HomeMy WebLinkAbout2018-08-14 Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 8/14/2018
ATTENDANCE:
Present: Hons. Fennoy, Chairman; Hasan, Vice Chairman; Smith,
member.
Absent: Hons. Hardie Davis, Jr., Mayor; Frantom, member.
ENGINEERING SERVICES
1. Approve the Award of Bid 18-207 Deans Bridge Road MSW Landfill
Leachate Management and Earthwork to Gearig Brothers Civilworks.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Grady Smith Passes
2. Award Bid Item 18-197 for a Vibration Analysis Program - Control Southern. Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Grady Smith Passes
3. Motion to approve the notification of award of contract to Blair Construction,
Inc. for services associated with construction of the Fort Gordon New Water
and Sewage Connections under the Task Order Program for Infrastructure
RFQ #16-178 in the amount of $294,274.20 per Bid Item #18-208.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Grady Smith Passes
4. Consider approving an Encroachment Agreement for Easement, from Georgia
Power Company, for the Fort Gordon Cyber CoE.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Grady Smith Passes
5. Motion to approve the minutes of the Engineering Services Committee held
on July 31, 2018.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Grady Smith Passes
6. Motion to approve the notification of award of contract to Blair Construction,
Inc. for services associated with construction of the SR 10 Water Main
Replacement from Fort Gordon New ACP/Gate 6 to SR 223 project under
Task Order Program RFQ #16-178 in the amount of $395,739.02 per Bid Item
#18-203.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Grady Smith
Passes
7. Approve Supplemental Agreement One for Constantine Engineering for
Watershed Assessment & Inventory Project in amount of $512,037.50 for the
Phase 2 Storm System Inventory, Basin Analysis, and Data Review &
Reconciliation as requested by AED. RFQ 13-149
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Grady Smith Passes
8. Approve Supplemental Agreement Three for the Phinizy Center for Watershed
Assessment & Inventory Project in amount of $82,000 for the continued
Watershed Geomorphic data collection and Monitoring System maintenance
as requested by AED. RFQ 13-149
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Grady Smith Passes
9. Approve Zayo Group, LLC Application and Planters Communication, LLC
Application to place and use their facilities in Augusta, Georgia Right-of-
Way. Also authorize Augusta Engineering Department to process and sign all
associated documents with consultation of Augusta Legal Counsel.
(Requested by Commissioner Bill Fennoy)
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve Passes
Motion to
approve.
Motion Passes
3-0.
Commissioner
Ben Hasan
Commissioner
Grady Smith
www.augustaga.gov
Engineering Services Committee Meeting
8/14/2018 1:05 PM
Attendance 8/14/18
Department:
Presenter:
Caption:
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Invitation to Bid
Sealed bids will be received at this office until Tuesday, May 22, 2018 @ 3:00 p.m. for furnishing:
Bid Item #18-207 Deans Bridge Road MSW Landfill Leachate Management & Earthwork Package - for Augusta, GA –
Environmental Services 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. 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 $85.00.
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, April 12, 2018. Bidders are cautioned that submitting a package without Procurement of a complete set are likely
to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the
successful completion of the project.
A Mandatory Pre Bid Conference will be held on Friday, May 4, 2018 @ 10:00 a.m. in the Procurement Department, 535 Telfair
Street, Room 605. A Mandatory Site Visit will follow.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office
of the Procurement Department by Tuesday, May 8, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail
or hand delivered.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder. A 10 % Bid Bond is required. A 100% performance bond and a 100% payment bond will be required for
award.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement.
All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of
the submission, the required financial data, and any other requirements designated by the Procurement Department are considered
material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify
any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia
Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is
not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or
inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle April 12, 19, 26, May 3, 2018
Metro Courier April 12, 2018
OFFICIAL
VENDORS Attachment
"B"Addendum 1 E-Verify SAVE
Form
Bid
Bond Bid Price
Compliance
Review
Goal 10%
SCS Field Services
11260 Roger Bacon Drive #300
Reston, VA 20190
Gearig Civil Works
322 Grimaude Blvd
Grovetown, GA 30813
Yes Yes 226337 Yes Yes $7,367,524.41 Yes
Peed Brothers
P. O. Box 398
Butler, GA 31006
T & K Construction
235 Country Road 1242
Vinemont, AL 35179
Reeves Young, LLC
45 Peachtree Industrial Blvd.
Sugar Hill, GA 30518
Cooper, Barnette & Page
1928 Executive Park Dr., Suite A
Statham, GA 30666
No Bid
LCS
1576 Whiting Way
Lugoff, SC 29078
Total Number Specifications Mailed Out: 19
Total Number Specifications Download (Demandstar): 18
Total Electronic Notifications (Demandstar): 3
Total Number Specifications Mailed to Local Vendors: 1
Mandatory Pre-Bid Conference Attendees: 16
Total packages submitted:
Total Noncompliant: 0
Bid Item #18-207
Deans Bridge Road MSW Landfill Leachate Management
and Earthworks Package
Augusta, Georgia – Environmental Services Department
Bid Date: Tuesday, May 22, 2018
Page 1 of 1
Engineering Services Committee Meeting
8/14/2018 1:05 PM
Approve the Award of Bid 18-207 Deans Bridge Road MSW Landfill Leachate Management and
Earthwork to Gearig Brothers Civilworks.
Department:Environmental Services
Presenter:Lori Videtto
Caption:Approve the Award of Bid 18-207 Deans Bridge Road MSW
Landfill Leachate Management and Earthwork to Gearig
Brothers Civilworks.
Background:The Environmental Services Department placed Bid Item 18-
207 for the construction of a Leachate Tank Farm, treatment
system, and some additional earthwork for the Deans Bridge
Road landfill. There was one compliant bidder – Gearig Brothers
Civilworks. The current leachate tank system at the landfill is
under-sized based upon the current landfill capacity and needs to
be increased. This project is a required upgrade to the current
system and also includes pre-treatment abilities. This project
was placed for bid in 2017, however, after review the original
scope of work was found to be over-complex for the facility’s
needs and the permit requirements. The scope was changed and
it was placed for bid again in 2018 with significant changes to
the treatment system design and technology; and the need for
some additional earthwork to complete this project and prepare
for future landfill closure.
Analysis:One requirement of landfill operations is to collect and control
the leachate that is produced during the decomposition of the
garbage over time. Leachate is the liquid that collects in the
bottom of the landfill. Disposal of this liquid typically occurs via
the sanitary sewer system. The ESD has a permit with the
Augusta Utilities Department Waste Water Treatment Plant to
directly discharge the leachate into the sanitary sewer system,
but the landfill is also required to have enough capacity on-site
to store the leachate for a period of time, if it ever becomes
necessary. At this time, due to the current size of the landfill, the
capacity of the leachate storage is significantly under-sized
(flows can range from 1000-10,000 gallons per day, with current
on-site storage capacity at 50,000 gallons). This project will
provide for additional required storage capacity, control the flow
into the sanitary system, and provide for leachate pre-treatment
prior to release to the sanitary system. Gearig Brothers was the
qualified bidder on the project and after careful analysis and
negotiations with the vendor, ESD is recommending the project
be awarded to this vendor.
Financial Impact:The total cost of the project is $6,690,609.41; and funds are
available in ESD budget 541 04 4210/5412110. This is a
reduction of approximately $1.36M from the original 2017
project scope.
Alternatives:1. Do not award the work and place the Landfill in jeopardy of
being out of compliance with the state solid waste rules. 2.
Award the work to this vendor and allow compliance and best
management practices to be maintained at the facility.
Recommendation:Option 2 - award the bid to Gearig Brothers
Funds are
Available in the
Following
Accounts:
The total cost of the project is $6,690,609.41; and funds are
available in ESD budget 541 04 4210/5412110. This is a
reduction of approximately $1.36M from the original 2017
project scope.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Invitation to Bid
Sealed bids will be received at this office until Friday, April 27, 2018 @ 11:00 a.m. for furnishing:
Bid Item #18-197 Vibration Analysis Program for Augusta, Georgia – 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 viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents
may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901.
Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office
of the Procurement Department by Friday, April 13, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail
or hand delivered.
The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an
eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to
the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local
bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the
requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies
needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement
Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director.
All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate
committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the
outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement
Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of
receiving incomplete or inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle March 22, 29, April 5, 12, 2018
Metro Courier March 22, 2018
Engineering Services Committee Meeting
8/14/2018 1:05 PM
Award Bid Item 18-197 for a Vibration Analysis Program
Department:Utilities
Presenter:Tom Wiedmeier
Caption:Award Bid Item 18-197 for a Vibration Analysis Program -
Control Southern.
