HomeMy WebLinkAbout2010-03-08-Meeting Agendawww.augustaga.gov
Engineering Services Committee Meeting Commission Chamber- 3/8/2010- 1:00 PM
ENGINEERING SERVICES
1. Motion to authorize condemnation to acquire fee simple purchase of 17,424
sq. ft., 1,550 sq. ft. of permanent easement and 1,550 sq. ft. of temporary
easement of 2921 Willis Foreman Road - PIN: 164-0-003-05-0; and 5,987
sq. ft. of permanent easement of 2931 Willis Foreman Road - PIN: 164-0-
003-04-0.
Attachments
2. Discussion of Solid Waste Collection Services for 2011.
Attachments
3. Approve Capital Project Budget Change Number Three (324-041110-
201824110) and Supplemental Agreement Three with URS Corporation in
the amount of $65,000.00 to provide Georgia Department of Transportation
coordination for project letting for the Broad Street portion of the
downtown traffic signal and streetlight upgrade project. Funds are available
in the project contingency account for the Engineering Department.
Attachments
4. Motion to approve an Option for the purposes of acquiring a Right-of-Way
between Lola L. Clark, as owner, and Augusta, Georgia, as optionee, in
connection with the Marvin Griffin Road Improvement Project, (1,951 sq.
ft.) in fee and (N/A sq. ft.) of permanent easement, more or less; and (1,972
sq. ft.) of temporary construction easement from property located at 1611
Marvin Griffin Road, private, at the purchase price of $1,500.00.
Attachments
5. Approve CPB and award of Construction Contract to Blair Construction,
Inc. in the amount of $169,846.38 for the Paving Various Roads, Phase IX
– Contract 2, Lamar Road Project, subject to receipt of signed contracts and
proper bonds as requested by AED. Funding is available in the project
account.
Attachments
6. Consider a request from the Augusta Entertainment Complex to temporarily
rename Seventh Street in front of the James Brown Arena for ceremonial
purposes only as Ringling Way on March 18, 2010 with consideration for
an in-kind trade for the cost of producing the sign.
Attachments
Engineering Services Committee Meeting
3/8/2010 1:00 PM
Condemnation – Fort Gordon Gate 4 Water Main
Department:Engineering Services
Caption:Motion to authorize condemnation to acquire fee simple purchase of 17,424
sq. ft., 1,550 sq. ft. of permanent easement and 1,550 sq. ft. of temporary
easement of 2921 Willis Foreman Road - PIN: 164-0-003-05-0; and 5,987
sq. ft. of permanent easement of 2931 Willis Foreman Road - PIN: 164-0-
003-04-0.
Background:The City has been unable to ascertain clear title to these properties. In order
to proceed and avoid further delays, it is necessary to condemn the subject
property and purchase the real properties. The appraised value for the
properties is 5,550.00.
Analysis:Condemnation is necessary in order to acquire the required property.
Financial Impact:The necessary costs will be covered under the project budget.
Alternatives:Deny condemnation.
Recommendation:Approve condemnation.
Funds are Available in
the Following
Accounts:
FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNT:_______
G/L 507043410-5212115 J/L 88880068-522115
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Attachment number 1Page 1 of 1
Engineering Services Committee Meeting
3/8/2010 1:00 PM
Discussion of Solid Waste Collection Services Contract for 2011
Department:Solid Waste
Caption:Discussion of Solid Waste Collection Services for 2011.
Background:The Augusta Solid Waste Collection Contract expires at the end of
2010. The contract has been in place since 2005 and provides for trash
collection services for the majority of Richmond County. The current
service level includes twice per week trash service and once per week
recycling, yard waste, and bulky item pickup. The service includes one 96-
gallon trash cart and one recycle cart
Analysis:Moving forward toward the close of the current collection contract, by early
2010 discussions on certain key points need to be held. These include but
are not limited to the level of service, pay as you throw, service areas, and
the fee system. Addressing the items above and having these discussions
now will allow the solid waste department and the commission the time
necessary to carefully consider each decision and the impact to the
residents/customers.
Financial Impact:none.
Alternatives:1. Discuss the services and move forward with the process. 2. Table the
discussion and push the process at a later time.
Recommendation:alternative 1.
Funds are Available in
the Following
Accounts:
discussion only. no funds needed.
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Solid Waste Disposal Contract
Decisions For 2011
Attachment number 1Page 1 of 13
Issue(s)
• Service levels exceed the needs of most
citizens in the area.
•Service levels do not support an effective
3/4/2010 2
•Service levels do not support an effective
recycling/backyard composting program.
• Does not offer flexibility to small use
customers.
Attachment number 1Page 2 of 13
Service Levels
Current Service Level
• Twice weekly garbage
• Once per week recycling
•Once per week yard waste
Proposed Service
• Once per week garbage
• Once per week recycling
•Once per week yard waste •Once per week yard waste
• Once per week bulk waste
•Once per week yard waste
(refined limits)
• Call in bulk waste (refined
limits)
3/4/2010 3
Attachment number 1Page 3 of 13
Refined Limits Recommendation
Yard Waste
• Eliminate large piles from
collection.
• Citizen must bag or
containerize all material for
Bulk Waste
• Bulk waste would become a call
in service.
• Consider limiting bulk waste to
one call in per month, per parcel.
containerize all material for
collection.
