Loading...
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 ƒ Aiken Technical College, Aiken, South Carolina, 1985 Certification in Computer Graphics ƒ 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