Background:The Utilities Department has worked with the Procurement
Department to solicit bids for a vibration analysis program for
use in our equipment predictive maintenance program. The only
bid for this equipment is from Control Southern, Inc.
Analysis:Our review of the bid has determined that it meets the
specification requirements and the bid amount of $83,731.00 for
the system is reasonable. This program will be used to improve
our ability to assess the condition of operating equipment and
make repairs as needed prior to an actual equipment failure. This
capability will allow us to perform less costly maintenance in
advance of a more costly total failure.
Financial Impact:$83,731.00 from budgeted funds.
Alternatives:Reject the bids received from Bid Item #18-197.
Recommendation:We recommend approval of award of bid item #18-197 to
Control Southern, Inc. at a cost of $83,731.00.
Funds are
Available in the
Following
Accounts:
506043580-5425110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
OFFICIAL
VENDORS Attachment
"B"E-Verify Bid
Bond
SAVE
Form Bid Price Compliance
Review 15%
Blair Construction
P. O. Box 770
Evans, GA 30809
YES 224004 YES YES $294,274.20 YES
Beams Contracting
15030 Atomic Road
Becch Island, SC 29842
YES 167300 YES YES $294,884.70 YES
Total Number Specifications Mailed Out: 2
Total Number Specifications Download (Demandstar): N/A
Total Electronic Notifications (Demandstar): N/A
Mandatory Pre-Bid Attendees: 2
Total packages submitted: 2
Total Noncompliant: 0
Bid Opening Bid Item #18-208
2018 Fort Gordon New Water and
Sewer Connections Program - Task Order
for Augusta, GA Utilities Department
Bid Date: Tuesday, May 1, 2018 @ 3:00 p.m.
Page 1 of 1
Invitation to Bid
Sealed bids will be received at this office until Tuesday, May 1, 2018 @ 3:00 p.m. for furnishing:
Bid Item #18-208 2018 Fort Gordon New Water and Sewer Connections Program - 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. Plans and specifications for the project shall be obtained by all prime contractors, subcontractors and
suppliers exclusively from ARC. The fees for the plans and specifications which are non-refundable are $35.00.
It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the
Owner is providing the opportunity to view plans online (www.e-arc.com) at no charge through ARC Southern (706 821-0405)
beginning Tuesday, April 10, 2018. Bidders are cautioned that submitting a package without Procurement of a complete set
are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is
material to the successful completion of the project. Bidders are cautioned that acquisition of documents through any other
source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving
incomplete or inaccurate information upon which to base his qualifications.
A Mandatory Pre Proposal Conference will be held on Tuesday, April 17, 2018 @ 3:00 p.m. in the Procurement
Department, 535 Telfair Street, Room 605.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the
office of the Procurement Department by Wednesday, April 19, 2017 @ 5:00 P.M. No bid will be accepted by fax, all must be
received by mail or hand delivered.
No proposal may be withdrawn for a period of sixty (60) days after RFPs have been opened, pending the execution of contract with
the successful vendor. A 10% Bid Bond is required to be submitted along with the bidders qualifications; 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 April 10, 2018
Revised: 2/19/2016
Blair Construction Co. Inc.
P. O. Box 770
Evans, GA 30809
Beam’s Contracting
15030 Atomic Road
Beach Island, SC 29842
Tom Wiedmeier
Utilities Department
Stanley Aye
Utilities Department
Kelley Irving
Compliance
Bid Item# 18-208 SR 10 Water Main
Replacement from Fort Gordon New
ACP/Gate 6 to SR 223- Task Order for
Augusta Utilities Department
Bid Mailed: Tue. 4/11/2018
Bid Item# 18-208 SR 10 Water Main
Replacement from Fort Gordon New
ACP/Gate 6 to SR 223- Task Order for
Augusta Utilities Department
Bid Due: Tue. 5/1/2018
Engineering Services Committee Meeting
8/14/2018 1:05 PM
Fort Gordon New Water and Sewage Connections
Department:Utilities
Presenter:Tom Wiedmeier
Caption:Motion to approve the notification of award of contract to Blair
Construction, Inc. for services associated with construction of
the Fort Gordon New Water and Sewage Connections under the
Task Order Program for Infrastructure RFQ #16-178 in the
amount of $294,274.20 per Bid Item #18-208.
Background:This project will provide water and sewage connections on Fort
Gordon. The project will consist of multiple connections of
various sizes, and installation of up to 1500 LF of sewer main
and 1500 LF of water main. Some connections to the existing
infrastructure will be upgraded and some connections will be for
new infrastructure throughout the post.
Analysis:Blair Construction, Inc. submitted an acceptable bid package and
was the lowest responsive bidder. The Utilities Department
desires to inform Commission of the award of this contract to
construct the Fort Gordon New Water and Sewage Connections
under the Task Order Program for Infrastructure RFQ #16-178
to Blair Construction, Inc.
Financial Impact:$294,274.20 under account number 507043490-5425410 /
88886666-5425410.
Alternatives:No alternatives due to the contract being awarded under the Task
Order Program for Infrastructure RFQ #16-178.
Recommendation:AUD notifies the Commission of award of a Task Order contract
to Blair Construction, Inc. in the amount of $294,274.20 for the
construction of the Fort Gordon New Water and Sewage
Connections project under the Task Order Program for
Infrastructure RFQ #16-178 per Bid Item #18-208.
Funds are
Available in the
Following
Accounts:
$294,274.20 from account 507043490-5425410 / 88886666-
5425410.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
8/14/2018 1:05 PM
Georgia Power Encroachment Agreement for Easement #126779
Department:Utilities
Presenter:Tom Wiedmeier
Caption:Consider approving an Encroachment Agreement for Easement,
from Georgia Power Company, for the Fort Gordon Cyber CoE.
Background:In the near future, AUD will be constructing a sanitary sewer
pipeline, to service the Fort Gordon Cyber CoE. The pipeline
will cross an easement owned by Georgia Power. Georgia
Power has agreed to the crossing and asks that Augusta sign an
encroachment agreement.
Analysis:This is the usual encroachment agreement that Augusta signs,
for a Georgia Power crossing.
Financial Impact:None
Alternatives:Disapprove the GPC encroachment agreement.
Recommendation:Approve the Encroachment Agreement for Easement, from
Georgia Power Company, for the Fort Gordon Cyber CoE.
Funds are
Available in the
Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting Commission Chamber - 7l3ll2}I8
ATTENDANCE:
Present: Hons. Hardie Davis, Jr., Mayor; Hasan, vice chairman; Smith
and Frantom, members.
Absent: Hon. Fennoy, Chairman.
ENGINEERING SERVICES
1. Mr. Reginald L. Cotton regarding a sewer backup at2820 King Street.Item
Action:
Approved
seconded By Motion
Result
Motion to approve
Approve ffi;xlf;thisitemas s;#Ttrffi 3:nl'#il" passes
Motion Passes 3-0.
2. Discuss the issue of an extension on the feasibility to clear vacant lots of Item
overgrown vegetation and debris of vacant homes. Action:
Approved
Motions
i'#:" Motion rext
Motion to approve
A --_^_.^ receiving this item as CommisionerApprove information. Sean Frantom
Motion Passes 3-0.
3. Approve and award Preliminary and Final Engineering Design Consultant Item
Services Agreement to Cranston Engineering Group, Inc. in the amount of Action:
9576,922.92 for the 9th Street (James Brown Blvd.) Improvements Project as Approved
Motions
f#:"' Motion rext Made By
Made By seconded By f"'.tji,'
Commissioner
Grady Smith Passes
requested by the AED. Award is contingent upon receipt of signed agreement.
RFP 18- 171
Motions
Motion r ir-^:^- ,T!^--a rr r h Motion- ----- Motion Text Made By Seconded ByI'YPe ---- -" Result
Motion to
Approve iXffi.asses SJ#T;f,ffi 3:nl'#ll.' passes
3-0.
4. Motion to authorize condemnation to acquire title of a portion of property for Item
permanent easement and temporary easement (Parcel 166-0-023-04-0) 4252-E Action:
Windsor Spring Road. Approved
Motions
Y:'1"' Motion Text Made By seconded By Motion'l'YPe -.---- -r Result
Motion to delete this
^ item from the Commisioner CommissioneApprove :::'l-1:""'"'" ::-T"'o:o :o1*'^ttroner passesagenda. Sean Frantom Grady Smith
Motion Passes 3-0.
5. Motion to authorize condemnation to acquire title of a portion of the property Item
for permanent easement (Parcel 166-0-023-05-0) 4252-A Windsor Spring Action:Road. Approved
Motions
Motion ri^1:^- ,Tr- 1 f,r r h Motionirr;- Motion Text Made By Seconded By Result
Motion to
Approve il5,1il'.asses S:#Tl.}ffi 3:ffi'#il" passes
3-0.
