Loading...
HomeMy WebLinkAbout2010-01-11-Meeting Agenda Engineering Services Committee Meeting Commission Chamber- 1/11/2010- 12:50 PM ENGINEERING SERVICES 1. Approve construction contract award to Garnto & Gearig Bros in the amount of $766,260.73. Attachments 2. Award subject Wetland Mitigation Credits purchase from The Phinizy Swamp Mitigation Bank through Merry Land Properties, LLC in the amount of $56,700.00. Attachments 3. Award contract to CSRA Testing and Engineering in the amount of $34,788.00. Attachments 4. Approve award of the contract for Replacement of Sidewalk at Augusta Riverwalk to L-J, Inc. of Beech Island, SC in the amount of $20,250. To be funded from 272-04-2260. Attachments 5. Consider a request from Ms. Barbara Coping regarding a waiver of the solid waste charges for the property located at 1615 Cornell Drive. Attachments 6. Approve Capital Project Budget Change Number Three and Supplemental Agreement Number Four in the amount of $140,250.00 on the Belair Road Improvements project CPB# 323-041110-201823332. Funding is available in the project contingency and right-of-way accounts to be transferred to the project engineering account as requested by AED. Attachments 7. Approve Capital Project Budget Number One and Change Order Number One for Construction Material Testing and unforeseen subsurface construction in the amount of $400,000 to Tommy L. Griffin Plumbing and Heating on the D’Antignac Street Drainage Improvements project. Funding is available in the project storm drainage account as requested by AED. Attachments 8. Receive as information the Emergency Repair to the Stormwater Drainage Open Channel along Interstate Parkway for the Engineering Department. The award of the contract to DS Utilities in the amount of $54,382.81 is funded from SPLOST Phase III Recapture account upon receipt of signed contract and proper bonds. Attachments 9. Approve award of contract to Peek Pavement Marking in the amount of $406,726.25 for The Off System Safety Project, Georgia Department of Attachments Transportation Project Number CSSFT-0008-00(876); P.I. #0008876, subject to receipt of signed contract and proper bonds. Funding is available in Traffic Engineering Account 272-041710-5311630 as requested by AED. 10. Motion to approve an Option for the purposes of acquiring an easement between Augusta Select Tissue, LLC., as owner, and Augusta, Georgia, as optionee, in connection with the Marvin Griffin Road Improvement Project, (7,779 sq. ft.) permanent drainage and utility easement and (N/A sq. ft.) of temporary construction easement from the property located at: 3452 Cookie Road, private, at the purchase price of $1,800.00. Attachments 11. Motion to approve an Option for the purposes of acquiring an easement between Textron, Inc., as owner, and Augusta, Georgia, as optionee, in connection with the Marvin Griffin Road Improvement Project, (151 sq. ft.) permanent drainage and utility easement and (8,104 sq. ft.) of temporary construction easement from the property located at: 1441 Marvin Griffin Road, private, at the purchase price of $700.00. Attachments 12. Motion to approve an Option for the purposes of acquiring a Right-of-Way between Mitchell Milovich, as owner, and Augusta, Georgia, as optionee, in connection with the Marvin Griffin Road Improvement Project, conveyed in fee simple (1,122.27 sq. ft.) more or less; and (71.75 sq. ft.) of permanent easement from property located at: 1639 Marvin Griffin Road, private, at the purchase price of $1,000.00. Attachments 13. Motion to approve a resolution creating street lighting districts as requested by Traffic Engineering. Attachments 14. Approve recommendation to select R.W. Allen, LLC as the Construction Manager @ Risk for the TEECenter and authorize negotiation of the contract. Attachments 15. Approve the deed of dedication and road resolutions submitted by the Engineering Department for Willhaven, Phase I. Attachments 16. Approve Capital Project Budget Change Number Five and Supplemental Agreement Number Five on the Windsor Spring Road Improvement project CPB 323-041110-296823516 and authorize the Engineering Department to extend the current agreement with W. R. Toole for six months to provide engineering services in an amount not to exceed $84,000.00 to be funded from SPLOST Phase III Recapture. Attachments 17. Authorize the Engineering Department to approve Capital Project Budget Number Eleven and Supplemental Agreement Ten with PBS & J in the amount of $57,680 to hold a Public Information Open House Meeting (PIOH) as mandated by GDOT; update the environmental document in Attachments www.augustaga.gov accordance with the new noise criteria and various permits that are now required; and the extensive right of plan revisions associated with the realignment of Barton Chapel Road as part of the improvements to Wrightsboro Road from Jimmie Dyess Parkway to I-520, CPB# 323- 041110-296823309. Funds will be transferred from the project Right of Way Account to the project Engineering Account. Engineering Services Committee Meeting 1/11/2010 12:50 PM Approve construction contract award in the amount of $766,260.73 to Garnto & Gearig Bros for the Fort Gordon Eisenhower Hospital Area Gravity Sewer System . Bid item #09-156. Department:Augusta Utilities Department Caption:Approve construction contract award to Garnto & Gearig Bros in the amount of $766,260.73. Background:This project is located at Fort Gordon, Augusta GA. The gravity sewer trunk line will begin near 22nd Street and connect to the existing municipal System just northwest of the National Science Center. It will serve an area of approximately 250 acres bounded to the north by Fort Gordon Highway (Route 10/78/278), west of the Gate I entrance . The trunk line will eliminate the need for 2 existing lift stations and 3,200 If of force main required to convey wastewater to the Fort Gordon wastewater treatment plant. This municipal gravity sewer trunk line will consist of approximately 4,625 If of 8-inch and 2,700 If of 10-inch SDR 26 PVC pipe with an estimated twenty-four 48-inch diameter manhole structures. Analysis:Garnto & Gearig Bros submitted an acceptable bid package and was the lowest responsive bidder. The staff of the Utilities Department has completed evaluation of the bid package and review of the design engineering firm’s (Stevenson & Palmer Engineering) recommendation letter and it is recommended that the award go to Garnto & Gearig Bros for $766,260.73 Financial Impact:The amount submitted for the construction of this project was $766,260.73.These funds are available from account 507043420- 5425210/88880069-5425210 Alternatives:Award the contract to Garnto & Gearig Bros Recommendation:It is recommended to award the contract to Garnto & Gearig Bros. in the amount of $766,260.73 Funds are Available in the Following Accounts: 507043420-5425210/88880069-5425210 from account $766,260.73 REVIEWED AND APPROVED BY:Cover Memo Item # 1 Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 1 Attachment number 1 Page 1 of 2 Item # 1 Attachment number 1 Page 2 of 2 Item # 1 Stevenson & Palmer Engineering, Inc. 723 Industrial Boulevard, Evans, GA 30809 (706) 261-4040 Project Name:Augusta Utilities Department Date: 10/28/2009 Fort Gordon Provatization Eisenhower Area Gravity Sewer System Project No.: G1240801 Bid Number: 09-156 Prepared by: Eric Olson AUD Project No. ICU-0069 Checked by: James Willson Date: 10/28/2009 PAY ITEM DESCRIPTION Estimated Quantity Units Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price SANITARY SEWER S-1A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to 6’, including Type II (No. 67 stone) bedding material 109 LF 45.00$ 4,905.00$ 20.73$ 2,259.57$ 23.00$ 2,507.00$ 6.30$ 686.70$ 22.00$ 2,398.00$ 15.10$ 1,645.90$ 14.09$ 1,535.81$ S-1B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to 6’, including Type II (No. 67 stone) bedding material 125 LF 65.00$ 8,125.00$ 23.83$ 2,978.75$ 25.00$ 3,125.00$ 10.20$ 1,275.00$ 24.00$ 3,000.00$ 17.20$ 2,150.00$ 17.30$ 2,162.50$ S-1C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to 6’, including Type II (No. 67 stone) bedding material 100 LF 75.00$ 7,500.00$ 23.55$ 2,355.00$ 28.00$ 2,800.00$ 14.50$ 1,450.00$ 26.00$ 2,600.00$ 19.95$ 1,995.00$ 20.23$ 2,023.00$ S-2A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to 8’, including Type II (No. 67 stone) bedding material 381 LF 50.00$ 19,050.00$ 20.73$ 7,898.13$ 25.00$ 9,525.00$ 6.70$ 2,552.70$ 22.00$ 8,382.00$ 16.50$ 6,286.50$ 14.78$ 5,631.18$ S-2B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to 8’, including Type II (No. 67 stone) bedding material 1060 LF 65.00$ 68,900.00$ 23.83$ 25,259.80$ 27.00$ 28,620.00$ 11.00$ 11,660.00$ 24.00$ 25,440.00$ 19.00$ 20,140.00$ 18.20$ 19,292.00$ S-2C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to 8’, including Type II (No. 67 stone) bedding material 265 LF 75.00$ 19,875.00$ 23.55$ 6,240.75$ 30.00$ 7,950.00$ 15.00$ 3,975.00$ 26.00$ 6,890.00$ 21.45$ 5,684.25$ 21.22$ 5,623.30$ S-2D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to 8’, including Type II (No. 67 stone) bedding materia 155 LF 90.00$ 13,950.00$ 27.44$ 4,253.20$ 33.00$ 5,115.00$ 22.70$ 3,518.50$ 30.00$ 4,650.00$ 26.20$ 4,061.00$ 26.29$ 4,074.95$ S-3A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to 10’, including Type II (No. 67 stone) bedding material 811 LF 50.00$ 40,550.00$ 20.73$ 16,812.03$ 30.00$ 24,330.00$ 7.10$ 5,758.10$ 22.00$ 17,842.00$ 18.70$ 15,165.70$ 15.66$ 12,700.26$ S-3B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to 10’, including Type II (No. 67 stone) bedding material 842 LF 75.00$ 63,150.00$ 23.83$ 20,064.86$ 32.00$ 26,944.00$ 11.50$ 9,683.00$ 24.00$ 20,208.00$ 21.20$ 17,850.40$ 18.91$ 15,922.22$ S-3C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to 10’, including Type II (No. 67 stone) bedding material 1332 LF 80.00$ 106,560.00$ 23.55$ 31,368.60$ 34.00$ 45,288.00$ 16.00$ 21,312.00$ 26.00$ 34,632.00$ 23.70$ 31,568.40$ 22.07$ 29,397.24$ S-3D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to 10’, including Type II (No. 67 stone) bedding material 436 LF 95.00$ 41,420.00$ 27.43$ 11,959.48$ 38.00$ 16,568.00$ 24.20$ 10,551.20$ 30.00$ 13,080.00$ 28.40$ 12,382.40$ 27.14$ 11,833.04$ S-4A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 10’ to 12’, including Type II (No. 67 stone) bedding material 877 LF 50.00$ 43,850.00$ 20.73$ 18,180.21$ 35.00$ 30,695.00$ 7.80$ 6,840.60$ 22.00$ 19,294.00$ 22.60$ 19,820.20$ 16.36$ 14,347.72$ S-4B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 10’ to 12’, including Type II (No. 67 stone) bedding material 207 LF 70.00$ 14,490.00$ 23.83$ 4,932.81$ 38.00$ 7,866.00$ 12.60$ 2,608.20$ 24.00$ 4,968.00$ 25.15$ 5,206.05$ 20.02$ 4,144.14$ S-4C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 10’ to 12’, including Type II (No. 67 stone) bedding material 754 LF 80.00$ 60,320.00$ 23.55$ 17,756.70$ 40.00$ 30,160.00$ 17.50$ 13,195.00$ 26.00$ 19,604.00$ 27.55$ 20,772.70$ 22.94$ 17,296.76$ S-4D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 10’ to 12’, including Type II (No. 67 stone) bedding material 420 LF 95.00$ 39,900.00$ 27.44$ 11,524.80$ 43.00$ 18,060.00$ 26.60$ 11,172.00$ 30.00$ 12,600.00$ 32.21$ 13,528.20$ 28.02$ 11,768.40$ S-5A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 383 LF 55.00$ 21,065.00$ 20.73$ 7,939.59$ 41.00$ 15,703.00$ 8.90$ 3,408.70$ 22.00$ 8,426.00$ 25.26$ 9,674.58$ 18.02$ 6,901.66$ S-5B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 25 LF 70.00$ 1,750.00$ 23.83$ 595.75$ 43.00$ 1,075.00$ 14.60$ 365.00$ 24.00$ 600.00$ 28.15$ 703.75$ 21.55$ 538.75$ S-5C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 602 LF 80.00$ 48,160.00$ 23.55$ 14,177.10$ 46.00$ 27,692.00$ 20.00$ 12,040.00$ 26.00$ 15,652.00$ 30.32$ 18,252.64$ 24.09$ 14,502.18$ S-5D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 392 LF 100.00$ 39,200.00$ 27.44$ 10,756.48$ 49.00$ 19,208.00$ 30.50$ 11,956.00$ 30.00$ 11,760.00$ 35.06$ 13,743.52$ 30.41$ 11,920.72$ S-6A 8” diameter PCV sanitary sewer pipe SDR 26, Depth 14’ to 16’, including Type II (No. 67 stone) bedding material 746 LF 55.00$ 41,030.00$ 20.73$ 15,464.58$ 46.00$ 34,316.00$ 10.20$ 7,609.20$ 24.00$ 17,904.00$ 29.79$ 22,223.34$ 22.13$ 16,508.98$ S-6B 10” diameter PCV sanitary sewer pipe SDR 26, Depth 14’ to 16’, including Type II (No. 67 stone) bedding material 61 LF 75.00$ 4,575.00$ 23.83$ 1,453.63$ 49.00$ 2,989.00$ 16.60$ 1,012.60$ 26.00$ 1,586.00$ 35.33$ 2,155.13$ 25.73$ 1,569.53$ S-6C 12” diameter PCV sanitary sewer pipe SDR 26, Depth 14’ to 16’, including Type II (No. 67 stone) bedding material 695 LF 85.00$ 59,075.00$ 23.55$ 16,367.25$ 51.00$ 35,445.00$ 22.70$ 15,776.50$ 28.00$ 19,460.00$ 34.74$ 24,144.30$ 28.65$ 19,911.75$ S-6D 15” diameter PCV sanitary sewer pipe SDR 26, Depth 14’ to 16’, including Type II (No. 67 stone) bedding material 900 LF 100.00$ 90,000.00$ 27.44$ 24,696.00$ 54.00$ 48,600.00$ 34.40$ 30,960.00$ 32.00$ 28,800.00$ 39.45$ 35,505.00$ 35.22$ 31,698.00$ S-7A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 16’ to 18’, including Type II (No. 67 stone) bedding material 390 LF 60.00$ 23,400.00$ 20.73$ 8,084.70$ 52.00$ 20,280.00$ 10.80$ 4,212.00$ 24.00$ 9,360.00$ 37.16$ 14,492.40$ 27.24$ 10,623.60$ S-7B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 16’ to 18’, including Type II (No. 67 stone) bedding material 105 LF 75.00$ 7,875.00$ 23.83$ 2,502.15$ 54.00$ 5,670.00$ 17.50$ 1,837.50$ 26.00$ 2,730.00$ 39.68$ 4,166.40$ 31.63$ 3,321.15$ S-7C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 16’ to 18’, including Type II (No. 67 stone) bedding material 857 LF 85.00$ 72,845.00$ 23.55$ 20,182.35$ 57.00$ 48,849.00$ 24.00$ 20,568.00$ 28.00$ 23,996.00$ 42.12$ 36,096.84$ 34.44$ 29,515.08$ S-8A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 18’ to 20’, including Type II (No. 67 stone) bedding material 40 LF 60.00$ 2,400.00$ 20.73$ 829.20$ 58.00$ 2,320.00$ 11.30$ 452.00$ 24.00$ 960.00$ 52.08$ 2,083.20$ 31.38$ 1,255.20$ S-8B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 18’ to 20’, including Type II (No. 67 stone) bedding material 225 LF 75.00$ 16,875.00$ 23.83$ 5,361.75$ 60.00$ 13,500.00$ 18.30$ 4,117.50$ 26.00$ 5,850.00$ 54.46$ 12,253.50$ 37.14$ 8,356.50$ S-8C 10” diameter PVC sanitary sewer pipe SDR 26, Depth 20’ to 22’, including Type II (No. 67 stone) bedding material 45 LF 125.00$ 5,625.00$ 23.83$ 1,072.35$ 71.00$ 3,195.00$ 19.50$ 877.50$ 26.00$ 1,170.00$ 54.73$ 2,462.85$ 44.25$ 1,991.25$ S-8E 12” diameter PVC sanitary sewer pipe SDR 26, Depth 18’ to 20’, including Type II (No. 67 stone) bedding material 385 LF 90.00$ 34,650.00$ 23.55$ 9,066.75$ 62.00$ 23,870.00$ 25.40$ 9,779.00$ 34.00$ 13,090.00$ 56.92$ 21,914.20$ 39.84$ 15,338.40$ S-8F 12” diameter PVC sanitary sewer