering Services Committee Meeting
4/13/2021 1:10 PM
Camp Hancock Sewer Basin IRP - Phase 3 Design
Department:Utilities
Presenter:Wes Byne
Caption:Motion to approve professional services contract with WK
Dickson for Phase 3 Design of the Camp Hancock Sewer Basin
Outfall Infrastructure Rehabilitation Plan recommendations in
the amount of $280,000.00.
Background:The IRP report was completed by WK Dickson in June 2016 and
it was found that it was prudent to move forward with
implementing the recommendations in the IRP by dividing the
sewer basin into multiple phases. Construction of Phase 1 is
completed and Phase 2 will be going to Bid soon. AUD wishes
to move forward with implementation of Phase 3 design. For
continuity with the previous phase, WK Dickson has been
requested to provide a scope of services and fee for Phase 3 of
the overall IRP project. This scope of services consists of design
services, bid package preparation, bidding assistance, and
construction phase services. The scope also consists of
reviewing CCTV data of approximately 1,900 Linear Feet of
sewer line in preparation for Phase 3. The Professional Fees for
this project is $280,000.00. The project will improve the
structural integrity of the sanitary sewer system within the
project area.
Analysis:WK Dickson has provided a fee to perform these design services
that was deemed to be fair and reasonable.
Financial Impact:Funds are provided in 507043420-5212115/81500090-5212115
Alternatives:No alternatives are recommended.
Recommendation:AUD recommends the Commission award a contract to WK
Dickson in the amount of $280,000.00 for Phase 3 Design of the
Camp Hancock Sewer Basin Outfall IRP recommendations.
Cover Memo
Item # 2
Funds are
Available in the
Following
Accounts:
Funds are available in 507043420-5212115/81500090-5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 2
Attachment number 1 \nPage 1 of 3
Item # 2
Attachment number 1 \nPage 2 of 3
Item # 2
Attachment number 1 \nPage 3 of 3
Item # 2
DR
A
F
T
1 OF 36 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: Camp Hancock Rehabilitation Phase III
DATE EXECUTED:
DATE COMPLETED:
Attachment number 2 \nPage 1 of 36
Item # 2
DR
A
F
T
2 OF 36 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 ____________, 2020 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 Camp Hancock Rehabilitation Phase III Project.
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 36
Item # 2
DR
A
F
T
3 OF 36 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 industry standard
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 36
Item # 2
DR
A
F
T
4 OF 36 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 36
Item # 2
DR
A
F
T
5 OF 36 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 36
Item # 2
DR
A
F
T
6 OF 36 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 36
Item # 2
DR
A
F
T
7 OF 36 REVISION DATE: June 2011
GENERAL CONDITIONS
1. COMMENCEMENT OF WORK
The performance of services as defined in the Prime Agreement between CONSULTANT and the
CITY, and herein described in this Agreement as Attachment A shall be commenced upon receipt
by the CONSULTANT of a written Notice to Proceed. The effective date of services shall be defined
in the Notice to Proceed.
2. PROFESSIONAL STANDARDS
The standard of care for all services performed or furnished by CONSULTANT under this
Agreement will be the level of care and that is ordinarily used by members of CONSULTANT’S
profession practicing under similar conditions.
3. CHANGES AND EXTRA WORK
The CITY may, at any time, request changes in the work to be performed hereunder. All such
changes, including any increase or decrease in the amount of the CONSULTANT’s compensation,
which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be
incorporated in written Supplemental Agreements to the Agreement.
Changes that involve an increase in the compensation shall be considered major and require the
approval of the CITY.
4. PERSONNEL
The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel
necessary to complete this Agreement; none of whom shall be employees of, or have any
contractual relationship with, the CITY. All of the services required hereunder will be performed
by the CONSULTANT under its supervision, and all personnel engaged in the work shall be
qualified and shall be authorized or permitted under law to perform such services.
All key professional personnel, including subcontractors, engaged in performing services for the
CONSULTANT under this agreement are indicated in a personnel listing attached hereto as
Attachment C – Listing of Key Personnel and incorporate herein by reference. No changes or
substitution shall be permitted in the CONSULTANT’s Key Personnel without the prior written
approval of the CITY or his designee.
The CONSULTANT shall employ only persons duly registered in the appropriate category in
responsible charge of supervision and design of the work. The CONSULTANT shall endorse all
reports, contract plans, and survey data. Such endorsements shall be made by a person duly
registered in the appropriate category by the Georgia State Board of Registration for Professional
Attachment number 2 \nPage 7 of 36
Item # 2
DR
A
F
T
8 OF 36 REVISION DATE: June 2011
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.
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.
Attachment number 2 \nPage 8 of 36
Item # 2
DR
A
F
T
9 OF 36 REVISION DATE: June 2011
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. 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.
Attachment number 2 \nPage 9 of 36
Item # 2
DR
A
F
T
10 OF 36 REVISION DATE: June 2011
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.
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.
Attachment number 2 \nPage 10 of 36
Item # 2
DR
A
F
T
11 OF 36 REVISION DATE: June 2011
D. Valuable Papers Insurance – in an amount sufficient to assure the restoration of any plans,
drawings, field notes, or other similar data relating to the work covered by the Project.
E. Professional Liability Insurance – in an amount of not less than One Million ($1,000,000) Dollars
or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000.
CITY will be named as an additional insured with respect to CONSULTANT’s liabilities hereunder
in insurance coverage’s identified in items (b) and (c). The policies shall be written by a responsible
company(s), to be approved by the CITY, and shall be noncancellable except on thirty-(30) days'
written notice to the CITY. Such policies shall name the CITY as co-insured, except for worker's
compensation and professional liability policies, and a copy of such policy or a certificate of
insurance shall be filed with the Director at the time of the execution of this Agreement.
15. PROHIBITED INTERESTS
15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall
acquire no interest, direct or indirect, that would conflict in any manner or degree with the
performance of its services hereunder. The CONSULTANT further agrees that, in the
performance of the Agreement, no person having such interest shall be employed.
15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure
or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the
proceeds thereof.
15.3 Employment of CITY’s Personnel: The CONSULTANT shall not employ any person or
persons in the employ of the CITY for any work required by the terms of the Agreement,
without the written permission of the CITY except as may otherwise be provided for herein.
16. SUBCONTRACTING
The CONSULTANT shall not subcontract any part of the work covered by this Agreement or
permit subcontracted work to be further subcontracted without the CITY's prior written approval
of the subcontractor.
All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set
forth in this Agreement.
17. ASSIGNABILITY
The CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its
rights, obligations, benefits, liabilities, or other interest under this Agreement without the written
consent of the CITY.
Attachment number 2 \nPage 11 of 36
Item # 2
DR
A
F
T
12 OF 36 REVISION DATE: June 2011
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.
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.
Attachment number 2 \nPage 12 of 36
Item # 2
DR
A
F
T
13 OF 36 REVISION DATE: June 2011
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.
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 145
Augusta, GA 30901 Augusta, GA 30901
Attachment number 2 \nPage 13 of 36
Item # 2
DR
A
F
T
14 OF 36 REVISION DATE: June 2011
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.
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
Attachment number 2 \nPage 14 of 36
Item # 2
DR
A
F
T
15 OF 36 REVISION DATE: June 2011
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.
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
Attachment number 2 \nPage 15 of 36
Item # 2
DR
A
F
T
16 OF 36 REVISION DATE: June 2011
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.
IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below:
CITY: CONSULTANT:
AUGUSTA, GEORGIA (CITY) W. K Dickson & Co., Inc.
BY: BY:
PRINTED NAME:The Honorable Hardie Davis Jr PRINTED NAME William G. Wingate, III__
AS ITS: MAYOR AS ITS: Vice President______
ATTEST CLERK: ATTEST:
PRINTED NAME: PRINTED NAME: _______________________
AS ITS: Clerk of Commission AS ITS: ___________________
DATE: DATE:
Copy to:
DIRECTOR
AUGUSTA UTILITIES DEPARTMENT
452 Walker Street, Suite 200
Augusta, GA 30901
Attachment number 2 \nPage 16 of 36
Item # 2
DR
A
F
T
17 OF 36 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 RESPONSIBILITIES
CITY-FURNISHED DATA
CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULTANT's
services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness,
and completeness of the information provided by CITY.