6. Approve incorporating city parcel 045-l-066-00-0 into Adrian Street ROW Item
and accordingly accepting Adrian extended section in Augusta, GA Road Action:
System as requested by AED. Approved
Motions
Motion Motion Text Made By
Type
Motion to
approve.
Motion Passes
3-0.
Seconded By
Commissioner
Grady Smith
the construction of
Phase I project to
Delete
Approve Award of Bid Item #18-160 for
Hancock Outfall Sewer Rehabilitation
Technologies, LLC.
Motions
X:jP" Motion Text Made Byrype
Motion to
. aDDrove.APProve vtotion passes
3-0.
Motions
Motion
- - ---- Motion Textrype
Motion to refer this
item to the fullDefer Commission with no
recommendation.
Motion Passes 3-0.
Motions
f#:" Motion rext
Approve
Commisioner Commissioner
Sean Frantom Grady Smith Passes
seconded By Motion
Result
Commisioner Commissioner p,
Sean Frantom Grady Smith rasses
Seconded By
Commisioner
Sean Frantom
Motion
Result
Passes
the Camp
Insituform
Item
Action:
Approved
7.
8. Discuss Administrator's recommendation regarding funding for street Itemlighting. Action:
Rescheduled
Motion
Result
Motion
Result
Passes
9. Motion to approve Memorandum of Understanding to include Augusta Item
Utilities Department's water main, sanitary sewer main, and fiber optic cable Action:
relocations in the Georgia Department of Transportation contract, through Approved
competitive bidding, for GDOT Project Pl 210327 I-20 at Savannah River,
Richmond County.
Made By Seconded By
Motion to
approve.
Motion Passes
3-0.
Commisioner Commissioner
Sean Frantom Grady Smith
10. Motion to approve the minutes of the Engineering Services Committee held ltem
on July 10, 2018. Action:
Approved
Motions
fr'J:" Motion rext Made Bv
Motion to
^ oDDrove.APProve uotio, passes
3-0.
Seconded By Motion
ResuIt
Commisioner Commissioner
Sean Frantom Grady Smith Passes
11. Approve addition of two (2) Contractors to Current Approved On-Call Item
Concrete Repair, Concrete Construction, and Emergency Repair Action:
Contractor-List and accordingly Approve award of On-Call Concrete Disapproved
Repair, Concrete Construction, and Emergency Repair Contract to these
two contractors (i- DJ Construction Company, and ii- Sitec, LCC) as
requested by AED. Award is contingent upon receipt of signed contracts
and proper insurance Documents. RFP 18-155
Motions
Pjtl"" Motion Text Made By seconded By Motion'l'ype - ----- -'t ----"'-- -r Result
Motion to deny.Deny M;;i; i';;' commisioner commissioner
3_0. Dean Frantom Grady Smith Passes
12. Approve addition of four (4) Contractors to Current Approved On-Call Item
Drainage Easements and Ponds Cutting/Cleaning Contractor-List and Action:
accordingly Approve award of On-Call Drainage Easements and Ponds Disapproved
Cutting/Cleaning Contract to these four contractors (i-T Garrett
Enterprise, ii-Augusta Quality, iii-Lumber jack Landscaping, and iv-
Bulldogs Cuts) as requested by AED. Award is contingent upon receipt of
signed contracts and proper insurance Documents. RFp 18-157
Motions
Motion Text Made By Seconded By
Motion
Type
Motion to denv.
Approve il;;i;;il;J s:#T;ffi 3:frIffiil.' Passes
3-0. u
13. Approve addition of four (4) Contractors to Current Approved On-Call Item
Maintenance Vegetation Control and Right-of-Way Mowing Contractor- Action:
List and accordingly Approve award of On-Call Maintenance Vegetation Disapproved
Control and Right-of-Way Mowing Contract to these four contractors (i-T
Garrett Enterprise, ii-Robert's Professional Lawn Services, iii-Lumberjack
Landscaping, and iv-Bulldogs Cuts) as requested by AED. Award is
contingent upon receipt of signed contracts and proper insurance
Documents. RFP 18-152
Motion
Result
Motion
Result
Motion to deny.Deny ili;;i,;J S:;lTffi; 3:ffiffiil" Passes
14. Discuss Storm Water Fee. (Deferred from the July 10 Engineering Item
Services Committee - requested by Commissioner Marion Williams) Action:
Approved
Motions
Motion Motion Text'r'ype
Motion to approve
^ -----__._ receiving this item asADDTOVCinformation.
Motion Passes 3-0.
Motions
f#:"' Motion Text Made By seconded By
Made By Seconded By Motion
Result
Commisioner Commissioner
Sean Frantom Grady Smith Passes
www.auqustasa.aov
Engineering Services Committee Meeting
8/14/2018 1:05 PM
Minutes
Department:Clerk of Commission
Presenter:
Caption:Motion to approve the minutes of the Engineering Services
Committee held on July 31, 2018.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
OFFICIAL
VENDORS Attachment
"B"E-Verify Bid
Bond
SAVE
Form Addendum 1 Bid Price Compliance
Review 15%
Blair Construction
P. O. Box 770
Evans, GA 30809
YES 224004 YES YES YES $395,739.02 Yes
Beams Contracting
15030 Atomic Road
Becch Island, SC 29842
YES 167300 YES YES YES $486,135.37 Yes
Total Number Specifications Mailed Out: 2
Total Number Specifications Download (Demandstar): N/A
Total Electronic Notifications (Demandstar): N/A
Mandatory Pre-Bid Attendees: 2
Total packages submitted: 2
Total Noncompliant: 0
Bid Opening Bid Item #18-203
SR 10 Water Main Replacement From Fort Gordon
New ACP/Gate 6 to SR 223 - Task Order
for Augusta, GA Utilities Department
Bid Date: Tuesday, May 1, 2018 @ 3:00 p.m.
Page 1 of 1
SR10 Water Main Replacement from
Fort Gordon New ACP/Gate 6 to SR 223
^D/MC5ͬϭ7ͬϭϴ
Invitation to Bid
Sealed bids will be received at this office until Tuesday, May 1, 2018 @ 3:00 p.m. for furnishing:
Bid Item #18-203 SR 10 Water Main Replacement From Fort Gordon New ACP/Gate 6 to SR 223 - 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. Plans and specifications for the project shall be obtained by all prime contractors, subcontractors and
suppliers exclusively from ARC. The fees for the plans and specifications which are non-refundable are $60.00.
It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the
Owner is providing the opportunity to view plans online (www.e-arc.com) at no charge through ARC Southern (706 821-0405)
beginning Tuesday, April 10, 2018. Bidders are cautioned that submitting a package without Procurement of a complete set
are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is
material to the successful completion of the project. Bidders are cautioned that acquisition of documents through any other
source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving
incomplete or inaccurate information upon which to base his qualifications.
A Mandatory Pre Proposal Conference will be held on Tuesday, April 17, 2018 @ 2:00 p.m. in the Procurement Department, 535
Telfair Street, Room 605.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the
office of the Procurement Department by Wednesday, April 19, 2017 @ 5:00 P.M. No bid will be accepted by fax, all must be
received by mail or hand delivered.
No proposal may be withdrawn for a period of sixty (60) days after RFPs have been opened, pending the execution of contract with
the successful vendor. A 10% Bid Bond is required to be submitted along with the bidders qualifications; 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 April 10, 2018
Revised: 2/19/2016
Blair Construction Co. Inc.
P. O. Box 770
Evans, GA 30809
Beam’s Contracting
15030 Atomic Road
Beach Island, SC 29842
Tom Wiedmeier
Utilities Department
Stanley Aye
Utilities Department
Kelley Irving
Compliance
Bid Item# 18-203 SR 10 Water Main
Replacement from Fort Gordon New
ACP/Gate 6 to SR 223- Task Order for
Augusta Utilities Department
Bid Mailed: Tue. 4/11/2018
Bid Item# 18-203 SR 10 Water Main
Replacement from Fort Gordon New
ACP/Gate 6 to SR 223- Task Order for
Augusta Utilities Department
Bid Due: Tue. 5/1/2018
Engineering Services Committee Meeting
8/14/2018 1:05 PM
SR 10 Water Main Replacement from Fort Gordon New ACP/Gate 6 to SR 223
Department:Utilities
Presenter:Tom Wiedmeier
Caption:Motion to approve the notification of award of contract to Blair
Construction, Inc. for services associated with construction of
the SR 10 Water Main Replacement from Fort Gordon New
ACP/Gate 6 to SR 223 project under Task Order Program RFQ
#16-178 in the amount of $395,739.02 per Bid Item #18-203.
Background:In coordination with Fort Gordon’s planned new Gate 6
entrance, GDOT is widening SR 10 Gordon Highway from Gate
2 to Gate 6. Due to the GDOT road grading and new storm
sewer construction, AUD has to relocate water main at three
locations in the GDOT right of way. The work consists of
approximately 1000 feet of 12 to 16 inch water main
construction, and includes crossing Gordon Highway at Gate 3
and at the State Medical Prison to construct water transmission
mains onto Fort Gordon in support of AUD’s contracted
services.
Analysis:Blair Construction, Inc. submitted an acceptable bid package and
was the lowest responsive bidder. The Utilities Department
desires to inform Commission of the award of this contract to
Blair Construction, Inc. to construct the SR 10 Water Main
Replacement from Fort Gordon New ACP/Gate 6 to SR 223
project under Task Order Program RFQ #16-178.
Financial Impact:$395,739.02 under account number 507043490-5425410 /
88886666-5425410
Alternatives:No alternatives due to the contract being awarded under Task
Order Program RFQ #16-178.
Recommendation:AUD notifies the Commission of award of a Task Order contract
to Blair Construction, Inc. in the amount of $395,739.02 for the
construction of the SR 10 Water Main Replacement from Fort
Gordon New ACP/Gate 6 to SR 223 project under the Task
Order Program RFQ #16-178 per Bid Item #18-203.
Funds are
Available in the
Following
Accounts:
$395,739.02 from account 507043490-5425410 / 88886666-
5425410
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Augusta-Richmond County, Georgia
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Special 1% Sales Tax, Phase VI 282,007$
512,038$
794,045$
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
_________________________________________________
SUPPLEMENTAL AGREEMENT NUMBER ONE
CPB#581-044320
Honorable Hardie Davis, Jr., Mayor
CAPITAL PROJECT BUDGET
STORMWATER UTILITY Program (Constantine)
Stormwater Utility Program
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia
that the following Capital Project Budget is hereby adopted:
Section 1: This project is authorized to CPB#581-044320-5211120 Supplemental Agreement Number One to
Constantine Engineering in the amount of $512,037.50 for the Stormwater Utility Fee Implementation Project.
This request is for phase Two Storm System Inventory, Basin Analysis and Data Review. Funding
is available through Stormwater Utility Program.
1 of 2 8.25.2015
Augusta-Richmond County, Georgia CPB#581-044320
CAPITAL PROJECT BUDGET
CPB AMOUNT ADDITION NEW
SOURCE OF FUNDS CPB REQUEST CPB
SPLOST, PHASE VI
328-041110-211828002 ($282,007)($282,007)
Stormwater Utility
58-044320-5211120 ($512,038)($512,038)
TOTAL SOURCES:($282,007)($512,038)($794,045)
USE OF FUNDS
ENGINEERING
328-041110-5212115-211828002 $282,007 $282,007
Engineering
581-044320-5211120 $512,038 $512,038
TOTAL USES:$282,007 $512,038 $794,045
2 of 2 8.25.2015
B‐1 Work Scope
AED Assess & Analyze Watersheds, Inventory Stormwater Facilities & Storm Conveyance (Bid # 13‐149)
EXHIBIT “B”
SCOPE OF SERVICES
Objective: The objective of this project is to characterize the CITY’s watersheds sufficiently
to develop specific management recommendations for the watersheds through a multi‐
phase effort. Management recommendations may include BMPs, bank stabilization projects,
asset replacement, and water quality and / or quantity monitoring. Concepts for walking
trails may also be analyzed for compatibility in meeting watershed management needs.
Scope of Work:
Phase 1b: System Inventory: Closed Pipe and Upland Ditches
Overview : The objective of Phase 1b will be to further refine the GIS inventory and
characterize the stormwater conveyance system. Tasks A‐E are identical to those provided
in Phase 1 of the stormwater inventory effort. Tasks F‐G are new, and have been added to
provide for cleanup of the existing storm geodatabase, linking of files, and identification of
MS4 assets, along with evaluation of performance of existing stormwater ponds and BMPs.
Task A: Digitize Existing Scanned Images
1. The CONSULTANT will utilize scanned images of the CITY’s conveyance system
as provided by the CITY to digitize existing storm drainage assets. The subject
hydrologic basin(s) contain 1,500 scanned images that have been georeferenced,
rectified, and filed as part of the AED basedata geodatabase provided by the CITY.
Not all of these sheets contain storm drainage assets and as such, an initial review
of all 1,500 sheets will be completed and the sheets will be sorted based on
whether storm data can be digitized from the scanned image.
2. Additionally, the CITY will provide the CONSULTANT with scanned images that
have not been georeferenced, rectified and incorporated into the AED basedata
geodatabase. These images are anticipated to be provided in groups of 50 sheets
per delivery; however the total number of scanned images is not known. The
CONSULTANT will georeferenced and rectify the images using available GIS data
provided by the CITY utilizing rubbersheeting practices. The CONSULTANT will
not utilize spatial filtering techniques such as kriging or warping to provide
precise image alignment, rather a “best fit” using available background data will
be performed. Once the scanned images are georeferenced and rectified, they will
be included in the AED basedata geodatabase.
3. Scanned images containing storm drainage data will be digitized using on‐screen
digitization techniques. Available attribute information will be populated per the
AED stormwater geodatabase schema as it is available on the source documents.
Attributes identified in the AED stormwater geodatabase schema that are not
B‐2 Work Scope
AED Assess & Analyze Watersheds, Inventory Stormwater Facilities & Storm Conveyance (Bid # 13‐149)
available on the source documents will be populated during the field inventory
tasks.
The CONSULTANT will track the receipt and work progress for each scanned
image in a database format capable of being shared with the CITY. Updates on the
status of scanned images will be made available to the CITY on a weekly basis.
The CONSULTANT will invoice the CITY based on per unit pricing for scanned
images as provided in the Agreement.
Task B: Inventory of Closed Pipe and Open Conveyance Systems
1. As the CONSULTANT completes the work tasks identified in Task A for portions
of the storm drainage system, inventory crews will begin an in‐the field review of
digitized assets and collection of additional storm drainage data not available on
source documents.
The CONSULTANT will review digitized portions of their assigned hydrologic
basin(s) with the CITY prior to the commencement of field inventory efforts.
Portions of the system to be field inventoried will be roughly comprised of
complete drainage sub‐systems including collection and conveyance structures
upstream of the point at which stormwater discharges into a receiving stream.
During this review, the CITY will update the CONSULTANT on any issues
impacting the ability of field crews to process through the inventory area. This
may include but is not limited to easement access, construction activities, traffic
coordination or public notification. The CITY and the CONSULTANT will also
review questionable areas of the system in an effort to provide field crews with
advance intelligence on how to complete the field inventory effort.
Once deployed, field crews will verify storm drainage structure locations and
attribute data as digitized from source documents. Structures found in the field
that did not appear on source documents will be recorded using a GPS or digitized
locations. The CONSULTANT will populate attribute data per the AED stormwater
geodatabase schema. Similarly, attribute data missing from source documents or
inconsistent with field observations will be entered into the geodatabase. The
intent of the field inventory process will be to verify or edit the geodatabase to
reflect conditions as identified in the field.
Field crews will also provide a cursory assessment of the condition of the
structure. Structures will be classified as Good, Fair or Poor based on observation
from the surface. Field crews will not enter any structure for the purpose of
obtaining attributes or condition assessment information.
A minimum of two (2) photographs of each structure will be collected and linked
to the asset in the GIS. Photographs are to include one photograph showing the
structure and surrounding area and a second photograph is to show the interior
of the structure. The CONSULTANT will not remove grates or structure tops to
B‐3 Work Scope
AED Assess & Analyze Watersheds, Inventory Stormwater Facilities & Storm Conveyance (Bid # 13‐149)
collect attributes or photographs other than on manhole structures where
manhole lids must be removed to inspect the structure or where sufficient
clearance is required to obtain a clear photograph.
Field crews will spend a total of 10 minutes searching for or attempting to access
an individual structure. If after 10 minutes the structure cannot be located or
accessed, the asset will be noted as either Not Found or Difficult Access. Difficult
Access structures will be identified and conveyed to the CITY on a weekly basis
for evaluation for assistance in gaining access while working in that area.
Field crews will note any recommendations for resolving access or location issues.
Difficult Access and Not Found structures will be reported on a weekly basis via
electronic means. The CONSULTANT will return to inventory structures as
directed by the CITY once the structure in question has been located or made
accessible by the CITY. Difficult Access or Not Found structures will be assessed
the same unit rate as structures which are inventoried. Subsequent visits to
inventory previously noted Difficult Access or Not Found structures will be
assessed the same unit rate for each return visit to the individual structure in the
event field inventory crews are not able to access a structure that has been
reported as accessible.