• We would establish a limit
on bags and containers.
• Consider a cart system for
yard waste.
one call in per month, per parcel.
• Tires – eliminate tires from the
collection program, and offer a
tire recycling program at the
landfill.
• Internalize the bulk waste
collections.
3/4/2010 4
Attachment number 1Page 4 of 13
Issue(s)
• Customers have a variety of trash volume
needs where one standard program will not
fit every household.
3/4/2010 5
fit every household.
• No incentive for customers to
recycle/backyard compost.
• No financial incentive to use less service.
Attachment number 1Page 5 of 13
Pay as you throw
Garbage
• Offer a 35 gallon cart for a
discount.
• Offer additional 95 gallon cart(s)
for a premium.
Yard Waste
• All yard waste must be in kraft
bags, or containerized, eliminating
bulk yard waste collections.
•Offer a reduced cost, backyard for a premium.•Offer a reduced cost, backyard
composter program.
3/4/2010 6
Attachment number 1Page 6 of 13
Issue(s)
• Since consolidation, we have not offered
services to all citizens.
•In the last contract, we added some service
3/4/2010 7
•In the last contract, we added some service
areas. We intended to go to the Hephzibah
and Blythe City Limits but did not get the
boundaries correct.
Attachment number 1Page 7 of 13
Service Area Options
• Leave the service area the same.
• Include all areas up to the Hephzibah and Blythe city
limits.
•Include the entire county, excluding Hephzibah and •Include the entire county, excluding Hephzibah and
Blythe.
• Include the entire county.
• Recommend servicing all areas up to Hephzibah and
Blythe and make our services available to Hephzibah and
Blythe if they want to participate.
3/4/2010 8
Attachment number 1Page 8 of 13
Contractor Areas
Current Contractor Areas
• There are 3 contractor areas.
• These areas are fragmented
areas that intermingle with
each other.
Options for Contractor Areas
• Have 2 or 3 contractor
areas.
• Make all contractor areas
contiguous, separated by a each other.contiguous, separated by a
major roadway, body of
water or other natural
divide.
3/4/2010 9
Attachment number 1Page 9 of 13
Fees
Issue
• Augusta is inconsistent in
how it charges for solid
waste services.
•¼ of our customers are
Recommendation
• Charge all customers in the
same manner.
• Charge vacant lots, vacant
houses, and unimproved •¼ of our customers are
charged millage plus fees,
and ¾ of our customers are
charged all fees.
houses, and unimproved
property, a reduced fee.
• Any request for refunds
must be made by December
31st of each year.
3/4/2010 10
Attachment number 1Page 10 of 13
Residential Exemptions
Current Exemptions
• When both water and power
are disconnected.
• Home is in excess of 300
feet from the right of way.
Proposed
• Power bill/usage is below a
determined monthly amount
to allow for home sales,
security and renovation. feet from the right of way.security and renovation.
• Home is in excess of 300
feet from the right of way.
3/4/2010 11
Attachment number 1Page 11 of 13
CNG
Concept
• The landfill can produce
Compressed Natural Gas (CNG)
to fuel trash trucks and other
assets.
Benefits of CNG
• CNG vehicles produce up to 29% less
greenhouse gas emissions than
comparable gasoline vehicles and up
to 22% less than comparable diesel
vehicles.assets.
• The landfill would charge the
collection contractors at a
predetermined contract rate.
• Contractor would supply trucks
that could run on CNG for
contract period.
vehicles.
• About 98% of the natural gas we use
comes from right here in North
America. Conversely, 70% of the oil
we use is imported.
3/4/2010 12
Attachment number 1Page 12 of 13
CNG
Contract Recommendations
• Extend the contract term to
a period that matches the
useful life of the CNG
vehicles.vehicles.
3/4/2010 13
Attachment number 1Page 13 of 13
Engineering Services Committee Meeting
3/8/2010 1:00 PM
Downtown Traffic Signal and Streetlight Upgrade - A
Department:Abie L. Ladson, PE, CPESC, Director, Engineering Department
Caption:Approve Capital Project Budget Change Number Three (324-041110-
201824110) and Supplemental Agreement Three with URS Corporation in
the amount of $65,000.00 to provide Georgia Department of Transportation
coordination for project letting for the Broad Street portion of the downtown
traffic signal and streetlight upgrade project. Funds are available in the
project contingency account for the Engineering Department.
Background:This was originally a SPLOST IV project to upgrade the traffic signals and
streetlights along Broad Street. In recent months, this project has been
approved to receive $2.9 million in funds from the American Recovery and
Reinvestment Act (ARRA) (a.k.a., “Stimulus”), which triggered additional
environmental, design, reporting, and inspection criteria.
Analysis:These funds are being requested to supplement the URS contract to cover
utility coordination, design revisions, as well as to provide coordination with
GDOT and the contractor during construction.
Financial Impact:URS has proposed a total cost of $65,000.00 and funds are available in the
project contingency account to be transferred to the project engineering
account.
Alternatives:1. Approve Capital Project Budget Change Number Three (324-041110-
201824110) and Supplemental Agreement Three with URS Corporation in
the amount of $65,000.00 to provide Georgia Department of Transportation
coordination for project letting for the Broad Street portion of the downtown
traffic signal and streetlight upgrade project. Funds are available in the
project contingency account for the Engineering Department. 2. Do not
approve the request.