pipe SDR 26, Depth 20’ to 22’, including Type II (No. 67 stone) bedding material 100 LF 90.00$ 9,000.00$ 23.55$ 2,355.00$ 74.00$ 7,400.00$ 26.80$ 2,680.00$ 34.00$ 3,400.00$ 54.41$ 5,441.00$ 46.76$ 4,676.00$ S-8G 12 diameter PVC sanitary sewer pipe SDR 26, Depth 22’ to 24’, including Type II (No. 67 stone) bedding material 80 LF 90.00$ 7,200.00$ 23.55$ 1,884.00$ 90.00$ 7,200.00$ 28.40$ 2,272.00$ 34.00$ 2,720.00$ 65.66$ 5,252.80$ 56.22$ 4,497.60$ S-8H 12” diameter PVC sanitary sewer pipe SDR 26, Depth 24’ to 26' including Type II (No. 67 stone) bedding material 120 LF 100.00$ 12,000.00$ 23.55$ 2,826.00$ 113.00$ 13,560.00$ 30.60$ 3,672.00$ 34.00$ 4,080.00$ 76.60$ 9,192.00$ 68.21$ 8,185.20$ S-9C 12” diameter ductile iron sanitary sewer pipe Class 350, Depth 0’ to 6’, including Type II (No. 67 stone) bedding material 20 LF 95.00$ 1,900.00$ 90.77$ 1,815.40$ 70.00$ 1,400.00$ 60.30$ 1,206.00$ 64.00$ 1,280.00$ 52.56$ 1,051.20$ 48.34$ 966.80$ Bid Tabulation for D.S. Utilities, Inc. Tran Construction Garnto & Gearing BrothersL & L Utilities Beam's ContractingEngineers's Opinion Blair Construction, Inc. Page 1 of 2 Attachment number 2 Page 1 of 2 Item # 1 Stevenson & Palmer Engineering, Inc. 723 Industrial Boulevard, Evans, GA 30809 (706) 261-4040 Project Name:Augusta Utilities Department Date: 10/28/2009 Fort Gordon Provatization Eisenhower Area Gravity Sewer System Project No.: G1240801 Bid Number: 09-156 Prepared by: Eric Olson AUD Project No. ICU-0069 Checked by: James Willson Date: 10/28/2009 PAY ITEM DESCRIPTION Estimated Quantity Units Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Bid Tabulation for D.S. Utilities, Inc. Tran Construction Garnto & Gearing BrothersL & L Utilities Beam's ContractingEngineers's Opinion Blair Construction, Inc. S-10A 8” diameter ductile iron sanitary sewer pipe Class 350, Depth 6’ to 8’, including Type II (No. 67 stone) bedding material 22 LF 75.00$ 1,650.00$ 42.61$ 937.42$ 62.00$ 1,364.00$ 41.30$ 908.60$ 43.00$ 946.00$ 40.49$ 890.78$ 35.31$ 776.82$ S-11C 12” diameter ductile iron sanitary sewer pipe Class 350, Depth 8’ to 10’, including Type II (No. 67 stone) bedding material 20 LF 95.00$ 1,900.00$ 90.77$ 1,815.40$ 78.00$ 1,560.00$ 66.40$ 1,328.00$ 64.00$ 1,280.00$ 56.22$ 1,124.40$ 50.18$ 1,003.60$ S-13A 8” diameter ductile iron sanitary sewer pipe Class 350, Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 50 LF 75.00$ 3,750.00$ 42.61$ 2,130.50$ 75.00$ 3,750.00$ 44.00$ 2,200.00$ 43.00$ 2,150.00$ 48.69$ 2,434.50$ 38.54$ 1,927.00$ S-13B 10” diameter ductile iron sanitary sewer pipe Class 350 Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 25 LF 85.00$ 2,125.00$ 50.09$ 1,252.25$ 81.00$ 2,025.00$ 54.10$ 1,352.50$ 49.00$ 1,225.00$ 54.61$ 1,365.25$ 46.00$ 1,150.00$ S-14A 8” diameter ductile iron sanitary sewer pipe Class 350, Depth 14’ to 16’, including Type II (No. 67 stone) bedding material 38 LF 75.00$ 2,850.00$ 42.61$ 1,619.18$ 86.00$ 3,268.00$ 45.30$ 1,721.40$ 43.00$ 1,634.00$ 53.41$ 2,029.58$ 42.67$ 1,621.46$ S-15B 10” diameter ductile iron sanitary sewer pipe Class 350 Depth 16’ to 18’, including Type II (No. 67 stone) bedding material 74 LF 85.00$ 6,290.00$ 50.09$ 3,706.66$ 103.00$ 7,622.00$ 57.40$ 4,247.60$ 49.00$ 3,626.00$ 66.24$ 4,901.76$ 56.07$ 4,149.18$ S-20A Pre-cast sanitary manhole, GA DOT STD 1011A, Type 1, Depth 0’ to 6’ (48” Diameter)61 EA 2,500.00$ 152,500.00$ 1,445.53$ 88,177.33$ 2,200.00$ 134,200.00$ 1,444.00$ 88,084.00$ 1,350.00$ 82,350.00$ 1,231.91$ 75,146.51$ 1,382.00$ 84,302.00$ S-21A Additional sanitary manhole depth, Type 1, Depth Class 1 (48” Dia.)348 VF 50.00$ 17,400.00$ 60.45$ 21,036.60$ 175.00$ 60,900.00$ 73.30$ 25,508.40$ 140.00$ 48,720.00$ 88.72$ 30,874.56$ 75.00$ 26,100.00$ S-27A 48” Diameter sanitary manhole interior protective coating with Spectra-Shield, full system 348 VF 125.00$ 43,500.00$ 125.50$ 43,674.00$ 280.00$ 97,440.00$ 91.00$ 31,668.00$ 274.00$ 95,352.00$ 257.40$ 89,575.20$ 250.00$ 87,000.00$ S-27B 48” Diameter sanitary manhole interior protective coating with Spectra-Shield, top coat only 28 VF 250.00$ 7,000.00$ 125.50$ 3,514.00$ 280.00$ 7,840.00$ 139.00$ 3,892.00$ 274.00$ 7,672.00$ 257.40$ 7,207.20$ 250.00$ 7,000.00$ S-28 Outside Drop Piping – Complete 1 EA 1,000.00$ 1,000.00$ 11,278.05$ 11,278.05$ 11,360.00$ 11,360.00$ 8,207.00$ 8,207.00$ 4,200.00$ 4,200.00$ 10,562.06$ 10,562.06$ 7,135.00$ 7,135.00$ S-30 6” sanitary sewer service, complete 130 LF 45.00$ 5,850.00$ 43.05$ 5,596.50$ 46.00$ 5,980.00$ 4.80$ 624.00$ 30.00$ 3,900.00$ 12.10$ 1,573.00$ 20.93$ 2,720.90$ S-33 Tie new sanitary sewer to existing manholes, diameter varies 3 EA 200.00$ 600.00$ 808.50$ 2,425.50$ 2,615.00$ 7,845.00$ 375.00$ 1,125.00$ 2,100.00$ 6,300.00$ 1,367.18$ 4,101.54$ 1,325.00$ 3,975.00$ S-61A Jack and Bore 16” diameter steel casing, Minimum wall thickness 0. 250 inch, Carrier pipe included, 8” diameter SDR 26 sanitary sewer pipe, end seals 120 LF 850.00$ 102,000.00$ 200.59$ 24,070.80$ 285.00$ 34,200.00$ 183.00$ 21,960.00$ 190.00$ 22,800.00$ 131.68$ 15,801.60$ 194.00$ 23,280.00$ S-61B Jack and Bore 16” diameter steel casing, Minimum wall thickness 0. 250 inch, Carrier pipe included, 10” diameter SDR 26 sanitary sewer pipe, end seals 164 LF 850.00$ 139,400.00$ 203.20$ 33,324.80$ 290.00$ 47,560.00$ 184.00$ 30,176.00$ 190.00$ 31,160.00$ 132.68$ 21,759.52$ 198.00$ 32,472.00$ S-62 Flow monitoring station, complete as shown on the Drawings 1 EA 9,900.00$ 9,900.00$ 28,167.30$ 28,167.30$ 37,800.00$ 37,800.00$ 21,400.00$ 21,400.00$ 30,000.00$ 30,000.00$ 31,027.27$ 31,027.27$ 32,250.00$ 32,250.00$ W-22 Replace existing 10” diameter AC water transmission main with new 10” diameter ductile iron water transmission main Class 350, standard joint, including Hymax couplings 70 LF 100.00$ 7,000.00$ 56.29$ 3,940.30$ 90.00$ 6,300.00$ 58.00$ 4,060.00$ 120.00$ 8,400.00$ 54.66$ 3,826.20$ 54.06$ 3,784.20$ P-2 Graded aggregate base, 10 ½ ” thick, 7’ wide and asphalt patch 2 ½ ” thick, including removal of 2 ½ ” GAB and placement of bituminous tack coat 31 SY 15.50$ 480.50$ 44.16$ 1,368.96$ 70.00$ 2,170.00$ 21.40$ 663.40$ 100.00$ 3,100.00$ 36.61$ 1,134.91$ 37.00$ 1,147.00$ P-5 4” thick concrete sidewalk, 3000 psi mix 158 SY 20.00$ 3,160.00$ 27.70$ 4,376.60$ 45.00$ 7,110.00$ 18.20$ 2,875.60$ 40.00$ 6,320.00$ 29.19$ 4,612.02$ 28.00$ 4,424.00$ P-7 4” asphalt pavement driveway replacement 13 SY 65.00$ 845.00$ 19.69$ 255.97$ 70.00$ 910.00$ 30.00$ 390.00$ 40.00$ 520.00$ 29.62$ 385.06$ 32.00$ 416.00$ P-8 24” wide concrete curb and/or gutter removal and replacement (as appropriate and necessary)25 LF 10.00$ 250.00$ 21.16$ 529.00$ 63.00$ 1,575.00$ 15.80$ 395.00$ 20.00$ 500.00$ 18.02$ 450.50$ 21.00$ 525.00$ P-11 Dirt Road Replacement to match existing 3110 SY 3.00$ 9,330.00$ 2.00$ 6,220.00$ 2.00$ 6,220.00$ 6.40$ 19,904.00$ 10.00$ 31,100.00$ 3.37$ 10,480.70$ 0.37$ 1,150.70$ MISCELLANEOUS M-1 Flowable fill 4 CY 75.00$ 300.00$ 110.51$ 442.04$ 180.00$ 720.00$ 107.00$ 428.00$ 150.00$ 600.00$ 143.60$ 574.40$ 145.00$ 580.00$ M-2 Rock excavation 100 CY 90.00$ 9,000.00$ 20.00$ 2,000.00$ 78.00$ 7,800.00$ 59.00$ 5,900.00$ 60.00$ 6,000.00$ 10.50$ 1,050.00$ 25.00$ 2,500.00$ M-4 Clearing and Grubbing 2 ACRE 2,000.00$ 4,000.00$ 4,908.75$ 9,817.50$ 7,900.00$ 15,800.00$ 5,457.00$ 10,914.00$ 2,000.00$ 4,000.00$ 7,029.75$ 14,059.50$ 7,100.00$ 14,200.00$ M-6 Remove & replace 42" storm RCP 20 LF 200.00$ 4,000.00$ 71.03$ 1,420.60$ 125.00$ 2,500.00$ 145.00$ 2,900.00$ 100.00$ 2,000.00$ 124.50$ 2,490.00$ 82.50$ 1,650.00$ M-8 Demolish Lift Station - Complete 2 EA 5,000.00$ 10,000.00$ 6,930.00$ 13,860.00$ 6,000.00$ 12,000.00$ 2,568.00$ 5,136.00$ 5,000.00$ 10,000.00$ 3,822.00$ 7,644.00$ 2,395.00$ 4,790.00$ LUMP SUM LS-1 Lump sum construction (includes but is not limited to the listing continued below)1 LS 200,000.00$ 200,000.00$ 123,146.15$ 123,146.15$ 182,544.00$ 182,544.00$ 22,770.00$ 22,770.00$ 30,000.00$ 30,000.00$ 93,540.75$ 93,540.75$ 64,200.00$ 64,200.00$ TOTAL Engineer's Total 1,797,250.50$ Calculated Total 771,378.13$ Calculated Total 1,302,188.00$ Calculated Total 561,778.00$ Calculated Total 814,267.00$ Calculated Total 859,688.12$ Calculated Total 766,260.73$ Bidder's Total 771,378.13$ Bidder's Total 1,296,344.00$ Bidder's Total 561,778.00$ Bidder's Total 814,267.00$ Bidder's Total 859,726.42$ Bidder's Total 766,260.73$ Difference -$ Difference 5,844.00$ Difference -$ Difference -$ Difference (38.30)$ Difference -$ Results Conformed Extension Error Conformed Conformed Addition Error Conformed PAVEMENT STRUCTURES WATER MAIN Page 2 of 2 Attachment number 2 Page 2 of 2 Item # 1 Attachment number 3 Page 1 of 1 Item # 1 Invitation To Bid Sealed bids will be received at this office until 3:00 p.m., Tuesday, October 13, 2009 for furnishing: Bid Item #09-156 Fort Gordon Eisenhower Hospital Area Gravity Sewer for Utilities Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $200.00 Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Thursday, August 27, 2009. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre-Bid Conference will be held on Tuesday, September 22, 2009 @ 10:00 a.m. in the Procurement Department – Room 605. All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. All questions are to be submitted in writing by Friday, September 25, 2009 by 3:00 p.m. No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. 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. Please mark BID number on the outside of the envelope. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle August 27, September 3, 10, 17, 2009 Metro Courier September 2, 2009 cc: Tameka Allen Interim Deputy Administrator Drew Goins Utilities Department Jerry Delaughter Utilities Department Stanley Aye Utilities Department Attachment number 4 Page 1 of 1 Item # 1 Ve n d o r s Bl a i r C o n s t r u c t i o n P. O . B o x 7 7 0 Ev a n s , G A 3 0 8 0 9 Ma b u s B r o t h e r s 92 0 M o l l y P o n d R d Au g u s t a , G A 3 0 9 0 1 Co n s t r u c t i o n P e r f e c t 58 7 C h e r r y A v e . N A u g u s t a , S C 2 9 8 4 1 Co n t r a c t M a n a g e m t 18 2 7 K i l l i n g s w o r t h Au g u s t a , G A 3 0 9 0 4 W. L . H a i l e y 98 0 H a m m o n d D r At l a n t a , G A 3 0 3 2 8 D. S . U t i l i t i e s I n c 16 4 4 H o l y T r i n i t y C h Li t t l e M t n , S C 2 9 7 0 5 Tr a n C o n s t r u c t i o n 38 5 5 R e d O a k C t Ma r t i n e z , G A 3 0 9 0 7 St a t e m e n t o f N o n - Di s c r i m i n a t i o n Ye s Y e s Ye s Y e s Co n f l i c t o f I n t e r e s t Ye s Y e s Ye s Y e s Co n t r a c t o r A f f i d a v i t & A g r e e m e n t Ye s Ye s Ye s Y e s Su b c o n t r a c t o r Af f i d a v i t Ye s Ye s Ye s Y e s No n - C o l l u s i o n Af f i d a v i t o f Bi d d e r / O f f e r o r Ye s Ye s Ye s Y e s No n - C o l l u s i o n Af f i d a v i t o f Su b c o n t r a c t o r Ye s Ye s Ye s Y e s Lo c a l S m a l l Bu s i n e s s Go o d F a i t h E f f o r t s Ye s No t P r o p e r l y Ex e c u t e d Ye s Y e s Lo c a l S m a l l Bu s i n e s s Su b c o n t r a c t o r / Su p p l i e r Ut i l i z a t i o n P l a n Ye s No t P r o p e r l y Ex e c u t e d Ye s Y e s Ad d e n d u m 1 & 2 Ye s Ye s Ye s Y e s B i d B o n d Ye s Ye s Ye s Y e s B i d A m o u n t $7 7 1 , 3 7 8 . 1 3 N o n - C o m p l i a n t $1 , 2 9 6 , 3 4 4 . 0 0 $ 5 6 1 , 7 7 8 . 0 0 Ye s Ye s Y e s Ce r t i f i c a t e o f In s u r a n c e F o r m Ye s Y e s Ye s Bi d I t e m # 0 9 - 1 5 6 Fo r t G o r d o n E i s e n h o w e r H o s p i t a l A r e a G r a v i t y S e w e r fo r t h e C i t y o f A u g u s t a - U t i l i t i e s D e p a r t m e n t Qu a l i f i c a t i o n o f Bi d d e r F o r m s Ye s Bi d O p e n i n g D a t e : T u e s d a y , O c t o b e r 1 3 , 2 0 0 9 @ 3 : 0 0 p . m . Ye s Pa g e 1 o f 3 Attachment number 5 Page 1 of 3 Item # 1 Ve n d o r s L & L U t i l i t i e s 74 6 R o b e r t W e b b R d Du b l i n , G A 3 1 0 2 7 Be a m ' s C o n t r a c t i n g 23 3 5 A t o m i c R d Be e c h I s l a n d , S C 29 8 4 2 To d d S m i t h G r a d i n g 18 1 0 K e l l y M i l l R d Cu m m i n g , G A 3 0 0 4 0 Ga r n t o S o u t h e r n 48 1 1 C l a r k D r Ev a n s , G A 3 0 8 0 9 L- J I n c 22 0 S t o n e B r i d g e D r Co l u m b i a , S C 2 9 2 1 0 To m m y G r i f f i n P l u m 37 4 3 A t l a n t i c A v e Ma c o n , G A 3 1 2 0 4 Jo h n s o n U t i l i t i e s P. O . B o x 3 7 7 Ev a n s , G A 3 0 8 0 9 St a t e m e n t o f N o n - Di s c r i m i n a t i o n Ye s Y e s Ye s Co n f l i c t o f I n t e r e s t Ye s Y e s Ye s Co n t r a c t o r A f f i d a v i t & A g r e e m e n t Ye s Ye s Ye s Su b c o n t r a c t o r Af f i d a v i t Y e s Ye s Ye s No n - C o l l u s i o n Af f i d a v i t o f Bi d d e r / O f f e r o r Ye s Ye s Ye s No n - C o l l u s i o n Af f i d a v i t o f Su b c o n t r a c t o r Ye s Ye s Ye s Lo c a l S m a l l Bu s i n e s s Go o d F a i t h E f f o r t s Y e s Y e s Ye s Lo c a l S m a l l Bu s i n e s s Su b c o n t r a c t o r / Su p p l i e r Ut i l i z a t i o n P l a n Ye s Y e s Ye s Ad d e n d u m 1 & 2 Ye s Ye s Ye s B i d B o n d Ye s Ye s Ye s B i d A m o u n t $8 1 4 , 2 6 7 . 0 0 $ 8 5 9 , 7 2 6 . 4 2 No n - C o m p l i a n t Qu a l i f i c a t i o n o f Bi d d e r F o r m s Ye s Y e s Ye s Bi d I t e m # 0 9 - 1 5 6 Fo r t G o r d o n E i s e n h o w e r H o s p i t a l A r e a G r a v i t y S e w e r fo r t h e C i t y o f A u g u s t a - U t i l i t i e s D e p a r t m e n t Bi d O p e n i n g D a t e : T u e s d a y , O c t o b e r 1 3 , 2 0 0 9 @ 3 : 0 0 p . m . Ce r t i f i c a t e o f In s u r a n c e F o r m Ye s Y e s N o t R e t u r n e d Pa g e 2 o f 3 Attachment number 5 Page 2 of 3 Item # 1 Ve n d o r s Ga r n t o & G e a r i g B r o s P. O . B o x 2 6 8 4 Ev a n s , G A 3 0 8 0 9 Jo h n R W a l k e r 40 3 8 4 7 5 I n d u s t r i a l Ma c o n , G A 3 1 2 1 0 St a t e m e n t o f N o n - Di s c r i m i n a t i o n Ye s N o t R e t u r n e d Co n f l i c t o f I n t e r e s t Ye s N o t R e t u r n e d Co n t r a c t o r A f f i d a v i t & A g r e e m e n t Ye s No t R e t u r n e d Su b c o n t r a c t o r Af f i d a v i t Ye s Ye s No n - C o l l u s i o n Af f i d a v i t o f Bi d d e r / O f f e r o r Ye s No t R e t u r n e d No n - C o l l u s i o n Af f i d a v i t o f Su b c o n t r a c t o r Ye s Ye s Lo c a l S m a l l Bu s i n e s s Go o d F a i t h E f f o r t s Y e s N o t R e t u r n e d Lo c a l S m a l l Bu s i n e s s Su b c o n t r a c t o r / Su p p l i e r Ut i l i z a t i o n P l a n Ye s N o t R e t u r n e d Ad d e n d u m 1 & 2 Ye s Ye s B i d B o n d Y e s Ye s B i d A m o u n t $7 6 6 , 2 6 0 . 