Loading...
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