Loading...
HomeMy Public PortalAbout20120412Exhibits.pdf April 5, 2012 Ms. Diane Schleicher City Manager City of Tybee Island P.O. Box 2749 Tybee Island, Georgia 31328 RE: HISTORIC BUTLER AVENUE – REVISED CONCEPT PROPOSAL TO PROVIDE ENGINEERING SERVICES Dear Mr. Schleicher: Hussey, Gay, Bell & DeYoung is pleased to present this proposal to provide engineering services associated with the design and construction of the revised concept plan for the streetscape improvements along Butler Avenue between 14th Street and Tybrisa. The previous concept of having a median with trees will be replaced with one with no median. The sidewalks will be widened by 1 foot by use of pavers and palm trees planted on the sides of the street. The general scope of work is the revision of the Concept Report, the update of the Environmental Document as well as the preparation of contract plans and documents meeting GDOT requirements and providing construction period services during implementation. We will utilize to the fullest extent possible field surveys and environmental documentation completed for the previous project, along with other items previously completed or obtained during the review period. The specific scope of work is as follows: Revise the previously approved GDOT required project Concept Report in accordance with GDOT policies, procedure and format. Attend a concept team meeting with GDOT personnel to go over key concerns. Submit revised concept report to GDOT for review and revise/resubmit to obtain approval of the plan selected by the City. One revision and resubmittal is included in the fee below. Update the GDOT required and previously approved Environmental Document for the project based on the revised layout. It is anticipated that previously completed special environmental reports will remain acceptable and that this task will require minor updates and submittals to retain approval. Ms. Diane Schleicher April 5, 2012 Page No. 2 Update previously completed utility coordination tasks. Incorporate GDOT comments and complete final project plans. Submit to GDOT for final approval. Complete technical specifications, contract documents and cost estimates. Submit for final Tybee/GDOT approval. Assist the City during bidding process. Attend pre-bid and preconstruction meetings. Assist with evaluation of bids. Provide contract administration and construction observation services, including request for GDOT reimbursement for TE grant expenditures. Prepare record drawings and closeout documents. We propose to complete the above scope of work on an hourly basis in accordance with the attached rate schedule with a total fee not to exceed $24,192.00 without your authorization. We propose to complete the work in accord with a project schedule to be developed with input from the City with the intent of going to construction in October of this year. Please contact Bill Nicholson or me with any questions or concerns. Sincerely, G. HOLMES BELL IV cg cc: Bill Nicholson ACCEPTED BY:__________________________________ DATE:______________ HISTORIC BUTLER AVENUE REVISE CONCEPT MANHOUR ESTIMATE AND BASIS OF FEE Task Principal E4 E3 T3 CL SPR PR ACT TASK TOTAL 1. Concept report 0 12 0 8 2 0 0 0 2,133 2. Environmental Document Update 2 4 10 8 2 0 0 0 2,556 3. Preliminary Plans 0 10 8 24 2 0 0 0 4,104 4. Utility Coordination 0 0 4 4 2 0 0 0 855 5. Final Plans 2 10 0 20 2 0 0 0 3,222 6. Final Documents 0 8 0 4 6 0 0 0 1539 7. Bidding 2 8 0 4 2 0 0 0 1,629 8. Construction Period 2 6 0 6 6 20 40 20 6,723 9. Closeout 2 4 0 0 4 2 4 2 1,431 TOTAL ALL WORK 24,192 Design: $14,409.00 Bidding and Construction Period: $9,783.00 CITY OF TYBEE ISLAND WASTEWATER TREATMENT PLANT 5 YEAR CAPITAL IMPROVEMENT PLAN 2011 2012 2013 2014 2015 2016 New Utility Vehicle REPLACED 2011 Repair metal structure on Digesters REPAIRED 2012 Replace WAS Pump WILL BE REPLACED WITH NEW PRESS Replace Rotary Screen Replace Aeration Basin Rotary Brush Aerators Upgrade or Replace UV System Replace Belt Press WILL BE REPLACED IN JUNE Buy a spare aerator for the Digesters Add a Clarifier CITY OF TYBEE ISLAND WASTEWATER TREATMENT PLANT 5 YEAR CAPITAL IMPROVEMENT PLAN ASSET JUSTIFICATION FOR REQUEST ORDER OF PRIORITY DIGESTER FLOATING AERATORS A spare aerator is needed because if one goes down there would be a great increase in the possibility of odor problems. The actual Digester tanks themselves are good. 1 ROTARY SCREEN The rotary Screen is about worn out and parts for it may be hard to get in the near future 2 AERATION BASIN, FLOATING BRUSH AERATORS The aerators require a lot of maintenance and we have to rent a very expensive crane in order to remove and replace them. Parts take a long time to get, ,so they are down for a while when they go out 3 CLARIFIERS At times the Clarifiers have to be taken out of service for repairs and servicing. We need a spare in order to do this things, and also to allow for any increase in flow. 4 ULTRA VIOLET SYSTEM Because of upgrades in electronics and their availability and in order to save electricity, as well as the cost and availability of the quartz lamps, the UV system should be upgraded or replaced. 5 GRIT REMOVAL AND ODOR CONTROL SYSTEM Most likely will need replacing in 5 years because it runs almost constantly and by the nature of the grit itself, many parts will get worn out. 6 WAS SLUDGE PUMP New pump will come with the new press 7 UTILITY VEHICLEE (MULE) Replaced with a 2008 model 8 BELT PRESS New Press will be installed in June ,2012 9 I TEMS ARE LISTED IN ORDER OF PRIORITY FROM 1 TO 9, 1 BEING THE HIGHEST CITY OF TYBEE ISLAND WASTEWATER TREATMENT PLANT FIVE YEAR CAPITAL IMPROVEMENT PLAN ASSET CONDITION OF EQUIPMENT MAINTENANCE REQUIRED CAPACITY ASSESMENT EXPECTED LIFE OF EQUIPMENT COST ( ADD 5% PER YEAR FOR INFLATION) Rotary fan Press New NORMAL SUFFICIENT 20 years WILL BE INSTALLED IN JUNE 2012 $247,000.00 GRIT REMOVAL AND ODOR CONTROL SYSTEM GOOD NORMAL SUFFICIENT 20 years INSTALLED IN 2009, 17 YEARS REMAINING $900,000.00 WAS SLUDGE PUMP NEW NORMAL SUFFICIENT 20 years WILL BE INSTALLED WITH THE ROTARY FAN PRESS INCLUDED WITH PRESS RAS PUMPS FAIR NORMAL SUFFICIENT 20 years Installed1998, 7 years remaining 3 each X $5,000.00 CLARIFIERS GOOD NORMAL CANNOT MEET FUTURE REQUIREMENTS 20 years Installed 2001, 10 years remaining $1,000,000.00 each X 2 DIGESTERS GOOD NORMAL SUFFICIENT 20 years Installed 2001, 10 years remaining ROTARY SCREEN FAIR NORMAL CANNOT MEET FUTURE REQUIREMENTS 20 years Installed 1995, 4 years remaining GETTING PRICES NOW ULTRA VIOLET SYSTEM GOOD NORMAL SUFFICIENT 20 years Installed 2001, 10 years remain1ng $200,000.00 UTILITY VEHICLE (MULE) GOOD NORMAL SUFFICIENT 20 years BUILT IN 2008 $7,000.00 AERATION BASIN BRUSH AERATORS FAIR SIGNIFICANT SUFFICIENT 10 years Installed 2007, 5 years remaining $60,000.00 each X 4 BUTLER AVENUE STREETSCAPE IMPROVEMENTS 14TH STREET TO TYBRISA - 3.5’ Paver Strip (1’ curb shift) Tybee Island, Georgia Preliminary Estimate April 5, 2012 Item No. Description Estimated Quantity Unit Price Total Price 1. Traffic Control JOB LS 14,000 2. Grading, Complete JOB LS 35,000 3. Concrete Sidewalk 20 SY 45.00 900 4. Concrete Curb and Gutter 1770 LF 17.00 30,090 5. Remove Highway Sign 27 EA 40.00 1,080 6. Reset Sign 27 EA 60.00 1,620 7. Concrete Driveway 185 SY 30.00 5,550 8. Striping and Pavement Marking JOB LS 7,000 9. Raised Pavement Markers 30 EA 13.00 390 10. Palm Trees 32 EA 300.00 9,600 11. Brick Pavers 5600 SF 10.50 58,800 TOTAL $164,030 4-0008 -17-002 JUNG MOLA CHU 4 - 0 0 0 8 - 1 7 - 0 0 3 O S H A U G H N E S S Y C O W E N 4-0008 -07-010 GRIKITIS ALEXANDER 4-0008 -07-009 ALEXANDER VONCYLE 4 - 0 0 0 8 - 0 7 - 0 0 4 M I L L E R C H R I S T O P H E R H 4-0008 -03-014 NIKI BEACH LLC 4-0008 -04-001 27 TYBRISA LLC 4 - 0 0 0 8 - 0 4 - 0 0 1 A 25 TYBRISA LLC 4-0008 -04-011A B E A C H & M O C K D E N N I S 4-0008 -07-005 YAO AGNES SIMON HOLDINGS INC 4-0008 -07-008 4-0007 -17-001 CAPTAINS WATCH LLC PATEL GULABBEN KARSA 4-0007 -17-002 4-0007 -17-003 JOLLEY MILDRED V COWAN ALWYN A III 4-0007 -17-004 4-0007 -17-005 SAVANNAH BEACH TOWN SOUTHEAST MARKETING 4-0008 -03-015 GLISSON ROBERT G TRU 4-0008 -03-012 4 - 0 0 0 8 - 0 3 - 0 1 3 D E L O A C H D A N I E L D J R 4 - 0 0 0 8 - 0 3 - 0 1 3 A R A J P U T R E L L C 4-0008 -03-005A CJ TYBEE LLC & CARSO 4-0008 -03-001D BRASS RAIL VILLAS LL 4-0008 -03-075 CHU ROBERT M 4 - 0 0 0 8 - 0 3 - 0 0 4 S A D O W S K Y J O S E P H D & 4-0008 -03-004A FARSAD INC SADOWSKY JOSEPH D & 4-0008 -03-004B TURNER JO ANN BENDER 4-0008 -03-003 4-0008 -02-004 RESORT INNS INC 4-0008 -01-004 PATEL PARESH J 4-0008 -02-005 RESORT INNS INC 2 1 + 0 0 2 0 + 0 0 1 9 + 0 0 1 8 + 0 0 1 7 + 0 0 1 6 + 0 0 1 5 + 0 0 1 4 + 0 0 1 3 + 0 01 2 + 0 0 1 1 + 0 0 1 0 + 0 0 T Y B R I S A S T . 