The CONSULTANT will field inventory those structures that are within public
easements. The CITY will notify the CONSULTANT of structures that do not have
permanent easements and will assist in accessing structures outside permanent
easements as necessary.
Open channel systems will also be verified or collected by field crews. Open
channel systems conveying public storm drainage will be inspected
approximately 10 to 15 feet upstream and downstream of closed system
structures 15” in diameter or greater. A measurement of channel width and depth
will be collected where width represents the top width of the channel and depth
represents depth to overflow of the channel for upstream and downstream
locations. Channels will be digitized as linear features connecting to closed
system structures or outfalls.
The CONSULTANT will record rim elevations and calculate invert elevations for
all structures within the geodatabase. The source for rim and invert elevations
will be scanned source documents as well as interpolated surface elevations
derived from the Digital Elevation Model provided by the CITY.
2. Approximately 10% of the total number of structures added to the geodatabase
through digitizing and field inventory will be identified for resampling of rim
elevations. These elevations will be collected using survey‐grade GPS receivers
accessing the AED base station network or USGS‐affiliated virtual reference
station network. Vertical accuracy of surveyed rim elevations will be within the
published standards for the network utilized.
B‐4 Work Scope
AED Assess & Analyze Watersheds, Inventory Stormwater Facilities & Storm Conveyance (Bid # 13‐149)
The structures to be located with survey‐grade GPS will be distributed throughout
the collection system and will be representative of the main branches of the
collection system. Vertical errors between digitized plans and measured data will
be spread amongst the intervening points, unless there is sufficient evidence of a
hard break in the data. Surveyed elevations will be noted in the geodatabase for
future reference.
Task C: Inventory of Receiving Streams
1. The CONSULTANT will conduct a stream walk along all accessible branches of the
receiving streams in the work area with AED staff and the Southeastern Natural
Sciences Academy. The stream will be accessed via sanitary sewer easements as
well as road crossings. The stream will be evaluated at intervals approximately
every 1,000 feet. Evaluations will consist of a characterization of bank stability to
indicate whether the bank is intact or eroded as well as to note any areas of
sediment deposition and overall habitat quality. Photographs of the bank will be
taken on both sides of the stream and linked to the inspection location within the
geodatabase.
The protocol for stream assessments will be provided by the CITY. Based on the
protocol for stream assessments; the CONSULTANT will utilize field inventory
crews or staff scientists for the stream characterization. The CONSULTANT will
utilize field inventory crews for stream walk assessments where AED staff or
Southeastern Natural Sciences Academy will conduct the stream characterization.
The CONSULTANT will utilize staff scientists for stream characterizations where
assessment protocols and the CITY liabilities dictate the expertise of qualified
scientists. The CONSULTANT will provide staff to support stream walk
assessments for a total of sixty (60) days. If additional time is needed to complete
this portion of the project, the CONSULTANT will extend this time period upon
agreement between the CITY and the CONSULTANT.
2. The CONSULTANT will locate outfalls encountered while performing the stream
walk that have not previously been entered into the geodatabase by the CITY.
Attribute information as included in the AED outfall inspection format will be
collected and attached to the outfall location in the geodatabase.
3. The CONSULTANT will review FEMA cross‐sections as identified by the CITY to
determine if they are stable or evolving. Cross section reviews will include the
establishment of reference stations located with x, y and z coordinates. Reference
stations will be established with four‐points of reference (two top of bank and two
bottom of bank sections) for the in‐channel section.
4. The CONSULTANT will prepare a characterization summary of the receiving
stream based on observations during the stream walk and cross‐section survey.
The CITY will provide the characterization summary protocol.
B‐5 Work Scope
AED Assess & Analyze Watersheds, Inventory Stormwater Facilities & Storm Conveyance (Bid # 13‐149)
Locations where evaluations were conducted will be entered into the AED
geodatabase and photographs will be linked to point features representing
evaluation locations. The CONSULTANT will prepare a written three (3) page
technical memo summarizing the stream characterization. The technical memo
will references the AED geodatabase and will include GIS graphics supporting the
assessment protocol.
Task D: Rain Gauge Installation
1. The CONSULTANT will review proposed rain gauge locations and provide
recommendations for alternate sites. Sites will be evaluated for relative location
to other stations, accessibility, aerial obstructions and possible reuse as a long‐
term sampling and/or monitoring location. During the evaluation, the
CONSULTANT will visit each proposed rain gauge location as well as any locations
being proposed as alternative sites.
2. The CITY will provide the CONSULTANT with specifications for the make and
model as well as the preferred provider of the rain gauges to be installed. The
CONSULTANT will prepare a plan for installing the rain gauges that complies with
manufacturer recommendations. The CONSULTANT will install a total of ten (10)
rain gauges within the work area and will provide monitoring of the gauges
throughout the duration of this Phase of the project. The CONSULTANT will visit
each monitoring station at least quarterly to inspect the station and remove any
accumulated debris.
3. The CITY has requested the use of rain gauges that utilize wireless or cellular data
transfer of monitoring results. The CONSULTANT will configure receipt of the
wireless or cellular data to be relayed to the CITY for real‐time processing and
display. In the event wireless or cellular data access cannot be obtained for a rain
gauge based on lack of reception in the area of the gauge; the CONSULTANT will
visit the location on a weekly basis to retrieve monitoring data and verify the
working condition of the gauge.
Task E: Project Coordination and Deliverables
1. The CONSULTANT shall endeavor to maintain a web‐based GIS application for
displaying the status of inventory data collection and resolving questions with the
entire project team. The GIS application should provide password‐secured access
for the CITY.
2. The CONSULTANT will meet with the CITY onsite or by agreed upon electronic
means available once per month to review project status and to coordinate
upcoming work tasks.
3. The CONSULTANT will deliver all GIS inventory data in the AED geodatabase
format along with all documents and photographs linked to the corresponding
assets. Incremental data deliveries will be made based on the portions of the
basins identified during Task B 1.
B‐6 Work Scope
AED Assess & Analyze Watersheds, Inventory Stormwater Facilities & Storm Conveyance (Bid # 13‐149)
Task F: GIS Database Cleanup and Refinement
1. The CONSULTANT will review the existing AED stormwater database, the
previous submissions, and the Augusta City stormwater database to determine
which systems contain the latest and most relevant information. The
CONSULTANT will copy the latest working database, and will update and improve
that dataset and return the improvements to the CITY in either tile or basin‐scale
data deliveries using the existing AED and Cityworks IDs to allow the refinements
to be updated in the CITY system.
2. The CONSULTANT will provide a working copy of the dataset in a web‐mapping
framework that can be used for reference and backup. The framework will be
capable of sharing data in standard OGC formats, including WMS, WMTS, and WFS.
3. The CITY established a large database of scanned engineering and record
drawings during phase 1 of the inventory project. The CONSULTANT will
coordinate with the CITY to link those drawings to the internal database and web
database so that they can be accessed over the internet or cached locally for faster
access in the CITY’s internal file server system. These drawings will be rendered
to a format and size suitable for internet delivery.
4. The CITY established a large database of asset photographs of previously
inventoried structures, pipes, and appurtenances. The CONSULTANT will
coordinate with the CITY to link those drawings to the internal database and web
database so they can be accessed over the internet or cached locally for faster
access in the CITY’s internal file server system. These images will be rendered to
a format and size suitable for internet delivery.
5. The CONSULTANT will work with the CITY to determine which structures are
relevant structures for reporting in the MS4. These will be identified by a
characteristic identifier in a single field, so that they can be isolated for reporting
purposes.
6. The CONSULTANT will work with the CITY to determine which structures, pipes,
and appurtenances are owned or maintained by the CITY. These will be identified
by a characteristic identifier in a single field, so that they can be isolated for
determining ownership from any location.
Task G: BMP Evaluation and Basin Storage Analysis
1. The CONSULTANT will work with the CITY and choose at least two basins to identify the
state of the current stormwater receiving system. The sites will be chosen by meeting with
Engineering and Maintenance to identify areas with erosion and/or flooding problems. The
CONSULTANT will analyze the Impervious Area at select points using the existing CITY
database, and perform basic calculations to establish hydrologic response. The
CONSULTANT will then install and maintain several dataloggers to measure the hydrologic
B‐7 Work Scope
AED Assess & Analyze Watersheds, Inventory Stormwater Facilities & Storm Conveyance (Bid # 13‐149)
response of the system. The CONSULTANT will then compare the two datasets to analyze
system behavior.
2. The CONSULTANT will install measuring rods at select locations along the bank to establish
long‐term erosion potential. These sites will be identified in the GIS.
