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