Loading...
HomeMy WebLinkAbout2011-06-13-Meeting AgendaEngineeringServicesCommittee Meeting CommissionChamber-6/13/2011-1:10PM ENGINEERINGSERVICES 1.Motion to approve a cost sharing agreement between the AugustaUtilitiesDepartmentandCoelDevelopmentC o.,Inc. andStephenBeazleyBuilders,Inc. Attachments 2.Motion to approve RFQ #11-130: Task Order Program for InfrastructurefortheCityofAugusta-UtilitiesDepartmentin the amount of $2,000,000.00 for execution by Contra ct Management, Inc.; Blair Construction, Inc., Eagle U tility Contracting,Inc;andQualityStormWaterSolutions asqualified andselectedcontractors. Attachments 3.Discuss traffic calming for Highland Avenue. (Requ ested by Commissioner Bowles) (Referred from June 7 Commiss ion meeting) Attachments 4.Consider a request by the Summerville Neighborhood Association for a Public Hearing to discuss the pla cementof wooden and metal signs with the Summerville logo an d inscriptionatthefollowinglocations:cornerofB ournePl.and MilledgeRd.;cornerofHenrySt.andHighlandAve.;cornerof HighlandAve.andWrightsboroRd.;cornerofHeard Ave.and WrightsboroRd.;cornerofWaltonWayandMilledge Rd.(will alsohaveaStateofGeorgiahistoricalmarker). Attachments 5.Approvetheawardingoflowbidintheamountof$7 6,495to Graybar Electric for street light poles and fixtur es for replacements/repairs in the Augusta Richmond County urban areasforaperiodofoneyear.Effectiveupondate ofadoptionof thisitem.ThefundsareavailableintheStreetLi ghtingBudget Account2760416105414410. Attachments 6.Approve a component change for $1,376,987 to the GM P (Guaranteed Maximum Price)and existing Purchase Or der Attachments www.augustaga.gov (P179109)forpurchaseandinstallationofKitchen Equipment for the TEE Center under the CM Contract. This does not increaseoverallprojectcost.TherevisedGMPis$29,276,987. EngineeringServicesCommitteeMeeting 6/13/20111:10PM 16InchWaterMainCostShareAgreementwithCoelD ev.andStephenBeazleyBuilders Department:AugustaUtilitiesDepartment Caption:Motiontoapproveacostsharingagreementbetween theAugusta UtilitiesDepartmentandCoelDevelopmentCo.,Inc.andStephen BeazleyBuilders,Inc. Background:AUDproject10156/GordonHighway16"WaterMainis inthe finalstagesofplanningandeasementacquisition.Coel DevelopmentandStephenBeazleyBuildersareinthe processof developingasubdivisiontobeknownasHaynesStat ionnearthe tie-inpointofproject10156.Thisdevelopmentwil lrequirethat the16"linebeconstructedassoonaspossible. Analysis:ThedevelopersneedwaterextendedbeforeAUDwould normally constucttheproject;theywishtosharethecostt ohavetheportion thatwillservetheirdevelopmentconstructedimmed iately.Such anagreementwillbenefitbothpartiesbyconstruct ing4,596linear feetof16"pipe,whichwillbecomepartofAugusta 'ssystem,and providingwatertothenewsubdisivion.Theagreeme ntstatesthat thefirst3,000feetwillbea50/50splitbetween AUDand Coel/Beazley,theremaining1,596feetwillbepaid byAUD. FinancialImpact:$244,968.79 Alternatives:Denythemotiontoapproveacostsharingagreement betweenthe AugustaUtilitiesDepartmentandCoelDevelopmentC o.,Inc.and StephenBeazleyBuilders,Inc. Recommendation:Approvethemotiontoapproveacostsharingagreem entbetween theAugustaUtilitiesDepartmentandCoelDevelopme ntCo.,Inc. andStephenBeazleyBuilders,Inc. FundsareAvailable intheFollowing Accounts: 511043410-542511080310156-5425110 Cover Memo Item # 1 REVIEWEDANDAPPROVEDBY : Finance. Procurement. Law. Administrator. ClerkofCommission Cover Memo Item # 1 Attachment number 1 Page 1 of 1 Item # 1 Attachment number 2 Page 1 of 1 Item # 1 Attachment number 3 Page 1 of 1 Item # 1 Attachment number 4 Page 1 of 1 Item # 1 Attachment number 5 Page 1 of 1 Item # 1 STATE OF GEORGIA) COUNTY OF RICHMOND) COST SHARING AGREEMENT THIS Agreement, made the ____ day of _____________, 2011, by and between COEL DEVELOPMENT CO., INC., a Georgia corporation, and STEPHEN BEAZLEY BUILDERS, INC., a Georgia corporation, as party of the first part, hereinafter referred to as “COEL”, and AUGUSTA, GEORGIA, a political subdivision of the State of Georgia, by and through its Utilities Department, as