HomeMy WebLinkAbout2009-11-09-Meeting Agendawww.augustaga.gov
Engineering Services Committee Meeting Committee Room- 11/9/2009- 1:05 PM
ENGINEERING SERVICES
1. Approve construction contract award to Blair Construction in the amount of
$ 544,400.11.
Attachments
2. Approve contract award to Blair Construction Company for services
associated with Water & Sewer System Repairs and Installations in the
amount of $847,439.49. Bid item #09-155
Attachments
3. Approve the purchase of a 2010 International Truck with Grapple Loader
and Dump Body for the Augusta Solid Waste Facility.
Attachments
4. Consider an appeal by Mr. Aubin Mura of the denial of the Commission
concerning his request for the discontinuation of garbage service to the
property located at 2402 Peach Orchard Road.
Attachments
5. Consider a request from Mr. Ervin Clack, Jr. for the discontinuation of
garbage service for the home located at 2130 Howard Road.
Attachments
6. Approve the selection of firm for Full Wastewater Contract Management,
Operations & Maintenance Program from RFP Item #09-154A.
Attachments
Engineering Services Committee Meeting
11/9/2009 1:05 PM
Approve construction contract award in the amount of $544,400.11 to Blair Construction for the Water Line
Replacements for Fort Gordon Recreation Area at Thurmond Lake . Bid item #09-159.
Department:Utilities
Caption:Approve construction contract award to Blair Construction in the amount of
$ 544,400.11.
Background:The project is located at Fort Gordon Recreation Area at Thurmond Lake in
Columbia County, GA. The project is being constructed to replace the
existing 3" water main with an 8" water main that will allow adequate water
supply to the area. The project will connect the new 8" water main to a
Columbia County owned 12" water main near the intersection of Pike
Avenue and Washington Road, and extend approximately 8,300 linear feet
of 8" water main throughout the recreational area with service connections,
fire hydrants, backflow prevention devices, and an auto flushing device.
The project will also provide approximately 5,000 additional linear feet of
6" water main to serve the housing within the recreation area with water,
and sufficient flow for fire protection.
Analysis:Blair Construction submitted an acceptable bid package and was the lowest
responsive bidder. The staff of the Utilities Department and the design
engineering firm, Khafra Engineering, evaluated the bid tabulations and it is
recommended that the contract be awarded to Blair Construction.
Financial Impact:The contract construction amount of $544,400.11 is available from account
507043410-5425110 / 88880070-5425110
Alternatives:Award the contract to Blair Construction
Recommendation:It is recommended to award the construction contract to Blair Construction.
in the amount of $544,400.11.
Funds are Available in
the Following
Accounts:
507043410-5425110 / 88880070-5425110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Cover Memo
Item # 1
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 1
Attachment number 1Page 1 of 3
Item # 1
Attachment number 1Page 2 of 3
Item # 1
Project: Augusta Utilities Department Date: 10/29/2009
Water Main Replacements for Fort Gordon Recreation Area at Thurmond Lake Project No. 08AUG01
ICU-0070 Prepared by: MKPL
Bid Number: 09-159
Item Description
Estimated
Quantity Units Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price
W-3A 6” diameter ductile iron water transmission main Class 350, restrained joint 4150 LF $ 45.00 $ 186,750.00 $ 21.39 $ 88,768.50 $ 15.35 $ 63,702.50 $ 14.80 $ 61,420.00 $ 16.34 $ 67,811.00
W-3B 8” diameter ductile iron water transmission main Class 350, restrained joint 9150 LF $ 55.00 $ 503,250.00 $ 24.10 $ 220,515.00 $ 18.88 $ 172,752.00 $ 17.75 $ 162,412.50 $ 19.10 $ 174,765.00
W-5 Select backfill, GA DOT Type I, Class I & II (Sand/Clay) – Measured by in-place volume 6000 CY $ 5.00 $ 30,000.00 $ 3.00 $ 18,000.00 $ 9.00 $ 54,000.00 $ 3.00 $ 18,000.00 $ 0.50 $ 3,000.00
W-6 Miscellaneous pipe fittings and connections 1000 LBS $ 10.00 $ 10,000.00 $ 6.25 $ 6,250.00 $ 5.65 $ 5,650.00 $ 8.00 $ 8,000.00 $ 8.27 $ 8,270.00
W-8 Fire hydrant, installed complete with valve, lead pipe, joint restraint, and blocking 26 EA $ 2,925.00 $ 76,050.00 $ 1,985.25 $ 51,616.50 $ 2,875.00 $ 74,750.00 $ 3,150.00 $ 81,900.00 $ 3,132.20 $ 81,437.20
W-10A 6” in-line gate valve, including valve box, installed, complete, open right/left 3 EA $ 1,500.00 $ 4,500.00 $ 825.00 $ 2,475.00 $ 550.00 $ 1,650.00 $ 750.00 $ 2,250.00 $ 758.13 $ 2,274.39
W-10B 8” in-line gate valve, including valve box, installed, complete, open right/left 10 EA $ 1,500.00 $ 15,000.00 $ 849.00 $ 8,490.00 $ 840.00 $ 8,400.00 $ 1,000.00 $ 10,000.00 $ 1,026.48 $ 10,264.80
W-13 10”x6” tapping sleeve, valve, valve box, complete 1 EA $ 4,000.00 $ 4,000.00 $ 1,797.85 $ 1,797.85 $ 2,560.00 $ 2,560.00 $ 1,850.00 $ 1,850.00 $ 3,133.53 $ 3,133.53
W-14 Check valve and vault with 6” bypass line 1 EA $ 37,576.00 $ 37,576.00 $ 43,119.70 $ 43,119.70 $ 34,945.00 $ 34,945.00 $ 25,825.00 $ 25,825.00 $ 39,355.07 $ 39,355.07
W-15A New 1” long side water service, installed, including re-connection, complete 9 EA $ 1,500.00 $ 13,500.00 $ 800.00 $ 7,200.00 $ 1,345.00 $ 12,105.00 $ 1,505.00 $ 13,545.00 $ 3,720.20 $ 33,481.80
W-15B New 2” long side water service, installed, including re-connection, complete 7 EA $ 2,500.00 $ 17,500.00 $ 975.00 $ 6,825.00 $ 1,945.00 $ 13,615.00 $ 1,505.00 $ 10,535.00 $ 4,726.37 $ 33,084.59
W-16A New 1” short side water service, installed, including re-connection, complete 1 EA $ 1,500.00 $ 1,500.00 $ 680.00 $ 680.00 $ 1,140.00 $ 1,140.00 $ 930.00 $ 930.00 $ 2,863.73 $ 2,863.73
W-16B New 2” short side water service, installed, including re-connection, complete 2 EA $ 2,500.00 $ 5,000.00 $ 855.00 $ 1,710.00 $ 1,629.00 $ 3,258.00 $ 930.00 $ 1,860.00 $ 4,282.01 $ 8,564.02
W-18 Tie-in to existing line 1 EA $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 500.00 $ 500.00 $ 700.68 $ 700.68
W-20 Cut and Cap Existing Water Line 1 EA $ 1,000.00 $ 1,000.00 $ 950.00 $ 950.00 $ 250.00 $ 250.00 $ 500.00 $ 500.00 $ 593.86 $ 593.86
W-21 Miscellaneous Class A Concrete 20 CY $ 150.00 $ 3,000.00 $ 130.00 $ 2,600.00 $ 220.00 $ 4,400.00 $ 100.00 $ 2,000.00 $ 158.54 $ 3,170.80
P-5 4” thick concrete sidewalk, 3000 psi mix 5 SY $ 50.00 $ 250.00 $ 25.00 $ 125.00 $ 32.00 $ 160.00 $ 50.00 $ 250.00 $ 42.72 $ 213.60
P-7 2” asphalt pavement driveway replacement 50 SY $ 40.00 $ 2,000.00 $ 55.00 $ 2,750.00 $ 20.10 $ 1,005.00 $ 16.50 $ 825.00 $ 42.00 $ 2,100.00
P-9 6” concrete curb and/or gutter removal and replacement (as appropriate and necessary) 100 LF $ 15.00 $ 1,500.00 $ 15.00 $ 1,500.00 $ 13.50 $ 1,350.00 $ 15.00 $ 1,500.00 $ 8.70 $ 870.00
M-4 Clearing and Grubbing 3 ACRE $ 5,000.00 $ 15,000.00 $ 5,000.00 $ 15,000.00 $ 3,000.00 $ 9,000.00 $ 3,250.00 $ 9,750.00 $ 6,942.70 $ 20,828.10
M-5 Fence Removal and Replacement, New, Replaced in Kind 100 LF $ 15.00 $ 1,500.00 $ 12.50 $ 1,250.00 $ 20.00 $ 2,000.00 $ 15.00 $ 1,500.00 $ 27.24 $ 2,724.00
LS-1 Lump sum construction (Includes but is not limited to the listing continued below) 1 LS $ 190,000.00 $ 190,000.00 $ 61,277.56 $ 61,277.56 $ 131,540.00 $ 131,540.00 $ 135,000.00 $ 135,000.00 $ 66,830.00 $ 66,830.00
Engineer's Total 1,120,376.00$ Calculated Total 544,400.11$ Calculated Total 599,732.50$ Calculated Total 550,352.50$ Calculated Total 566,336.17$
Bidder's Total $ 544,400.11 Bidder's Total $ 599,732.50 Bidder's Total $ 550,352.50 Bidder's Total $ 566,336.17
Difference $ - Difference $ - Difference $ - Difference $ -
Mabus Brothers Eagle Utility Beam's Contracting
WATER MAIN
PAVEMENT STRUCTURES
MISCELLANEOUS
Engineer's Opinion Blair Construction
LUMP SUM
Bid Tabulation
Attachment number 1
Page 3 of 3
Item # 1
Attachment number 2
Page 1 of 1
Item # 1
Invitation To Bid
Sealed bids will be received at this office until 11:00 a.m., Friday, October 16, 2009 for furnishing:
Bid Item #09-159 Water Main Replacements for Fort Gordon Recreation Area
At Thurmond Lake for Utilities 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 examined at the office of the Augusta, GA Procurement Department, 530 Greene
Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all
prime, subcontractors and suppliers exclusively from Digital Blue Print. The fees for the plans and
specifications which are non-refundable is $200.00
Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262
Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. It is the
wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this
policy the Owner is providing the opportunity to view plans online (www.digblueprint.com) at no charge
through Digital Blue Print (706 821-0405) beginning Thursday, September 3, 2009. Bidders are cautioned that
submitting a package without Procurement of a complete set are likely to overlook issues of construction
phasing, delivery of goods or services, or coordination with other work that is material to the successful
completion of the project. Bidders are cautioned that sequestration of documents through any other source is
not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving
incomplete or inaccurate information upon which to base his qualifications.