RIGHT TO ENTER
The CONSULTANT will notify all property owners or occupants of the intent to enter properties
for the purpose of accomplishing work in accordance with the practices of the CITY. The
Attachment number 2 \nPage 17 of 36
Item # 2
DR
A
F
T
18 OF 36 REVISION DATE: June 2011
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 18 of 36
Item # 2
DR
A
F
T
19 OF 36 REVISION DATE: June 2011
ATTACHMENT A – SCOPE OF SERVICES
PROJECT DESCRIPTION:
This project involves providing Professional Engineering Services related to assisting Augusta
Utilities Department (AUD), for Phase III of the Camp Hancock Outfall Rehabilitation project that
is the implementation of the “Infrastructure Rehabilitation Plan for the Camp Hancock Basin -
Sanitary Sewer Interceptor” (IRP) as prepared for the Augusta Utilities Department by W.K
Dickson, Inc. (WKD) and dated 3/17/16 (See attached exhibit of the area).
The Camp Hancock Basin is in a predominately residential area but also serves the Augusta
Municipal Golf Course, the Augusta Aquatics Center, Aquinas High School, the Charlie Norwood
VA Medical Center, and Trinity Hospital. The system consists of 140 mains, totaling 31,506 linear
feet (LF), with diameters in the 18”, 21” & 24” size range and includes 140 manholes. The primary
purpose of this project will be to develop Construction Documents that will allow AUD to Bid and
Contract with a Contractor in order to facilitate rehabilitation measures as identified in the IRP and
subsequent updates and discussions with AUD staff. Recently it has been determined that a
proposed project to extend the runway at Daniel Field will also possibly have an impact on the
Camp Hancock outfall. In response to this AUD has requested that this project evaluate the short-
term rehabilitation and potential long term requirements concerning the outfall. This Contract,
between AUD and CONSULTANT, will be for the third phase of the implementation and will
consist of the following general activities:
• CONSULTANT will collect new CCTV/PACP data in the immediate project area for the
purpose of comparison and verification of rehabilitation recommendations. This will
involve the use of sub consultants to perform site improvements for access in order to
execute cleaning and CCTV activities, land surveying of key infrastructure route and
determination of critical property boundaries within the project area.
• CONSULTANT will prepare technical memorandum presenting a detailed alternatives
analysis associated with impacts to the Camp Hancock outfall, and mitigation thereof, by
the impending extensions of runway 5/23 at the Daniel Field Airport. Such analysis shall
investigate relocation of the gravity sewer and pump station and force main alternatives.
This memorandum deliverable shall also present:
o Short term rehabilitation needs in order to ensure continued serviceability of
the existing gravity sewer via trenchless technology (CIPP), dig and replace
and rerouting options. There is at least one location known at this point that
requires immediate attention.
o Long term needs will consider the time horizon in which the construction of
the proposed runway may be as many as ten years in the future. The
mitigation of this may require the relocation of a portion of gravity sewer or
Attachment number 2 \nPage 19 of 36
Item # 2
DR
A
F
T
20 OF 36 REVISION DATE: June 2011
introduction of a pump station and force main to maintain service. This
technical memorandum will discuss potential mitigation alternatives and the
general financial impacts to assist AUD to provide quantitative estimates to
the airport for preliminary design purposes.
• Develop rehabilitation construction documents which denote the required rehabilitation of
each component within this portion of the system with sufficient detailing to aid in the
execution of the rehabilitation. The area of focus will be the section of the outfall in the
vicinity of the intersection of Damascus Road and Highland Avenue, near Augusta
Municipal Golf Course (See attached sketch). It is anticipated at this time that the
construction documents will only address the short-term recommendations consisting of
relocation efforts around the cabinet shop, CIPP lining and spot repairs for the upstream
section through the landfill area. The anticipated construction value of this section will be
approximately $1,000,000.00. Should initial investigations determine a different solution
then scope adjustments will be considered at that time.
• Develop Contract documents and technical specifications to be used in the permit approval
and Bidding process of Phase III outfall rehabilitation plan.
• Assist in the bidding process, including Pre-Bid meetings, Bid Openings, Requests for
information and clarifications, and issuance of recommendation of award and certified bid
tabulation.
• Construction Administration, including shop drawing review, periodic site visits,
contractor pay request review, Final inspection and closeout.
• Provide construction observation on a periodic basis for the rehabilitation process. These
types of projects are more sensitive to being there onsite during the construction. The
periodic presence of the engineer representative will help validate the contractor
performance.
SCOPE OF SERVICES:
The CONSULTANT proposes to provide the following Scope of services for the fees listed under
“Basis of Compensation”.
Professional Services:
Cleaning and Collection of CCTV Data
There are sections of Camp Hancock trunk main in the immediate vicinity of this project for which
no recent CCTV/PACP data exists. It is anticipated that 1,656 linear feet of outfall will be
Attachment number 2 \nPage 20 of 36
Item # 2
DR
A
F
T
21 OF 36 REVISION DATE: June 2011
investigated. CONSULTANT will subcontract this service as an initial effort to conduct a condition
assessment. The CONSULTANT will use the condition assessment to prepare technical
memorandum for short- and long-term suggestions. It is anticipated that the OWNER will provide
the necessary water supply for the cleaning process and disposal site for the solids from the
cleaning without a fee. It is understood that some portions of this sewer pipeline are inaccessible
for cleaning and evaluation. Therefore, this work also includes necessary site improvements and
clearing to establish the access necessary for cleaning and evaluation activities. It is anticipated
that the clearing operations will be performed by Bobcat grinder with bucket attachment and that
there will be two loads of surge stone provided for temporary drainage issues.
Survey and SUE Evaluations:
CONSULTANT shall provide additional design, permitting, and construction services associated
with the proposed rerouting and in place rehabilitation dictated by CCTV process. It is anticipated
that the portion of outfall around the cabinet shop would be rerouted around and that the
remaining upstream portion would be rehabilitated using CIPP and spot repairs. The project
location and proposed limits of construction are outlined in the attached location map.
CONSULTANT proposes to provide the following scope of services for the fees listed below under
“COMPENSATION.” The modified services shall include:
a. SUE (Subsurface Utility Engineering) & Field Surveying & Mapping by
SUBCONSULTANT – Upon approval/notification by AUD that Right of Entry is
available the subconsultants will mobilize to collect data within the project area.
i. SUE SUBCONSULTANT will provide Level B SUE services within the limits
shown on the attached location map. SUE work will be performed in
accordance with the standards as set by the American Society of Civil
Engineers (ASCE) in publication CI/ASCE 38-02 – Standard Guidelines for
the Collection and Depiction of Existing Subsurface Utility data. Quality
Level B SUE designation will be performed. SUE Field Crews shall designate
utilities using electromagnetic and GPR equipment to mark the location of
the facilities. Both electromagnetic and GPR sweeps will be done to
determine if there are additional utilities not depicted in the records. Any
additional utilities found will be documented on a field sketch. Completed
field sketches compiled by the SUE Field Crews are submitted to
CONSULTANT and relayed to the survey SUBCONSULTANT.
ii. Surveying SUBCONSULTANT will provide survey services and collect all
utilities designated within the project limits by the SUE crews.
SUBCONSULTANT will establish vertical and horizontal survey control
utilizing GPS and conventional surveying methods. SUBCONSULTANT
will perform a location survey of the alignment, which will include the
location of all marked utilities, edge of pavement, centerline of road, wet
weather drainage, fences, sidewalks, concrete structures, above ground
Attachment number 2 \nPage 21 of 36
Item # 2
DR
A
F
T
22 OF 36 REVISION DATE: June 2011
appurtenances, buildings, signs, storm drains, rail lines and facilities, and
spot elevations as needed within the proposed corridor.
iii. The SUBCONSULTANT will provide the following:
1. Reconnaissance to locate existing property corners and evidence of
property corners to perform existing right-of-way resolution using
existing maps and deeds within the project area;
2. On-line research for maps and documents needed to perpetuate
existing property lines and existing rights-of-way. Additional
courthouse research will be performed if documents needed to
resolve property lines are not available on-line. Research shall be as
necessary to the extent that the current record deed, plats, and plans
of the existing rights-of-way are found in the public records.
b. The SUBCONSULTANTS will utilize traffic control and safety designation as
necessary to collect data within the roadways and rights of way.
c. Easement Plat Preparation – The project will be constructed, operated, and
maintained in existing rights-of-way and easements, and where needed, new
easements will be obtained by the OWNER. To assist the OWNER with acquiring
the new easements, the ENGINEER’s professional survey subconsultant will
prepare survey maps of the proposed new easements to be acquired. To efficiently
prepare the plats of the proposed easements, the OWNER and ENGINEER will work
together as the project evolves and develops.