Recommendation:Approve Alternative Number One.
Funds are Available in
the Following
Accounts:
FUNDS ARE AVAILABLE IN THE FOLLOWING ACCOUNTS: 324-
041110-6011110/201824110-6011110
REVIEWED AND APPROVED BY:Cover Memo
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby adopted:
Section 1: The project is authorized to CPB# 324-041110-201824110/SA#3. This project is necessary to
address additional Engineering Services to supplement the URS contract to cover utility
coordination with GDOT and the contractor during said construction. Funding will
come from Downtown Traffic Signal & Street Light Upgrade (A) SPLOST Ph. IV Contingency
Account Project Funds in the amount of $65,000.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Special 1% Sales Tax, Phase IV 300,000$
Special 1% Sales Tax, Phase IV 2,023,000$
2,323,000$
Section 3: The following amounts are appropriated for the project:
By Basin By District
Varies 2,323,000$ 2nd 2,323,000$
CPB# 324-041110-201824110
CAPITAL PROJECT BUDGET
DOWNTOWN TRAFFIC SIGNAL & STREET LIGHT UPGRADE (A)
CHANGE NUMBER THREE
Please do not process this document. Please do not process this document. Please do not process this document. Please do not process this document.
Once approved by the Commission the Once approved by the Commission the Once approved by the Commission the Once approved by the Commission the
original will be sent to the Clerk of original will be sent to the Clerk of original will be sent to the Clerk of original will be sent to the Clerk of
Commission for execution. For Commission for execution. For Commission for execution. For Commission for execution. For
information reference this request information reference this request information reference this request information reference this request
contact engineering at ext 5070. contact engineering at ext 5070. contact engineering at ext 5070. contact engineering at ext 5070.
Thanks Thanks Thanks Thanks
Section 4: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
Honorable Deke Copenhaver , Mayor
Please do not process this document. Please do not process this document. Please do not process this document. Please do not process this document.
Once approved by the Commission the Once approved by the Commission the Once approved by the Commission the Once approved by the Commission the
original will be sent to the Clerk of original will be sent to the Clerk of original will be sent to the Clerk of original will be sent to the Clerk of
Commission for execution. For Commission for execution. For Commission for execution. For Commission for execution. For
information reference this request information reference this request information reference this request information reference this request
contact engineering at ext 5070. contact engineering at ext 5070. contact engineering at ext 5070. contact engineering at ext 5070.
Thanks Thanks Thanks Thanks
1 of 2 2.19.09
Attachment number 1Page 1 of 2
Augusta-Richmond County, Georgia CPB# 324-041110-201824110
CAPITAL PROJECT BUDGET
DOWNTOWN TRAFFIC SIGNAL & STREET LIGHT UPGRADE (A)
CHANGE NUMBER THREE
Please do not process this document. Please do not process this document. Please do not process this document. Please do not process this document.
Once approved by the Commission the Once approved by the Commission the Once approved by the Commission the Once approved by the Commission the
original will be sent to the Clerk of original will be sent to the Clerk of original will be sent to the Clerk of original will be sent to the Clerk of
Commission for execution. For Commission for execution. For Commission for execution. For Commission for execution. For
information reference this request information reference this request information reference this request information reference this request
contact engineering at ext 5070. contact engineering at ext 5070. contact engineering at ext 5070. contact engineering at ext 5070.
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB CHANGE CPB
SPECIAL 1% SALES TAX, PHASE IV
324-04-1110-6011110-201824110 $2,323,000 $0 $2,323,000
TOTAL SOURCES:$2,323,000 $0 $2,323,000
USE OF FUNDS
ENGINEERING
324-04-1110-5212115-201824110 $898,003 $65,000 $963,003
CONTINGENCY
324-041110-6011110-201824110 $1,422,997 ($65,000) $1,357,997
ADVERTISMENTADVERTISMENT
324-041110-5233119-201824110 $2,000 $0 $2,000
TOTAL USES: $2,323,000 $0 $2,323,000
2 of 2 2.19.09
Attachment number 1Page 2 of 2
(SA03 – For changes more than $20,000)
AUGUSTA-RICHMOND COUNTY
ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
Project No. 324-041110-201824110
SUPPLEMENTAL AGREEMENT NO.3
P85641
WHEREAS, We, URS Corporation , entered into a contract with Augusta-Richmond County on “March 18,
2003”, for engineering design services associated with the “Downtown Traffic Signal & Street Light Upgrade A
Project”, Project No. 324-041110-201824110, File Reference No. 10-014 (A), and
WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the
scope of the original contract, we desire to submit the following Supplemental Agreement to-wit:
Additional Engineering services are needed to supplement the URS contract to
cover utility coordination, design revisions, as well as to provide coordination
with GDOT and the contractor during said construction.
It is agreed that as a result of the above described modification the contract amount is increased by
$65,000.00 from $717,402.58 to a new total of $782,402.58.
Any modifications to submittal dates shall be as identified in the attached proposal.
This agreement in no way modifies or changes the original contract of which it becomes a part, except as
specifically stated herein.
NOW, THEREFORE, We, URS Corporation, hereby agree to said Supplemental Agreement consisting of the
above mentioned items and prices, and agree that this Supplemental Agreement is hereby made a part of the
original contract to be performed under the specifications thereof, and that the original contract is in full force
and effect, except insofar as it might be modified by this Supplemental Agreement.
