Loading...
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