A Mandatory Pre-Bid Conference will be held on Friday, September 25, 2009 @ 10:00 a.m. in the
Procurement Department – Room 605. All questions must be submitted in writing to the office of the
Procurement Department 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. All questions are to be submitted in writing by Tuesday,
September 29, 2009 by 3:00 p.m.
No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10%
Bid bond is required to be submitted in a separate envelope so marked along with the bidders’
qualifications; a 100% performance bond and a 100% payment bond will be required for award.
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.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle September 3, 10, 17, 24, 2009
Metro Courier September 9, 2009
cc: Tameka Allen Interim Deputy Administrator
Drew Goins Utilities Department
Jerry Delaughter Utilities Department
Stanley Aye Utilities Department
Attachment number 3
Page 1 of 1
Item # 1
Ve
n
d
o
r
s
Bl
a
i
r
C
o
n
s
t
r
u
c
t
i
o
n
P.
O
.
B
o
x
7
7
0
Ev
a
n
s
,
G
A
3
0
8
0
9
Ma
b
u
s
B
r
o
t
h
e
r
s
92
0
M
o
l
l
y
P
o
n
d
R
d
Au
g
u
s
t
a
,
G
A
3
0
9
0
1
Co
n
s
t
r
u
c
t
i
o
n
P
e
r
f
e
c
t
58
7
C
h
e
r
r
y
A
v
e
.
N
A
u
g
u
s
t
a
,
S
C
2
9
8
4
1
Co
n
t
r
a
c
t
M
a
n
a
g
e
m
t
18
2
7
K
i
l
l
i
n
g
s
w
o
r
t
h
Au
g
u
s
t
a
,
G
A
3
0
9
0
4
Ea
g
l
e
U
t
i
l
i
t
y
13
5
0
B
r
a
n
c
h
R
d
Bi
s
h
o
p
,
G
A
3
0
3
2
8
D.
S
.
U
t
i
l
i
t
i
e
s
I
n
c
16
4
4
H
o
l
y
T
r
i
n
i
t
y
C
h
Li
t
t
l
e
M
t
n
,
S
C
2
9
7
0
5
Tr
a
n
C
o
n
s
t
r
u
c
t
i
o
n
38
5
5
R
e
d
O
a
k
C
t
Ma
r
t
i
n
e
z
,
G
A
3
0
9
0
7
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
Ye
s
Ye
s
Ye
s
Co
n
f
l
i
c
t
o
f
I
n
t
e
r
e
s
t
Ye
s
Ye
s
Ye
s
Co
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
A
g
r
e
e
m
e
n
t
Ye
s
Ye
s
Ye
s
Su
b
c
o
n
t
r
a
c
t
o
r
Af
f
i
d
a
v
i
t
Ye
s
Ye
s
Ye
s
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
Bi
d
d
e
r
/
O
f
f
e
r
o
r
Ye
s
Ye
s
Ye
s
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
Ye
s
Ye
s
Ye
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Go
o
d
F
a
i
t
h
E
f
f
o
r
t
s
Y
e
s
Y
e
s
Ye
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Su
b
c
o
n
t
r
a
c
t
o
r
/
Su
p
p
l
i
e
r
Ut
i
l
i
z
a
t
i
o
n
P
l
a
n
Ye
s
Y
e
s
Ye
s
B
i
d
B
o
n
d
Ye
s
Ye
s
Y
e
s
B
i
d
A
m
o
u
n
t
$5
4
4
,
4
0
0
.
1
1
$
5
9
9
,
7
3
2
.
5
0
$5
5
0
,
3
5
2
.
5
0
Ye
s
Ye
s
Bi
d
S
c
h
e
d
u
l
e
Ye
s
Ye
s
Bi
d
I
t
e
m
#
0
9
-
1
5
9
Wa
t
e
r
M
a
i
n
R
e
p
l
a
c
e
m
e
n
t
s
f
o
r
F
o
r
t
G
o
r
d
o
n
R
e
c
r
e
a
t
i
o
n
A
r
e
a
a
t
T
h
u
r
m
o
n
d
L
a
k
e
fo
r
t
h
e
C
i
t
y
o
f
A
u
g
u
s
t
a
-
U
t
i
l
i
t
i
e
s
D
e
p
a
r
t
m
e
n
t
Qu
a
l
i
f
i
c
a
t
i
o
n
o
f
Bi
d
d
e
r
F
o
r
m
s
Ye
s
Bi
d
O
p
e
n
i
n
g
D
a
t
e
:
F
r
i
d
a
y
,
O
c
t
o
b
e
r
1
6
,
2
0
0
9
@
1
1
:
0
0
a
.
m
.
Ye
s
Pa
g
e
1
o
f
2
Attachment number 4
Page 1 of 2
Item # 1
Ve
n
d
o
r
s
L-
J
I
n
c
22
0
S
t
o
n
e
B
r
i
d
g
e
D
r
Co
l
u
m
b
i
a
,
S
C
2
9
2
1
0
Be
a
m
'
s
C
o
n
t
r
a
c
t
i
n
g
23
3
5
A
t
o
m
i
c
R
d
Be
e
c
h
I
s
l
a
n
d
,
S
C
29
8
4
2
Je
f
f
r
e
y
H
a
r
r
i
s
T
r
u
c
k
17
3
6
B
a
r
t
o
n
C
h
a
p
e
l
Au
g
u
s
t
a
,
G
A
3
0
9
0
6
Jo
h
n
W
a
l
k
e
r
40
3
8
4
7
5
I
n
d
u
s
t
r
i
a
l
Ma
c
o
n
,
G
A
3
1
2
1
0
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
Ye
s
Y
e
s
Y
e
s
Y
e
s
Co
n
f
l
i
c
t
o
f
I
n
t
e
r
e
s
t
Ye
s
Y
e
s
Y
e
s
Y
e
s
Co
n
t
r
a
c
t
o
r
A
f
f
i
d
a
v
i
t
&
A
g
r
e
e
m
e
n
t
Ye
s
Ye
s
I
n
c
o
m
p
l
e
t
e
Y
e
s
Su
b
c
o
n
t
r
a
c
t
o
r
Af
f
i
d
a
v
i
t
N
o
t
P
r
o
p
e
r
l
y
Ex
e
c
u
t
e
d
Ye
s
Y
e
s
I
n
c
o
m
p
l
e
t
e
No
n
-
C
o
l
l
u
s
i
o
n
Af
f
i
d
a
v
i
t
o
f
Bi
d
d
e
r
/
O
f
f
e
r
o
r
Ye
s
Ye
s
Y
e
s
Y
e
s
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
Ye
s
Ye
s
Y
e
s
I
n
c
o
m
p
l
e
t
e
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Go
o
d
F
a
i
t
h
E
f
f
o
r
t
s
Y
e
s
Y
e
s
Y
e
s
Y
e
s
Lo
c
a
l
S
m
a
l
l
Bu
s
i
n
e
s
s
Su
b
c
o
n
t
r
a
c
t
o
r
/
Su
p
p
l
i
e
r
Ut
i
l
i
z
a
t
i
o
n
P
l
a
n
Ye
s
Y
e
s
Y
e
s
Y
e
s
B
i
d
B
o
n
d
Y
e
s
Ye
s
Y
e
s
Y
e
s
B
i
d
A
m
o
u
n
t
No
n
-
C
o
m
p
l
i
a
n
t
$
5
6
6
,
3
3
6
.
1
7
N
o
n
-
C
o
m
p
l
i
a
n
t
N
o
n
-
C
o
m
p
l
i
a
n
t
Qu
a
l
i
f
i
c
a
t
i
o
n
o
f
Bi
d
d
e
r
F
o
r
m
s
Ye
s
Y
e
s
Y
e
s
Y
e
s
Bi
d
I
t
e
m
#
0
9
-
1
5
9
Wa
t
e
r
M
a
i
n
R
e
p
l
a
c
e
m
e
n
t
s
f
o
r
F
o
r
t
G
o
r
d
o
n
R
e
c
r
e
a
t
i
o
n
A
r
e
a
a
t
T
h
u
r
m
o
n
d
L
a
k
e
fo
r
t
h
e
C
i
t
y
o
f
A
u
g
u
s
t
a
-
U
t
i
l
i
t
i
e
s
D
e
p
a
r
t
m
e
n
t
Bi
d
O
p
e
n
i
n
g
D
a
t
e
:
F
r
i
s
d
a
y
,
O
c
t
o
b
e
r
1
6
,
2
0
0
9
@
1
1
:
0
0
a
.
m.