party of the second part, hereinafter referred to as “AUGUSTA”: WITNESSETH WHEREAS COEL owns certain property described as: All that lot, or parcel of land, situate, lying and being in Richmond County, Georgia, 119th G.M.D. on the northern right of way of Gordon Highway (U.S. Highway 78) and containing 196.89 acres, as shown on a plat prepared for Nordahl Development West, Inc., by Southern Partners, Inc., dated August 11, 2005, said plat being recorded in the office of the Clerk of the Superior Court of Richmond County, Georgia, in Book 1, page 1173, reference being hereby made for a more complete and accurate description as to the metes, courses, bounds and location of said property. Said property being known in the local tax map and parcel numbering system as 064-0-008-00-0; and WHEREAS COEL wishes to construct a subdivision, presently going by the name of Haynes Station, as approved by the Augusta-Richmond County Planning Commission on ______________, and the Augusta Commission on ________________; and WHEREAS it is to the benefit of both parties to construct a water main pipeline, hereinafter referred to as “water main”, to serve said COEL property; and NOW THEREFORE, COEL and AUGUSTA hereby enter into the following agreement: Attachment number 6 Page 1 of 5 Item # 1 PROJECT SCOPE AND ESTIMATED COST: COEL will cause a sixteen inch (16) inch ductile iron water main pipeline to be constructed for a distance of 4,596 linear feet, as shown on Exhibit A, which will be constructed within the easements purchased by Augusta, Georgia, for the Gordon Highway 16” Water Main Project. Said project consists of two (2) sections: Section 1 will begin at a point on the western boundary line of a tract of land owned by Fred Sims, Jr., being known under the local Parcel Identification Number as 080-0-001- 00-0, at Station 37+08, and continue under Willhaven Drive, in a westerly direction, for 3,000 feet to Station 67+08, on the same parcel identified previously in this paragraph. Section 2 will begin at Station 67+08 and continue in a westerly direction, for a distance of 1,596 feet, to Station 83+04. COEL conducted a competitive bid, adhering to the guidelines of the Augusta- Richmond County Procurement Department, for the construction of said water main pipeline. The lowest bid was submitted by Blair, with the total project cost being $363,655.22. AUGUSTA and COEL have agreed to cost share the construction cost for Section 1, with fifty percent (50%) share being paid by AUGUSTA and a fifty percent (50%) share being paid by COEL. The construction cost, for this section, is two hundred thirty seven thousand, three hundred seventy two dollars and eighty six cents ($237,372.86). Attachment number 6 Page 2 of 5 Item # 1 AUGUSTA has agreed to pay 100 percent (100%) of the construction cost for Section 2. The cost, for this section, is one hundred twenty six thousand, two hundred eighty two dollars and thirty six cents ($126,282.36). STIPULATIONS: All parties understand and agree that: 1. The above stated construction costs include any and all costs associated with this project, including, but not limited to surveying, engineering, plats, clearing and grubbing, construction, materials, acquisition and restoration. 2. The water main shall be constructed consistent with the applicable AUD (Augusta Utilities Department), AWWA, IFPA codes, Georgia Plumbing codes and any other standards, regulations and requirements pertinent to water mains. 3. The water main must pass all required and recommended testing. AUD may, but is not obligated to, monitor the construction of the water main. 4. Any and all estimated cost overruns must have prior written approval of AUGUSTA, through its Utilities Department (AUD). 5. Any and all additional easements required for this project shall be donated to AUGUSTA. 6. This agreement is contingent upon the Augusta Commission approval of the overall project and the Cost Sharing Agreement. 