7 3 N o n - C o m p l i a n t Qu a l i f i c a t i o n o f Bi d d e r F o r m s Ye s Y e s Bi d I t e m # 0 9 - 1 5 6 Fo r t G o r d o n E i s e n h o w e r H o s p i t a l A r e a G r a v i t y S e w e r fo r t h e C i t y o f A u g u s t a - U t i l i t i e s D e p a r t m e n t Bi d O p e n i n g D a t e : T u e s d a y , O c t o b e r 1 3 , 2 0 0 9 @ 3 : 0 0 p . m . Ce r t i f i c a t e o f In s u r a n c e F o r m Ye s I n c o m p l e t e Pa g e 3 o f 3 Attachment number 5 Page 3 of 3 Item # 1 Stevenson & Palmer Engineering, Inc. 723 Industrial Boulevard, Evans, GA 30809 (706) 261-4040 Project Name:Augusta Utilities Department Date: 10/28/2009 Fort Gordon Provatization Eisenhower Area Gravity Sewer System Project No.: G1240801 Bid Number: 09-156 Prepared by: Eric Olson AUD Project No. ICU-0069 Checked by: James Willson Date: 10/28/2009 PAY ITEM DESCRIPTION Estimated Quantity Units Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price SANITARY SEWER S-1A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to 6’, including Type II (No. 67 stone) bedding material 109 LF 45.00$ 4,905.00$ 20.73$ 2,259.57$ 23.00$ 2,507.00$ 6.30$ 686.70$ 22.00$ 2,398.00$ 15.10$ 1,645.90$ 14.09$ 1,535.81$ S-1B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to 6’, including Type II (No. 67 stone) bedding material 125 LF 65.00$ 8,125.00$ 23.83$ 2,978.75$ 25.00$ 3,125.00$ 10.20$ 1,275.00$ 24.00$ 3,000.00$ 17.20$ 2,150.00$ 17.30$ 2,162.50$ S-1C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 0’ to 6’, including Type II (No. 67 stone) bedding material 100 LF 75.00$ 7,500.00$ 23.55$ 2,355.00$ 28.00$ 2,800.00$ 14.50$ 1,450.00$ 26.00$ 2,600.00$ 19.95$ 1,995.00$ 20.23$ 2,023.00$ S-2A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to 8’, including Type II (No. 67 stone) bedding material 381 LF 50.00$ 19,050.00$ 20.73$ 7,898.13$ 25.00$ 9,525.00$ 6.70$ 2,552.70$ 22.00$ 8,382.00$ 16.50$ 6,286.50$ 14.78$ 5,631.18$ S-2B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to 8’, including Type II (No. 67 stone) bedding material 1060 LF 65.00$ 68,900.00$ 23.83$ 25,259.80$ 27.00$ 28,620.00$ 11.00$ 11,660.00$ 24.00$ 25,440.00$ 19.00$ 20,140.00$ 18.20$ 19,292.00$ S-2C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to 8’, including Type II (No. 67 stone) bedding material 265 LF 75.00$ 19,875.00$ 23.55$ 6,240.75$ 30.00$ 7,950.00$ 15.00$ 3,975.00$ 26.00$ 6,890.00$ 21.45$ 5,684.25$ 21.22$ 5,623.30$ S-2D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 6’ to 8’, including Type II (No. 67 stone) bedding materia 155 LF 90.00$ 13,950.00$ 27.44$ 4,253.20$ 33.00$ 5,115.00$ 22.70$ 3,518.50$ 30.00$ 4,650.00$ 26.20$ 4,061.00$ 26.29$ 4,074.95$ S-3A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to 10’, including Type II (No. 67 stone) bedding material 811 LF 50.00$ 40,550.00$ 20.73$ 16,812.03$ 30.00$ 24,330.00$ 7.10$ 5,758.10$ 22.00$ 17,842.00$ 18.70$ 15,165.70$ 15.66$ 12,700.26$ S-3B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to 10’, including Type II (No. 67 stone) bedding material 842 LF 75.00$ 63,150.00$ 23.83$ 20,064.86$ 32.00$ 26,944.00$ 11.50$ 9,683.00$ 24.00$ 20,208.00$ 21.20$ 17,850.40$ 18.91$ 15,922.22$ S-3C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to 10’, including Type II (No. 67 stone) bedding material 1332 LF 80.00$ 106,560.00$ 23.55$ 31,368.60$ 34.00$ 45,288.00$ 16.00$ 21,312.00$ 26.00$ 34,632.00$ 23.70$ 31,568.40$ 22.07$ 29,397.24$ S-3D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 8’ to 10’, including Type II (No. 67 stone) bedding material 436 LF 95.00$ 41,420.00$ 27.43$ 11,959.48$ 38.00$ 16,568.00$ 24.20$ 10,551.20$ 30.00$ 13,080.00$ 28.40$ 12,382.40$ 27.14$ 11,833.04$ S-4A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 10’ to 12’, including Type II (No. 67 stone) bedding material 877 LF 50.00$ 43,850.00$ 20.73$ 18,180.21$ 35.00$ 30,695.00$ 7.80$ 6,840.60$ 22.00$ 19,294.00$ 22.60$ 19,820.20$ 16.36$ 14,347.72$ S-4B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 10’ to 12’, including Type II (No. 67 stone) bedding material 207 LF 70.00$ 14,490.00$ 23.83$ 4,932.81$ 38.00$ 7,866.00$ 12.60$ 2,608.20$ 24.00$ 4,968.00$ 25.15$ 5,206.05$ 20.02$ 4,144.14$ S-4C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 10’ to 12’, including Type II (No. 67 stone) bedding material 754 LF 80.00$ 60,320.00$ 23.55$ 17,756.70$ 40.00$ 30,160.00$ 17.50$ 13,195.00$ 26.00$ 19,604.00$ 27.55$ 20,772.70$ 22.94$ 17,296.76$ S-4D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 10’ to 12’, including Type II (No. 67 stone) bedding material 420 LF 95.00$ 39,900.00$ 27.44$ 11,524.80$ 43.00$ 18,060.00$ 26.60$ 11,172.00$ 30.00$ 12,600.00$ 32.21$ 13,528.20$ 28.02$ 11,768.40$ S-5A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 383 LF 55.00$ 21,065.00$ 20.73$ 7,939.59$ 41.00$ 15,703.00$ 8.90$ 3,408.70$ 22.00$ 8,426.00$ 25.26$ 9,674.58$ 18.02$ 6,901.66$ S-5B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 25 LF 70.00$ 1,750.00$ 23.83$ 595.75$ 43.00$ 1,075.00$ 14.60$ 365.00$ 24.00$ 600.00$ 28.15$ 703.75$ 21.55$ 538.75$ S-5C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 602 LF 80.00$ 48,160.00$ 23.55$ 14,177.10$ 46.00$ 27,692.00$ 20.00$ 12,040.00$ 26.00$ 15,652.00$ 30.32$ 18,252.64$ 24.09$ 14,502.18$ S-5D 15” diameter PVC sanitary sewer pipe SDR 26, Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 392 LF 100.00$ 39,200.00$ 27.44$ 10,756.48$ 49.00$ 19,208.00$ 30.50$ 11,956.00$ 30.00$ 11,760.00$ 35.06$ 13,743.52$ 30.41$ 11,920.72$ S-6A 8” diameter PCV sanitary sewer pipe SDR 26, Depth 14’ to 16’, including Type II (No. 67 stone) bedding material 746 LF 55.00$ 41,030.00$ 20.73$ 15,464.58$ 46.00$ 34,316.00$ 10.20$ 7,609.20$ 24.00$ 17,904.00$ 29.79$ 22,223.34$ 22.13$ 16,508.98$ S-6B 10” diameter PCV sanitary sewer pipe SDR 26, Depth 14’ to 16’, including Type II (No. 67 stone) bedding material 61 LF 75.00$ 4,575.00$ 23.83$ 1,453.63$ 49.00$ 2,989.00$ 16.60$ 1,012.60$ 26.00$ 1,586.00$ 35.33$ 2,155.13$ 25.73$ 1,569.53$ S-6C 12” diameter PCV sanitary sewer pipe SDR 26, Depth 14’ to 16’, including Type II (No. 67 stone) bedding material 695 LF 85.00$ 59,075.00$ 23.55$ 16,367.25$ 51.00$ 35,445.00$ 22.70$ 15,776.50$ 28.00$ 19,460.00$ 34.74$ 24,144.30$ 28.65$ 19,911.75$ S-6D 15” diameter PCV sanitary sewer pipe SDR 26, Depth 14’ to 16’, including Type II (No. 67 stone) bedding material 900 LF 100.00$ 90,000.00$ 27.44$ 24,696.00$ 54.00$ 48,600.00$ 34.40$ 30,960.00$ 32.00$ 28,800.00$ 39.45$ 35,505.00$ 35.22$ 31,698.00$ S-7A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 16’ to 18’, including Type II (No. 67 stone) bedding material 390 LF 60.00$ 23,400.00$ 20.73$ 8,084.70$ 52.00$ 20,280.00$ 10.80$ 4,212.00$ 24.00$ 9,360.00$ 37.16$ 14,492.40$ 27.24$ 10,623.60$ S-7B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 16’ to 18’, including Type II (No. 67 stone) bedding material 105 LF 75.00$ 7,875.00$ 23.83$ 2,502.15$ 54.00$ 5,670.00$ 17.50$ 1,837.50$ 26.00$ 2,730.00$ 39.68$ 4,166.40$ 31.63$ 3,321.15$ S-7C 12” diameter PVC sanitary sewer pipe SDR 26, Depth 16’ to 18’, including Type II (No. 67 stone) bedding material 857 LF 85.00$ 72,845.00$ 23.55$ 20,182.35$ 57.00$ 48,849.00$ 24.00$ 20,568.00$ 28.00$ 23,996.00$ 42.12$ 36,096.84$ 34.44$ 29,515.08$ S-8A 8” diameter PVC sanitary sewer pipe SDR 26, Depth 18’ to 20’, including Type II (No. 67 stone) bedding material 40 LF 60.00$ 2,400.00$ 20.73$ 829.20$ 58.00$ 2,320.00$ 11.30$ 452.00$ 24.00$ 960.00$ 52.08$ 2,083.20$ 31.38$ 1,255.20$ S-8B 10” diameter PVC sanitary sewer pipe SDR 26, Depth 18’ to 20’, including Type II (No. 67 stone) bedding material 225 LF 75.00$ 16,875.00$ 23.83$ 5,361.75$ 60.00$ 13,500.00$ 18.30$ 4,117.50$ 26.00$ 5,850.00$ 54.46$ 12,253.50$ 37.14$ 8,356.50$ S-8C 10” diameter PVC sanitary sewer pipe SDR 26, Depth 20’ to 22’, including Type II (No. 67 stone) bedding material 45 LF 125.00$ 5,625.00$ 23.83$ 1,072.35$ 71.00$ 3,195.00$ 19.50$ 877.50$ 26.00$ 1,170.00$ 54.73$ 2,462.85$ 44.25$ 1,991.25$ S-8E 12” diameter PVC sanitary sewer pipe SDR 26, Depth 18’ to 20’, including Type II (No. 67 stone) bedding material 385 LF 90.00$ 34,650.00$ 23.55$ 9,066.75$ 62.00$ 23,870.00$ 25.40$ 9,779.00$ 34.00$ 13,090.00$ 56.92$ 21,914.20$ 39.84$ 15,338.40$ S-8F 12” diameter PVC sanitary sewer pipe SDR 26, Depth 20’ to 22’, including Type II (No. 67 stone) bedding material 100 LF 90.00$ 9,000.00$ 23.55$ 2,355.00$ 74.00$ 7,400.00$ 26.80$ 2,680.00$ 34.00$ 3,400.00$ 54.41$ 5,441.00$ 46.76$ 4,676.00$ S-8G 12 diameter PVC sanitary sewer pipe SDR 26, Depth 22’ to 24’, including Type II (No. 67 stone) bedding material 80 LF 90.00$ 7,200.00$ 23.55$ 1,884.00$ 90.00$ 7,200.00$ 28.40$ 2,272.00$ 34.00$ 2,720.00$ 65.66$ 5,252.80$ 56.22$ 4,497.60$ S-8H 12” diameter PVC sanitary sewer pipe SDR 26, Depth 24’ to 26' including Type II (No. 67 stone) bedding material 120 LF 100.00$ 12,000.00$ 23.55$ 2,826.00$ 113.00$ 13,560.00$ 30.60$ 3,672.00$ 34.00$ 4,080.00$ 76.60$ 9,192.00$ 68.21$ 8,185.20$ S-9C 12” diameter ductile iron sanitary sewer pipe Class 350, Depth 0’ to 6’, including Type II (No. 67 stone) bedding material 20 LF 95.00$ 1,900.00$ 90.77$ 1,815.40$ 70.00$ 1,400.00$ 60.30$ 1,206.00$ 64.00$ 1,280.00$ 52.56$ 1,051.20$ 48.34$ 966.80$ Bid Tabulation for D.S. Utilities, Inc. Tran Construction Garnto & Gearing BrothersL & L Utilities Beam's ContractingEngineers's Opinion Blair Construction, Inc. Page 1 of 2 Attachment number 6 Page 1 of 2 Item # 1 Stevenson & Palmer Engineering, Inc. 723 Industrial Boulevard, Evans, GA 30809 (706) 261-4040 Project Name:Augusta Utilities Department Date: 10/28/2009 Fort Gordon Provatization Eisenhower Area Gravity Sewer System Project No.: G1240801 Bid Number: 09-156 Prepared by: Eric Olson AUD Project No. ICU-0069 Checked by: James Willson Date: 10/28/2009 PAY ITEM DESCRIPTION Estimated Quantity Units Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Bid Tabulation for D.S. Utilities, Inc. Tran Construction Garnto & Gearing BrothersL & L Utilities Beam's ContractingEngineers's Opinion Blair Construction, Inc. S-10A 8” diameter ductile iron sanitary sewer pipe Class 350, Depth 6’ to 8’, including Type II (No. 67 stone) bedding material 22 LF 75.00$ 1,650.00$ 42.61$ 937.42$ 62.00$ 1,364.00$ 41.30$ 908.60$ 43.00$ 946.00$ 40.49$ 890.78$ 35.31$ 776.82$ S-11C 12” diameter ductile iron sanitary sewer pipe Class 350, Depth 8’ to 10’, including Type II (No. 67 stone) bedding material 20 LF 95.00$ 1,900.00$ 90.77$ 1,815.40$ 78.00$ 1,560.00$ 66.40$ 1,328.00$ 64.00$ 1,280.00$ 56.22$ 1,124.40$ 50.18$ 1,003.60$ S-13A 8” diameter ductile iron sanitary sewer pipe Class 350, Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 50 LF 75.00$ 3,750.00$ 42.61$ 2,130.50$ 75.00$ 3,750.00$ 44.00$ 2,200.00$ 43.00$ 2,150.00$ 48.69$ 2,434.50$ 38.54$ 1,927.00$ S-13B 10” diameter ductile iron sanitary sewer pipe Class 350 Depth 12’ to 14’, including Type II (No. 67 stone) bedding material 25 LF 85.00$ 2,125.00$ 50.09$ 1,252.25$ 81.00$ 2,025.00$ 54.10$ 1,352.50$ 49.00$ 1,225.00$ 54.61$ 1,365.25$ 46.00$ 1,150.00$ S-14A 8” diameter ductile iron sanitary sewer pipe Class 350, Depth 14’ to 16’, including Type II (No. 67 stone) bedding material 38 LF 75.00$ 2,850.00$ 42.61$ 1,619.18$ 86.00$ 3,268.00$ 45.30$ 1,721.40$ 43.00$ 1,634.00$ 53.41$ 2,029.58$ 42.67$ 1,621.46$ S-15B 10” diameter ductile iron sanitary sewer pipe Class 350 Depth 16’ to 18’, including Type II (No. 67 stone) bedding material 74 LF 85.00$ 6,290.00$ 50.09$ 3,706.66$ 103.00$ 7,622.00$ 57.40$ 4,247.60$ 49.00$ 3,626.00$ 66.24$ 4,901.76$ 56.07$ 4,149.18$ S-20A Pre-cast sanitary manhole, GA DOT STD 1011A, Type 1, Depth 0’ to 6’ (48” Diameter)61 EA 2,500.00$ 152,500.00$ 1,445.53$ 88,177.33$ 2,200.00$ 134,200.00$ 1,444.00$ 88,084.00$ 1,350.00$ 82,350.00$ 1,231.91$ 75,146.51$ 1,382.00$ 84,302.00$ S-21A Additional sanitary manhole depth, Type 1, Depth Class 1 (48” Dia.)348 VF 50.00$ 17,400.00$ 60.45$ 21,036.60$ 175.00$ 60,900.00$ 73.30$ 25,508.40$ 140.00$ 48,720.00$ 88.72$ 30,874.56$ 75.00$ 26,100.00$ S-27A 48” Diameter sanitary manhole interior protective coating with Spectra-Shield, full system 348 VF 125.00$ 43,500.00$ 125.50$ 43,674.00$ 280.00$ 97,440.00$ 91.00$ 31,668.00$ 274.00$ 95,352.00$ 257.40$ 89,575.20$ 250.00$ 87,000.00$ S-27B 48” Diameter sanitary manhole interior protective coating with Spectra-Shield, top coat only 28 VF 250.00$ 7,000.00$ 125.50$ 3,514.00$ 280.00$ 7,840.00$ 139.00$ 3,892.00$ 274.00$ 7,672.00$ 257.40$ 7,207.20$ 250.00$ 7,000.00$ S-28 Outside Drop Piping – Complete 1 EA 1,000.00$ 1,000.00$ 11,278.05$ 11,278.05$ 11,360.00$ 11,360.00$ 8,207.00$ 8,207.00$ 4,200.00$ 4,200.00$ 10,562.06$ 10,562.06$ 7,135.00$ 7,135.00$ S-30 6” sanitary sewer service, complete 130 LF 45.00$ 5,850.00$ 43.05$ 5,596.50$ 46.00$ 5,980.00$ 4.80$ 624.00$ 30.00$ 3,900.00$ 12.10$ 1,573.00$ 20.93$ 2,720.90$ S-33 Tie new sanitary sewer to existing manholes, diameter varies 3 EA 200.00$ 600.00$ 808.50$ 2,425.50$ 2,615.00$ 7,845.00$ 375.00$ 1,125.00$ 2,100.00$ 6,300.00$ 1,367.18$ 4,101.54$ 1,325.00$ 3,975.00$ S-61A Jack and Bore 16” diameter steel casing, Minimum wall thickness 0. 250 inch, Carrier pipe included, 8” diameter SDR 26 sanitary sewer pipe, end seals 120 LF 850.00$ 102,000.00$ 200.59$ 24,070.80$ 285.00$ 34,200.00$ 183.00$ 21,960.00$ 190.00$ 22,800.00$ 131.68$ 15,801.60$ 194.00$ 23,280.00$ S-61B Jack and Bore 16” diameter steel casing, Minimum wall thickness 0. 