Upon completion of the existing property deed research, the field surveying of the
portions of the properties of the project area and the preliminary engineering of the
Project, including the establishment of any underground utilities, the ENGINEER
will identify the potential locations of the easements required for the Project. Upon
the OWNER approving the preliminary engineering and the ENGINEER receiving
authorization from the OWNER to prepare the surveys of the potential easements,
the ENGINEER’s subconsultant will start the preparation of the surveys of the
potential easements for the Project.
Utilizing the finalized design plans prepared by the ENGINEER’s subconsultant, the
ENGINEER will prepare and submit to the OWNER an easement map for each
affected property for the OWNER to use to begin obtaining the required easements
for the Project. The ENGINEER’s subconsultant will prepare the easement maps in
accordance with the OWNER provided standards. The OWNER intends to acquire
easements for any portion of the project not in the public right-of-way. For planning
purposes and for defining a unit cost for easement map preparation, up to five (5)
easement plats are planned. The easement maps shall identify and distinguish
between permanent utility and temporary construction easements, and shall meet
the following general requirements:
i. Easement plats will comply with the rules set forth by the Georgia Board of
Professional Engineers and Land Surveyors and the Georgia mapping law;
Attachment number 2 \nPage 22 of 36
Item # 2
DR
A
F
T
23 OF 36 REVISION DATE: June 2011
ii. Easement plats shall be prepared in accordance with the Owner’s Water &
Sanitary Sewer System-Guidelines, found at:
https://www.augustaga.gov/DocumentCenter/View/6507/Water-Sanitary-
Sewer_2015?bidId=
iii. Easement maps will be an exhibit to the easement agreements to be prepared
by the OWNER and will be prepared on 8.5”x14” sized paper;
iv. All easement plats shall have a general vicinity map, which shall clearly
identify the general location of the parcels where the easement(s) shall be
obtained;
v. All easement plats shall have distinct line types for the easement lines, which
will define the easement(s) location(s) on each parcel;
vi. The total square footage of each easement shall be indicated on the easement
map(s);
vii. All easement maps will identify the applicable jurisdictional boundaries;
viii. Each parcel requiring an easement will be clearly identified with a parcel
identification number for reference to the agreement to be prepared by the
OWNER’s attorney;
ix. One digital copy in PDF format of the easement maps will be provided to the
OWNER for use in obtaining the easements;
x. All easement plats shall be sealed by a Professionally Licensed Surveyor;
xi. The OWNER will review the form and format of the proposed easement
maps for compliance with the recording requirements at the county register
of deeds;
xii. The OWNER shall be responsible for negotiating the easements with
property owners; and,
xiii. The OWNER shall record the easement documents and return one (1) copy
to the ENGINEER for our records.
Technical Memorandum
COSULTANT will evaluate past and current condition assessment data for the proposed project
area, preliminary concept plans provided by the Daniel Field Airport and visual inspection to help
develop a technical memorandum recommending both short and long term needs for the Camp
Hancock Outfall in this area. The upper portion of this section of the outfall runs through a closed
construction debris landfill and significant terrain changes. It is anticipated that the condition
assessment will support a short-term recommendation to upgrade the upper section using CIPP
technology and spot repairs. The long-range evaluation will identify both gravity and pumped
Attachment number 2 \nPage 23 of 36
Item # 2
DR
A
F
T
24 OF 36 REVISION DATE: June 2011
solutions to allow the outfall to continue to function once the runway extension is constructed. This
will assist AUD in negotiating the longer-term issues associated with the airport.
Design Development
CONSULTANT will prepare Contract documents for AUD to invite bids for the construction of the
sewer repairs and rehabilitation in Phase III recommended section. This Scope of Services assumes
that design drawings and specifications will be developed for the assets and rehabilitations
identified in the Technical Memorandum. The design drawings will be submitted as CAD based
drawings. The CONSULTANT will utilize existing plans, GIS data, field sketches and other sources
available from the owner to prepare the documents for bidding. CONSULTANT will also engage
the services of SUBCONSULTANTS as appropriate, including survey services as necessary for
sanitary sewer replacements or relocations. CONSULTANT will assist in bidding and general
construction services. It is assumed that the work will be implemented under one (1) construction
contract; if additional construction contracts are required, this agreement will be amended to
authorize additional engineering services and fees.
CONSULTANT will be responsible for the submittal of 90 percent and Final Bid Set documents that
meet the following requirements:
Design Drawings
1. Cover Sheet
2. General Notes and Legend
3. Sheet Index
4. Sanitary Sewer Rehabilitation/Relocation Sheets - The plan sheets (22-inch by 34-
inch) will contain a plan view for sewer rehabilitation at a horizontal scale of 1-inch
equals 40 feet. Streets and other pertinent features shall be labeled for better field
identification. The sheets shall also contain tables of applicable information such as
pipeline rehabilitation method, diameter, material, stationing of point repairs,
laterals, and manhole rehabilitation methods. The drawings shall be reproducible in
black and white without the need for color to distinguish information shown on the
drawings.
5. Plan and profile sheets of replacement or re-routed sanitary sewer.
6. Details as appropriate for the work, including but not limited to:
• Cured-in-place Pipe components;
• Sewer Installation Details;
• Generic Erosion and Sediment Control Details;
• Generic Traffic Control Details, and;
• Paving Details: GDOT and AED.
Attachment number 2 \nPage 24 of 36
Item # 2
DR
A
F
T
25 OF 36 REVISION DATE: June 2011
Specifications
Standard specifications and Contract Documents will be provided by CONSULTANT to AUD. The
CONSULTANT will be expected to provide:
1. Upfront CONTRACT documents for AUD’s use in the procurement process
2. Bid forms to be incorporated into the CONTRACT documents
3. Special Provisions Section (as applicable)
4. Contract Exhibits: Scope of service, site drawings, reports and other background
information, as applicable and as generated performing Work related to other
sections identified herein
5. Technical Specifications shall include, but not be limited to:
• Temporary erosion & sediment control
• Preconditioning of sewers and manholes
• Flow bypass and/or diversion pumping
• Cured-in-place pipe lining of existing sewer mains
• Point Repairs
• Utility and private service line repairs
• Manhole interior rehabilitation
• New or replacement manhole construction
• Pipe replacement by open cut
• Paving
Technical Review
Ensuring a quality deliverable is the responsibility of the CONSULTANT. CONSULTANT shall
have all progress drawings and specifications submitted to an internal technical review committee
at the 90 percent completion milestone. The CONSULTANT's review committee shall consist of
technical staff knowledgeable on the type of work designed and independent for the specific
project. Following the technical review, design modifications shall be made by the CONSULTANT
to finalize the construction documents.
Completion of Construction Documents
Presentation of the construction documents, plans and specifications, at the 90 percent completion
will be made to AUD following the CONSULTANT's internal technical review. Following AUD's
review, design modifications shall be made by the CONSULTANT and submitted to AUD as Draft
Final Documents (Draft 100 percent). Upon approval, these documents shall be finalized and will
be considered Final Documents (Final 100 percent).
Attachment number 2 \nPage 25 of 36
Item # 2
DR
A
F
T
26 OF 36 REVISION DATE: June 2011
Prepare Final Cost Estimates
The CONSULTANT will review and/or prepare detailed cost estimates based on the construction
documents and submit the cost estimates to the AUD at the 90 percent and final design milestones.
Permitting
This Scope assumes that a City of Augusta Engineering Department and/or a Georgia Department of
Transportation (GDOT) permit will be required. It is assumed that standard traffic control, erosion
and sediment control details will be included in the design documents to assist AUD and/or the
CONTRACTOR in securing the required permits. Efforts above and beyond this can be provided
by the CONSULTANT if required, under an amendment.
Project Bidding
The CONSULTANT shall provide services during the bidding phase to include providing technical
interpretation of the Bid Documents, attending one (1) bid opening, evaluating one (1) set of bids
and recommending award, and preparing Contract Documents for signature. Conformed
documents will be the responsibility of the CONSULTANT.
It is assumed that the duration of the Bid Period will be eight (8) weeks and that the AUD will be
distributing the bid packages. An additional two months is assumed from selection of the
CONTRACTOR to the issuance of the Notice to Proceed. While a formal prequalification process is
not anticipated, the CONSULTANT will work with the AUD to include qualification requirements
in the Specifications that will be submitted by the bidders with the bids.
General Services during Construction
After award of the contract, CONSULTANT will assist the AUD with Contract administration and
provide periodic observation of the construction work. It is anticipated that the construction period
for the sewer rehabilitation project will be no longer than 6 months including 150 days for
substantial completion and 30 days for final completion for total construction duration of 180 days.
