Loading...
HomeMy WebLinkAbout2016-11-08-Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 11/8/2016 ATTENDANCE: Present: Hons. Hardie Davis, Jr., Mayor; Fennoy, Chairman; Hasan, Vice Chairman; Smith, member. Absent: Hon. Guilfoyle, member. ENGINEERING SERVICES 1. Approve professional services contract with WK Dickson for Phases 1 and 2 of the Camp Hancock Sewer Basin Outfall IRP in the amount of $313,150.00. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 3-0. Commissioner Grady Smith Commissioner Ben Hasan Passes 2. Motion to approve the minutes of the Engineering Services Committee held on October 25, 2016. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 3-0. Commissioner Grady Smith Commissioner Ben Hasan Passes 3. Approve funding for Consultant Services Supplemental Agreement Eight to Cranston Engineering Group, PC., in the amount of $299,575.00 for the Rock Creek/Warren Lake-Augusta Canal Basin Dredging Project as requested by the AED. Item Action: Approved www.augustaga.gov Motions Motion Type Motion Text Made By Seconded By Motion Result Delete Motion to delete this item from the agenda. Motion Passes 3-0. Commissioner Grady Smith Commissioner Ben Hasan Passes Engineering Services Committee Meeting 11/8/2016 1:20 PM Attendance 11/8/16 Department: Presenter: Caption: Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Page 1 of 10 CONTRACT FOR GENERAL ENGINEERING SERVICES BETWEEN THE AUGUSTA UTILITY DEPARTMENT AND W.K. DICKSON & CO., INC. CAMP HANCOCK BASIN OUTFALL INFRASTRUCTURE REHABILITATION PLAN (IRP) IMPLEMENTATION A. PROJECT DESCRIPTION This project involves providing Professional Engineering Services related to assisting Augusta Utilities Department (AUD), for Phase 1 of the project with the option to renew under an amended Contract, in the implementation of the “Infrastructure Rehabilitation Plan for the Camp Hancock Basin ‐ Sanitary Sewer Interceptor” (IRP) as prepared for the City of Augusta Utilities Department by W.K Dickson, Inc. (WKD) and dated 3/17/16. During 2014 the basin was evaluated for combined systems as part of the EPD Consent Order requirements for the Augusta Utility Department (AUD). In the evaluation of the Camp Hancock area, it was determined through smoke testing and flow monitoring results, that this system did not yield any evidence of combined systems; however, it was noted that the operational conditions of this outfall was of concern. AUD retained the services of WKD in 2015 to evaluate the Camp Hancock trunk main, develop rehabilitation recommendations, prioritize the rehabilitation work and develop projected costs to be outlined in an IRP. This work was completed in March of 2016. 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(s) in order to facilitate rehabilitation measures as identified in the IRP. Augusta Utility Department (AUD) intends to implement the rehabilitation of Camp Hancock Outfall over a five (5) year period. This Contract, between AUD and CONSULTANT, will be for the first phase of the implementation (Exhibit A) and will be accomplished utilizing the following activities: • Develop rehabilitation construction documents which denote the required rehabilitation of each component within the system with sufficient detailing to aid in the execution of the rehabilitation of the Camp Hancock trunk main. The area of focus will be the lower portion of the outfall section that was identified in the IRP as having the most significant structural issues. Page 2 of 10 • CONSULTANT will provide for the cleaning and collection of CCTV/PACP data in sections of the Camp Hancock line which currently have no such CCTV/PACP data. This will be in the section prioritized for the second phase, so that the analysis of that section can be refined while the first phase is under construction. The sections are defined on Exhibit C. • Review of newly collected CCTV/PACP data for comparison and verification of rehabilitation recommendations previously made in the IRP on these sections missing CCTV data. • Assist AUD in the coordination of the chemical root treatment, utilizing AUD’s prequalified Contractor. • Develop Contract documents and technical specifications to be used in the Bidding process of Phase 1 outfall rehabilitation plan. • Assist in the bidding process, including Pre‐Bid meetings, Bid Openings, Requests for information and clarifications. • 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. B. PROPOSED SCOPE OF SERVICES – PHASE I The CONSULTANT proposes to provide the following Scope of services for the fees listed under “Basis of Compensation”. Sub-Phase 1 – Professional Services: CONSULTANT will prepare Contract documents for AUD in order to invite bids for the construction of the sewer repairs and rehabilitation. This Scope of Services assumes that design drawings and specifications will be developed for the assets and rehabilitations identified in the IRP only and within the yearly allotted AUD budget. 