This day of , 2010.
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY
AUGUSTA, GEORGIA
Honorable Deke Copenhaver, Mayor
Approved: Date Approved: Date
[ATTACHED CORPORATE SEAL]
ATTEST:
Title:
Please do not process this document. Once approved by the Please do not process this document. Once approved by the Please do not process this document. Once approved by the Please do not process this document. Once approved by the
Commission the original will be sent to the Clerk of Commission Commission the original will be sent to the Clerk of Commission Commission the original will be sent to the Clerk of Commission Commission the original will be sent to the Clerk of Commission
for execution. For information reference this request contact for execution. For information reference this request contact for execution. For information reference this request contact for execution. For information reference this request contact
engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks engineering at ext 5070. Thanks
Attachment number 2Page 1 of 1
Attachment number 3Page 1 of 2
Attachment number 3Page 2 of 2
Engineering Services Committee Meeting
3/8/2010 1:00 PM
Option for Right of Way
Department:Law
Caption:Motion to approve an Option for the purposes of acquiring a Right-of-Way
between Lola L. Clark, as owner, and Augusta, Georgia, as optionee, in
connection with the Marvin Griffin Road Improvement Project, (1,951 sq.
ft.) in fee and (N/A sq. ft.) of permanent easement, more or less; and (1,972
sq. ft.) of temporary construction easement from property located at 1611
Marvin Griffin Road, private, at the purchase price of $1,500.00.
Background:The property owner has agreed to convey a certain right-of-way and
easement to Augusta, Georgia, for the Marvin Griffin Road Improvement
Project.
Analysis:The purchase of the referenced property is necessary for the project.
Financial Impact:The costs necessary for this purchase will be covered under the project
budget.
Alternatives:Deny the Motion
Recommendation:Approve the Motion
Funds are Available in
the Following
Accounts:
323041110-5411120 296823215-5411120
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Attachment number 1Page 1 of 2
Attachment number 1Page 2 of 2
Engineering Services Committee Meeting
3/8/2010 1:00 PM
Paving Various Roads, Phase Ix – Contract 2, Lamar Road (09-196)
Department:Abie L. Ladson, PE, CPESC, Director of Engineering
Caption:Approve CPB and award of Construction Contract to Blair Construction,
Inc. in the amount of $169,846.38 for the Paving Various Roads, Phase IX –
Contract 2, Lamar Road Project, subject to receipt of signed contracts and
proper bonds as requested by AED. Funding is available in the project
account.
Background:Lamar Road is one of several dirt roads that have been approved for paving
in Paving Various Roads, Phase IX. This project will consist of improving
limited drainage and paving Lamar Road from the existing dirt roads. The
contract time is 120 calendar days.
Analysis:Bids were received on January 21, 2010 with Blair Construction, Inc., being
the low bidder. The bid results are as follow: CONTRACTORS BID 1. Blair
Construction, Inc. $169,846.38 2. Reeves Construction Company, Inc.
$169,881.00 3. Beam’s Contracting $176,638.20 4. Tran Construction
$177,095.45 5. Mabus Brothers Construction Co., Inc. $185,794.80 6.
TrakSouth Civil Contractors, LLC $219,914.01 It is the Engineering
Department recommendation to award this project to the low bidder, Blair
Construction, Inc. Subject to receipt of signed contract and proper bonds.
Financial Impact:Funds are available in the Paving Various Roads, Phase IX Engineering
Account to be transferred to the construction account.
Alternatives:1) Approve CPB and award of Construction Contract to Blair Construction,
Inc. in the amount of $169,846.38 for the Paving Various Roads, Phase IX –
Contract 2, Lamar Road Project, subject to receipt of signed contracts and
proper bonds as requested by AED. Funding is available in the project
account 2) Do not approve project.
Recommendation:Approve Alternative Number One.
Funds are Available in
the Following
Accounts:
324-041110-208824001/5414110-208824001
REVIEWED AND APPROVED BY:Cover Memo
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
AUGUSTA-RICHMOND COUNTY, GEORGIA CAPITAL PROJECT BUDGET
PAVING VARIOUS RDS, PHASE IX
CONTRACT - 2
CPB#324-04-000000000
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby adopted:
Section 1: This project is authorized CPB# 324-04-208824001. This project consist of
improving limited drainage and paving Lamar Road from the existing dirt
roads. Funding for this project is available in the Paving Various Roads
Ph. IX account.
Section 2: The following revenues are available to the Consolidated Government
to complete the project.
Special 1% Sales Tax, Phase IV 169,847$
Section 3: The following amounts are appropriated for the project:
By Basin By District
Varies $169,847 Varies $169,847
Section 4: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
______________________________________
Deke Copenhaver, Mayor
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
Please do not process this item ~ once approved by Commission the original will be forwarded to Clerk of Commission for
execution. Questions please call ext 5070.