An increase in the construction schedule will require an amendment to authorize additional
construction services.
The CONSULTANT will provide general services during construction as described herein. In the
performance of its services during the Construction Phase, the CONSULTANT shall not supervise,
direct or have control over CONTRACTOR's work nor shall the CONSULTANT have authority
over or responsibility for the means, methods, techniques, sequences, procedures of construction or
safety precautions and programs incidental to the work selected by the CONTRACTOR(s), or for
any failure of the CONTRACTOR's compliance with laws, rules, regulations, ordinances, codes or
orders applicable to work.
Attachment number 2 \nPage 26 of 36
Item # 2
DR
A
F
T
27 OF 36 REVISION DATE: June 2011
Administration of Construction Contract
As part of general administration of the construction Contract, the CONSULTANT will consult with
and advise AUD and act as its representative during the construction period. The CONSULTANT
will provide contract administration and general services required for the Project, including:
• AUD's representative for the duration of the construction contract, all communications
to and from the CONTRACTOR shall go through the CONSULTANT. On behalf of AUD,
the CONSULTANT shall administer the construction Contract, respond to
CONTRACTOR's correspondence, and issue instructions from AUD;
• Maintain a complete document file for the project. Documents to be maintained include,
but are not limited to: correspondence, quality control procedures, quality control
testing; site inspection records, shop drawing schedule, change orders, scheduling,
project meetings, cost and disbursement data, progress reports and all other documents
pertaining to the construction Contract;
• Hold a pre-construction meeting and monthly progress meetings that will address
critical schedule requirements, payment procedures, emergency procedures, schedule
updates, coordination issues, change orders, quality assurance testing approvals, and
any other issues related to completion of the project. One pre-construction meeting and
6 monthly progress meetings should be budgeted.
• CONSULTANT shall submit a Work Summary spreadsheet that the AUD will utilize to
report to Cityworks on areas that have been inspected or rehabilitated along with each
monthly pay application by the CONTRACTOR. A comprehensive list is to be provided
with each pay application identifying each pipe and/or manhole or other asset, and what
was done (cleaning, lining, etc.). A sample Work Summary template will be provided
by AUD for this spreadsheet.
• CONSULTANT will address RFI’s from the CONTRACTOR in a timely manner. The
project budget includes up to six (6) RFI’s for the project.
Site Visits
The CONSULTANT will visit the site (excluding visits coinciding with monthly progress meetings)
to observe the progress and quality of the executed work of the CONTRACTOR and to determine,
in general, if such work is proceeding in accordance with the Contract Documents. During the
CONSULTANT's visits, and on the basis of on-site observations, the CONSULTANT shall keep
AUD informed of the progress of the work, shall endeavor to guard AUD against defects and
deficiencies in such work, and may recommend to AUD disapproval or rejection of work failing to
conform to the Contract Documents. It is understood that AUD does not desire to have the
CONSULTANT provide full-time inspection services. This Scope includes an average of 20 hours
Attachment number 2 \nPage 27 of 36
Item # 2
DR
A
F
T
28 OF 36 REVISION DATE: June 2011
per week of site visits for three 3 months. If additional site visits are required, this contract will be
amended to provide such additional services.
Shop Drawing Review
The CONSULTANT will review and approve (or take other appropriate action with respect to) Shop
Drawings and samples, the results of tests and inspections, and other data that the CONTRACTOR
is required to submit for conformance with the design concept of the Project and compliance with
the information given in the Contract Documents; and receive and review (for general content as
required by the Specifications) instructions, guarantees, bonds and certificates of inspection which
are to be assembled by the CONTRACTOR in accordance with the Contract Documents, and
transmit them to AUD with written comments. This task includes review of the pre-construction
video performed by the CONTRACTOR and advice to AUD regarding CONTRACTOR's
suggestions for additions or deletions of required rehabilitations and confirmation of the selected
rehabilitation method throughout the life of the project. The CONSULTANT will review cured-in-
place liner design calculations provided by the CONTRACTOR.
Preparation of Design Clarifications
The CONSULTANT will issue necessary interpretations and clarifications of the Contract
Documents; have authority, as AUD's representative, to require special inspection or testing of the
work; act as initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the work there under, and make decisions on all claims of AUD and CONTRACTOR
relating to the acceptability of the work or the interpretation of the requirements of the Contract
Documents pertaining to the execution and progress of the work.
Work Change Directives will be issued to document required point repairs, CIPP lining and/or
other rehabilitation methods added or deleted to the contract documents. This Scope does not
include reissuing the drawings or design of open-cut replacement.
Quality Assurance Testing
The CONSULTANT will specify the quality assurance testing that is necessary for the project in the
construction specifications relative to its designs. Coupon testing required of the CIPP lining
CONTRACTOR will be performed by CONTRACTOR at an independent testing laboratory.
Review of Applications for Payment
Based on on-site observations and review of the applications for payment with the accompanying
data and schedules, the CONSULTANT will determine the amounts payable to CONTRACTOR on
a monthly basis. The CONSULTANT will then recommend by email to AUD, payments reasonably
due to CONTRACTOR.
Attachment number 2 \nPage 28 of 36
Item # 2
DR
A
F
T
29 OF 36 REVISION DATE: June 2011
Change Orders and Time Extensions
The CONSULTANT will provide services in connection with change orders to the Construction
Contract to reflect minor changes or deletions requested by AUD, CONSULTANT or the
CONTRACTOR and make revisions to Drawings and Specifications occasioned thereby. An
accurate listing of additional costs and credits as a result of change orders will be maintained by the
CONSULTANT. Upon receipt of a requested change order, the CONSULTANT will review it in
detail and then discuss it with AUD, and together, will determine the manner in which to proceed.
Larger changes or claims asserted by CONTRACTOR and major redesigns requested by AUD may
require additional analyses or evaluation beyond the Scope of this Contract. It is anticipated that
up to 2 (two) change orders will be processed for the project.
Final Inspections
The CONSULTANT will conduct a walk-through inspection with the CONTRACTOR and AUD to
determine if the Project has reached substantial and/or final completion and prepare a punch list of
work items remaining. The CONSULTANT will conduct one final inspection to determine if the
work is acceptable, so that the CONSULTANT may recommend, in writing, final payment to the
CONTRACTOR and may give written notice to AUD and the CONTRACTOR that the work is
acceptable. The CONSULTANT will observe the work of the CONTRACTOR to see that it has been
completed in substantial accordance with respect to the Contract Documents prepared by the
CONSULTANT. It is assumed that the CONSULTANT will review 100 percent of the post
rehabilitation inspection videos provided by the CONTRACTOR prior to post-rehabilitation
inspection. Comments from review of post-rehabilitation inspection videos and the final inspection
visit will be incorporated into the final punch list and forwarded to the CONTRACTOR.
Final Completion
At the conclusion of the project, the CONSULTANT will receive, review and transmit to AUD with
written comments guarantees, bonds, certificates and post inspection videos and/or photographs
that are required by the Contract Documents and provided by the CONTRACTOR. Record
drawings indicating the implemented rehabilitation and replacement work will be the
responsibility of the CONSULTANT and will be submitted in PDF and CADD format. To assist
AUD’s endeavor in Asset Management, the CONSULTANT will provide AUD with GIS data files
reflective of completed rehabilitated assets.
A. TIME OF PERFORMANCE
1. CONSULTANT will begin work within ten (10) days of Notification to Proceed and work
diligently to complete the Scope of Services. It is anticipated that the first phase of this project
will require approximately five (5) months to allow for construction.
Attachment number 2 \nPage 29 of 36
Item # 2
DR
A
F
T
30 OF 36 REVISION DATE: June 2011
B. MISCELLANEOUS
1. Additional Services
AUD may request additional services from time to time. These services will be provided on an
as-needed basis only when requested by AUD. Should the need arise for additional services
during the course of the project; the CONSULTANT will be pleased to provide AUD with an
estimated cost prior to authorization of additional services.
2. Services Not Included
AUD reserves the right to amend this Agreement so that the CONSULTANT may furnish
additional services such as those listed below. Additional compensation for additional
services rendered will be provided by AUD based on negotiated terms. Additional services
shall be considered any services not explicitly described herein. Additionally, specific
services considered additional are listed below:
• Pre- and/or post-rehabilitation flow monitoring
• Evaluation of aerial stream crossings
• Geotechnical services
• Hydraulic capacity evaluations
• Professional Engineering services related to additional or extended design, bidding,
and construction services
• Additional permitting not indicated in Scope (railroad, wetlands, etc.)
