Loading...
HomeMy WebLinkAbout2009-06-29-Meeting Agendawww.augustaga.gov Public Safety Committee Meeting Committee Room- 6/29/2009- 1:15 PM PUBLIC SAFETY 1. Approve Change Order Number 5, in the amount of $120,652.30, to the Construction Contract for the Webster Detention Center Expansion. Attachments 2. Approve Change Order No. 6 to McKnight Construction's contract to expand Webster Detention Center. Attachments 3. Approve award of Bid Item #09-054, Firefighting Protective Clothing for the Augusta Fire Department to NAFECO as Best Bid. Attachments Public Safety Committee Meeting 6/29/2009 1:15 PM Approve Change Order No. 5 to McKnight Construction Contract for the Webster Detention Center Expansion Department:RCSO, through Capital Improvements PM Caption:Approve Change Order Number 5, in the amount of $120,652.30, to the Construction Contract for the Webster Detention Center Expansion. Background:The current $33.03M Contract with McKnight Construction to construct additions to the Detention Center was approved by the Commission on November 5, 2008. Change Order No. 1 was approved shortly thereafter, incorporating the Alternate Bid of $5,900,000.00 to construct a female housing pod. Change Orders 2, 3 and 4 have dealt with unforeseen site utility conditions and Owner-requested revisions to plumbing systems to enhance facility maintenance. This Change Order concerns additional unforeseen/underground site conditions. Analysis:This Change Order is necessary due to a number of unforeseen site conditions, primarily the presence of unsuitable soils. The sprawling detention center requires that significant earthwork be accomplished to achieve a level building pad. Extensive construction material testing has proven that the quality of on-site soils for redistribution to fill low areas of the building area is unsatisfactory for structural support, requiring that considerable structural fill dirt be imported to the site. In addition, this change order incorporates extra work required to address unforeseen work attributable to the presence of underground utilities at variance with topographical survey information. Augusta’s Capital Improvements Program Manager has reviewed and negotiated the change order proposals with the General Contractor. Financial Impact:McKnight’s current contract amount is $33,033,466.28. This Change Order, in the amount of $120,652.30, will increase the total Contract amount to $33,154,118.58. The Change Order will be funded by the project’s construction change order contingency, which should retain adequate funds. Alternatives:There are no alternatives suitable for recommendation. Recommendation:Approve Change Order Number 5, in the amount of $120,652.30, to the Construction Contract for the Webster Detention Center Expansion. Funds are Available in the Following Accounts: Funds are available in account GL – 325-05-1130 / 206351101 Cover Memo Item # 1 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 1 Attachment number 1 Page 1 of 55 Item # 1 Attachment number 1 Page 2 of 55 Item # 1 Attachment number 1 Page 3 of 55 Item # 1 Attachment number 1 Page 4 of 55 Item # 1 Attachment number 1 Page 5 of 55 Item # 1 Attachment number 1 Page 6 of 55 Item # 1 Attachment number 1 Page 7 of 55 Item # 1 Attachment number 1 Page 8 of 55 Item # 1 Attachment number 1 Page 9 of 55 Item # 1 Attachment number 1 Page 10 of 55 Item # 1 Attachment number 1 Page 11 of 55 Item # 1 Attachment number 1 Page 12 of 55 Item # 1 Attachment number 1 Page 13 of 55 Item # 1 Attachment number 1 Page 14 of 55 Item # 1 Attachment number 1 Page 15 of 55 Item # 1 Attachment number 1 Page 16 of 55 Item # 1 Attachment number 1 Page 17 of 55 Item # 1 Attachment number 1 Page 18 of 55 Item # 1 Attachment number 1 Page 19 of 55 Item # 1 Attachment number 1 Page 20 of 55 Item # 1 Attachment number 1 Page 21 of 55 Item # 1 Attachment number 1 Page 22 of 55 Item # 1 Attachment number 1 Page 23 of 55 Item # 1 Attachment number 1 Page 24 of 55 Item # 1 Attachment number 1 Page 25 of 55 Item # 1 Attachment number 1 Page 26 of 55 Item # 1 Attachment number 1 Page 27 of 55 Item # 1 Attachment number 1 Page 28 of 55 Item # 1 Attachment number 1 Page 29 of 55 Item # 1 Attachment number 1 Page 30 of 55 Item # 1 Attachment number 1 Page 31 of 55 Item # 1 Attachment number 1 Page 32 of 55 Item # 1 Attachment number 1 Page 33 of 55 Item # 1 Attachment number 1 Page 34 of 55 Item # 1 Attachment number 1 Page 35 of 55 Item # 1 Attachment number 1 Page 36 of 55 Item # 1 Attachment number 1 Page 37 of 55 Item # 1 Attachment number 1 Page 38 of 55 Item # 1 Attachment number 1 Page 39 of 55 Item # 1 Attachment number 1 Page 40 of 55 Item # 1 Attachment number 1 Page 41 of 55 Item # 1 Attachment number 1 Page 42 of 55 Item # 1 Attachment number 1 Page 43 of 55 Item # 1 Attachment number 1 Page 44 of 55 Item # 1 Attachment number 1 Page 45 of 55 Item # 1 Attachment number 1 Page 46 of 55 Item # 1 Attachment number 1 Page 47 of 55 Item # 1 Attachment number 1 Page 48 of 55 Item # 1 Attachment number 1 Page 49 of 55 Item # 1 Attachment number 1 Page 50 of 55 Item # 1 Attachment number 1 Page 51 of 55 Item # 1 Attachment number 1 Page 52 of 55 Item # 1 Attachment number 1 Page 53 of 55 Item # 1 Attachment number 1 Page 54 of 55 Item # 1 Attachment number 1 Page 55 of 55 Item # 1 Public Safety Committee Meeting 6/29/2009 1:15 PM Approve Change Order Number 6 to Construction Contract to Expand Webster Detention Center Department:RCSO Through Capital Improvements Caption:Approve Change Order No. 6 to McKnight Construction's contract to expand Webster Detention Center. Background:The current $33.03M Contract with McKnight Construction to construct additions to the Detention Center was approved by the Commission on November 5, 2008, and significantly altered by the addition of the Female Pod (Change Order No. 1) shortly thereafter. Subsequent, additional Change Orders are listed on the attached Change Order Log. This Change Order enhances the security of the perimeter security fencing and also includes necessary revisions to the existing roof drainage systems which are impacted by the expansion. Analysis:This Change Order consists of two separate items, both highly recommended as noted: 1. Revisions to the base of the security fencing. In accordance with the recommendations of the RCSO and the CIPM, the Architect has revised the detailing of the base of the security fencing to embed the chain link fabric in concrete, thus bolstering protection from burrowing at the base of the perimeter security fencing. 2. Revisions to the existing roof drainage. Portions of the existing roof storm drainage systems will no longer operate properly or as originally designed, due to conflicts created by the new, adjoining structures. This change order addresses this by altering the existing roof drainage systems to provide for code-required emergency overflow systems. Augusta’s Capital Improvements Program Manager has reviewed and negotiated the change order proposals with the General Contractor. Financial Impact:This Change Order will increase McKnight’s construction Contract amount by $55,753.33. The Change Order will be funded by the project’s construction change order contingency. Alternatives:1. For the fencing base, the fencing could be installed as per the Bid Documents, although security would be diminished. 2. For the roof drainage, this work must be done to comply with the Building Code. Recommendation:Approve Change Order Number 6 in the amount of $55,753.33 to the Construction Contract for the Webster Detention Center Expansion, thereby improving Detention Center security and complying with the jurisdictional International Building Code. Funds are Available in Cover Memo Item # 2 the Following Accounts: FUNDS ARE AVAILABLE IN ACCOUNT: GL – 325-05-1130 / 206351101 REVIEWED AND APPROVED BY: Finance. Law. Administrator. Clerk of Commission Cover Memo Item # 2 Attachment number 1 Page 1 of 35 Item # 2 Attachment number 1 Page 2 of 35 Item # 2 Attachment number 1 Page 3 of 35 Item # 2 Attachment number 1 Page 4 of 35 Item # 2 Attachment number 1 Page 5 of 35 Item # 2 Attachment number 1 Page 6 of 35 Item # 2 Attachment number 1 Page 7 of 35 Item # 2 Attachment number 1 Page 8 of 35 Item # 2 Attachment number 1 Page 9 of 35 Item # 2 Attachment number 1 Page 10 of 35 Item # 2 Attachment number 1 Page 11 of 35 Item # 2 Attachment number 1 Page 12 of 35 Item # 2 Attachment number 1 Page 13 of 35 Item # 2 Attachment number 1 Page 14 of 35 Item # 2 Attachment number 1 Page 15 of 35 Item # 2 Attachment number 1 Page 16 of 35 Item # 2 Attachment number 1 Page 17 of 35 Item # 2 Attachment number 1 Page 18 of 35 Item # 2 Attachment number 1 Page 19 of 35 Item # 2 Attachment number 1 Page 20 of 35 Item # 2 Attachment number 1 Page 21 of 35 Item # 2 Attachment number 1 Page 22 of 35 Item # 2 Attachment number 1 Page 23 of 35 Item # 2 Attachment number 1 Page 24 of 35 Item # 2 Attachment number 1 Page 25 of 35 Item # 2 Attachment number 1 Page 26 of 35 Item # 2 Attachment number 1 Page 27 of 35 Item # 2 Attachment number 1 Page 28 of 35 Item # 2 Attachment number 1 Page 29 of 35 Item # 2 Attachment number 1 Page 30 of 35 Item # 2 Attachment number 1 Page 31 of 35 Item # 2 Attachment number 1 Page 32 of 35 Item # 2 Attachment number 1 Page 33 of 35 Item # 2 Attachment number 1 Page 34 of 35 Item # 2 Attachment number 1 Page 35 of 35 Item # 2 WDC Change Order LogColumn A Column B Column C Column D Column E CCR # Change Order Description of change(s) to the Scope of Work Amout of this Change Culmulative Date of Change The duration of the contract was increased by 1 1 Add Female Pod (OCO 1) $ 5,950,000.00 $ 5,950,000.00 12/10/2008 - Days 2 2 Removal of Unforeseen Sanitary Sewer and Backill with Engineered Fill $ 17,165.35 $ 5,967,165.35 23-Jan-09 6 Days 4 3 Removal of Unforeseen Transite Water Line and Backill with Engineered Fill $ 18,907.69 $ 5,986,073.04 03-Mar-09 - Days 16 4 Add Owner-Requested Shower Cleanouts $ 6,393.24 $ 5,992,466.28 22-May-09 - Days 9, 10, 11, 13, 14, 15 5 Misc Unforeseen U/G Utilities & Earthwork; incl CCR 9, 10, 11, 13, 14 & 15 $ 120,652.30 $ 6,113,118.58 04-Jun-09 30 Days 6, 17 6 Enhanced Base of Security Fence (CCR 6) & Required Revisions to Existing Roof Storm Drainage (CCR 17) $ 55,753.33 $ 6,168,871.91 05-Jun-09 - Days 7 $ 6,168,871.91 Days 8 $ 6,168,871.91 Days 9 $ 6,168,871.91 Days 10 $ 6,168,871.91 Days 11 $ 6,168,871.91 Days 12 $ 6,168,871.91 Days Item # 2 Public Safety Committee Meeting 6/29/2009 1:15 PM Award of Bid Item #09-054, Firefighting Protective Clothing Department:Fire, Chief Howard Willis Caption:Approve award of Bid Item #09-054, Firefighting Protective Clothing for the Augusta Fire Department to NAFECO as Best Bid. Background:The Augusta Fire Department and the Augusta Procurement Department have concluded the bid process for the purchase of Structural Firefighting Protective Clothing for Augusta Fire Department Training Facility. Proposals were received from five companies. Of the five, only NAFECO was deemed compliant with the bid requirements and specifications. Analysis:NAFECO has met all the specified requirements of the bid documents without taking any exceptions and within the allocated budget amount. Financial Impact:Funds for this purchase are available in the Augusta Fire Department 2009 operating budget. Alternatives:None at this time Recommendation:It is the opinion of the Augusta Fire Department that, NAFECO with a bid of $20,900.00 should be awarded the contract as best bid. Funds are Available in the Following Accounts: 274-03-4110 5311420 REVIEWED AND APPROVED BY: Finance. Procurement. Law. Administrator. Clerk of Commission Cover Memo Item # 3 1 Memo To: Geri Sams From: Deputy Chief Mike Rogers CC: Howard Willis, , Phyllis Mills Date: March 30, 2009 Re: Recommendation for awarding Bid Item# 09-054, Structural Firefighting Protective Clothing for the Augusta Fire Department The Augusta Fire Department and the Augusta Procurement Department have concluded the bid process for the purchase of Structural Firefighting Protective Clothing for Augusta Fire Department Training Facility. Proposals were received from five companies. Of the five, only NAFECO was deemed compliant with the bid requirements and specifications, NAFECO has met all the specified requirements of the bid documents without taking any exceptions and within the allocated budget amount. It is the opinion of the Augusta Fire Department that, NAFECO with a bid of $20,900.00 should be awarded the contract as best bid. Attachment number 1 Page 1 of 1 Item # 3 Invitation to Bid Sealed bids will be received at this office until Friday, March 13, 2009 at 11:00 A.M. for furnishing: Bid Item 09-054 Structural Fire Fighting Protective Clothing for the Fire 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 obtained at the office of 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 to the office of the Procurement Department on Monday, February 23, 2009 @ 3:00 p.m. by Fax at 706-821-2811 or by mail. .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, this certificate and a copy of your local business license must be submitted 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. Bidders will please note that the number of copies requested; all supporting documents including financial statements and references and such other attachments that may be required by the bid invitation are material conditions of the bid. Any package found incomplete or submitted late shall be rejected by the Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the Augusta commission. 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. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle January 29, February 5, 12, 19, 2009 Metro Courier February 4, 2009 cc: Tameka Allen Interim Deputy Administrator Howard Willis Fire Department Michael Rogers Fire Department Attachment number 2 Page 1 of 1 Item # 3 De s c r i p t i o n Q t y U n i t P r i c e T o t a l P r i c e Co a t 1 2 $ 7 9 4 . 0 0 $ 9 , 5 2 8 . 0 0 Pa n t s 1 2 $ 5 1 2 . 0 0 $ 6 , 1 4 4 . 0 0 He l m e t 1 2 $ 2 1 4 . 0 0 $ 2 , 5 6 8 . 0 0 Bo o t s 1 2 $ 1 1 8 . 0 0 $ 1 , 4 1 6 . 0 0 Ho o d 1 2 $ 2 9 . 1 1 $ 3 4 9 . 3 2 Su s p e n d e r s 1 2 $ 2 6 . 3 8 $ 3 1 6 . 5 6 Gl o v e s 1 2 $ 4 8 . 2 1 $ 5 7 8 . 5 2 To t a l C o s t St a t e m e n t o f N o n - Di s c r i m i n a t i o n No n - C o m p l i a n t Di d n o t r e t u r n t h e f o l l o w i n g do c u m e n t s : Co n t r a c t o r A f f i d a v i t Su b c o n t r a c t o r A f f i d a v i t Lo c a l S m a l l B u s i n e s s F o r m s VE N D O R S Co n t r a c t o r A f f i d a v i t & Ag r e e m e n t x LS B G o o d F a i t h E f f o r t Su b c o n t r a c t o r Af f i d a v i t No n - C o l l u s i o n Af f i d a v i t o f B i d d e r Te n - 8 F i r e E q u i p m e n t 15 9 1 C o l l i e r R o a d Fo r s y t h , G A 3 1 0 2 9 Fi r s t D e f e n s e F i r e & S a f e t y 89 8 4 M a n d a r i n C o u r t Jo n e s b o r o , G A 3 0 2 3 6 Co n f l i c t o f I n t e r e s t Bi d F o r m x x x LS B S u b c o n t r a c t o r / Su p p l i e r U t i l i z a t i o n Pl a n Mo r n i n g P r i d e M F G d b a To t a l F i r e G r o u p 1 I n n o v a t i o n C o u r t Da y t o n , O H 4 5 4 1 4 Ad d e n d u m No n - C o l l u s i o n Af f i d a v i t o f Su b c o n t r a c t o r x x x x x $2 0 , 9 0 0 . 4 0 Bi d I t e m # 0 9 - 0 5 4 St r u c t u r a l F i r e F i g h t i n g P r o t e c t i v e C l o t h i n g fo r t h e C i t y o f A u g u s t a - F i r e D e p a r t m e n t Bi d D u e : F r i d a y , M a r c h 2 0 , 2 0 0 9 a t 1 1 : 0 0 a . m . NA F E C O 15 1 5 W e s t M o u l t o n S t r e e t De c a t u r , A L 3 5 6 0 1 No n - C o m p l i a n t Co n t r a c t o r A f f i d a v i t & Ag r e e m e n t ( E - V e r i f y # ) a n d No n - C o l l u s i o n A f f i d a v i t o f Bi d d e r ( C o r p o r a t e S e a l ) No n - C o m p l i a n t Di d n o t p r o v i d e B u s i n e s s Li c e n s e I n f o Fi r e l i n e , I n c . 72 5 P a t r i c k I n d u s t r i a l L a n e Wi n d e r , G A 3 0 6 8 0 No n - C o m p l i a n t Do c u m e n t s I n c o m p l e t e : Co n f l i c t o f I n t e r e s t Bi d F o r m Co n t r a c t o r A f f i d a v i t Su b c o n t r a c t o r A f f i d a v i t No n - C o l l u s i o n A f f i d a v i t o f Bi d d e r No n - C o l l u s i o n A f f i d a v i t Su b c o n t r a c t o r Lo c a l S m a l l B u s i n e s s F o r m s x Pa g e 1 o f 1 Attachment number 3 Page 1 of 1 Item # 3 Attachment number 4 Page 1 of 4 Item # 3 Attachment number 4 Page 2 of 4 Item # 3 Attachment number 4 Page 3 of 4 Item # 3 Attachment number 4 Page 4 of 4 Item # 3