250 inch, Carrier pipe included, 10” diameter SDR 26 sanitary sewer pipe, end seals 164 LF 850.00$ 139,400.00$ 203.20$ 33,324.80$ 290.00$ 47,560.00$ 184.00$ 30,176.00$ 190.00$ 31,160.00$ 132.68$ 21,759.52$ 198.00$ 32,472.00$ S-62 Flow monitoring station, complete as shown on the Drawings 1 EA 9,900.00$ 9,900.00$ 28,167.30$ 28,167.30$ 37,800.00$ 37,800.00$ 21,400.00$ 21,400.00$ 30,000.00$ 30,000.00$ 31,027.27$ 31,027.27$ 32,250.00$ 32,250.00$ W-22 Replace existing 10” diameter AC water transmission main with new 10” diameter ductile iron water transmission main Class 350, standard joint, including Hymax couplings 70 LF 100.00$ 7,000.00$ 56.29$ 3,940.30$ 90.00$ 6,300.00$ 58.00$ 4,060.00$ 120.00$ 8,400.00$ 54.66$ 3,826.20$ 54.06$ 3,784.20$ P-2 Graded aggregate base, 10 ½ ” thick, 7’ wide and asphalt patch 2 ½ ” thick, including removal of 2 ½ ” GAB and placement of bituminous tack coat 31 SY 15.50$ 480.50$ 44.16$ 1,368.96$ 70.00$ 2,170.00$ 21.40$ 663.40$ 100.00$ 3,100.00$ 36.61$ 1,134.91$ 37.00$ 1,147.00$ P-5 4” thick concrete sidewalk, 3000 psi mix 158 SY 20.00$ 3,160.00$ 27.70$ 4,376.60$ 45.00$ 7,110.00$ 18.20$ 2,875.60$ 40.00$ 6,320.00$ 29.19$ 4,612.02$ 28.00$ 4,424.00$ P-7 4” asphalt pavement driveway replacement 13 SY 65.00$ 845.00$ 19.69$ 255.97$ 70.00$ 910.00$ 30.00$ 390.00$ 40.00$ 520.00$ 29.62$ 385.06$ 32.00$ 416.00$ P-8 24” wide concrete curb and/or gutter removal and replacement (as appropriate and necessary)25 LF 10.00$ 250.00$ 21.16$ 529.00$ 63.00$ 1,575.00$ 15.80$ 395.00$ 20.00$ 500.00$ 18.02$ 450.50$ 21.00$ 525.00$ P-11 Dirt Road Replacement to match existing 3110 SY 3.00$ 9,330.00$ 2.00$ 6,220.00$ 2.00$ 6,220.00$ 6.40$ 19,904.00$ 10.00$ 31,100.00$ 3.37$ 10,480.70$ 0.37$ 1,150.70$ MISCELLANEOUS M-1 Flowable fill 4 CY 75.00$ 300.00$ 110.51$ 442.04$ 180.00$ 720.00$ 107.00$ 428.00$ 150.00$ 600.00$ 143.60$ 574.40$ 145.00$ 580.00$ M-2 Rock excavation 100 CY 90.00$ 9,000.00$ 20.00$ 2,000.00$ 78.00$ 7,800.00$ 59.00$ 5,900.00$ 60.00$ 6,000.00$ 10.50$ 1,050.00$ 25.00$ 2,500.00$ M-4 Clearing and Grubbing 2 ACRE 2,000.00$ 4,000.00$ 4,908.75$ 9,817.50$ 7,900.00$ 15,800.00$ 5,457.00$ 10,914.00$ 2,000.00$ 4,000.00$ 7,029.75$ 14,059.50$ 7,100.00$ 14,200.00$ M-6 Remove & replace 42" storm RCP 20 LF 200.00$ 4,000.00$ 71.03$ 1,420.60$ 125.00$ 2,500.00$ 145.00$ 2,900.00$ 100.00$ 2,000.00$ 124.50$ 2,490.00$ 82.50$ 1,650.00$ M-8 Demolish Lift Station - Complete 2 EA 5,000.00$ 10,000.00$ 6,930.00$ 13,860.00$ 6,000.00$ 12,000.00$ 2,568.00$ 5,136.00$ 5,000.00$ 10,000.00$ 3,822.00$ 7,644.00$ 2,395.00$ 4,790.00$ LUMP SUM LS-1 Lump sum construction (includes but is not limited to the listing continued below)1 LS 200,000.00$ 200,000.00$ 123,146.15$ 123,146.15$ 182,544.00$ 182,544.00$ 22,770.00$ 22,770.00$ 30,000.00$ 30,000.00$ 93,540.75$ 93,540.75$ 64,200.00$ 64,200.00$ TOTAL Engineer's Total 1,797,250.50$ Calculated Total 771,378.13$ Calculated Total 1,302,188.00$ Calculated Total 561,778.00$ Calculated Total 814,267.00$ Calculated Total 859,688.12$ Calculated Total 766,260.73$ Bidder's Total 771,378.13$ Bidder's Total 1,296,344.00$ Bidder's Total 561,778.00$ Bidder's Total 814,267.00$ Bidder's Total 859,726.42$ Bidder's Total 766,260.73$ Difference -$ Difference 5,844.00$ Difference -$ Difference -$ Difference (38.30)$ Difference -$ Results Conformed Extension Error Conformed Conformed Addition Error Conformed PAVEMENT STRUCTURES WATER MAIN Page 2 of 2 Attachment number 6 Page 2 of 2 Item # 1 Attachment number 7 Page 1 of 3 Item # 1 Attachment number 7 Page 2 of 3 Item # 1 Attachment number 7 Page 3 of 3 Item # 1 Attachment number 8 Page 1 of 3 Item # 1 Attachment number 8 Page 2 of 3 Item # 1 Attachment number 8 Page 3 of 3 Item # 1 Engineering Services Committee Meeting 1/11/2010 12:50 PM Approve purchase of Wetlands Mitigation Credits associated with construction of the Butler Creek Interceptor Upgrade East, Phase 1 and 2, Project number 60107 and 60108. Department:Tom Wiedmeier, Director Augusta Utilities Department Caption:Award subject Wetland Mitigation Credits purchase from The Phinizy Swamp Mitigation Bank through Merry Land Properties, LLC in the amount of $56,700.00. Background:A new Butler Creek interceptor East sanitary sewer was needed to upgrade the aging Butler Creek East main interceptor sewer main. The Butler Creek Main Interceptor Upgrade East Phase 1 and 2 Projects are designed to upgrade the Butler Creek Main Interceptor East via installation of new sanitary sewer piping which will tie-in to the recently installed Butler Creek Interceptor piping near Lexington Drive, and extend the new sewer main to the Messerly Seweage Treatment Plant on New Savannah Road. Analysis:Approving subject wetland mitigation credits purchase will allow Augusta the wetland credits needed to satisfy the requirements of the Corp of Engineers under Nationwide Permit 12 to construct the Butler Creek East Main Interceptor Upgrade Projects, Phases 1 and 2 sanitary sewer mains. The fee is the lowest fee submitted by available Wetlands credit banks. With the completion of these construction projects the City of Augusta will be effectively served by the new sanitary sewer main, and have years of trouble free service from the new system. Financial Impact:Funds for this work are available in account number 511043420- 5213119/80360107-5213119 Alternatives:No alternatives are recommended. Recommendation:Augusta Utilities Department recommends the Commission award Merry Land Properties, LLC, subject wetland mitigation fees for purchase of the required 18.9 Corps of Engineers wetland credits needed under Nationwide Permit 12 in the amount of $56,700.00. Funds are Available in the Following Accounts: FUNDS AVAILABLE IN THE FOLLOWING ACCOUNTS: 511043420- 5213119/80360107-5213119 REVIEWED AND APPROVED BY: Cover Memo Item # 2 Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 2 Attachment number 1 Page 1 of 1 Item # 2 Engineering Services Committee Meeting 1/11/2010 12:50 PM Approve Soils and Materials Testing Services Contract Associated With RFP Item # 09-177. Department:Utilities Caption:Award contract to CSRA Testing and Engineering in the amount of $34,788.00. Background:The Augusta Utilities Department (AUD) needed to contract with an engineering testing firm to perform soils and materials testing for capital improvements projects in Augusta-Richmond County. RFP 09-177 was developed and advertised through Augusta’s Procurement Department. Five proposals were found to be in compliance with applicable RFQ requirements and after review of the five proposals by a review committee, CSRA Testing and Engineering was rated as the firm best conforming to the criteria established. Analysis:Approving this contract will allow CSRA Testing and Engineering, to enter into a contract with Augusta-Richmond County to perform applicable soils and materials testing as for capital improvements projects for AUD. Financial Impact:Funds for this work are available in account number 507043490- 5212115/80399999-5212115 Alternatives:No alternatives are recommended. Recommendation:We recommend the Commission award the Soils and Materials Testing contract to CSRA Testing and Engineering in the amount of $34,788.00. Funds are Available in the Following Accounts: 507043490-5212115/80399999-5212115 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 3 REQUEST FOR QUALIFICATIONS Request for Qualifications will be received at this office until Friday, November 20, 2009 @ 11:00 a.m. for furnishing: RFQ ITEM #09-177 Soils and Materials Testing for Capital Improvement Projects for Utilities Department RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing to the office of the Procurement Department by Tuesday, November 10, 2009 @ 3:00 p.m. by fax at 706-821-2811 or by mail. No RFQ 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 on an eligible local project, the certification statement as a local bidder and all supporting documents must be submitted to the Procurement Department with your bonafide bid package. No RFQ may be withdrawn for a period of 90 days after time has been called on the date of opening. 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. Please mark RFQ number on the outside of the envelope. Bidders are cautioned that sequestration of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle October 15, 22, 29, November 5, 2009 Metro Courier October 21, 2009 cc: Tameka Allen Interim Deputy Administrator Drew Goins Utilities Department Joe Holland Utilities Department Attachment number 1 Page 1 of 1 Item # 3 VENDORS ORIGINAL 6 COPIES FEE PROPOSAL ADDENDUM ATC Associates Inc. 1841 West Oak Pkwy Ste F Marietta, GA 30062 YES YES YES YES CSRA Testing & Engineering 1005 Emmett St, Ste A Augusta, GA 30904 YES YES YES YES MC Squared, Inc. 1275 Shiloh Rd Ste 2670 Kennesaw, GA 30144 YES YES YES YES Moreland Altobelli Assoc 2211 Beaver Ruin Rd Ste 190 Norcross, GA 30071 YES YES YES YES Qore Property Sciences 645 Frontage Rd NW Augusta, GA 30907 YES YES YES YES S&ME 134 Suber Road Columbia, SC 29210 Graves Engineering Services 1220 W Wheeler Parkway Augusta, GA 30907 National Salvage & Service RFQ Item #09-177 Soils and Materials Testing for Capital Improvement Projects for the City of Augusta - Utiilties Department RFQ Opening Date: Tuesday, November 24, 2009 @ 11:00 a.m. Non-Compliant Did not acknowledge the Addendum National Salvage & Service 6755 Old State Road 37 S Bloomington, IN 47401 Nova Engineering & Environmental 3640 Kennesaw North Industrial Pkwy Ste E Kennesaw, GA 30144 Parsons 1810-B Doug Barnard Pkwy Augusta, GA 30906 S L King Technologies 270 Peachtree Street Atlanta, GA 30331 STS Operations 1342 Colonial Blvd Ste F45 Ft. Myers, FL 33901 Tetra Tech 360 Bay Street, Ste 435 Augusta, GA 30909 W. K. Dickson, Inc. 1450 Greene Street #225 Augusta, GA 30901 Page 1 of 1 Attachment number 2 Page 1 of 1 Item # 3 Attachment number 3 Page 1 of 4 Item # 3 Attachment number 3 Page 2 of 4 Item # 3 Attachment number 3 Page 3 of 4 Item # 3 Attachment number 3 Page 4 of 4 Item # 3 Evaluation Criteria PTS ATC Associates Inc. 1841 West Oak Pkwy Ste F Marietta, GA 30062 CSRA Testing & Engineering 1005 Emmett St, Ste A Augusta, GA 30904 MC Squared, Inc. 1275 Shiloh Rd Ste 2670 Kennesaw, GA 30144 Moreland Altobelli Assoc 2211 Beaver Ruin Rd Ste 190 Norcross, GA 30071 Qore Property Sciences 645 Frontage Rd NW Augusta, GA 30907 1) Experience with similar projects 15%15.00 15.00 15.00 15.00 15.00 2) Company accreditations 15%15.00 15.00 15.00 15.00 15.00 3) Laboratory Testing Experience 20%20.00 20.00 20.00 20.00 20.00 4) Field Testing Experience 25%25.00 25.00 25.00 25.00 25.00 5) Proximity of Your Office To Project 15%12.67 15.00 10.00 10.00 14.33 6) Cost 10%6.00 10.00 5.67 3.00 8.33 Total 100%93.67 100.00 90.67 88.00 97.67 Cumulative Evaluation Sheet - RFQ Item #09-177 Soils and Materials Testing for Capital Improvement Projects for the City of Augusta - Utiilties Department Wednesday, December 9, 2009 @ 9:00 a.m. Item # 3 Item # 3 Attachment number 6 Page 1 of 2 Item # 3 Attachment number 6 Page 2 of 2 Item # 3 Engineering Services Committee Meeting 1/11/2010 12:50 PM Award Contract for Riverwalk Sidewalk Replacement Department:Public Services Department - Facilities Management Division Caption:Approve award of the contract for Replacement of Sidewalk at Augusta Riverwalk to L-J, Inc. of Beech Island, SC in the amount of $20,250. To be funded from 272-04-2260. Background:Since completion of the Augusta Riverwalk, the sidewalks on the lower level have experienced differential settlement and cracking due to exposure. In order to eliminate this it is necessary to remove and replace sections of the walk. Bid Item 09-176 was issued soliciting bids to replace 75 sections of walk along with a unit cost to add to or deduct from this total depending on actual need. Seven responsive bids were received on November 24, 2009. Analysis:L-J Inc. of Beech Island, SC was the lowest responsive bid. We have checked references and Staff recommends award of the contract to the low bidder, L-J Inc. Financial Impact:The cost of the contract is $20,250. Alternatives:1. Approve award of the contract for Replacement of Sidewalk at Augusta Riverwalk to L-J, Inc. of Beech Island, SC in the amount of $20,250. To be funded from 272-04-2260. 2. Do not approve the award. Recommendation:Approve award of the contract for Replacement of Sidewalk at Augusta Riverwalk to L-J, Inc. of Beech Island, SC in the amount of $20,250. To be funded from 272-04-2260. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN ACCOUNT: 272-04-2260 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Law. Finance. Cover Memo Item # 4 Law. Administrator. Clerk of Commission Cover Memo Item # 4 Invitation To Bid Sealed bids will be received at this office until 11:00 a.m. Friday, November 20, 2009 for furnishing: Bid Item #09-176 Replacement of Sidewalk @ Augusta Riverwalk for Public Services Department – Facilities Management Division Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. A Mandatory Pre-Bid Conference will be held on Friday, November 6, 2009 @ 10:00 a.m. in the Procurement Department – Room 605. All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. All questions are to be submitted in writing by Tuesday, November 10, 2009 by 3:00 p.m. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, the certification statement as a local bidder and all supporting documents must be submitted to the Procurement Department with your bonafide bid package. No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. 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. Please mark BID number on the outside of the envelope. Bidders are cautioned that sequestration 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. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle October 15, 22, 29, November 5, 2009 Metro Courier October 21, 2009 cc: Tameka Allen Interim Deputy Administrator Mike Greene Public Service Rick Acree Public Service – Facilities Management Attachment number 1 Page 1 of 1 Item # 4 Attachment number 2 Page 1 of 2 Item # 4 Attachment number 2 Page 2 of 2 Item # 4 Attachment number 3 Page 1 of 5 Item # 4 Attachment number 3 Page 2 of 5 Item # 4 Attachment number 3 Page 3 of 5 Item # 4 Attachment number 3 Page 4 of 5 Item # 4 Attachment number 3 Page 5 of 5 Item # 4 Attachment number 4 Page 1 of 1 Item # 4 Ve n d o r s : Am m a r C o n s t . P. O . B o x 1 8 7 7 Ev a n s , G A 3 0 8 0 9 Je f f e r y H a r r i s Tr u c k i n g I n c . 17 3 6 B a r t o n C h a p e l Au g u s t a , G A 3 0 9 0 9 Ho r i z o n C o n s t r u c t i o n PO B o x 7 9 8 Ev a n s , G A 3 0 8 0 9 L- J I n c 60 3 P i n e L o g R o a d Be e c h I s l a n d , S C 2 9 8 4 2 Si t e c , L L C 21 7 F a i r f i e l d S t N E Ai k e n , S C 2 9 8 0 1 Tr a n C o n s t 38 5 5 R e d O a k C t Ma r t i n e z , G A 30 9 0 7 Tu r n e r M e c h I n c 13 4 7 A t o m i c R o a d Be e c h I s l a n d , S C 2 9 8 4 2 Bi d F o r m YE S Y E S Y E S Y E S Y E S Y E S Y E S St a t e m e n t o f N o n - Di s c r i m i n a t i o n YE S Y E S Y E S Y E S Y E S Y E S Y E S Co n f l i c t o f I n t e r e s t YE S Y E S Y E S Y E S Y E S Y E S Y E S Co n t r a c t o r A f f i d a v i t & Ag r e e m e n t YE S Y E S Y E S Y E S Y E S Y E S Y E S Su b c o n t r a c t o r A f f i d a v i t & Ag r e e m e n t YE S Y E S Y E S Y E S Y E S Y E S Y E S No n - C o l l u s i o n A f f i d a v i t of B i d d e r YE S Y E S Y E S Y E S Y E S Y E S Y E S No n - C o l l u s i o n A f f i d a v i t Su b c o n t r a c t o r YE S Y E S Y E S Y E S Y E S Y E S Y E S Lo c a l S m a l l B u s i n e s s Go o d F a i t h E f f o r t s YE S Y E S Y E S Y E S Y E S Y E S Y E S Lo c a l S m a l l B u s i n e s s Su b c o n t r a c t o r / S u p p l i e r Ut i l i z a t i o n P l a n YE S Y E S Y E S Y E S Y E S Y E S Y E S Ad d e n d u m YE S Y E S Y E S Y E S Y E S Y E S Y E S Bi d B o n d YE S Y E S Y E S Y E S Y E S Y E S Y E S Bi d A m o u n t $7 0 , 4 0 0 . 0 0 $ 7 0 , 0 0 0 . 0 0 $ 2 9 , 2 5 0 . 0 0 $ 2 0 , 2 5 0 . 0 0 $ 2 8 , 2 0 0 . 0 0 $ 2 1 , 2 5 5 . 0 0 $ 4 3 , 2 7 5 . 0 0 Un i t P r i c e $9 3 8 . 6 6 $ 9 5 0 . 0 0 $ 3 9 0 . 0 0 $ 2 7 0 . 0 0 $ 3 7 6 . 0 0 $ 3 5 4 . 2 5 $ 5 7 7 . 0 0 Bi d I t e m # 0 9 - 1 7 6 Re p l a c e m e n t o f S i d e w a l k @ R i v e r w a l k Fo r t h e C i t y o f A u g u s t a - P u b l i c S e r v i c e s D e p a r t m e n t - F a c i l i ti e s M a n a g e m e n t D i v i s i o n Bi d O p e n i n g D a t e : T u e s d a y , N o v e m b e r 2 4 , 2 0 0 9 a t 1 1 : 0 0 a. m . Pa g e 1 o f 2 Attachment number 5 Page 1 of 2 Item # 4 Ve n d o r s : Ac t i o n L a n d s c a p i n g 24 3 S i l v e r M a p l e R d Ma r t i n e z , G A 3 0 9 0 7 Bl o u n t s C o m p l e t e Ho m e S e r v i c e 29 0 7 T a b a c c o R d He p h z i b a h G A 3 0 8 1 5 Co l u m b i a D i v e r s i f i e d P. O . B o x 2 1 1 2 2 2 Ma r t i n e z , G A 3 0 9 1 7 Bi d F o r m YE S Y E S Y E S St a t e m e n t o f N o n - Di s c r i m i n a t i o n YE S Y E S Y E S Co n f l i c t o f I n t e r e s t YE S Y E S N o n - C o m p l i a n t Fo r m I n c o m p l e t e Co n t r a c t o r A f f i d a v i t & Ag r e e m e n t YE S No n - C o m p l i a n t Da t e S i g n e d & D a t e No t a r i z e d d i f f e r e n t YE S Su b c o n t r a c t o r A f f i d a v i t & Ag r e e m e n t YE S No n - C o m p l i a n t Da t e S i g n e d & D a t e No t a r i z e d d i f f e r e n t YE S No n - C o l l u s i o n A f f i d a v i t of B i d d e r YE S Y E S Y E S No n - C o l l u s i o n A f f i d a v i t Su b c o n t r a c t o r YE S Y E S Y E S Lo c a l S m a l l B u s i n e s s Go o d F a i t h E f f o r t s YE S Y E S Y E S Lo c a l S m a l l B u s i n e s s Su b c o n t r a c t o r / S u p p l i e r Ut i l i z a t i o n P l a n YE S Y E S Y E S Ad d e n d u m YE S Y E S Y E S Bi d B o n d N o n - C o m p l i a n t Di d n o t s u b m i t a n or i g i n a l w / s e a l YE S Y E S Bi d A m o u n t Un i t P r i c e Bi d I t e m # 0 9 - 1 7 6 Re p l a c e m e n t o f S i d e w a l k @ R i v e r w a l k Fo r t h e C i t y o f A u g u s t a - P u b l i c S e r v i c e s D e p a r t m e n t - F a c i l i ti e s M a n a g e m e n t D i v i s i o n Bi d O p e n i n g D a t e : T u e s d a y , N o v e m b e r 2 4 , 2 0 0 9 a t 1 1 : 0 0 a. m . N o n - C o m p l i a n t N o n - C o m p l i a n t N o n - C o m p l i a n t Pa g e 2 o f 2 Attachment number 5 Page 2 of 2 Item # 4 Engineering Services Committee Meeting 1/11/2010 12:50 PM Barbara Coping Department:Clerk of Commission Caption:Consider a request from Ms. Barbara Coping regarding a waiver of the solid waste charges for the property located at 1615 Cornell Drive. Background: Analysis: Financial Impact: Alternatives: Recommendation: Funds are Available in the Following Accounts: REVIEWED AND APPROVED BY: Clerk of Commission Cover Memo Item # 5 Attachment number 1 Page 1 of 1 Item # 5 Engineering Services Committee Meeting 1/11/2010 12:50 PM Belair Road Improvements (SA4 & CPB3) Department:Abie L. Ladson, PE, CPESC, Director of Engineering Caption:Approve Capital Project Budget Change Number Three and Supplemental Agreement Number Four in the amount of $140,250.00 on the Belair Road Improvements project CPB# 323-041110-201823332. Funding is available in the project contingency and right-of-way accounts to be transferred to the project engineering account as requested by AED. Background:The scope of the project is to perform drainage assessment, surveying, planning, design and permitting of drainage and roadway improvements along Belair Road. Analysis:These improvements will include: curb and gutter, storm system design and a 5-foot sidewalk along Belair Road. These improvements will be incorporated within the overall intersection design and improvements per the original contract. The intent is to design the drainage improvements with no or minimal right-of-way acquisition; however, some ROW, driveway, drainage and or utilities could be impacted and/or easements required. Financial Impact:Funds in the amount of $115,000 are available in the project contingency account and funds in the amount of $25,250 are available in the project right-of-way account to be transferred to the project Engineering Account upon Commission approval. Alternatives:Approve Capital Project Budget Change Number Three and Supplemental Agreement Number Four in the amount of $140,250.00 on the Belair Road Improvements project CPB# 323-041110-201823332. Funding is available in the project contingency and right-of-way accounts to be transferred to the project engineering account as requested by AED. 2. Do not approve. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 324-04-1110/201823332 REVIEWED AND APPROVED BY: Finance. Cover Memo Item # 6 Law. Administrator. Clerk of Commission Cover Memo Item # 6 (SA01 – For changes more than $20,000) August 2009 AUGUSTA, GEORGIA ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT Project No. 323-041110-201823332 Supplemental Agreement No.4 PO: 71248 WHEREAS, We, “Rochester and Associates” Consultant, entered into a contract with Augusta-Richmond County on “February 18, 2003”, for engineering design services associated with the “Belair Road Improvements Project”, Project No. 323-041110-201823332, File Reference No. 09-014 (A), and WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: Assist Augusta Richmond County with performing a draining assessment, surveying, planning, design and permitting of drainage and roadway improvements along Belair Road based on recommendations from Augusta Richmond County staff. It is agreed that as a result of the above described modification the contract amount is increased by $140,250.00 from $229,578.09 to a new total of $369,828.09. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, “Rochester and Associates”, Consultant, hereby agree to said Supplemental Agreement consisting of the above mentioned items and prices, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. This day of , 2009. RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY AUGUSTA, GEORGIA Deke Copenhaver, Mayor Approved: Date Approved: Date [ATTACHED CORPORATE SEAL] ATTEST: Title: Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for execution. For r execution. For r execution. For r execution. For information reference this request contact engineering at ext 5070. Thanks information reference this request contact engineering at ext 5070. Thanks information reference this request contact engineering at ext 5070. Thanks information reference this request contact engineering at ext 5070. Thanks Attachment number 1 Page 1 of 1 Item # 6 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby authorized: Section 1: The project change is authorized to CPB# 323-04-201823332. This project proposes to perform drainage assessment, surveying, planning, design and permitting of drainage and roadway improvements along Belair Road, in the total amount of $140,250 to be funded by the project contingency and right-of-way accounts to be transferred to the project engineering account as requested by AED. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase III 2,341,000$ Special 1% Sales Tax, Phase III Recapture 20,000$ 2,361,000$ Section 3: The following amounts are appropriated for the project: SUPPLEMENTAL AGREEMENT NUMBER FOUR CPB#323-04-201823332 CAPITAL PROJECT BUDGET BELAIR ROAD (Wrightsboro Road to Jimmie Dyess Parkway-Formerly New Belair Road) CHANGE NUMBER THREE Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks Section 3: The following amounts are appropriated for the project: By Basin By District Raes Creek $2,361,000 7th 2,361,000$ Section 4: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Public Works Copy-Finance Department Copy-Purchasing Department Honorable Deke Copenhaver, Mayor Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks Attachment number 2 Page 1 of 2 Item # 6 Augusta-Richmond County, Georgia SUPPLEMENTAL AGREEMENT NUMBER FOUR CPB#323-04-201823332 CAPITAL PROJECT BUDGET BELAIR ROAD (Wrightsboro Road to Jimmie Dyess Parkway-Formerly New Belair Road) CHANGE NUMBER THREE CPB AMOUNT CPB NEW CPB CHANGE CPB SOURCE OF FUNDS SPOST, PHASE III 323-041110-0000000-000000000 ($2,341,000) $0 ($2,341,000) SPLOST, PHASE III RECAPTURE 323-04-1110-6011110-296823333 ($20,000) $0 ($20,000) TOTAL SOURCES: ($2,361,000) $0 ($2,361,000) USE OF FUNDS ADVERTISING 323-04-1110-5233119-201823332 $1,000 $0 $1,000 ENGINEERING 323-04-1110-5212115-201823332 $235,000 $140,250 $375,250 RIGHT OF WAY 323-04-1110-5411120-201823332 $210,000 ($25,250)$184,750 CONSTRUCTION $1,800,000 $0 $1,800,000 323-04-1110-5414110-201823332 CONTINGENCY 323-04-1110-6011110-201823332 $115,000 ($115,000)$0 TOTAL USES: $2,361,000 $0 $2,361,000 Attachment number 2 Page 2 of 2 Item # 6 Engineering Services Committee Meeting 1/11/2010 12:50 PM D'Antignac Street Drainage Improvements Department:Abie L. Ladson, PE, CPESC, Director, Engineering Department Caption:Approve Capital Project Budget Number One and Change Order Number One for Construction Material Testing and unforeseen subsurface construction in the amount of $400,000 to Tommy L. Griffin Plumbing and Heating on the D’Antignac Street Drainage Improvements project. Funding is available in the project storm drainage account as requested by AED. Background:The D’Antignac Street Drainage Improvements project was approved by the Augusta-Richmond County Commission on March 28, 2007. Under Inter- agency agreement with the University Hospital, the City completed a design contract with Cranston Engineering Group, PC that provided a drainage study and a design to improve surface drainage of University Hospital sub- basin. D’Antignac Street has low point in front of University Hospital which is drained through a series of pipes to the Third Level Canal below 8th Street. During periods of heavy rain, this area ponds and the rising water have put surrounding structures at risk. Analysis:Project is under construction and Construction Material Testing (CMT) will provide needed Quality Assurance / Quality Control (QA/QC) to ensure per Design & Contract construction. Also, project corridor encompasses areas that historically have been industrial mixed with fill land. Potential for encountering unsuitable subsurface conditions exists that will warrant additional control measures to keep construction in progress. Requested change will provide funds for CMT and unforeseen subsurface construction. Financial Impact:Funding is available in the project storm drainage account number 325- 041110-5414710/209825101-5414710 upon Commission approval. Alternatives:1) Approve Capital Project Budget Number One and Change Order Number One for Construction Material Testing and unforeseen subsurface construction in the amount of $400,000 to Tommy L. Griffin Plumbing and Heating on the D’Antignac Street Drainage Improvements project. Funding is available in the project storm drainage account as requested by AED. 2) Do not approve and discontinue project. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: 325- 041110-5414710/209825101-5414710 Cover Memo Item # 7 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 7 Augusta-Richmond County, Georgia CHANGE ORDER ONE CHANGE NUMBER ONE BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby adopted: Section 1: This project be set up is authorized to CPB#325-041110-209825201. Funding is needed for D'Antignac Street Drainage Improvements for Construction Material Testing and Unforeseen Subsurface Construction in the amount of $400,000 for Tommy L. Griffin Plumbing and Heating. Funds in the amount of $400,000 are available in project Storm Drainage Account. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase IV Recapture 3,162,282$ Special 1% Sales Tax, Phase V 1,000,000$ 4,162,282$ Section 3: The following amounts are appropriated for the project: By Basin By District Rock Creek $4,162,282 4,162,282$ CPB#325-041110-209825101 CAPITAL PROJECT BUDGET D'ANTIGNAC STREET DRAINAGE IMPROVEMENTS Please do not process this document. Once approved by the Commission, the original will be sent to Clerk of Commission for execution. For information reference this request contact Engineering @ ext 5070. Section 4: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department Honorable Deke Copenhaver, Mayor Please do not process this document. Once approved by the Commission, the original will be sent to Clerk of Commission for execution. For information reference this request contact Engineering @ ext 5070. 1 of 2 12.7.09 Attachment number 1 Page 1 of 2 Item # 7 Augusta-Richmond County, Georgia CPB#325-041110-209825101 CAPITAL PROJECT BUDGET D'ANTIGNAC STREET DRAINAGE IMPROVEMENTS CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB CHANGE CPB SPLOST, PHASE IV 324-04-1110-6011110 ($3,162,282) $0 ($3,162,282) SPLOST, PHASE V 325-04-1120-6011110 ($1,000,000) $0 ($1,000,000) TOTAL SOURCES: ($4,162,282) $0 ($4,162,282) USE OF FUNDS ENGINEERING 325-04-1110-5212115-209825101 $0 $213,715 $213,715 $0 $53,405 $53,405 STORM DRAINAGE 325-04-1110-5414710-209825101 $4,162,282 ($267,120) $3,895,162 TOTAL USES: $4,162,282 $0 $4,162,282 2 of 2 12.7.09 Attachment number 1 Page 2 of 2 Item # 7 Please do not process this document. Once approved by the Commission, the original will be sent to Clerk of Commission for execution. For information reference this request contact Engineering @ ext 5070. Change Order Number: One Date: 12-7-09 Project Title D’Antignac Street Drainage Improvements Original Contract Date: 08-04-09 Project Number: 325-041110-209825101 Owner: ARC P.O. Number: Contractor: Tommy L. Griffin Plumbing The following change order is hereby made to the proposal for the above project: See Attached TOTAL AMOUNT OF THIS CHANGE ORDER $400,000.00 The Contract time will be Increased/Decreased by 0 calendar days as a result of this change. Original Contract Amount $3,162,281.57 Previous Change Order (Increased / Decreased) $0.00 This Change Order (Increased / Decreased) $ 400,000.00 TOTAL CONTRACT WITH CHANGE ORDER(S) $3,562,281.57 * * * * * * * * * * * * * Funding Source/Account Number: 325-041110/5414710-209825101/5414710 Requested By: Date: Engineer Submitted By: Date: Department Head Finance Endorsement: Date: Finance Recommended By: Date: Administrator Accepted By: Date: Contractor COPIES: Abie L. Ladson, P.E., CPESC, Director-Engineering Hameed Malik, PhD., P.E., Assistance Director-Engineering Valerie Jenkins, Accountant, Engineering Eric Loggins, Accountant, Engineering Geri Sams, Procurement Tim Schroer, Finance Construction File Attachment number 2 Page 1 of 1 Item # 7 Engineering Services Committee Meeting 1/11/2010 12:50 PM Emergency Repair to the Stormwater Drainage Open Channel along Interstate Parkway Department:Abie L. Ladson, PE, CPESC, Director of Engineering Caption:Receive as information the Emergency Repair to the Stormwater Drainage Open Channel along Interstate Parkway for the Engineering Department. The award of the contract to DS Utilities in the amount of $54,382.81 is funded from SPLOST Phase III Recapture account upon receipt of signed contract and proper bonds. Background:An engineering observation and analysis was completed by AED. An engineered earthen swale was constructed to provide positive drainage along Interstate Parkway and protect the roadway adjacent to T-Mobile facilities. This drainage channel receives surface runoff from the County’s Right-of- Way and surrounding commercial facilities. Over time, this swale has and continues to experienced severe erosion and is exposing several subsurface utilizes and undercutting along Interstate Parkway. This area of roadway will eventually collapse, if immediate repair was not rendered. Analysis:Bids were received on December 4, 2009; Bid Item #09-190, with DS Utilities being the low bidder. Bid results were as follows: Contractors Bids DS Utilities $54,382.81 Blair Construction $66,103.00 Beam’s Contracting $154,372.55 The recommendation of the Engineering Department was to award the bid to the low bidder, DS Utilities, subject to receipt of signed contracts and bonds. Financial Impact:Funding is available in the SPLOST Phase III Recapture account upon Commission approval. Alternatives:) Receive as information the Emergency Repair to the Stormwater Drainage Open Channel along Interstate Parkway for the Engineering Department. The award of the contract to DS Utilities in the amount of $54,382.81 is funded from SPLOST Phase III Recapture account upon receipt of signed contract and proper bonds. 2) Do not approve. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 323-041110-6011110/296823333-6011110 REVIEWED AND APPROVED BY: Cover Memo Item # 8 Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 8 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: This project is authorized for Emergency Repair to the Storm Water Drainage Open Channel along Interstate Parkaway for the Engineering Department in the amount of $54,383.00. Funding is in SPLOST Phase III Recapture account upon receipt of signed contract and proper bonds. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. SPLOST, Phase III Recapture 54,383$ CAPITAL PROJECT BUDGET EMERGENCY REPAIR TO THE STORMWATER DRAINAGE OPEN CHANNEL INTERSTATE PKWY CPB#323-04-000000000 Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext 5070. Thanks 5070. Thanks 5070. Thanks 5070. Thanks Section 3: The following amounts are appropriated for the project: By Basin By District Raes Creek $54,383 3 54,383$ Section 4: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department Honorable Deke Copenhaver, Mayor Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext xecution. For information reference this request contact engineering at ext 5070. Thanks 5070. Thanks 5070. Thanks 5070. Thanks Attachment number 1 Page 1 of 2 Item # 8 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET EMERGENCY REPAIR TO THE STORMWATER DRAINAGE OPEN CHANNEL INTERSTATE PKWY CPB#323-04-000000000 CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB CHANGE CPB SPOLST, PHASE III RECAPTURE 323-04-1110-6011110-296823333 ($54,383) TOTAL SOURCES:($54,383) USE OF FUNDS STORM DRAINAGE 323-04-1110-5414710-000000000 $54,383 TOTAL USES:$54,383 Attachment number 1 Page 2 of 2 Item # 8 Engineering Services Committee Meeting 1/11/2010 12:50 PM Off System Safety Project - Contract Award Department:Abie L. Ladson, PE, CPESC, Director of Engineering Caption:Approve award of contract to Peek Pavement Marking in the amount of $406,726.25 for The Off System Safety Project, Georgia Department of Transportation Project Number CSSFT-0008-00(876); P.I. #0008876, subject to receipt of signed contract and proper bonds. Funding is available in Traffic Engineering Account 272-041710-5311630 as requested by AED. Background:This program, managed through the Georgia Department of Transportation, will provide federal funding in order to contract with a striping and signage contractor to upgrade the striping along roadways which are not currently on the state highway system such as county roadways. Analysis:Bids were received on December 11, 2009, Bid Item 09-180, with Peek Pavement Marking being the lowest bidder. Bid results are as follows: Contractors Bid Peek Pavement Marking $406,726.25 Traffic Markings $479,741.50 It is the Traffic Engineering Section recommendation to award this project to the low bidder, Peek Pavement Marking subject to receipt of signed contract and proper bonds. Financial Impact:Upon acceptance of work performed, contract amount will be reimbursed by the Georgia Department of Transportation. Therefore, net financial impact to City of Augusta is zero dollars. Alternatives:Approve award of contract to Peek Pavement Marking in the amount of $406,726.25 for The Off System Safety Project, Georgia Department of Transportation Project Number CSSFT-0008-00(876); P.I. #0008876, subject to receipt of signed contract and proper bonds. Funding is available in Traffic Engineering Account 272-041710-5311630 as requested by AED. 2. Do not approve and deny execution of a much needed project. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 272-041710-5311630 REVIEWED AND APPROVED BY: Cover Memo Item # 9 Finance. Law. Administrator. Law. Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 9 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET OFF SYSTEM SAFETY PROJECT Capital Project Budget is hereby authorized: Section 1: This project proposes to upgrade striping along roadways which are not currently on the state highway system as county roadways. Funding for this project will be through the Georgia Department Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. GDOT State Aid Contract $450,000 Augusta Traffic Engineering $50,000 $500,000 Section 3: The following amounts are appropriated for the project: By Basin By District N/A N/A CPB#N/A BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following of Transportation in the amount of $450,000 and City of Augusta $50,000. Section 4: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved ____________________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department Honorable Deke Copenhaver, Mayor Attachment number 1 Page 1 of 2 Item # 9 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET OFF SYSTEM SAFETY PROJECT CPB#N/A CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB CHANGE CPB TRAFFIC ENGINEERING 272-041710-5311630 ($50,000)($50,000) GDOT STATE AID CONTRACT ($450,000)($450,000) TOTAL SOURCES:($500,000) $0 ($500,000) USE OF FUNDS PAVEMENT MARKINGS 272-041710-5311630 $500,000 $0 $500,000 TOTAL USES:$500,000 $0 $500,000 Attachment number 1 Page 2 of 2 Item # 9 Invitation To Bid Sealed bids will be received at this office until 11:00 a.m. Friday, December 11, 2009 for furnishing: Bid Item #09-180 Off-System Striping and Signing Project for Engineering Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $25.00. Documents may be examined during regular business hours at the F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901.It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488) beginning Thursday, October 29, 2009. Bidders are cautioned that submitting a package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory Pre-Bid Conference will be held on Friday, November 20, 2009 @ 10:00 a.m. in the Procurement Department – Room 605. All questions must be submitted in writing to the office of the Procurement Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. All questions are to be submitted in writing by Tuesday, November 24, 2009 by 5:00 p.m. No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required for award. 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. Please mark BID number on the outside of the envelope. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle October 29, November 5, 12, 19, 2009 Metro Courier November 4, 2009 cc: Tameka Allen Interim Deputy Administrator Abie Ladson Engineering Department Hameed Malik Engineering Department Attachment number 2 Page 1 of 1 Item # 9 Ve n d o r s : Pe e k P a v e m e n t M a r k i n g 46 0 0 P e e k I n d u s t r i a l D r Co l u m b u s G A 3 1 9 0 9 Tr a f f i c M a r k i n g s 4 M a s t e r D r i v e Fr a n k l i n M A 0 2 0 3 8 Br o w n ' s A s p h a l t M a i n t e n a n c e P. O . B o x 2 7 6 Wi n t e r v i l l e G A 3 0 6 8 3 Mi d - S t a t e S t r i p i n g 27 7 2 O l d G r a y H w y Ma c o n G A 3 1 2 1 1 At t a c h m e n t B YE S Y E S Ad d e n d u m YE S Y E S Bi d B o n d YE S Y E S Bi d A m o u n t $4 0 6 , 7 2 6 . 2 5 $ 4 7 9 , 7 4 1 . 5 0 Bi d I t e m # 0 9 - 1 8 0 Of f - S y s t e m S t r i p i n g a n d S i g n i n g P r o j e c t Fo r t h e C i t y o f A u g u s t a - E n g i n e e r i n g D e p a r t m e n t Bi d O p e n i n g D a t e : F r i d a y , D e c e m b e r 1 1 , 2 0 0 9 a t 1 1 : 0 0 a .m . No n - C o m p l i a n t In v a l i d E - V e r i f y N u m b e r Pa g e 1 o f 1 Attachment number 3 Page 1 of 1 Item # 9 Attachment number 4 Page 1 of 1 Item # 9 Attachment number 5 Page 1 of 1 Item # 9 Attachment number 6 Page 1 of 2 Item # 9 Attachment number 6 Page 2 of 2 Item # 9 Engineering Services Committee Meeting 1/11/2010 12:50 PM Option for Easement Department:Law Caption:Motion to approve an Option for the purposes of acquiring an easement between Augusta Select Tissue, LLC., as owner, and Augusta, Georgia, as optionee, in connection with the Marvin Griffin Road Improvement Project, (7,779 sq. ft.) permanent drainage and utility easement and (N/A sq. ft.) of temporary construction easement from the property located at: 3452 Cookie Road, private, at the purchase price of $1,800.00. Background:The property owner has agreed to convey a certain option for easement to Augusta, Georgia, for the Marvin Griffin Road Improvement Project. Analysis:The purchase of the referenced property is necessary for the project. Financial Impact:The costs necessary for this purchase will be covered under the project budget. Alternatives:Deny the Motion Recommendation:Approve the Motion Funds are Available in the Following Accounts: FUNDS AVAILABLE IN THE FOLLOWING ACCOUNT(S) 323041110- 5212122 296823603-5212122 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 10 Item # 10 Item # 10 Engineering Services Committee Meeting 1/11/2010 12:50 PM Option for Easement Department:Law Caption:Motion to approve an Option for the purposes of acquiring an easement between Textron, Inc., as owner, and Augusta, Georgia, as optionee, in connection with the Marvin Griffin Road Improvement Project, (151 sq. ft.) permanent drainage and utility easement and (8,104 sq. ft.) of temporary construction easement from the property located at: 1441 Marvin Griffin Road, private, at the purchase price of $700.00. Background:The property owner has agreed to convey a certain option for easement to Augusta, Georgia, for the Marvin Griffin Road Improvement Project. Analysis:The purchase of the referenced property is necessary for the project. Financial Impact:The costs necessary for this purchase will be covered under the project budget. Alternatives:Deny the Motion Recommendation:Approve the Motion Funds are Available in the Following Accounts: FUNDS AVAILABLE IN THE FOLLOWING ACCOUNT(S) 323041110- 5212122 296823603-5212122 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 11 Item # 11 Item # 11 Engineering Services Committee Meeting 1/11/2010 12:50 PM Option for Right of Way Department:Law Caption:Motion to approve an Option for the purposes of acquiring a Right-of-Way between Mitchell Milovich, as owner, and Augusta, Georgia, as optionee, in connection with the Marvin Griffin Road Improvement Project, conveyed in fee simple (1,122.27 sq. ft.) more or less; and (71.75 sq. ft.) of permanent easement from property located at: 1639 Marvin Griffin Road, private, at the purchase price of $1,000.00. Background:The property owner has agreed to convey a certain right-of-way and easement to Augusta, Georgia, for the Marvin Griffin Road Improvement Project. Analysis:The purchase of the referenced property is necessary for the project Financial Impact:The costs necessary for this purchase will be covered under the project budget. Alternatives:Deny the Motion Recommendation:Approve the Motion Funds are Available in the Following Accounts: FUNDS AVAILABLE IN THE FOLLOWING ACCOUNT(S) 323041110- 5411120 2968236303-5411120 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 12 Item # 12 Item # 12 Engineering Services Committee Meeting 1/11/2010 12:50 PM Street Lighting Resolution 12/2009 Department:Abie L. Ladson, PE, CPESC, Director of Engineering Caption:Motion to approve a resolution creating street lighting districts as requested by Traffic Engineering. Background:The Traffic Engineering Department has been petitioned by the citizens requesting street lighting in their neighborhood pursuant to a 1971 Commission Resolution authorizing the creating of Street Lighting Districts. The petitioners agree to pay for all costs associated with the installation, ongoing maintenance and energy. Analysis:Currently, street lighting is non-existing in these areas. Street lighting has been an effective measure to increase pedestrian and vehicular safety, assist in crime prevention, and to promote businesses and community pride. Financial Impact:Street Lighting Districts are funded by a self supporting fund. Street: lighting charges vary based on the type lighting requested or required, billable front footage, and light wattage and spacing. Costs for the subject districts follow: Lighting District No. 316 Elderberry $1.15 Lighting District No. 18 Fleming Heights $.42 Alternatives:1) Motion to approve a resolution creating street lighting districts as requested by Traffic Engineering. 2) Do not approve. Recommendation:Approve option 1. Funds are Available in the Following Accounts: 276-04-1610-5233111/Legal Advertising REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 13 Engineering Services Committee Meeting 1/11/2010 12:50 PM TEE Center CM at Risk Department:Public Services Department - Facilities Management Division Caption:Approve recommendation to select R.W. Allen, LLC as the Construction Manager @ Risk for the TEECenter and authorize negotiation of the contract. Background:During the Schematic Design Phase of the project, a Request for Qualifications (RFQ) was prepared to solicit qualification statements and proposals for the Construction Manager at Risk (CM@Risk) Services for the TEECenter Project. The RFQ was prepared and was similar to the RFQ used to solicit qualification statements and proposals for the CM@Risk Services for the JudicialCenter. See the attached report from the evaluation committee. Analysis:We received eleven (11) compliant responses for the Phase I qualifications submittals, after these were evaluated by the selection committee a short list of five (5) firms were selected, based on the scoring for Phase I, to participate in the Phase II Interviews. After the Phase II scoring, three (3) firms were asked to submit a firm and final proposal for the General Conditions Costs, CM Fees, and Pre-Construction Services. The selection committee has completed the evaluation of the Phase I and Phase II submittals from the Construction Managers and hereby recommends that ARC begin contract negotiations with R. W. Allen, LLC. Financial Impact:The total amount of $1,889,070 for the General Conditions, Construction Management Fees, and Pre-Construction Services are included in the overall total project budget of $38 million. Alternatives:1. Approve recommendation to select R.W. Allen, LLC as the Construction Manager @ Risk for the TEE Center and authorize negotiation of the contract. 2. Do not approve the recommendation. Recommendation:Approve recommendation to select R.W. Allen, LLC as the Construction Manager @ Risk for the TEE Center and authorize negotiation of the contract. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN ACCOUNT: TEE Center: GL – 325051130 JL 206351102 Cover Memo Item # 14 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 14 Page 1 of 6 TEE Center CM @ Risk Selection Committee Evaluation Report During the Schematic Design Phase of the project, a Request for Qualifications (RFQ) was prepared to solicit qualification statements and proposals for the Construction Manager at Risk (CM@Risk) Services for the TEE Center Project. The RFQ was prepared and was similar to the RFQ used to solicit similar qualification statements and proposals for the CM@Risk Services for the Judicial Center. Respondents were required to submit the following as part of their responses to the first phase of the selection process: 1. Technical Approach: (25 pts.) Describe your firms’ approach to the Project, including preconstruction services, (fast-track) phasing, scheduling, quality control, safety, testing and inspection, commissioning, site security and LEED. Explain how you will work closely with the Owner, the CIPM, and the Architect in an atmosphere of collaboration. Explain how you will work with the Owner, the CIPM, and the Architect to manage costs during the design and construction phases, while maintaining the Owner's desired level of construction and finish quality. The extent of work that will be self-performed by the CM will be limited to general conditions type items, unless approved otherwise by the Owner. 2. Firm Organizational Overview: (20 pts.) Provide an overview of the firm, including the organization,identification of the parent firm, subsidiaries and/or division, if applicable. Identify the prime office location which will oversee the project, the principals, years in business and average volume of work over the past five (5) years. Provide an organization chart of your concept of the project and the proposed distribution of work. Define the role each team member will play to accomplish the scope of services required. List all previous working relationships with Augusta. 3. Company Experience and Performance: (20 pts.) Describe the CM Entity’s past experience on four (4) similar CM@Risk projects that best demonstrate the abilities and experience of the firm.Include a narrative giving a brief description of the project. In addition, include the following information for each referenced project: x Project Name x Location x Owner (include contact name and current telephone number for Attachment number 1 Page 1 of 6 Item # 14 Page 2 of 6 Owner’s Rep) x Type of facility x Principal-in-Charge of project x Project Manager x Architect (include contact name and current telephone number) x Original contract amount x Final contract amount x Start and scheduled completion dates x Actual completion date Firms to be considered must have proven experience in At-Risk project delivery for similar facilities. Indicate your firms experience with At-Risk project delivery. Indicate if your firm has ever failed to complete any contract that was awarded to you. 4. Experience, Competence and Commitment of Key Personnel:(15 pts.) Explain how your firm would staff this project and what specific role each key person will be assigned. Include personnel assigned to perform the following: x Executive Management x Preconstruction Management x Project Management x Cost Estimating x Project Engineering x Supervision of the Work x Quality Control x Safety x Schedule Management In terms of similar projects, summarize the qualifications, relative experience, education and other significant information (i.e. years experience in current position, years with company, etc.) for proposed key personnel to be assigned to the project. Provide (2 pages max.) resumes for the following personnel: x Project Director x Preconstruction Manager x Senior Project Manager x Project Manager x Superintendent Identify percentage of the key individual’s time that will be devoted to this project. Assurances must be made that personnel proposed will be available for the duration of the project List the projects and respective percentage of time the proposed key individuals are presently committed to. Attachment number 1 Page 2 of 6 Item # 14 Page 3 of 6 5. Project Management and Controls: ( 20 pts.) Identify your firm’s approach to: x Quality Control for each component of the work that you would typically find in a project of this nature. Explain the steps that the site team will take to verify that quality standards are met in the final constructed project. x Safety Control, including your firms’ accident prevention program and submittal of a history of your firms’ Experience Modification Rate (EMR) and OSHA Lost Time Accident rate for the past five (5) years. x Schedule Management, including schedule type, level of detail,software utilized, frequency of updates and recovery procedures. x A Cost-Loaded Schedule will be used on this project. Explain how you will prepare the initial schedule and your experience using a Cost-Loaded Schedule on previous projects. x Documentation Control: Constructware, a web-based project management documentation application service provider will be used on this project, to manage project documentation, such as meeting minutes, RFI’s, schedules, submittals, etc. Explain how you will implement this tool into your project management plan. x Subcontractor Management. Explain the process you will use to manage communication, collaboration, execution, quality, and safety performance of subcontractors. x LEED coordination and submittals compliance. 6. Peer References: (20 pts.) Provide references from four (4) Architectural firms, and four (4) Subcontractors that have worked on projects your firm has completed in the past five (5) years, preferably on projects that the key personnel were assigned to as indicated in your response above. If not included above, include project name, location, brief description of scope of work, budget, current telephone number, physical addresses and email addresses. Provide current/verified contact information for all references used for this RFQ. 7. Augusta Metropolitan Area Experience: (10 pts.) Provide a list of projects that your firm has completed in the past five (5) years, or are in the process of completing, that are in the Augusta Metropolitan Area. The Augusta Metropolitan Area is defined as a 50 mile radius of downtown Augusta. 8. Financial Strength: (10 pts.) Submit a complete set of audited financial statements for the last three (3) years. Provide a letter from your bonding company certifying that they intend to issue a bid bond, and a payment and performance bond for this project. 9. Backlog: (10 pts.) Attachment number 1 Page 3 of 6 Item # 14 Page 4 of 6 Describe your recent, current, and projected workload and explain how this project will be managed given your firms’ obligations to other clients. 10. Legal Matters: (10 pts.) Provide a list of all contracts over the past five (5) years that resulted in litigation or arbitration proceedings, with an explanation of the matters in dispute, the parties involved, the amounts in dispute, and the outcome of the proceeding. Short-listed firms will be required to submit a fully executed original “Certification of Absence of Suspension, Debarment, Voluntary Exclusion, or Determination of Ineligibility”. 11. LEED: (20 pts.) Explain how you plan to accomplish the following LEED requirements for this project: x Construction Activity Pollution Prevention x Facilitate Fundamental and Enhanced Commissioning x Recycle 75% Construction Waste x Recycled Content 20% x Regional Materials 20% x Certified Wood x Construction IAQ Plan During Construction x Construction IAQ Plan Before Occupancy x Low-Emitting Materials Throughout 12. PRE-CONSTRUCTION SERVICES : (20 pts.) The CM shall assist the Owner and Architect during design and construction documents Pre-Construction phase, prior to the Construction Phase. Explain the process you use during the Pre-Construction Phase of the project. Estimates will be required at each of the following phases: Design Development, 50-60% Construction Documents (GMP), 100% CDs. Provide three (3) examples of projects where you have provided Pre- Construction services. A selection committee was formed to evaluate and rank the qualification statements. The committee consisted of the following members: Selection Committee: Name Organization Barry White ARC Convention and Business Bureau Erick Montgomery Historic Augusta Bob Kuhar Morris Communications Don Green Heery International Geri Sams, Phyllis Mills, Nancy Williams Augusta Procurement Division Attachment number 1 Page 4 of 6 Item # 14 Page 5 of 6 The following RFQ was sent to the newspaper on July 27, 2009: REQUEST FOR QUALIFICATIONS Request for Qualifications will be received at this office until Tuesday, September 1, 2009 @ 3:00 p.m. FOR FURNISHING: RFQ ITEM #09-150 Construction Manager @ Risk Augusta TEE Center for The City of Augusta RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 RFQ documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901.A Mandatory Pre- Qualification meeting will be held on Tuesday, August 25, 2009 @ 2:00 p.m. in the Commission Chambers – Room 802. All questions must be submitted in writing to the office of the Procurement Department by Thursday, August 27, 2009 @ 3:00 p.m. by fax at 706-821-2811 or by mail.No RFQ will be accepted by fax, all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of 90 days after time has been called on the date of opening. 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. Please mark RFQ number on the outside of the envelope. Bidders are cautioned that sequestration of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. At the pre-qualification conference a total of 19 firms attended the meeting. On September 1, 2009, 14 qualification statements were submitted, however, three (3) of those were deemed to be non-compliant by the Procurement Team. On September 8 th, the qualification statements were issued to the Selection Committee to begin their review. The reviews were scheduled to take 7 to 10 days to complete. Attachment number 1 Page 5 of 6 Item # 14 Page 6 of 6 During this time, all references were checked and D&B Reports were prepared for each of the eleven (11) firms. On the afternoon of September 17 th, the Selection Committee met to review the qualifications and to rank each firm according to the points system established in the RFQ. The top five (5) firms were advised the next day that they would be invited to participate in the second phase of the selection process to prepare for an interview on October 1 st or 2 nd and to prepare their fee proposals for the general conditions costs, construction management fee, and pre-construction services. Interviews with Potts-Pinnacle, Elkins Constructors, and Turner Construction were conducted on Thursday – October 1, 2009 in the afternoon and with R. W. Allen, and M.B. Kahn on Friday – October 2, 2009 in the morning. After the completion of the interviews, the committee reconvened and ranked the firms based on the results of the interviews. Subsequent to that the fee proposals were opened for the top three firms (Potts-Pinnacle, Elkins Constructors, and R. W. Allen). The values for each of the proposals were inserted into a spreadsheet and analyzed by each member of the committee. A decision was made to go back and request a firm and final proposal from each of the three top ranked firms. The firm and final proposals were resubmitted on Monday – October 12 th, and the Selection Committee reconvened on October 20 th at 1:00pm to review the firm and final proposals and to recommend the firm that provides the best value to ARC for the requested services. The selection committee has completed the evaluation of the Phase I and Phase II submittals from the Construction Managers and hereby recommends that ARC begin contract negotiations with R. W. Allen, LLC. Attachment number 1 Page 6 of 6 Item # 14 Engineering Services Committee Meeting 1/11/2010 12:50 PM Willhaven, Phase I Department:Engineering-Abie L. Ladson, PE, CPESC, Director Caption:Approve the deed of dedication and road resolutions submitted by the Engineering Department for Willhaven, Phase I. Background:The final plat was approved by the Commission on January 15, 2008 . The subdivision design and plat, including the storm drain system, have been reviewed and accepted by our engineering staff and the construction has been reviewed by our inspectors. Analysis:This section meets all codes, ordinances and standards. There are no wetlands or 100-year flood plain boundaries involved in this section. Financial Impact:By accepting these roads into the County system, all future maintenance and associated costs will be borne by Augusta, Georgia. Alternatives:1. Approve the deed of dedication and road resolutions submitted by the Engineering Department for Willhaven, Phase I. 2. Do not approve and risk litigation. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: Not required at this time. REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 15 Attachment number 1 Page 1 of 2 Item # 15 Attachment number 1 Page 2 of 2 Item # 15 Attachment number 2 Page 1 of 1 Item # 15 Attachment number 3 Page 1 of 5 Item # 15 Attachment number 3 Page 2 of 5 Item # 15 Attachment number 3 Page 3 of 5 Item # 15 Attachment number 3 Page 4 of 5 Item # 15 Attachment number 3 Page 5 of 5 Item # 15 Engineering Services Committee Meeting 1/11/2010 12:50 PM Windsor Spring Road Improvements Department:Abie L. Ladson, PE, CPESC, Director, Engineering Department Caption:Approve Capital Project Budget Change Number Five and Supplemental Agreement Number Five on the Windsor Spring Road Improvement project CPB 323-041110-296823516 and authorize the Engineering Department to extend the current agreement with W. R. Toole for six months to provide engineering services in an amount not to exceed $84,000.00 to be funded from SPLOST Phase III Recapture. Background:On July 10, 2008, the Commission approved the initial agreement with W. R. Toole to provide construction observation and field additional services. Analysis:It is also essential that the Design Engineer of this project “W.R. Toole Engineers, Inc.” is involved in the day-to-day construction activities (construction inspection and field engineering) to help address the Engineering Department extensive work load. It is also the Engineering Department recommendation to approve the supplemental agreement for additional engineering services for this project. Financial Impact:Funds are available in SPLOST Phase III Recapture in the amount of $84,000.00 upon Commission approval. Alternatives:1) Approve Capital Project Budget Change Number Five and Supplemental Agreement Number Five on the Windsor Spring Road Improvement project CPB 323-041110-296823516 and authorize the Engineering Department to extend the current agreement with W. R. Toole for six months to provide engineering services in an amount not to exceed $84,000.00 to be funded from SPLOST Phase III Recapture. 2) Do not approve and eliminate project. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: 323- 041110-296823333 REVIEWED AND APPROVED BY: Finance. Law. Cover Memo Item # 16 Administrator. Clerk of Commission Cover Memo Item # 16 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project change is authorized to CPB# 323-041110-296823516. This change is for additional funds necessary for extending Engineering Services for Construction Management Services for six months associated with the said project, in the total amount of $84,000. These funds will come from Special 1% Sales Tax, Phase III Recapture. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase I 280,000$ Special 1% Sales Tax, Phase III 1,853,000$ Special 1% Sales Tax, Phase I Recapture 12,917$ Special 1 % Sales Tax, Phase II Recapture 16,883$ Special 1 % Sales Tax, Phase II Recapture 2,167,667$ Special 1 % Sales Tax, Phase III Recapture 1,000,000$ Special 1 % Sales Tax, Phase III Recapture 84,000$ 5,414,467$ Section 3: The following amounts are appropriated for the project: CPB#323-041110-296823516 CAPITAL PROJECT BUDGET WINDSOR SPRING ROAD IMPROVEMENTS CHANGE NUMBER FIVE DO NOT PROCESS THIS DOCUMENT. (once approved by the Commission Engineering will send the original document(s) for execution to the Clerk of Commission Office. For questions please contact Engineering at ext 5070. ) Section 3: The following amounts are appropriated for the project: By Basin By District Raes Creek $5,414,467 3rd 5,414,467$ Section 4: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department Honorable Deke Copenhaver, Mayor DO NOT PROCESS THIS DOCUMENT. (once approved by the Commission Engineering will send the original document(s) for execution to the Clerk of Commission Office. For questions please contact Engineering at ext 5070. ) Attachment number 1 Page 1 of 2 Item # 16 Augusta-Richmond County, Georgia CPB#323-041110-296823516 CAPITAL PROJECT BUDGET WINDSOR SPRING ROAD IMPROVEMENTS CHANGE NUMBER FIVE CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB CHANGE CPB SPECIAL 1% SALES TAX, PHASE I 321-04-1110-0000000-000000000 ($280,000)$0 ($280,000) Special 1% Sales Tax, Phase III 323-04-1110-0000000-000000000 ($1,853,000)$0 ($1,853,000) Special 1% Sales Tax, Phase I Recapture 321-04-1110-6011110-288821333 ($12,917)$0 ($12,917) Special 1% Sales Tax, Phase II Recapture 322-04-1110-6011110-292822333 ($16,883)$0 ($16,883) Special 1% Sales Tax, Phase II Recapture 322-04-1110-6011110-292822333 ($2,167,667)$0 ($2,167,667) Special 1% Sales Tax, Phase III Recapture 323-04-1110-6011110-296823333 ($1,000,000)($84,000)($1,084,000) TOTAL SOURCES:($5,330,467)($84,000)($5,414,467) USE OF FUNDS ENGINEERING 323-04-1110-5212115-296823516 $312,200 $84,000 $396,200 RIGHT-OF-WAY 323-04-1110-5411120/296823516 $400,000 $0 $400,000 ADVERTISING 323-04-1110-5233119/296823516 $3,000 $0 $3,000 CONSTRUCTION 323-04-1110-5414110/296823516 $4,615,267 $0 $4,615,267 CONTINGENCY 323-04-1110-6011110/296823516 $0 $0 $0 TOTAL USES:$5,330,467 $84,000 $5,414,467 Attachment number 1 Page 2 of 2 Item # 16 (SA01 – For changes more than $20,000) DO NOT PROCESS THIS DOCUMENT. (once approved by the Commission Engineering will send the original document(s) for execution to the Clerk of Commission Office. For questions please contact Engineering at ext 5070. ) AUGUSTA-RICHMOND COUNTY ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT Project No. 323-041110-296823516 SUPPLEMENTAL AGREEMENT NO. 5 P03054 WHEREAS, We, W. R. Toole Engineers, Inc., Consultant, entered into a contract with Augusta- Richmond County on July 10, 2008, for engineering design services associated with the Windsor Spring Road Improvements Project, Project No. 323-041110-296823516, File Reference No. 03- 014 (A), and WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: Extend Engineering services for six months to provide Field Engineering and Construction Management Services. It is agreed that as a result of the above modification the contract amount is increased by the amount of $84,000.00 from $367,780.50 to $451,780.50. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, W. R. Toole Engineers, Inc., Consultant, hereby agree to said Supplemental Agreement consisting of the above mentioned items and prices, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. This day of , 2009. RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY W. R. Toole Engineers, Inc. AUGUSTA, GEORGIA Deke Copenhaver, Mayor Approved: Date Approved: Date [ATTACH CORPORATE SEAL] ATTEST: Title: Attachment number 2 Page 1 of 1 Item # 16 Attachment number 3 Page 1 of 2 Item # 16 Attachment number 3 Page 2 of 2 Item # 16 Engineering Services Committee Meeting 1/11/2010 12:50 PM Wrightsboro Rd Improvements SA#10 & CPB#11 Department:Abie L. Ladson, PE, CPESC, Director of Engineering Caption:Authorize the Engineering Department to approve Capital Project Budget Number Eleven and Supplemental Agreement Ten with PBS & J in the amount of $57,680 to hold a Public Information Open House Meeting (PIOH) as mandated by GDOT; update the environmental document in accordance with the new noise criteria and various permits that are now required; and the extensive right of plan revisions associated with the realignment of Barton Chapel Road as part of the improvements to Wrightsboro Road from Jimmie Dyess Parkway to I-520, CPB# 323- 041110-296823309. Funds will be transferred from the project Right of Way Account to the project Engineering Account. Background: This is a Georgia Department of Transportation project that will widen & reconstruct Wrightsboro Road from Jimmie Dyess Parkway to I- 520. The Engineering Department is responsible for the development of the preliminary engineering activities and hired PBS & J to accomplish these activities. GDOT is funding the right of way acquisition ($8,906,000) and the construction ($23,787,032). Analysis:PBS & J entered into an agreement with Augusta-Richmond County on October 19, 1999 for engineering and design services on the Wrightsboro Road project. GDOT has mandated that a Public Information Open House (PIOH) meeting be held concerning the realignment of the Barton Chapel Road intersection. The cost to prepare the displays, handouts, attend the dry run, PIOH meeting and respond to the comments received is $27,875. The method of evaluating noise impacts as part of the environmental document has recently changed. The noise impact study will have to be updated in accordance with the new guidelines. The design consultant has been advised by GDOT that a permit from the US Army Corps of Engineers is now required and also that stream buffer variances are now required. Applications will have to be prepared to satisfy these 2 concerns. The cost for these efforts is $13,690. The intersection of Barton Chapel Road has been realigned which will provide a more operationally efficient and safer intersection with Wrightsboro Road and Augusta West Parkway. This has resulted in extensive revisions to the right of ways in this area. The cost for this is $16,115. Financial Impact:Funding is available and will be transferred from the project Right of Way Account to the project Engineering Account. Alternatives:Authorize the Engineering Department to approve Capital Project Budget Number Eleven and Supplemental Agreement Ten with PBS & J in the Cover Memo Item # 17 amount of $57,680 to hold a Public Information Open House Meeting (PIOH) as mandated by GDOT; update the environmental document in accordance with the new noise criteria and various permits that are now required; and the extensive right of plan revisions associated with the realignment of Barton Chapel Road as part of the improvements to Wrightsboro Road from Jimmie Dyess Parkway to I-520, CPB# 323- 041110-296823309. Funds will be transferred from the project Right of Way Account to the project Engineering Account. 2) Do not approve and delay the construction and improvements on a major transportation corridor that is vital to the city. Recommendation:Approve Alternative Number One. Funds are Available in the Following Accounts: 323-041110-5411120/296823309-5411120 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 17 (SA02 – For changes greater than $20,000) April 2005 AUGUSTA-RICHMOND COUNTY AUGUSTA, GA ENGINEERING DEPARTMENT SUPPLEMENTAL AGREEMENT PROJECT NO. 323-04-296823309 GDOT PROJECT NO.: STP-7001 (9) Richmond, PI 250510 SUPPLEMENTAL AGREEMENT NO: 10 P.O.: 04471 WHEREAS, We, PBS & J, Consultant, entered into a contract with Augusta-Richmond County on October 19, 1999, for engineering design services associated with the widening and reconstruction of Wrightsboro Road from Jimmie Dyess Parkway to I-520, GDOT Project No. STP-7001 (9), File Reference No. 08-014 (A), and WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the original contract, we desire to submit the following Supplemental Agreement to-wit: Prepare and hold the GDOT mandated Public Information Open House Meeting; update the noise criteria to current guidelines and prepare environmental permits that are now required; and extensive right of way revisions associated with the realignment of Barton Chapel Road. It is agreed that as a result of the above described modification the contract amount is increased by $57,680 from $1,279,234.37 to a new total of $1,336,914.37. Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies or changes the original contract of which it becomes a part, except as specifically stated herein. NOW, THEREFORE, We, PBS & J, Consultant, hereby agree to said Supplemental Agreement consisting of the above mentioned items and prices, and agree that this Supplemental Agreement is hereby made a part of the original contract to be performed under the specifications thereof, and that the original contract is in full force and effect, except insofar as it might be modified by this Supplemental Agreement. This day of , 2009. RECOMMEND FOR APPROVAL: CITY OF AUGUSTA-RICHMOND COUNTY AUGUSTA, GEORGIA Mayor Approved: Date Approved: Date [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Title: Please do not process this document. Once approved by the Commission, the original will be sent to Clerk of Commission for execution. For information reference this request contact Engineering @ ext 5070. Attachment number 1 Page 1 of 1 Item # 17 Augusta-Richmond County, Georgia BE IT ORDAINED by the Commission-Council of Augusta-Richmond County, Georgia that the following Capital Project Budget is hereby amended: Section 1: The project change is authorized to CPB# 323-04-296823309. This change will prepare and hold GDOT mandated Public Information Open House Meeting; update the noise criteria to current guidelines and perpare environmental permits that are now required; and extensive right of way revisions associated with the realignment of Barton Chapel Road in the total amount of $57,680 to be funded by the project Right-of-Way account within the Special 1% Sales Tax, Phase III Fund. Section 2: The following revenues are anticipated to be available to the Consolidated Government to complete the project. Special 1% Sales Tax, Phase III 1,984,000$ Tiger Grant Fund 19,500$ 2,003,500$ CAPITAL PROJECT BUDGET WRIGHTSBORO ROAD IMPROVEMENTS CHANGE NUMBER ELEVEN CPB#323-041110-296823309 Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks Section 3: The following amounts are appropriated for the project: By Basin By District Raes Creek $2,003,500 3rd 2,003,500$ Section 4: Copies of this Capital Project Budget shall be made available to the Comptroller for direction in carrying out this project. Adopted this ____________________ day of ______________________. Approved _________________________________________________ Original-Commission Council Office Copy-Engineering Department Copy-Finance Department Copy-Procurement Department Honorable Deke Copenhaver, Mayor Please do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission foPlease do not process this document. Once approved by the Commission the original will be sent to the Clerk of Commission for er er er execution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact xecution. For information reference this request contact engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks 3.13.09 Attachment number 2 Page 1 of 2 Item # 17 Augusta-Richmond County, Georgia CAPITAL PROJECT BUDGET WRIGHTSBORO ROAD IMPROVEMENTS CHANGE NUMBER ELEVEN CPB#323-041110-296823309 CPB AMOUNT CPB NEW SOURCE OF FUNDS CPB CHANGE CPB SPECIAL 1% SALES TAX, PHASE III 323-04-0000-0000000-296823309 ($1,984,000) $0 ($1,984,000) TIGER GRANT FUNDING ($19,500) $0 ($19,500) TOTAL SOURCES: ($2,003,500) $0 ($2,003,500) USE OF FUNDSUSE OF FUNDS ENGINEERING 323-04-1110-5212115-296823309 $1,279,394 $57,680 $1,337,074 ADVERTISING 323-04-1110-5233119-296823309 $1,000 $0 $1,000 RIGHT-OF-WAY 323-04-1110-5411120/296823309 $240,106 ($57,680)$182,426 CONTINGENCY 323-04-1110-6011110/296823309 $43,000 $0 $43,000 TRAFFIC SIGNAL 323-04-1110-5414610/296823309 $40,000 $0 $40,000 UTILITY RELOCATION 323-04-1110-5414510/296823309 $400,000 $0 $400,000 TOTAL USES: $2,003,500 $0 $2,003,500 3.13.09 Attachment number 2 Page 2 of 2 Item # 17 Attachment number 3 Page 1 of 4 Item # 17 Attachment number 3 Page 2 of 4 Item # 17 Attachment number 3 Page 3 of 4 Item # 17 Attachment number 3 Page 4 of 4 Item # 17