Attachment number 2 \nPage 30 of 36
Item # 2
DR
A
F
T
31 OF 36 REVISION DATE: June 2011
ATTACHMENT B - COMPENSATION
The City shall pay the CONSULTANT for services set forth in Scope of Services,
Basic Services
The OWNER shall pay the CONSULTANT for services set forth in Scope of Services as follows:
Item/Description Terms Fee
CCTV/Cleaning NTE $62,000.00
Technical Memo LS $26,000.00
Design Services LS $98,000.00
Construction Contract Admin/Observation NTE $94,000.00
Total Fee $280,000.00
The CITY shall compensate the CONSULTANT for services, which have been authorized by the
CITY under the terms of this Agreement.
The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY
and accompanied by all support documentation requested by the CITY, for payment for the
services, which were completed during the billing period. The CITY shall review for approval
said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not
properly supported, or if the costs requested or a part thereof, as determined solely by the CITY,
are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay
each such invoice or portion thereof as approved, provided that the approval or payment of any
such invoice shall not considered to be evidence of performance by the CONSULTANT to the
point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by
such invoice. The CITY shall pay any undisputed items contained in such invoices.
Each invoice shall be accompanied by a letter progress report describing the total work
accomplished for each phase and any problems, which have been encountered, which may inhibit
execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and
an itemized description of the percentage of total work completed for each phase during the
billing period.
When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task
Order, it agrees to pay the CONSULTANT for work completed, on the basis of the standard
billing rates shown in Attachment B to the Contract of those principals and employees engaged
directly on the work.
Attachment number 2 \nPage 31 of 36
Item # 2
DR
A
F
T
32 OF 36 REVISION DATE: June 2011
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 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
Jeremy Brashears, PE
William Wingate, PE
Jake Berkshire, PE
SadhanaPriya Veeravalli, EIT
Attachment number 2 \nPage 32 of 36
Item # 2
DR
A
F
T
33 OF 36 REVISION DATE: June 2011
ATTACHMENT D – SCHEDULE FOR PERFORMANCE
CAMP HANCOCK BASIN OUTFALL
Phase III
IMPLEMENTATION
CAMP HANCOCK PHASE III SCHEDULE –
Technical Memorandum - 90 Days
Construction Documents 90% - 100 Days
AUD 90% Construction Documents Review - 20 Days
Final Construction Documents - 20 Days
AUD 100% Review Approval - 20 Days
Bidding/Contracting - 140 Days
Construction Phase - 185 Days
Attachment number 2 \nPage 33 of 36
Item # 2
DR
A
F
T
34 OF 36 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 34 of 36
Item # 2
DR
A
F
T
35 OF 36 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 35 of 36
Item # 2
DR
A
F
T
36 OF 36 REVISION DATE: June 2011
ADDITIONAL SERVICES:
1. Revisions to the plans/contract documents to extend the limits of the project after this
AGREEMENT has been executed by the CITY.
2. Revisions due to incorrect locations of existing utilities by the CONSULTANT (i.e., correct
location given by CITY, incorrectly marked on plans by engineer) will be the responsibility of
the CONSULTANT. Other revisions required by the CITY, DOT, EPD, or other government
agency at their request will be considered an additional service.
3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY.
4. Other not described above, as approved by the CITY.
NOTE:
It is the responsibility of the CONSULTANT as contracted by the CITY to provide professional
surveying and engineering services. It is expected that such professionals will operate in a
manner which assures the interests of the common welfare, rather than in a manner which
promotes their own financial gain. It is expected that such professionals will act as a faithful
agent for the CITY as a client. It is the duty of the CONSULTANT to protect the safety, health
and welfare of the public in the performance of their professional duties.
Attachment number 2 \nPage 36 of 36
Item # 2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
3
\
n
P
a
g
e
1
o
f
1
It
e
m
#
2
Engineering Services Committee Meeting
4/13/2021 1:10 PM
Fort Gordon Cyber CoE Campus Utilities Project D2 (MCA-2)
Department:Utilities
Presenter:Wes Byne
Caption:Consider award of Bid Item #21-137 to Blair Construction, Inc.
to construct the Fort Gordon Cyber CoE Campus Utilities
Project D2 (MCA-2) under the Task Order Program RFQ #18-
263 in the amount of $470,414.00.
Background:Augusta Utilities Department (AUD) is the contracted water,
sanitary sewer, and irrigation utility provider for Fort Gordon.
Fort Gordon is constructing a new Cyber Center of Excellence
(CoE) campus, which encompasses the existing campus facilities
around Signal Tower. Project D2 is the second phase of AUD
utility construction on campus to serve the new and existing
facilities. The project includes 1600 feet of water main, 441
feet of sanitary sewer main, and related service installations.
The campus masterplan has projects scheduled out to 2028.
Analysis:Blair Construction, Inc. submitted an acceptable bid package and
was the lowest responsive bidder. The Utilities Department
reviewed the bid and found it to be fair and reasonable. We
concur with Johnson, Laschober and Associates’
recommendation to award this contract to Blair Construction,
Inc. to construct the Cyber CoE Campus Utilities Project D2
(MCA-2).
Financial Impact:$470,414.00 funding is available from the following accounts:
515043490-5425410/88880160-5425410.
Alternatives:No alternatives are recommended.
Recommendation:Recommend approval for Utilities Department to contract Blair
Construction, Inc. to construct this project for the amount of
$470,414.00.Cover Memo
Item # 3
Funds are
Available in the
Following
Accounts:
Funds are available in the following accounts: 515043490-
5425410/88880160-5425410.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 3
Invitation to Bid
Sealed bids will be received at this office until Monday, March 1, 2021 @ 3:00 p.m. for furnishing – Via ZOOM
ZOOM Meeting ID: 977 2149 1891 Passcode: 551628
Bid Item #21-137 Cyber CoE Campus Utilities – Project D2 (MCA-2) Task Order – for Augusta, GA - Utilities
Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901 (706-821-2422). Plans and specifications for the project shall be obtained by all prime, subcontractors and
suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $65.00.
It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner
is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488)
beginning Thursday, January 28, 2021. Bidders are cautioned that submitting a package without Procurement of a complete set are
likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to
the successful completion of the project.
Pre Bid Proposal Conference will be held on Wednesday, February 10, 2020 @ 10:00 a.m. Via Zoom Meeting ID: 995 1846
5750 Passcode: 324862
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 Thursday, February 11, 2021 @ 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 ninety (90) days after RFPs have been opened, pending the execution of contract
with the successful vendor. A 10% Bid Bond is required. 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
Mailed to Pre-Qualified Task Order Vendors February 3, 2021
Revised: 2/19/2016
Attachment number 1 \nPage 1 of 1
Item # 3
Attachment number 2 \nPage 1 of 1
Item # 3
Attachment number 3 \nPage 1 of 1
Item # 3
Attachment number 4 \nPage 1 of 7
Item # 3
Attachment number 4 \nPage 2 of 7
Item # 3
NO.ITEM UNIT QTY UNIT PRICE TOTAL PRICE QTY UNIT PRICE TOTAL PRICE
W-2-A 4"DIP restrained joint pipe (RJP)LF 230 96.40 22,172.00 230 88.00 20,240.00
W-2-B 6" DIP restrained joint pipe (RJP)LF 40 97.54 3,901.60 40 60.00 2,400.00
W-2-C 8" DIP restrained joint pipe (RJP)LF 1150 100.39 115,448.50 1150 63.00 72,450.00
W-2-D 12" DIP restrained joint pipe (RJP)LF 200 113.00 22,600.00 200 79.00 15,800.00
W-4-A.1 4" - 90 degree bend, MJ, RJF EA 2 501.01 1,002.02 2 422.00 844.00
W-4-A.2 4" - 45 degree bend MJ, RJF EA 4 482.30 1,929.20 4 422.00 1,688.00
W-4-A.3 4" - 22.5 degree bend, MJ, RJF EA 2 479.63 959.26 2 422.00 844.00
W-4-A.4 4" Plug, MJ, RJF EA 1 754.47 754.47 1 252.00 252.00
W-4-B 6" - 45 degree bend, MJ, RJF EA 2 548.75 1,097.50 2 630.00 1,260.00
W-4-C.1 8" - 90 degree bend, MJ, RJF EA 2 700.27 1,400.54 2 707.00 1,414.00
W-4-C.2 8" - 45 degree bend, MJ, RJF EA 8 647.43 5,179.44 8 707.00 5,656.00
W-4-C.3 8" - 22.5 degree bend, MJ, RJF EA 2 643.03 1,286.06 2 707.00 1,414.00
W-4-C.4 8" x 8" Tee, MJ, RJF EA 2 889.14 1,778.28 2 986.00 1,972.00
W-4-C.5 8" Plug, MJ, RJF EA 2 1,143.06 2,286.12 2 382.00 764.00
W-4-D.1 12" - 45 degree bend, MJ, RJF EA 4 1,085.76 4,343.04 4 1,155.00 4,620.00
W-5-A Fire Hydrant Assembly w/8" x 6" Tee EA 2 6,217.71 12,435.42 2 4,552.00 9,104.00
W-5-B Fire Hydrant Assembly w/12" x 6" Tee EA 1 6,501.70 6,501.70 1 13,849.00 13,849.00
W-6 8" Valve (Open left (ccw); MJ, RJF) and Box w/ "WATER" on box
cover EA 3 1,758.00 5,274.00 3 1,773.00 5,319.00
W-10
12" x 8" Tapping Sleeve and Valve and Box w/ "WATER" on box
cover EA 1 7,637.69 7,637.69 1 7,216.00 7,216.00
W-12 12" Insert Valve (install, close (unless noted to remain open) and
bury) and Box w/ "WATER" on box cover EA 1 25,030.46 25,030.46 1 22,660.00 22,660.00
W-14-A 4"Water Meter & Vault Installation (AUD Detail 1.20.1)EA 1 18,114.43 18,114.43 1 20,616.00 20,616.00
W-14-B 4" RPZ Backflow Preventer (AUD Details 5.5, 5.6 & 5.7)EA 1 15,520.79 15,520.79 1 11,214.00 11,214.00
W-15 8" Fire Value Vault (AUD Std. Detail 1.21.2) for MCA-2 EA 1 25,385.77 25,385.77 1 29,224.00 29,224.00
W-16 Remove Plug and Connect EA 6 2,246.88 13,481.28 6 1,045.00 6,270.00
W-18 Close (and abandon) Valve (AUD Detail 1.18)EA 2 2,601.14 5,202.28 2 896.00 1,792.00
W-19 Remove Fire Hydrant EA 1 1,881.46 1,881.46 1 715.00 715.00
W-20 Remove water meter and box EA 1 2,246.88 2,246.88 1 385.00 385.00
S-1-A.1 8" diameter PVC sanitary sewer pipe SDR 26, Depth 6' to 10',
including Type II (No. 57 stone) bedding material LF 140 110.93 15,530.20 140 56.00 7,840.00
S-1-A.2 8" diameter DIP sanitary sewer pipe, Depth 6' to 10', including Type II (No. 57 stone) bedding material LF 40 183.57 7,342.80 40 130.00 5,200.00
AUGUSTA UTILITIES DEPARTMENT - CYBER COE CAMPUS PROJECT D2 JLA 3042.1803
BLAIR CONSTRUCTION, INC.BEAM'S CONTRACTING, INC.
1 of 3K/\420602\Admin\General\Project D2 Bid Tab.xlsx
Attachment number 4 \nPage 3 of 7
Item # 3
NO.ITEM UNIT QTY UNIT PRICE TOTAL PRICE QTY UNIT PRICE TOTAL PRICE
AUGUSTA UTILITIES DEPARTMENT - CYBER COE CAMPUS PROJECT D2 JLA 3042.1803
BLAIR CONSTRUCTION, INC.BEAM'S CONTRACTING, INC.
S-1-B 10" diameter PVC sanitary sewer pipe SDR 26, Depth 8' to 12',
including Type II (No. 57 stone) bedding material LF 261 116.28 30,349.08 261 64.00 16,704.00
S-6 Pre-cast Manholes (up to 6' depth)EA 3 8,589.90 25,769.70 3 4,422.00 13,266.00
S-7 Additional vertical depth of Manhole over 6'VLF 10 369.88 3,698.80 10 132.00 1,320.00
S-8 Sanitary Sewer exterior manhole joint wrapping EA 2 2,154.89 4,309.78 2 151.00 302.00
S-12 Sanitary Sewer Tie-ins (manhole or line)EA 1 4,308.69 4,308.69 1 1,100.00 1,100.00
S-13 Sanitary Sewer Service Connection (6")EA 4 1,358.82 5,435.28 4 2,816.00 11,264.00
S-14 Concrete Pipe Encasement CY 15 464.45 6,966.75 15 286.00 4,290.00
S-15 Water main crossings EA 3 1,950.39 5,851.17 3 3,122.00 9,366.00
S-18.A Sanitary Manhole Abandonment (AUD Det. 2.11)EA 1 3,349.61 3,349.61 1 2,200.00 2,200.00
S-18.B Sanitary Manhole Removal EA 1 4,683.78 4,683.78 1 1,650.00 1,650.00
S-19 Adjust Manhole to grade EA 1 2,108.95 2,108.95 1 935.00 935.00
P-2 Asphalt Pavement Removal and Replacement (2.5" 9.5 MM
Superpave, 10.5" Graded Aggregate Base)SY 25 175.54 4,388.50 25 354.00 8,850.00
P-5 Remove and Replace Concrete Sidewalk (3,500 psi, 4" Thick)SY 25 89.34 2,233.50 25 89.00 2,225.00
P-9 Remove and Replace Concrete Curb and Gutter (GDOT Detail 9032B, Type 2, 3 or 4)LF 25 67.78 1,694.50 25 64.00 1,600.00
M-1 Flowable Fill (GDOT-Excavatable type) into abandoned water and
irrigation mains CY 60 427.21 25,632.60 60 167.00 10,020.00
M-2 Miscellaneous Concrete (3,500 psi)CY 25 880.00 22,000.00 25 203.00 5,075.00
M-3 Rock Excavation (or equivalent)CY 25 114.28 2,857.00 25 35.00 875.00
M-4 Select Backfill CY 325 68.89 22,389.25 325 5.00 1,625.00
M-5 Clearing & Grubbing AC 2 6,600.00 13,200.00 2 2,750.00 5,500.00
M-6
Remove irrigation and water lines under future MCA-2 building limits
and 10' beyond, dispose pipe materials offsite and backrill to existing
grade. Backfill and compact to trench bakfill project specifications.LF 725 67.29 48,785.25 725 18.00 13,050.00
M-7 Silt Fence, Type C and as required for site utility installation (as
approved by resident iinspector) See Note 1 below.EA 2600 4.40 11,440.00 2600 3.50 9,100.00
M-8 Erosion Control Inlet Protection (Sd2-F, Sd2-P) See Note 1 below EA 45 1,588.95 71,502.75 45 385.00 17,325.00
M-9 Erosion Control Tree Protection (Tr) See Note 1 below EA 5 1,650.00 8,250.00 5 330.00 1,650.00
M-10 Erosion Control Construction Exit (Co (50'x20') See Note 1 below EA 1 5,473.71 5,473.71 1 1,650.00 1,650.00
LS-1 Mobilization, Demobilization LS 1 23,939.96 23,939.96 1 5,500.00 5,500.00
LS-2 Bonds, Insurance LS 1 7,111.14 7,111.14 1 4,950.00 4,950.00
LS-3 Line Item Not Used NA 0 0.00 0.00 0 0.00 0.00
2 of 3K/\420602\Admin\General\Project D2 Bid Tab.xlsx
Attachment number 4 \nPage 4 of 7
Item # 3
NO.ITEM UNIT QTY UNIT PRICE TOTAL PRICE QTY UNIT PRICE TOTAL PRICE
AUGUSTA UTILITIES DEPARTMENT - CYBER COE CAMPUS PROJECT D2 JLA 3042.1803
BLAIR CONSTRUCTION, INC.BEAM'S CONTRACTING, INC.
LS-4 Traffic Control for vehicular and pedestrian way (for construction
under this contract)LS 1 8,715.00 8,715.00 1 5,500.00 5,500.00
LS-5 Temporary and Permanent Grassing as approved by resident
inspector. See Note 1 below LS 1 6,600.00 6,600.00 1 2,750.00 2,750.00
LS-6 As-built Survey GPS coordinates (X, Y, & Z) for installed sanitary sewer and water lines LS 1 2,750.00 2,750.00 1 2,750.00 2,750.00
LS-7-A Allowance No. 1 - Owner Project Allowance LS 1 30,000.00 30,000.00 1 30,000.00 30,000.00
LS-7-B Allowance No. 2 - Material Testing Allowance LS 1 5,000.00 5,000.00 1 5,000.00 5,000.00
TOTAL CONSTRUCTION COST 768,517.94 470,414.00
**S-19 - Total Price listed as $2,246.88, corrected to $2,108.95
**M-1 - Total Price listed as $26,662.60, corrected to $25,632.60
** Total Construction Cost listed as $768,684.83, corrected to $768,517.94
ENGINEERING CERTIFICATE
To the best of my knowledge the enclosed bids are mathematically correct.