Bi
d
S
c
h
e
d
u
l
e
Ye
s
Y
e
s
Y
e
s
Y
e
s
Pa
g
e
2
o
f
2
Attachment number 4
Page 2 of 2
Item # 1
Attachment number 5
Page 1 of 2
Item # 1
Attachment number 5
Page 2 of 2
Item # 1
Attachment number 6
Page 1 of 2
Item # 1
Attachment number 6
Page 2 of 2
Item # 1
Engineering Services Committee Meeting
11/9/2009 1:05 PM
Approve Task Order Contract to Blair Construction Company for Water & Sewer System Repairs and Installations
Department:Augusta Utilities Department
Caption:Approve contract award to Blair Construction Company for services
associated with Water & Sewer System Repairs and Installations in the
amount of $847,439.49. Bid item #09-155
Background:The Augusta Utilities Department has requirements to perform emergency
repairs and water/sewer installations beyond the in-house force current
manpower.These repairs/installations are needed to support the water and
sanitary sewer infrastructure in Augusta- Richmond County. The contract
provides a contractor who can respond expediently to repair system failures
and to install water and sanitary sewer service in areas where systems have
failed.This contract is needed to provide continuous operation and
maintenance to the current infrastructure in Augusta- Richmond County
including the Fort Gordon installation.
Analysis:Blair Construction company submitted an acceptable bid package and was
the lowest responsive bidder. The submitted bids from DS Utilities and L-J
Inc. have been corrected through extending their unit price amounts after
discovering an addition error/extension error in their total base bid price.
The corrected amounts have no bearing on the order in which the bidders
were ranked.
Financial Impact:$847,439.49, under account number 507043410-5425110/80600040-
5425110
Alternatives:1. Reject all bids, which would delay the contract and the ability to repair
failures and small installations. 2. Award the contract to Blair Construction
company for services associated with Water & Sewer System Repairs and
Installations.
Recommendation:We recommend approving the contract with Blair Construction company in
the amount of $847,439.49 for services associated with Water & Sewer
System Repairs and Installations.
Funds are Available in
the Following
Accounts:
$847,439.49 from account 507043410-5425110/80600040-5425110
REVIEWED AND APPROVED BY:
Cover Memo
Item # 2
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 2
Attachment number 1
Page 1 of 1
Item # 2
TA
S
K
O
R
D
E
R
F
O
R
W
A
T
E
R
&
S
E
W
E
R
S
Y
S
T
E
M
R
E
P
A
I
R
S
A
N
D
I
N
S
T
A
L
L
A
T
I
O
N
S
2
0
09
-
1
5
5
Bi
d
T
a
b
u
l
a
t
i
o
n
IT
E
M
N
O
.
D
E
S
C
R
I
P
T
I
O
N
Q
T
Y
.
U
N
I
T
UN
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
U
N
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
U
N
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
I.
WA
T
E
R
M
A
I
N
6"
D
i
a
.
P
V
C
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
M
a
i
n
C
9
0
0
,
C
l
a
s
s
2
0
0
1
5
0
L
F
$1
3
.
6
7
$
2
,
0
5
0
.
5
0
$
2
7
.
0
0
$
4
,
0
5
0
.
0
0
$
4
8
.
0
0
$
7
,
2
0
0
.
0
0
8"
D
i
a
.
P
V
C
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
M
a
i
n
C
9
0
0
,
C
l
a
s
s
2
0
0
1
5
0
L
F
$1
8
.
0
5
$
2
,
7
0
7
.
5
0
$
3
3
.
0
0
$
4
,
9
5
0
.
0
0
$
5
0
.
0
0
$
7
,
5
0
0
.
0
0
10
"
D
i
a
.
P
V
C
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
M
a
i
n
C
9
0
0
,
C
l
a
s
s
2
0
0
1
5
0
L
F
$2
4
.
4
0
$
3
,
6
6
0
.
0
0
$
4
0
.
0
0
$
6
,
0
0
0
.
0
0
$
5
2
.
0
0
$
7
,
8
0
0
.
0
0
12
"
D
i
a
.
P
V
C
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
M
a
i
n
C
9
0
0
,
C
l
a
s
s
2
0
0
1
5
0
L
F
$3
2
.
3
1
$
4
,
8
4
6
.
5
0
$
4
9
.
0
0
$
7
,
3
5
0
.
0
0
$
5
4
.
0
0
$
8
,
1
0
0
.
0
0
6"
D
i
a
.
D
.
I
.
P
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
W
a
t
e
r
M
a
i
n
,
C
l
a
s
s
X
X
X
,
S
J
P
1
5
0
L
F
$2
0
.
5
4
$
3
,
0
8
1
.
0
0
$
3
6
.
0
0
$
5
,
4
0
0
.
0
0
$
6
0
.
0
0
$
9
,
0
0
0
.
0
0
8"
D
i
a
.
D
.
I
.
P
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
W
a
t
e
r
M
a
i
n
,
C
l
a
s
s
X
X
X
,
S
J
P
1
5
0
L
F
$2
4
.
8
8
$
3
,
7
3
2
.
0
0
$
4
2
.
0
0
$
6
,
3
0
0
.
0
0
$
6
2
.
0
0
$
9
,
3
0
0
.
0
0
10
"
D
i
a
.
D
.
I
.
P
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
W
a
t
e
r
M
a
i
n
,
C
l
a
s
s
X
X
X
,
S
J
P
1
5
0
L
F
$3
1
.
1
2
$
4
,
6
6
8
.
0
0
$
5
0
.
0
0
$
7
,
5
0
0
.
0
0
$
6
4
.
0
0
$
9
,
6
0
0
.
0
0
12
"
D
i
a
.
D
.
I
.
P
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
W
a
t
e
r
M
a
i
n
,
C
l
a
s
s
X
X
X
,
S
J
P
1
5
0
L
F
$3
9
.
2
2
$
5
,
8
8
3
.
0
0
$
5
8
.
0
0
$
8
,
7
0
0
.
0
0
$
6
6
.
0
0
$
9
,
9
0
0
.
0
0
6"
D
i
a
.
D
.
I
.
P
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
W
a
t
e
r
M
a
i
n
,
C
l
a
s
s
X
X
X
,
R
J
P
1
5
0
L
F
$2
5
.
1
7
$
3
,
7
7
5
.
5
0
$
4
7
.
0
0
$
7
,
0
5
0
.
0
0
$
5
2
.
0
0
$
7
,
8
0
0
.
0
0
8"
D
i
a
.
D
.
I
.
P
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
W
a
t
e
r
M
a
i
n
,
C
l
a
s
s
X
X
X
,
R
J
P
1
5
0
L
F
$2
9
.
2
0
$
4
,
3
8
0
.
0
0
$
5
5
.
0
0
$
8
,
2
5
0
.
0
0
$
5
4
.
0
0
$
8
,
1
0
0
.
0
0
10
"
D
i
a
.
D
.
I
.
P
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
W
a
t
e
r
M
a
i
n
,
C
l
a
s
s
X
X
X
,
R
J
P
1
5
0
L
F
$3
7
.
3
4
$
5
,
6
0
1
.
0
0
$
6
5
.
0
0
$
9
,
7
5
0
.
0
0
$
5
6
.
0
0
$
8
,
4
0
0
.
0
0
12
"
D
i
a
.
D
.
I
.
P
W
a
t
e
r
T
r
a
n
s
m
i
s
s
i
o
n
W
a
t
e
r
M
a
i
n
,
C
l
a
s
s
X
X
X
,
R
J
P
1
5
0
L
F
$4
6
.
1
2
$
6
,
9
1
8
.
0
0
$
7
7
.
0
0
$
1
1
,
5
5
0
.
0
0
$
5
8
.
0
0
$
8
,
7
0
0
.
0
0
Se
l
e
c
t
B
a
c
k
f
i
l
l
,
G
D
O
T
T
y
p
e
I
,
C
l
a
s
s
I
&
I
I
(
S
a
n
d
/
C
l
a
y
)
5
,
0
0
0
C
Y
$7
.
5
0
$
3
7
,
5
0
0
.
0
0
$
1
0
.
0
0
$
5
0
,
0
0
0
.
0
0
$
2
1
.
0
0
$
1
0
5
,
0
0
0
.
0
0
Mi
s
c
e
l
l
a
n
e
o
u
s
W
a
t
e
r
P
i
p
e
F
i
t
t
i
n
g
s
a
n
d
C
o
n
n
e
c
t
i
o
n
s
1
,
5
0
0
L
B
$3
.
5
0
$
5
,
2
5
0
.
0
0
$
9
.
0
0
$
1
3
,
5
0
0
.
0
0
$
2
.
5
0
$
3
,
7
5
0
.
0
0
Fi
r
e
H
y
d
r
a
n
t
,
I
n
s
t
a
l
l
e
d
C
o
m
p
l
e
t
e
w
i
t
h
V
a
l
v
e
,
P
i
p
e
,
a
n
d
B
l
o
c
k
i
n
g
2
4
E
A
$2
,
8
5
0
.
0
0
$
6
8
,
4
0
0
.
0
0
$
3
,
4
0
0
.
0
0
$
8
1
,
6
0
0
.
0
0
$
4
,
0
0
0
.
0
0
$
9
6
,
00
0
.
0
0
6"
I
n
-
L
i
n
e
G
a
t
e
V
a
l
v
e
,
I
n
c
l
u
d
i
n
g
V
a
l
e
B
o
x
,
I
n
s
t
a
l
l
e
d
C
o
m
p
l
e
t
e
,
O
p
e
n
Ri
g
h
t
4
E
A
$7
4
9
.
5
2
$
2
,
9
9
8
.
0
8
$
1
,
0
5
0
.
0
0
$
4
,
2
0
0
.
0
0
$
2
,
0
0
0
.
0
0
$
8
,
0
0
0
.
0
0
8"
I
n
-
L
i
n
e
G
a
t
e
V
a
l
v
e
,
I
n
c
l
u
d
i
n
g
V
a
l
e
B
o
x
,
I
n
s
t
a
l
l
e
d
C
o
m
p
l
e
t
e
,
O
p
e
n
Ri
g
h
t
4
E
A
$1
,
0
6
1
.
9
1
$
4
,
2
4
7
.
6
4
$
1
,
4
2
0
.
0
0
$
5
,
6
8
0
.
0
0
$
2
,
5
0
0
.
0
0
$
1
0
,
0
0
0.
0
0
10
"
I
n
-
L
i
n
e
G
a
t
e
V
a
l
v
e
,
I
n
c
l
u
d
i
n
g
V
a
l
e
B
o
x
,
I
n
s
t
a
l
l
e
d
C
o
m
p
l
e
t
e,
O
p
e
n
Ri
g
h
t
2
E
A
$1
,
5
6
3
.
3
0
$
3
,
1
2
6
.
6
0
$
1
,
9
7
5
.
0
0
$
3
,
9
5
0
.
0
0
$
3
,
0
0
0
.
0
0
$
6
,
0
0
0
.0
0
12
"
I
n
-
L
i
n
e
G
a
t
e
V
a
l
v
e
,
I
n
c
l
u
d
i
n
g
V
a
l
e
B
o
x
,
I
n
s
t
a
l
l
e
d
C
o
m
p
l
e
t
e,
O
p
e
n
Ri
g
h
t
2
E
A
$1
,
9
0
7
.
2
8
$
3
,
8
1
4
.
5
6
$
2
,
3
9
5
.
0
0
$
4
,
7
9
0
.
0
0
$
3
,
5
0
0
.
0
0
$
7
,
0
0
0
.0
0
6"
T
a
p
p
i
n
g
S
l
e
e
v
e
,
V
a
l
v
e
,
V
a
l
v
e
B
o
x
,
I
n
s
t
a
l
l
e
d
C
o
m
p
l
e
t
e
2
E
A
$2
,
4
0
3
.
5
4
$
4
,
8
0
7
.
0
8
$
3
,
6
0
0
.
0
0
$
7
,
2
0
0
.
0
0
$
2
,
5
0
0
.
0
0
$
5
,
0
0
0
.0
0
1"
L
o
n
g
S
i
d
e
W
a
t
e
r
S
e
r
v
i
c
e
I
n
s
t
a
l
l
e
d
I
n
c
l
R
e
-
C
o
n
n
e
c
t
i
o
n
,
C
o
m
p
l
e
te
2
E
A
$8
0
8
.
9
2
$
1
,
6
1
7
.
8
4
$
1
,
3
2
5
.
0
0
$
2
,
6
5
0
.
0
0
$
1
,
3
0
0
.
0
0
$
2
,
6
0
0
.
0
0
1"
S
h
o
r
t
S
i
d
e
W
a
t
e
r
S
e
r
v
i
c
e
I
n
s
t
a
l
l
e
d
I
n
c
l
R
e
-
C
o
n
n
e
c
t
i
o
n
,
C
o
m
p
l
e
t
e
2
E
A
$4
0
2
.
3
0
$
8
0
4
.
6
0
$
9
3
5
.
0
0
$
1
,
8
7
0
.
0
0
$
6
0
0
.
0
0
$
1
,
2
0
0
.
0
0
Ti
e
-
I
n
t
o
E
x
i
s
t
i
n
g
L
i
n
e
4
E
A
$1
,
1
3
5
.
3
5
$
4
,
5
4
1
.
4
0
$
1
,
3
2
5
.
0
0
$
5
,
3
0
0
.
0
0
$
2
,
5
0
0
.
0
0
$
1
0
,
0
0
0.
0
0
Cu
t
a
n
d
P
l
u
g
E
x
i
s
t
i
n
g
L
i
n
e
2
E
A
$1
,
0
8
0
.
0
0
$
2
,
1
6
0
.
0
0
$
5
7
5
.
0
0
$
1
,
1
5
0
.
0
0
$
2
,
0
0
0
.
0
0
$
4
,
0
0
0
.
0
0
Mi
s
c
e
l
l
a
n
e
o
u
s
C
l
a
s
s
A
C
o
n
c
r
e
t
e
(
T
h
r
u
s
t
B
l
o
c
k
s
,
C
o
n
c
r
e
t
e
En
c
a
s
e
m
e
n
t
,
E
t
c
.
)
1,
0
0
0
S
Y
$2
8
.
0
0
$
2
8
,
0
0
0
.
0
0
$
5
5
.
0
0
$
5
5
,
0
0
0
.
0
0
$
5
4
.
0
0
$
5
4
,
0
0
0
.
0
0
Su
b
t
o
t
a
l
I
$2
1
8
,
5
7
0
.
8
0
$
3
2
3
,
7
4
0
.
0
0
$
4
1
3
,
9
5
0
.
0
0
SA
N
I
T
A
R
Y
S
E
W
E
R
8"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
0
-
6
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
20
0
L
F
$1
7
.
1
1
$
3
,
4
2
2
.
0
0
$
5
2
.
0
0
$
1
0
,
4
0
0
.
0
0
$
4
1
.
0
0
$
8
,
2
0
0
.
0
0
10
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
0
-
6
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
20
0
L
F
$1
9
.
7
1
$
3
,
9
4
2
.
0
0
$
5
4
.
0
0
$
1
0
,
8
0
0
.
0
0
$
4
1
.
0
0
$
8
,
2
0
0
.
0
0
12
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
0
-
6
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
20
0
L
F
$2
3
.
2
7
$
4
,
6
5
4
.
0
0
$
6
1
.
0
0
$
1
2
,
2
0
0
.
0
0
$
4
1
.
0
0
$
8
,
2
0
0
.
0
0
18
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
0
-
6
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
10
0
L
F
$4
6
.
6
8
$
4
,
6
6
8
.
0
0
$
8
7
.
0
0
$
8
,
7
0
0
.
0
0
$
7
0
.
0
0
$
7
,
0
0
0
.
0
0
24
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
0
-
6
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
10
0
L
F
$7
0
.
3
2
$
7
,
0
3
2
.
0
0
$
1
1
3
.
0
0
$
1
1
,
3
0
0
.
0
0
$
7
2
.
0
0
$
7
,
2
0
0
.
0
0
8"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
6
-
8
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
20
0
L
F
$1
7
.
6
6
$
3
,
5
3
2
.
0
0
$
5
4
.
0
0
$
1
0
,
8
0
0
.
0
0
$
4
3
.
0
0
$
8
,
6
0
0
.
0
0
10
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
6
-
8
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
20
0
L
F
$2
0
.
2
5
$
4
,
0
5
0
.
0
0
$
5
7
.
0
0
$
1
1
,
4
0
0
.
0
0
$
4
3
.
0
0
$
8
,
6
0
0
.
0
0
12
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
6
-
8
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
20
0
L
F
$2
3
.
9
2
$
4
,
7
8
4
.
0
0
$
6
4
.
0
0
$
1
2
,
8
0
0
.
0
0
$
4
3
.
0
0
$
8
,
6
0
0
.
0
0
D.
S
.
U
t
i
l
i
t
i
e
s
,
I
n
c
.
Re
v
i
s
e
d
O
c
t
o
b
e
r
2
4
,
2
0
0
9
Bl
a
i
r
C
o
n
s
t
r
u
c
t
i
o
n
,
I
n
c
.
L-
J
C
o
.
,
I
n
c
.
Attachment number 2
Page 1 of 4
Item # 2
TA
S
K
O
R
D
E
R
F
O
R
W
A
T
E
R
&
S
E
W
E
R
S
Y
S
T
E
M
R
E
P
A
I
R
S
A
N
D
I
N
S
T
A
L
L
A
T
I
O
N
S
2
0
09
-
1
5
5
Bi
d
T
a
b
u
l
a
t
i
o
n
IT
E
M
N
O
.
D
E
S
C
R
I
P
T
I
O
N
Q
T
Y
.
U
N
I
T
UN
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
U
N
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
U
N
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
D.
S
.
U
t
i
l
i
t
i
e
s
,
I
n
c
.
Re
v
i
s
e
d
O
c
t
o
b
e
r
2
4
,
2
0
0
9
Bl
a
i
r
C
o
n
s
t
r
u
c
t
i
o
n
,
I
n
c
.
L-
J
C
o
.
,
I
n
c
.
18
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
6
-
8
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
10
0
L
F
$4
7
.
4
9
$
4
,
7
4
9
.
0
0
$
9
1
.
0
0
$
9
,
1
0
0
.
0
0
$
7
2
.
0
0
$
7
,
2
0
0
.
0
0
24
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
6
-
8
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
10
0
L
F
$7
1
.
6
2
$
7
,
1
6
2
.
0
0
$
1
1
8
.
0
0
$
1
1
,
8
0
0
.
0
0
$
7
4
.
0
0
$
7
,
4
0
0
.
0
0
8"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
8
-
1
0
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
20
0
L
F
$1
8
.
2
0
$
3
,
6
4
0
.
0
0
$
5
8
.
0
0
$
1
1
,
6
0
0
.
0
0
$
4
5
.
0
0
$
9
,
0
0
0
.
0
0
10
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
8
-
1
0
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
20
0
L
F
$1
9
.
2
2
$
3
,
8
4
4
.
0
0
$
6
0
.
0
0
$
1
2
,
0
0
0
.
0
0
$
4
5
.
0
0
$
9
,
0
0
0
.
0
0
12
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
8
-
1
0
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
20
0
L
F
$2
4
.
6
2
$
4
,
9
2
4
.
0
0
$
6
7
.
0
0
$
1
3
,
4
0
0
.
0
0
$
4
5
.
0
0
$
9
,
0
0
0
.
0
0
18
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
8
-
1
0
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$4
8
.
5
2
$
7
,
2
7
8
.
0
0
$
9
7
.
0
0
$
1
4
,
5
5
0
.
0
0
$
7
4
.
0
0
$
1
1
,
1
0
0
.
0
0
24
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
8
-
1
0
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$7
2
.
9
8
$
1
0
,
9
4
7
.
0
0
$
1
2
3
.
0
0
$
1
8
,
4
5
0
.
0
0
$
7
6
.
0
0
$
1
1
,
4
0
0
.
0
0
8"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
0
-
1
2
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$1
8
.
8
3
$
2
,
8
2
4
.
5
0
$
6
6
.
0
0
$
9
,
9
0
0
.
0
0
$
4
7
.
0
0
$
7
,
0
5
0
.
0
0
10
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
0
-
1
2
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$2
1
.
5
3
$
3
,
2
2
9
.
5
0
$
6
8
.
0
0
$
1
0
,
2
0
0
.
0
0
$
4
7
.
0
0
$
7
,
0
5
0
.
0
0
12
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
0
-
1
2
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$2
5
.
5
0
$
1
,
9
1
2
.
5
0
$
7
5
.
0
0
$
5
,
6
2
5
.
0
0
$
4
7
.
0
0
$
3
,
5
2
5
.
0
0
18
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
1
0
-
1
2
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$4
9
.
6
0
$
3
,
7
2
0
.
0
0
$
1
0
6
.
0
0
$
7
,
9
5
0
.
0
0
$
7
6
.
0
0
$
5
,
7
0
0
.
0
0
24
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
1
0
-
1
2
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
50
L
F
$7
4
.
8
4
$
3
,
7
4
2
.
0
0
$
1
3
3
.
0
0
$
6
,
6
5
0
.
0
0
$
7
8
.
0
0
$
3
,
9
0
0
.
0
0
8"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
2
-
1
4
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$1
9
.
8
0
$
2
,
9
7
0
.
0
0
$
7
6
.
0
0
$
1
1
,
4
0
0
.
0
0
$
4
9
.
0
0
$
7
,
3
5
0
.
0
0
10
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
2
-
1
4
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$2
2
.
6
1
$
3
,
3
9
1
.
5
0
$
7
9
.
0
0
$
1
1
,
8
5
0
.
0
0
$
4
9
.
0
0
$
7
,
3
5
0
.
0
0
12
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
2
-
1
4
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
10
0
L
F
$2
6
.
8
7
$
2
,
6
8
7
.
0
0
$
8
5
.
0
0
$
8
,
5
0
0
.
0
0
$
4
9
.
0
0
$
4
,
9
0
0
.
0
0
18
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
1
2
-
1
4
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$5
1
.
5
4
$
3
,
8
6
5
.
5
0
$
1
2
5
.
0
0
$
9
,
3
7
5
.
0
0
$
7
8
.
0
0
$
5
,
8
5
0
.
0
0
24
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
1
2
-
1
4
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$7
7
.
6
7
$
5
,
8
2
5
.
2
5
$
1
5
1
.
0
0
$
1
1
,
3
2
5
.
0
0
$
8
0
.
0
0
$
6
,
0
0
0
.
0
0
8"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
4
-
1
6
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$2
0
.
9
9
$
3
,
1
4
8
.
5
0
$
1
0
0
.
0
0
$
1
5
,
0
0
0
.
0
0
$
5
1
.
0
0
$
7
,
6
5
0
.
0
0
10
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
4
-
1
6
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$2
3
.
9
1
$
3
,
5
8
6
.
5
0
$
1
0
3
.
0
0
$
1
5
,
4
5
0
.
0
0
$
5
1
.
0
0
$
7
,
6
5
0
.
0
0
12
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
4
-
1
6
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$2
8
.
4
9
$
2
,
1
3
6
.
7
5
$
1
1
0
.
0
0
$
8
,
2
5
0
.
0
0
$
5
1
.
0
0
$
3
,
8
2
5
.
0
0
18
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
1
4
-
1
6
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$5
3
.
9
2
$
4
,
0
4
4
.
0
0
$
1
5
0
.
0
0
$
1
1
,
2
5
0
.
0
0
$
8
0
.
0
0
$
6
,
0
0
0
.
0
0
24
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
1
4
-
1
6
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$8
1
.
7
2
$
1
2
,
2
5
8
.
0
0
$
1
7
6
.
0
0
$
2
6
,
4
0
0
.
0
0
$
8
2
.
0
0
$
1
2
,
3
0
0
.
0
0
8"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
6
-
1
8
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$2
2
.
3
3
$
3
,
3
4
9
.
5
0
$
1
2
5
.
0
0
$
1
8
,
7
5
0
.
0
0
$
5
3
.
0
0
$
7
,
9
5
0
.
0
0
10
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
6
-
1
8
'
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$2
7
.
3
0
$
4
,
0
9
5
.
0
0
$
1
2
7
.
0
0
$
1
9
,
0
5
0
.
0
0
$
5
3
.
0
0
$
7
,
9
5
0
.
0
0
12
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
6
-
1
8
'
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$3
0
.
4
3
$
2
,
2
8
2
.
2
5
$
1
3
4
.
0
0
$
1
0
,
0
5
0
.
0
0
$
5
3
.
0
0
$
3
,
9
7
5
.
0
0
18
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
1
6
-
1
8
'
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$5
6
.
9
9
$
4
,
2
7
4
.
2
5
$
1
7
5
.
0
0
$
1
3
,
1
2
5
.
0
0
$
8
2
.
0
0
$
6
,
1
5
0
.
0
0
24
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
1
6
-
1
8
'
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$8
7
.
0
1
$
6
,
5
2
5
.
7
5
$
2
0
2
.
0
0
$
1
5
,
1
5
0
.
0
0
$
8
4
.
0
0
$
6
,
3
0
0
.
0
0
Attachment number 2
Page 2 of 4
Item # 2
TA
S
K
O
R
D
E
R
F
O
R
W
A
T
E
R
&
S
E
W
E
R
S
Y
S
T
E
M
R
E
P
A
I
R
S
A
N
D
I
N
S
T
A
L
L
A
T
I
O
N
S
2
0
09
-
1
5
5
Bi
d
T
a
b
u
l
a
t
i
o
n
IT
E
M
N
O
.
D
E
S
C
R
I
P
T
I
O
N
Q
T
Y
.
U
N
I
T
UN
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
U
N
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
U
N
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
D.
S
.
U
t
i
l
i
t
i
e
s
,
I
n
c
.
Re
v
i
s
e
d
O
c
t
o
b
e
r
2
4
,
2
0
0
9
Bl
a
i
r
C
o
n
s
t
r
u
c
t
i
o
n
,
I
n
c
.
L-
J
C
o
.
,
I
n
c
.
8"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
8
-
2
0
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$2
3
.
9
5
$
3
,
5
9
2
.
5
0
$
1
4
9
.
0
0
$
2
2
,
3
5
0
.
0
0
$
5
5
.
0
0
$
8
,
2
5
0
.
0
0
10
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
8
-
2
0
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$2
9
.
5
2
$
4
,
4
2
8
.
0
0
$
1
5
1
.
0
0
$
2
2
,
6
5
0
.
0
0
$
5
5
.
0
0
$
8
,
2
5
0
.
0
0
12
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
3
5
,
1
8
-
2
0
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$3
2
.
8
5
$
2
,
4
6
3
.
7
5
$
1
5
8
.
0
0
$
1
1
,
8
5
0
.
0
0
$
5
5
.
0
0
$
4
,
1
2
5
.
0
0
18
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
1
8
-
2
0
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$6
0
.
9
3
$
4
,
5
6
9
.
7
5
$
2
0
0
.
0
0
$
1
5
,
0
0
0
.
0
0
$
8
4
.
0
0
$
6
,
3
0
0
.
0
0
24
"
D
i
a
P
V
C
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
S
D
R
2
6
,
1
8
-
2
0
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
75
L
F
$9
4
.
5
7
$
7
,
0
9
2
.
7
5
$
2
2
7
.
0
0
$
1
7
,
0
2
5
.
0
0
$
8
6
.
0
0
$
6
,
4
5
0
.
0
0
8"
D
i
a
D
I
P
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
C
l
a
s
s
X
X
X
,
1
6
-
1
8
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
6
7
St
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$4
9
.
9
5
$
7
,
4
9
2
.
5
0
$
1
6
5
.
0
0
$
2
4
,
7
5
0
.
0
0
$
5
3
.
0
0
$
7
,
9
5
0
.
0
0
10
"
D
i
a
D
I
P
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
C
l
a
s
s
X
X
X
,
1
6
-
1
8
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
S
t
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$6
1
.
0
0
$
9
,
1
5
0
.
0
0
$
1
7
4
.
0
0
$
2
6
,
1
0
0
.
0
0
$
5
3
.
0
0
$
7
,
9
5
0
.
0
0
12
"
D
i
a
D
I
P
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
C
l
a
s
s
X
X
X
,
1
6
-
1
8
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
S
t
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
10
0
L
F
$6
9
.
6
2
$
6
,
9
6
2
.
0
0
$
1
8
4
.
0
0
$
1
8
,
4
0
0
.
0
0
$
5
3
.
0
0
$
5
,
3
0
0
.
0
0
16
"
D
i
a
D
I
P
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
C
l
a
s
s
X
X
X
,
1
6
-
1
8
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
S
t
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$9
5
.
9
4
$
1
4
,
3
9
1
.
0
0
$
2
0
5
.
0
0
$
3
0
,
7
5
0
.
0
0
$
8
2
.
0
0
$
1
2
,
3
0
0
.
0
0
20
"
D
i
a
D
I
P
S
a
n
i
t
a
r
y
S
e
w
e
r
P
i
p
e
C
l
a
s
s
X
X
X
,
1
6
-
1
8
'
,
i
n
c
l
.
T
y
p
e
I
I
(
n
o
.
67
S
t
o
n
e
)
B
e
d
d
i
n
g
M
a
t
e
r
i
a
l
15
0
L
F
$1
4
5
.
6
0
$
2
1
,
8
4
0
.
0
0
$
2
4
5
.
0
0
$
3
6
,
7
5
0
.
0
0
$
8
8
.
0
0
$
1
3
,
2
0
0
.
0
0
Se
l
e
c
t
B
a
c
k
f
i
l
l
,
G
D
O
T
T
y
p
e
I
,
C
l
a
s
s
I
&
I
I
(
S
a
n
d
/
C
l
a
y
)
,
M
e
a
s
u
r
e
d
I
n
-
pl
a
c
e
V
o
l
u
m
e
5,
0
0
0
C
Y
$7
.
5
0
$
3
7
,
5
0
0
.
0
0
$
1
0
.
0
0
$
5
0
,
0
0
0
.
0
0
$
2
1
.
0
0
$
1
0
5
,
0
0
0
.
0
0
Mi
s
c
e
l
l
a
n
e
o
u
s
S
e
w
e
r
P
i
p
e
F
i
t
t
i
n
g
s
a
n
d
C
o
n
n
e
c
t
i
o
n
s
5
,
0
0
0
L
B
$1
.
5
0
$
7
,
5
0
0
.
0
0
$
1
4
.
0
0
$
7
0
,
0
0
0
.
0
0
$
2
.
5
0
$
1
2
,
5
0
0
.
0
0
Pr
e
-
c
a
s
t
S
a
n
i
t
a
r
y
M
a
n
h
o
l
e
,
G
D
O
T
S
T
D
1
0
1
1
A
T
y
p
e
I
,
0
-
6
'
,
4
8
-
D
i
a
2
0
E
A
$1
,
3
4
7
.
3
0
$
2
6
,
9
4
6
.
0
0
$
2
,
9
9
0
.
0
0
$
5
9
,
8
0
0
.
0
0
$
3
,
0
0
0
.
0
0
$
6
0
,
00
0
.
0
0
Pr
e
-
c
a
s
t
S
a
n
i
t
a
r
y
M
a
n
h
o
l
e
,
G
D
O
T
S
T
D
1
0
1
1
A
T
y
p
e
I
,
0
-
6
'
,
6
0
-
D
i
a
2
0
E
A
$1
,
8
5
9
.
4
9
$
3
7
,
1
8
9
.
8
0
$
4
,
8
3
0
.
0
0
$
9
6
,
6
0
0
.
0
0
$
3
,
4
0
0
.
0
0
$
6
8
,
00
0
.
0
0
Ad
d
i
t
i
o
n
a
l
S
a
n
i
t
a
r
y
M
a
n
h
o
l
e
D
e
p
t
h
,
T
y
p
e
I
,
C
l
a
s
s
I
,
4
8
-
D
i
a
2
0
VF
$2
9
1
.
0
6
$
5
,
8
2
1
.
2
0
$
2
2
5
.
0
0
$
4
,
5
0
0
.
0
0
$
1
5
0
.
0
0
$
3
,
0
0
0
.
0
0
Ad
d
i
t
i
o
n
a
l
S
a
n
i
t
a
r
y
M
a
n
h
o
l
e
D
e
p
t
h
,
T
y
p
e
I
,
C
l
a
s
s
I
,
6
0
-
D
i
a
2
0
VF
$3
7
5
.
8
4
$
7
,
5
1
6
.
8
0
$
3
4
0
.
0
0
$
6
,
8
0
0
.
0
0
$
1
7
0
.
0
0
$
3
,
4
0
0
.
0
0
Do
g
h
o
u
s
e
/
C
o
n
n
e
c
t
o
r
M
a
n
h
o
l
e
,
I
n
c
l
B
a
s
e
,
C
o
n
e
,
a
n
d
R
i
n
g
&
C
o
v
e
r
2
E
A
$1
,
8
3
3
.
3
0
$
3
,
6
6
6
.
6
0
$
6
,
9
0
0
.
0
0
$
1
3
,
8
0
0
.
0
0
$
2
,
0
0
0
.
0
0
$
4
,
0
0
0.
0
0
6"
S
a
n
i
t
a
r
y
S
e
w
e
r
S
e
r
v
i
c
e
,
C
o
m
p
l
e
t
e
20
E
A
$1
,
1
5
7
.
3
2
$
2
3
,
1
4
6
.
4
0
$
1
,
0
3
5
.
0
0
$
2
0
,
7
0
0
.
0
0
$
1
,
5
0
0
.
0
0
$
3
0
,
00
0
.
0
0
Cu
t
&
P
l
u
g
E
x
i
s
t
i
n
g
S
a
n
i
t
a
r
y
S
e
w
e
r
,
D
i
a
m
e
t
e
r
V
a
r
i
e
s
1
E
A
$1
,
1
3
4
.
0
0
$
1
,
1
3
4
.
0
0
$
4
6
0
.
0
0
$
4
6
0
.
0
0
$
2
,
0
0
0
.
0
0
$
2
,
0
0
0
.
0
0
Cu
t
&
P
l
u
g
E
x
i
s
t
i
n
g
M
a
n
h
o
l
e
,
D
i
a
m
e
t
e
r
a
n
d
D
e
p
t
h
V
a
r
i
e
s
2
E
A
$1
,
2
4
2
.
0
0
$
2
,
4
8
4
.
0
0
$
8
0
5
.
0
0
$
1
,
6
1
0
.
0
0
$
2
,
0
0
0
.
0
0
$
4
,
0
0
0
.
0
0
Ti
e
N
e
w
S
a
n
i
t
a
r
y
S
e
w
e
r
t
o
E
x
i
s
t
i
n
g
M
a
n
h
o
l
e
s
,
D
i
a
m
e
t
e
r
V
a
r
i
e
s
2
E
A
$1
,
4
5
8
.
0
0
$
2
,
9
1
6
.
0
0
$
1
,
4
9
5
.
0
0
$
2
,
9
9
0
.
0
0
$
2
,
0
0
0
.
0
0
$
4
,
0
0
0
.0
0
AC
W
a
t
e
r
M
a
i
n
C
r
o
s
s
i
n
g
5
E
A
$1
,
5
9
9
.
9
1
$
7
,
9
9
9
.
5
5
$
1
,
8
4
0
.
0
0
$
9
,
2
0
0
.
0
0
$
3
,
0
0
0
.
0
0
$
1
5
,
0
0
0.
0
0
Du
c
t
i
l
e
I
r
o
n
P
i
p
e
P
o
l
y
e
t
h
y
l
e
n
e
E
n
c
a
s
e
m
e
n
t
1
0
0
L
F
$4
.
0
0
$
4
0
0
.
0
0
$
5
.
0
0
$
5
0
0
.
0
0
$
2
.
5
0
$
2
5
0
.
0
0
Co
n
c
r
e
t
e
E
n
c
a
s
e
m
e
n
t
o
f
S
a
n
i
t
a
r
y
S
e
w
e
r
(
C
r
e
e
k
C
r
o
s
s
i
n
g
s
,
E
t
c
.
)
1
0
0
C
Y
$1
2
9
.
6
0
$
1
2
,
9
6
0
.
0
0
$
2
9
0
.
0
0
$
2
9
,
0
0
0
.
0
0
$
5
4
.
0
0
$
5
,
4
0
0
.
0
0
Su
b
t
o
t
a
l
I
I
$4
1
7
,
6
5
8
.
8
5
$
1
,
0
1
6
,
1
3
5
.
0
0
$
6
5
3
,
7
5
0
.
0
0
II
.
PA
V
E
M
E
N
T
S
T
R
U
C
T
U
R
E
S
As
p
h
a
l
t
O
v
e
r
l
a
y
,
T
y
p
e
F
,
1
.
5
"
T
h
i
c
k
M
i
n
i
m
u
m
1
,
7
5
0
S
Y
$8
.
7
5
$
1
5
,
3
1
2
.
5
0
$
2
0
.
0
0
$
3
5
,
0
0
0
.
0
0
$
2
5
.
0
0
$
4
3
,
7
5
0
.
0
0
Pa
v
e
m
e
n
t
P
a
t
c
h
-
I
n
c
l
u
d
i
n
g
G
r
a
d
e
d
A
g
g
r
e
g
a
t
e
B
a
s
e
,
1
0
.
5
"
T
h
i
c
k
,
7
"
Wi
d
e
a
n
d
A
s
p
h
a
l
t
P
a
t
c
h
2
.
5
"
T
h
i
c
k
,
I
n
c
l
u
d
i
n
g
R
e
m
o
v
a
l
o
f
2
.
5
"
G
AB
an
d
P
l
a
c
e
m
e
n
t
o
f
B
i
t
u
m
i
n
o
u
s
P
r
i
m
e
C
o
a
t
1,
0
0
0
S
Y
$2
6
.
0
0
$
2
6
,
0
0
0
.
0
0
$
7
1
.
0
0
$
7
1
,
0
0
0
.
0
0
$
5
5
.
0
0
$
5
5
,
0
0
0
.
0
0
24
"
C
o
n
c
r
e
t
e
C
u
r
b
a
n
d
G
u
t
t
e
r
R
e
m
o
v
a
l
a
n
d
R
e
p
l
a
c
e
m
e
n
t
,
(
A
s
Ap
p
r
o
p
r
i
a
t
e
a
n
d
N
e
c
e
s
s
a
r
y
)
10
0
L
F
$1
8
.
9
0
$
1
,
8
9
0
.
0
0
$
5
7
.
0
0
$
5
,
7
0
0
.
0
0
$
5
5
.
0
0
$
5
,
5
0
0
.
0
0
Su
b
t
o
t
a
l
I
I
$4
3
,
2
0
2
.
5
0
$
1
1
1
,
7
0
0
.
0
0
$
1
0
4
,
2
5
0
.
0
0
II
I
.
MI
S
C
E
L
L
A
N
E
O
U
S
Fl
o
w
a
b
l
e
F
i
l
l
24
5
C
Y
$9
4
.
9
9
$
2
3
,
2
7
2
.
5
5
$
1
2
0
.
0
0
$
2
9
,
4
0
0
.
0
0
$
1
1
5
.
0
0
$
2
8
,
1
7
5
.
0
0
Ro
c
k
E
x
c
a
v
a
t
i
o
n
,
T
r
e
n
c
h
o
r
M
a
s
s
15
0
C
Y
$5
0
.
0
0
$
7
,
5
0
0
.
0
0
$
7
5
.
0
0
$
1
1
,
2
5
0
.
0
0
$
8
5
.
0
0
$
1
2
,
7
5
0
.
0
0
Fo
u
n
d
a
t
i
o
n
B
a
c
k
f
i
l
l
,
G
A
D
O
T
T
y
p
e
I
I
,
f
o
r
A
d
d
i
t
i
o
n
a
l
U
n
c
l
a
s
s
i
f
ie
d
Ex
c
a
v
a
t
i
o
n
15
0
C
Y
$1
7
.
9
9
$
2
,
6
9
8
.
5
0
$
3
8
.
0
0
$
5
,
7
0
0
.
0
0
$
5
5
.
0
0
$
8
,
2
5
0
.
0
0
Cl
e
a
r
i
n
g
a
n
d
G
r
u
b
b
i
n
g
5
A
C
$4
,
5
0
0
.
1
4
$
2
2
,
5
0
0
.
7
0
$
7
,
0
0
0
.
0
0
$
3
5
,
0
0
0
.
0
0
$
3
,
0
0
0
.
0
0
$
1
5
,
00
0
.
0
0
Attachment number 2
Page 3 of 4
Item # 2
TA
S
K
O
R
D
E
R
F
O
R
W
A
T
E
R
&
S
E
W
E
R
S
Y
S
T
E
M
R
E
P
A
I
R
S
A
N
D
I
N
S
T
A
L
L
A
T
I
O
N
S
2
0
09
-
1
5
5
Bi
d
T
a
b
u
l
a
t
i
o
n
IT
E
M
N
O
.
D
E
S
C
R
I
P
T
I
O
N
Q
T
Y
.
U
N
I
T
UN
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
U
N
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
U
N
I
T
P
R
I
C
E
T
O
T
A
L
P
R
I
C
E
D.
S
.
U
t
i
l
i
t
i
e
s
,
I
n
c
.
Re
v
i
s
e
d
O
c
t
o
b
e
r
2
4
,
2
0
0
9
Bl
a
i
r
C
o
n
s
t
r
u
c
t
i
o
n
,
I
n
c
.
L-
J
C
o
.
,
I
n
c
.
Fe
n
c
e
R
e
m
o
v
a
l
&
R
e
p
l
a
c
e
m
e
n
t
,
N
e
w
,
R
e
p
l
a
c
e
i
n
K
i
n
d
1
0
0
L
F
$1
5
.
0
0
$
1
,
5
0
0
.
0
0
$
9
.
0
0
$
9
0
0
.
0
0
$
2
0
.
0
0
$
2
,
0
0
0
.
0
0
Su
b
t
o
t
a
l
I
I
I
$5
7
,
4
7
1
.
7
5
$
8
2
,
2
5
0
.
0
0
$
6
6
,
1
7
5
.
0
0
II
I
.
MI
S
C
E
L
L
A
N
O
U
S
Lu
m
p
S
u
m
C
o
n
s
t
r
u
c
t
i
o
n
(
I
n
c
l
u
d
e
s
b
u
t
i
s
n
o
t
L
i
m
i
t
e
d
t
o
t
h
e
I
t
e
m
s
Li
s
t
e
d
i
n
B
i
d
S
c
h
e
d
u
l
e
)
1
L
S
$1
1
0
,
5
3
5
.
5
9
$
1
1
0
,
5
3
5
.
5
9
$
1
5
0
,
0
0
0
.
0
0
$
1
5
0
,
0
0
0
.
0
0
$
2
5
,
0
0
0
.0
0
$
2
5
,
0
0
0
.
0
0
Su
b
t
o
t
a
l
I
V
$1
1
0
,
5
3
5
.
5
9
$
1
5
0
,
0
0
0
.
0
0
$
2
5
,
0
0
0
.
0
0
GR
A
N
D
T
O
T
A
L
$8
4
7
,
4
3
9
.
4
9
$
1
,
6
8
3
,
8
2
5
.
0
0
$
1
,
2
6
3
,
1
2
5
.
0
0
Attachment number 2
Page 4 of 4
Item # 2
Attachment number 3
Page 1 of 2
Item # 2
Attachment number 3
Page 2 of 2
Item # 2
Attachment number 4
Page 1 of 1
Item # 2
Invitation To Bid
Sealed bids will be received at this office until 11:00 a.m., Friday, October 9, 2009 for furnishing:
Bid Item #09-155 Task Order Contract for Water & Sewer System Repairs & Installation
for Utilities 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 examined at the office of the Augusta, GA Procurement Department, 530
Greene Street – Room 605, Augusta, GA 30901. Plans and specifications for the project shall
be obtained by all prime, subcontractors and suppliers exclusively from Imaging Technology
Print. The fees for the plans and specifications which are non-refundable is $25.00
Documents may also be examined during regular business hours at the Augusta Builders
Exchange, 1262 Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street,
Augusta, GA 30901. It is the wish of the Owner that all businesses are given the opportunity to
submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans
online (www.itrepro.com) at no charge through Imaging Technology (706 724-7924) beginning
Thursday, August 27, 2009. Bidders are cautioned that submitting a package without Procurement
of a complete set are likely to overlook issues of construction phasing, delivery of goods or services,
or coordination with other work that is material to the successful completion of the project. Bidders
are cautioned that sequestration of documents through any other source is not advisable.
Acquisition of documents from unauthorized sources places the bidder at the risk of receiving
incomplete or inaccurate information upon which to base his qualifications.
A Mandatory Pre-Bid Conference will be held on Friday, September 18, 2009 @ 2:00 p.m. in
the Procurement Department – Room 605. All questions must be submitted in writing to the
office of the Procurement Department 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. All questions are to be
submitted in writing by Tuesday, September 22, 2009 by 3:00 p.m.
No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening.
A 10% Bid bond is required to be submitted in a separate envelope so marked along with the
bidders’ qualifications; a 100% performance bond and a 100% payment bond will be required
for award.
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.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle August 27, September 3, 10, 17, 2009
Metro Courier September 2, 2009
cc: Tameka Allen Interim Deputy Administrator
Drew Goins Utilities Department
Jerry Delaughter Utilities Department
Merrill Wilkie Utilities Department
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 2
Item # 2
Attachment number 7
Page 2 of 2
Item # 2
Engineering Services Committee Meeting
11/9/2009 1:05 PM
Approve the purchase of a 2010 International Truck with Grapple Loader and Dump Body for the Augusta Solid
Waste Facility
Department:Solid Waste
Caption:Approve the purchase of a 2010 International Truck with Grapple Loader
and Dump Body for the Augusta Solid Waste Facility.
Background:The Augusta Solid Waste department currently uses contracted haulers to
pick up bulky waste items, material from vacant lot cleanups and evictions,
and illegally dumped material throughout Augusta. Also, during storm
cleanup periods, the department has to rely on contracted haulers to assist
with the cleanup of trash and debris. With the purchase of a vehicle with a
grapple loader and dump body, the Solid Waste Department will be better
suited to serve the needs of Augusta’s residents.
Analysis:Augusta recently purchased, as part of bid item 08-108, a roll-off truck with
a similar chassis configuration. The only difference is that for the grapple
loader and the 30-yard dump body a few nominal factory-recommended
chassis modifications had to be made. This will allow Augusta Solid Waste
to establish a fleet of trucks that are all the same and therefore lowering the
long-term maintenance costs. Mays International, the successful bidder on
the previous bid item, has agreed to issue a credit for the roll-off
configuration and provide the chassis at the same purchase price as the truck
that was purchased previously. This will give the Solid Waste Department a
2010 vehicle at a 2008 price; further, purchasing this vehicle now will allow
us to beat the 2010 emission standards for diesel trucks.
Financial Impact:Adequate funds are available for the amount of $181,963.48 by moving
funds from 541-04-4210/5424220 ($150,000) and 541-04-4210/5424510
($40,000) to fund 541-04-4210/5422210.
Alternatives:1. Recommend purchase of the grapple truck 2. Do not approve the
purchase.
Recommendation:Alternative 1.
Funds are Available in
the Following
Accounts:
Adequate funds are available for the amount of $181,963.48 by moving
funds from 541-04-4210/5424220 ($150,000) and 541-04-4210/5424510
($40,000) to fund 541-04-4210/5422210.
REVIEWED AND APPROVED BY:
Cover Memo
Item # 3
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 3
Invitation To Bid
Sealed bids will be received at this office until 11:00 a.m. Tuesday, May 6, 2008
Bid Item #08-108 Truck w/Roll off Container Body for Fleet Department
Bid Item #08-110 Trash Grapple for Roll off Truck for Fleet Department
Bid Item #08-112 Hydraulically Operated Rubber Tire Backhoe/Loader for Fleet Department
Bid Item #08-113 Four Inch Vacuum Assisted Trash Pump for Fleet Department
Bid Item #08-114 Portable 225 CFM Air Compressor for Fleet Department
Bid Item #08-115 Sewer Rodder Truck for Fleet Department
Bid Item #08-122 Electric Scissor Lift for Fleet Department
BID’s 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 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, 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 60 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 April 3, 10, 17, 24, 20088
Metro Courier April 9, 2008
cc: Tameka Allen Interim Deputy Administrator
Ron Crowden Fleet Management
Attachment number 1
Page 1 of 1
Item # 3
Mays International
1357 Gordon Hwy.
Augusta, GA
Volvo
3880 Jeff Adams Drive
Charlotte, NC 28206
Freightline
2930 Riverwest Dr
Augusta, GA
RDK Truck Sales & Srvc
3214 Adamo Drive
Tampa, FL 33605
Truck NON-COMPLIANT
Year 2009 2009 2009 State Mandated
Brand International Volvo Freightliner Regulated Forms
Model 5600 Paystar VH-064B M2-112 Not Included in
Body Package
Year 2008 2009 2008
Brand Galbreath Galbreath Galbreath
Model Rolloff Hoist 75000 U75-OR-174 U75-OR-174
Bid Price $150,950.00 $147,816.40 $136,365.00
Delivery Date 90-120 Days ARO August/Sept 2008 90-120 Days ARO
Alternate Bid Currently
w/Accurate Hoist
75,00 LB w/tarp, tool
box & box locks M&d
ilo Galreath Hoist
2009 Volvo VHD64B
w/Accurate 75,000 LB
outside rail Hoist;
Pioneer Tarp System
& Box Locks as special
delivery Aug/Sep 2008
Price $142,816.00
Exception: Noted
Bid Item #08-108
Roll Off Container Truck
Fleet Department
Bid Due: Tuesday, May 6, 2008 @ 11:00 a.m.
Attachment number 2
Page 1 of 1
Item # 3
Engineering Services Committee Meeting
11/9/2009 1:05 PM
Aubin Mura Appeal
Department:Clerk of Commission
Caption:Consider an appeal by Mr. Aubin Mura of the denial of the Commission
concerning his request for the discontinuation of garbage service to the
property located at 2402 Peach Orchard Road.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 4
Attachment number 1
Page 1 of 1
Item # 4
Engineering Services Committee Meeting
11/9/2009 1:05 PM
Ervin Clack Jr.
Department:Clerk of Commission
Caption:Consider a request from Mr. Ervin Clack, Jr. for the discontinuation of
garbage service for the home located at 2130 Howard Road.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Item # 5
Attachment number 1
Page 1 of 1
Item # 5
Engineering Services Committee Meeting
11/9/2009 1:05 PM
RFP 09-154A Full Wastewater Contract Management, Operations & Maintenance Program
Department:Utilities
Caption:Approve the selection of firm for Full Wastewater Contract Management,
Operations & Maintenance Program from RFP Item #09-154A.
Background:Augusta began a program of contracted management, operations and
maintenance of wastewater treatment facilities and programs in 1999. The
original 5-year agreement was extended for an additional 5 years by the
Augusta-Richmond County Commission with a current ending date of the
agreement of December 31, 2009. The Commission directed the Utilities
Department to issue a solicitation for proposals for a new professional
services agreement to provide these services beginning on January 1,
2010. The Utilities Department has worked closely with the Augusta
Procurement Department to develop and advertize a request for sealed
proposals. Responses to this RFP were received at the Procurement
Department office on November 2, 2009. A selection committee consisting
of representatives from Procurement, Utilities, Finance and the
Administrator's office reviewed the proposals and developed a short list of
firms that were judged to be the best qualified to meet the needs of
Augusta. After this initial ranking, the selection committee met with each of
the firms to discuss their proposal and the associated pricing. The purpose of
these meetings was to discuss proposal specifics, clarify the desires and
expectations of both the proposer and Augusta, and review the pricing
information provided. Proposers were asked to submit a best and final
offer on Friday, November 6, 2009. This submittal was to incorporate any
revisions or clarifications discussed during the meeting as well as any
pricing changes necessitated by those discussions.
Analysis:The result of this procurement process is the following list of firms that are
considered the best qualified to meet the needs of Augusta. ESG Operations,
Inc. Severn Trent Services United Water Services The proposed budget for
the first agreement year and the projected budgets for the following four
years is being provided separately to the Commission due to their
unavailability at the required time for agenda item submission. This
information is being submitted to the Commission for consideration of
award of a new agreement to one of these firms. This agreement would have
a start date of January 1, 2010 and an initial term of five (5) years with the
option for subsequent renewal in 5-year increments. Proposed agreements
have been provided by each firm but a final agreement would be negotiated
after award with the review of the Administrator and the City Attorney.
Financial Impact:The Utilities Department 2010 budget includes funding to continue contract
operations.
Cover Memo
Item # 6
Alternatives:Reject the proposals and approve an extension of the existing operations
agreement to provide time for further review and determination of a path
forward.
Recommendation:We recommend that the Commission select one of the short-listed firms that
the Selection Committee has judged to be best qualified to meet the needs of
Augusta and authorize the negotiation of a final agreement with a cost not to
exceed the proposed first-year budget provided by the selected firm. The
final agreement would be subject to review and approval by the City
Administrator and the City Attorney.
Funds are Available in
the Following
Accounts:
Funds are in account 506043310-5211110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 6
Attachment number 1
Page 1 of 1
Item # 6
VENDORS ORIGINAL 8 COPIES FEE PROPOSAL ADDENDUMS (3)
American Water
1025 Laurel Oak Road
Voorhees, NJ 08043
YES YES YES YES
CH2MHILL/OMI
9193 S. Jamaica St Ste 400
Englewood, CO 80112
YES YES YES YES
ESG Operations, Inc.
1815 Satellite Blvd, Ste 105
Duluth, GA 30097
YES YES YES YES
Severn Trent Environmental
Services, Inc.
16337 Park Row
Houston, TX 77084
YES YES YES YES
United Water Services Inc.
200 Old Hook Road
Harrington Park, NJ 07640
YES YES YES YES
Veolia Water N America-S
2650 Holcomb Bridge Rd
Alpharetta, GA 30022
YES YES YES YES
Austin Industrial
P.O. Box 2184
Augusta, GA 30903
Krafra
418 4th Street
Augusta, GA 30901
Parsons
1810-B Doug Barnard Pkwy
Augusta, GA 30906
S L King Technologies
270 Peachtree Street
Atlanta, GA 30331
STS Operations
1342 Colonial Blvd Ste F45
Ft. Myers, FL 33901
Tetra Tech
360 Bay Street, Ste 435
Augusta, GA 30909
W. K. Dickson, Inc.
1450 Greene Street #225
Augusta, GA 30901
RFP Item #09-154A
Full Waste Water Contract Management, Operations & Maintenance Program
for the City of Augusta - Utiilties Department
RFP Opening Date: Monday, November 2, 2009 @ 11:00 a.m.
Page 1 of 1
Attachment number 2
Page 1 of 1
Item # 6
MR RICHARD D’AMATO
C/O CH2MHILL/OMI
9193 S JAMAICA STREET STE 400
ENGLEWOOD CO 80112
MR MARK F STRAUSS
C/O AMERICAN WATER
1025 LAUREL OAK ROAD
VOORHEES NJ 08043
MR DANIEL GROSELLE
C/O ESB OPERATIONS INC
1815 SATELLITE BLVD STE 105
DULUTH GA 30097
DANA A KAAS
C/O SEVERN TRENT ENV
16337 PARK ROW
HOUSTON TX 77084
MR THOMAS BROWN
C/O UNITED WATER SERVICES
2900 OLD HOOK ROAD
HARRINGTON PARK NJ 07640
MR CLYDE STOVALL
C/O VEOLIA WATER N.A. – SOUTH
2650 HOLCOMB BRIDGE RD STE 530
ALPHARETTA GA 30022
DREW GOINS
UTILITIES DEPARTMENT
BAY STREET
ALLEN SAXON
UTILITIES DEPARTMENT
BAY STREET
RFP 09-154A
Full Waste Water Contract Management,
Operations & Maintenance Program
For Utilities Department
RFP Due: Mon 11/2/09 @ 11:00 a.m.
YVONNE GENTRY
500/HATCHER BUILDING
Attachment number 3
Page 1 of 1
Item # 6
Item #Technical Proposal
American
Water ESG United
Water
Severn
Trent
1 Other projects in Georgia (1-
8=1pt; >8=2pts)3 3 3 0
2
Quality of the proposal in
terms of technical
correctness and
presentation.
6 5 6 6
3 Proposed performance and
cost guarantees 6 6 7 4
4
Commitment to community
involvement 4 6 8 6
5
Actual average flow of
largest facilities under full
contract operations by
Offeror within the last five
years.
(5MGD-10MGD=1pt; 10MGD-
20MGD=2pts; >20MGD=3pts)
6 Business Approach 6 6 7 6
7
The methodology to deal
appropriately with the
transition from the existing
contractor’s operation to
Offeror's operations.
10 12 14 10
8 Evaluation of company's
overall capabilities.12 12 12 12
9
Location of significant
support resources available
for use by Offeror's on-site
staff.
(Outside EPA Region 4=1pt; In
Region 4 NOT GA=2pts; In
GA=3pts)
10
Number of employees
currently directly involved in
full contract operations
projects.
12 12 10 16
Evaluation Criteria
14 16
Evaluation Evaluation RFP 08-154A
Wastwater Contract Management, Operation,
and Maintenance Program
for the Augusta Utilities Department
7 6 8
8
Vendors
5
8
Attachment number 4
Page 1 of 2
Item # 6
Item #Technical Proposal
American
Water ESG United
Water
Severn
Trent
Evaluation Criteria
Evaluation Evaluation RFP 08-154A
Wastwater Contract Management, Operation,
and Maintenance Program
for the Augusta Utilities Department
Vendors
11
Quality and provisions of the
proposed agreement. Does
it reflect a desire to
establish a partnership with
Augusta?
12 12 14 12
12
Years of experience
operating facilities and
providing services for
systems of similar
complexity.
(5-10=1pt; 10-15=2pts; >15=3pts)
13
Qualifications of the
personnel being proposed to
manage and support the
facilities in terms of
expertise and experience
with similar facilities and
services.
9 18 18 12
14
Quality of the maintenance
program that will be
undertaken to ensure the
Owner’s capital investments
are properly maintained and
proof of condition and
trends are sufficiently
documented.
21 18 21 18
15
Quality of the proposed
Operating Plan as it
demonstrates an
understanding of the
technical challenges
involved, operation and
maintenance approach, and
staffing plan.
15 18 21 18
16
Offerors emphasis on
safety. Safety training and
programs.
18 18 21 15
161 174 196 166
2 1 3
18
Cumulative Totals
6 6
Short Listed Firms
18
Attachment number 4
Page 2 of 2
Item # 6