3. The CONSULTANT will install additional dataloggers in select ponds in the affected
watershed. The coordinated datasets will allow comparison of pond and receiving system
performance.
4. The CONSULTANT will develop a report detailing:
a. Methods to maintain a connected buffer system in the area of interest,
b. Methods to reduce flood damage from current levels,
c. Methods to reduce pollutant loads from current levels, if applicable,
d. Methods to enhance and maintain channel integrity in the area of interest,
e. An evaluation of the potential to relocate water storage from isolated ponds to
regional ponds.
Task H: Billing Database Address Reconciliation
1. The CONSULTANT will review the existing AED stormwater billing database, and perform an
evaluation of properties with a mismatched address between the CITY addressing system and
the billing system. The CONSULTANT will coordinate with CITY engineering staff, and IT‐GIS
staff to complete the automatic address conversion process which was developed but not
completed during Phase 1 of the Stormwater Utility implementation.
2. The CONSULTANT will process all existing Work Order reports for address name
changes since the implementation of the Stormwater Utility. This data will be
mapped and provided in a report format to determine the number of corrections
made by hand to the system.
3. The CONSULTANT will assist the CITY in efforts to ensure all development that has
occurred since the database was constructed are captured in the billing system. A
process workflow will be implemented or documented, and a report written detailing
any expansion of the existing fee structure.
Phase 2: Modeling Effort
Overview: The CONSULTANT will assist the CITY in developing simple hydraulic capacity
models of the receiving system documented in Phase 1. This section is not currently defined
depending on the extents of information collected in Phase 1.
Phase 3: Water Quality Monitoring Effort
B‐8 Work Scope
AED Assess & Analyze Watersheds, Inventory Stormwater Facilities & Storm Conveyance (Bid # 13‐149)
Overview: The CONSULTANT will assist the CITY in developing stream water quality analysis
techniques and assist in the execution of these techniques and collection of data. This section is
not currently defined depending on the extents of information collected in Phases 1 and 2.
All Entries, to the degree possible.
Augusta, Georgia
Engineering Department
Contractor Name:
Date:
Phase 1: Data Inventory and Assessment
Task A: Digital Conversion Unit Price ($0 Quantity Cost
A.1 Per Sheet (Est. 50 Sheets)25.50$ 0 ‐$
A.2 Per Sheet (Est. 50 Sheets)55.00$ 0 ‐$
A.3 Per Sheet (Est. 50 Sheets)20.25$ 0 ‐$
5,037.50$
A.4 Digitize features on rectified imagery.
A.4.1 Digitize all available information, pipe diameter, structure diameter, material.Est 15 features per sheet ‐$ 0 ‐$
A.4.2 Digitize only structure type and incoming/outgoing pipe diameter(s).Est 15 features per sheet 5.80$ 0 ‐$
(15*50 = 750)
Task B: Inventory Closed Pipe and Open Conveyance System
B.1 Asset Inventory & Assessment
Estimated 4500 features
Total
B.1.1 Closed Structures (1)
Per Feature, Included in Total
Price
B.1.2 Ditch Structures (2)
Per Feature, Included in Total
Price
B.2 Management and QA/QC of field data
Per 100 Features, Included in
Total Price 55.00$ 4500 247,500.00$
B.3 Survey Grade Asset Collection
B.3.1 Survey Grade Collection of Asset Rim/Top Elevations
Per Feature (Est. 10% of
Features)60.00$ 450 27,000.00$
B.3.2
Survey Grade Collection of off‐site assets requiring traditional
surveying
Field Crew per Day (Price per
5 days of field work)‐$ 00
Task C: Inventory Receiving Streams
C.1 Stream Walk & Geomorphic Assessment Per Stream Mile (Est 1 mile/daTBD 0 0
C.2 Document Outfalls Per Feature TBD 0 0
C.3 FEMA Cross‐Section, 4‐point characterization Per Cross‐section TBD 0 0
C.4 Final Report Lump Sum TBD 0 0
Task D: Rain Gage Installation
D.1 Review Equipment and Gage Locations Lump Sum 10000 1 10,000.00$
D.2 Install Raingages and Level Gauges Per Installation 1250 12 15,000.00$
D.3 Monitor Raingages to ensure operation Per Month 3000 12 36,000.00$
Review of existing images provided by AED describing the system.
Georeference and Rectify scanned images of the existing system, provided by AED.
Add rectified imagery to a new RecordDrawing dataset and populate the database
with relevant drawing information.
________________Constantine Engineering______________________
_____________________________________________________
All Entries, to the degree possible.
Augusta, Georgia
Engineering Department
Contractor Name:
Date:
Phase 1: Data Inventory and Assessment
________________Constantine Engineering______________________
_____________________________________________________
Task E: Project Coordination Meetings
E.1 Monthly Status Meeting to review and Discuss Progress Per Month (Est 8)1,250.00$ 6 7,500.00$
Task F: GIS Database Cleanup and Refinement
F.1 Review and Determine Latest dataset Lump Sum 8,000.00$ 1 8,000.00$
F.2 Setup offsite backup Lump Sum 8,000.00$ 1 8,000.00$
F.3 Link Previously Scanned Record Drawings, Plans, and Easements Lump Sum 16,000.00$ 1 16,000.00$
F.4 Link Previously Archived Asset Images Lump Sum 16,000.00$ 1 16,000.00$
F.5 Identify Structures which are part of the MS4 Lump Sum 8,000.00$ 1 8,000.00$
F.6 Identify Structure Ownership Lump Sum 32,000.00$ 1 32,000.00$
Task G: BMP Evaluation and Basin Storage Analysis
G.1 Setup of BMP Evaluation Sites Lump Sum 2,000.00$ 1 2,000.00$
G.2 Install Measuring Rods Per Location (Est 10)500.00$ 10 5,000.00$
G.3 Install Dataloggers Per Location (Est 4)1,250.00$ 4 5,000.00$
G.4 Develop a Report Evaluating Storage Potential in the Basin Lump Sum 36,000.00$ 1 36,000.00$
Task H: Billing Database Address Reconciliation
H.1 Evaluate Properties with Mismatched Addresses Lump Sum 8,000.00$ 1 8,000.00$
H.2 Process and Map all Work Orders since Utility began Lump Sum 8,000.00$ 1 8,000.00$
H.3 Update Billing Database as Needed Lump Sum 12,000.00$ 1 12,000.00$
Phase 2: Modeling Effort
To Be Scoped as Funds are Identified.512,037.50$
Phase 3: Water Quality Monitoring Effort
To Be Scoped as Funds are Identified.
Total 512,037.50$
(SA02) – For changes greater than $20,000)
AUGUSTA-RICHMOND COUNTY
AUGUSTA, GA ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
WHEREAS, We, Constantine Engineering Consultant, entered into a contract with Augusta-Richmond
County on February 18, 2014, for Engineering Design Services associated with the Stormwater Utility
Fee Implementation Project No. N/A, File Reference No. 18-014 (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:
It is agreed that as a result of the above described modification the contract amount is increased by
$512,037.50.00 from $282,006.50 to a new total of $794,044.00.
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, Constantine Engineering, 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 , 2018
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY CONSTANTINE ENGINEERING
AUGUSTA, GEORGIA
Hardie Davis, Jr., Mayor
Approved: Date Approved: Date
[ATTACHED CORPORATE SEAL]
ATTEST: ATTEST:
Title: Title:
Augusta Richmond County Project Number(s): 581-044320-5211120
Supplemental Agreement Number: 1
Purchase Order Number: 242214
Additional services for the phase 2 Storm System
Inventory , Basin Analysis and Data Review.
Engineering Services Committee Meeting
8/14/2018 1:05 PM
Stormwater Utility Program-Watershed Assessment & Analyses, & Inventory & Mapping stormwater
Facilities & Storm Conveyance System
Department:Engineering
Presenter:
Caption:Approve Supplemental Agreement One for Constantine
Engineering for Watershed Assessment & Inventory Project in
amount of $512,037.50 for the Phase 2 Storm System Inventory,
Basin Analysis, and Data Review & Reconciliation as requested
by AED. RFQ 13-149
Background:Watershed assessment & analysis, and Inventory and mapping
of stormwater conveyance system are warranted to address
increasing maintenance needs and comply with federally
mandated regulations. It is critical to develop a proactive
approach to stay in compliance with the Augusta area-wide
stormwater permit (MS4 Permit) and minimize potential liability
exposure. Ms4 permit requires Augusta to develop a Stormwater
Management Plan addressing stormwater quality management,
stormwater conveyance inventory and consolidated mapping,
and conveyance system maintenance. Augusta Commission in
February 2014 approved funding for the project phase 1-Tasks
A, B, and E) for data inventory and assessment . A Phase
approach was developed as a result of available funding
constraints to complete the project
Analysis:Augusta Commission on February 18, 2014 approved funding
for phase 1 the project for data inventory and assessment. Phase
1 included Tasks A, B, and E. A Phase approach was developed
because of available funding constraints to complete the project.
Phase 2 includes continuity of Tasks A, B, and E and commence
Tasks D, F, and H. Various phases of the project will continue
over next few years to complete all required tasks and develop
proactive stormwater management system.
Financial Impact:Funds are available in Stormwater Utility Funds.
Alternatives:1) Do not approve and find alternative ways to complete the
project and demonstrate compliance with federally mandated
requirements.
Recommendation:Approve Alternative Number One
Funds are
Available in the
Following
Accounts:
Funds are available in SWU Funds 581-044320-5211120
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
(SA02) – For changes greater than $20,000)
AUGUSTA-RICHMOND COUNTY
AUGUSTA, GA ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
WHEREAS, We, Phinizy Center for Water Sciences, Consultant, entered into a contract with Augusta-
Richmond County on February 18, 2014, for Engineering Design Services associated with the Stormwater
Utility Fee Implementation Project No. 581-044320, File Reference No. 18-014 (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:
It is agreed that as a result of the above described modification the contract amount is increased by
$82,000.00 from $525,760.00 to a new total of $607,760.00.
Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in
no way modifies or changes the original contract of which it becomes a part, except as specifically stated
herein.
NOW, THEREFORE, We, Phinizy Center for Water Sciences, Consultant, hereby agree to said
Supplemental Agreement consisting of the above mentioned items and prices, and agree that this
Supplemental Agreement is hereby made a part of the original contract to be performed under the
specifications thereof, and that the original contract is in full force and effect, except insofar as it might
be modified by this Supplemental Agreement.
This day of , 2018
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY PHINIZY CENTER FOR WATER SCIENCES
AUGUSTA, GEORGIA
Hardie Davis, Jr., Mayor
Approved: Date Approved: Date
[ATTACHED CORPORATE SEAL]
ATTEST: ATTEST:
Title: Title:
Augusta Richmond County Project Number(s): 581-044320-5211120
Supplemental Agreement Number: 3
Purchase Order Number: 242217
Additional services for the continued Watershed Geomorphic
Data collection & Monitoring System
Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of
Commission for execution. For information reference this request, contact Engineering at ext 5070. Thanks
Augusta-Richmond County, Georgia
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Special 1% Sales Tax, Phase VI 193,760$
190,000$
142,000$
Stormwater Utility Program 82,000$
607,760$
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
_________________________________________________
Supplemental Agreement Number Three
Stormwater Utility Program
CPB#581-044320
Honorable Hardie Davis, Jr., Mayor
CAPITAL PROJECT BUDGET
STORMWATER UTILITY Program
Stormwater Utility Program
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia
that the following Capital Project Budget is hereby adopted:
Section 1: This project is authorized to CPB#581-044320 Supplemental Agreement Number Three
for Watershed assessment & Inventory Project in the amount of $82,000.00 from Stormwater. This request is
for the continuation of Watershed Geomorphic data collection and Monitoring system as requested
through by AED.
1 of 2 8/3/2018
Augusta-Richmond County, Georgia CPB#581-044320
CAPITAL PROJECT BUDGET
CPB AMOUNT ADDITION NEW
SOURCE OF FUNDS CPB REQUEST CPB
SPLOST, PHASE VI
328-041110-211828002 ($193,760)($193,760)
STORMWATER PROGRAM
581-044320 ($332,000)($82,000)($414,000)
TOTAL SOURCES:($525,760)($82,000)($607,760)
USE OF FUNDS
ENGINEERING
328-041110-5212115-211828002 $193,760 $193,760
SW
581-044320 $332,000 $82,000 $414,000
TOTAL USES:$525,760 $82,000 $607,760
2 of 2 8/3/2018
Part 2. Stormwater Utility: Watershed Assessment Phase
Continuation of geomorphic assessment of Augusta-Richmond County creeks:
$15,000.00
In 2016, we developed and piloted a protocol for visually assessing Richmond County’s
urban streams by identifying stressors responsible for geomorphic effects as well as rating
channel responses by developing a stormwater infrastructure inventory and identifying areas
prone to flooding, sedimentation, and erosion. Rock and Raes Creeks were assessed prior to
implementation of the new protocol.
o Reassess Rock and Raes Creeks with the new protocol to standardize all
Richmond County creeks with the same metrics; this work will be conducted at
an interval of 2000’ as was the case for all other creeks
o Complete stormwater infrastructure inventory for Oates Creek
Deliverable: Report of findings for all creeks, photo and video files, and raw
data files
Presentation of findings
Sample collection to support stormwater drain maintenance schedule decision
support system: $20,000.000
This project is intended to provide needed information to develop a storm drain maintenance
decision support system (DSS). Data collected will provide potential clogging rate
information that will be used to develop the DSS model. Sites have been selected and
methodology has been developed for collecting these data. One site per week will be
sampled which will include two sample collection device deployments. Data collection will
include precipitation data (7 day, pre-deployment and deployment week precipitation totals.
o Sample storm drains at designated sites weekly, two bags deployed at one site per
week
o Collect bags, analyze contents, compile data
Deliverable: all data will be compiled and submitted monthly to AED with a final
written report at year end.
Rain gauge network development and maintenance: $47,000.00
This program forms the data backbone for Augusta-Richmond County’s stormwater
program. Data from this network will allow for more accurate assessments of creek basin
water budgets, which will be important for flood risk, MS4 compliance, and stormwater
maintenance schedules.
Maintain existing rain gauge network of 12 sites at 2-4 week intervals (as
needed), maintain website, and maintain data backup
Maintain 4 additional level logger sites (6 loggers)
Provide annual report to include summary of activities and analyses of data
Engineering Services Committee Meeting
8/14/2018 1:05 PM
Stormwater Utility Program-Watershed Assessment & Analyses, & Inventory & Mapping stormwater
Facilities & Storm Conveyance System
Department:Engineering
Presenter:
Caption:Approve Supplemental Agreement Three for the Phinizy Center
for Watershed Assessment & Inventory Project in amount of
$82,000 for the continued Watershed Geomorphic data
collection and Monitoring System maintenance as requested by
AED. RFQ 13-149
Background:Watershed assessment & analysis, and Inventory and mapping
of stormwater conveyance system are warranted to address
increasing maintenance needs and comply with federally
mandated regulations. Historically, watershed assessments and
flood mapping and modeling have provided Augusta-Richmond
County with limited data to make informed decisions about
flooding, creek health relative to Georgia water quality
standards, and planning. Receiving Streams Inventory and
Raingage Operation (Tasks C&D) provide significantly more
actionable data that can be integrated into better stormwater
management decisions for the county and also lays the
foundation for more detailed water quality work in the future.
Analysis:Augusta Commission on February 18, 2014 approved funding
phase 1 of the project for data inventory and assessment. A
phase approach was developed as a result of available funding
constraints to complete the project. Tasks C & D are in progress
and funds are needed to continue stream condition assessment
and localized hydrologic data gathering work in local creek
basins.
Financial Impact:Funds are available in Stormwater Utility Funds.
Alternatives:1) Do not approve and find alternative ways to continue
stormwater system and drainage system condition assessment
and federally mandated required stormwater system inventory
work.
Recommendation:Approve Alternative Number One.
Funds are
Available in the
Following
Accounts:
Funds are available in SWU Funds 581-044320-5211120
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
William M. Clifton III – Sr. Director, Underlying Rights
Zayo Group, LLC – Legal Department
2030 Powers Ferry Road SE, Suite 300 | Sandy Springs, GA | 30339
p: 678.666.2490 | e: kin.clifton@zayo.com | www.zayo.com
July 30, 2017
Mr. Sherwin S. Martin
Civil Engineer II
Augusta Engineering Division
The City of Augusta, GA
452 Walker Street, Suite 110
Augusta, GA 30901
RE: Registration Application to Use Municipal Right of Way
Dear Mr. Martin:
Please find enclosed our Registration Package to register Zayo Group, LLC (“Zayo”) for the use of the
public right of way of the City of Augusta. This Registration Package has been prepared in accordance
with Title 46, Chapter 5 of the Georgia Code and contains all requisite documentation necessary to grant
approval within the time frame provided by Georgia Code.
Zayo is an international company that provides telecommunications infrastructure. We are in the process
of expanding our network throughout the State of Georgia. Your prompt approval of our registration
application will help expedite new and additional telecommunications services to your community.
Concurrently with this registration application Zayo construction personnel are applying for a permit for
our initial build in the City right of way. They will submit all required engineering and construction plans
to the City and coordinate with City personnel to help ensure that all questions are addressed.