TREVOR A. WIMBERLY, P.E.
JOHNSON, LASCHOBER & ASSOCIATES, PC
3/15/2021
DATE
3 of 3K/\420602\Admin\General\Project D2 Bid Tab.xlsx
Attachment number 4 \nPage 5 of 7
Item # 3
Attachment number 4 \nPage 6 of 7
Item # 3
Attachment number 4 \nPage 7 of 7
Item # 3
Project Vicinity Map
AUD Fort Gordon Cyber CoE Utilities
Cyber CoECampus UtilitiesAt
t
a
c
h
m
e
n
t
n
u
m
b
e
r
5
\
n
P
a
g
e
1
o
f
1
It
e
m
#
3
Attachment number 6 \nPage 1 of 1
Item # 3
Engineering Services Committee Meeting
4/13/2021 1:10 PM
Minutes
Department:
Presenter:
Caption:Motion to approve the minutes of the Engineering Services
Committee held on March 9, 2021.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 4
Engineering Services Committee Meeting VirtuaUTeleconference - 3lgl\021
ATTENDANCE:
Present: Hons. Garrett, chairman; Johnson and McKnight, members.
Absent: Hons. Hardie Davis, Jr., Mayor; Hasan, Vice Chairman.
ENGINEERING SERVICES
1. Request to approve an agreement with the Phinizy Center for Water Sciences Item
to manage public u...tJand educational activities related to the constructed Action:
wetland treatment system at the James B Messerly Water Pollution Control Approved
Plant.
Motions
|#:" Motion Text Made By Seconded By
Motion to
, aDDrove.APProve uotio, passes
3-0.
Commissioneruommlssloner
Jordan Johnson Catherine Smith- Passes
McKnight
Motion
Result
2.Approve Amendment No. 9 to Agreement with ESG Operations, Inc. to Item
establish the final budget amount for 2021. Action:
Disapproved
Motions
ffit:"' Motion rext Made By Seconded By Motion
Result
Motion to
approve. Ms. A
Approve Mir"ier,i.',o,., ffr#T:ffi ;:#il:H;:tt Fails
No.
Motion Fails 2-1.
3. Approve change order for the Cityworks/enQuesta integration project
currently in progress in the amount of $41,000.00 for the Augusta Utilities
Attachment number 1 \nPage 1 of 4
Item # 4
Metering and Customer Service
software (lTB 12-221).
Division and integrate with enQuesta CIS Item
Action:
Approved
4. Approve Bid Recommendation for Instruments for Water Plants (Bid Item 20- Item
210). Action:
Approved
Motions
Motion
Type
Approve
Motions
Motion
Type
Approve
Motions
Motion
Type
Approve
Motion Text Made By
Motion to
approve. Commissioner
Motion Passes Jordan Johnson
3-0.
Motion Text
Motion to
approve.
Motion Passes
3-0.
Motion Text Made By
Motion to
approve. Commissioner
Motion Passes Jordan Johnson
3-0.
Commissioner
Catherine Smith- Passes
McKnight
Seconded By Motion
Result
Motion
Result
Motion
Result
Commissioneruommlssloner
Jordan Johnson catherine Smith- Passes
McKnight
Made By Seconded By
Seconded By
5. Motion to approve the minutes of the Engineering Services Committee held ltem
on February 23,2021. Action:
Approved
Commissioner
Catherine Smith- Passes
McKnight
6. Authorize the execution of a Joint Funding Agreement with the U. S. Item
Department of the Interior U. S. Geological Survey (USGS) for the Action:
operation, modeling and analyzing of monitoring wells to investigate water Rescheduled
levels and water quality for Augusta's groundwater production facilities.
Motions
Made By Seconded By
Attachment number 1 \nPage 2 of 4
Item # 4
Motion Motion MotionType Text Result
A .^.^_^_-^ Motion to Commissioner CommissionerADDTOVCI r approve. Jordan Johnson Brandon Garrett
No action is taken on this motion due to the loss of a quorum.
Motions
Motion Motion Text Made Seconded MotionrYPe By By Result
It was the consensus of the
committee that this item be
referred to the full Commission
with no recommendation.
www.augustaga.gov
Attachment number 1 \nPage 3 of 4
Item # 4
Attachment number 1 \nPage 4 of 4
Item # 4
Engineering Services Committee Meeting
4/13/2021 1:10 PM
Motion to Abandon Right of Way- Crescent Drive
Department:Engineering
Presenter:Law
Caption:Motion to determine that Crescent Drive as shown on the
attached map has ceased to be used by the public to the extent
that no substantial public purpose is served by it or that its
removal from the county road system is otherwise in the best
public interest, pursuant to O.C.G.A. §32-7-2, 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.
Background:The abandonment request has been reviewed by all essential
county departments and administrators and approvals were
received to this abandonment request. The map of said Crescent
Drive is attached.
Analysis:In addition to the information provided in the above Background
section, publication notices will be made for a public hearing to
be held, with results to be presented to the Commission. Notice
to the property owners located thereon will be made, pursuant to
O.C.G.A. §32-7-2(b)(1).
Financial Impact:Cost of publication and advertisement of public hearing.
Alternatives:Approve or deny request to determine that Crescent Drive be
abandoned.
Recommendation:Approve determination and request for abandonment of Crescent
Drive pursuant to O.C.G.A. §32-7-2, with the abandoned
property to be quit-claimed to the appropriate party(ies) as
allowed by law, and an easement(s) as directed by the Augusta
Engineering Department and the Augusta Utilities Department
Cover Memo
Item # 5
to be retained over the entire abandoned portion for existing or
future utilities and drainage.
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 5
Augusta, GA Disclaimer
The data represented on this map has beencompiled by the best methods available. Accuracyis contingent upon the source information ascompiled by various agencies and departmentsboth internal and external to the consolidatedgovernment of Augusta, GA. Augusta, GA and thecompanies contracted to develop these dataassume no legal responsibilities for the informationor accuracy contained on this map. It is strictlyforbidden to sell or reproduce these maps or datafor any reason without the written consent of theAugusta Commission.Print Date Mar 23, 2021
Department of Information TechnologyGeospatial Information Solutions (GIS) Division535 Telfair St Bldg 2000 | Augusta, GA 30901www.augustaga.gov/gis | gis@augustaga.gov
Like, Follow, Share #AugustaGIS
µ
1 inch = 100 feetMap Scale
Crescent Drive Attachment number 1 \nPage 1 of 1
Item # 5
AGENDA ITEM
Engineering Services Committee
April 13, 2021
Motion to determine that Crescent Drive as shown on the attached map has ceased to be used by the
public to the extent that no substantial public purpose is served by it or that its removal from the county
road system is otherwise in the best public interest, pursuant to O.C.G.A. §32-7-2, 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.
Department: Law
Caption: Motion to determine that Crescent Drive as shown on the attached map has
ceased to be used by the public to the extent that no substantial public purpose
is served by it or that its removal from the county road system is otherwise in
the best public interest, pursuant to O.C.G.A. §32-7-2, 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.
Background: The abandonment request has been reviewed by all essential county
departments and administrators and approvals were received to this
abandonment request. The map of said Crescent Drive is attached.
Analysis: In addition to the information provided in the above Background section,
publication notices will be made for a public hearing to be held, with results to
be presented to the Commission. Notice to the property owners located thereon
will be made, pursuant to O.C.G.A. §32-7-2(b)(1).
Financial Impact: Cost of publication and advertisement of public hearing.
Alternatives: Approve or deny request to determine that Crescent Drive be abandoned.
Recommendation: Approve determination and request for abandonment of Crescent Drive
pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed
to the appropriate party(ies) as allowed by law, and an easement(s) as directed
by the Augusta Engineering Department and the Augusta Utilities Department
to be retained over the entire abandoned portion for existing or future utilities
and drainage.
Funds are available
In Following
Accounts:
Attachment number 2 \nPage 1 of 2
Item # 5
REVIEWED AND APPROVED BY:
Attachment number 2 \nPage 2 of 2
Item # 5
Engineering Services Committee Meeting
4/13/2021 1:10 PM
Motion to Abandon Right of Way- East of Heard Ave. & South of Central Ave.