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 assist in bidding and general construction services. It is assumed that phase one (1) 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. Design Documents CONSULTANT will be responsible for the submittal of 90 percent and Final Bid Set documents that meet the following requirements: Page 3 of 10 Design Drawings 1. Cover Sheet 2. General Notes and Legend 3. Sheet Index 4. Sanitary Sewer Rehabilitation 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 100 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. This Scope of work assumes that profile sheets will not be required. If profile sheets are determined to be required for a given location, the Scope and budget will be amended to provide for these services. The drawings shall be reproducible in black and white without the need for color to distinguish information shown on the drawings. 5. Details as appropriate for the work, including but not limited to: • Sewer Installation Details • Generic Erosion and Sediment Control Details • Generic Traffic Control Details • Paving Details: GDOT and AED 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 Page 4 of 10 • 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). 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. The CONSULTANT shall estimate the area of disturbance and will notify AUD immediately if the area of disturbance is found to be over 1 acre. It is assumed that stormwater permitting will not be required. In addition, wetland delineation, wetland or stream mitigation work and railroad permitting is not included in this Scope of Services but can be added by amendment if requested. 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) Page 5 of 10 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. 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; Page 6 of 10 • 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 24 hours per week of site visits for 24 weeks. 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. Page 7 of 10 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. 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 Page 8 of 10 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. AUD CONTRACTOR REHABILITATION RFP The CONSULTANT will prepare an open end rehabilitation work plan and request for proposals that meets the needs of the OWNER. It is our understanding that the objective of the request for proposals is to establish an on‐call list of prequalified contractors with various rehabilitation processes at set unit prices. The OWNER has reviewed other programs processes and would like the CONSULTANT to facilitate the evaluation of the processes and formatting that will work for the Owner. The following represents the proposed scoping for the development of this program: • CONSULTANT will gather up to two programs from existing systems and evaluate them against programs that the CONSULTANT has developed. CONSULTANT will help organize the pros and cons from each program. • CONSULTANT will organize an initial kickoff meeting with the key staff from the OWNER’s organization to review the findings and provide input on the types of controls and prequalification that the OWNER can support. • The CONSULTANT will develop a draft request for proposal with a technical memorandum of the pros and cons for the OWNER’s evaluation. This information will be delivered to the OWNER’s representative for input and comments. • CONSULTANT will attend a review meeting with the OWNER to coordinate comments and options for the program. • CONSULTANT will finalize the request for proposals for final delivery to the owner for use. Page 9 of 10 Sub-Phase 2 – Professional Services: Assistance with Cleaning and Collection of CCTV Data There are sections of Camp Hancock trunk main approximately 17,000 linear feet which requires cleaning and CCTV/PACP data collection. CONSULTANT will subcontract this service. Upon collection of the CCTV/PACP data by the SUBCONTRACTOR, CONSULTANT will review the available data for comparison and verification of rehabilitation recommendations previously made on these sections during the development of the IRP. CONSULTANT will amend rehabilitation recommendations based on any new