1 5 T H S T . BUTLER AVENUE 1 4 T H S T . PALM TREES (50’ C-C TYP) PALM TREES (50’ C-C TYP) BRICK PAVERS (TYP) BRICK PAVERS (TYP) S.R.26 BUTLER AVENUE FROM C.S. 809 14TH STREET TO C.S. 804 TYBRISA STREET FOR THE CITY OF TYBEE ISLAND , GA. SCALE: 1" = 40’ 11’ 11’ 11’ 11’6’ 6’ EXISTING SIDEWALK TO REMAIN EXISTING SIDEWALK TO REMAIN 30"CURB AND GUTTER 30"CURB AND GUTTER 6’ 6’11’ 11’ 11’ 11’ 30"CURB AND GUTTER 30"CURB AND GUTTER EXISTING SIDEWALK TO REMAIN EXISTING SIDEWALK TO REMAIN PALM TREES (50’ C-C TYP) PALM TREES (50’ C-C TYP) N M AG. NORTH 64 ON-STREET PARKUNG SPACES EXISTING SIDEWALK TO REMAIN BRICK PAVERS EXISTING PAVEMENT TO BE RETAINED CONSTRUCTION CENTERLINE EXISTING PAVEMENT TO BE RETAINED EXISTING SIDEWALK TO REMAIN EXISTING 80’ RIGHT OF WAY PALM TREE PALM TREE BRICK PAVERS PARKINGPARKING 6’ ON STREET11’ TRAVEL LANE11’ TRAVEL LANE11’TRAVEL LANE11’ TRAVEL LANE6’ ON STREET TYPICAL SECTION N.T.S PROPOSED 30" CURB AND GUTTER PROPOSED 30" CURB AND GUTTER EXISTING PAVEMENT 2.0’ SAWCUT EXISTING PAVEMENT TO BE REMOVED PROPOSED 30" CURB AND GUTTER EXISTING CURB AND GUTTER TO BE REMOVED + + + + + ++ + +++ + ++ + + + + + + +++ + + + + + + + + ++ + + ++ + B R I C K B R I C K 22"PALM CONC. PAVING THOMAS & HUTTON 50 PARK OF COMMERCE WAY I POST OFFICE BOX 2727 SAVANNAH, GA 31402-272 7 I 912.234.5300 WWW .THOMASANDHUTTON.COM April 3 , 2012 Ms. Diane Schleicher City of Tybee Island 403 Butler Avenue Tybee Island, GA 31328 Re: City of Tybee Island Historic Bicycle / Pedestrian Greenway Trail Improvement Project GDOT PI #0010582 Letter Agreement for Services Dear Ms. Schleicher: Thank you for requesting our engineering services for City of Tybee Island Historic Bicycle/Pedestrian Greenway Trail Improvement Project. We understand that the project consists of the following: General The project generally consists of the development of an 8-ft wide , asphalt multi-use trail and expansion/retrofit of an existing concrete sidewalk along the north side of the US Hwy 80 Corridor on Tybee Island . The project begins at Byers st. and heads west approximately 5850-ft. The majority of the proposed trail is to be located on the historic Marsh Hen railroad bed. The proposed trail will provide pedestrian/bicycle connectivity from Battery Park to the existing termination of the City of Tybee Island's (the City) designated bicycle path , RV park and public parks. The project is funded with a Transportation Enhancement (TE) Grant and City matching funds; therefore , the project shall be designed, permitted and constructed in accordance with the requirements set forth by the TE Grant and by Georgia Department of Transportation (GDOT) standard specifications. Currently GDOT has contracted Moreland Altobelli (MA) to review and approve all TE documents for conformance with TE and GDOT requirements prior to GDOT approval. To help ensure the project is within budget, the design plans will be developed with a base bid and an add alternate that may be considered for construction depending on the received bids. The base bid is proposed to include the proposed trail route from Byers st. to Battery Park, approximately 3750-ft. The add alternative will extend the project further to the west along the Marsh Hen railroad bed an additional 21 OO-ft. Concept Validation / Concept Report Phase The first step in the project will be to evaluate the current proposed concept route/scope limits to determine if the limits are still appropriate and can be constructed within the ___ Owner's Initials /:7)[' Consultant's Initials CHARLESTON, SC I MYRTLE BEACH, SC I WILMINGTON, NC I BRUNSWICK , GA Ms. Oiane Schleicher City of Tybee Island Letter Agreement for Services April 3, 2012 Page 2 project budget. As this project is located along a state route, a mandatory Concept Team Meeting is required. We will hold a Concept Team Meeting with City, GOOT and MA representatives to review the preliminary project concept and determine any special requirements or changes that may need to be considered. Once the preliminary concept is developed , a field review with the City representatives will be completed to verify preliminary concept. Additional information obtained during the field reviews will be reviewed with the City and based on comments a final updated conceptual drawing will be prepared. Any changes or alternates to the preliminary concept plan derived from the field review will be addressed and reflected within the Concept Report documents and exhibits that will be prepared and submitted to MA and GOOT. A conceptual cost estimate will be required as part of the Concept Report submittal and therefore, will be prepared and submitted to MA and GOOT for the proposed trail and associated improvements . Environmental/ Special Studies Upon GOOT approval of the concept report, we will begin the Categorical Exclusion (CE) process for the project. The special studies required by GOOT for approval of the CE will be completed and submitted for review and approval. Comments from GOOT will be addressed twice per study as part of this scope; additional comments will be handled as an additional service. The required special studies and their description are listed below: • Air Quality Assessment -FHWA and GOOT require an air quality evaluation for completion of the CE document. Based on the proposed improvements an air quality assessment indicating no impacts is anticipated for this project. The document stating as such will be prepared and submitted to MA for review and approval prior to submittal to GOOT and FHWA for approval. Since this is a trail project, the scope does not include any air quality modeling. Should modeling be required for approval of the air quality assessment, it will be handled as an additional service . • Noise Assessment -GOOT requires a noise assessment for completion of the CE document. Based on the proposed improvements, it is anticipated that there will be no adverse impacts due to this project. A noise impact assessment stating as such will be prepared and submitted to MA for review and approval prior to submittal to GOOT and FHWA for approval. Since this is a trail project, the scope does not include any noise modeling. Should modeling be required for approval of the noise assessment, it will be handled as an additional service. • Environmental UST / Hazardous Waste Assessment -It is n ot anticipated that any Environmental UST / Hazardous Waste sites are within the project corridor. The CE document will be prepared based on this assumption. Should it be determined there are environmental UST / hazardous waste