7. If the Augusta Commission does not approve the overall project and Cost Sharing Agreement, AUGUSTA will be liable for none of the expense associated with this project and this agreement becomes null and void. All parties further agree that the contractor will be informed to pay particular attention to the fence, gate and other improvements located on Parcel Identification Number 080-0-012-00-0 and Parcel Identification Number 080-0-013- 00-0, both parcels being owned by Dennis P. Faglier. All caution is to be taken to prevent any damage, or harm, to these improvements. Attachment number 6 Page 3 of 5 Item # 1 PAYMENT: Upon the completion of said water main, AUD will perform a final inspection to determine that said water main has been constructed to all applicable Standards, Specifications and Codes, and that said water main has passed all required and recommended testing. If AUD determines that said water main is acceptable to AUGUSTA, a final inspection report will be forwarded to COEL and COEL will send an itemized invoice to AUD. Payment to COEL will be made within thirty (30) days of the receipt of the itemized invoice by AUD. The terms “COEL” and "AUGUSTA" as used herein shall be deemed to mean their respective heirs, successors and assigns, and this Agreement shall inure to the benefit of and be binding upon COEL and AUGUSTA and their respective heirs, successors and assigns. IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and their seals on the day and year above first written. Signed, sealed and delivered in the presence of: COEL DEVELOPMENT CO., INC. (owning a 90% interest) _________________________________ By: ___________________________________ WITNESS _________________________________ As Its: ________________________ NOTARY PUBLIC ________ County, Georgia Attest: _________________________________ My Commission Expires: _______________ As its: _____________________ (signatures continued on next page) Attachment number 6 Page 4 of 5 Item # 1 STEPHEN BEAZLEY BUILDERS INC. (owning a 10% interest) _________________________________ By: ___________________________________ WITNESS _________________________________ As Its: ________________________ NOTARY PUBLIC ________ County, Georgia Attest: _________________________________ My Commission Expires: _______________ As its: _____________________ AUGUSTA, GEORGIA _________________________________ By: ______________________________________ WITNESS David S. Copenhaver As Its: ____Mayor_____ _________________________________ NOTARY PUBLIC _____________ County, State of ___________ My Commission Expires: _____________ [NOTARY SEAL] Attest: By: ______________________________________ As Its: ________________________________ (SEAL) Attachment number 6 Page 5 of 5 Item # 1 EngineeringServicesCommitteeMeeting 6/13/20111:10PM ApproveRFQ#11-130:TaskOrderProgramforInfrast ructurefortheCityofAugusta-Utilities Departmentintheamountof$2,000.00.00. Department:AugustaUtilitiesDepartment Caption:MotiontoapproveRFQ#11-130:TaskOrderProgramf or InfrastructurefortheCityofAugusta-UtilitiesD epartmentinthe amountof$2,000,000.00forexecutionbyContractM anagement, Inc.;BlairConstruction,Inc.,EagleUtilityContr acting,Inc;and QualityStormWaterSolutionsasqualifiedandsele cted contractors. Background:Theintentofthissolicitationistoestablishap oolofqualified contractorsfromwhichAugustaUtilitieswillsolic itexpedited bidsforwork.Thetypesofworkanticipatedfort heTaskOrder Programareemergencyrepairsorsmallerconstructi onprojects thatrequireresourcesbeyondthoseoftheDepartme nt.Larger projectswouldstillbebidinthenormalfashion.TheoftheTask OrderProgramistosolicitcompetetivebidsfromt hepoolas projectsarise Analysis:AUDhasevaluatedContractManagement,Inc.;Blair Construction,Inc.,EagleUtilityContracting,Inc;andQuality StormWaterSolutionsproposal(s)toparticipatein theTaskOrder Programandhasconsideredtheproposal(s)fairand reasonableto accomplishthetask. FinancialImpact:Theconstructionfundsavailableforthisprojecta re $2,000,000.00.Thesefundsareavailablefromaccou nt 507043490-5425410/88886666-5425410 Alternatives:RejectionofthisRFQContractorSelectionwouldde laythe UtilitiesDepartmentabilitytoexecuteplannedand emergency repairsofthewater/sewerinfrastructuresystemth roughout Augusta/Richmond. Recommendation:RecommendCommissionapproveRFQ#11-130:TaskOrde r ProgramforInfrastructurefortheCityofAugusta -Utilities Departmentintheamountof$2,000.00.00.Cover Memo Item # 2 FundsareAvailable intheFollowing Accounts: $2,000,000.00fromaccount507043490-5425410/8888 6666- 5425410 REVIEWEDANDAPPROVEDBY : Finance. Procurement. Law. Administrator. ClerkofCommission Cover Memo Item # 2 Attachment number 1 Page 1 of 1 Item # 2 REQUEST FOR QUALIFICATIONS Request for Qualifications will be received at this office until Tuesday, May 24, 2011 @ 3:00 p.m. for furnishing: RFQ ITEM #11-130 Task Order Program for Infrastructure for Utilities Department RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 RFQ documents may be viewed on the Augusta Richmond County web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. A Mandatory Pre-Qualification Meeting will be held on Friday May 6, 2011 @ 10:00 a.m. in the Procurement Department, 530 Greene Street, Room 605. All questions must be submitted in writing by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Monday, May 9, 2011 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, the certification statement as a local bidder and all supporting documents must be submitted to the Procurement Department with your bonafide bid package. No RFQ may be withdrawn for a period of 90 days after time has been called on the date of opening. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. Please mark RFQ number on the outside of the envelope. Bidders are cautioned that sequestration of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Funding for this project may include federal funds provided by the U. S. Department of Transportation (DOT) and/or other federal agencies. All DOT funded projects are subject to the requirements of 49 CFR Part 26. These requirements are mandatory and non-negotiable. Augusta enforces Disadvantage Business Enterprise (DBE) requirements and/or DBE goals set by Federal and/or State Agencies in accordance with State and Federal laws. Please be advised that the U. S. District Court for the Southern District of Georgia has entered on Order enjoining the Race-Based portion of Augusta, Georgia’s DBE Program. Thus, Augusta, Georgia does not have or operate a DBE, MBE or WBE Program for projects (or portions of projects) having Augusta, Georgia as the source of funding. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle April 14, 21, 28, May 5, 2011 Metro Courier April 20, 2011 cc: Tameka Allen Interim Deputy Administrator Tom Wiedmeier Augusta Utilities Drew Goins Augusta Utilities Jerry Delaughter Augusta Utilities Merle Wilkie Augusta Utilities Attachment number 2 Page 1 of 1 Item # 2 VENDORS Attachment B Original 8 Copies Blair Construction, Inc. PO Box 770 Evans, GA 30809 Yes Yes Yes Contract Management, Inc. 1827 Killingsworth Augusta, GA 30904 Yes Yes Yes Eagle Utility Contracting, Inc. 1350 Branch Road Bishop, GA 30627 Yes Yes Yes Quality Storm Water Solutions P.O. Box 1847 Evans, GA 30809 Yes Yes Yes RFQ Item #11-130 Task Order Program for Infrastructure for the City of Augusta - Utilities Department RFQ Due: Tuesday, May 24, 2011 @ 3:00 p.m. Page 1 of 1 Attachment number 3 Page 1 of 1 Item # 2 Attachment number 4 Page 1 of 1 Item # 2 Evaluation Criteria PTS Blair Construction, Inc. PO Box 770 Evans, GA 30809 Contract Management, Inc. 1827 Killingsworth Augusta, GA 30904 Eagle Utility Contracting, Inc. 1350 Branch Road Bishop, GA 30627 Quality Storm Water Solutions P.O. Box 1847 Evans, GA 30809 )LUP¶VH[SHULHQFHLQXWLOLW\ construction 25 20.7 16.7 18.3 15.0 )LUP¶VH[SHULHQFHZLWK$8' projects, infrastructure & specifications 25 20.7 15.0 18.3 11.7 3. Capacity/Ability to respond 25 20.7 16.7 19.0 15.0 4. Ability to meet liability insurance & specified bonding requirements 25 25.0 25.0 25.0 25.0 Total 100 87.0 73.3 80.7 66.7 Cumulative Evaluation Sheet - RFQ Item #11-130 Task Order Program for Infrastructure for the City of Augusta - Utilities Department Comments: Attachment number 5 Page 1 of 1 Item # 2 Attachment number 6 Page 1 of 2 Item # 2 Attachment number 6 Page 2 of 2 Item # 2 Attachment number 7 Page 1 of 4 Item # 2 Attachment number 7 Page 2 of 4 Item # 2 Attachment number 7 Page 3 of 4 Item # 2 Attachment number 7 Page 4 of 4 Item # 2 EngineeringServicesCommitteeMeeting 6/13/20111:10PM HighlandAvenueTrafficCalming Department:ClerkofCommission Caption:DiscusstrafficcalmingforHighlandAvenue.(Requ estedby CommissionerBowles)(ReferredfromJune7Commiss ion meeting) Background: Analysis: FinancialImpact: Alternatives: Recommendation: FundsareAvailable intheFollowing Accounts: REVIEWEDANDAPPROVEDBY : Cover Memo Item # 3 EngineeringServicesCommitteeMeeting 6/13/20111:10PM Monument-Markerrequest-SummervilleNeighborhood Signs Department:PlanningCommission Caption:ConsiderarequestbytheSummervilleNeighborhood Association foraPublicHearingtodiscusstheplacementofwo odenand metalsignswiththeSummervillelogoandinscripti onatthe followinglocations:cornerofBournePl.andMille dgeRd.; cornerofHenrySt.andHighlandAve.;cornerofHi ghlandAve. andWrightsboroRd.;cornerofHeardAve.andWrigh tsboroRd.; cornerofWaltonWayandMilledgeRd.(willalsoha veaStateof Georgiahistoricalmarker). Background: Analysis:PlacementofsignsmustbeapprovedbyTrafficEngi neering Dept.beforeinstallation FinancialImpact:NocosttotheCity Alternatives:AllowthesignsonCityright-of-wayordenythesi gns. Recommendation:Allowthesigns FundsareAvailable intheFollowing Accounts: REVIEWEDANDAPPROVEDBY : ClerkofCommission Cover Memo Item # 4 EngineeringServicesCommitteeMeeting 6/13/20111:10PM Streetlightingaward2011 Department:Engineering/Traffic Caption:Approvetheawardingoflowbidintheamountof$7 6,495to GraybarElectricforstreetlightpolesandfixtur esfor replacements/repairsintheAugustaRichmondCounty urban areasforaperiodofoneyear.Effectiveupondate ofadoptionof thisitem.ThefundsareavailableintheStreetLi ghtingBudget Account2760416105414410. Background:Thisisforreplacementpoles. Analysis:AwardofBid. FinancialImpact:Adequatefundsareavailableandexpenditureofthi samountwill leave$23,505.whichissufficientforanyemergenc iesthatmay arisebeforetheendoftheyear. Alternatives:Approvetheawardingoflowbidintheamountof$7 6,495.To GraybarElectricforstreetlightpolesandfixture sfor replacements/repairsintheAugustaRichmondCounty Urban areasforaperiodofoneyear.Effectiveupondate ofadoptionof thisitem.ThefundsareavailableintheStreetLi ghtingBudget AccountNo.2760416105414410. Recommendation:Approvealternative. FundsareAvailable intheFollowing Accounts: 2760416105414410. REVIEWEDANDAPPROVEDBY : Finance. Procurement.Cover Memo Item # 5 Law. Administrator. ClerkofCommission Cover Memo Item # 5 Invitation To Bid Sealed bids will be received at this office until 11:00 a.m. Friday, May 13, 2011 for furnishing: Bid Item #11-122 Street Lighting Poles & Fixtures for Traffic Engineering Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be viewed on the Augusta Richmond County web site under the Procurement Department ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Monday, April 25, 2011 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, the certification statement as a local bidder and all supporting documents must be submitted to the Procurement Department with your bonafide bid package. No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. Please mark BID number on the outside of the envelope. Bidders are cautioned that sequestration of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Funding for this project may include federal funds provided by the U. S. Department of Transportation (DOT) and/or other federal agencies. All DOT funded projects are subject to the requirements of 49 CFR Part 26. These requirements are mandatory and non-negotiable. Augusta enforces Disadvantage Business Enterprise (DBE) requirements and/or DBE goals set by Federal and/or State Agencies in accordance with State and Federal laws. Please be advised that the U. S. District Court for the Southern District of Georgia has entered on Order enjoining the Race-Based portion of Augusta, Georgia’s DBE Program. Thus, Augusta, Georgia does not have or operate a DBE, MBE or WBE Program for projects (or portions of projects) having Augusta, Georgia as the source of funding. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle March 31, April 7, 14, 21, 2011 Metro Courier April 6, 2011 cc: Tameka Allen Interim Deputy Administrator Abie Ladson Engineering Department Steve Cassell Traffic Engineering Charles Gifford Traffic Engineering Attachment number 1 Page 1 of 1 Item # 5 Ve n d o r s : Co n s o l i d a t e d El e c t r i c a l Di s t r i b u t o r s 12 4 4 G o r d o n P k Au g u s t a , G A 30 9 0 1 Ha g e m e y e r 17 3 0 B a r t o n Ch a p e l R d . Au g u s t a , G A 30 9 0 9 Gr a y b a r 32 2 2 M i k e P a d g e t t Hw y Au g u s t a , G A 30 9 0 6 E. S a m J o n e s 33 1 6 S a n d p i p e r La n e Au g u s t a , G A 30 9 0 7 Bl u e S k y L i g h t i n g 40 8 6 Q u i n n D r i v e Ev a n s , G A 3 0 8 0 9 Ve l o c i t y Co n s t r u c t i o n 30 0 0 P u c k e t t s M i l l Bu f o r d , G A 3 0 5 1 9 El e c t i c a l E q u i p m e n t Co m p a n y 14 3 1 M a r v i n G r i f f i n Au g u s t a , G A 3 0 9 0 6 At t a c h m e n t B Ye s Y e s In c o m p l e t e No E - v e r i f y # No . 1 ( T S - 3 ) De l i v e r y 8- 1 0 W e e k s 8 - 1 2 W e e k s Bi d P r i c e $1 , 0 4 1 . 0 0 $ 1 , 0 1 7 . 0 0 No n - Co m p l i a n t No . 2 ( T S - 4 ) De l i v e r y 8- 1 0 W e e k s 8 - 1 2 W e e k s Bi d P r i c e $8 3 5 . 0 0 $ 8 1 8 . 0 0 No n - Co m p l i a n t Bi d I t e m # 1 1 - 1 2 2 St r e e t L i g h t i n g P o l e s & F i x t u r e s Fo r t h e C i t y o f A u g u s t a - E n g i n e e r i n g - T r a f f i c E n g i n e e r i n g D e p ar t m e n t Bi d O p e n i n g D a t e : F r i d a y , M a y 1 3 , 2 0 1 1 a t 1 1 : 0 0 a . m . Pa g e 1 o f 1 Attachment number 2 Page 1 of 1 Item # 5 Attachment number 3 Page 1 of 1 Item # 5 Attachment number 4 Page 1 of 3 Item # 5 Attachment number 4 Page 2 of 3 Item # 5 Attachment number 4 Page 3 of 3 Item # 5 EngineeringServicesCommitteeMeeting 6/13/20111:10PM TEECenter-IncreaseGMPforKitchenEquip Department:RecreationParksandFacilities-FacilitiesManage r Caption:Approveacomponentchangefor$1,376,987totheGM P (GuaranteedMaximumPrice)andexistingPurchaseOr der (P179109)forpurchaseandinstallationofKitchen Equipmentfor theTEECenterundertheCMContract.Thisdoesnot increase overallprojectcost.TherevisedGMPis$29,276,98 7. Background:R.W.Allen,LLC(RWA)wasselectedunderRFQ10-039 asthe TEECenterproject’sConstructionManageratRiskb ythe AugustaCommissiononJanuary19,2010.Apurchase orderwas issuedtoR.W.Allen,LLConApril20,2010forthe amountof theirgeneralconditions,constructionfeeandpre-constructionfee. R.W.AllensubmittedtheKitchenEquipmentscopef orbids, receivingatotaloffiveresponses.NorvellFixtur e&Equipment Company,alocalfirm,wasthelowbidder. Analysis:Theproposedmonetarymodificationisrequiredfor Kitchen EquipmentinclusionintotheConstructionManager’s GMP. FundswillbetransferredfromtheFixtureFurnitur eand Equipment(FF&E)budgetintotheGMP. FinancialImpact:Thereisnofinancialimpacttotheoverallproject cost.Fundsare beingtransferredfromtheFF&Ebudget. Alternatives:1.Approveacomponentchangefor$1,376,987tothe GMPand existingPurchaseOrder(P179109)forpurchaseand installation ofKitchenEquipmentfortheTEECenterundertheC MContract. Thisdoesnotincreaseoverallprojectcost.There visedGMPis $29,276,987.2.DisapprovingthePurchaseOrderinc reasewill delayconstructionschedule. Recommendation:#1.Approveacomponentchangefor$1,376,987toth eGMPand existingPurchaseOrder(P179109)forpurchaseand installation ofKitchenEquipmentfortheTEECenterundertheC MContract. Thisdoesnotincreaseoverallprojectcost.There visedGMPis $29,276,987.Cover Memo Item # 6 FundsareAvailable intheFollowing Accounts: FUNDSAREAVAILABLEINACCOUNT:TEECenter:GL– 325-05-1130;JL–206351102GL-361-06-1120Object Code: 5413130 REVIEWEDANDAPPROVEDBY : Finance. Procurement. Law. Administrator. ClerkofCommission Cover Memo Item # 6