1 of 2
Attachment number 1Page 1 of 2
AUGUSTA-RICHMOND COUNTY, GEORGIA CAPITAL PROJECT BUDGET
PAVING VARIOUS RDS, PHASE IX
CONTRACT - 2
CPB#324-04-000000000
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB CHANGE CPB
SPECIAL 1% SALES TAX, PHASE IV
324-04-1110-208824001 ($1,000,000) $0 ($1,000,000)
TOTAL SOURCES: ($1,000,000) $0 ($1,000,000)
USE OF FUNDS
ENGINEERING
324-04-1110-5212115-000000000 $340,163 ($169,847)$170,316
RIGHT OF WAY
324-04-1110-5411120-000000000 $500,000 $0 $500,000
ROADS
324-04-1110-5414110-000000000 $0 $169,847 $169,847
Contract - 1 ($159,837)159837 0 159837
TOTAL USES: $1,000,000 $0 $1,000,000
2 of 2
Attachment number 1Page 2 of 2
WINDSOR SPRING ROAD EXTENSION
UNIT
ITEM NO.DESCRIPTION UNIT QTY PRICE AMOUNT
150-1000 TRAFFIC CONTROL LS 1
150-XXXX RAILROAD FLAGGER LS 1
163-2051
CONSTRUCT, MAINTAIN, AND REMOVE
BALED STRAW EROSION CHECK LF 100
171-0010 TEMPORARY SILT FENCE (TYPE "A") LF 3030
228-1000 GRADING MODIFIED, INCL. HAUL MI 0.16
230-1000 LUMP SUM CONSTRUCTION LS 1
310-1101 GR AGGR BASE CRS, INCL MATL TN 900
318-3000 AGGREGATE SURFACE COURSE TN 100
402-1812
ASPH CONC LEVELING, INCL BITUM
MATL & H LIME TN 200
402-3121
RECYCLED ASPH CONC 25 MM
SUPERPAVE, GP1 OR GP 2 ONLY, INCL
BITUM MATL/ H LIME TN 625
402-3130
RECYCLED ASPH CONC 12.5 MM
SUPERPAVE, GP 2 ONLY, INCL BITUM
MATL/ H LIME TN 425
413-1000 BITUM TACK COAT GAL 300
441-0016 DRIVEWAY CONCRETE, 6 IN THICK SY 300
441-0104 CONC SIDEWALK, 4 IN SY 800
441-4020 CONC VALLEY GUTTER, 6 IN SY 240
441-6022 CONC CURB & GUTTER, 6 IN X 30 IN, TP2 LF 2750
500-3200 CLASS "B" CONCRETE CY 30
500-3200 CLASS "B" CONCRETE (MISCELLANEOUS)CY 10
550-1080 STORM DRAIN PIPE, 8 IN, H= 1-10 LF 200
550-1120 STORM DRAIN PIPE, 12 IN, H= 1-10 LF 200
550-1150 STORM DRAIN PIPE, 15 IN, H= 1-10 LF 200
550-1180 STORM DRAIN PIPE, 8 IN, H= 1-10 LF 1000
610-0200 REM CH LK FENCE, ALL SIZES & TYPES LF 743
P-9
Attachment number 2Page 1 of 8
WINDSOR SPRING ROAD EXTENSION
UNIT
ITEM NO.DESCRIPTION UNIT QTY PRICE AMOUNT
610-0220 REM WOOD FENCE LF 565
611-4001 RECONSTRUCT MINOR DRAINAGE STRUCTUREEA 1
611-5029 RESET CH LK FENCE, ALL SIZES & TYPESLF 743
611-5030 RESET WOOD FENCE LF 585
611-8050 ADJUST MANHOLE TO GRADE EA 3
611-8055 ADJUST MINOR STRUCTURE TO GRADE EA 3
611-8120 ADJUST WATER METER TO GRADE EA 1
611-8140 ADJUST WATER VALVE BOX TO GRADE EA 3
611-9000 CAPPING MINOR STRUCTURE EA 1
636-1020
HIGHWAY SIGNS, TP1 MATL., REFL
SHEETING, TP 3 SF 14
636-1031
HIGHWAY SIGNS, TP1 MATL., REFL
SHEETING, TP 6 SF 53
636-1032
HIGHWAY SIGNS, TP2 MATL., REFL
SHEETING, TP6 SF 9
636-2010 GALV STEEL POSTS, TP1 LF 200
653-0100
THERMOPLASTIC PVMT MARKING,
RR/HWY CROSSING SIGNAL EA 2
653-0120
THERMOPLASTIC PVMT MARKING,
ARROW, TP2 EA 4
653-1501
THERMOPLASTIC SOLID TRAF STRIPE, 5
IN, WHITE LF 140
653-1502
THERMOPLASTIC SOLID TRAF STRIPE, 5
IN, YELLOW LF 2400
653-1704
THERMOPLASTIC SOLID TRAF STRIPE,
24 IN, WHITE LF 200
653-1804
THERMOPLASTIC SOLID TRAF STRIPE, 8
IN, WHITE LF 250
654-1001 RAISED PAVEMENT MARKERS, TP1 EA 40
654-1003 RAISED PAVEMENT MARKERS, TP3 EA 4
668-1100 CATCH BASIN, GP1 LF 5
666-1110 CATCH BASIN, GP1, ADDL DEPTH LF 1
P-9
Attachment number 2Page 2 of 8
WINDSOR SPRING ROAD EXTENSION
UNIT
ITEM NO.DESCRIPTION UNIT QTY PRICE AMOUNT
668-2200 DROP INLET, GP2 EA 1
668-2210 DROP INLET, GP2, ADDL DEPTH LF 7
668-4300 STORM SEWER MANHOLE, TP1 EA 2
668-7015 DRAIN INLET, 15 IN EA 11
670-1061 WATER MAIN, OFFSET, 6" COMPLETE EA 680
670-1161 WATER MAIN, OFFSET, 16" COMPLETE EA 120
670-1181 WATER MAIN, OFFSET, 18" COMPLETE EA 300
670-9710 RELOCATE EXIST FIRE HYDRANT EA 2
670-9720 RELOCATE EXIST WATER VALVE, INCL BOXEA 2
700-5000 GRASSING, COMPLETE (1.5 AC.) LS 1
PROJECT COST
P-9
Attachment number 2Page 3 of 8
BI
D
R
E
S
U
L
T
S
S
U
M
M
A
R
Y
PA
V
I
N
G
V
A
R
I
O
U
S
R
D
,
P
H
9
C
O
N
T
R
A
C
T
1
-
L
A
M
A
R
R
O
A
D
IT
E
M
N
O
.
