Loading...
HomeMy WebLinkAbout2019-05-28 Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 5/28/2019 ATTENDANCE: Present: Hons. Hardie Davis, Jr., Mayor; M. Williams, Chairman; Hasan, Vice Chairman; Garrett and Frantom, members. ENGINEERING SERVICES 1. Presentation by Ms. Constance L. Albury-Jackson regarding lack of street lights, lack of sidewalks and speeding issues. Item Action: None Motions Motion Type Motion Text Made By Seconded By Motion Result Ms. Albury-Jackson will not be attending the meeting and will be rescheduled for a later date. 2. Approve Amendment No. 8 to Agreement with ESG Operations, Inc. to establish the final budget amount for 2019. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Mr. Garrett out. Motion Passes 3-0. Commisioner Sean Frantom Commissioner Ben Hasan Passes 3. Approval of Professional Services Contract in the amount of $211,010 to integrate AUD’s enQuesta Customer Billing System with Cityworks AMS software to complete Phase II of Augusta Utilities Cityworks Asset Management Software (AMS) Project. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve and to determine if there are any additional fees involved. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Ben Hasan Passes 4. Approve the Professional Services contract with Jacobs Engineering to implement phase one recommendations outlined in the Strategic Asset Management Plan (SAMP) in the amount of $495,000. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Brandon Garrett Passes 5. Award Bid Item #18-315 for LP Tanks for Generators. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 6. Motion to approve professional services contract with WK Dickson for Phase 2 Design of the Camp Hancock Sewer Basin Outfall Infrastructure Rehabilitation Plan recommendations in the amount of $185,000.00. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Commissioner Ben Hasan Commisioner Sean Frantom Passes Motion Passes 4-0. 7. Consider approving the Deed of Easement, from Norwood VA Medical Center. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Brandon Garrett Commissioner Ben Hasan Passes 8. Discuss customers being double billed for utilities. (Requested by Commissioner John Clarke) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve receiving this item as information. Motion Passes 4-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 9. Consider approving the Deed of Dedication for water and sanitary sewer systems and easements on 2215 Tobacco Road. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Ben Hasan Passes 10. Motion to approve authorizing the Engineering Dept. to proceed with a temporary solution of installing a left turn lane at an estimated cost of $120,000 to improve an extremely dangerous entrance to the Augusta Regional Airport. (Requested by Commissioner Sammie Sias) Item Action: Approved Motions Motion Text Made By Seconded By Motion Result Approve Motion to approve receiving this item as information. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Ben Hasan Passes 11. Approve the proposal from Cranston Engineering for the evaluation, inspection and improvements of the Highland Avenue Water Treatment Plant reservoir embankments. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve in the amount of $128,360. Motion Passes 4-0. Commissioner Ben Hasan Commisioner Sean Frantom Passes 12. Motion to approve the minutes of the Engineering Services Committee held on May 14, 2019. Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Brandon Garrett Commisioner Sean Frantom Passes 13. Motion to determine that Smith Lane as shown on the attached map has ceased to be used by the public to the extent that no substantial public purpose is served by it or that its removal from the county road system is otherwise in the best public interest, pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed to the appropriate party(ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Brandon Garrett Commissioner Ben Hasan Passes 14. Update from staff on status of the painting of the Blythe Fire Station. (Requested by Commissioner John Clarke) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve receiving this item as information. Motion Passes 4-0. Commisioner Sean Frantom Commissioner Ben Hasan Passes 15. Approve two additional inmate crews to maintain city’s right-of-ways funded from Storm Water Utility Fund. (Requested by Commissioner Ben Hasan) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve. Motion Passes 4-0. Commissioner Ben Hasan Commissioner Brandon Garrett Passes 16. Discuss presentation from McLaughlin Whitewater Design Group regarding city-commissioned- Design and Concept Study for the Whitewater/Savannah River Project. (Deferred from the May 21st Commission Meeting) Item Action: Approved Motions Motion Type Motion Text Made By Seconded By Motion Result Approve Motion to approve receiving this item as information. Motion Passes 4-0. Commissioner Brandon Garrett Commissioner Ben Hasan Passes www.augustaga.gov Engineering Services Committee Meeting 5/28/2019 1:05 PM Attendance 5/28/19 Department: Presenter: Caption: Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: AGENDA ITEM REQUEST FORM commission meetings: First and third ruesdays of each month - 2:00 p.m.Committee meetings: second and rast Tuesdays of each month - 1:00 p.m. commission/committee: (Please check one and insert meeting date) Commission Public Safety Committee Public Services Committee Administrative Services Committee Engineering Services Committee Finance Committee Date of Meeting Date of Meeting Date of Meeting Date of Meeting Date of Meetine <l - Ag- 19 Date of Meeting contact rnformation for rndividuaupresenter Making the Request: ! Name: Address: Telephone N Fax Number:--E-Mail Address: C.apti opic of Discussion !o,b". placed,on the Please send this request form to the following address: Ms. Lena J. Bonner Clerk of Commission Suite 220 Municipal Building 535 Telfair Street Augusta, GA 30901 Telephone Number: 706-B2l-lt}0 Fax Number: 706-821-1838E-MaiIAddress: nmorawski@augustaga.gov Requests may be faxed, e-mailed or delivered in person and must be received in the Clerk,sOffice no later than 9:00 a.m. or the Thursday preceding the Commission or Committeemeeting of the following week. A five-minute time limit will be allowed for presentations. Engineering Services Committee Meeting 5/28/2019 1:05 PM Constance L. Atbury-Jackson Department: Presenter: Caption:Presentation by Ms. Constance L. Albury-Jackson regarding lack of street lights, lack of sidewalks and speeding issues. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: AMENDMENT NO. 8 to the AGREEMENT Between ESG Operations, Inc. And Augusta, Georgia For Operations, Maintenance and Management Services This Amendment is made and entered into this 1st day of January, 2019, between AUGUSTA, GEORGIA, by and through the Augusta-Richmond County Commission, a political subdivision of the State of Georgia (hereinafter “Augusta”), and ESG OPERATIONS, INC., a Georgia corporation, (hereinafter “ESG”). This is Amendment No. 8 to the Agreement dated the 16th day of December 2009, between Augusta and ESG. NOW THEREFORE, Augusta and ESG agree to amend the Agreement as follows: REPLACE Article 4.1 with the following new Article: 4.1 Augusta shall pay to ESG a base fee equal to the Augusta budget shown in Appendix F. This includes the actual cost of the Scope of Services performed by ESG plus a Management and Administrative Fee. The base fee shall not include services which are not specifically defined by Section 2 of this Agreement. The base fee for this Amendment shall be Five Million Two Hundred Eighty Thousand Twenty Dollars ($5,280,020) and the Management and Administrative Fee shall be Six Hundred Thirty-Three Thousand Six Hundred Two Dollars ($633,602). The base fee and the Management and Administrative Fee shall be payable in advance in equal monthly installments and for the eighth term of this Agreement the monthly amount shall be Four Hundred Ninety-Two Thousand Eight Hundred One Dollars and Eighty-Three Cents ($492,801.83). Said base fee shall be for the period beginning on January 1st, 2019 and ending on December 31st, 2019. Thereafter, the Base Fee will be negotiated as described in Article 4.2. The Management and Administrative Fee shall increase proportionally with the base fee adjustments described in Articles 4.2 and 4.4. REPLACE Appendix F with the following new Appendix F. ADD a new Appendix N, attached to this Amendment. All other terms and conditions remain in effect in accordance with the Agreement referenced in this Amendment. Both parties indicate their approval of this Amendment by signature below. Authorized signatures: ESG OPERATIONS, INC. By: ________________________________ John Clay Sykes, PE, Principal By: ________________________________ Daniel E. Groselle, Jr., PE, Principal Date: _______________________________ AUGUSTA, GEORGIA By: ________________________________ Hardie Davis, Jr. Mayor Date: _______________________________ ATTEST: ___________________________ Clerk of Commission Date: _______________________________ Appendix F 2019 Project Budget and Staffing Plan Project Budget PERSONNEL SERVICES $ 1,800,020.00 ADMINISTRATIVE EXPENSES $ 100,000.00 UTILITIES $ 190,000.00 CHEMICALS $ 745,000.00 MATERIALS & SUPPLIES $ 120,000.00 VEHICLES & EQUIPMENT $ 115,000.00 OUTSIDE SERVICES $ 440,000.00 BIOSOLIDS MANAGEMENT $ 1,160,000.00 MAINTENANCE & REPAIR $ 420,000.00 TOTAL OPERATING BUDGET $5,090,020.00 MANAGEMENT & ADMINISTRATIVE FEE (12%) 610,802.00 CONTRACTOR’S SUBTOTAL $ 5,700,822.00 DIRECTOR’S ALLOWANCE $ 190,000.00 MANAGEMENT & ADMINISTRATIVE FEE (12%) 22,800.00 DIRECTOR’S ALLOWANCE SUBTOTAL 212,800.00 TOTAL 2019 BUDGET $ 5,913,622.00 Appendix F (Continued) 2019 Project Budget and Staffing Plan Project Staffing Plan Budgeted Position Budgeted Number Project Director 1 Assistant Project Manager 1 Operations Manager 1 Maintenance Manager 1 Land Application Manager 1 Operators 11 Lab Analysts 2 IPP Technicians 2 Mechanics 5 Maintenance Support 3 Administrative 1 Education Specialist 2 Appendix N 2019 Water Tank Management Budget Project Budget WATER TANK ROUTINE MAINTENANCE $ 89,000.00 WALTON WAY TANK PROJECT MANAGEMENT $ 32,000.00 HIGHLAND TANK PROJECT MANAGEMENT $ 28,000.00 TOTAL 2019 BUDGET $ 149,000.00 Engineering Services Committee Meeting 5/28/2019 1:05 PM Amendment No. 8 to the Contract with ESG Operations, Inc. for the Operation of Water Pollution Control Facilities. Department:Utilities Presenter:Tom Wiedmeier Caption:Approve Amendment No. 8 to Agreement with ESG Operations, Inc. to establish the final budget amount for 2019. Background:On December 16, 2009, Augusta and ESG Operations, Inc. (ESG) entered into an Agreement for Operations, Maintenance and Management Services. The Agreement provides that ESG will prepare an annual amendment to the Agreement, which establishes the budget for the year. Attached is a proposed Amendment No. 8 from ESG, which sets forth a 2019 budget of $5,913,622.00. The estimated cost of wastewater treatment services for 2019 is $5,700,822.00. We have also included an allowance of $212,800.00 to provide for ESG assistance as may be needed at the water treatment facilities and other areas within our system. The proposed amendment also includes $149,000.00 for continuation of routine water tank maintenance and inspections that began in 2018 and management of two tank cleaning, painting and repair projects. Attached is a copy of the proposed Amendment No. 8 including the proposed budget in Appendix F and the water tank work in Appendix N. Analysis:The proposed budget for the operation of our water pollution control facilities represents a 3.7 percent increase over the 2018 budget amount. These projected increases are attributed to projected chemical cost increases and an increase in solids handling requirements. Financial Impact:$5,913,622.00 for estimated annual Operation and Maintenance cost. $149,000.00 for additional work as described Alternatives:Pursue other delivery methods for the proposed additional work. Recommendation:We recommend approval of Amendment No. 8 to the Contract with ESG Operations, Inc. for the Operation of Water Pollution Control Facilities. Funds are Available in the Following Accounts: 506043310-5211110 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Engineering Services Committee Meeting 5/28/2019 1:05 PM Approval of a Professional Services Contract with Systems & Software, Inc. to work jointly with Woolpert, Inc. to integrate the enQuesta CIS Software portion of Phase II of Augusta Utilities Cityworks Asset Management Software (AMS) for the Metering and C Department:Augusta Utilities Presenter:Tom Wiedmeier Caption:Approval of Professional Services Contract in the amount of $211,010 to integrate AUD’s enQuesta Customer Billing System with Cityworks AMS software to complete Phase II of Augusta Utilities Cityworks Asset Management Software (AMS) Project. Background:Via the Augusta-Richmond County