findings. The sections to be reviewed are scattered throughout the remainder of the outfall and will require in some cases significant effort to access the structures and or get equipment to the manholes. It is anticipated that the OWNER will provide the necessary access to the structures such that equipment can reach the structure, water supply for the cleaning process and disposal site for the solids from the cleaning without a fee. The OWNER will also be required to provide spot excavation to retrieve any cleaning, cutting or CCTV equipment that becomes logged in the pipe. The CONSULTANT will coordinate the delivery of MACP/ PACP database coded videos of the proposed sections and comparing this information to the previous IRP results that were estimated. This data will be used to plan the remaining CIP sections for this outfall, Because of the unpredictable nature of these types of projects this work is proposed to be provided on a daily basis. It is estimated that the full services will take 21 days of field services working ten hour days to complete the cleaning and CCTV work. This work will be completed on a daily rate and will allow the final cost to be adjusted to reflect the field conditions. C. 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 fourteen (14) months to allow for construction. D. 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. Page 10 of 10 • Pre‐ and/or post‐rehabilitation flow monitoring • Evaluation of aerial stream crossings • Rerouting/Relocation of existing facilities • Geotechnical services • Preparation of easement plats • Hydraulic capacity evaluations • Open‐cut design • Professional Engineering services related to additional or extended design, bidding, and construction services • Additional permitting not indicated in Scope (railroad, wetlands, etc.) E. COMPENSATION Basic Services The OWNER shall pay the CONSULTANT for services set forth in Scope of Services as follows: Sub‐Phase 1 – Professional Services: $192,400.00 Sub‐Phase 2 – Professional Services: $120,750.00 CAMP HANCOCK BASIN OUTFALL Phase 1 IMPLEMENTATION PHASE I – CAMP HANCOCK SCHEDULE – Sub-Phase 1 – Construction Documents 90% - 100 Days AUD 90% Construction Documents Review - 20 Days Sub-Phase 1 – Final Construction Documents - 20 Days AUD 100% Review Approval - 20 Days Bidding/Contracting - 140 Days Sub-Phase 1 – Construction Phase - 185 Days Concurrent with Sub-Phase 1: Sub-Phase 2 – CCTV/Cleaning - 120 Days Engineering Services Committee Meeting 11/8/2016 1:20 PM Camp Hancock Sewer Basin Outfall Infrastructure Rehabilitation Plan (IRP) – Phase 1 Design CIP Bond Project Department:Utilities Presenter:Tom Wiedmeier Caption:Approve professional services contract with WK Dickson for Phases 1 and 2 of the Camp Hancock Sewer Basin Outfall IRP in the amount of $313,150.00. Background:On November 18, 20 1 4, t he Augusta-Richmond County Commission approved the proposed assignments of several 2014 CIP Bond Projects to numerous engineering firms in response to RFQ 13-124 . On August 1 8 , 2015, t he Augusta-Richmond County Commission approved the award for professional services to conduct the Camp Hancock Sewer Basin Outfall Infrastructure Rehabilitation Plan (IRP). Analysis:WK Dickson has presented a proposal in the amount of $313,150.00 for Phase 1 Design of the Camp Hancock Sewer Basin Outfall IRP plan recommendations. The scope includes CCTV/Coding/Cleaning of approximately 17,000 Linear Feet of sewer line in preparation for Phase 2 design. The project is in the Camp Hancock Sewer Basin and will improve the sanitary sewer system within the project area. Financial Impact:Funds are provided in 514043420-5425210/81500090-5425210 Alternatives:No alternatives are recommended. Recommendation:AUD recommends the Commission award a contract to WK Dickson in the amount of $313,150.00 for Phase 1 Design of the Camp Hancock Sewer Basin Outfall IRP plan recommendations. Funds are Available in the Following Accounts: Funds are available in 514043420-54225210/81500090-5425210 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Engineering Services Committee Meeting Commission Chamber - 1012512016 ATTENDANCE: Present: Hons. Fennoy, Chairman; Hasan, Vice Chairman; Smith and Guilfoyle, members. Absent: Hon. Hardie Davis, Jr., Mayor. ENGINEERING SERVICES 1. Approve change order #1 for construction of the Goodrich Street Raw Water Item Pumping Station (RWPS). Action: Approved Motions Motion Type Approve 4-0. 2. Approve Change Order for Professional Services for Goodrich Street RWPS.Item Action: Approved Motions Motion Type Approve 4-0. 3. Consider award of Bid #16-239 for the extension of water and sanitary sewer services at Gordon Highway and Jimmie Dyess parkway. Motions Item Action: Approved Motion Text Made By Seconded By Motion toapprove. Commissioner Commissioner Motion Passes Wayne Guilfoyle Grady Smith Motion Text Made By Seconded By Motion toapprove. Commissioner Commissioner Motion Passes Wayne Guilfoyle Grady Smith Motion Result Passes Motion Result Passes i'#:"" Motion Text Made By Seconded By Motion Result Motion Result Motion Result Passes Approve 4. Status of prior request for Milledgeville Road improvements between Gordon Highway and North Leg Road. This section of the road is not ADA Compliant and over the past several years four young people were struck by automobiles, one fatally. An October 2014 Walkability Study highlighted many of the dangers Bayvale Elementary School Students face on a dailybasis. Safety of our children should be a top priority. @equested by Commissioner Bill Lockett) (Referred from July 26 Engineering Services Committee) Motion to approve. Commissioner Motion Passes Grady Smith 4-0. Commissioner Ben purra,flasan Item Action: Approved 5. Motion to approve the minutes of the Engineering Services Committee held on Item September 28,2016. Action: Approved Motions f#:" Motion Text Made By seconded By Motion to approve. Motion Passes 4-0. 6. Motion to determine that the Alley between 512 Reynolds Street and 514 Item Reynolds Street as shown on the attached plat has ceased to be used by the Action:public to the extent that no substantial public purpose is served by it or that its Approved removal from the county road system is otherwise in the best public interest, pursuant to O.C.G.A. 532-7-2, with the abandoned property to be quit-claimed to the appropriate parfy(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. Motions Motion Motion Textrype Motion to approve receiving this item as Approve information. Mr. Guilfoyle out. Motion Passes 3-0. Approve Made By Seconded By Commissioner Ben CommissionerHasan Grady Smith Commissioner Commissioner Ben Hasan Grady Smith rasses Motions X:ll"' Motion Texr Made By seconded By MotionIYPe ------ -'t Result Motion to Approve ffi|ffiurr., fi;mmissioner Ben 3:ffis;il.' passes 4-0. 7. Approve Utilities Department Contract Redetermination with Fort Gordon and Item Authorize Additional Positions. Action: Approved Motions [,oji" Motion Text Made By seconded By Motionlype .---- -" Result Motion to approve. Approve Mr. Guilfoyle out. commissioner commissioner Motion passes 3_0. Ben Hasan Grady smith Passes www.ausustasa.sov Engineering Services Committee Meeting 11/8/2016 1:20 PM Minutes Department:Clerk of Commission Presenter: Caption:Motion to approve the minutes of the Engineering Services Committee held on October 25, 2016. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: (SA02 – For changes greater than $20,000) April 2010 AUGUSTA-RICHMOND COUNTY AUGUSTA, GA ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT Augusta Richmond County Project Number(s): 328-04-212828502 Supplemental Agreement Number: 8 Purchase Order Number: 165515 WHEREAS, We, Cranston Engineering Group, Consultant, entered into a contract with Augusta- Richmond County on May 5, 2009, for engineering design services associated with the Rock Creek/Warren Lake Restoration Project., File Reference No. 09-014 (A), and WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: Additional Engineering services for Conducting Screening Level Ecological Risk Assessments, Coordinating with Regulatory Agencies, Responding to Regulatory Review Comments, and Revising Permit Applications for US Army Corps of Engineers. It is agreed that as a result of the above described modification the contract amount is increased by $299,575.00 from $1,511,975.70 to a new total of $1,811,550.70. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, Cranston Engineering Group, Consultant, hereby agree to said Supplemental Agreement consisting of the above mentioned items and prices, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. This day of , 2016 RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY AUGUSTA, GEORGIA Hardie Davis, Mayor Approved: Date Approved: Date [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET ROCK CREEK/WARREN LAKE RESTORATION Capital Project Budget is hereby authorized: Section 1: This project is authorized to CPB#328-041110-212828502 for Rock Creek/Warren Lake Restoration project Change Number Five and Supplemental Agreement Number Eight in the amount of $299,575.00 to Cranston Engineering for Conducting Screening Level Ecological available in project Engineering account SPLOST VI. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase II $1,200,000 Special 1% Sales Tax, Phase VI 392,055 Special 1% Sales Tax, Phase VI $19,650 Special 1% Sales Tax, Phase VI 299,575 $1,911,280 Section 3: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved ____________________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department CPB#328-041110-212828502 BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Honorable Hardie Davis, Jr., Mayor CHANGE NUMBER FIVE Risk Assessments, Coordinating with Regulatory Agencies, Responding to Regulatory Review Comments, & Revising Permit Applications for US Army Corps of Engineers. Funding is Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For 1 of 2 September 30, 2014 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET ROCK CREEK/WARREN LAKE RESTORATION CPB#328-041110-212828502 CHANGE NUMBER FIVE Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For CPB AMOUNT CPB NEW CPB SOURCE OF FUNDS CPB ADDITION AMOUNT SPECIAL 1% SALES TAX, PHASE II 322-04-1110-207822001 ($1,200,000) ($1,200,000) SPECIAL 1% SALES TAX, PHASE VI 328-04-1110-212828502 ($411,705)($411,705) SPECIAL 1% SALES TAX, PHASE VI ($299,575) ($299,575) 328-04-1110-212828502 TOTAL SOURCES:($1,611,705) ($299,575) ($1,911,280) USE OF FUNDS ENGINEERING 322-041110-5212115-207822001 $1,200,000 $1,200,000 328-041110-5212115-212828502 $411,705 $299,575 $711,280 TOTAL USES:$1,611,705 $299,575 $1,911,280 2 of 2 September 30, 2014 Engineering Services Committee Meeting 11/8/2016 1:20 PM Rock Creek/Warren Lake-Augusta Canal Basin Dredging Project – SA8 Department:Engineering Presenter:Abie L. Ladson, Director Caption:Approve funding for Consultant Services Supplemental Agreement Eight to Cranston Engineering Group, PC., in the amount of $299,575.00 for the Rock Creek/Warren Lake-Augusta Canal Basin Dredging Project as requested by the AED. Background:Rock Creek/Warren Lake and Augusta Canal Basin Dredging (Lake Olmstead, Lake Aumond, Heirs Ponds and Rae’s Creek) are approved projects that are presently in the design and permitting stage; Section 404 of the Clean Water Act requires individual permits. A permit application package was submitted in August 2012. As part of permit review process, US Army Corps of Engineers (USACE) issued initial Joint Public Notice (JPN) in December 2012 advertising the project. Received comments from various federal agencies and state environmental protection division warranted Tier III sediments sampling and testing. Tier III assessment was completed in late 2015 and results along with updated permit application were submitted to USACE in November 2015. In July 2016 the USACE issued JPN. In response to JPN, comments were received from federal and state agencies. On September 16, 2016, a joint meeting was held in Augusta; USACE, USEPA and GAEPD participated in this meeting. The purpose of this meeting was to discuss outstanding issues with the proposed dredging activity and determine any additional information that will be required by the USACE to complete evolution of submitted application pursuant to Section 404 of the Clean Water Act (CWA), and for GAEPD to complete their review pursuant to Section 401 of CWA. In October 2016, the USACE issued response letters requesting additional information concerning hydraulic dredged material settling capabilities and associated effluent potential risk, and mechanical dredged material post-disposal risk. Analysis:Activities consist of coordination with GAEPD on disposal site issue and conducting screening-level ecological risk assessment (SLERA) are needed to determine whether unacceptable risks are posed to ecological receptors from dredged sediments associated chemical stressors, and extract information necessary for submittal to the USACE to make a risk management decision concerning the practical need and extent of sediment post-disposal remedial action. Financial Impact:Funds are available in the project engineering account 328- 041110-5212115/212828502-5212115. Alternatives:1). Approve funding for Consultant Services Supplemental Agreement Eight to Cranston Engineering Group, PC. in the amount of $299,575.00 for the Rock Creek/Warren Lake-Augusta Canal Basin Dredging Project as requested by the AED. 2). Do not approve and identify alternate plan to gather needed data for preparing required response and completion of USACE permitting process. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 328-041110-5212115/212828502-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission