Loading...
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: