HomeMy WebLinkAboutREEVES CONSTRUCTION OF TRANSPORATION CR 150/WRIGHTSBORO ROAD FROM JIMMY DYESS PKWY TO I-520 RAMPKith (Inldpn P F (:nmmiccinnar
Mayor Deke Copenhaver
Mayor
Augusta- Richmond County
530 Greene Street
Augusta, GA 30901
SUBJECT:
Dear Mayor Copenhaver,
February 19, 2013
r
GEORGIA DEPARTMENT OF TRANSPORTATION
One Georgia Center, 600 West Peachtree Street, NW
Atlanta, Georgia 30308
Telephone: (404) 631 -1000
STP00- 7001 -00 (009), Richmond County
P.I. No: 250510 - Call # 13
Contract Item Agreement for Water & Sewer Facilities
CR 150 /Wrightsboro Road from Jimmy Dyess Pkwy to 1 -520 Ramp
Reeves Construction Company, as contractor for the Department of Transportation, was awarded a contract on
Friday, October 05, 2012 to proceed with the proposed construction on the above numbered project.
The installation of Augusta- Richmond County's Water & Sewer facilities in conflict with the project has been
included in the highway project as requested. Attached is an executed counterpart of the Contract Item
Agreement dated February 08, 2013 addressing the Augusta- Richmond County's reimbursement of this work to
the Department. The Agreement is supported by your initial estimate of $1,725,412.58 of which the Augusta -
Richmond County was responsible for $1,725,412.58 or 100.00% and the Department was responsible for $0.00
or 0.00 %, however the actual bid cost of the work is $1,785,212.75 of which the Augusta- Richmond County is
responsible for $1,785,212.75 or 100.00 %. As outlined in Article 8, this reimbursement includes the bid cost
of all items necessary to complete the work and in accordance with Article 9 of the Agreement this money is
now due to the Department. Please send the Department a check to my attention in the amount of $1,785,212.75
payable to Treasurer — Georgia Department of Transportation, Office of Utilities 10th floor, One Georgia
Center, 600 West Peachtree St, NW, Atlanta Georgia 30308.
The Department is providing construction engineering and contract supervision for the water and sewer
facilities included in the project contract; however, you may visit the jobsite at any time to satisfy yourself that
work is proceeding according to plan; but, please be reminded that only one "Final Inspection" can be
conducted after the contractor notifies the Department that work is complete and the inspection must be
arranged by the Department's Area Engineer. All instructions or corrective items must be given through
Department personnel.
Mr. Rodney Way, Area Engineer, under Jimmy Smith, District Engineer, Tennille, GA will be responsible for
the construction supervision on this project. Mr. Rodney Way can be reached by telephone at (706) 855 -3466
or email rway @dot.ga.gov or by mail addressed to 4260, Frontage Road, Augusta, GA 30909.
STP00- 7001 -00 (009), Richmond County
P.I. No: 250510- Call # 13
Contract Item Agreement Authorization Water & Sewer Facilities
Page 2
Direct questions and inquiries about billing and payment guidelines should be made to Mr. Thomas Parker,
State Utilities Construction Engineer at 404 - 347 -0604 or by email at tparker @dot.ga.gov.
You may contact Abdulvahid Munshi, Utilities Preconstruction Engineer at 404 - 631 -1365 or by e-mail at
amunshi @dot.ga.gov or Patrick Allen, State Utilities Preconstruction Engineer, if further information is needed
at 404 - 347 -0606 or by mail addressed to Georgia Department of Transportation, Office of Utilities 10th floor,
One Georgia Center, 600 West Peachtree St, NW, Atlanta Georgia 30308 or by e-mail at pallen @dot.ga.gov.
MB:TLB:PA: AM
Very truly yours,
Attachments (Agreement, estimate, and plans)
-Arv
Terry Brigman
Assistant State Utilities Engineer
For: Jeff Baker, P.E.
State Utilities Engineer
cc: Office of Utilities — original agreement
General Files
Jimmy Smith, District Engineer, Tennille, Georgia
Attn: Monica Flournoy, District Contracts Manager
Attn: Lynn Bean, District Utilities Engineer, Tennille, Georgia
Rodney Way, Area Engineer, Augusta, Georgia
Angela Robinson, State Financial Management Administrator
Attn.: Wanda Fuller — agreement only
Attn.: Windy Bickers — letter only
Marc Mastronardi, State Construction Engineer — letter only
1/
250510- Richmond - Augusta - Richmond Water CIA - Bid Item Cost 1/11/2013
STP00- 7001-00(009), Richmond County PI8 250510-
In -Kind Items - Reimbursable
*Actual Bid Costs
WATER ADJUSTMENT ITEMS
Orig Plan
Orin Est
Orig Est
Orig Plan
In -Kind
Actual Bid
Actual Total
Actual In -Kind
Pay Item
AUGUSTA - RICHMOND COUNTY
Unit
Total Qty
Unit Price
Cost
Total Qty
Total Qty
Unit Price
Bid Cost
Bid Cost
Water Items
207 -0203
FOUND BACKFILL MATL, TP II
CY
4450
4.00
$ 17,800.00
$ 4,450
$ 24.52
$ 109,114.00
■
a/
670 -1060
WATER MAIN, 6 IN
LF
350
33.42
$ 11,697.00
$ 40
$ 33.58
$ 1,343.20
670 -1080
WATER MAIN, 8 IN
LF
217
40.09
$ 8,699.53
$ 570
$ 42.30
$ 24,111.00
670 -1100
WATER MAIN, 10 IN
LF
186
41.07
$ 7,639.02
186
$ 58.85
$ 10,946.10
$ -
670 -1120
WATER MAIN, 12 IN
LF
30
51.49
$ 1,544.70
30
$ 166.57
$ 4,997.10
670 -1160
WATER MAIN, 16 IN
LF
15937
64.00
$ 1,019,968.00
15937
$ 67.16
$ 1,070,328.92
670 -2060
GATE VALVE, 6 IN
EA
7
1132.60
$ 7,928.20
2
$ 910.05
$ 1,820.10
$ -
670.2080
GATE VALVE, 8 IN
EA
5
1432.92
$ 7,164.60
11
$ 1,195.07
$ 13,145.77
$ -
670 -2100
GATE VALVE, 10 IN
EA
5
1728.69
$ 8,643.45
5
$ 1,782.29
$ 8,911.45
670-2120
GATE VALVE, 12 IN
EA
3
3092.06
$ 9,276.18
3
$ 2,173.60
$ 6,520.80
$ -
670 -2160
GATE VALVE 16 IN
EA
21
5650.00
$ 118,650.00
21
$ 5,637.45
$ 118,386.45
670 -4000
FIRE HYDRANT
EA
16
3550.00
$ 56,800.00
16
$ 4,535.45
$ 72,567.20
670 -5010
WATER SERVICE LINE, 1 IN
LF
2000
10.00
$ 20,000.00
2000
$ 11.42
$ 22,840.00
670 -5020
WATER SERVICE LINE, 2 IN
LF
1000
20.00
$ 20,000.00
1000
$ 8.99
$ 8,990.00
$ -
670 -5060
WATER SERVICE LINE, 6 IN
LF
500
25.00
$ 12,500.00
500
$ 24.85
$ 12,425.00
$ ✓ -
•'
670 -1500
CUT AND PLUG EXISTING FIRE HYDRANT
EA
10
988.69
$ 9,886.90
12
$ 925.39
$ 11,104.68
$ 7,931.85
670 -9920
REMOVE EXISTING FIRE HYDRANT
EA
15
850.00
$ 12,750.00
15
$ 528.79
670 -9736
RELOCATE EXISTING WATER METER, INCL BYPASS AND VAULT, LESS
THAN 4 INCH
EA
50
450.00
$ 22,500.00
50
$ 1,877.21
$ 93,860.50
$ S. -
670 -9737
RELOCATE EXISTING WATER METER, INCL BYPASS AND VAULT, 4 INCH
AND LARGER
EA
10
750.00
$ 7,500.00
10
$ 12,135.78
$ 121,357.80
Sewer Items
615 -1200
DIRECTIONAL BORE - 3 IN
LF
720
12.00
$ 8,640.00
720
$ 8.29
$ 5,968.80
$ -
660 -0830
SAN SEWER PIPE, 30 IN DUCTILE IRON
LF
550
260.00
$ 143,000.00
550
$ ✓ 248.53
$ 136,691.50
r
0
/
668 -3300
SAN SEWER MANHOLE, TP 1
EA
4
3130.00
$ 12,520.00
4
$ 4,653.37
$ 18,613.48
s/
668 -3314
SAN SEWER MANHOLE, TP1, ADDL DEPTH, CL 4
LF
10
325.00
$ 3,250.00
10
$ 274.97
$ 2,749.70
682 -6223
CONDUIT NONMETL, TP 2, 2 IN
LF
3865
7.00
$ 27,055.00
3865
$ 9.07
$ 35,055.55
--✓
230 -1000
LLUMP SUM CONSTRUCTION
LS
1
150000.00
$ 150,000.00
SUBTOTAL =
$ 1,725,412.58
SUBTOTAL =
$ 1,785,212.75
$ -
TOTAL EST COST =
$ 1,725,412.58
TOTAL EST COST =
$ 1,785,212.75
$ -
AUGUSTA - RICHMOND SHARE 100%
TOTAL In -Kind EST
$ 1,725,412.58
TOTAL In -Kind EST
TOTAL BID
$ 1,785,212.75
$ -
I
GDOT SHARE 0.00%
$ -
TOTAL BETTERMENT COST
AUGUSTA -RICHM
TOTAL In -Kind EST
$ 1,785,212.75
GDOT Share
1/
250510- Richmond - Augusta - Richmond Water CIA - Bid Item Cost 1/11/2013
Account No. — Class: 733005 — 309
Department ID: 4848010000
Program No.: 4181401
STANDARD UTILITY AGREEMENT
GDOT Contract ID No.: CSOOUUTL 13039
CONTRACT ITEM AGREEMENT
Georgia Project No.: STP00- 7001 - 00(009), Richmond County
G.D.O.T. P.I. No.: 250510 -
THIS AGREEMENT, made this ,.04 S Za \ 3 , by and
between the Department of Transportation, an agency of the State liof Georgia, hereinafter called
the DEPARTMENT, first party, and Augusta- Richmond County, a political subdivision of the
State of Georgia, hereinafter called the LOCAL AGENCY, second party;
WITNESS that:
WHEREAS, the DEPARTMENT proposes under the above numbered project to
widen County Road 1501 /Wrightsboro Road from Jimmie Dyess Parkway to the Interstate 520
Ramps in Richmond County, Georgia; and
WHEREAS, due to the construction of this project, it will become necessary to
make certain adjustments or additional installation of utility facilities of the LOCAL AGENCY,
the cost of which shall be determined in accordance with Articles 8, 9, & 10 below; and
WHEREAS, the LOCAL AGENCY has requested that the DEPARTMENT
include the adjustment or installation of water distribution facilities in its highway construction
contract as shown on the attached plans; and
WHEREAS, this Agreement being for the sole purpose of providing a contractor
for work performed on the LOCAL AGENCY'S water distribution facilities, the LOCAL
AGENCY shall bear the cost of said work to be determined as hereinafter set forth;
WHEREAS, the preliminary engineering, including preparation of detailed plans
and contract estimate for adjustment of the utilities described above have been accomplished by
the LOCAL AGENCY;
WHEREAS, the plans for the utility work have been approved by both the
DEPARTMENT and the LOCAL AGENCY prior to commencing work;
NOW THEREFORE, in consideration of the premises and the mutual covenants
of the parties hereinafter set forth, it is agreed:
1. All construction engineering and contract supervision shall be the
responsibility of the DEPARTMENT and the DEPARTMENT shall be responsible to assure that
all utility work is accomplished in accordance with plans and specifications and to consult with
the LOCAL AGENCY or LOCAL AGENCY'S Consultant before authorizing any changes or
deviations which affect the LOCAL AGENCY'S facility.
STANDARD UTILITY AGREEMENT
CONTRACT ITEM AGREEMENT
2. The LOCAL AGENCY or the LOCAL AGENCY'S Consultant shall have
the right to visit and inspect the work at any time and advise the DEPARTMENT'S Engineer of
any observed discrepancies or potential problems. The DEPARTMENT agrees to notify the
LOCAL AGENCY when all utility work is completed and ready for final inspection by the
LOCAL AGENCY.
3. It is specifically understood that the project number shown above is for the
DEPARTMENT'S identification purposes only and may be subject to change by the
DEPARTMENT. In the event it becomes necessary for the DEPARTMENT to assign a different
project number, the DEPARTMENT shall notify the LOCAL AGENCY of the new project
designation. Such change in project designation shall have no effect whatsoever on any of the
other terms of this Agreement.
4. The DEPARTMENT shall include in its contract for this project all work
necessary to accomplish the adjustment of the LOCAL AGENCY'S facilities as shown on the
highway plans along with the necessary specifications to assure that the work conforms to sound
construction practices.
5. In the event it becomes necessary to add pay items that are not provided
for in the contract, the DEPARTMENT shall negotiate prices with the contractor and enter into a
supplemental agreement with the contractor for completion of the additional items. Upon
notification, the LOCAL AGENCY shall furnish a check for the additional cost as determined in
Article 8 below.
6. The DEPARTMENT shall furnish on the project the construction
engineering inspection and testing by its own forces required to assure that the work is done in
accordance with the plans, specifications and Special Provisions.
7. Upon completion of the work and upon certification by the
DEPARTMENT'S engineers that the work has been completed in accordance with the aforesaid
plans and specifications, the LOCAL AGENCY shall accept the adjusted and additional facilities
and shall thereafter operate and maintain the adjusted and additional facilities without further
cost to the DEPARTMENT or its contractor. Such maintenance and all operations and activities
shall be subject to the DEPARTMENT'S rules, policies and procedures as contained in its Utility
Accommodation Policy and Standards, current edition.
8. The DEPARTMENT shall include in its highway contract those items
shown as "materials" for permanent installation on the aforesaid plans attached hereto. The price
bid for the appropriate items shall include all labor, materials and incidentals necessary to
complete the work. The cost of the requested work shall be determined from unit quantities and
unit prices as shown in the DEPARTMENT'S tabulation of bids. The approximate non - binding
pre -let estimate is $1,575,412.58 based on the LOCAL AGENCY'S estimate attached hereto of
which the Department shall bear $0.00 and the LOCAL AGENCY shall bear $1,575,412.58.
9. It is mutually agreed that as soon as practicable after the opening of bids
and acceptance of a bid by the DEPARTMENT, the DEPARTMENT shall notify the LOCAL
2
STANDARD UTILITY AGREEMENT
CONTRACT ITEM AGREEMENT
AGENCY in writing of the amount due the DEPARTMENT. The LOCAL AGENCY shall pay
to the DEPARTMENT the amount due within sixty (60) days.
10. It is further mutually agreed that the final cost of the work performed on
behalf of the LOCAL AGENCY shall be determined by measurement of the actual quantities of
installed materials, including added items under Article 5, multiplied by the actual bid prices.
Accordingly, after the project has been completed, the DEPARTMENT shall determine the final
cost to be borne by the LOCAL AGENCY and, as the case may be, shall refund to the LOCAL
AGENCY or shall request of the LOCAL AGENCY an additional payment in the amount of the
difference between the final cost to be borne by the LOCAL AGENCY and the amount which
the LOCAL AGENCY has previously paid to the DEPARTMENT. In the event additional
payment is due to the DEPARTMENT, the LOCAL AGENCY agrees to pay same within sixty
(60) days after the statement is received from the DEPARTMENT. In the event a refund is due
the LOCAL AGENCY, the DEPARTMENT agrees to pay the LOCAL AGENCY within sixty
(60) after the refund amount is determined or final acceptance is made by the DEPARTMENT.
11. The covenants herein contained shall, except as otherwise provided,
accrue to the benefit of and be binding upon the successors and assigns of the parties hereto.
12. It is mutually agreed between the parties hereto that this document shall be
deemed to have been executed in the Fulton County, Georgia, and that all questions of interpretation
and construction shall be governed by the laws of the State of Georgia.
3
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
in three counterparts, each to be considered as original by their authorized representative the day
and date hereinabove written.
WITNESS AS TO SECOND PARTY:
BY:
BY: 1/4 t),()
NOTA PU EAL)
ic , ■J
SWORN TO AND SU o" (
�4 Sul 16• a'* t'
BEFN ME THIS /�DAy 4j 4.. ;..�'' l
,� 6jq CCV�te
)0 60
Notary Pirblic
My commission expires: % /f /,so
Signed on behalf of Augusta- Richmond County pursuant to resolution
dated
***** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
FEIN SgDa -D
**********************r* * * * * * * * * * **
RECOMMEN
PROJECT NO.: STP00- 7001 - 00(009)
COUNTY: Richmond
G.D.O.T. P.I. NO.: 250510 -
DATE: July 31, 2012 PA
STANDARD UTILITY AGREEMENT
CONTRACT ITEM AGREEMENT
ENGINEER
(OFFICI
I attest that the seal imprinted herein is the Official Seal of
BY:
OFFIC
1
4
ACCEPTED:
DEPART
BY:
Augusta- Richmond County
BY: C-' °
A6 MAYOR
12//2/4
BY:
CITY
(OFFICIAL SEAL)
SPORTATION
COMMISSIONER
Signed, scaled and delivered this � 4 - 1--
day of —11 , 20 13 ,
SEAL OF THE DEPARTMENT)
DEPA ME
TREAS 'ER
USTODIAN OF THE SEAL
STATE OF GEORGIA
AUGUSTA - RICHMOND COUNTY
BE IT RESOLVED by the Mayor and the County Commission, and it is hereby resolved,
that the foregoing attached Agreement, relative to project STP00- 7001 - 00(009) P.I. No. 250510 -, to
widen County Road 1501 /Wrightsboro Road from Jimmie Dyess Parkway to the Interstate 520
Ramps in Richmond County, Georgia, and that Deke Copenhaver as Mayor and
L M 30/v JE'Q. , as Commission Clerk, be and they are, thereby authorized and directed
to execute the same for and in behalf of said MAYOR and COUNTY COMMISSION OF
AUGUSTA - RICHMOND COUNTY.
Passed and adopted, this the /V
ATT T:
Aely
COMMI'� I0 C
STATE OF GEORGIA,
AUGUSTA RICHMO C OUNTY
20
STANDARD UTILITY AGREEMENT
CONTRACT ITEM AGREEMENT
RESOLUTION
5
day of , 20
A MAYOR
12/0/
a as Commission Clerk, do hereby certify that I am custodian of
the books and records of the same, and that the above and foregoing copy of the original is now on
file in my office, and was passed by the MAYOR and COUNTY COMMISSION OF AUGUSTA -
RICHMOND COUNTY.
/ /
WITNESS my hand and official signature, this the al day of � ,, %� ,
BY:
Contract No. and Name: WATER DISTRIBUTION FACILITIES
STP00- 7001- 00(009). PI# 250510 -, RICHMOND COUNTY
Name of Contracting Entity: AUGUSTA - RICHMOND COUNTY
By executing this affidavit, the undersigned person or entity verifies its compliance with O.C.G.A.
§ 13- 10 -91, stating affirmatively that the individual, firm, or corporation which is contracting with the
Georgia Department of Transportation has registered with, is authorized to participate in, and is
participating in the federal work authorization program commonly known as E- Verify,* in accordance
with the applicable provisions and deadlines established in O.C.G.A. § 13- 10 -91.
The undersigned person or entity further agrees that it will continue to use the federal work
authorization program throughout the contract period, and it will contract for the physical performance
of services in satisfaction of such contract only with subcontractors who present an affidavit to the
undersigned with the information required by 0.C.GA. § 13- 10- 91(b).
The undersigned person or entity further agrees to maintain records of such compliance and
provide a copy of each such verification to the Georgia Department of Transportation at the time the
subcontractor(s) is retained to perform such service.
4 69 9 3
EEV / E- Verify T"' User Identification Number
/ BY: Authorized Officer or Agent
W
,e7 (Name of Person or Entity)
Mayor
Title of Authorized Officer or Agent
David S. Copenhavcr
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE ME ON THIS THE
/y DAY OF _Aie 201A
Notary Pu
GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT
c
My Commission Expires:
Kuroo ueo, a on rho ,Mova
_17/09/2007
Date of Authorization
/ 17 / �
Date
ii t ' AC 0v►� ° ~w
* or any subsequent replacement operated by the United States Department of Homeland Security or any equivalent federal work
authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,
pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99 -603
Revised 8/22/11