sites are within the project corridor the appropriate reports will be handled as an additional service. • History and Archaeology Report - A report investigating the presence of historical or archaeological sites and/or artifacts is required for the CE document. This report will be reviewed by FHWA, SHPO and GOOT for approval. Based on the information contained within the City's request for qualifications, it appears that there are historical or archaeological sites within this project's corridor. Upon ___ Owner's Initials ~("Consultant's Initials Ms. Diane Schleicher City of Tybee Island Letter Agreement for Services April 3, 2012 Page 3 completion of the archival research, the completed Section 106 worksheet will be submitted to MA for review and approval prior to submittal to GDOT, SHPO and FHWA for approval. If field reconnaissance and/or a full archaeology findings report in accordance with a Phase 1 survey will be required for the approval of the history and archaeology reports it will be completed as an additional service . • Wetland Delineation and Verification -All waters of the state (previously delineated and new) will be delineated and verified by the U.S. Army corps of Engineers (USACE) . A jurisdictional determination request will be submitted to USACE for verification. The approved jurisdictional determination will be used to determine any required buffers and/or buffer impacts. It is anticipated that there will be buffer impacts but that there will not be any wetland/marsh impacts. The cost associated with the permitting of the buffer impacts has been included . • Threatened & Endangered Species Survey -This document is required for completion of the CE document and shall include the review of information regarding known occurrences of state and federally protected species, a survey of the project corridor to determine presence and/or absence of species listed within Chatham County and preparation of the necessary report for submittal to the reviewing agencies. • Ecology Report Preparation -This document is required for completion of the CE document. Upon completion of all necessary field work, an ecology report will be prepared in accordance with the GDOT Environmental Procedures Manual. The report will include a description of jurisdictional water, threatened and endangered species, essential fish habitat, invasive species, etc. as required by GDOT. This report will be submitted to for review and approval by MA and GDOT. This section of Tybee Island has known historical, archaeological and ecological resources and at this time there are no anticipated impacts to any such resources . If during the project any work in addition to that which is described in this proposal is required, it will be handled as an additional service. Database Preparation Based on the indicated project corridor, Thomas & Hutton will perform survey services along the proposed route of the pathway. The length of the survey will be approximately 5850-ft feet beginning at Byers St . and heading west along the road shoulder and the Marsh Hen railroad bed. The survey corridor will include the railroad bed and approximately 10' beyond the toe of slope and from the centerline of the road to a distance 10' into the marsh for the portion of the proposed trail immediately adjacent to the road. It will consist of a topographic and wetland survey along the entire project corridor. The survey of the route will be completed using a combination of conventional survey equipment and Global Positioning System (GPS) technology. All wetlands and waters of the state will be located based off of flags placed in the field to demark such features . Existing property surveys along the route will be established using existing right­ of-way plans, courthouse records, and monumentation located in the field during the topographic survey. The topographic survey will include location of buildings, road, sidewalks, drainage structures and surface appurtenances of underground utilities (i.e . water, gas, power, fiber optic, cable and telephone) within the project limits. Horizontal ___ Owner's Initials O K Consultant's Initials Ms. Diane Schleicher City of Tybee Island Letter Agreement for Services April 3, 2012 Page 4 and Vertical datum for the survey will be the Georgia State Plane Grid, East Zone NAD83 (1994) and NAVD88, respectively. The base mapping will be provided to the City for review and comment once the work has been completed. While at this time it is our understanding that the City or GDOT owns all the property located within the project corridor, should areas of concern arise during the survey process, we will notify GDOT and the City of potential right of way needs. At this time it is not anticipated that any easements or right of way will be required for this project and therefore boundary surveys and easement plat preparation for individual parcels is not included in this scope of work. Survey deliverable will consist of an Autocad base file showing existing road rights­ of-way and topographic and wetland information. A computerized digital terrain model will be developed using AutoCAD design software. Geotechnical Soil Survey and Pavement Recommendations It is not anticipated that a Geotechnical report will be required for approval. No cost associated with this has been included in this proposal. Design Based on the approved Concept Report, recommendations set forth in the environmental green sheet and database, the project will be designed as directed by the City using AASHTO guidelines and GDOT design standards for trails and pathways. It is anticipated that the trail will be constructed of asphalt for the new location and concrete for the retrofitting of the existing concrete sidewalk. The plans are anticipated to consist of grading, drainage, signing, marking, erosion control, profiles, cross sections, structures (as defined herein) and details as coordinated with the City. They will be set up to include a base bid from Byers St. to Battery Park (approx. 3750-ft) and an add alternate to extend to the west an additional 2100-ft along the Marsh Hen railroad bed. The construction drawings will be presented to the City and GDOT for review and comment at the preliminary and final levels respectively. This project will be completed in a single phase and one set of construction plans will be prepared for the project. An engineer's opinions of cost will be provided with each submittal. Comments will be addressed once for each of the submittals. Any comments addressed beyond this will be billed as an additional service. Utilities along the route will be contacted and their location and interferences will be coordinated as they are identified. We will coordinate with Georgia Power for their participation in the design and funding of the heavier duty asphalt section paralleling the existing power lines. Design for relocation of existing utilities is not anticipated and therefore is not a part of the scope for this project. The technical specifications for the project shall be the current GDOT standard specifications and any required special provisions. Lighting and landscaping services are not anticipated at this time and therefore are not included in this scope. Assistance in preparing the appropriate utility coordination letters, ADA letters, Property Agreements and Right of Way Certifications to meet the guidelines for the TE grant will be completed during the design phase. This scope includes two meetings with the City during the design process, once during preliminary plan phase and once during final plan phase. Assistance During Bidding The Engineer will assist the City during the bidding process of the project. The Engineer will prepare the bid form and a project description for use by the City in advertising and bidding the project. The Engineer will attend the pre-bid conference and assist the City in answering technical questions related to the plans. The Engineer will then review the ___ Owner's Initials r:::::7L consultant's Initials Ms. Diane Schleicher City of Tybee Island Letter Agreement for Services April 3, 2012 Page 5 bids for the project and provide a recommendation to the City regarding award of the project. Construction Services Based on the TE agreement it is the local sponsor's responsibility for construction observation and monitoring . Once the project has been awarded, we will assist the City during the construction phase of the project. We will attend the pre-construction conference for the project and review the shop drawings and monthly pay request for the project and recommend approval of these items by the City. These construction phase services are not resident construction phase services. The Engineer will make periodic site visits during the course of the construction to determine if the construction is progressing in a manner consistent with the plans and specifications for the project. In order to establish a budget for the construction phase services it was assumed the construction time for the project would be approximately 12 weeks and that the project field representative would spend on average 3 hours per week on the job site. If more time is needed, the Engineer will notify the owner and additional funds will need to be authorized by the owner to continue the construction phase services. Once construction has been completed, a final project site visit will be made and a recommendation on final payment will be sent to the City. Record drawings for the pathway will be compiled based on information supplied by the Contractor and Construction Personnel. No field surveys will be provided as a part of the record drawings but can be completed as an additional service if requested by the City. The required water quality monitoring to comply with the National Pollutant Discharge Elimination System (f\IPDES) will be performed by the contractor and will be included in the contractor's bid. We propose that payment for our services will be as follows: Fee or Time & Phase Fee Structure Expense Budget Concept Development Time & Expense -Budget $ 5,600.00 Environmental Time & Expense -Budget $ 21,000.00 Database Preparation Time & Expense -Budget $ 12,700.00 Design Time & Expense -Budget $ 33,300.00 Bid Assistance Time & Expense -Budget $ 3,000.00 Construction Observation Time & Expense -Budget $ 10,900.00 The above fee arrangements are on the basis of prompt payment of our invoices and the orderly and continuous progress of the Project through construction. We anticipate commencement of our work within 10 calendar days from receipt of your authorization to proceed with completion within the agreed upon time frame established with the City of Tybee Island , Thomas & Hutton, GDOT and Moreland Altobelli representatives. This proposal between The City of Tybee Island (Owner), and Thomas & Hutton Engineering Co. ("Consultant" or "Thomas & Hutton "), consisting of the Scope of Services, General Provisions , Engineering Services Rate Sheet, and this letter with authorized signatures, represents the entire understanding between you and us with respect to the Project. This agreement may only be modified in writing if signed by both of us. _ __ Owner's Initials U?Consultant's Initials Ms. Dione Schleicher City of Tybee Island Letter Agreement for Services April 3, 2012 Page 6 Thomas & Hutton will begin work on this project upon receipt of on executed contract. It is our understanding that no work will commence until written authorization is provided to us by you for the Project. If the arrangements set forth in these documents are acceptable to you, please sign and initial the enclosed documents in the spaces provided below and return to us . This proposal will be open for acceptance until May 3, 2012 , unless changed by us in writing. We appreciate the opportunity to prepare this proposal and look forward to working with you on the project. The parties agree and acknowledge that any of the parties hereto may execute this agreement by electronic signature, and the other party may rely upon such electronic signature as on original record of signature . Very truly yours, By ~~~~________~__~~~_________ Do e D. Kelley, Jr ., .E. Principal/Project Mono JJC'oDK,Jr./kts Enclosures: General Provisions Consulting Services Rate Sheet AC C EPTED: _________________, 2012 By _____________________________ TITLE _____ Owner's Initials (/.c-Consultant's Initials G ENERA L PROVISIONS TO LETTER AGREEMENT FOR SERVICES BETWEEN THOMA S & HU TT ON ENG INEER ING CO. (CONSULTAN T) AND THE CITY OF TYBEE ISLAND (OWNER) HIS TORIC BICYCLE/PEDESTRIAN GREENWA Y TRA IL IMPROVEMENT PROJECT APRIL3, 2012 PAYM ENT FOR SERVIC ES For services rende red. Owner sholl pay Consullanl as oullined in Ihe Letter Agreemenl for Services . Paymen t for serv ic es on Ihe basis of 'lime & Expense" sh o ll be paid in accordance wi l h Ihe schedule of charges altached her elo. Project relaled cosls for prinling . reproductions. malerials. and travel will be billed as reimbursabte expenses. Projecls will be billed monlhly or at the complelion of Ihe work . whichever comes sooner. wilh paymenl due upon receipt. Payment sholl be considered overdue afier forty-five (45) days from dote of invoice. with interest charged at a monthly rate of 1.5 percent 118 percent annuat rate) . Consultant reserves the right to suspend work hereunder or any other work to be performed by Consultanl for Owner or any of its affiliates under a separa te a g reement or agreements with Consultant in the event of delinquent p a ymen t by Owner to Consultant he re under or in the event of delinquent payment by Owner or its a ffiliates to Consullant under a separate agreement or agreemenls. For all purposes hereof. affiliate sholl mean Ii) in the case of on individual. any relative of any person lis ted among the following. Iii) any officer. director. trustee. panner. manager. employee or holder of 5 percent or more of any closs of the voting securities of or equity interest in the Owner; (iii) any corporation. pannership. limited liability company. trust or other entity controlling. controlled by or under common control with the Owner; or (iv) any officer. director. trustee . portner. manager. employee or holder of 5 percent or more of the outstanding voting securities of any corporalion. pannership. limited liability company. trust or other entity controlling . controlled by. or under common control with the Owner. OWNERSHIP OF INSTRUMENTS OF SERVICE All reports . drawings. specifications. computer files. field data. notes and other documents and instruments prepared by Consull ant as instruments of service sholl remain the proper ty of the Consullant. The Consullant sholl retain all common low. statutory. and other reserv ed rights. including. without limitation. the copyrights thereto . The Consullant sholl retain these records for a period of two (2) years following their completion during which period paper copies will be mode available to Ihe Project Owner at reasonable times . OWNER 'S RESPONS IBlL mES A . Access Owner sholl make provisions for the Consullant to enler upon public and private lands os required to perform such work os surveys and inspections in development of the Project. B. Owner's Representative The Owner sholl designale in writing one person to oct os Owner's Representalive with respect to the work 10 be performed under this Agreement. This Representative sholl have complele authority 10 transmil instructions. receive information. inlerpret. and define Owner's policy and decisions . wilh respect 10 the producl. materials. equipment. elements. and syslems pertinent to the work covered by this Agreement. C . Fees The Owner is responsible far payment of fees associated with the project. Such fees include permit review and application fees . impact fees . and capacity fees . The Consullanl will notify the Owner regarding the amount of fees and ti ming of payment. CONSULTAI'ffS RESPONSIB lL mES The professional services performed under this Agreement. as defined in Ihe scope. sholl be consis tenf with sauna engineering practices and sho ll incorporate federai. state. and local regula lions and standards Ihal are applicable at the time the Consullan l rendered his se rvices. Consullant will slrive to perform services under Ihis Agreemenl in a manner consistenl wilh Ihal level of core and skill ordinarily exercised by members of Ihe profession currently practicing in the area under similar conditions. No olher represenlalion. expressed or implied. and no warranty or guaranlee is included or inlended in the Agreemenl. or in any report. opinion. document. or o l herwise . MISC EL LANEOUS A. Opinions of Probable Costs Since Ihe Consullanl has no conlrol over Ihe cos t o f lobar. materials. or equipmenl . or over the Conlraclor's melhods of determining prices . or over compelilive bidding or markel condilions. his opinions of probable construction cosls provided for herein are 10 be made on Ihe basis of his experience and qualificalions. These opinions represent his besl judgmenl as a design professiona l familiar with Ihe construclion induslry. However. Ihe Consullanl cannot and does not guarantee Ihal proposals. bids. or Ihe cons truclion cost will not vary from opinions of probable conslruction cos Is prepared by him. B. CADD Flies Information supplied to the Consullanl for use on the project will be in AuloCAD 2008 format or laler version. Translalion of files or enlering data inlo a compalible formal is beyond the scope o f Ihe conlract. CADD files genera led by Ihe Consull anl will be in accordance with Ihe Consullant·s CADD specificalions. C . limits of liability Serv ices 10 be performed by Ihe Consultanl under this Agreemenl are inlended solely for the benefit of Ihe Owner. Nolhing contained herein sholl confer any righls upon or creo l e any dulies on Ihe pori of Ihe Consult an f 10 ward any person or persons nol a party 10 t his Agreemenl including. bu l not limiled to. any conlractor. subconlraclor. supplier. or Ihe agenls. officers. employees . insurers. or sure lies of any of Ihem . The Owner agrees to limit the Consultant·s and It s employees' liability to the Owner and to all construction Contrac tors and Subcontractors on the proj ect. due to the Consultan t's negli gent acts. errors. or omiss ions . suc h that the total aggregate liability af the Consultant to those named shall not exceed S50 .000 or the Co nsultant's total fee for services rendered on the project described In this contract. whichever Is greater. Th is liability cap may be Increased by mutual consent of both parties and In exchange for additional compensation . D. Acts of Others The Consultanl sholl nol be responsible for the means. methods. lechniques. sequences. or procedures of construclion selecled by Conlraclor(s) or the safety p recautions and programs incident to the work of Con tractorls). Consull ant sho ll nol be responsible for the failure of Contractorls) to perf orm the work in accordance with the Contract Documents. _ __ Owner's Initials I o f 2 c;2!( Consultant's Initials GENERAL PROVISIONS TO LETTER AGREEMENT FOR SERVICES BETWEEN THOMAS & HunON ENGINEERING CO. (CONSULTANT) AND THE CITY OF TYBEE ISLAND (OWNER) HISTORIC BICYCLE/PEDESTRIAN GREENWAY TRAIL IMPROVEMENT PROJECT APRIL 3. 2012 The Consultanl shall nol be responsible for the acts or omissions of any Contractar. or sub-contra c tor. or any of the Contractor(s)'. or sub-contractors' agents. or employees or any other persons (except Consultant 's own employees and agents) at the site or otherwise performing any of the Contractor(s), work. However. nothing contained herein shall be construed to release Cansultanl from liability for failure 10 perform properly the duties undertaken by Consultant in the Contract Documents. The Consultant shall not be responsible for the acts. omissions. means. methods. or specifications of other design professionals involved in the project. Unless speclflcalty stated otherwise. the Consultant's work and responsibility under this Contract terminates at the bultdlng pad or within fi ve (5) feet of the building. whichever Is greater. for any proposed building shown on the plans. The Owner/Architect/Contractor Is responsible for compliance with codes. regulations. manufacturer speclflcatlons. and construction methods related to the building structure. In no circumstance Is the Consultant responslbte for any portion of the building . especlalty as tt relates to moisture or motd . E. Appltcatlons for Permits and Certlflcates Requested on Behalf of Owner The Owner shall indemnify and hold the Consultant harmless from and againsl any and all judgmenls. losses. damages. and e xpenses (including attorney fees and defense cosls) a ri sing from or relaled to c la ims by third parties to challenge the issuance of permits or certificates for the Project by agencies wilh jurisd iclion in the premises Defense costs shall include the time and expenses of the Consultant's personnel to assist in the defense o f the issuance of Ihe permit or cerlificale. J. F. Termination Ei ther party may terminate Ihis Agreement by seven (7) days written notice in Ihe event of substantial failure to perform in accordance wilh the terms hereof by the one party through no fault of the olher party. The Consullant shall be paid for services performed to Ihe date of terminat ion. including re imbursements then d ue . G . Abandoned or Suspended Work If any work performed by the Consultanl is abandoned or suspended in whole or in part by the Owner. other Ih an for default by Ihe Consultant. Ihe Consultonl shall be paid for serv ices performed prior 10 receipt of a written nolice from the O wner of such abandonment or suspens ion in an amounl equal to work performed as of the date of abandonmen l or suspension . H. Signage Owner agrees to allow Consultant to place a sign on the job site during construction . The sign wil: indicate Ihal Ihe Consu ltant performed site des ign . Consult anl is respons ible for the sign ins lallation and removal. I. Addltlonol Services of Consultont If authorized by Owner in writing . Consultant shall furnish or obtain from others. A.dditional Services of the following Iypes that are not considered normal or customary Basic Services . J. Re vising previously accepted sludies . reports . design documents. or Contract Documents when such revisions are due to causes beyond Consultant's c ontrol. 2. Fu rnish the services of special consultant for other than the civil or structura l engineefing def ined in the scop e of ___ Owner's Initials 2 of 2C tt: Consultant's Initials services . Spe ci a l services include serv ices such os mechanica l or electrical engineering. geolechn ica l e xp loration. underwater investigation. laboratory lest ing. and inspections of samples. materials . and equipment. 3 . Preparing to serve or serving os a consul lant or wilness for Owner in any litigation. public hearing. or other legal or administrative proceeding involving Ihe project. 4. Defending the issuance of any permi t or certificate for Ihe project. Services for the defense against Ihird parly actions opposing or appealing Ihe issuance of any permit or certificate for the Project will commence wilh receipl of notificotion af the aclion. 5. Serv ices after completion of the Conslruction Phose . such as inspections during any equipmenl. material. or construction g u arantee period and reporting observed discrepancies under guarantees called for in any conlract for the project. 6. II requesled by Owner and agreed to in writing. a Resident Pro ject Representalive w ill be furnished and w ill ocl as d irecled by Cons ul tant in order to ass ist in observing performance of the work of Contractor (s). Through more e xtensive on-site observations of the work in progress by the Resident Project Represen tative. Consultan t shall endeavor 10 provide further protection for the Owner against defects and deficiencies in the work of Contra c tor(s) . However. the furn ishing of such represental ion w ill nat make Cons ul tant responsible for construction means. methods. techniques. sequences. procedures. or 'or safety precautions or programs. or for Contractorfs). failure to perform Iheir work in accordance wi th Ihe Conlract Documents. Amendment Thi s Agreemenl for Serv ices can be amended by addenda " agreed to in wriling and signed by both parties . Consulting Services On A Time And Expense BasisT OMAS & HUTTON~ (\ (") 0 February 1, 2012 0 = :E = Thomas & Hutton provides services on a time and expense basis as follows: VI (1)5. ""'t Dr VI 1. This basis includes allowance for direct salary expenses and for direct non-salary expenses. It also provides for services we may subcontract to others . :;­ "'!. VI iii' chargeable to the project; plus unemployment, excise, payroll taxes, and contributions for social security , employment compensation insurance, retirement benefits , and medical and = ;:;: 2. Direct salary expenses are generally based upon our payroll costs. The payroll costs include the cost of salaries and wages (including sick leave , vacation, and holiday pay) for time directly :;­iii insurance benefits. e- I» iii The current hourly rate charges for each skill pOSition for 2012 are as follows : Hourly Rate Engineer Survey Landscape GIS Quality Control Business! Administrative $ 180.00 Consultant Consultant Consultant Consuttant Consultant $ 160.00 Senior Manager Senior Manager Survey Party (3-Men) Senior Manager Senior Manager Senior Manager Senior Manager $ 150.00 Project Manager V Project Engineer V Survey Manager V Project Surveyor V Landscape ArcMect V GIS Manager V $ 135.00 Project Manager IV Project Engineer IV Survey Manager IV Project Surveyor IV Landscape ArcMect IV GIS Manager IV Software/Computer Consultant IV $ 125.00 Project Manager III Project Engineer III Survey Manager III Project Surveyor III Landscape Architect III GIS Manager III Software/Computer Consultant III $ 120.00 Project Manager II Project Engineer II Survey Manager II Project Surveyor II Landscape Architect II GIS Manager II Construction Administrator II Software/Computer Consultant II $ 115.00 Project Manager I Project Engineer I Survey Manager I Project Surveyor I Landscape Architect I GIS Manager I Construction Administrator I Software/Computer Consultant I S 105.00 Designer IV Engineerng Technician IV StaN Surveyor IV Survey Field Supervisor Survey Party (2-Men) Landscape Designer IV GIS Analyst IV Field RepresentaUve V S 95 .00 Designer 111 Engineering Technician III StaN Surveyor III Landscape Designer 11 I GIS Analyst 111 Field Representative IV $ 90.00 Designer 11 Engineering Technician II StaN Surveyor II Landscape Designer 11 GIS Analyst 11 Field Representative 111 I $ 85 .00 Designer I Engineering Technician I Survey Party (l-Man) StaN Surveyor I Landscape Designer I GIS Analyst I Field Representative II Permit Coordinator II, Admin IV S 80 ,00 CADD Technician III Survey Technician III Landscape Technician III GIS Technician III Permit Coordinator I $ 75,00 CADD Technician II Survey Technician 11 Landscape Technician II GIS Technician II $ 70,00 CADD Technician I Survey Technician I Landscape Technician I GIS Technician I Admin III $ 65.00 Field Representative I Admin 11 $ 60 ,00 Admin I $ 335,00 Expert Witness 3. When warranted, overtime will be charged for any non-salary employees. Overtime hours will be billed at 1-1/2 times the individuals charge rate . 4. Direct non-salary (reimbursable) expenses, including printing, reproduction, air travel, lodging, and meals are billed at cost . Travel in company or private vehicles will be billed at $0.605 per mile and may be revised based on fuel pricing. Outside consultant fees will be billed at 1.15 times the cost . 5 . All rates and charges are effective through January 1, 2013, including printing, reproductions , materials , and travel and are subject to change at that time. New rates and costs will become immediately effective to contracts in effect at the time of rate changes. 6. Boats with a length of 17 feet and greater shall be billed at a rate of $160 per day. Boats with a length less than 17 feet shall be billed at a rate of $90 per day. SAVANNAH,GA CHARLESTON. SC MVRTLE BEACH. SC WILMINGTON, NC I BRUNSWICK. GA I WWW.THOMASANDHUTTON.COM Abstract of Bids Tybrisa Street and Strand Avenue Streetscape for City of Tybee Island, Georgia CONTRACT A - BASE BID I.DEMOLITION Unit Total Unit Total Unit Total Item Description Est.Qty Price Price Price Price Price Price 1.Remove existing concrete sidewalk 1675 SY 10.00$ 16,750.00$ 4.25$ 7,118.75$ 11.25$ 18,843.75$ 2.Remove existing curbing 1565 LF 7.00$ 10,955.00$ 3.75$ 5,868.75$ 13.75$ 21,518.75$ 3.Remove existing asphalt paving and base course 9100 SY 8.00$ 72,800.00$ 3.75$ 34,125.00$ 8.47$ 77,077.00$ 4.Remove existing bike racks, sculp- ture, benches, etc 1 LS 500.00$ 500.00$ 2,500.00$ 2,500.00$ 625.00$ 625.00$ 5.Remove existing wooden walks 115 LF 1.00$ 115.00$ 8.00$ 920.00$ 7.50$ 862.50$ 6.Remove existing landscaping 1 LS 2,500.00$ 2,500.00$ 2,500.00$ 2,500.00$ 5,285.00$ 5,285.00$ 7.Remove existing signage 1 LS 500.00$ 500.00$ 1,000.00$ 1,000.00$ 625.00$ 625.00$ 8.Remove existing building 1 LS 8,000.00$ 8,000.00$ 3,700.00$ 3,700.00$ 3,750.00$ 3,750.00$ 9.Cap existing utilities to building 1 LS 500.00$ 500.00$ 600.00$ 600.00$ 7,775.00$ 7,775.00$ 10.Relocate existing anchor 1 LS 200.00$ 200.00$ 1,400.00$ 1,400.00$ 250.00$ 250.00$ 11.Remove existing street lighting 1 LS 2,500.00$ 2,500.00$ 3,000.00$ 3,000.00$ 6,975.00$ 6,975.00$ 12.Remove existing antenna pole 1 EA 100.00$ 100.00$ 500.00$ 500.00$ 150.00$ 150.00$ 13.Remove existing metal railing 1150 LF 1.00$ 1,150.00$ 3.75$ 4,312.50$ 3.75$ 4,312.50$ 14.Remove existing flag pole 1 EA 100.00$ 100.00$ 1,000.00$ 1,000.00$ 275.00$ 275.00$ 15.Remove existing 4' wood fence 845 LF 1.00$ 845.00$ 2.50$ 2,112.50$ 3.75$ 3,168.75$ 16.Remove existing storm drain pipe 1230 LF 11.00$ 13,530.00$ 9.00$ 11,070.00$ 14.65$ 18,019.50$ 17.Remove existing drainage inlets 14 EA 725.00$ 10,150.00$ 200.00$ 2,800.00$ 3,350.00$ 46,900.00$ 18.Remove existing metal bollards 31 EA 25.00$ 775.00$ 50.00$ 1,550.00$ 62.50$ 1,937.50$ Demolition - Subtotal 141,970.00$ 86,077.50$ 218,350.25$ II.PAVING, GRADING & DRAINAGE` 1.Site grading including construction staking, borrow material, bonds and misc. items not covered else- where in the bid schedule 1 LS 119,000.00$ 119,000.00$ 219,912.00$ 219,912.00$ 185,000.00$ 185,000.00$ 2.18" Concrete curb and gutter 4250 LF 11.50$ 48,875.00$ 16.50$ 70,125.00$ 18.75$ 79,687.50$ E & D Contracting Service, Inc. Savannah, Georgia Coastal Grading & Rental, Inc. Savannah, Georgia Earth and Stone of Savannah, LLC Savannah, Georgia E & D Contracting Service, Inc. Savannah, Georgia Coastal Grading & Rental, Inc. Savannah, Georgia Earth and Stone of Savannah, LLC Savannah, Georgia 3.12" Valley gutter 600 LF 14.00$ 8,400.00$ 16.25$ 9,750.00$ 18.75$ 11,250.00$ 4.Flush curb 270 LF 19.75$ 5,332.50$ 22.50$ 6,075.00$ 18.75$ 5,062.50$ 5.Header curb 210 LF 17.00$ 3,570.00$ 31.50$ 6,615.00$ 18.75$ 3,937.50$ 6.8" Graded aggregate base course 5400 SY 25.00$ 135,000.00$ 17.50$ 94,500.00$ 25.50$ 137,700.00$ 7.2" Asphaltic concrete surface course 5400 LF 11.80$ 63,720.00$ 9.50$ 51,300.00$ 13.65$ 73,710.00$ 8.Concrete pavers at sidewalks 8965 SF 6.80$ 60,962.00$ 8.00$ 71,720.00$ 6.25$ 56,031.25$ 9.Streetprint - imprint (lifetime)6800 SF 16.00$ 108,800.00$ 21.00$ 142,800.00$ 19.40$ 131,920.00$ 10.Handicapped ramps, truncated domes (2' wide)150 LF 75.00$ 11,250.00$ 31.00$ 4,650.00$ 123.00$ 18,450.00$ 11.Concrete sidewalks 2420 SY 31.40$ 75,988.00$ 48.75$ 117,975.00$ 53.75$ 130,075.00$ 12.Stamped concrete sidewalk within roundabout 86 SY 93.00$ 7,998.00$ 88.00$ 7,568.00$ 112.00$ 9,632.00$ 13.1-1/2" Asphaltic concrete surface course (overlay)5300 SY 10.50$ 55,650.00$ 7.25$ 38,425.00$ 11.25$ 59,625.00$ 14.Asphaltic tack coat (overlay)5300 SY 0.25$ 1,325.00$ 0.50$ 2,650.00$ 1.20$ 6,360.00$ 15.Grate inlets w/permanent drain-pac silt trap 3 EA 3,200.00$ 9,600.00$ 2,600.00$ 7,800.00$ 2,430.00$ 7,290.00$ 16.Curb inlets w/ permanent drain pac- silt trap 15 EA 3,500.00$ 52,500.00$ 3,000.00$ 45,000.00$ 3,125.00$ 46,875.00$ 17.15" RCP, O-ring 99 LF 57.00$ 5,643.00$ 33.50$ 3,316.50$ 52.85$ 5,232.15$ 18.18" RCP, O-ring 97 LF 61.00$ 5,917.00$ 37.50$ 3,637.50$ 55.75$ 5,407.75$ 19.24" RCP, O-ring 1465 LF 74.00$ 108,410.00$ 46.00$ 67,390.00$ 58.57$ 85,805.05$ 20.Storm manhole 3 EA 2,950.00$ 8,850.00$ 2,200.00$ 6,600.00$ 3,430.00$ 10,290.00$ 21.Proof rolling 30 HRS 1.00$ 30.00$ 95.00$ 2,850.00$ 87.50$ 2,625.00$ 22.Pavement markings (painted - thermo- plastic)1 LS 9,600.00$ 9,600.00$ 3,300.00$ 3,300.00$ 6,250.00$ 6,250.00$ 23.Traffic control 1 LS 7,500.00$ 7,500.00$ 5,500.00$ 5,500.00$ 21,000.00$ 21,000.00$ 24.Erosion control, silt fence 1300 LF 7.00$ 9,100.00$ 5.00$ 6,500.00$ 3.57$ 4,641.00$ 25.Temp. erosion control inlet protection incl. silt traps 18 EA 515.00$ 9,270.00$ 250.00$ 4,500.00$ 178.00$ 3,204.00$ 26.Construction entrance 2 EA 3,000.00$ 6,000.00$ 2,500.00$ 5,000.00$ 1,875.00$ 3,750.00$ 27.Wheel stops 177 EA 40.00$ 7,080.00$ 70.00$ 12,390.00$ 64.30$ 11,381.10$ 28.Steel edging at planters 260 LF 5.00$ 1,300.00$ 8.00$ 2,080.00$ 8.58$ 2,230.80$ 29.Acid washed concrete, Tybee Island logo at roundabout 1 LS 5,000.00$ 5,000.00$ 4,800.00$ 4,800.00$ 6,224.00$ 6,224.00$ 30.Concrete bollards 8 EA 575.00$ 4,600.00$ 660.00$ 5,280.00$ 525.00$ 4,200.00$ 31.Remove and replace existing asphalt paving as directed by Owner/ Engineer 100 SY 75.00$ 7,500.00$ 80.00$ 8,000.00$ 112.50$ 11,250.00$ E & D Contracting Service, Inc. Savannah, Georgia Coastal Grading & Rental, Inc. Savannah, Georgia Earth and Stone of Savannah, LLC Savannah, Georgia 32.Remove and replace unsuitable subgrade material 50 CY 35.00$ 1,750.00$ 32.50$ 1,625.00$ 68.75$ 3,437.50$ Paving, Grading & Drainage-Subtotal 965,520.50$ 1,039,634.00$ 1,149,534.10$ * III. WATER DISTRIBUTION & SANITARY SEWERS 1.Remove existing 8" water main at tie in (abandoned existing water main to remain)20 LF 21.50$ 430.00$ 42.75$ 855.00$ 35.75$ 715.00$ 2.Remove existing fire hydrant (turn over to City)1 EA 600.00$ 600.00$ 850.00$ 850.00$ 875.00$ 875.00$ 3.Disconnect existing service laterals at meter box and tie in new laterals to existing meter. (Abandon existing service laterals).10 LF 200.00$ 2,000.00$ 350.00$ 3,500.00$ 357.00$ 3,570.00$ 4.Remove existing meter boxes 12 EA 525.00$ 6,300.00$ 150.00$ 1,800.00$ 72.00$ 864.00$ 5.8" PVC (C-900) water main 420 LF 44.00$ 18,480.00$ 31.50$ 13,230.00$ 22.85$ 9,597.00$ 6.6" PVC (C-900) water main 20 LF 40.00$ 800.00$ 38.00$ 760.00$ 28.60$ 572.00$ 7.2" PVC water main 75 LF 19.50$ 1,462.50$ 23.25$ 1,743.75$ 17.10$ 1,282.50$ 8.3/4" Service laterals 300 LF 16.00$ 4,800.00$ 17.50$ 5,250.00$ 3.60$ 1,080.00$ 9.Fire hydrant w/6" valve & box 1 EA 3,000.00$ 3,000.00$ 3,750.00$ 3,750.00$ 3,392.00$ 3,392.00$ 10.Relocate existing fire hydrant 1 EA 2,500.00$ 2,500.00$ 3,500.00$ 3,500.00$ 2,285.00$ 2,285.00$ 11.8" Valve & box 2 EA 1,200.00$ 2,400.00$ 2,000.00$ 4,000.00$ 2,607.00$ 5,214.00$ 12.6" Valve & box (at relocated fire hydrant)1 EA 900.00$ 900.00$ 3,000.00$ 3,000.00$ 2,558.00$ 2,558.00$ 13.2" Valve & box 1 EA 700.00$ 700.00$ 1,200.00$ 1,200.00$ 357.00$ 357.00$ 14.3/4" Curb stop 10 EA 86.00$ 860.00$ 250.00$ 2,500.00$ 350.00$ 3,500.00$ 15.3/4" Corporation stop 10 EA 300.00$ 3,000.00$ 250.00$ 2,500.00$ 385.00$ 3,850.00$ 16.Install new meter boxes (to be provided by the City)13 EA 52.50$ 682.50$ 200.00$ 2,600.00$ 71.50$ 929.50$ 17.Plug existing 8" water main (abandoned)2 EA 400.00$ 800.00$ 400.00$ 800.00$ 800.00$ 1,600.00$ 18.Connect new 8" water main to exist- ing 8" water main (dry tap)2 EA 4,000.00$ 8,000.00$ 2,700.00$ 5,400.00$ 1,142.00$ 2,284.00$ 19.Connect new 6" water main (fire hydrant) to existing water main)1 EA 2,600.00$ 2,600.00$ 1,900.00$ 1,900.00$ 4,000.00$ 4,000.00$ 20.Connect new 2" water main to existing 8" water main 1 EA 700.00$ 700.00$ 1,900.00$ 1,900.00$ 1,142.00$ 1,142.00$ 21.6" PVC sewer service lateral 125 LF 74.00$ 9,250.00$ 30.00$ 3,750.00$ 53.14$ 6,642.50$ E & D Contracting Service, Inc. Savannah, Georgia Coastal Grading & Rental, Inc. Savannah, Georgia Earth and Stone of Savannah, LLC Savannah, Georgia 22.Sewer cleanout 2 EA 400.00$ 800.00$ 400.00$ 800.00$ 214.30$ 428.60$ 23.Connect new sewer lateral to existing manhole 1 EA 2,600.00$ 2,600.00$ 1,700.00$ 1,700.00$ 2,142.00$ 2,142.00$ Water Distribution & Sanitary Sewer - Subtotal 73,665.00$ 67,288.75$ 58,880.10$ IV.LANDSCAPING and IRRIGATION 1.Landscaping including all trees, shrubs, sod, mulch, groundcover, soil mixtures, steel edging, etc., complete and in place 1 LS 41,500.00$ 41,500.00$ 46,500.00$ 46,500.00$ 63,333.00$ 63,333.00$ 2.Irrigation including all piping, sleeves, sprinkler heads, drip irrigation, back- flow preventor, controller and electrical to controller, complete and in place (meter and tap by City of Tybee Island)1 LS 20,000.00$ 20,000.00$ 10,500.00$ 10,500.00$ 52,000.00$ 52,000.00$ Landscaping & Irrigation - Subtotal 61,500.00$ 57,000.00$ 115,333.00$ V.ELECTRICAL 1.Site electrical, complete and in place 1 LS 99,000.00$ 99,000.00$ 100,000.00$ 100,000.00$ 118,102.00$ 118,102.00$ Electrical - Subtotal 99,000.00$ 100,000.00$ 118,102.00$ CONTRACT A - ALTERNATES I.DEDUCTIVE ALTERNATE No. 1 Asphalt Overlay for Strand Ave, Parking Lot - Subtotal 1.Deduct asphaltic tack coat -5300 SY 0.25$ (1,325.00)$ 0.50$ (2,650.00)$ 1.20$ (6,360.00)$ 2.Deduct 1-1/2" asphaltic concrete surface course -5300 SY 10.50$ (55,650.00)$ 7.25$ (38,425.00)$ 11.10$ (58,830.00)$ 3.Add asphaltic sealant coat 5300 SY 2.00$ 10,600.00$ 2.25$ 11,925.00$ 3.66$ 19,398.00$ Deductive Alternate No. 1: Asphalt Overlay for Strand Ave. Parking Lot - Subtotal (46,375.00)$ (29,150.00)$ (45,792.00)$ E & D Contracting Service, Inc. Savannah, Georgia Coastal Grading & Rental, Inc. Savannah, Georgia Earth and Stone of Savannah, LLC Savannah, Georgia II.DEDUCTIVE ALTERNATE No. 2 Streetprint 1.Deduct for imprint (lifetime quarantine) streetprint -6800 SY 16.00$ (108,800.00)$ 21.00$ (142,800.00)$ 17.50$ (119,000.00)$ 2.Add for standard streetprint 6800 SY 9.00$ 61,200.00$ 12.50$ 85,000.00$ 8.00$ 54,400.00$ Deductive Alternate No. 2 - Street- print - Subtotal (47,600.00)$ (57,800.00)$ (64,600.00)$ CONTRACT B - TYBRISA STREET SIDEWALKS - No bid for this contract 1.Remove existing concrete sidewalk 1215 SY xxxxxx No Bid No Bid No Bid 2.Handicapped ramp truncated domes (2' wide)110 LF xxxxxx No Bid No Bid No Bid 3.Concrete sidewalk, 4"1410 SY xxxxxx No Bid No Bid No Bid Contract B: Tybrisa Street Sidewalks - Subtotal No Bid No Bid No Bid BID SUMMARY Part 1: Contract A - Base Bid Summary I.Demolition 141,970.00$ 86,077.50$ 218,350.25$ II.Paving, Grading & Drainage 965,520.50$ 1,039,634.00$ 1,149,534.00$ III.Water Distribution & Sanitary Sewers 73,665.00$ 67,288.25$ 58,880.10$ IV.Landscaping & Irrigation 61,500.00$ 57,000.00$ 115,333.00$ V.Electrical 99,000.00$ 100,000.00$ 118,102.00$ Contract A - Base Bid Summary Total 1,341,655.50$ 1,349,999.75$ *1,660,199.35$ Contract A - Alternates I.Deductive Alternate No. 1 Asphalt overlay for Strand Ave. parking lot (46,375.00)$ (29,150.00)$ (45,792.00)$ E & D Contracting Service, Inc. Savannah, Georgia Coastal Grading & Rental, Inc. Savannah, Georgia Earth and Stone of Savannah, LLC Savannah, Georgia II.Deductive Alternate No. 2 Streetprint (47,600.00)$ (57,800.00)$ (64,600.00)$ Contract A - Alternates Total (93,975.00)$ (86,950.00)$ (110,392.00)$ Part 2: Contract B - Tybrisa Street Sidewalks 1.Tybrisa Street sidewalks No Bid No Bid No Bid Contract B - Tybrisa Street Sidewalks Total No Bid No Bid No Bid Bid Bond 5%5%5% ______________________________________ I certify that this is a correct Abstract of *Denotes Correction Bids received October 25, 2007. Inman Beasley Hussey, Gay, Bell & DeYoung, Inc. Consulting Engineers, Savannah, Georgia Bid: October 25, 2007 Unit Total Unit Total Unit Total Price Price Price Price Price Price 15.00$ 25,125.00$ 23.00$ 38,525.00$ 40.00$ 67,000.00$ 10.00$ 15,650.00$ 10.50$ 16,432.50$ 13.00$ 20,345.00$ 10.00$ 91,000.00$ 23.00$ 209,300.00$ 17.00$ 154,700.00$ 3,500.00$ 3,500.00$ 5,750.00$ 5,750.00$ 25,000.00$ 25,000.00$ 10.00$ 1,150.00$ 80.50$ 9,257.50$ 80.00$ 9,200.00$ 3,000.00$ 3,000.00$ 5,750.00$ 5,750.00$ 10,000.00$ 10,000.00$ 3,500.00$ 3,500.00$ 2,300.00$ 2,300.00$ 7,500.00$ 7,500.00$ 15,000.00$ 15,000.00$ 11,500.00$ 11,500.00$ 75,000.00$ 75,000.00$ 500.00$ 500.00$ 4,100.00$ 4,100.00$ 50,000.00$ 50,000.00$ 500.00$ 500.00$ 3,450.00$ 3,450.00$ 15,000.00$ 15,000.00$ 1,000.00$ 1,000.00$ 17,250.00$ 17,250.00$ 21,000.00$ 21,000.00$ 300.00$ 300.00$ 115.00$ 115.00$ 500.00$ 500.00$ 5.00$ 5,750.00$ 11.50$ 13,225.00$ 11.00$ 12,650.00$ 100.00$ 100.00$ 120.00$ 120.00$ 3,500.00$ 3,500.00$ 10.00$ 8,450.00$ 5.75$ 4,858.75$ 5.00$ 4,225.00$ 10.00$ 12,300.00$ 34.50$ 42,435.00$ 18.00$ 22,140.00$ 1,000.00$ 14,000.00$ 1,050.00$ 14,700.00$ 3,500.00$ 49,000.00$ 200.00$ 6,200.00$ 230.00$ 7,130.00$ 100.00$ 3,100.00$ 207,025.00$ 406,198.75$ 549,860.00$ 400,000.00$ 400,000.00$ 765,000.00$ 765,000.00$ 815,000.00$ 815,000.00$ 23.00$ 97,750.00$ 17.25$ 73,312.50$ 15.00$ 63,750.00$ L-J, Inc. Columbia, SC Ellis Wood Contracting, Inc. Statesboro, Georgia Sandhill ALS Construction, Inc. Hardeeville, SC L-J, Inc. Columbia, SC Ellis Wood Contracting, Inc. Statesboro, Georgia Sandhill ALS Construction, Inc. Hardeeville, SC 23.00$ 13,800.00$ 22.00$ 13,200.00$ 35.00$ 21,000.00$ 23.00$ 6,210.00$ 20.00$ 5,400.00$ 12.00$ 3,240.00$ 25.00$ 5,250.00$ 26.50$ 5,565.00$ 12.00$ 2,520.00$ 20.00$ 108,000.00$ 26.00$ 140,400.00$ 24.50$ 132,300.00$ 20.00$ 108,000.00$ 12.50$ 67,500.00$ 12.75$ 68,850.00$ 11.00$ 98,615.00$ 9.50$ 85,167.50$ 9.00$ 80,685.00$ 15.00$ 102,000.00$ 18.00$ 122,400.00$ 19.00$ 129,200.00$ 25.00$ 3,750.00$ 220.00$ 33,000.00$ 87.00$ 13,050.00$ 40.00$ 96,800.00$ 44.00$ 106,480.00$ 42.50$ 102,850.00$ 300.00$ 25,800.00$ 172.50$ 14,835.00$ 70.25$ 6,041.50$ 18.00$ 95,400.00$ 10.00$ 53,000.00$ 12.75$ 67,575.00$ 5.00$ 26,500.00$ 0.25$ 1,325.00$ 0.10$ 530.00$ 4,000.00$ 12,000.00$ 2,800.00$ 8,400.00$ 4,560.00$ 13,680.00$ 4,000.00$ 60,000.00$ 3,100.00$ 46,500.00$ 4,560.00$ 68,400.00$ 60.00$ 5,940.00$ 58.00$ 5,742.00$ 46.00$ 4,554.00$ 90.00$ 8,730.00$ 75.00$ 7,275.00$ 52.00$ 5,044.00$ 100.00$ 146,500.00$ 86.00$ 125,990.00$ 69.00$ 101,085.00$ 4,000.00$ 12,000.00$ 2,700.00$ 8,100.00$ 3,840.00$ 11,520.00$ 50.00$ 1,500.00$ 115.00$ 3,450.00$ 100.00$ 3,000.00$ 20,000.00$ 20,000.00$ 11,500.00$ 11,500.00$ 10,000.00$ 10,000.00$ 40,000.00$ 40,000.00$ 57,500.00$ 57,500.00$ 75,000.00$ 75,000.00$ 3.00$ 3,900.00$ 8.00$ 10,400.00$ 5.75$ 7,475.00$ 150.00$ 2,700.00$ 700.00$ 12,600.00$ 250.00$ 4,500.00$ 2,000.00$ 4,000.00$ 2,875.00$ 5,750.00$ 3,500.00$ 7,000.00$ 100.00$ 17,700.00$ 115.00$ 20,355.00$ 75.00$ 13,275.00$ 10.00$ 2,600.00$ 11.50$ 2,990.00$ 7.00$ 1,820.00$ 8,500.00$ 8,500.00$ 17,250.00$ 17,250.00$ 6,500.00$ 6,500.00$ 150.00$ 1,200.00$ 865.00$ 6,920.00$ 300.00$ 2,400.00$ 75.00$ 7,500.00$ 98.00$ 9,800.00$ 65.00$ 6,500.00$ L-J, Inc. Columbia, SC Ellis Wood Contracting, Inc. Statesboro, Georgia Sandhill ALS Construction, Inc. Hardeeville, SC 25.00$ 1,250.00$ 87.00$ 4,350.00$ 100.00$ 5,000.00$ 1,543,895.00$ 1,851,457.00$ 1,853,344.50$ 50.00$ 1,000.00$ 28.00$ 560.00$ 24.00$ 480.00$ 1,000.00$ 1,000.00$ 1,500.00$ 1,500.00$ 550.00$ 550.00$ 300.00$ 3,000.00$ 350.00$ 3,500.00$ 120.00$ 1,200.00$ 100.00$ 1,200.00$ 290.00$ 3,480.00$ 300.00$ 3,600.00$ 35.00$ 14,700.00$ 40.00$ 16,800.00$ 30.75$ 12,915.00$ 30.00$ 600.00$ 35.00$ 700.00$ 24.00$ 480.00$ 15.00$ 1,125.00$ 29.00$ 2,175.00$ 16.00$ 1,200.00$ 8.00$ 2,400.00$ 34.50$ 10,350.00$ 11.00$ 3,300.00$ 6,000.00$ 6,000.00$ 6,900.00$ 6,900.00$ 3,360.00$ 3,360.00$ 3,000.00$ 3,000.00$ 2,875.00$ 2,875.00$ 3,360.00$ 3,360.00$ 2,000.00$ 4,000.00$ 1,450.00$ 2,900.00$ 2,175.00$ 4,350.00$ 2,000.00$ 2,000.00$ 1,120.00$ 1,120.00$ 1,563.00$ 1,563.00$ 200.00$ 200.00$ 775.00$ 775.00$ 1,008.00$ 1,008.00$ 200.00$ 2,000.00$ 145.00$ 1,450.00$ 480.00$ 4,800.00$ 200.00$ 2,000.00$ 190.00$ 1,900.00$ 480.00$ 4,800.00$ 800.00$ 10,400.00$ 865.00$ 11,245.00$ 900.00$ 11,700.00$ 300.00$ 600.00$ 1,400.00$ 2,800.00$ 300.00$ 600.00$ 1,500.00$ 3,000.00$ 4,000.00$ 8,000.00$ 12,000.00$ 24,000.00$ 1,000.00$ 1,000.00$ 3,450.00$ 3,450.00$ 9,360.00$ 9,360.00$ 500.00$ 500.00$ 1,400.00$ 1,400.00$ 1,800.00$ 1,800.00$ 100.00$ 12,500.00$ 87.00$ 10,875.00$ 265.00$ 33,125.00$ L-J, Inc. Columbia, SC Ellis Wood Contracting, Inc. Statesboro, Georgia Sandhill ALS Construction, Inc. Hardeeville, SC 100.00$ 200.00$ 350.00$ 700.00$ 600.00$ 1,200.00$ 1,500.00$ 1,500.00$ 3,100.00$ 3,100.00$ 5,000.00$ 5,000.00$ 73,925.00$ 98,555.00$ 133,751.00$ 35,000.00$ 35,000.00$ 69,000.00$ 69,000.00$ 65,160.00$ 65,160.00$ 15,000.00$ 15,000.00$ 23,000.00$ 23,000.00$ 22,200.00$ 22,200.00$ 50,000.00$ 92,000.00$ 87,360.00$ 43,500.00$ 43,500.00$ 208,100.00$ 208,100.00$ 286,350.00$ 286,350.00$ 43,500.00$ 208,100.00$ 286,350.00$ 5.00$ (26,500.00)$ 0.16$ (848.00)$ 0.10$ (530.00)$ 18.00$ (95,400.00)$ 7.00$ (37,100.00)$ 10.75$ (56,975.00)$ 3.00$ 15,900.00$ 2.10$ 11,130.00$ 3.75$ 19,875.00$ (106,000.00)$ *(26,818.00)$ (37,630.00)$ L-J, Inc. Columbia, SC Ellis Wood Contracting, Inc. Statesboro, Georgia Sandhill ALS Construction, Inc. Hardeeville, SC 15.00$ (102,000.00)$ 12.50$ (85,000.00)$ 15.00$ (102,000.00)$ 15.00$ 102,000.00$ 8.50$ 57,800.00$ 10.50$ 71,400.00$ $0.00 *(27,200.00)$ (30,600.00)$ No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid 207,025.00$ 406,198.75$ 549,860.00$ 1,543,895.00$ 1,851,457.00$ 1,853,344.50$ 73,925.00$ 98,555.00$ 133,751.00$ 50,000.00$ 92,000.00$ 87,360.00$ 43,500.00$ 208,100.00$ 286,350.00$ 1,918,345.00$ 2,656,310.75$ 2,910,665.50$ * (137,800.00)$ (26,818.00)$ (37,630.00)$ L-J, Inc. Columbia, SC Ellis Wood Contracting, Inc. Statesboro, Georgia Sandhill ALS Construction, Inc. Hardeeville, SC (204,000.00)$ (27,200.00)$ (30,600.00)$ (341,800.00)$ (54,018.00)$ (68,230.00)$ No Bid No Bid No Bid No Bid No Bid No Bid 5%5%5%