DE
S
C
R
I
P
T
I
O
N
UN
I
T
Q
T
Y
UN
I
T
P
R
I
C
E
TO
T
A
L
U
N
I
T
P
R
I
C
E
T
O
T
A
L
U
N
I
T
P
R
I
C
E
T
O
T
A
L
U
N
I
T
P
R
I
C
E
T
O
T
A
L
U
N
I
T
P
R
I
C
E
T
O
T
A
L
UN
I
T
P
R
I
C
E
TO
T
A
L
U
N
I
T
T
O
T
A
L
UN
I
T
P
R
I
C
E
TO
T
A
L
00
1
-
1
0
0
0
F
o
r
c
e
A
c
c
o
u
n
t
L
S
1
$0
.
0
0
$
1
8
,
0
0
0
.
0
0
$
1
8
,
0
0
0
.
0
0
$
1
8
,
0
0
0
.
0
0
$
1
8
,
0
0
0
.
0
0
$
1
8
,
0
0
0
.
0
0
$
1
8
,
0
0
0
.
0
0
$
1
8
,
0
0
0
.
0
0
$
1
8
,
0
0
0
.
0
0
$
1
8
,
0
0
0
.
0
0
$
1
8
,
0
0
0
.
0
0
$
-
$
1
8
,
0
0
0
.
0
0
$
1
8
,
0
0
0
.
0
0
15
0
-
1
0
0
0
Tr
a
f
f
i
c
C
o
n
t
r
o
l
LS
1
$
0
.
0
0
$
1
3
,
2
0
0
.
0
0
$
1
3
,
2
0
0
.
0
0
$
3
,
5
0
0
.
0
0
$
3
,
5
0
0
.
0
0
$
1
,
0
8
5
.
0
0
$
1
,
0
8
5
.
0
0
$
6
,
6
8
3
.
0
0
$
6
,
6
8
3
.
0
0
$
2
,
0
1
9
.
7
5
$
2
,0
1
9
.
7
5
$
-
$
5
,
4
0
0
.
0
0
$
5
,
4
0
0
.
0
0
16
3
-
0
2
3
2
Te
m
p
o
r
a
r
y
G
r
a
s
s
i
n
g
AC
1
$
0
.
0
0
$
7
0
0
.
0
0
$
7
0
0
.
0
0
$
6
0
0
.
0
0
$
6
0
0
.
0
0
$
7
0
5
.
2
5
$
7
0
5
.
2
5
$
9
3
6
.
0
0
$
9
3
6
.
0
0
$
1
,
7
9
4
.
7
5
$
1
,
7
9
4
.
7
5
$
-
$
9
1
2
.
6
0
$
9
1
2
.
6
0
16
3
-
0
2
4
0
Mu
l
c
h
/
U
s
e
M
a
t
t
i
n
g
TN
1
.
5
$
0
.
0
0
$
2
0
0
.
0
0
$
3
0
0
.
0
0
$
8
,
3
9
0
.
0
0
$
1
2
,
5
8
5
.
0
0
$
2
7
1
.
2
5
$
4
0
6
.
8
8
$
2
5
4
.
8
0
$
3
8
2
.
2
0
$
9
7
.
4
6
$
1
4
6
.
1
9
$
-
$
8
,
1
0
0
.
0
0
$
1
2
,
1
5
0
.
0
0
16
3
-
0
3
0
0
Co
n
s
t
r
u
c
t
i
o
n
E
x
i
t
EA
2
$
0
.
0
0
$
1
,
2
0
0
.
0
0
$
2
,
4
0
0
.
0
0
$
1
,
0
0
0
.
0
0
$
2
,
0
0
0
.
0
0
$
8
5
0
.
0
0
$
1
,
7
0
0
.
0
0
$
1
,
0
4
7
.
7
0
$
2
,
0
9
5
.
4
0
$
1
,
5
2
9
.
9
9
$
3
,
0
5
9
.
9
8
$
-
$
1
,
2
9
6
.
0
0
$
2
,
5
9
2
.
0
0
16
5
-
0
0
3
0
Ma
i
n
t
,
o
f
T
e
m
p
.
S
i
l
t
F
e
n
c
e
,
T
P
C
LF
4
,
4
0
0
$
0
.
0
0
$
0
.
3
0
$
1
,
3
2
0
.
0
0
$
1
.
0
0
$
4
,
4
0
0
.
0
0
$
0
.
4
3
$
1
,
8
9
2
.
0
0
$
0
.
8
0
$
3
,
5
2
0
.
0
0
$
1
.3
5
$
5
,
9
4
0
.
0
0
$
-
$
0
.
3
2
$
1
,
4
0
8
.
0
0
17
1
-
0
0
3
0
Te
m
p
.
S
i
l
t
F
e
n
c
e
,
T
P
C
LF
4
,
4
0
0
$
0
.
0
0
$
3
.
0
0
$
1
3
,
2
0
0
.
0
0
$
2
.
7
5
$
1
2
,
1
0
0
.
0
0
$
3
.
2
5
$
1
4
,
3
0
0
.
0
0
$
2
.
6
0
$
1
1
,
4
4
0
.
0
0
$
3
.
3
9
$
1
4
,
9
1
6
.
0
0
$
-
$
1
.
6
2
$
7
,
1
2
8
.
0
0
20
1
-
1
5
0
0
Cl
e
a
r
i
n
g
a
n
d
G
r
u
b
b
i
n
g
LS
1
$
0
.
0
0
$
1
0
,
4
5
0
.
0
0
$
1
0
,
4
5
0
.
0
0
$
5
,
0
0
0
.
0
0
$
5
,
0
0
0
.
0
0
$
1
2
,
4
0
5
.
0
0
$
1
2
,
4
0
5
.
0
0
$
9
,
3
4
1
.
0
0
$
9
,
3
4
1
.
0
0
$
8
,
0
7
6
.
0
0
$
8
,
0
76
.
0
0
$
-
$
2
7
,
0
0
0
.
0
0
$
2
7
,
0
0
0
.
0
0
21
0
-
0
1
0
0
Gr
a
d
i
n
g
C
o
m
p
l
e
t
e
LS
1
$
0
.
0
0
$
1
3
,
0
3
0
.
0
0
$
1
3
,
0
3
0
.
0
0
$
3
5
,
1
9
0
.
0
0
$
3
5
,
1
9
0
.
0
0
$
2
9
,
7
8
3
.
2
5
$
2
9
,
7
8
3
.
2
5
$
3
8
,
2
2
1
.
6
0
$
3
8
,
2
2
1
.
6
0
$
5
8
,
9
1
7
.
4
9
$
5
8
,
9
1
7
.
4
9
$
-
$
3
,
5
3
1
.
6
0
$
3
,
5
3
1
.
6
0
31
0
-
5
0
8
0
Gr
A
g
g
r
.
B
a
s
e
S
r
s
,
6
I
n
c
h
,
I
n
c
l
.
M
a
t
l
.
SY
5
,
8
7
0
$
0
.
0
0
$
8
.
1
5
$
4
7
,
8
4
0
.
5
0
$
7
.
3
1
$
4
2
,
9
0
9
.
7
0
$
7
.
0
1
$
4
1
,
1
4
8
.
7
0
$
6
.
4
5
$
3
7
,
8
6
1
.
5
0
$
7
.
6
5
$
4
4
,
9
0
5
.
5
0
$
-
$
8
.
8
3
$
5
1
,
8
3
2
.
1
0
40
2
-
3
1
3
0
Re
c
y
c
l
e
d
A
s
p
h
.
C
o
n
c
.
1
2
.
5
M
M
S
u
p
e
r
p
a
v
e
SY
5
,
8
7
0
$
0
.
0
0
$
8
.
1
5
$
4
7
,
8
4
0
.
5
0
$
8
.
2
3
$
4
8
,
3
1
0
.
1
0
$
7
.
9
9
$
4
6
,
9
0
1
.
3
0
$
7
.
7
5
$
4
5
,
4
9
2
.
5
0
$
1
0
.
2
8
$
6
0
,
3
4
3
.
6
0
$
-
$
7
.
7
8
$
4
5
,
6
6
8
.
6
0
70
0
-
6
9
1
0
Pe
r
m
a
n
e
n
t
G
r
a
s
s
i
n
g
AC
1
$
0
.
0
0
$
1
,
6
0
0
.
0
0
$
1
,
6
0
0
.
0
0
$
1
,
2
0
0
.
0
0
$
1
,
2
0
0
.
0
0
$
1
,
5
1
9
.
0
0
$
1
,
5
1
9
.
0
0
$
2
,
6
6
5
.
0
0
$
2
,
6
6
5
.
0
0
$
1
,
7
9
4
.
7
5
$
1
,
7
9
4
.
7
5
$
-
$
1
,
4
5
2
.
6
0
$
1
,
4
5
2
.
6
0
$0
.
0
0
Re
e
v
e
s
Co
n
s
t
r
u
c
t
i
o
n
To
t
a
l
$1
6
9
,
8
8
1
.
0
0
Ma
b
u
s
B
r
o
s
Co
n
s
t
r
u
c
t
i
o
n
To
t
a
l
$
1
8
5
,
7
9
4
.
8
0
Bla
i
r
Co
n
s
t
r
u
c
t
i
o
n
To
t
a
l
$1
6
9
,
8
4
6
.
3
8
BE
A
M
S
CO
N
T
R
A
C
T
I
N
G
$
1
7
6
,
6
3
8
.
2
0
Tr
a
k
S
o
u
t
h
$
2
1
9
,
9
1
4
.