Procurement RFP process, Augusta Utilities contracted with Woolpert, Inc. in 2014 to implement Cityworks Asset Management Software (AMS) for the Construction and Maintenance and Facilities Maintenance Divisions. At the time, CIS the software (enQuesta) utilized by the Metering and Customer Service Divisions was in the midst of a major software upgrade. The inclusion of the Metering and Customer Service Divisions in the 2014 implementation was delayed due to the enQuesta upgrade. With the enQuesta upgrade now complete, AUD would like to move into the next phase of this project and complete the Cityworks implementation and integration for Metering and Customer Service. EnQuesta is the billing software application and Cityworks is the Field Service / Work Order software application. Analysis:The intent of the Cityworks implementation for the Metering and Customer Service Divisions is to provide a seamless two- way communication venue between Metering Division field workers and Customer Service representatives. This implementation will provide a means for Customer Service staff members to initiate field service work orders in their native (enQuesta System), have them communicated to the Metering Staff as a Cityworks work order. Once a work order is completed in Cityworks, notification will be automatically sent back to enQuesta to update the customer database record. The intent of this real time automation is to speed communication between the Customer Service staff and the Metering staff, eliminate duplicate data entry and ensure accurate communication between the two groups. Woolpert and Systems & Software will work jointly to design and build the communication interface between their respective software applications. The funding for Woolpert’s portion of the joint venture was approved by Commission on January 22, 2019. A Professional Services Contract with Systems & Software in the amount of $211,010 is needed to complete the integration between enQuesta and Cityworks Financial Impact:Cost will be $211,010. Funds are available in the following accounts: 507043490-5424120/81300015-5424120 Alternatives:Continue to work off of separate software platforms. Recommendation:Approval of the Professional Services Contract with Systems & Software, Inc. to complete the integration between the enQuesta CIS Software and Cityworks for the AUD Metering and Customer Service Divisions. Funds are Available in the Following Accounts: Funds are available in the following accounts: 507043490- 5424120/81300015-5424120 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission 5-1 SECTION 5 Implementation Plan and Recommendations This section details a 5-year Implementation Plan designed to establish a comprehensive, sustainable Asset Management Program within the Department. Recommended projects are grouped by the Asset Management focus areas, as introduced in Section 4, and have been scheduled on a 5-year timeline according to criticality and relative dependencies. A summary listing of all recommended projects is shown in this section, with a chart (Table 1) of proposed timing and estimated funding needs. Each project sheet can be found in Appendix C. The final recommendation is a subset of the 5-year plan to be implemented in FY 2020. This Initial Implementation is discussed further in Section 6.1. • Communication/Culture/Human Values: – Asset Management Executive Advisory Team (Project 1) – CMMS (Cityworks) Advisory Team (Project 2) – Asset Management Communication Program (Project 3) – Establish Key Performance Indicators (Strategic and Operational) (Project 4) – Review of AM Program Roles and Responsibilities (Project 5) • Work Management: – Asset Inventory Review and Update (Project 6) – Asset Valuation (Project 9) – Key Workflow Process Review and Updates (Project 11) – Workforce Analysis and Organization Development (Project 12) – Workforce Training Program Review and Update (AM aspects) (Project 13) – Planner/Scheduler (new role) Evaluation (Project 14) – System for Using AM/CMMS Data in Financial Planning (Project 16) – Explore On-Call Contract for Different Classes/Types of Assets (Project 17) – Implement Customer-Specific Reporting Program (Project 18) • Operations and Maintenance Strategy: – Asset Condition Assessment (Level 1) (Project 7) – Critical System Standard Operating Procedures (Project 15) • Level of Service/ Risk: – Risk Framework (Project 8) • Financial Forecasting: – Renewal and Replacement Model Development (Project 10) Augusta Utilities Department Strategic Asset Management Plan Implementation Phase 1 5 IMPLEMENTATION PLAN AND RECOMMENDATIONS 5-2 In the following section, each Asset Management focus area is described in greater detail, including supporting Asset Management theory and industry best practices. For each focus area, a series of task-oriented recommendations is provided. The projects listed represent a structured path to address all the recommendations identified in this section A complete description of each project, which includes scope, background, objectives, benefits, measures, schedule, internal FTEs, and external costs, is provided in Appendix C. Appendix D provides a preliminary schedule of all recommended projects shown in this section. TABLE 1 Full Plan with 5-year Project Timeline and Projected Funding Needs Projects Year 1 Year 2 Year 3 Year 4 Year 5 Total 1 – Asset Management Executive Advisory Team $20,000 $20,000 $20,000 $20,000 $20,000 $100,000 2 – CMMS (Cityworks) Advisory Team $0 $0 $0 $0 $0 $0 3 – Asset Management Communication Program $0 $25,000 $25,000 $0 $0 $50,000 4 – Establish Key Performance Indicators $75,000 $0 $50,000 $0 $0 $125,000 5 – Review of AM Program Roles and Responsibilities $25,000 $5,000 $0 $0 $0 $30,000 6 – Asset Inventory Review and Update $25,000 $50,000 $25,000 $0 $0 $100,000 7 – Asset Condition Assessment (Level 1) $0 $75,000 $0 $0 $0 $75,000 8 – Risk Framework $75,000 $25,000 $0 $0 $0 $100,000 9 – Asset Valuation $50,000 $25,000 $0 $0 $0 $75,000 10 – Renewal and Replacement Model Development $150,000 $0 $0 $0 $0 $150,000 11 – Key Workflow Process Review and Updates $50,000 $0 $0 $0 $0 $50,000 12 - Workforce Analysis and Organization Improvements $0 $30,000 $75,000 $0 $0 $105,000 13 – Workforce Training Program Review and Update (AM) $0 $30,000 $0 $0 $0 $30,000 14 – Planner/Scheduler (new role) Evaluation $25,000 $30,000 $0 $0 $0 $55,000 15 – Critical System Standard Operating Procedures $0 $50,000 $0 $0 $0 $50,000 16 – System for Using AM/CMMS Data in Financial Planning $0 $25,000 $25,000 $0 $0 $50,000 17 – Explore On-Call Contract for Different Classes/Types of Assets $0 $10,000 $0 $0 $0 $10,000 18 – Implement Customer-Specific Reporting Program $0 $25,000 $0 $0 $0 $25,000 TOTAL $495,000 $425,000 $220,000 $20,000 $20,000 $1,180,000 Additional AUD FTE 2.8 4.5 1.3 0.2 0.2 9.1 Augusta Utilities Department Strategic Asset Management Plan Implementation Phase 1 6-1 SECTION 6 Executing the Implementation Plan This section outlines a path forward for transitioning from assessment and planning to implementation, and how best to tackle the recommended Asset Management projects identified in the 5-year Plan with the Department’s available financial and staff resources. 6.1 Initiating Implementation in FY 2020 To maintain the momentum established during the Assessment and Planning Phase of the Asset Management Program, we recommend initiating implementation activities as soon as possible. Five critical Asset Management projects that have been proposed for the FY 2020 are: 1. R&R Model Development a. Integrate finance, budget, R&R, and CIP with Asset Management needs and requirements b. Improve ability to forecast financial requirements c. Implement the most cost-effective projects through a rigorous process 2. Risk Framework a. Recommend prioritizing resources (funding and labor) and maintenance activities 3. Asset Valuation a. Develop a reliable data resource b. Retain accurate legacy knowledge c. Assist with the R&R model d. Serve as a benchmark for AM key performance indicators 4. Establish KPIs a. Improve organization understanding of what matters most b. Help drive a performance-based culture c. Inform risk-based decision making 5. Key Workforce Process Review and Updates a. Develop a common understanding and consistent approach to work management practices. b. Essential for gaining full benefits with respect to efficiency and effectiveness of operations and maintenance activities. 6.2 Prioritizing Activities The most immediate needs for the Department in improving its Asset Management practices are to build an asset registry with a logical hierarchy and to develop consistent work management practices. These efforts are fundamental to an Asset Management Program and will serve as a foundation for future Asset Management activities. Additional measures, such as developing a risk framework and performing a risk analysis; starting to apply Asset Management practices, such as condition assessment; developing an R&R model; and prioritizing the CIP are also key to developing a sustainable Asset Management Program. Maintaining the Asset Management Advisory Team and adding quarterly team workshops throughout the improvement process is recommended to enhance internal communication and encourage staff adoption and endorsement of Asset Management activities. 6.3 Refining the 5-year Plan The Asset Management Plan described in Section 5 was further developed and adapted after discussions with Augusta staff to align with near-term priorities and available resources. The original plan was refined by Augusta Utilities Department Strategic Asset Management Plan Implementation Phase 1 Engineering Services Committee Meeting 5/28/2019 1:05 PM Approval of Professional Services contract with Jacobs Engineering to implement the first phase of the Strategic Asset Management Plan (SAMP). Department:Utilities Presenter:Tom Wiedmeier Caption:Approve the Professional Services contract with Jacobs Engineering to implement phase one recommendations outlined in the Strategic Asset Management Plan (SAMP) in the amount of $495,000. Background:Augusta Utilities Department (AUD) contracted with Jacobs Engineering in 2018 to develop a Strategic Asset Management Plan (SAMP) for water and wastewater system operations and maintenance and capital improvements. The SAMP provided by Jacobs Engineering outlines strategies and procedures based on asset management theory and industry best practices to increase workforce efficiency, maximize life of the Utilities’ assets, mitigate risk, and exceed expected service levels to customers and citizens of Augusta. The SAMP is broken into several phases. Analysis:The purpose of the SAMP’s phase one is to maintain momentum already established during the assessment and planning stages. Projects in phase one include: renewal and replacement (R&R) model development, risk framework, asset valuation, establishment of key performance indicators (KPI’s), and key workforce process review and updates. According to the developed SAMP, Augusta Utilities’ most pressing need in order to improve its asset management practices is to build an asset registry and to develop consistent work management practices. These fundamental efforts are the cornerstone of a successful asset management program and will pay dividends in other subsequent asset management efforts. Financial Impact:Funds are available in the following accounts: G/L 514043490- 5212999 J/L 81900050-5212999 Alternatives:No alternatives recommended Recommendation:Approval of phase one of the Professional Services contract with Jacobs Engineering to implement recommendations outlined in the Strategic Asset Management Plan (SAMP). Funds are Available in the Following Accounts: Funds are available in the following accounts: G/L 514043490- 5212999 J/L 81900050-5212999 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission OFFICIAL TOTAL PRICE 1 LP Tanks for Generators (24 EA)$50,400.00 $36,000.00 2 Liquid Propane Regulator's 10lbs. To 1/2/ pound settings (24 EA) $1,056.00 $2,136.00 3 Polyethylene Jacketed Copper 1/2 Tubing for Direct Burial (1 EA)$2,400.00 $1,800.00 4 All Fitting's for Tubing to go from 250 gal Liquid Propane (30 EA)$300.00 $900.00 5 Cost per pound of liquid propane 66967458676 92520 Yes Yes Quality Steel Trinity Liquid Propane (LP) Tanks for Generators YesSave Form Bid Item #18-315 LP Tanks for Generators for Augusta, Georgia -Utilities Department Bid Date: Tuesday, December 4, 2018 @ 11:00 a.m. Palmetto Propane, Fuels & Ice 135 Davis Rd Augusta, GA 30907 Total Number Specifications Mailed Out: 9 Total Number Specifications Download (Demandstar): 2 Total Electronic Notifications (Demandstar): 33 Total Nubmer Specifications Mailed to Local Vendors: 6 Pre Qualifications Conference Attendees: N/A Total packages submitted: 2 Total Noncompliant: 0 N/A Attachment B Model E-Verify Number Ferrellgas 1806 Lumpkin Rd Augusta, GA 30906 Yes $1,500.00 $89.00 No Price (EA) $30.00 Price (EA) Make Price Per Pound $2.00/per gallon $2.50/gallon $2,100.00 TOTAL PRICE $44.00 6.00/FT $10.00 18-315_TAB UTILITIES DEPARTMENT MEMORANDUM TO: FROM: SUBJECT: DATE: Geri Sams, Director -Procurement Department Nancy Williams -Quality Assurance Analyst Tywanna Scott -Bid Management Assistant Tom Wiedmeier, Director --Utilities Department Allen Saxon, Assistant Director -Water and Wastewater Production & Facilities Steve Orton -Superintendent II, Facilities and Maintenance Department LP-Tanks-Ii-Or-Generators LBid Item_#.1&3.15_} BID RECOMMENDATION (2019) May 13, 2019 Tom Wiedmeler Director Attached is the Bid Tabulation Sheet for Bid Item #18-315, LP Tanks for Generators. It is our recommendation that this bid be awarded to Ferrell Gas. We have reviewed all the bids and the selected vendor has quoted the lowest prices. Their customer service has also been consistently satisfactory. We recommend the bid be awarded to Ferrell Gas. Thank you for your assistance regarding this matter. Signer ~y~ _l)ate:.' Tom Wiedmeier, Director cc: Tess Thompson, Finance and Adm. Manager Bobby Robinson, Superintendent I-Maintenance/Fiber Optic John Goodenough -Maintenance Group Manager Camethia West, Administrative Assistant, Facilities and Maintenance Department Augusta Utlllties Administration 452 WaJker St. Suite 200 -Augusta, GA 30901 (706) 312-4147 -Fax (706) 312-4123 WWW.AUGUSTAGA.GOV Invitation to Bid Sealed bids will be received at this office until Tuesday, December 4, 2018 @ 11:00 a.m. for furnishing: Bid Item #18-315 LP Tanks for Generators 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, November 16, 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 October 25, November 1, 8, 15, 2018 Metro Courier October 25, 2018 Engineering Services Committee Meeting 5/28/2019 1:05 PM Award Bid Item #18-315 for LP Tanks for Generators Department:Utilities Presenter:Tom Wiedmeier Caption:Award Bid Item #18-315 for LP Tanks for Generators. Background:The Utilities Department has worked with the Procurement Department to solicit bids for LP tanks for use with small generators at various locations throughout our systems. These generators are used primarily to insure that we maintain power for control and monitoring equipment at remote locations. Analysis:Our review of the bid from the apparent low bidder, Ferrellgas, has determined that it meets the specification requirements and the bid amount of $40,836.00 for Bid Items 1 - 4 is reasonable. Bid Item 5 is for the purpose of the initial filling of the tanks after installation and totals $18,000.00 ($750 per tank). The initial fills will occur over time as the tanks are installed. The total for all bid items from Ferrellgas is $58,836.00. Financial Impact:$58,836.00 from budgeted funds Alternatives:Reject the bids received from Bid Item #18-315. (Not Recommended) Recommendation:We recommend approval of award of bid item #18-315 to Ferrellgas at a cost of $58,836.00. Funds are Available in the Following Accounts: 506043580-5312410 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission 1 OF 34 Revision Date: June 2006 STATE OF GEORGIA RICHMOND COUNTY MAJOR PROJECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND W.K. Dickson & Co., Inc. (CONSULTANT) CONSULTANT: W.K. Dickson & Co., Inc. PROJECT: Camp Hancock Rehabilitation Phase II DATE EXECUTED: DATE COMPLETED: 2 OF 34 Revision Date: June 2006 STATE OF GEORGIA RICHMOND COUNTY MAJOR PROJECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND W.K. Dickson & Co., Inc. (CONSULTANT) This Agreement is made and entered into this ______ day of ____________, 2018 by and between AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the “CITY” and W. K. Dickson & Co., Inc., a Corporation authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish professional services for: The Camp Hancock Rehabilitation Phase II Project. WHEREAS, the CONSULTANT has represented to the CITY that it is experienced and qualified to provide the services contained herein and the CITY has relied upon such representation. NOW, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is agreed by and between the CITY and the CONSULTANT that: 3 OF 34 REVISION DATE: June 2011 GENERAL PROVISIONS CONSULTANT has agreed, in this Agreement with CITY to procure the services of licensed design professionals, to provide the engineering services required to provide professional engineering and design services for the Project in accordance with the requirements as outlined in and attached as Attachment A – Scope of Services and other relevant data defining the Project. CONSULTANT COORDINATION The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility companies, and other consultants as directed by the CITY. CONSULTANT and all relevant parties agree to work together on the basis of trust, good faith and fair dealing, and shall take actions reasonably necessary to enable each other to perform this Agreement in a timely, efficient and economical manner. All parties agree to cooperate in a manner consistent with good design practice and will exercise the degree of skill and diligence normally employed by professional engineers or consultants practicing under similar conditions. CONSULTANT will re-perform any services not meeting this standard without additional compensation. AMENDMENTS TO AGREEMENT Every amendment to the Scope of Services shall become and is hereby made a part of this Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be valid. REDUCTION IN REQUIRED SERVICES If reductions in the required services are ordered by CITY, the credits shall be the amounts for such services as described in subsequently executed Amendments to this Agreement, and no claim for damages for anticipated profits shall accrue to the CONSULTANT. DATE CHANGES If in this Agreement specific periods of time for rendering services are set forth or specific dates by which services are to be completed are provided and if such periods of time or dates are changed through no fault of CONSULTANT, the rates and amounts of compensation provided for herein shall be subject to equitable adjustment. AGREEMENT MODIFICATIONS This Agreement shall not be modified except by a duly executed Amendment hereto in writing under the hands and seals of both parties hereto. TIME OF COMPLETION The time of completion shall be as described in the schedule attached hereto as Attachment D - Schedule. 4 OF 34 REVISION DATE: June 2011 This Agreement shall terminate immediately and absolutely at such time as appropriated and otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT on behalf of the CITY under this Agreement. However, CONSULTANT will be compensated for all work prior to termination of contract even if the CITY has obligated the funds to other projects. PROJECT PROGRESS CONSULTANT'S services and compensation under this Agreement have been agreed to in anticipation of the orderly and continuous progress of the Project through completion. LITIGATION Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear, support, prepare, document, bring, defend or assist in litigation either undertaken or defended in behalf of the CITY except in consideration of compensation. All such services required or requested of CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be reimbursed as additional services. BINDINGS It is further agreed that the CITY and CONSULTANT each binds itself and themselves, its or their successors, executors, administrators and assigns to the other party to this Agreement and to its or their successors, executors and assigns in respect to all covenants of this Agreement. Except as above, neither CITY nor the CONSULTANT shall assign, sublet or transfer its or their interest in this Agreement without prior written consent of the other party hereto. EXTENT OF THE AGREEMENT This Agreement represents the entire agreement between CITY and CONSULTANT and supersedes all prior negotiations, representations and agreements, either written or oral. 5 OF 34 REVISION DATE: June 2011 DEFINITIONS Wherever used in this Agreement, whether in the singular or in the plural, the following terms shall have the following meanings: Agreement Execution - means the date on which CONSULTANT executes and enters into an Agreement with CITY to perform the Work. Agreement Price - means the total monies, adjusted in accordance with any provision herein, payable to the CONSULTANT under this Agreement. CITY –means a legal entity AUGUSTA, Georgia, a political subdivision of the State of Georgia. CONSULTANT - means the party or parties contracting directly with the CITY to perform Work pursuant to this Agreement. Contract - means the Agreement Documents specifically identified and incorporated herein by reference. Contract Time - means the period of time stated in this Agreement for the completion of the Work. Subcontractor - means any person, firm, partnership, joint venture, company, corporation, or entity having a contractual agreement with CONSULTANT or with any of its subcontractors at any tier to provide a part of the Work called for by this Agreement. Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjustment in the Agreement Price or the Contract Time, issued after execution of this Agreement. Task Order – means a written order specifying a Scope of Services, time of completion and compensation limit for services being provided by CONSULTANT. Task Orders shall be incorporated by reference as part of the Supplemental Conditions of this Agreement. Work - means any and all obligations, duties and responsibilities, including furnishing equipment, engineering, design, workmanship, labor and any other services or things necessary to the successful completion of the Project, assigned to or undertaken by CONSULTANT under this Agreement. 6 OF 34 REVISION DATE: June 2011 CONTRACT DOCUMENTS List of Documents The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements, including Task Orders shall constitute the Agreement Documents (the “Agreement”). Conflict and Precedence The Agreement Documents are complementary, and what is called for by one is as binding as if called for by all. In the event there are any conflicting provisions or requirements in the component parts of this Agreement, the several Agreement Documents shall take precedence in the following order: 1. Agreement – Including Attachments 2. General Conditions 3. Supplemental Conditions – Including Task Orders 7 OF 34 REVISION DATE: June 2011 GENERAL CONDITIONS 1. COMMENCEMENT OF WORK The performance of services as defined in the Prime Agreement between CONSULTANT and the CITY, and herein described in this Agreement as Attachment A shall be commenced upon receipt by the CONSULTANT of a written Notice to Proceed. The effective date of services shall be defined in the Notice to Proceed. 2. PROFESSIONAL STANDARDS The standard of care for all services performed or furnished by CONSULTANT under this Agreement will be the level of care and that is ordinarily used by members of CONSULTANT’S profession practicing under similar conditions. 3. CHANGES AND EXTRA WORK The CITY may, at any time, request changes in the work to be performed hereunder. All such changes, including any increase or decrease in the amount of the CONSULTANT’s compensation, which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be incorporated in written Supplemental Agreements to the Agreement. Changes that involve an increase in the compensation shall be considered major and require the approval of the CITY. 4. PERSONNEL The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel necessary to complete this Agreement; none of whom shall be employees of, or have any contractual relationship with, the CITY. All of the services required hereunder will be performed by the CONSULTANT under its supervision, and all personnel engaged in the work shall be qualified and shall be authorized or permitted under law to perform such services. All key professional personnel, including subcontractors, engaged in performing services for the CONSULTANT under this agreement are indicated in a personnel listing attached hereto as Attachment C – Listing of Key Personnel and incorporate herein by reference. No changes or substitution shall be permitted in the CONSULTANT’s Key Personnel without the prior written approval of the CITY or his designee. The CONSULTANT shall employ only persons duly registered in the appropriate category in responsible charge of supervision and design of the work. The CONSULTANT shall endorse all reports, contract plans, and survey data. Such endorsements shall be made by a person duly registered in the appropriate category by the Georgia State Board of Registration for Professional Engineers and Land Surveyors, being in the full employ of the CONSULTANT and responsible for the work prescribed by this Agreement. 8 OF 34 REVISION DATE: June 2011 5. ACCURACY OF WORK The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct errors and omissions in its plans and specifications without additional compensation. The CONSULTANT shall give immediate attention to these changes so there will be a minimum of delay to others. Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility for subsequent correction of any errors and the clarification of any ambiguities. 6. CONFIDENTIALITY The CONSULTANT agrees that its conclusions and any reports are for the confidential use and information of the CITY and that it will not disclose its conclusions in whole or in part to any persons whatsoever, other than to submit its written documentation to the CITY, and will only discuss the same with it or its authorized representatives. Upon completion of this Agreement term, all documents, drawings, reports, maps, data and studies prepared by the CONSULTANT pursuant thereto shall become the property of the CITY and be delivered thereto. Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or results and findings of the work conducted under this Agreement shall not be presented publicly or published without prior approval in writing of the CITY. It is further agreed that if any information concerning the PROJECT, should be released by the CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds for termination of this Agreement without indemnity to the CONSULTANT, but should any such information be released by the CITY or by the CONSULTANT with such prior approval, the same shall be regarded as public information and no longer subject to the restrictions of this Agreement. 7. OPEN RECORDS CONSULTANT acknowledge that all records relating to this Agreement and the services to be provided under the contract may be a public record subject to Georgia’s Open Records Act (O.C.G.A. § 50-18-70, et seq.). CONSULTANT shall cooperate fully in responding to such request and making all records, not exempt, available for inspection and copying as provided by law. 8. JURISDICTION The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT with regard to its interpretation and performance, and any other claims related to this agreement. All claims, disputes and other matters in question between CITY and CONSULTANT arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically consents to jurisdiction and venue in Richmond County and waives any right to contest the jurisdiction and venue in the Superior Court of Richmond County, Georgia. 9 OF 34 REVISION DATE: June 2011 9. TERMINATION OF AGREEMENT FOR CAUSE If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the CONSULTANT shall violate any of the covenants, agreements or stipulations of this Agreement, CONSULTANT will be given the opportunity to commence correction of obligation within 5 days of written notice and diligently complete the correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed, or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause for termination. The CITY shall thereupon have the right to terminate this Agreement by giving written notice to the CONSULTANT of such termination, and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished documents, maps, data, studies, work papers and reports prepared by the CONSULTANT under this Agreement shall become the property of the CITY, and the CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents, as mutually agreed by the CITY and CONSULTANT. 10. TERMINATION FOR CONVENIENCE OF THE CITY The CITY may terminate this contract in part or in whole upon written notice to the CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract up to the time of termination. 11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND CONSULTANTS CONSULTANT shall thoroughly research all utility records to identify the existing facilities on the submitted roadway plans for avoidance, or resolution, of conflicts with the proposed Scope of Services. If the CITY undertakes or awards other contracts for additional related work, the CONSULTANT shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed committee(s), and carefully fit its own work to such additional work as may be directed by the CITY. The CONSULTANT shall not commit or permit any act which will interfere with the performance of work by any other CONSULTANT or by CITY employees. 12. COVENANT AGAINST CONTINGENT FEES The CONSULTANT warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by CONSULTANT for the purpose of securing business and that the CONSULTANT has not received any non-CITY fee related to this Agreement without the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. 10 OF 34 REVISION DATE: June 2011 13. RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULTANT shall be responsible for any and all damages to properties or persons caused by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever to the extent found to be resulting from the CONSULTANT, its subcontracts, or agent in the negligent performance or non-performance of work under this Agreement. These indemnities shall not be limited by reason of the listing of any insurance coverage. 14. INSURANCE The CONSULTANT shall, at all times that this Agreement is in effect, cause to be maintained in force and effect an insurance policy(s) that will ensure and indemnify the CITY against liability or financial loss resulting from injuries occurring to persons or property or occurring as a result of any negligent error, act, or omission of the CONSULTANT in performance of the work during the term of this Agreement. The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits of not less than: A. Workmen’s Compensation Insurance – in accordance with the laws of the State of Georgia. B. Public Liability Insurance – in an amount of not less than One Million ($1,000,000) Dollars for injuries, including those resulting in death to any one person, and in an amount of not less than One Million ($1,000,000) Dollars on account of any one occurrence. C. Property Damage Insurance – in an amount of not less than One Million ($1,000,000) Dollars from damages on account of an occurrence, with an aggregate limit of One Million ($1,000,000) Dollars. D. Valuable Papers Insurance – in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the Project. E. Professional Liability Insurance – in an amount of not less than One Million ($1,000,000) Dollars or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000. CITY will be named as an additional insured with respect to CONSULTANT’s liabilities hereunder in insurance coverage’s identified in items (b) and (c). The policies shall be written by a responsible company(s), to be approved by the CITY, and shall be noncancellable except on thirty-(30) days' written notice to the CITY. Such policies shall name the CITY as co-insured, except for worker's compensation and professional liability policies, and a copy of such policy or a certificate of insurance shall be filed with the Director at the time of the execution of this Agreement. 11 OF 34 REVISION DATE: June 2011 15. PROHIBITED INTERESTS 15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall acquire no interest, direct or indirect, that would conflict in any manner or degree with the performance of its services hereunder. The CONSULTANT further agrees that, in the performance of the Agreement, no person having such interest shall be employed. 15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. 15.3 Employment of CITY’s Personnel: The CONSULTANT shall not employ any person or persons in the employ of the CITY for any work required by the terms of the Agreement, without the written permission of the CITY except as may otherwise be provided for herein. 16. SUBCONTRACTING The CONSULTANT shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the CITY's prior written approval of the subcontractor. All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set forth in this Agreement. 17. ASSIGNABILITY The CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its rights, obligations, benefits, liabilities or other interest under this Agreement without the written consent of the CITY. 18. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the CONSULTANT will not discriminate against any employee or applicant for employment because of race, creed, color, sex or national origin; (2) the CONSULTANT will, in all solicitations or advertisements for employees placed by qualified applicants, receive consideration for employment without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so that such provision will be binding upon each subcontractor, provided that the foregoing provision shall not apply to contracts or subcontracts for standard commercial supplies of raw materials. 12 OF 34 REVISION DATE: June 2011 19. DRUG FREE WORK PLACE CONSULTANT shall be responsible for insuring that its employees shall not be involved in any manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a controlled substance in the workplace. For purposes of the policy, “workplace” is defined as CITY owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may result in discipline and/or immediate discharge. CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal drug statute conviction for workplace violation. CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. 20. ANTI-KICKBACK CLAUSE Salaries of architects, drafters, engineer’s, and technicians performing work under this Agreement shall be paid unconditionally and not less often than once a month without deduction or rebate on any account except only such payroll deductions as are mandatory by law. The CONSULTANT hereby promises to comply with all applicable "Anti-kickback" laws, and shall insert appropriate provisions in all subcontracts covering work under this Agreement. 21. AUDITS AND INSPECTORS At any time during normal business hours and as often as the CITY may deem necessary, the CONSULTANT shall make available to the CITY and/or audit representatives of the CITY for examination all of its records with respect to all matters covered by this Agreement. It shall also permit the CITY and/or representatives of the audit, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. The CONSULTANT shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the Project and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement, and for three years from the date of final payment under the Agreement, for inspection by the CITY or any reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee, or transferee. 22. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE All documents and materials prepared as an instrument of service pursuant to this Agreement are the property of the CITY. The CITY shall have the unrestricted authority to publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials prepared under this Agreement without according credit of authorship. The CITY shall hold harmless the CONSULTANT against all claims arising out of such use of documents and materials without the CONSULTANT’s knowledge and written consent. 13 OF 34 REVISION DATE: June 2011 23. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the CITY, either before, during, or after the execution of this Agreement, shall affect or modify any of the terms or obligations herein contained, nor shall such verbal agreement or conversation entitle the CONSULTANT to any additional payment whatsoever under the terms for this Agreement. All changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above. 24. INDEPENDENT CONTRACTOR The CONSULTANT shall perform the services under this Agreement as an independent contractor and nothing contained herein shall be construed to be inconsistent with this relationship or status. Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or any of its agents or employees to be the agent, employee, or representative of the CITY. 25. NOTICES All notices shall be in writing and delivered in person or transmitted by certified mail, postage prepaid. Notices shall be addressed as follows: CITY: CONSULTANT: ADMINISTRATOR AUGUSTA, GEORGIA W.K Dickson & Co., Inc. 535 Telfair Street 1450 Greene Street, Suite 225 Augusta, GA 30901 Augusta, GA 30901 Copy to: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 452 Walker Street, Suite 200 Augusta, GA 30901 26. TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT To the extent that it does not alter the scope of this agreement, Augusta, GA may unilaterally order a temporary stopping of the work, or delaying of the work to be performed by CONSULTANT under this agreement. 27. DEFECTIVE PRICING To the extent that the pricing provided by CONSULTANT is erroneous and defective, the parties may, by agreement, correct pricing errors to reflect the intent of the parties. 14 OF 34 REVISION DATE: June 2011 28. SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE CONSULTANT is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be equitably adjusted. 29. HOLD HARMLESS Except as otherwise provided in this agreement, CONSULTANT shall indemnify and hold harmless Augusta, GA, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys’ fees, arising out of or resulting from the negligent performance of its Work. 30. GEORGIA PROMPT PAY ACT NOT APPLICABLE The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act. 31. RIGHT TO INSPECT PREMISES Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work site of CONSULTANT or any subcontractor of CONSULTANT or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. 32. E-VERIFY All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization program. All contractors and subcontractors must provide their E-Verify number and must be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13- 10-91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each subcontractor’s E-Verify number as evidence of verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit provided in Rule 300-10-01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services. 33. LOCAL SMALL BUSINESS LANGUAGE In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1-10-129(d)(7), for all contracts 15 OF 34 REVISION DATE: June 2011 where a local small business goal has been established, the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of minority and small business opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment from the contractor and/or collecting liquidated damages. 34. ACKNOWLEDGEMENT “Consultant acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Consultant is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of Consultant's provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the Consultant may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Consultant agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the Consultant provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by Consultant. Consultant assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. [SIGNATURES ON FOLLOWING PAGE] 17 OF 34 REVISION DATE: June 2006 CONSULTANT’S RESPONSIBILITIES CONSULTANT, in order to determine the requirements of the Project, shall review the information in Attachment A – Scope of Services. CONSULTANT shall review its understanding of the Project requirements with CITY and shall advise CITY of additional data or services which are not a part of CONSULTANT’s services, if any, necessary for design to begin. PROJECT UNDERSTANDING Upon request from the CONSULTANT, CITY may provide all criteria and full information as to CITY's and CONSULTANT'S requirements for this part of the project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expendability, and any budgetary limitations. CONSULTANT may request from the CITY to furnish data, reports, surveys, and other materials that may be relied upon in performing CONSULTANT'S services. REVIEW OF WORK Authorized representatives of the CITY may at all reasonable times review and inspect the project activities and data collected under the Agreement and amendments thereto. All reports, drawings, studies, specifications, estimates, maps and computation prepared by or for the CITY in association with this Agreement shall be subject to review. The CITY may at any time request progress reports, prints or copies of any work performed under this Agreement. Refusal by the CONSULTANT to submit progress reports and/or plans shall be cause to withhold payment to the CONSULTANT until the CONSULTANT complies with the CITY’s request in the regard. The CITY’s review recommendations shall be incorporated into the plans by the CONSULTANT. CONSULTANT'S INSURANCE CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as specified in General Condition 14 – Insurance. CITY’S RESPONSIBILITES CITY-FURNISHED DATA CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULTANT's services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. RIGHT TO ENTER The CONSULTANT will notify all property owners or occupants of the intent to enter properties for the purpose of accomplishing work in accordance with the practices of the CITY. The CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of intent to enter private property. Upon request by the CONSULTANT, the CITY will provide the 18 OF 34 REVISION DATE: June 2011 necessary documents identifying the CONSULTANT as being in the employ CITY for the purpose described in the Agreement. ADVERTISEMENTS, PERMITS, AND ACCESS Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for CONSULTANT's services or PROJECT construction. TIMELY REVIEW CITY will examine CONSULTANT's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required by CITY in a timely manner. PROMPT NOTICE CITY will give prompt written notice to CONSULTANT whenever CITY observes or becomes aware of any development that affects the scope or timing of CONSULTANT's Services, or of any defect in the work of CONSULTANT or construction contractors. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. LITIGATION ASSISTANCE The Scope of Services does not include costs of CONSULTANT for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by CITY. All such Services required or requested of CONSULTANT by CITY, except for suits or claims between the parties to this AGREEMENT, will be reimbursed as additional services. 19 OF 34 REVISION DATE: June 2011 ATTACHMENT A – SCOPE OF SERVICES PROJECT DESCRIPTION: This project involves providing Professional Engineering Services related to assisting Augusta Utilities Department (AUD), for Phase II of the Camp Hancock Outfall Rehabilitation project that is the implementation of the “Infrastructure Rehabilitation Plan for the Camp Hancock Basin ‐ Sanitary Sewer Interceptor” (IRP) as prepared for the City of Augusta Utilities Department by W.K Dickson, Inc. (WKD) and dated 3/17/16. During 2014, the basin was evaluated for combined systems as part of the EPD Consent Order requirements for the Augusta Utility Department (AUD). In the evaluation of the Camp Hancock area, it was determined through smoke testing and flow monitoring results, that this system did not yield any evidence of combined systems; however, it was noted that the operational conditions of this outfall was of concern. AUD retained the services of WKD in 2015 to evaluate the Camp Hancock trunk main, develop rehabilitation recommendations, prioritize the rehabilitation work and develop projected costs to be outlined in an IRP. This work was completed in March of 2016. During 2017, the second phase of the project began. The scope of this phase included two work objectives. The first was to implement design plans and construction of the first phase of the outfall rehabilitation and the second was to conduct additional CCTV evaluation of the portions of the outfall that had previously not been cleaned and coded. The Camp Hancock Basin is in a predominately residential area but also serves the Augusta Municipal Golf Course, the Augusta Aquatics Center, Aquinas High School, the Charlie Norwood VA Medical Center, and Trinity Hospital. The system consists of 140 mains, totaling 31,506 linear feet (LF), with diameters in the 18”, 21” & 24” size range and includes 140 manholes. The primary purpose of this project will be to develop Construction Documents that will allow AUD to Bid and Contract with a Contractor(s) in order to facilitate rehabilitation measures as identified in the IRP. Augusta Utility Department (AUD) intends to implement the rehabilitation of Camp Hancock Outfall over multiple years. This Contract, between AUD and CONSULTANT, will be for the second phase of the implementation and will be accomplished utilizing the following activities: • Develop rehabilitation construction documents which denote the required rehabilitation of each component within the system with sufficient detailing to aid in the execution of the rehabilitation of the Camp Hancock trunk main. The area of focus will be the section of the outfall that is recommended through the updating of the IRP. It is anticipated that the OWNER will limit the funding to the Phase II project to approximately $1,000,000. • CONSULTANT will use the CCTV data collected in Phase I to re‐evaluate the IRP and recommended repairs from the original IRP developed in 2015. The existence of this new 20 OF 34 REVISION DATE: June 2011 data will help refine the prioritization of the next phase of construction. To focus the money invested by the OWNER into the highest priority sections of the outfall first. • Review of newly collected CCTV/PACP data for comparison and verification of rehabilitation recommendations previously made in the IRP on these sections missing CCTV data. • Develop Contract documents and technical specifications to be used in the Bidding process of Phase II outfall rehabilitation plan. • Assist in the bidding process, including Pre‐Bid meetings, Bid Openings, Requests for information and clarifications. • Construction Administration, including shop drawing review, periodic site visits, contractor pay request review, Final Inspection and closeout. • Provide construction observation on a periodic basis for the rehabilitation process. These types of projects are more sensitive to being there onsite during the construction. The periodic presence of the engineer representative will help validate the contractor performance. SCOPE OF SERVICES: The CONSULTANT proposes to provide the following Scope of services for the fees listed under “Basis of Compensation”. Professional Services: CONSULTANT will prepare Contract documents for AUD to invite bids for the construction of the sewer repairs and rehabilitation in Phase II recommended section. This Scope of Services assumes that design drawings and specifications will be developed for the assets and rehabilitations identified in the updated IRP only and within the yearly allotted AUD budget. The design drawings will be submitted as CAD based drawings. The CONSULTANT will utilize existing plans, GIS data, field sketches and other sources available from the owner to prepare the documents for bidding. CONSULTANT will assist in bidding and general construction services. It is assumed that phase two (2) work will be implemented under one (1) construction contract; if additional construction contracts are required, this agreement will be amended to authorize additional engineering services and fees. 21 OF 34 REVISION DATE: June 2011 During the preparation of Camp Hancock Phase I approximately 17,000 linear feet of additional CCTV data was collected on the outfall. CONSULTANT will review the available data for comparison and verification of rehabilitation recommendations previously made on these sections during the development of the IRP. CONSULTANT will amend rehabilitation recommendations based on any new findings. The sections to be reviewed are scattered throughout the remainder of the outfall. The CONSULTANT will compare the new information to the previous IRP results that were estimated. The CONSULTANT will update the IRP and deliver a technical memorandum explaining the revisions to the overall CIP. This data will be used to plan the remaining CIP sections for this outfall. Design Documents CONSULTANT will be responsible for the submittal of 90 percent and Final Bid Set documents that meet the following requirements: Design Drawings 1. Cover Sheet 2. General Notes and Legend 3. Sheet Index 4. Sanitary Sewer Rehabilitation Sheets ‐ The plan sheets (22‐inch by 34‐inch) will contain a plan view for sewer rehabilitation at a horizontal scale of 1‐inch equals 100 feet. Streets and other pertinent features shall be labeled for better field identification. The sheets shall also contain tables of applicable information such as pipeline rehabilitation method, diameter, material, stationing of point repairs, laterals, and manhole rehabilitation methods. This Scope of work assumes that profile sheets will not be required. If profile sheets are determined to be required for a given location, the Scope and budget will be amended to provide for these services. The drawings shall be reproducible in black and white without the need for color to distinguish information shown on the drawings. 5. Details as appropriate for the work, including but not limited to: • Sewer Installation Details • Generic Erosion and Sediment Control Details • Generic Traffic Control Details • Paving Details: GDOT and AED 22 OF 34 REVISION DATE: June 2011 Specifications Standard specifications and Contract Documents will be provided by CONSULTANT to AUD. The CONSULTANT will be expected to provide: 1. Upfront CONTRACT documents for AUD’s use in the procurement process 2. Bid forms to be incorporated into the CONTRACT documents 3. Special Provisions Section (as applicable) 4. Contract Exhibits: Scope of service, site drawings, reports and other background information, as applicable and as generated performing Work related to other sections identified herein 5. Technical Specifications shall include, but not be limited to: • Temporary erosion & sediment control • Preconditioning of sewers and manholes • Flow bypass and/or diversion pumping • Cured‐in‐place pipe lining of existing sewer mains • Point Repairs • Utility and private service line repairs • Manhole interior rehabilitation • New or replacement manhole construction • Pipe replacement by open‐cut • Paving Technical Review Ensuring a quality deliverable is the responsibility of the CONSULTANT. CONSULTANT shall have all progress drawings and specifications submitted to an internal technical review committee at the 90 percent completion milestone. The CONSULTANT's review committee shall consist of technical staff knowledgeable on the type of work designed and independent for the specific project. Following the technical review, design modifications shall be made by the CONSULTANT to finalize the construction documents. Completion of Construction Documents Presentation of the construction documents, plans and specifications, at the 90 percent completion will be made to AUD following the CONSULTANT's internal technical review. Following AUD's review, design modifications shall be made by the CONSULTANT and submitted to AUD as Draft 23 OF 34 REVISION DATE: June 2011 Final Documents (Draft 100 percent). Upon approval, these documents shall be finalized and will be considered Final Documents (Final 100 percent). Prepare Final Cost Estimates The CONSULTANT will review and/or prepare detailed cost estimates based on the construction documents and submit the cost estimates to the AUD at the 90 percent and final design milestones. Permitting This Scope assumes that a City of Augusta Engineering Department and/or a Georgia Department of Transportation (GDOT) permit will be required. It is assumed that standard traffic control, erosion and sediment control details will be included in the design documents to assist AUD and/or the CONTRACTOR in securing the required permits. Efforts above and beyond this can be provided by the CONSULTANT if required, under an amendment. The CONSULTANT shall estimate the area of disturbance and will notify AUD immediately if the area of disturbance is found to be over 1 acre. It is assumed that stormwater permitting will not be required. In addition, wetland delineation, wetland or stream mitigation work and railroad permitting is not included in this Scope of Services but can be added by amendment if requested. Project Bidding The CONSULTANT shall provide services during the bidding phase to include providing technical interpretation of the Bid Documents, attending one (1) bid opening, evaluating one (1) set of bids and recommending award, and preparing Contract Documents for signature. Conformed documents will be the responsibility of the CONSULTANT. It is assumed that the duration of the Bid Period will be eight (8) weeks and that the AUD will be distributing the bid packages. An additional two months is assumed from selection of the CONTRACTOR to the issuance of the Notice to Proceed. While a formal prequalification process is not anticipated, the CONSULTANT will work with the AUD to include qualification requirements in the Specifications that will be submitted by the bidders with the bids. General Services during Construction After award of the contract, CONSULTANT will assist the AUD with Contract administration and provide periodic observation of the construction work. It is anticipated that the construction period for the sewer rehabilitation project will be no longer than 6 months including 150 days for substantial completion and 30 days for final completion for total construction duration of 180 days. 24 OF 34 REVISION DATE: June 2011 An increase in the construction schedule will require an amendment to authorize additional construction services. The CONSULTANT will provide general services during construction as described herein. In the performance of its services during the Construction Phase, the CONSULTANT shall not supervise, direct or have control over CONTRACTOR's work nor shall the CONSULTANT have authority over or responsibility for the means, methods, techniques, sequences, procedures of construction or safety precautions and programs incidental to the work selected by the CONTRACTOR(s), or for any failure of the CONTRACTOR's compliance with laws, rules, regulations, ordinances, codes or orders applicable to work. Administration of Construction Contract As part of general administration of the construction Contract, the CONSULTANT will consult with and advise AUD and act as its representative during the construction period. The CONSULTANT will provide contract administration and general services required for the Project, including: • AUD's representative for the duration of the construction contract, all communications to and from the CONTRACTOR shall go through the CONSULTANT. On behalf of AUD, the CONSULTANT shall administer the construction Contract, respond to CONTRACTOR's correspondence, and issue instructions from AUD; • Maintain a complete document file for the project. Documents to be maintained include, but are not limited to: correspondence, quality control procedures, quality control testing; site inspection records, shop drawing schedule, change orders, scheduling, project meetings, cost and disbursement data, progress reports and all other documents pertaining to the construction Contract; • Hold a pre‐construction meeting and monthly progress meetings that will address critical schedule requirements, payment procedures, emergency procedures, schedule updates, coordination issues, change orders, quality assurance testing approvals, and any other issues related to completion of the project. One pre‐construction meeting and 6 monthly progress meetings should be budgeted. • CONSULTANT shall submit a Work Summary spreadsheet that the AUD will utilize to report to Cityworks on areas that have been inspected or rehabilitated along with each monthly pay application by the CONTRACTOR. A comprehensive list is to be provided with each pay application identifying each pipe and/or manhole or other asset, and what was done (cleaning, lining, etc.). A sample Work Summary template will be provided by AUD for this spreadsheet. 25 OF 34 REVISION DATE: June 2011 • CONSULTANT will address RFI’s from the CONTRACTOR in a timely manner. The project budget includes up to six (6) RFI’s for the project. Site Visits The CONSULTANT will visit the site (excluding visits coinciding with monthly progress meetings) to observe the progress and quality of the executed work of the CONTRACTOR and to determine, in general, if such work is proceeding in accordance with the Contract Documents. During the CONSULTANT's visits, and on the basis of on‐site observations, the CONSULTANT shall keep AUD informed of the progress of the work, shall endeavor to guard AUD against defects and deficiencies in such work, and may recommend to AUD disapproval or rejection of work failing to conform to the Contract Documents. It is understood that AUD does not desire to have the CONSULTANT provide full‐time inspection services. This Scope includes an average of 20 hours per week of site visits for six 6 months. If additional site visits are required, this contract will be amended to provide such additional services. Shop Drawing Review The CONSULTANT will review and approve (or take other appropriate action with respect to) Shop Drawings and samples, the results of tests and inspections, and other data that the CONTRACTOR is required to submit for conformance with the design concept of the Project and compliance with the information given in the Contract Documents; and receive and review (for general content as required by the Specifications) instructions, guarantees, bonds and certificates of inspection which are to be assembled by the CONTRACTOR in accordance with the Contract Documents, and transmit them to AUD with written comments. This task includes review of the pre‐construction video performed by the CONTRACTOR and advice to AUD regarding CONTRACTOR's suggestions for additions or deletions of required rehabilitations and confirmation of the selected rehabilitation method throughout the life of the project. The CONSULTANT will review cured‐in‐ place liner design calculations provided by the CONTRACTOR. Preparation of Design Clarifications The CONSULTANT will issue necessary interpretations and clarifications of the Contract Documents; have authority, as AUD's representative, to require special inspection or testing of the work; act as initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work there under, and make decisions on all claims of AUD and CONTRACTOR relating to the acceptability of the work or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the work. 26 OF 34 REVISION DATE: June 2011 Work Change Directives will be issued to document required point repairs, CIPP lining and/or other rehabilitation methods added or deleted to the contract documents. This Scope does not include reissuing the drawings or design of open‐cut replacement. Quality Assurance Testing The CONSULTANT will specify the quality assurance testing that is necessary for the project in the construction specifications relative to its designs. Coupon testing required of the CIPP lining CONTRACTOR will be performed by CONTRACTOR at an independent testing laboratory. Review of Applications for Payment Based on on‐site observations and review of the applications for payment with the accompanying data and schedules, the CONSULTANT will determine the amounts payable to CONTRACTOR on a monthly basis. The CONSULTANT will then recommend by email to AUD, payments reasonably due to CONTRACTOR. Change Orders and Time Extensions The CONSULTANT will provide services in connection with change orders to the Construction Contract to reflect minor changes or deletions requested by AUD, CONSULTANT or the CONTRACTOR and make revisions to Drawings and Specifications occasioned thereby. An accurate listing of additional costs and credits as a result of change orders will be maintained by the CONSULTANT. Upon receipt of a requested change order, the CONSULTANT will review it in detail and then discuss it with AUD, and together, will determine the manner in which to proceed. Larger changes or claims asserted by CONTRACTOR and major redesigns requested by AUD may require additional analyses or evaluation beyond the Scope of this Contract. It is anticipated that up to 2 (two) change orders will be processed for the project. Final Inspections The CONSULTANT will conduct a walk‐through inspection with the CONTRACTOR and AUD to determine if the Project has reached substantial and/or final completion and prepare a punch list of work items remaining. The CONSULTANT will conduct one final inspection to determine if the work is acceptable, so that the CONSULTANT may recommend, in writing, final payment to the CONTRACTOR and may give written notice to AUD and the CONTRACTOR that the work is acceptable. The CONSULTANT will observe the work of the CONTRACTOR to see that it has been completed in substantial accordance with respect to the Contract Documents prepared by the CONSULTANT. It is assumed that the CONSULTANT will review 100 percent of the post rehabilitation inspection videos provided by the CONTRACTOR prior to post‐rehabilitation 27 OF 34 REVISION DATE: June 2011 inspection. Comments from review of post‐rehabilitation inspection videos and the final inspection visit will be incorporated into the final punch list and forwarded to the CONTRACTOR. Final Completion At the conclusion of the project, the CONSULTANT will receive, review and transmit to AUD with written comments guarantees, bonds, certificates and post inspection videos and/or photographs that are required by the Contract Documents and provided by the CONTRACTOR. Record drawings indicating the implemented rehabilitation and replacement work will be the responsibility of the CONSULTANT and will be submitted in PDF and CADD format. To assist AUD’s endeavor in Asset Management, the CONSULTANT will provide AUD with GIS data files reflective of completed rehabilitated assets. A. TIME OF PERFORMANCE 1. CONSULTANT will begin work within ten (10) days of Notification to Proceed and work diligently to complete the Scope of Services. It is anticipated that the first phase of this project will require approximately sixteen (16) months to allow for construction. B. MISCELLANEOUS 1. Additional Services AUD may request additional services from time to time. These services will be provided on an as‐needed basis only when requested by AUD. Should the need arise for additional services during the course of the project; the CONSULTANT will be pleased to provide AUD with an estimated cost prior to authorization of additional services 2. Services Not Included AUD reserves the right to amend this Agreement so that the CONSULTANT may furnish additional services such as those listed below. Additional compensation for additional services rendered will be provided by AUD based on negotiated terms. • Pre‐ and/or post‐rehabilitation flow monitoring • Evaluation of aerial stream crossings • Rerouting/Relocation of existing facilities • Geotechnical services • Preparation of easement plats 28 OF 34 REVISION DATE: June 2011 • Hydraulic capacity evaluations • Open‐cut design • Professional Engineering services related to additional or extended design, bidding, and construction services • Additional permitting not indicated in Scope (railroad, wetlands, etc.) 29 OF 34 REVISION DATE: June 2011 ATTACHMENT B - COMPENSATION The City shall pay the CONSULTANT for services set forth in Scope of Services, Basic Services The OWNER shall pay the CONSULTANT for services set forth in Scope of Services as follows: Professional Services $185,000.00 Lump Sum The CITY shall compensate the CONSULTANT for services, which have been authorized by the CITY under the terms of this Agreement. The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY and accompanied by all support documentation requested by the CITY, for payment for the services, which were completed during the billing period. The CITY shall review for approval said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs requested or a part thereof, as determined solely by the CITY, are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not considered to be evidence of performance by the CONSULTANT to the point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by such invoice. The CITY shall pay any undisputed items contained in such invoices. Each invoice shall be accompanied by a letter progress report describing the total work accomplished for each phase and any problems, which have been encountered, which may inhibit execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and an itemized description of the percentage of total work completed for each phase during the billing period. When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task Order, it agrees to pay the CONSULTANT for work completed, on the basis of the standard billing rates shown in Attachment B to the Contract of those principals and employees engaged directly on the work. Compensation for design services shall be invoiced based on the percentage of work completed against the lump sum contract amount stipulated. Overtime may be performed at the discretion of the CONSULTANT, but the premium time portion of the overtime will not be billed to the CITY unless the CONSULTANT has requested acceleration of the scheduled work in writing. 30 OF 34 REVISION DATE: June 2011 ATTACHMENT C – LISTING OF KEY PERSONNEL CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel below, including a designated Program Manager will not change or be reassigned without the written approval of the CITY. Those personnel committed for this work are as follows: David L. Pond, PE Bryan Odom, PE William Wingate, PE Sadhana Veeravalli Jake Berkshire, P.E. 31 OF 34 REVISION DATE: June 2011 ATTACHMENT D – SCHEDULE FOR PERFORMANCE CAMP HANCOCK BASIN OUTFALL Phase II IMPLEMENTATION CAMP HANCOCK PHASE II SCHEDULE – Construction Documents 90% ‐ 100 Days AUD 90% Construction Documents Review ‐ 20 Days Final Construction Documents ‐ 20 Days AUD 100% Review Approval ‐ 20 Days Bidding/Contracting ‐ 140 Days Construction Phase ‐ 185 Days 32 OF 34 REVISION DATE: June 2011 CONSULTANT SERVICES As a part of this Agreement the CONSULTANT agrees to furnish the following checked items (CONSULTANT to initial in the space provided acknowledging responsibility to furnish said item). Prior to Authorization to Proceed:  Detailed Scope of Services based upon Schedule A of this Agreement to be submitted with Cost Proposal clearly defining the CONSULTANT’S understanding of the project limits, design objectives and CONSULTANT’S services to be provided.  Cost Proposal that will include cost of design, preparation of construction plans and specifications, and other services requested in the CITY’s Request for Proposal.  Schedule for submittal of review documents at 90% and final documents. Prior to submitting 90% review documents:  Locate all existing utilities using available information collected by the CONSULTANT. The CITY will furnish available information on water and sewer locations however the CONSULTANT must verify to CITY’S satisfaction.  Provide CITY with information on the project site(s), including the following: • Past and present use of the land (specifically identify any landfilling activities in the area); identify any nearby designated wetlands • Soil type(s) • Boring results when required by CONSULTANT for new facilities or where depth of line and existing site conditions warrant. • Brief description of the area (e.g., residential, commercial, industrial) including general slope of the land, and whether trees, signs, etc. will be in conflict with the new facilities. Include number of properties affected and number of easements required with property owners identified • Identification of potential problems in meeting design objectives.  Site Plan (If Required) Throughout project:  Prepare printed responses to comments received from the CITY following reviews.  Provide the necessary plats for easement acquisition and DOT/other permit application.  Prepare Public Works/DOT/Other permit applications for signature by the CITY.  Prepare and submit plans to EPD for review and approval when required.  Prepare plans and specifications, using Augusta Utilities Design Standards and Specifications (latest version). Specifications must mirror that provided by the CITY. 33 OF 34 REVISION DATE: June 2011  Prepare construction cost estimates at each review stage, 90% and with the submittal of Final documents. Provide cost breakdown for any items to be lump sum in the construction contract. Upon completion of design:  Coordinate with the City Procurement Department to advertise the project.  Fax bid information to CITY.  Attend the Pre-Bid Meeting as a technical reference to the CITY.  Prepare letter of recommendation for award of the contract.  Develop conformed contract documents and forward to the CITY for execution.  Attend the pre-construction meeting as a technical reference to the CITY.  Provide clarification related to the plans/specifications throughout design and construction.  Provide record drawings at completion of the project electronically, per the Utilities Design Standards and Specifications (latest version).  Provide Services During Construction as follows: • Attend project meetings as scheduled by the CITY • Recommend design changes as field conflicts arise (site visits may be required) • Review and approval of pay requests from the construction Contractor (line of communication will be construction contractor to resident observer to CONSULTANT to CITY) • Provide clarification of plans and specifications throughout construction • Revise/update plans and/or easement plats as changes occur that require resubmittal to DOT/other agencies. • Construction Administration Services called for in attached scope. 34 OF 34 REVISION DATE: June 2011 ADDITIONAL SERVICES: 1. Revisions to the plans/contract documents to extend the limits of the project after this AGREEMENT has been executed by the CITY. 2. Revisions due to incorrect locations of existing utilities by the CONSULTANT (i.e., correct location given by CITY, incorrectly marked on plans by engineer) will be the responsibility of the CONSULTANT. Other revisions required by the CITY, DOT, EPD, or other government agency at their request will be considered an additional service. 3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY. 4. Other not described above, as approved by the CITY. NOTE: It is the responsibility of the CONSULTANT as contracted by the CITY to provide professional surveying and engineering services. It is expected that such professionals will operate in a manner which assures the interests of the common welfare, rather than in a manner which promotes their own financial gain. It is expected that such professionals will act as a faithful agent for the CITY as a client. It is the duty of the CONSULTANT to protect the safety, health and welfare of the public in the performance of their professional duties. Engineering Services Committee Meeting 5/28/2019 1:05 PM Camp Hancock Sewer Basin Outfall IRP – Phase 2 Design Department:Utilities Presenter:Tom Wiedmeier Caption:Motion to approve professional services contract with WK Dickson for Phase 2 Design of the Camp Hancock Sewer Basin Outfall Infrastructure Rehabilitation Plan recommendations in the amount of $185,000.00. Background:AUD recommends the Commission award a contract to WK Dickson in the amount of $185,000.00 for Phase 2 Design of the Camp Hancock Sewer Basin Outfall Infrastructure Rehabilitation Plan (IRP) recommendations. The IRP report was completed by WK Dickson in June 2016 and it was found that it was prudent to move forward with implementing the recommendations in the IRP by dividing the sewer basin into multiple phases. Construction of Phase 1 is complete. AUD wishes to move forward with implementation of Phase 2 design. For continuity with the previous phase, WK Dickson has been requested to provide a scope of services and fee for Phase 2 of the overall IRP project. This scope of services consists of design services, bid package preparation, bidding assistance, and construction phase services. The scope also consists of reviewing CCTV data of approximately 17,000 Linear Feet of sewer line in preparation for Phase 2. The Professional Fees for this project is $185,000.00. The project will improve the structural integrity of the sanitary sewer system within the project area. Analysis:WK Dickson has provided a fee to perform these design services that was deemed to be fair and reasonable. Financial Impact:Funds are provided in 512043420-5212115/81500090-5212115 Alternatives:No alternatives are recommended. Recommendation:AUD recommends the Commission award a contract to WK Dickson in the amount of $185,000.00 for Phase 2 Design of the Camp Hancock Sewer Basin Outfall IRP recommendations. Funds are Available in the Following Accounts: Funds are available in 512043420-5212115/81500090-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Engineering Services Committee Meeting 5/28/2019 1:05 PM Deed of Easement from Norwood VA Medical Center Department:Augusta Utilities Presenter:Tom Wiedmeier Caption:Consider approving the Deed of Easement, from Norwood VA Medical Center. Background:AUD is in the process of acquiring easements, for the Alternate Downtown Feed Water Main. To this end, an easement is needed across the property of Norwood VA Medical Center, off of Wrightsboro Road. Analysis:The main water line providing water, for downtown Augusta, is over 100 years old. A project has been designed to provide a new route, for another pipeline. The VA has agreed to allow Augusta to cross their property, to facilitate this project. Financial Impact:N/A Alternatives:Deny approval of the Deed of Easement, from Norwood VA Medical Center. Recommendation:Approve the Deed of Easement, from Norwood VA Medical Center. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission AGENT}A ITEM REQUEST FORM Commission meetings: First and third Tuesdays of each month - 2:00 p.m. Committee meetings: Second and last Tuesdays of each month - 1:00 p.m. Commission/Committee: (Please check one and insert meeting date) --v- Commission Public Safety Committee Public Services Committee Administrative Services Committee Engineering S ervices Committee Finance Committee Date of Meeting Date of Meeting Date of Meeting Date of Meeting Date of Meeting Date of Meeting Contact Information for IndividuaVPresenter Making the Request: Name: W;' " // Ako Address: Telephone Number: Fax Number: E-Mail Address: Caption/Top of Discussion to be placed on the Agenda: Please send this request form to the following address: Ms. Lena J. Bonner Clerk of Commission Suite 220 Municipal Building 535 Telfair Street Augusta, GA 30901 Telephone Number: 706-821-1824 Fax Number: 706-821-1838 E-MailAddress: nmorawski@augustaga.gov Requests may be faxed, e-mailed or delivered in person and must be received in the Clerk's Office no later than 9:00 a.m. on the Thursday preceding the Commission or Committee meeting of the following week. A five-minute time limit will be allowed for presentations. Engineering Services Committee Meeting 5/28/2019 1:05 PM Double billed for utilities Department: Presenter:Commissioner John Clarke Caption:Discuss customers being double billed for utilities. (Requested by Commissioner John Clarke) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Engineering Services Committee Meeting 5/28/2019 1:05 PM Easement Deed of Dedication for 2215 Tobacco Road Department:Augusta Utilities Presenter:Tom Wiedmeier Caption:Consider approving the Deed of Dedication for water and sanitary sewer systems and easements on 2215 Tobacco Road. Background:This property was constructed, in 1996-97, for a Winn-Dixie Supermarket. At that time, water and gravity sanitary sewer was constructed, for the Winn-Dixie project, as well as the outlying parcels. The water and gravity sanitary sewer systems, except for the service lines providing water and sanitary sewer to the buildings, were to have been dedicated to Augusta, however, this dedication did not take place. Analysis:The water and sanitary sewer systems serve not only the existing facilities, but two outlying parcels, one of which has been sold. Since the systems will be serving more than one property owner, they should be public. The systems have been examined, by AUD, were found to be in good working order, and, therefore, ready to become part of Augusta's utilities system. Financial Impact:None Alternatives:Deny the approval the Deed of Dedication, for water and sanitary sewer systems and easements, on 2215 Tobacco Road and allow them to remain private. Recommendation:Approve the Deed of Dedication, for water and sanitary sewer systems and easements, on 2215 Tobacco Road, and make them part of Augusta's system. Funds are Available in the Following Accounts: N/A REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Augusta, GA Disclaimer The data represented on this map has beencompiled by the best methods available. Accuracyis contingent upon the source information ascompiled by various agencies and departmentsboth internal and external to the consolidatedgovernment of Augusta, GA. Augusta, GA and thecompanies contracted to develop these dataassume no legal responsibilities for the informationor accuracy contained on this map. It is strictlyforbidden to sell or reproduce these maps or datafor any reason without the written consent of theAugusta Commission.Print Date Apr 24, 2019 Department of Information TechnologyGeospatial Information Solutions (GIS) Division535 Telfair St Bldg 2000 | Augusta, GA 30901www.augustaga.gov/gis | gis@augustaga.gov Like, Follow, Share #AugustaGIS µ 1 inch = 50 feetMap Scale Augusta, GA Lena Bonner From: Commissioner Sammie Sias Sent: Tuesday, May 14, 2019 8:21 PM To: Lena Bonner Cc: Nancy Morawski Subject: Commission Agenda Item Attachments: 20L90424_L20015jp9; 20L90424_120031jp9; 20190424_120105jp9; Airport Entrance - FBO, Hangers, Service Trucks, Employees.pdf Ms Bonner, Please the following agenda item to the Commission Agenda for 21 May 2019. Thanking you in advance Sammie L. Sias Commissioner, Augusta Richmond County "Failure is not an Option" From: Commissioner Sammie Sias Sent: Wednesday, April24,2019 3:33 pM To: Lena Bonner Cc: Nancy Morawski; Hameed Malik; Herbert Judon; Commissioner Dennis Williams; Jarvis Sims Subject: Fw: IEXTERNAL] Ms Bonner, Please the following item, including the four photos to the Engineering Services Committee agenda for 30 April 20L9. lmprove an extremely dangerous entrance to the Augusta Regional Airport. Background: A temporary solution has been proposed by our Engineering department that can be done in-house. This temporary solution will work for now until we get to a better place. However, a bigger and better permanent solution is required. Our airport must grow along with our city. The traffic has increased dramatically in all areas of the airport. The traffic at this entrance must compete with fully loaded log trucks, tractor trailers, and other over trucks servicing this industrial area. Life and limb is atrisk. This is especially true during Maters week when we have limousines, passenger vans, car carriers, and a host of other vehicles using this entrance. Sammie L. Sias Engineering Services Committee Meeting 5/28/2019 1:05 PM extremely dangerous entrance to the Augusta Regional Airport. Department: Presenter: Caption:Motion to approve authorizing the Engineering Dept. to proceed with a temporary solution of installing a left turn lane at an estimated cost of $120,000 to improve an extremely dangerous entrance to the Augusta Regional Airport. (Requested by Commissioner Sammie Sias) Background:A temporary solution has been proposed by our Engineering department that can be done in-house. This temporary solution will work for now until we get to a better place. However, a bigger and better permanent solution is required. Our airport must grow along with our city. The traffic has increased dramatically in all areas of the airport. The traffic at this entrance must compete with fully loaded log trucks, tractor trailers, and other over trucks servicing this industrial area. Life and limb is at risk. This is especially true during Maters week when we have limousines, passenger vans, car carriers, and a host of other vehicles using this entrance. Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Engineering Services Committee Meeting 5/28/2019 1:05 PM Highland Avenue Water Treatment Plant Reservoir Embankments Evaluation, Inspection and Improvements Department:Utilities Presenter:Tom Wiedmeier Caption:Approve the proposal from Cranston Engineering for the evaluation, inspection and improvements of the Highland Avenue Water Treatment Plant reservoir embankments. Background:The Raw Water Reservoirs for the Highland Avenue Water Treatment Plant (HAWTP) were constructed in the late 1800’s and early 1900’s for the purpose of storing water from the river/canal to be used for treatment as drinking water for the community. The State of Georgia has recently determined that the reservoir embankments meet the requirements to fall under the Georgia Safe Dams Act of 1978. This determination requires us to begin an engineering evaluation of the embankment structure, address any potential structural issues identified, perform an assessment of the potential consequences of an embankment failure and prepare documents for an ongoing program of inspections and maintenance activities. The act requires that these activities be completed by an approved Engineer of Record selected from a list of qualified engineers published by the Safe Dams Program. There are two approved Engineers of Record in Augusta and both of them are associated with the Cranston Engineering firm. We have requested and received a proposal for the required work from Cranston Engineering. Analysis:We have reviewed the attached proposal from Cranston Engineering and determined that it is reasonable for the work to be performed. The proposed cost of this work is $128,360.00. We have previous experience with this firm and are confident in their ability to perform the work required. Financial Impact:$128,360.00 from budgeted funds Alternatives:No practical alternatives Recommendation:We recommend approval of the proposal in the amount of $128,360.00 from Cranston Engineering for this work as described in the attachment. Funds are Available in the Following Accounts: G/L 507043410-5212115 J/L 81800010-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Engineering Services Committee Meeting Commission Chamber - 5ll4l20l9 ATTENDANCE: Present: Hons. M. Williams, Chairman; Hasan, Vice Chairman; Garrett and Frantom, members. Absent: Hon. Hardie Davis, Jr., Mayor. ENGINEERING SERVICES 1. Motion to authorize condemnation to acquire title of a portion of property for Item permanent easement and temporary construction easement (Parcel 154-0-023- Action: 00-0) 4132 Wallie Drive. Approved Motions Motion Type Approve Motion Text Made By Motion to approve. Commissioner Motion Passes Ben Hasan seconded By f"".liJ Commisioner Sean passes t.rantom 4-0. 2. Motion to approve the minutes of the Engineering Services Commiuee held Item on April 30,2019. Action: Approved Motions Motion Type Approve Motion Text Made By Seconded By Motion to approve. Commisioner Sean Commissioner Motion Passes Frantom Ben Hasan Motion Result Passes 4-0. 3. Update from staff on storm water right of way maintenance and if the city Item can implement a regular schedule of grass and brush clearing instead of Action: Approved reacting to overgrown areas as needed. (Requested by Commissioner Brandon Garrett) Motions Motion m Motion- ----- Motion Text Made By Seconded By'f'YPe - ----- -" Result Motion to approve A __..^--^ receiving this item as Commissioner CommisionerApprove information. Ben Hasan Sean Frantom Passes Motion Passes 4-0. 4. Motion to approve the reallocation of the SPLOST 4 through 6 funded Item projects to projects as listed by the Engineering Department. (Approved by Action: Engineering Services Committee April 30, 2018 - referred from May 7 Approved Commission meeting) Motions Motion Motion;----- Motion Text Made By Seconded By ResultI ype Motion to ^ approve. Commissioner CommissionerApprove vrorio, passes B.n Hasu, Brandon Garrett Passes 4-0. www.augustaqa.gov Engineering Services Committee Meeting 5/28/2019 1:05 PM Minutes Department: Presenter: Caption:Motion to approve the minutes of the Engineering Services Committee held on May 14, 2019. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Engineering Services Committee Meeting 5/28/2019 1:05 PM Motion to Abandon Right Of Way Department:Law Presenter:Law Caption:Motion to determine that Smith Lane as shown on the attached map has ceased to be used by the public to the extent that no substantial public purpose is served by it or that its removal from the county road system is otherwise in the best public interest, pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed to the appropriate party(ies), as provided by law and an easement to be retained over the entire abandoned portion for existing or future utilities as directed by Augusta Engineering Department and Augusta Utilities Department Background:The abandonment request has been reviewed by all essential county departments and administrators and approvals were received to this abandonment request. The map of said Smith Lane is attached. Analysis:In addition to the information provided in the above Background section, publication notices will be made for a public hearing to be held, with results to be presented to the Commission. Notice to the property owners located thereon will be made, pursuant to O.C.G.A. §32-7-2(b)(1). Financial Impact:Cost of publication and advertisement of public hearing. Alternatives:Approve or deny request to determine that Smith Lane be abandoned. Recommendation:Approve determination and request for abandonment of Smith Lane, with public hearing to be held regarding the issue of abandonment pursuant to O.C.G.A. §32-7-2, with the abandoned property to be quit-claimed to the appropriate party(ies) as allowed by law, and an easement(s) as directed by the Augusta Engineering Department and the Augusta Utilities Department to be retained over the entire abandoned portion for existing or future utilities and drainage. Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission AGENDA ITEM REQUEST FORM Commission meetings: First and third Tuesdal,s of each month - 2:00 p.m. Committee meetings: Second and last Tuesdays of each month - 1:00 p.m. Commission/Committee: (Please check one and insert meeting date) Commission Public Safety Committee Public Services Committee Administrative Services Committee Engineering Services Committee Finance Committee Date of Meeting Date of Meeting Date of Meeting Date of Meeting Date of Meeting Date of Meeting i';/{-1t Contact Information for IndividuaVPresenter Making the Request: Name:,D)ll C/,,L/"ke Address: Telephone Number: Fax Number: E-Mail Address: ced on the Agelda: Please send this request form to the following address: Ms. Lena J. Bonner Clerk of Commission Suite 220 Municipal Building 535 Telfair Street Augusta, GA 30901 Telephone Number: Fax Number: E-MaiI Address: 706-821-1820 706-821-1838 nmorawski@au gustaga. gov Requests may be faxed, e-mailed or delivered in person and Office no later than 9:00 a.m. on the Thursday preceding meeting of the following week. A five-minute time limit wiII must be received in the Clerk's the Commission or Committee be allowed for presentations. Engineering Services Committee Meeting 5/28/2019 1:05 PM Painting of the Blythe Fire Station. Department: Presenter:Commissioner John Clarke Caption:Update from staff on status of the painting of the Blythe Fire Station. (Requested by Commissioner John Clarke) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Inmate Work Detail Work Detail Supervisor Salary (base pay + fringe benefits) --------------------- $45,474.00 (12) Passenger Work Detail Van --------------------- $35,891.00* 6X12 Trailer ---------------------- $3,820.00 Weed eater (4) ---------------------- $476.93 Chainsaw (1) ---------------------- $323.86 Blower (1) ---------------------- $355.46 Total: --------------------- $87,772.00 Based on Information received from (HR) and Fleet Management Engineering Services Committee Meeting 5/28/2019 1:05 PM Two additional inmate crews Department: Presenter:Commissioner Ben Hasan Caption:Approve two additional inmate crews to maintain city’s right-of- ways funded from Storm Water Utility Fund. (Requested by Commissioner Ben Hasan) Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Engineering Services Committee Meeting 5/28/2019 1:05 PM Whitewater Park Study Department: Presenter: Caption:Discuss presentation from McLaughlin Whitewater Design Group regarding city-commissioned- Design and Concept Study for the Whitewater/Savannah River Project. (Deferred from the May 21st Commission Meeting) Background:On June 19, 2018 the Augusta Commission award an RFP to McLaughlin Whitewater Design Group for Design & Concept of Whitewater/Savannah River Whitewater Project. Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: