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