We ask that you notify us once you approve of our registration package as we want to receive our permits
as soon as possible. Under O.C.G.A. 46-5-1 (b)3:
“(b)(3) Within 60 calendar days of the receipt of a completed application, the municipal
authority may adopt such application by adoption of a resolution or ordinance or by notification to the
telephone company. The failure of a municipal authority to adopt an application within 60 calendar days
of the receipt of a completed application shall constitute final adoption of such application.”
Per the above, we ask that you email me with notification of approval. My contact information is below.
Thank you for your time and assistance with this request. Please contact me with any questions.
Sincerely,
William M. Clifton III
Sr. Director, Underlying Rights
Enclosures
William M. Clifton III
Augusta GA ROW Registration Package - 07-30-2018
Page 2 of 8
Uniform Municipal Telecommunications
Right-of-Way Registration Application
To Use City ROW for Telecommunications Infrastructure
City of Augusta
Pursuant to Paragraph (2) of Subsection (b) of Code Section 46-5-1 of the Official Code of
Georgia Annotated, the Municipal Authority shall notify the Applicant of any deficiencies
in this application within 15 Business Days of receipt of this Application.
1 Applicant’s Principal Office and Georgia Contacts
Applicant Company:
Zayo Group, LLC
Attn. Legal Department
1821 30th Street, Unit A
Boulder, CO 80301
(303) 381-4683
Company Legal Contact:
William Clifton, Sr. Director of Underlying
Rights
(720) 306-7420
Kin.clifton@zayo.com
Georgia Local Company Office:
Zayo Group, LLC
2030 Powers Ferry Rd SE
Suite 360
Sandy Springs GA 30339
Georgia Local Company Contact:
Scott Carmen
OSP Project Manager
Zayo Group, LLC
2030 Powers Ferry Road, Suite 300
Sandy Springs, GA 30339
678.666.2495
Scott.carmen@zayo.com
Georgia Local Registered Agent
(For Service of Process):
CT Corporation System
1201 Peach Street NE
Atlanta, GA 30361
27/7 Global Network Operations Center:
(866) 236-2824
ncc@zayo.com
2 State Certification A copy of the Zayo Group, LLC Certificate of Authority granted
by the Georgia Public Service Commission authorizing Zayo to
provide telecommunication services in the State of Georgia is
attached as Exhibit A.
Augusta GA ROW Registration Package - 07-30-2018
Page 3 of 8
3- Certificate of
Insurance Certificate of Insurance is attached as Exhibit B.
4. Description of the
Service Area Zayo does not provide retail service and, as such, does not have a
“service area.” We are an international provider of
telecommunications infrastructure. We provide our services to
enterprise, government and wholesale (telecom) customers, but not
to residential. Please refer to our Web site at www.zayo.com
5- Telecommunications
Services The public telephone and telecommunications services to be
provided by Zayo may consist of, but shall not be limited to, all
competitive local exchange and interexchange facilities-based
carrier telephone and telecommunications services such as all local
exchange, intraLATA (local toll, local long distance within the
Local Access Transport Area) and interLATA (LATA to LATA)
telephone and telecommunications services, all public essential and
emergency telephone and telecommunications services, dedicated,
private line, IP, data transport, interconnection, inter alia, including
all regulated and non-regulated public and private telephone and
telecommunications services, inside and outside telephone and
telecommunications plant facilities design, engineering,
development, construction, maintenance, repair, operations, and all
miscellaneous and ancillary services necessary for the foregoing,
for its own account and for other telephone and
telecommunications companies, to lease to and lease from, other
telephone and telecommunications companies, certain telephone
and telecommunications facilities and services on both short term
and long term bases, buy and sell telecommunications assets and
other common carriers, the resale of certain telecommunications
services provided by other certified carriers, the provision of
certain telecommunications services for resale or use by other
certified carriers, and any and all other such telephone and
telecommunications services of any kind or nature, whether
regulated or non-regulated, and whether currently existing or may
exist in the future, but shall exclude any services that are expressly
prohibited or precluded by any federal, state or local law,
regulation or rule, or any service that Applicant is not expressly
authorized to provide where such service must be expressly
authorized by a government or governmental agency having
jurisdiction to regulate and authorize such services.
Augusta GA ROW Registration Package - 07-30-2018
Page 4 of 8
5- Telecommunications
Service Area Pursuant to O.C.G.A. § 46-5-1 (b)(1), the telephone and
telecommunications service areas within the City are described
below, and are further delineated on the map attached hereto as
Exhibit C.
Description of Service Area: Applicant’s existing telephone
network footprint shall be expanded and developed within the legal
jurisdiction of the City of Augusta, GA as to those roads and area
under the direct or granted authority of City of Augusta, GA and
other such streets as the City may authorize now or in the future by
the issuance of subsequent permits, all as more particularly
delineated on the map attached hereto as Exhibit C.
Construction Drawings Note: Comprehensive engineering and
construction plan sheets have been prepared by our engineers and
submitted to the City for review for Zayo to apply for any and all
required permits necessary to commence construction.
Augusta GA ROW Registration Package - 07-30-2018
Page 5 of 8
Affirmative Declaration
Zayo Group, LLC affirmatively declares that it shall comply with all applicable federal, state,
and local laws and regulations, including municipal ordinances and regulations, regarding the
placement and maintenance of facilities in the public rights of way that are reasonable,
nondiscriminatory, and applicable to all users of the public rights of way, including the
requirements of O.C.G.A. Chapter 9 of Title 25, the “Georgia Utility Facility Protection Act.”
This Application is respectfully submitted this 19th day of July in the year 2018.
Applicant: Zayo Group, LLC, a Delaware limited liability company
By:__________________________________________________.
William M. Clifton III,
Sr. Director of Underlying Rights
William M. Clifton III
Augusta GA ROW Registration Package - 07-30-2018
Page 6 of 8
Exhibit A
Georgia Certificates of Authority
Attached as an additional PDF file for this electronic submission of application.
Augusta GA ROW Registration Package - 07-30-2018
Page 7 of 8
Exhibit B
Certificate of Insurance
Attached as an additional PDF file for this electronic submission of application.
Augusta GA ROW Registration Package - 07-30-2018
Page 8 of 8
Exhibit C
Telecommunications Service Area – Initial Build
PLANTERS
Communications,LLC
P.O. Box 7, 100 Ogeechee Street, Newington, Georgia 30446
August 6, 2018
City of Augusta, Georgia
ATTN: Dr. Hameed Malik, Engineering Director
452 Walker Street
Suite 110
Augusta, GA 30901
RE: Utility Registration Application
Dear Dr. Malik:
Planters Communications, LLC provides the attached Utility Registration Application pursuant to
Chapter 5 of title 46 of the Official Code of Georgia Annotated, (“O.C.G.A.”) as amended
regarding use of City Rights-of-Way.
Thank you for your consideration in this matter. Please contact me at (912) 857-411 with any
questions or if additional information is required.
Sincerely,
Stephen D. Milner
CEO/General Manager
phone 912.857.4411 fax 912.857.3704
Planters Communications, LLC Staking Sheet
Exhibit C
Engineering Services Committee Meeting
8/14/2018 1:05 PM
Zayo Group, LLC Application and Planters
Department:
Presenter:Hameed Malik, Ph.D., P.E., Director of Engineering
Caption:Approve Zayo Group, LLC Application and Planters
Communication, LLC Application to place and use their
facilities in Augusta, Georgia Right-of-Way. Also authorize
Augusta Engineering Department to process and sign all
associated documents with consultation of Augusta Legal
Counsel. (Requested by Commissioner Bill Fennoy)
Background:Since designation of Augusta, GA as Cyber Command Center,
there is increase interest by telecommunication companies to
expand their presence in Augusta Area. However, for expansion
of their services in Augusta area, these companies need to
establish fiber network and place facilities in the area, preferably
in Augusta, GA Right-of-Way (ROW) as allowed by the State
law.
Analysis:To comply with State law, Augusta, GA is required to review
and process these applications within 15 business days of receipt
these document.
Financial Impact:Increased revenue for Augusta, GA; Zayo Group, LLC and
Planters Communication, LLC will be required to pay to
Augusta, GA in accordance with the rate set by the regulation
promulgated by the Georgia Department of Transportation for
the use of the ROW.
Alternatives:1). Do not approve if deficiencies in application are found.
Recommendation:Approve Zayo Group, LLC and Planters Communication, LLC
Applications to place and use their facilities in Augusta Georgia
Right-of-Way. Also authorized Augusta Engineering
Department to process and sign all associated documents with
consultation of Augusta Legal Counsel.
Funds are
Available in the
Following
Accounts:
N/A
REVIEWED AND APPROVED BY: