HomeMy WebLinkAbout2010-05-24-Meeting Agendawww.augustaga.gov
Engineering Services Committee Meeting Commission Chamber- 5/24/2010- 12:45 PM
ENGINEERING SERVICES
1. Approve subject Change Order Number Two and proposal from Stevenson
& Palmer Engineering, Inc. in the amount of $135,180 for inspection
services associated with the Main Interceptor Upgrade Phase 2.
Attachments
2. Approve Deductive Change Order One to R.W. Allen in the amount of
$28,515.34 for funds not utilized during construction due to cost saving
construction methods utilized for the project under PO Number P172131.
Attachments
3. Award subject contract to Gary’s Grading and Pipeline Company in the
amount of $4,055,564. This award will include new construction of sanitary
sewer mains.
Attachments
4. Motion to approve and accept a Deed of Dedication and Maintenance
Agreement for 3338 Peach Orchard Road.
Attachments
5. Authorize execution of a contract with Tetra Tech Inc. to provide
Construction Manager at Risk Phase I services for Various Projects at Ft.
Gordon in the amount of $387,890.00.
Attachments
6. Approve recommendation to name the bridge over the 1st Level Canal after
the Honorable Mayor Hugh Lamar Hamilton, Sr. (Requested by
Commissioner Grantham)
Attachments
7. Approve recommendation to select R.J. Griffin & Company as the
Construction Manager @ Risk for the Reynolds Street Parking Deck. The
total amount of $458,195.00 for the General Conditions, Construction
Management Fees, and Pre-Construction Services are included in the
overall total project budget.
Attachments
Engineering Services Committee Meeting
5/24/2010 12:45 PM
Approve Change Order Number Two for Inspection Services Proposal for the Main Interceptor Upgrade Phase 2
(Project 80300007)
Department:Augusta Utilities Department
Caption:Approve subject Change Order Number Two and proposal from Stevenson
& Palmer Engineering, Inc. in the amount of $135,180 for inspection
services associated with the Main Interceptor Upgrade Phase 2.
Background:The Utilities Department has awarded a construction contract dealing with
specialty sewerage conveyance pipe. The project, Main Interceptor Phase 2,
was designed by Stevenson & Palmer Engineering. The Main Interceptor
Phase 2 project is already approved and in the beginning stages of
construction and includes the installation of several thousand feet of
HOBAS pipe to replace the existing Main Interceptor from Dan Bowles
Road to the Messerly Waste Water Treatment Plant. As noted, the
construction includes the installation of specialty pipe fairly new to Augusta,
but widely accepted as excellent sanitary sewer conveyance pipe. The
construction will include a bore under Rocky Creek and tunneling the large
diameter HOBAS pipe under I-520 Highway.
Analysis:The Utilities Department has numerous projects under construction at this
time and the in-house inspection staff is already spread quite thin. Stevenson
& Palmer Engineering has an experienced inspector available with
numerous years of background in engineering and construction practices and
is available to utilize for this project under Change Order Two to the
Stevenson and Palmer Engineering Contract.
Financial Impact:$135,180 in funding is available from 507043420-5212115/80300007-
5212115
Alternatives:No alternatives are recommended.
Recommendation:Augusta Utilities Department recommends approval of the Change Order
Number Two and proposal from Stevenson & Palmer, Inc. in the amount of
$135,180 for the inspection services associated with the Main Interceptor
Upgrade Phase 2.
Funds are Available in
the Following
Accounts:
FUNDS AVAILABLE IN THE FOLLOWING ACCOUNTS: 507043420-
5212115/80300007-5212115
Cover Memo
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Attachment number 1Page 1 of 8
Attachment number 1Page 2 of 8
Attachment number 1Page 3 of 8
Attachment number 1Page 4 of 8
Attachment number 1Page 5 of 8
Attachment number 1Page 6 of 8
Attachment number 1Page 7 of 8
Attachment number 1Page 8 of 8
MMiicchhaaeell SS.. CCaannnneellll
A Engineering/Survey Tech II AUUGGUUSSTTAA OOFFFFIICCEE
Michael is a talented and diverse CAD Operator with over
30 years of multi-discipline engineering support
experience. He has expanded his role at the firm during
his tenure to include engineering technician assignments,
and has demonstrated exceptional adaptation on each
project he has been involved with. During his time with
SPE, he has performed numerous duties including water
main and sanitary sewer design, flow monitoring, inflow
and infiltration investigation, and surveying. Although his
current CAD duties primarily support our water and
wastewater treatment design efforts, Michael has worked
with electrical and mechanical drawings, and piping and
instrumentation diagrams, and is very proficient in the
use of AutoCAD 2007, Land Desktop 2007, and the use
of related software/hardware.
Project Experience
CAD operator and engineering assistant for the design of 3.5 miles
of interceptor piping comprised of 72” and 84” FRPM sanitary sewer
lines in Augusta, Georgia.
CAD operator and engineering assistant in the design of a pump
station and 5.5 miles of 24” DIP force main in Augusta, Georgia.
CAD operator and engineering assistant in the design of an 18” DIP
water main and 18” HDPE force main in Augusta, Georgia.
CAD operator and engineering assistant in the design of a Phase II
Transportation Enhancement project in Wrightsville, Georgia.
CAD operator and field technician for Rae’s Creek basin I/I study
and CMOM evaluation in Augusta, Georgia.
CAD operator for CDBG site development projects in Washington,
Georgia.
CAD operator for 5th Street, Hopkins Street, and 2nd Street downtown
small basin storm and sanitary sewer separation, and street
improvement projects in Augusta, Georgia.
CAD operator for PID drawings for Quigg Wastewater Treatment
Plant Disinfection System In Rockdale County, Georgia.
CAD operator for mechanical and electrical drawings for the Bob
Sikes WRF expansion project in Okaloosa County, Florida.
Fields of Specialization
x Computer Aided Drafting
and Design
x Water and Wastewater
Engineering Technical
Assistance
x Inflow and Infiltration
Investigation
x Flow Monitoring
Education
Aiken Technical College,
Aiken, South Carolina, 1985
Certification in Computer
Graphics
Augusta Technical College,
Augusta, Georgia, 1978
Drafting and Design
Experience
2000-Date Stevenson & Palmer
Engineering, Inc.
1978-2000 The Cranston
Engineering, Group, Inc.
(formerly CRW)
Attachment number 2Page 1 of 1
Engineering Services Committee Meeting
5/24/2010 12:45 PM
Approve construction contract Change Order One for the Atlanta Gas Light Building Renovations Project on Wylds
Road.
Department:Augusta Utilities Department
Caption:Approve Deductive Change Order One to R.W. Allen in the amount of
$28,515.34 for funds not utilized during construction due to cost saving
construction methods utilized for the project under PO Number P172131.
Background:Augusta Utilites Department was in need of a facility to house the
Construction and Maintenance Division. The former Atlanta Gas Light
Building (AGL) and property was purchased. Some renovations were
needed to upgrade the property to current codes and provide reconfigured
space for Augusta Utility operational needs. R.W. Allen Company was
awarded a contract to provide the upgrades to the former AGL Facility.
Analysis:Upgrades to the AGL property were made and accepted by the Utilities
Department. $28,515.34 remained in the budget at the end of the project that
was not used due to cost saving construction methods. An approved
deductive change order is needed to allow the funds to be unencumbered by
Augusta Utilities Department Accounting Division and released for use on
other projects.
Financial Impact:The deductive amount of $28,515.34 will be deducted from G/L account
506043410/5413120
Alternatives:No alternatives are recommended.
Recommendation:Augusta Utilities Department recommends the Commission approve
construction contract deductive Change Order One in the amount of
$28,515.34.
Funds are Available in
the Following
Accounts:
FUNDS AVAILABLE IN THE FOLLOWING ACCOUNTS: G/L
506043410/5413120.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Cover Memo
Administrator.
Clerk of Commission
Cover Memo
Attachment number 1Page 1 of 2
Attachment number 1Page 2 of 2
Attachment number 2Page 1 of 5
Attachment number 2Page 2 of 5
Attachment number 2Page 3 of 5
Attachment number 2Page 4 of 5
Attachment number 2Page 5 of 5
Engineering Services Committee Meeting
5/24/2010 12:45 PM
Approve construction contract for the Butler Interceptor East Upgrade Phase 1, Project number 60107.
Department:Tom Wiedmeier, P.E., Director Augusta Utilities Department
Caption:Award subject contract to Gary’s Grading and Pipeline Company in the
amount of $4,055,564. This award will include new construction of sanitary
sewer mains.
Background:A new main interceptor sanitary sewer is needed to upgrade the aging Butler
Creek Interceptor Sewer Main System extending from Lexington Drive to
Messerly Wastewater Treatment Facility. Due to the size of the original
project it was divided into two phases. Subject project, the Butler East
Interceptor Phase 1 Project, will tie-in to the Phase 2 Project to be installed
concurrently with Phase 1 Project. Phase Two project will tie-in to the
Butler Interceptor sewer main installed in 2005, upstream of Lexington
Drive. Subject project (Phase 1) will consist of replacing an existing
parallel sewer along Butler Creek with approximately 6,000 linear feet of
42-inch diameter ductile iron pipe (DIP) and 5,300 linear feet of 48-inch
diameter DIP. Additionally approximately 1500 linear feet of 12, 18, and 24
inch piping will be required for associated branch sewer lines. In June of
2009 the Commission approved AUD’s application to Georgia
Environmental Facilities Authority (GEFA) for funding of this project that
qualifies for State Revolving Funds (SRF) up to the full amount of the
contract. The GEFA Funding Board approved funding for this project in
March of 2010.
Analysis:Gary’s Grading and Pipeline Company, was the low responsive bidder for
the construction of the Butler Interceptor East Phase 1 sanitary sewer mains.
The bids were evaluated by the design engineer, W.R. Toole Engineers, Inc.
and the AUD staff, and award is recommended. Commission approval is
recommended subject to GEFA/EPD approvals of subject contractor. SRF
loans are available up to the full amount of the contract for an estimated loan
fee of 2%, term of 20 years and an interest rate of 3%.
Financial Impact:Funds for this work are subject to GEFA approval of financing with a loan
fee of 2% (up to approximately $80,000), a term of 20 years and an interest
rate of 3%.
Alternatives:No alternatives are recommended.
Recommendation:
Augusta Utilities Department recommends the Commission award subject
construction contract to Gary’s Grading and Pipeline Company in the
amount of $4,055,564 contingent upon Gary’s Grading and Pipeline
Company securing approval from Georgia EPD for their MBE/WBE
Cover Memo
solicitation efforts. These efforts are a requirement to receive funding from
the Georgia Environmental Facilities Authority in the form of low interest
loans.
Funds are Available in
the Following
Accounts:
Current funding for the project is available through the approved GEFA
funding.
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Attachment number 1Page 1 of 2
Attachment number 1Page 2 of 2
Attachment number 2Page 1 of 1
SANITARY SEWER SYSTEM UNIT
COST
TOTAL
COST
UNIT
COST
TOTAL
COST
UNIT
COST
TOTAL
COST
S-2C 12" PVC SANITARY SEWER PIPE, SDR 35, DEPTH 6'-8', INCLD. TYPE II (NO. 57 STONE)
BEDDING MATERIAL LF 890 $25.00 $22,250.00 $64.54 $57,440.60 $34.59 $30,785.10
S-3C 12" PVC SANITARY SEWER PIPE, SDR 35, DEPTH 8'-10', INCLD. TYPE II (NO. 57 STONE)
BEDDING MATERIAL LF 432 30 $12,960.00 64.54 $27,881.28 34.59 $14,942.88
S-4C 12" PVC SANITARY SEWER PIPE, SDR 35, DEPTH 10'-12', INCLD. TYPE II (NO. 57 STONE)
BEDDING MATERIAL LF 25 $50.00 $1,250.00 $64.54 $1,613.50 $34.59 $864.75
S-5C 12" PVC SANITARY SEWER PIPE, SDR 35, DEPTH 12'-14', INCLD. TYPE II (NO. 57 STONE)
BEDDING MATERIAL LF 70 $55.00 $3,850.00 $64.54 $4,517.80 $34.59 $2,421.30
S-1E 18" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 0'-6', INCLD. TYPE II (NO. 57 STONE)
BEDDING MATERIAL LF 21 $55.00 $1,155.00 $83.86 $1,761.06 $48.05 $1,009.05
S-2E 18" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 6'-8', INCLD. TYPE II (NO. 57 STONE)
BEDDING MATERIAL LF 16 $55.00 $880.00 $83.86 $1,341.76 $48.05 $768.80
S-3E 18" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 8'-10', INCLD. TYPE II (NO. 57 STONE)
BEDDING MATERIAL LF 30 $60.00 $1,800.00 $83.86 $2,515.80 $48.05 $1,441.50
S-3G 24" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 8'-10', INCLD. TYPE II (NO. 57 STONE)
BEDDING MATERIAL LF 34 $70.00 $2,380.00 $101.04 $3,435.36 $63.62 $2,163.08
S-4G 24" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 10'-12', INCLD. TYPE II (NO. 57 STONE)
BEDDING MATERIAL LF 16 $75.00 $1,200.00 $101.04 $1,616.64 $63.62 $1,017.92
S-5G 24" PVC SANITARY SEWER PIPE, SDR 26, DEPTH 10'-12', INCLD. TYPE II (NO. 57 STONE)
BEDDING MATERIAL LF 20 $75.00 $1,500.00 $101.04 $2,020.80 $63.62 $1,272.40
S-12I 30" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 10'-12', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 30 $270.00 $8,100.00 $191.02 $5,730.60 $179.64 $5,389.20
S-38 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 8'-10', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 801 $185.00 $148,185.00 $205.21 $164,373.21 $218.26 $174,826.26
S-39 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 10'-12', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 2,655 $190.00 $504,450.00 $205.21 $544,832.55 $218.26 $579,480.30
S-40 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 12'-14', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 1,517 $195.00 $295,815.00 $210.96 $320,026.32 $218.26 $331,100.42
S-41 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 14'-16', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 983 $200.00 $196,600.00 $210.96 $207,373.68 $218.26 $214,549.58
S-46 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 8'-10', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 411 $240.00 $98,640.00 $248.24 $102,026.64 $268.67 $110,423.37
S-47 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 10'-12', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 1,274 $240.00 $305,760.00 $248.24 $316,257.76 $268.67 $342,285.58
BID TABULATION
Augusta Utilities Department Project No. 60107
Butler Creek Interceptor Upgrade East - Phase I
ITEM DESCRIPTION Gary's Grading & Pipeline Co., Inc.UNIT QTY Strack, Inc. Rockdale Pipeline, Inc.
Attachment number 3Page 1 of 5
S-48 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 12'-14', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 687 $240.00 $164,880.00 $248.24 $170,540.88 $268.67 $184,576.29
S-49 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 14'-16', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 49 $245.00 $12,005.00 $253.99 $12,445.51 $268.67 $13,164.83
S-50 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 16'-18', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 50 $250.00 $12,500.00 $253.99 $12,699.50 $271.82 $13,591.00
S-51 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 18'-20', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 794 $270.00 $214,380.00 $256.29 $203,494.26 $274.97 $218,326.18
S-52 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 20'-22', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 1,917 $295.00 $565,515.00 $263.19 $504,535.23 $277.07 $531,143.19
S-53 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 22'-24', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF 193 $300.00 $57,900.00 $267.79 $51,683.47 $303.32 $58,540.76
S-17B
JACK AND BORE 24" DIA. STEEL CASING, MIN. WALL THICKNESS 0.281 INCH, CARRIER
PIPE INCLUDED, 12" DIA. DUCTILE IRON SAN. SEWER PIPE, CLASS 350, RESTRAINED
JOINT, END SEALS
LF 116 $400.00 $46,400.00 $316.30 $36,690.80 $304.31 $35,299.96
S-17C
JACK AND BORE 60" DIA. STEEL CASING, MIN. WALL THICKNESS 0.844 INCH, CARRIER
PIPE INCLUDED, 42" DIA. DUCTILE IRON SAN. SEWER PIPE, CLASS 150, RESTRAINED
JOINT, END SEALS
LF 125 $1,250.00 $156,250.00 $1,216.95 $152,118.75 $933.52 $116,690.00
S-17D
JACK AND BORE 72" DIA. STEEL CASING, MIN. WALL THICKNESS 1.0 INCH, CARRIER
PIPE INCLUDED, 48" DIA. DUCTILE IRON SAN. SEWER PIPE, CLASS 150, RESTRAINED
JOINT, END SEALS.
LF 247 $1,450.00 $358,150.00 $1,461.56 $361,005.32 $1,200.03 $296,407.41
S-18 SELECT BACKFILL, GA DOT TYPE I & II (SAND/CLAY), MEASURED BY IN-PLACE
VOLUME CY 10,575 $2.00 $21,150.00 $11.75 $124,256.25 $8.99 $95,069.25
S-20B PRECAST SANITARY SEWER MANHOLE (GA DOT STD. 1011A), TYPE 1, DEPTH 0'-6' (60"
DIAMETER)EA 4 $2,000.00 $8,000.00 $2,209.38 $8,837.52 $2,294.04 $9,176.16
S-20C PRECAST SANITARY SEWER MANHOLE (GA DOT STD. 1011A), TYPE 1, DEPTH 0'-6' (96"
DIAMETER)EA 26 $2,850.00 $74,100.00 $2,605.25 $67,736.50 $5,217.62 $135,658.12
S-20F PRECAST SANITARY SEWER MANHOLE (GA DOT STD. 1011A), TYPE 2, DEPTH 0'-6' (120"
DIAMETER)EA 18 $3,250.00 $58,500.00 $3,537.44 $63,673.92 $6,976.74 $125,581.32
S-21B ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1, DEPTH CLASS 1 (60" DIA.) VF 13 $90.00 $1,170.00 $115.92 $1,506.96 $62.92 $817.96
S-21E ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1, DEPTH CLASS 1 (96" DIA.) VF 17 $90.00 $1,530.00 $115.92 $1,970.64 $62.92 $1,069.64
S-22B ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1, DEPTH CLASS 2 (60" DIA.) VF 22 $90.00 $1,980.00 $115.92 $2,550.24 $62.92 $1,384.24
S-22E ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 1, DEPTH CLASS 2 (96" DIA.) VF 700 $90.00 $63,000.00 $115.92 $81,144.00 $62.92 $44,044.00
S-26B ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 2, DEPTH CLASS 2 (120" DIA.) VF 150 $90.00 $13,500.00 $115.92 $17,388.00 $62.92 $9,438.00
S-26C ADDITIONAL SANITARY MANHOLE DEPTH, TYPE 2, DEPTH CLASS 3 (120" DIA.) VF 150 $90.00 $13,500.00 $115.92 $17,388.00 $62.92 $9,438.00
Gary's Grading & Pipeline Co., Inc.ITEM DESCRIPTION UNIT QTY Strack, Inc. Rockdale Pipeline, Inc.
Attachment number 3Page 2 of 5
S-28A OUTSIDE DROP PIPING (8" DIA INLET LINE) - COMPLETE EA 1 $1,500.00 $1,500.00 $3,052.00 $3,052.00 $1,643.50 $1,643.50
S-28C OUTSIDE DROP PIPING (18" DIA INLET LINE) - COMPLETE EA 1 $5,500.00 $5,500.00 $7,025.05 $7,025.05 $4,733.87 $4,733.87
S-28D OUTSIDE DROP PIPING (24" DIA INLET LINE) - COMPLETE EA 1 $9,000.00 $9,000.00 $10,633.50 $10,633.50 $7,389.26 $7,389.26
S-29B DOGHOUSE / CONNECTOR MANHOLE (60" DIA.), INCLD BASE, CONE AND RING / COVER EA 2 $5,000.00 $10,000.00 $3,642.90 $7,285.80 $3,782.21 $7,564.42
S-29C DOGHOUSE / CONNECTOR MANHOLE (96" DIA.), INCLD BASE, CONE AND RING / COVER EA 11 $7,500.00 $82,500.00 $9,425.75 $103,683.25 $9,493.55 $104,429.05
S-29D DOGHOUSE / CONNECTOR MANHOLE (120" DIA.), INCLD BASE, CONE AND RING / COVER EA 3 $10,000.00 $30,000.00 $15,313.00 $45,939.00 $13,990.03 $41,970.09
S-30B 4" PVC SANITARY SEWER PIPE, SDR 35, INCLD. TYPE II (NO. 57 STONE) BEDDING
MATERIAL LF 30 $12.00 $360.00 $75.09 $2,252.70 $16.87 $506.10
S-30C 6" PVC SANITARY SEWER PIPE, SDR 35, INCLD. TYPE II (NO. 57 STONE) BEDDING
MATERIAL LF 14 $15.00 $210.00 $76.05 $1,064.70 $21.15 $296.10
S-33 TIE NEW SANITARY SEWER TO EXIST MANHOLE, DIAMETER VARIES EA 1 $12,500.00 $12,500.00 $3,065.67 $3,065.67 $14,700.00 $14,700.00
S-35 DUCTILE IRON PIPE POLYETHYLENE ENCASEMENT LF 4,247 $2.00 $8,494.00 $5.14 $21,829.58 $2.63 $11,169.61
S-36 MISC. CLASS A CONCRETE CY 15 $200.00 $3,000.00 $237.53 $3,562.95 $224.70 $3,370.50
S-54A CAP AND FILL EXISTING MANHOLE, COMPLETE (OFFSITE MANHOLES) EA 34 $1,000.00 $34,000.00 $793.38 $26,974.92 $210.00 $7,140.00
P-1 ASPHALT OVERLAY, TYPE F, 2" THICK, MIN.SY 140 $9.00 $1,260.00 $26.25 $3,675.00 $47.25 $6,615.00
P-2 GRADED AGGREGATE BASE 10 ½ ” THICK, 7’ WIDE AND ASPHALT PATCH 2 ½ ” THICK,
INCLD REMOVAL of 2 ½ ” GAB AND PLACEMENT OF BITUM TACK COAT SY 35 $44.00 $1,540.00 $80.85 $2,829.75 $105.00 $3,675.00
P-7 2” ASPHALT PAVEMENT DRIVEWAY REPLACEMENT SY 20 $22.00 $440.00 $42.00 $840.00 $47.25 $945.00
M-1 FLOWABLE FILL CY 70 $115.00 $8,050.00 $210.50 $14,735.00 $168.53 $11,797.10
M-2 ROCK EXCAVATION CY 50 $40.00 $2,000.00 $98.50 $4,925.00 $52.50 $2,625.00
M-3 FOUNDATION BACKFILL, GA DOT TYPE II, FOR ADD'T UNCLASSIFIED EXCAVATION CY 3,600 $22.00 $79,200.00 $26.41 $95,076.00 $23.59 $84,924.00
M-4 CLEARING & GRUBBING ACRE 17 $4,225.00 $71,825.00 $3,368.00 $57,256.00 $2,976.75 $50,604.75
M-5B FENCE REMOVAL & REPLACEMENT, NEW, REPLACED IN-KIND (6FT-HIGH CHAIN LINK
FENCE)LF 300 $22.00 $6,600.00 $21.00 $6,300.00 $15.75 $4,725.00
M-5C FENCE REMOVAL & REPLACEMENT, NEW, REPLACED IN-KIND (6FT-HIGH CHAIN LINK
FENCE WITH 3 STRAND BARBED WIRE)LF 30 $30.00 $900.00 $26.25 $787.50 $31.50 $945.00
LS-1 LUMP SUM CONSTRUCTION (INCLUDES BUT IS NOT LIMITED TO THE LISTING
CONTINUED BELOW)LS 1 $235,500.00 $235,500.00 $83,453.74 $83,453.74 $210,000.00 $210,000.00
BASE BID TOTAL* $4,055,564.00 $4,162,678.22 $4,295,926.15
QTY
*Corrected for errors
UNITDESCRIPTIONITEM Gary's Grading & Pipeline Co., Inc. Strack, Inc. Rockdale Pipeline, Inc.
Attachment number 3Page 3 of 5
ALTERNATE NO. 1 SCHEDULE OF UNIT PRICES:
S-38 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 8'-10', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -801 $185.00 -$148,185.00 $205.21 -$164,373.21 $176.26 -$141,184.26
S-39 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 10'-12', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -2,655 $190.00 -$504,450.00 $205.21 -$544,832.55 $176.26 -$467,970.30
S-40 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 12'-14', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -1,517 $195.00 -$295,815.00 $210.96 -$320,026.32 $176.26 -$267,386.42
S-41 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 14'-16', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -983 $200.00 -$196,600.00 $210.96 -$207,373.68 $176.26 -$173,263.58
S-46 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 8'-10', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -411 $240.00 -$98,640.00 $248.24 -$102,026.64 $224.57 -$92,298.27
S-47 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 10'-12', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -1,274 $240.00 -$305,760.00 $248.24 -$316,257.76 $224.57 -$286,102.18
S-48 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 12'-14', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -687 $240.00 -$164,880.00 $248.24 -$170,540.88 $224.57 -$154,279.59
S-49 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 14'-16', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -49 $245.00 -$12,005.00 $253.99 -$12,445.51 $224.57 -$11,003.93
S-50 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 16'-18', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -50 $250.00 -$12,500.00 $253.99 -$12,699.50 $224.57 -$11,228.50
S-51 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 18'-20', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -794 $270.00 -$214,380.00 $256.29 -$203,494.26 $224.57 -$178,308.58
S-52 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 20'-22', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -1,917 $295.00 -$565,515.00 $263.19 -$504,535.23 $224.57 -$430,500.69
S-53 48" DUCTILE IRON SANITARY SEWER PIPE, CLASS 150, DEPTH 22'-24', INCLD. TYPE II (NO.
57 STONE) BEDDING MATERIAL LF -193 $300.00 -$57,900.00 $267.79 -$51,683.47 $224.57 -$43,342.01
S-35 DUCTILE IRON PIPE POLYETHYLENE ENCASEMENT LF -4,247 $2.00 -$8,494.00 $5.14 -$21,829.58 $2.63 -$11,169.61
S-38-F 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 8'-10', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 801 $185.00 $148,185.00 $204.11 $163,492.11 $186.80 $149,626.80
S-39-F 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 10'-12', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 2,655 $190.00 $504,450.00 $204.11 $541,912.05 $186.80 $495,954.00
S-40-F 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 12'-14', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 1,517 $195.00 $295,815.00 $209.86 $318,357.62 $186.80 $283,375.60
S-41-F 42" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 14'-16', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 983 $205.00 $201,515.00 $209.86 $206,292.38 $186.80 $183,624.40
S-46-F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 8'-10', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 411 $220.00 $90,420.00 $250.05 $102,770.55 $227.64 $93,560.04
S-47-F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 10'-12', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 1,274 $220.00 $280,280.00 $250.05 $318,563.70 $227.64 $290,013.36
S-48-F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 12'-14', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 687 $220.00 $151,140.00 $250.05 $171,784.35 $227.64 $156,388.68
S-49-F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 14'-16', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 49 $225.00 $11,025.00 $255.80 $12,534.20 $227.64 $11,154.36
S-50-F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 16'-18', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 50 $230.00 $11,500.00 $255.80 $12,790.00 $227.64 $11,382.00
S-51-F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 18'-20', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 794 $250.00 $198,500.00 $258.10 $204,931.40 $227.64 $180,746.16
Gary's Grading & Pipeline Co., Inc. Strack, Inc. Rockdale Pipeline, Inc.
TOTAL
COST
TOTAL
COSTITEMDESCRIPTIONUNIT QTY
UNIT
COST
UNIT
COST
UNIT
COST
TOTAL
COST
Attachment number 3Page 4 of 5
S-52-F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 20'-22', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 1,917 $275.00 $527,175.00 $265.00 $508,005.00 $227.64 $436,385.88
S-53-F 48" FIBERGLASS REINFORCED POLYMER MORTAR PIPE, SN 72, DEPTH 22'-24', INCLD.
TYPE II (NO. 57 STONE) BEDDING MATERIAL LF 193 $285.00 $55,005.00 $269.60 $52,032.80 $227.64 $43,934.52
-$110,114.00 -$18,652.43 $68,107.88
$3,945,450.00 $4,144,025.79 $4,364,034.03
*Corrected for errors
Strack, Inc. Rockdale Pipeline, Inc.ITEM DESCRIPTION UNIT QTY
Delta vs. Base Bid*
ALT. BID TOTAL*
Gary's Grading & Pipeline Co., Inc.
Attachment number 3Page 5 of 5
Invitation To Bid
Sealed bids will be received at this office until 3:00 p.m. Wednesday, December 30, 2009 for
furnishing:
Bid Item #09-184 Butler Creek Interceptor Upgrade East – Phase I for Utilities
Department
Bid Item #09-185 Butler Creek Interceptor Upgrade East – Phase II 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 both projects 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 $250.00 each ($500.00 for both).
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,
November 12, 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, December 8, 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 Thursday,
December 15, 2009 by 5:00 p.m.
No Bid may be withdrawn for a period of 120 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 November 12, 19, 26, December 3, 2009
Metro Courier November 18, 2009
cc: Tameka Allen Interim Deputy Administrator
Drew Goins Utilities Department
Jerry Delaughter Utilities Department
Joe Holland Utilities Department
Attachment number 4Page 1 of 1
Ve
n
d
o
r
s
:
Re
y
n
o
l
d
s
30
0
E
.
B
r
o
a
d
S
t
Fa
i
r
b
u
r
n
,
G
A
3
0
2
1
3
Jo
h
n
S
t
e
p
h
e
n
s
27
2
H
u
r
r
i
c
a
n
e
S
h
o
a
l
s
La
w
r
e
n
c
e
v
e
l
l
e
,
G
A
30
0
4
6
St
r
i
c
k
l
a
n
d
&
S
o
n
s
15
5
1
F
u
l
e
n
w
i
d
e
r
Ga
i
n
e
s
v
i
l
l
e
,
G
A
30
5
0
7
Ro
c
k
d
a
l
e
P
i
p
e
l
i
n
e
19
2
5
O
l
d
Co
n
v
i
n
g
t
o
n
H
w
y
Co
n
y
e
r
s
,
G
A
3
0
0
1
2
Do
n
M
o
o
r
h
e
a
d
C
o
n
15
1
3
A
n
d
e
r
s
o
n
S
t
Be
l
t
o
n
,
S
C
2
9
6
2
7
Mc
C
l
a
m
&
A
s
s
o
c
16
4
2
H
o
l
y
T
r
i
n
i
t
y
Li
t
t
l
e
M
t
n
,
S
C
29
0
7
5
Ga
r
y
'
s
G
r
a
d
i
n
g
74
3
4
H
w
y
8
1
Mo
n
r
o
e
,
G
A
St
r
a
c
k
,
I
n
c
.
12
5
L
a
s
e
r
In
d
u
s
t
r
i
a
l
C
t
.
Fa
i
r
b
u
r
n
,
G
A
30
2
1
3
At
t
a
c
h
m
e
n
t
B
Ye
s
Y
e
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
1
-
4
Ye
s
Y
e
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
Y
e
s
To
t
a
l
B
a
s
e
A
m
o
u
n
t
$5
,
2
8
0
,
6
6
5
.
7
5
$
5
,
0
1
5
,
6
4
9
.
1
5
$
5
,
3
3
3
,
4
4
8
.
5
0
$
4
,
2
9
5
,
9
2
6
.
1
5
$
6
,
5
6
1
,
8
7
9
.
0
0
$
5
,
7
9
1
,
4
5
4
.
6
5
$
3
,
9
9
8
,
1
6
4
.
0
0
$
4
,
1
6
2
,
6
5
2
.
3
9
Al
t
e
r
n
a
t
e
1
Ad
d
o
r
(
D
e
d
u
c
t
)
($
1
3
6
,
2
2
0
.
0
0
)
(
$
1
2
0
,
0
4
7
.
0
0
)
(
$
3
8
6
,
6
8
3
.
5
0
)
$6
8
,
1
0
7
.
8
8
$
7
8
,
2
9
5
.
7
9
($
1
7
3
,
0
7
1
.
2
0
)
(
$
1
1
1
,
0
7
9
.
0
0
)
(
$
1
2
,
8
1
0
.
2
3
)
To
t
a
l
B
i
d
A
m
o
u
n
t
$5
,
1
4
4
,
4
4
5
.
7
5
$
4
,
8
9
5
,
6
0
2
.
1
5
$
4
,
9
4
6
,
7
6
5
.
0
0
$
4
,
3
6
4
,
0
3
4
.
0
3
$
6
,
6
4
0
,
1
7
4
.
7
9
$
5
,
6
1
8
,
3
8
3
.
4
5
$
3
,
8
8
7
,
0
8
5
.
0
0
$
4
,
1
4
9
,
8
4
2
.
1
6
Bi
d
I
t
e
m
#
0
9
-
1
8
4
Bu
t
l
e
r
C
r
e
e
k
I
n
t
e
r
c
e
p
t
o
r
U
p
g
r
a
d
e
E
a
s
t
-
P
h
a
s
e
I
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
:
W
e
d
n
e
s
d
a
y
,
J
a
n
a
u
a
r
y
1
3
,
2
0
1
0
a
t
3
:
0
0
p
.
m
.
Pa
g
e
1
o
f
3
Attachment number 5Page 1 of 3
Ve
n
d
o
r
s
:
Tr
a
k
S
o
u
t
h
11
9
0
I
n
t
e
r
s
t
a
t
e
P
k
w
y
Au
g
u
s
t
a
,
G
A
3
0
9
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
S.
J
.
L
o
u
i
s
C
o
n
s
t
r
13
5
1
B
r
o
a
d
w
a
y
S
t
W.
R
o
c
k
v
i
l
l
e
,
M
N
56
3
6
9
Mo
r
g
a
n
C
o
n
t
r
a
c
t
i
n
g
65
7
5
H
w
y
1
8
9
No
r
t
h
B
a
k
e
r
,
F
L
Ti
n
d
a
l
l
C
o
r
p
30
7
6
N
.
B
l
a
d
e
s
t
o
c
k
Sp
a
r
t
a
n
b
u
r
g
,
S
C
29
3
0
1
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
Jo
h
n
R
W
a
l
k
e
r
40
3
8
-
4
7
5
I
n
d
B
l
v
d
Ma
c
o
n
,
G
A
Ea
g
l
e
U
t
i
l
i
t
y
13
5
0
B
r
a
n
c
h
R
d
Bi
s
h
o
p
,
G
A
At
t
a
c
h
m
e
n
t
B
Ad
d
e
n
d
u
m
1
-
4
Bi
d
B
o
n
d
To
t
a
l
B
a
s
e
A
m
o
u
n
t
Al
t
e
r
n
a
t
e
1
Ad
d
o
r
(
D
e
d
u
c
t
)
To
t
a
l
B
i
d
A
m
o
u
n
t
No
n
-
c
o
m
p
l
i
a
n
t
Fe
d
e
r
a
l
F
o
r
m
s
No
n
-
c
o
m
p
l
i
a
n
t
Fe
d
e
r
a
l
F
o
r
m
s
No
n
-
c
o
m
p
l
i
a
n
t
Fe
d
e
r
a
l
F
o
r
m
s
Bi
d
I
t
e
m
#
0
9
-
1
8
4
Bu
t
l
e
r
C
r
e
e
k
I
n
t
e
r
c
e
p
t
o
r
U
p
g
r
a
d
e
E
a
s
t
-
P
h
a
s
e
I
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
:
W
e
d
n
e
s
d
a
y
,
J
a
n
u
a
r
y
1
3
,
2
0
1
0
a
t
3
:
0
0
p
.
m
Pa
g
e
2
o
f
3
Attachment number 5Page 2 of 3
Ve
n
d
o
r
s
:
To
m
m
y
G
r
i
f
f
i
n
P
l
b
g
P.
O
.
B
o
x
2
3
4
6
Ma
c
o
n
,
G
A
3
1
2
0
3
St
r
i
c
k
l
a
n
d
&
S
o
n
s
15
5
1
F
u
l
e
n
w
i
d
e
r
R
d
Ga
i
n
e
s
v
i
l
l
e
,
G
A
Os
c
a
r
R
e
n
d
a
C
o
n
t
r
60
8
H
e
n
r
i
e
t
t
a
C
r
e
e
k
Ro
a
n
o
k
e
,
T
x
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
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
Ru
b
y
C
o
l
l
i
n
s
48
0
6
W
r
i
g
h
t
D
r
Sm
y
r
n
a
,
G
A
Ga
r
n
e
y
C
o
n
s
t
r
u
c
t
i
20
0
1
W
e
s
t
s
i
d
e
P
k
w
y
Al
p
h
a
r
e
t
t
a
,
G
A
3
0
0
4
Jo
h
n
R
W
a
l
k
e
r
40
3
8
-
4
7
5
I
n
d
B
l
v
d
Ma
c
o
n
,
G
A
At
t
a
c
h
m
e
n
t
B
Ad
d
e
n
d
u
m
1
-
4
Bi
d
B
o
n
d
To
t
a
l
B
a
s
e
A
m
o
u
n
t
Al
t
e
r
n
a
t
e
1
Ad
d
o
r
(
D
e
d
u
c
t
)
To
t
a
l
B
i
d
A
m
o
u
n
t
Bi
d
I
t
e
m
#
0
9
-
1
8
4
Bu
t
l
e
r
C
r
e
e
k
I
n
t
e
r
c
e
p
t
o
r
U
p
g
r
a
d
e
E
a
s
t
-
P
h
a
s
e
I
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
:
W
e
d
n
e
s
d
a
y
,
J
a
n
u
a
r
y
1
3
,
2
0
1
0
a
t
3
:
0
0
p
.
m
Pa
g
e
3
o
f
3
Attachment number 5Page 3 of 3
Attachment number 6Page 1 of 4
Attachment number 6Page 2 of 4
Attachment number 6Page 3 of 4
Attachment number 6Page 4 of 4
Attachment number 7Page 1 of 4
Attachment number 7Page 2 of 4
Attachment number 7Page 3 of 4
Attachment number 7Page 4 of 4
Engineering Services Committee Meeting
5/24/2010 12:45 PM
Deed of Dedication and Maintenance Agreement for 3338 Peach Orchard Road
Department:Augusta Utilities Department
Caption:Motion to approve and accept a Deed of Dedication and Maintenance
Agreement for 3338 Peach Orchard Road.
Background:The developer, Stephen Steinberg and Timothy Donahue, constructed an
extension of sanitary sewer pipeline, from Augusta's pipeline to 3338 Peach
Orchard Road (Tobin Street). They now wish to dedicate said pipeline to
Augusta.
Analysis:The extension pipeline has passed inspection and testing.
Financial Impact:None
Alternatives:Deny motion to approve and accept a Deed of Dedication and Maintenance
Agreement for 3338 Peach Orchard Road
Recommendation:Approve motion to approve and accept a Deed of Dedication and
Maintenance Agreement for 3338 Peach Orchard Road
Funds are Available in
the Following
Accounts:
None
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Attachment number 1Page 1 of 1
Attachment number 2Page 1 of 7
Attachment number 2Page 2 of 7
Attachment number 2Page 3 of 7
Attachment number 2Page 4 of 7
Attachment number 2Page 5 of 7
Attachment number 2Page 6 of 7
Attachment number 2Page 7 of 7
Engineering Services Committee Meeting
5/24/2010 12:45 PM
Ft. Gordon CM @ Risk Contract Phase I
Department:Utilities
Caption:Authorize execution of a contract with Tetra Tech Inc. to provide
Construction Manager at Risk Phase I services for Various Projects at Ft.
Gordon in the amount of $387,890.00.
Background:The Augusta Commission, in their May 18, 2010 meeting, approved the
selection of Tetra Tech Inc. and authorized the Utilities Department to
proceed with negotiations to provide Construction Manager at Risk Phase I
services for Various Projects at Ft. Gordon. The Phase I scope of services
includes the development of a Guaranteed Maximum Price for the various
construction projects. At the completion of the development of the GMP, the
Commission will be asked to approve the Phase II services of the CM @
Risk contract which will include the authorization to proceed with the
construction of the projects under an established cost developed in Phase I.
Analysis:After several scoping and negotiation sessions, the process is complete. The
compensation being recommended represents a reasonable fee for the
services. The scope of services and compensation are attached.
Financial Impact:Funding for the project will be authorized under account number
507043490–5212115 / 88880073-5212115.
Alternatives:Advertise the projects without a Construction Manager and proceed with the
typical bidding process. This alternative is not recommended.
Recommendation:We recommend the Commission authorize award and execution of a
contract with tetra Tech Inc. to provide Construction Manager at Risk Phase
I services for Various Projects at Ft Gordon in the amount of $387,890.00
Funds are Available in
the Following
Accounts:
507043490–5212115 88880073-5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Cover Memo
Administrator.
Clerk of Commission
Cover Memo
1 Ft Gordon CM@ Risk
Attachment 1
Preconstruction Phase Services Scope of Work:
General: This Scope of Work includes preconstruction phase services (Phase I) and
development of contracts and subcontracts in support of the establishing of the GMP for the
project and commencing construction activities. The following presents a general description of
the tasks to be performed for the Preconstruction Phase of the project. It is understood that these
tasks and subtasks may not require the same level of effort as initially estimated herein, and
some may require more or less effort than initially estimated herein. Therefore, it is not intended
that the Project Director (CM) is limited to the estimate of hours for a single task or subtask.
Hours may be adjusted depending on the level of effort required for the individual Tasks and
subtasks. However, the total cost will not exceed the “Not to Exceed” Amount for
preconstruction services as described in the Agreement.
Construction Phase Services (Phase II) will be further developed and defined in an Amendment
to the Agreement to be developed during Phase I. A Contract amendment will be submitted and
approved for the commencement of Phase II.
Task 1 Project Management:
Task 1.1 – Project Management Supervision:
Tetra Tech shall designate a Project Director for this project. Construction Management
responsibilities include preliminary investigations, the preparation of fee proposal and schedule,
negotiation of fee, monitoring of labor utilization, maintenance of schedule and budget,
assignment and supervision of staff and all its subcontractors, value engineering, constructability
review, preparation of construction cost estimates, regulatory meetings, quality control, bidding
and construction of the project, and coordination with the Augusta Utility Department’s (AUD)
Program Management Team (PMT) in a timely and professional manner (including submittal of
monthly project progress meeting minutes and other deliverables). The CM shall be fully
responsible for the performance of the team, including subcontractors, for this Work.
Task 1.2 – Project Management and QA/QC Plans:
The project QA/QC Manager shall prepare a Project Quality Management plan. The Quality
Plan will include quality assurance and control requirements. The project QA/QC Manager shall
be charged the responsibility of the Plan’s implementation and documentation of current QA/QC
activities. An update on all QA/QC activities shall be reported in Monthly Status Reports. All
work performed by the CM Team shall be in accordance with the QA/QC Plan.
Attachment number 1Page 1 of 10
2 Ft Gordon CM@ Risk
The project CM shall prepare a Project Management Plan (PMP) for the project. The PMP will
address project implementation approach, staffing, organization, project record keeping,
document control, quality control, and quality assurance responsibilities. The PMP establishes
responsibilities and authorities, administrative procedures and policies, and lines of
communication throughout the project. The PMP will be coordinated with the PMT’s procedures
to prepare a condensed, project-specific plan. The PMP will include information on or will
reference sub-plans for other related items such as the Quality Plan, Local Small Business
Opportunity Program Management plan, Procurement Plan, Document control Plan, Safety Plans
and other required items. The Local Small Business Opportunity Program compliance plan will
provide a method for recording and tracking local business participation on the project including
amounts contracted, earned and paid, as well as the number and distribution of local business
firms participating. The PMP will be cross-referenced with the specifications of the contract
documents to ensure that no conflicts exist.
Deliverable: Tetra Tech shall develop and deliver to the PMT appropriate copies of a Project
Management Plan, Quality Plan, and Project Manual.
Task 1.3 – Project Accounting and Controls:
Tetra Tech shall maintain on regular basis project costs and document control system for project
cost accounting, tracking, and reporting. These procedures will be established consistent with
PMT fiscal requirements. In particular, thorough documentation including progress payments
and Contract Amendments will be compiled to enable the AUD to successfully pass audit by any
agency.
Tetra Tech and PMT staff shall work together to review cost and control methods and assess
current practices, and shall use that information to customize cost-tracking elements of the
project control system. Tetra Tech shall use a CPM schedule system that is linked to and
supports the schedule of values pay items, in support of payment applications. Through its link to
the master schedule, the cost accounting system can forecast cost at completion and cost
remaining at any point in the project.
Deliverable: Tetra Tech shall develop and maintain a Records Tracking System and provide
monthly billings for services performed to the OWNER. Tetra Tech will provide Monthly Status
reports from authorization to proceed with Construction Phase through the time of completion of
Construction Phase.
Task 1.4 – Project Information Website
Tetra Tech shall develop a public information website regarding this project by July 31, 2010
and timely update said site. This site will be made available to the general public and will
display information regarding the project such as contact telephone information for emergencies,
general schedule information, progress updates, notices of traffic and road closures, utility
outages, and other information that may be of general interest.
Attachment number 1Page 2 of 10
3 Ft Gordon CM@ Risk
Deliverable: Tetra Tech shall develop a Project Website with a responsibility and contact
matrix. This Website will be updated monthly beginning with Notice to Proceed of Construction
Phase through time of completion of Construction Phase.
Task 2: Project Meetings
Task 2.1 – Bi-monthly Progress Meetings
Tetra Tech shall conduct bi-monthly progress meetings with the PMT’s staff throughout the pre-
construction phase. The CM shall update PMT staff on work in progress, inform the PMT of
problems or delays as they are encountered, and receive input from PMT staff on a continuing
basis throughout the course of work on the Project. The CM and key members of the Project
team, as appropriate for the work to be discussed, shall attend the progress review meetings.
At each bi-monthly meeting, the CM shall provide the PMT with a Project Status Report. This
Report shall include, but not necessarily be limited to, the following:
• Activities accomplished in the previous period
• Problems and present concerns encountered in the Project
• Planned actions for the next period
• Updated Project schedule.
The CM shall prepare and submit a meeting summary for each progress review meeting to the
PMT within five (5) business days of the meeting.
Deliverable: For each bi-monthly meeting, Tetra Tech shall create and distribute to the PMT a
Meeting Summary documenting discussions and agreed to direction.
Task 3 Document Review
Task 3.1 – Initial Review
Project Director shall review and comment upon the Construction Documents that have been
developed by the ENGINEER. The scope of that review shall include reviewing those various
documents for constructability. Project Director acknowledges that at the time the Guaranteed
Maximum Price (GMP) is established, Project Director shall have fully reviewed AUD record
documents.
Document Review will include review of the available contract documents (plan &
specifications) for constructability and bid-ability. Any discrepancies shall be annotated and
immediately communicated to the PMT and the ENGINEER. The review shall identify items in
the contract documents that may be difficult to construct, and find ambiguities or contradictions
in the documents that might generate requests for clarification or lead to change orders. The
review shall also identify additional value-added and cost-saving opportunities to save cost and
Attachment number 1Page 3 of 10
4 Ft Gordon CM@ Risk
time. The Project Director shall also focus on the construction sequencing for keeping any
operating facilities and/or infrastructure in full regulatory compliance.
The Project Director shall call to the PMT’s and the ENGINEER’s attention any apparent defects
in the design, drawings and specifications or other documents. Within 15 calendar days of
signing this Agreement, the Project Director shall complete a constructability review.
Deliverable: Tetra Tech shall provide a report with the findings and recommendations
following the initial review. This report will be distributed to the PMT.
Task 3.2 – Coordination of Redesign and Final Review of Plans
The Project Director shall critique the existing design relative to constructability, cost and
schedule. During the remaining design effort; the Construction Manager’s suggestions will be
reviewed for inclusion into the final design. The Project Director shall coordinate with the
ENGINEER for the completion of the final design drawings. The Project Director shall
complete a final review of all plans and specifications as a quality assurance check for all
changes.
Deliverable: Tetra Tech will provide the services and level of effort indicated in the task
description to coordinate the review.
Task 4 Cost Estimating and Validation
Task 4.1 – Initial Cost Estimate
The Project Director shall prepare a detailed-level opinion of probable construction cost for the
Project consistent with best industry standards. The methodology and format for presentation of
the opinion of probable cost shall be as agreed upon and approved by the PMT costs shall be
broken down into quantity takeoffs, unit costs, and all mark-ups applied. The Project Director
shall review unit costs of previous estimates by the PMT and/or the ENGINEER, and shall take
into consideration factors such as local construction market factors, and other information such
as quotes from AUD’s consultants and other suppliers. An appropriate contingency, developed
in consultation with the PMT, shall be applied.
Deliverable: Tetra Tech shall develop an Initial Cost Estimate with takeoff quantities, unit
pricing, and initial subcontract pricing. Tetra Tech shall distribute copies of the estimate to the
PMT for review and comment.
Task 5 Master Schedule Development
The construction schedule must reflect and fully support the process considerations. This project
schedule will be dictated by operational considerations. Detailed construction sequencing must
be understood and integrated into the construction planning.
Attachment number 1Page 4 of 10
5 Ft Gordon CM@ Risk
The Project Director shall prepare and manage a schedule of values for each trade contractor and
ensure that it is reasonable for the work involved such that the PMT will have accurate cash flow
forecasts and the Project Director will have regular progress payments to meet expenses. The
Schedule will be cost loaded by the Project Director to aid in Cash flow projections. Cost
information shall be updated as information becomes available as part of the development of the
GMP.
The Project Director shall prepare a Project schedule for presentation to the PMT. The schedule
shall be prepared using Primavera Project Schedule (P3e/c), and shall be updated monthly as part
of the Monthly Project Status Report anticipated in Construction Phase. The Schedule shall
include all major tasks as well as major milestones for the remainder of Project design and
construction.
The Schedule shall:
• Be developed using P3e/c in a format agreed upon by the PMT;
• Follow the WBS developed by the CM and reviewed by the PMT;
• Be fully linked in order to provide the critical path;
• Include in detail all efforts required by the CM to prepare the GMP including review
times and major milestones;
• Be maintained current;
• Be base-lined at the establishment of the GMP and progress shall be compared to that
baseline.
As the work progresses in Construction Phase, the Project Director shall provide more details to
all of the phases of the Project Schedule. The Schedule shall include sufficient detail of the final
design and construction phases and identify and include all significant efforts that are required to
complete the Project on time as defined by the baseline schedule.
The CM shall provide an electronic P3e/c file of the current schedule status with the Monthly
Status Reports. The CM shall keep the Project Schedule current and update it weekly.
Deliverables: Tetra Tech shall provide the following items related to this task:
• Develop a critical path schedule for the Project in P3e/c that is all inclusive of the Project
from notice to proceed to completion of construction.
• Provide Monthly Critical Path Schedule Electronic Files
Provide monthly updated and status of critical path schedule files in P3. Continually
update schedule and status a minimum weekly.
• Provide Critical Path Schedule logic Diagrams and Distribute to the PMT for review.
• Provide a comprehensive and detailed critical path schedule based on all of the
information obtained during the process of developing the GMP.
Attachment number 1Page 5 of 10
6 Ft Gordon CM@ Risk
Task 6 Partnering
The Project Director shall prepare the partnering concept and conduct partnering sessions with
the PMT. The Phase I scope includes an allowance that will cover the preparation and facilitating
of the initial Partnering meeting. Upon establishing the GMP, an amendment will be submitted
for consideration of additional partnering sessions over the remaining project duration.
Deliverable: Tetra Tech shall provide partnering concept over the duration of Phase I and
Phase II of the project.
Task 7 Bidders Interest and Market Stimulation
The Construction Manager, with input from the PMT, shall prepare a list of all potential bidders
for the project work. This task also includes the prequalification of bidders for various Trade
Subcontracts. The CM will concentrate on participation of local businesses and firms able to
perform the work. The Project Director will implement a bidder’s interest campaign to stimulate
market interest in the project and conduct conferences and workshops with qualified contractors.
Bidders will be appropriately advised of the nature and availability of the work. Each bidder will
be required to ascertain the nature and character of the project conditions, and to work around
conflicts by planning ahead of construction activity. Close scrutiny will be given to the financial
strength, experience, proposed staffing and litigation history.
As detailed in the Local Small Business Opportunity Program Plan the Project Director shall
attract, solicit, develop, and track the success of local business firms interested in the Project.
Tetra Tech’ outreach efforts to promote participation by local owned businesses for
subcontracting on the project shall include the following:
• Contacts with Augusta’s Local Small Business Opportunity Program officer Guide and
encourage major subcontractors on the projects to include a target goal of 35% Local
Small Business Opportunity Program content within the execution of their scope of work.
• Outreach to the business community in coordination with PMT. This includes soliciting
local enterprises identified by PMT, DOT, the City of Augusta and other certifying
agencies.
• Host a local business procurement conference specific to the opportunities to bid on this
job.
• Notify listed local firms of upcoming opportunities to bid on subcontracts through
various media including working with trade publications, newspapers, and other
organizations.
• Post bidding documents at local and regional plan offices and trade organizations.
Deliverable: Tetra Tech shall create a Meeting Summary summarizing the discussions from
meetings with Augusta’s Local Small Business Opportunity Program officer and/or Chamber,
list of local firms contacted, procurement conference / event, and copies of posted bid
documents. These meeting summaries shall be distributed to the PMT for review.
Attachment number 1Page 6 of 10
7 Ft Gordon CM@ Risk
Task 8 Permitting
The CM shall provide technical support and documentation required for the PMT to complete the
regulatory permit applications for the Project. The PMT and the ENGINEER shall obtain the
regulatory permits. The Project Director shall attend up to five (5) meetings with PMT staff and
other regulatory agencies at the federal, state and local levels as necessary and as requested by
the PMT.
All building permits and licenses necessary for the prosecution of the Work shall be procured
and paid for by Project Director during the construction phase of the project unless specified
otherwise. Costs for Permit fees will be included in the costs of the GMP and memorialized in an
amendment to the Contract. If Project Director performs any Work without obtaining, or
contrary to, such permits or licenses, Project Director shall bear all costs arising there from.
Project Director shall pay all governmental charges and inspection fees necessary for the
prosecution of the Work.
Deliverable: Tetra Tech shall procure permits, attend up to 5 meetings, and provide up to 100
hours of technical support for permit applications.
Task 9 Preparation of Contract and Subcontract Documents
General: The Project Director shall prepare an initial procurement plan including prequalification
requirements and subcontracting strategy for review and acceptance by the PMT. This initial
strategy, including its basis and assumptions, will be reviewed and revised as appropriate to
formulate a final subcontracting strategy. The procurement requirements and procedures
consistent with the final subcontracting strategy will be incorporated to develop a project
procurement plan.
Task 9.1 – Prepare Contract Documents
The Project Director shall prepare contract documents for the Construction Management
Agreement (CMA) to be used as the form of agreement for the execution of the Project work.
The CMA will be submitted to and approved by the PMT prior to the establishing of the GMP
and commencement of the construction phase of the work.
Deliverable: Tetra Tech will develop and distribute to the PMT as required, a Final Construction
Management Agreement.
Task 9.2 – Bid Packages
The Project Director shall develop the bid packages by work scopes as identified in the final
subcontracting strategy. The bidders will be selected from the pool of qualified bidders
identified through a pre-qualification process. The bidding procedures will be detailed in a
Attachment number 1Page 7 of 10
8 Ft Gordon CM@ Risk
Procurement Plan. Some of the considerations for the bidding process will include the
following:
• Develop the bidding process and schedule for each procurement.
• Standardize items that may occur in several places within a work scope or across the
work scopes (including bid specifications, general requirements, etc)
• Use of internet for cost and time savings during procurement
• Insure total scope coverage without redundancy
Deliverable: Tetra Tech shall develop biddable subcontract packages for all elements of the
work.
Task 10 Pre-bid Conferences
The Project Director shall arrange for and conduct up to six (6) pre-bid conferences with
prospective bidders; using a standardized agenda, supplemented with project specific items that
address project administration claims avoidance, damages for delay, existing site conditions,
plant operational constraints, and other issues to ensure comprehensive and responsive bids.
Deliverable: Tetra Tech shall prepare Meeting Summaries documenting discussions and
responses to bidder’s inquiries at the conferences and distribute these summaries to the PMT.
Task 11 Bidding Services and Evaluations
The Project Director shall administer the bid and award process for all work. Any inquiries will
be appropriately addressed and tracked to ensure all are responded to.
The evaluation and award of bids to contractors/service provides may include the following:
• Price/Cost Analysis: A comparative bid analysis will be developed by comparing
major price or cost elements among the bidders. The evaluator may also
highlight any of the price or cost items that may be irregular or inappropriate
based on cost analysis or comparison with similar items or historical experience.
The result of the evaluation should be a determination of the best value price
offer, the competitive range, and whether or not there is a need for discussion
with one or more offerors in the competitive range. The evaluation will also
include potential price impact on known quantity uncertainties.
• Technical Evaluation: The technical evaluation will focus on each bidder’s
technical competency to perform the work and establishing the technical
distinctions between the proposals, if any, based on the presentation in the offer.
This will include safety, quality, schedule, experience, innovations, resources,
etc.
• Discussions/Negotiations: Discussions and/or negotiations may be required to
clarify price, scope, approach, schedule, etc.
Attachment number 1Page 8 of 10
9 Ft Gordon CM@ Risk
• Best & Final Offers (BAFOs) and Rebids: BAFOs and rebids may be required if
in the interest of the project, such as rescoping to meet the budget.
Discussions/negotiations may be used in place of BAFOs/rebids.
Deliverable: Tetra Tech shall develop a Bid Evaluation Report and recommendations for
award. Tetra Tech shall distribute the report to the PMT for review.
Task 12 Develop GMP and Finalize CMA
Within 14 days of completion of the bidding and negotiating process for all the work packages,
the Project Director shall prepare a summary of project costs including all direct and indirect
costs for the Project Director during the Construction Phase and shall submit to the PMT the
GMP along with all supporting forms as included in the Amendment No. 1 to the Agreement for
PMT’s review and approval.
12.1 BASIS OF GUARANTEED MAXIMUM PRICE
The Project Director shall include with the Guaranteed Maximum Price proposal a written
statement of its basis, which shall include:
1. A list of the Drawings and Specifications, including all addenda thereto and the
Conditions of the Contract, which were used in preparation of the Guaranteed Maximum
Price proposal.
2. A list of allowances and a statement of their basis.
3. A list of the clarifications and assumptions made by the Project Director in the
preparation of the Guaranteed Maximum Price proposal to supplement the information
contained in the Drawings and Specifications.
4. The proposed Guaranteed Maximum Price, including a statement of the estimated cost
organized by trade categories, allowances, contingency, and other items and the fee that
comprise the Guaranteed Maximum Price.
5. The Date of Substantial Completion of each project upon which the proposed
Guaranteed Maximum Price is based, and a schedule of the Construction Documents
issuance dates upon which the date of Substantial Completion of each project is based.
12.2 The Project Director shall meet with the Owner and PMT to review the Guaranteed
Maximum Price proposal and the written statement of its basis. In the event that the Owner or
PMT discovers any inconsistencies or inaccuracies in the information presented, they shall
promptly notify the Construction Manager, who shall make appropriate adjustments to the
Guaranteed Maximum Price proposal, its basis or both.
12.3 Unless the Owner accepts the Guaranteed Maximum Price proposal in writing on or before
the date specified in the proposal for such acceptance, and so notifies the Construction Manager,
in writing, the Guaranteed Maximum Price proposal shall not be effective without written
acceptance by the Construction Manager.
Attachment number 1Page 9 of 10
10 Ft Gordon CM@ Risk
12.4 Prior to the Owner's acceptance of the Construction Manager's Guaranteed Maximum Price
proposal and issuance of a Notice to Proceed, the Project Director shall not incur any cost to be
reimbursed as part of the cost of the work, except as the Owner may specifically authorize in
writing.
12.5 Upon acceptance by the Owner of the Guaranteed Maximum Price proposal, the Guaranteed
Maximum Price and its basis shall be set forth in Amendment No. 1 to this Agreement. The
Guaranteed Maximum Price shall be subject to additions and deductions by changes to the work
as provided in the Contract Documents; the date of Substantial Completion shall likewise be
subject to adjustment in accordance with the Contract Documents.
12.6 The Owner shall authorize and cause the ENGINEER to revise the Drawings and
Specifications to the extent necessary to reflect the agreed-upon assumptions and clarifications
contained in Amendment No. I. Such revised Drawings and Specifications shall be furnished to
the Project Director in accordance with schedules agreed to by the Owner, Engineer and
Construction Manager. The Project Director shall promptly notify the PMT and Owner' if such
revised Drawings and Specifications are inconsistent with the agreed upon assumptions and
clarifications.
12.7 The Guaranteed Maximum Price shall include In the Cost of the work only those taxes
which are enacted at the time the Guaranteed Maximum Price is established.
Deliverable: Tetra Tech shall develop a Final GMP and a signed CMA in order to commence
the Construction Phase of the work.
Attachment number 1Page 10 of 10
Wo
r
k
H
o
u
r
s
b
y
L
a
b
o
r
C
l
a
s
s
i
f
i
c
a
t
i
o
n
To
t
a
l
Ou
t
s
i
d
e
%
M
a
r
k
u
p
Ot
h
e
r
D
i
r
e
c
t
To
t
a
l
As
s
i
s
t
D
e
p
u
t
y
To
t
a
l
La
b
o
r
B
u
d
g
e
t
Pr
o
f
e
s
s
i
o
n
a
l
C
o
s
t
s
B
u
d
g
e
t
Ta
s
k
Pr
i
n
c
i
p
a
l
Pr
o
j
e
c
t
Pr
o
j
e
c
t
Co
n
s
t
r
u
c
t
i
o
n
Co
n
s
t
r
u
c
t
i
o
n
QA
Se
n
i
o
r
Se
n
i
o
r
Re
s
i
d
e
n
t
H&
S
H&
S
Te
c
h
n
i
c
a
l
Wo
r
d
Se
r
v
i
c
e
s
No
.
En
g
i
n
e
e
r
Di
r
e
c
t
o
r
Dir
e
c
t
o
r
Ma
n
a
g
e
r
Ma
n
a
g
e
r
Es
t
i
m
a
t
o
r
Ma
n
a
g
e
r
En
g
i
n
e
e
r
I
En
g
i
n
e
e
r
I
I
En
g
i
n
e
e
r
Ma
n
a
g
e
r
Sp
e
c
i
a
l
i
s
t
Se
c
r
e
t
a
r
y
Wr
i
t
e
r
Pr
o
c
e
s
s
o
r
Ho
u
r
s
($
)
Mi
n
.
F
i
r
m
s
/
S
u
b
.
10
.
0
0
%
($
)
27
0
.
0
0
24
0
.
0
0
21
0
.
0
0
19
0
.
0
0
16
5
.
0
0
12
0
.
0
0
16
5
.
0
0
24
0
.
0
0
21
0
.
0
0
12
0
.
0
0
12
0
.
0
0
10
0
.
0
0
65
.
0
0
90
.
0
0
60
.
0
0
($
)
1.
0
Pr
o
j
e
c
t
M
a
n
a
g
e
m
e
n
t
1.
1
Pr
o
j
e
c
t
M
a
n
a
g
e
m
e
n
t
S
u
p
e
r
v
i
s
i
o
n
8
32
12
40
12
24
12
14
0
$2
0
,
4
0
0
$2
,
4
0
0
$2
4
0
$2
,
4
0
0
$2
5
,
4
4
0
1.
2
Pr
e
p
a
r
e
P
r
o
j
e
c
t
M
a
n
a
g
e
m
e
n
t
a
n
d
Q
A
P
l
a
n
4
32
60
12
8
11
6
$2
1
,
7
0
0
$2
1
,
7
0
0
1.
3
Pr
o
j
e
c
t
a
c
c
o
u
n
t
i
n
g
a
n
d
c
o
n
t
r
o
l
s
6
8
24
12
24
24
12
11
0
$1
6
,
0
2
0
$1
6
,
0
2
0
1.
4
Pr
o
j
e
c
t
I
n
f
o
r
m
a
t
i
o
n
W
e
b
s
i
t
e
2
12
24
24
62
$5
,
4
6
0
$5
,
4
6
0
2.
0
Pr
o
j
e
c
t
M
e
e
t
i
n
g
s
2.
1
Bi
-
M
o
n
t
h
l
y
P
r
o
g
r
e
s
s
M
e
e
t
i
n
g
s
16
16
16
48
$8
,
2
4
0
$1
,
2
0
0
$1
2
0
$9
,
5
6
0
3.
0
Do
c
u
m
e
n
t
R
e
v
i
e
w
/
V
E
P
r
o
p
o
s
a
l
s
3.
1
In
i
t
i
a
l
R
e
v
i
e
w
8
24
32
32
24
8
12
8
$2
3
,
5
6
0
$6
,
0
0
0
$6
0
0
$3
0
,
1
6
0
3.
2
Co
o
r
d
i
n
a
t
i
o
n
o
f
R
e
d
e
s
i
g
n
a
n
d
F
i
n
a
l
R
e
v
i
e
w
o
f
P
l
a
n
s
8
24
40
72
$1
4
,
8
8
0
$7
,
0
0
0
$7
0
0
$2
2
,
5
8
0
4.
0
Co
s
t
E
s
t
i
m
a
t
i
n
g
&
V
a
l
i
d
a
t
i
o
n
4.
1
In
i
t
i
a
l
C
o
s
t
E
s
t
i
m
a
t
e
10
24
24
96
60
21
4
$2
7
,
1
2
0
$4
,
2
0
0
$4
2
0
$3
1
,
7
4
0
5.
0
Ma
s
t
e
r
S
c
h
e
d
u
l
e
D
e
v
e
l
o
p
m
e
n
t
8
4
24
12
12
48
4
11
2
$2
2
,
5
2
0
$2
2
,
5
2
0
6.
0
Pa
r
t
n
e
r
i
n
g
8
8
16
$3
,
4
4
0
$4
0
0
$4
0
$2
,
4
0
0
$6
,
2
8
0
7.
0
Bi
d
d
e
r
s
I
n
t
e
r
e
s
t
a
n
d
M
a
r
k
e
t
S
t
i
m
u
l
a
t
i
o
n
12
18
12
42
$7
,
0
8
0
$5
,
0
0
0
$5
0
0
$3
,
2
0
0
$1
5
,
7
8
0
8.
0
Pe
r
m
i
t
t
i
n
g
10
8
36
32
32
24
14
2
$2
5
,
7
0
0
$2
,
2
0
0
$2
2
0
$2
8
,
1
2
0
9.
0
Pr
e
p
a
r
a
t
i
o
n
o
f
C
o
n
t
r
a
c
t
&
S
u
b
c
o
n
t
r
a
c
t
D
o
c
u
m
e
n
t
s
9.
1
Pr
e
p
a
r
e
C
o
n
t
r
a
c
t
D
o
c
u
m
e
n
t
s
6
8
24
12
50
$5
,
8
2
0
$5
,
8
2
0
9.
2
Pr
e
p
a
r
e
B
i
d
P
a
c
k
a
g
e
s
8
24
24
60
24
24
60
72
29
6
$4
0
,
4
4
0
$4
,
0
0
0
$4
0
0
$3
,
0
0
0
$4
7
,
8
4
0
10
.
0
Pr
e
b
i
d
C
o
n
f
e
r
e
n
c
e
s
6
6
6
12
30
$4
,
3
5
0
$2
,
4
0
0
$2
4
0
$6
,
9
9
0
11
.
0
Bi
d
d
i
n
g
S
e
r
v
i
c
e
s
&
E
v
a
l
u
a
t
i
o
n
s
8
8
24
12
12
40
4
32
20
36
24
22
0
$3
5
,
4
0
0
$3
,
2
0
0
$3
2
0
$3
8
,
9
2
0
12
.
0
De
v
e
l
o
p
G
M
P
&
F
i
n
a
l
i
z
e
C
M
A
R
C
o
n
t
r
a
c
t
8
24
48
32
48
60
32
32
32
31
6
$4
9
,
9
2
0
$2
,
4
0
0
$2
4
0
$4
0
0
$5
2
,
9
6
0
Su
b
t
o
t
a
l
H
o
u
r
s
40
20
8
14
8
22
8
18
6
26
4
64
16
8
20
0
0
40
12
24
8
36
27
2
2,
1
1
4
Co
s
t
S
u
b
-
T
o
t
a
l
$1
0
,
8
0
0
$4
9
,
9
2
0
$3
1
,
0
8
0
$4
3
,
3
2
0
$3
0
,
6
9
0
$3
1
,
6
8
0
$1
0
,
5
6
0
$4
0
,
3
2
0
$4
2
,
0
0
0
$0
$4
,
8
0
0
$1
,
2
0
0
$1
6
,
1
2
0
$3
,
2
4
0
$1
6
,
3
2
0
$3
3
2
,
0
5
0
$4
0
,
4
0
0
$4
,
0
4
0
$1
1
,
4
0
0
$3
8
7
,
8
9
0
5/
5
/
2
0
1
0
PR
O
J
E
C
T
B
U
D
G
E
T
Ft
G
o
r
d
o
n
Pr
e
c
o
n
s
t
r
u
c
t
i
o
n
P
h
a
s
e
S
e
r
v
i
c
e
s
1
1
Ft
G
o
r
d
o
n
C
M
@
R
i
s
k
Attachment number 2Page 1 of 1
Engineering Services Committee Meeting
5/24/2010 12:45 PM
Naming of Bridge over 1st Level Canal
Department:Clerk of Commission
Caption:Approve recommendation to name the bridge over the 1st Level Canal after
the Honorable Mayor Hugh Lamar Hamilton, Sr. (Requested by
Commissioner Grantham)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Attachment number 1Page 1 of 2
Attachment number 1Page 2 of 2
Engineering Services Committee Meeting
5/24/2010 12:45 PM
Reynolds Street Parking Deck - CM at Risk
Department:Public Srevices Department - Facilities Management Division
Caption:Approve recommendation to select R.J. Griffin & Company as the
Construction Manager @ Risk for the Reynolds Street Parking Deck. The
total amount of $458,195.00 for the General Conditions, Construction
Management Fees, and Pre-Construction Services are included in the overall
total project budget.
Background:During the Concept 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
Reynolds Street Parking Deck 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 Judicial Center and the TEE Center. See the
attached report from the evaluation committee.
Analysis:We received twelve (12) 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 Interviews were
completed and scored, the fees for the General Conditions Costs, CM Fees,
and Pre-Construction Services were opened and scored according to the
scoring matrix included in the Phase II submittal requirements. 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. J. Griffin & Company.
Financial Impact:The total amount of $458,195.00 for the General Conditions, Construction
Management Fees, and Pre-Construction Services are included in the overall
total project budget of $10 million.
Alternatives:1. Approve recommendation to select R.J. Griffin & Company as the
Construction Manager @ Risk for the Reynolds Street Parking Deck. The
total amount of $458,195.00 for the General Conditions, Construction
Management Fees, and Pre-Construction Services are included in the overall
total project budget. 2. Select a different method of procuring the
construction phase services and award the total contract to a lump sum
bidder, which will delay the completion date of the project and increase the
total project costs.
Recommendation:
Approve recommendation to select R.J. Griffin & Company as the
Construction Manager @ Risk for the Reynolds Street Parking Deck. The
Cover Memo
total amount of $458,195.00 for the General Conditions, Construction
Management Fees, and Pre-Construction Services are included in the overall
total project budget.
Funds are Available in
the Following
Accounts:
FUNDS ARE AVAILABLE IN ACCOUNT: GL – 325051130 JL
206351102
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Page 1 of 6
Reynolds Street Parking Deck
CM @ Risk Selection Committee Evaluation Report
During the Concept 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 Reynolds Street Parking Deck 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 Judicial Center and the TEE 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.
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:
• Project Name
• Location
• Owner (include contact name and current telephone number for
Attachment number 1Page 1 of 6
Page 2 of 6
Owner’s Rep)
• Type of facility
• Principal-in-Charge of project
• Project Manager
• Architect (include contact name and current telephone number)
• Original contract amount
• Final contract amount
• Start and scheduled completion dates
• 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:
• Executive Management
• Preconstruction Management
• Project Management
• Cost Estimating
• Project Engineering
• Supervision of the Work
• Quality Control
• Safety
• 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:
• Project Director
• Preconstruction Manager
• Senior Project Manager
• Project Manager
• 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 1Page 2 of 6
Page 3 of 6
5. Project Management and Controls: (20 pts.)
Identify your firm’s approach to:
• 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.
• 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.
• Schedule Management, including schedule type, level of detail, software
utilized, frequency of updates and recovery procedures.
• 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.
• 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.
• Subcontractor Management. Explain the process you will use to manage
communication, collaboration, execution, quality, and safety performance of
subcontractors.
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.)
Describe your recent, current, and projected workload and explain how this
project will be managed given your firms’ obligations to other clients.
Attachment number 1Page 3 of 6
Page 4 of 6
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. 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
Bob Kuhar Morris Communications
Don Green Heery International
Geri Sams and Phyllis Mills Augusta Procurement Division
The following RFQ was sent to the newspaper on January 27, 2010:
REQUEST FOR QUALIFICATIONS
Request for Qualifications will be received at this office until Tuesday, March 16, 2010 @
3:00 p.m. FOR FURNISHING:
RFQ ITEM #10-039 Construction Manager @ Risk Augusta Reynolds
Street Parking Deck for Augusta, Georgia
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
Attachment number 1Page 4 of 6
Page 5 of 6
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 Monday, March 1, 2010 @ 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, March 4, 2010 @ 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 17 firms attended the meeting.
On March 16, 2010, 17 qualification statements were submitted, however, three (3) of
those were deemed to be non-compliant by the Procurement Team and one (1) was
deemed to be late.
On March 23rd, the qualification statements were issued to the Selection Committee to
begin their review. The reviews were scheduled to take 7 to complete. During this time,
all references were checked and D&B Reports were prepared for each firm.
In the morning of March 31st, 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 April 21st and to
prepare their fee proposals for the general conditions costs, construction management
fee, and pre-construction services.
Each firm on the short list was issued additional information regarding the project
including:
The Phase II Requirements
Schedule of General Conditions Costs
Delineation of Work Responsibilities
Fees & General Conditions Costs
Owner CM Contract
Front End Specifications
Attachment number 1Page 5 of 6
Page 6 of 6
Schematic Design Phase Submittal
This information was issued to each firm so that they could prepared for the interview
and prepare a proposal for the fees for their services.
Interviews with C.D. Moody, M.B. Kahn, The Potts Company, Robbins & Morton, and
R.J. Griffin were conducted on Wednesday April 21, 2010.
After the Phase II Interviews were completed and scored, the fees for the General
Conditions Costs, CM Fees, and Pre-Construction Services were opened and scored
according to the scoring matrix included in the Phase II submittal requirements. 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. J. Griffin & Company.
Attachment number 1Page 6 of 6
Attachment number 2Page 1 of 4
Attachment number 2Page 2 of 4
Attachment number 2Page 3 of 4
Attachment number 2Page 4 of 4
REQUEST FOR QUALIFICATIONS
Request for Qualifications will be received at this office until Tuesday, March 16, 2010 @ 3:00 p.m. for
furnishing:
RFQ ITEM #10-039 Construction Management @ Risk for the New Parking Deck 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 obtained at the office of the Augusta, GA Procurement Department, 530
Greene Street – Room 605, Augusta, GA 30901. A Mandatory Pre-Qualification Conference will
be held on Monday, March 1, 2010 at 2:00 p.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 RFQ will be accepted by fax, all must be received by mail or hand delivered. All
questions are to be submitted in writing by Thursday, March 4, 2010 by 5:00 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 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 February 4, 11, 18, 25, 2010
Metro Courier February 10, 2010
cc: Fred Russell Administrator
Tameka Allen Interim Deputy Administrator
Jack Turner Heery International
Don Greene Heery International
Steve Kimsey Heery International
Attachment number 3Page 1 of 1
VENDORS Attachment B Bidders Form Original Eight Copies Addendum
C. D. Moody Construction
6017 Redan Road
Lithonia, GA 30058
YES YES YES YES YES
Choate Construction Co.
101 W Mulberry Blvd Ste 200
Savannah, GA 31322
YES YES YES YES YES
Cordil Construction LP
3400 Peachtree Road NE Ste 111
Atlanta, GA 30326
YES YES YES YES YES
Garbutt/Christian LLC
2812B Hillcreek Drive
Augusta, GA 30909
YES YES YES YES YES
Hogan Construction Group
5075 Avalon Ridge Parkway
Norcross, GA 30071
YES YES YES YES YES
M.B. Kahn Construction Co.
P.O. Box 1179
Columbia, SC 29202
YES YES YES YES YES
McKnight Construction Co.
P.O. Box 204718
Augusta, GA 30917
YES YES YES YES YES
Panattoni Construction
3500 Lennox Road
Atlanta, GA 30326
YES YES YES YES YES
Potts
981 E Freeway Drive
Conyers, GA 30094
YES YES YES YES YES
R.J. Griffin & Company
1021 15th Street Suite 9
Augusta, GA 30901
YES YES YES YES YES
Robins & Morton
400 Shades Creek Parkway
Birmingham, AL 34209
YES YES YES YES YES
VCC
1000 Abernathy Road, Suite 1130
Atlanta, GA 30328
YES YES YES YES YES
Brasfield & Gorrie
1990 Vaughn Road
Kennesaw, GA 30144
R.W. Allen
1015 Broad Street
Augusta, GA 30907
Kuhlke Construction & Associates
3704 Benchmark Drive
Augusta, GA 30909
Pinnacle USA, Inc.
3001 Monroe Hwy Ste 300A
Watkinsville, GA 30677
Whiting-Turner
990 Hammond Drive, #1100
Atlanta, GA 30328
RFQ Item #10-039
Construction Management @ Risk for the New Parking Deck
for the City of Augusta
RFQ Due: Tuesday, March 16, 2010 @ 3:00 p.m.
NON-COMPLIANT
LATE
NO RESPONSE
NO RESPONSE
NO RESPONSE
NON-COMPLIANT
E-VERIFY NUMBER INVALID
Page 1 of 1
Attachment number 4Page 1 of 1
Attachment number 5Page 1 of 3
Attachment number 5Page 2 of 3
Attachment number 5Page 3 of 3
Attachment number 6Page 1 of 5
Attachment number 6Page 2 of 5
Attachment number 6Page 3 of 5
Attachment number 6Page 4 of 5
Attachment number 6Page 5 of 5
Attachment number 7Page 1 of 2
Attachment number 7Page 2 of 2
Attachment number 8Page 1 of 1