Department:Engineering
Presenter:Law
Caption:Motion to determine that the Alley East of Heard Avenue and
South of Central Avenue, as shown on the attached map has
ceased to be used by the public to the extent that no substantial
public purpose is served by it or that its removal from the county
road system is 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. §32-
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.
Background:The abandonment request has been reviewed by all essential
county departments and administrators and approvals were
received to this abandonment request. Pursuant to O.C.G.A.
§32-7-2, a public hearing was held on March 24, 2021 for this
matter. The map of said Alley East of Heard Avenue and South
of Central Avenue is attached.
Analysis:In addition to the information provided in the above Background
section, results of the public hearing will be presented to the
Commission. Notice to the property owners located thereon has
been provided, pursuant to O.C.G.A. §32-7-2(b)(1).
Financial Impact:Cost of publication and advertisement of public hearing.
Alternatives:Approve or deny request to determine that the Alley East of
Heard Avenue and South of Central Avenue be abandoned.
Recommendation:Approve determination and request for abandonment of Alley
East of Heard Avenue and South of Central Avenue pursuant to
Cover Memo
Item # 6
O.C.G.A. §32-7-2, with the abandoned property to be quit-
claimed to the appropriate party(ies) as allowed by law, and an
easement(s) as directed by the Augusta Engineering Department
and the Augusta Utilities Department to be retained over the
entire abandoned portion for existing or future utilities and
drainage and adopt the attached Resolution.
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 6
Attachment number 1 \nPage 1 of 1
Item # 6
THIS RESOLUTION OF THE AUGUSTA-RICHMOND COUNTY COMMISSION TO
ABANDON THE ALLEY EAST OF HEARD AVENUE AND SOUTH OF CENTRAL
AVENUE AS A PART OF THE ROAD SYSTEM OF AUGUSTA;
THIS RESOLUTION, adopted by the Augusta-Richmond County Commission
(“Commission”);
WHEREAS, it has been proposed that the Commission make a determination that the alley
East of Heard Avenue and South of Central Avenue as shown on the attached plat, has ceased to
be used by the public to the extent that no substantial public purpose is served by it or that its
removal from the county road system is otherwise in the best public interest and that the right-of-
way should be abandoned as part of the Richmond County Road System; and
WHEREAS, it has been Augusta, Georgia’s policy, pursuant to O.C.G.A § 32-7-2, to
reduce the number of roads in Augusta, Georgia that are not utilized or useful to the public and to
abandon such roads; and
WHEREAS, a Public Hearing was held on March 24, 2021 at the Augusta-Richmond
County Municipal Building, 2nd Floor, 535 Telfair Street, Augusta, Georgia; and
WHEREAS, notice of such Public Hearing was published in The Augusta Chronicle, the
newspaper in which Sheriff’s advertisements for Richmond County are published, on March 11,
2021 and March 18, 2021, and that the property owners located on the alley East of Heard Avenue
and South of Central Avenue were given notice; and
WHEREAS, the results of the Public Hearing were reported to the Board of
Commissioners and considered thereby; and
WHEREAS, the Commission, at their meeting held, April 20, 2021, approved the
proposed abandonment, pursuant to O.C.G.A. § 32-7-2 and the requirements of said statute having
been met;
Attachment number 2 \nPage 1 of 2
Item # 6
NOW THEREFORE, be it resolved by the Commission and it is hereby resolved by the authority
of same as follows:
1. It is hereby determined that all requirements of O.C.G.A. § 32-7-2 have been met for the
abandonment and removal above-said of the Right-of-Way and such Right-of-Way no
longer serves a substantial public purpose or that its removal from the county road system
is otherwise in the best public interest and is hereby abandoned as part of the Richmond
County Road System;
2. The land formerly comprising the Right-of-Way shall be quitclaimed as permitted by law
to the adjoining property owner, subject to easements and restrictions deemed necessary
by the Augusta Engineering Department and the Augusta Utilities Department, and the
Mayor and Clerk of Commission are hereby authorized to execute the documents necessary
to effectuate such transfer as directed by the Augusta Law Department.
3. This Resolution shall be recorded in the Minutes of the Augusta-Richmond County
Commission, accompanied by the exhibits referred to herein;
4. This Resolution shall become effective immediately upon its adoption.
DULY ADOPTED by the Augusta, Georgia Commission this ______ day of
_____________________, 2021.
AUGUSTA, GEORGIA COMMISSION
By: ________________________________
Hardie Davis, Jr.
As its Mayor
Attest: ______________________________
Lena J. Bonner
As its Clerk
Attachment number 2 \nPage 2 of 2
Item # 6
AGENDA ITEM
Engineering Services Committee
January 5, 2021
Motion to determine that the Alley East of Heard Avenue and South of Central Avenue as shown on
the attached map has ceased to be used by the public to the extent that no substantial public purpose
is served by it or that its removal from the county road system is otherwise in the best public interest,
pursuant to O.C.G.A. §32-7-2, 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.
Department: Law
Caption: Motion to determine that the Alley East of Heard Avenue and South of Central
Avenue as shown on the attached map has ceased to be used by the public to
the extent that no substantial public purpose is served by it or that its removal
from the county road system is otherwise in the best public interest, pursuant to
O.C.G.A. §32-7-2, 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.
Background: The abandonment request has been reviewed by all essential county
departments and administrators and approvals were received to this
abandonment request. The map of said Alley East of Heard Avenue and South
of Central Avenue is attached.
Analysis: In addition to the information provided in the above Background section,
publication notices will be made for a public hearing to be held, with results to
be presented to the Commission. Notice to the property owners located thereon
will be made, pursuant to O.C.G.A. §32-7-2(b)(1).
Financial Impact: Cost of publication and advertisement of public hearing.
Alternatives: Approve or deny request to determine that the Alley East of Heard Avenue
and South of Central Avenue be abandoned.
Recommendation: Approve determination and request for abandonment of the Alley East of Heard
Avenue and South of Central Avenue pursuant to O.C.G.A. §32-7-2, with the
abandoned property to be quit-claimed to the appropriate party(ies) as allowed
by law, and an easement(s) as directed by the Augusta Engineering Department
and the Augusta Utilities Department to be retained over the entire abandoned
portion for existing or future utilities and drainage.
Attachment number 3 \nPage 1 of 2
Item # 6
Funds are available
In Following
Accounts:
REVIEWED AND APPROVED BY:
Attachment number 3 \nPage 2 of 2
Item # 6
Engineering Services Committee Meeting
4/13/2021 1:10 PM
Storm Drain System and the Main Sewage Line serving the Fairwoods Subdivision at Nance Blvd.
Department:
Presenter:Commissioner Sammie Sias
Caption:Motion to approve and provide funding for emergency repair to
the main Storm Drain System and the Main Sewage Line serving
the Fairwoods Subdivision at Nance Blvd. (Requested by
Commissioner Sammie Sias)
Background:The department directors have evaluated this problem and
confirmed it as an emergency.
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 7
Attachment number 1 \nPage 1 of 1
Item # 7
Engineering Services Committee Meeting
4/13/2021 1:10 PM
Traffic Signal Lights Tobacco Rd and Talbot AveWindsor Sporing Rd and Inverness Dr;
Department:
Presenter:Commissioner Sammie Sias
Caption:Motion to approve the installation of fully functional Traffic
Signal Lights at the following intersections: 1)Tobacco Road/
Talbot Ave and Windsor Spring Rd/ Inverness
Dr. (Requested by Commissioner Sammie Sias)
Background:1)Tobacco Road and Talbot Ave Traffic Signal Lights will
off set an intersection that is extremely dangerous with daily
near misses and vehicle accidents. This intersection funnels
traffic from the major KJ or former BI-Lo's shopping center, the
new Neighborhood Wall Mart shopping center, Jiffy Lube, Taco
Bell, Waffle House, McDonalds, Dollar Tree, and a Sonic Drive
in. 2)Windsor Spring Rd and Inverness Dr. after the widening
of Windsor Spring Road this intersection which handles all the
traffic from the South Hampton is now a life threating hazard.
Analysis:Both of these intersections were tested and met the traffic
standards for a full traffic signal light. The conditions at these
two intersections will not improve with time. Actually, the
danger grows with each passing day. We must provide funding.
These critical safety issues have existed for too long without
resolution leaving a majority of the South Augusta citizens at
risk.
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Cover Memo
Item # 8
Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 8
Attachment number 1 \nPage 1 of 1
Item # 8