0
1
Co
n
s
t
r
u
c
t
i
o
n
Pe
r
f
e
c
t
e
d
,
I
n
c
$
-
Tr
a
n
Co
n
s
t
r
u
c
t
i
o
n
$
1
7
7
,
0
7
5
.
5
0
RE
E
V
E
S
CO
N
S
T
R
U
C
T
I
O
N
CO
M
P
A
N
Y
MA
B
U
S
B
R
O
T
H
E
R
S
CO
N
S
T
R
U
C
T
I
O
N
CO
M
P
A
N
Y
TR
A
K
S
O
U
T
H
TR
A
N
C
O
N
S
T
R
U
C
T
I
O
N
BI
D
D
E
R
'
S
T
A
B
U
L
A
T
I
O
N
S
EN
G
I
N
E
E
R
I
N
G
BL
A
I
R
C
O
N
S
T
R
U
C
T
I
O
N
,
IN
C
B
E
A
M
S
C
O
N
T
R
A
C
T
I
N
G
CO
N
T
R
U
C
T
I
O
N
PE
R
F
E
C
T
E
D
I
N
C
.
4 o
f
8
Re
v
:
3
/
4
/
2
0
1
0
Attachment number 2Page 4 of 8
WARREN ROAD IMPROVEMENTS
Project Number: 324-04-296823314
ITEM NO.DESCRIPTION UNIT QTY UNIT PRICE TOTAL
150-XXXX OFF DUTY POLICE OFFICER HR
150-1000 TRAFFIC CONTROL LS
171-0010 TEMPORARY SILT FENCE, TP A LF
171-0030 TEMPORARY SILT FENCE, TP C LF
207-0203 FOUNDATION, BACKFILL MATERIAL, TP2 CY
210-0200 GRADING MODIFIED INCLUDING HAULING LM
230-1000 LUMP SUM CONSTRUCTION LS
310-5060
GRADED AGGREGATE BASE COURSE,
INCLUDING MATERIAL 6 IN. THICK TN
402-0111
RECYCLED ASPHALT CONCRETE 19 MM
SUPERPAVE, GP 1 OR 2 TN
402-1812
RECYCLED ASPHALT CONCRETE
LEVELING INCLUDING BITUMINOUS
MATERIAL TN
402-3131
RECYCLED ASPHALT CONCRETE, 9.5 MM,
SUPERPAVE, GP2 ONLY INCLUDING
BITUM MATERIAL & H LIME TN
402-3141
RECYCLED ASPHALT CONCRETE, 9.5 MM,
SUPERPAVE GP2, ONLY TN
402-3250
RECYCLED ASPHALT CONCRETE, 25 MM,
SUPERPAVE, GP1 OR GP2 INCLUDING
BITUM MATERIAL & H LIME TN
413-1000 BITUM TACK COAT GAL
*432-5010
MILL ASPHALTIC CONCRETE PAVEMENT,
VARIABLE DEPTH SY
441-0014 DRIVEWAY CONCRETE, 6 IN. SY
441-0016 DRIVEWAY CONCRETE, 6 IN. SY
441-0104 CONCRETE SIDEWALK, 4 IN. SY
441-0300 CONCRETE FLUME, TP A EA
441-5002 CONCRETE HEADER CURB, 6 IN. TP2 LF
441-6022
CONCRETE CURB & GUTTER, 6 IN. X 30
IN., TP2 LF
500-3201 CLASS B CONCRETE, RETAINING WALL LF
500-3800
CLASS A CONCRETE, INCLUDING
REINFORCING STEEL CY
BID TABULATIONS Engineer's List
Attachment number 2Page 5 of 8
WARREN ROAD IMPROVEMENTS
Project Number: 324-04-296823314
ITEM NO.DESCRIPTION UNIT QTY UNIT PRICE TOTAL
BID TABULATIONS Engineer's List
500-9999
CLASS B CONCRETE, BASE OR
PAVEMENT WIDENING CY
550-1150 STORM DRAIN PIPE, 15 IN., H 1-10 LF
550-1180 STORM DRAIN PIPE, 18 IN., H 1-10 LF
550-1240 STORM DRAIN PIPE, 24 IN., H1-10 LF
550-1300 STORM DRAIN PIPE, 30 IN., H 1-10 LF
550-1360 STORM DRAIN PIPE, 36 IN., H1-10 LF
550-1480 STORM DRAIN PIPE, 48 IN., H1-10 LF
550-1600 STORM DRAIN PIPE, 60 IN., H1-10 LF
550-2150 SIDE DRAIN PIPE, 15 IN., H 1-10 LF
550-4215
FLARED END SECTION 15 IN., STORM
DRAIN EA
550-4218
FLARED END SECTION 18 IN., STORM
DRAIN EA
603-2018 STONE DUMPED RIP-RAP, TP1, 18 IN. SY
603-2997 FILTER BLANKET SY
636-1014
HIGHWAY SIGN, TP1 MATERIAL
REFLECTIVE SHEETING, TP1 SF
636-2010 GALVANIZED STEEL POSTS, TP1 LF
*647-1000 TRAFFIC SIGNAL INSTALLATION NO. 1 LS
**647-1000 TRAFFIC SIGNAL INSTALLATION NO. 2 LS
653-0120
THERMO PAVEMENT MARKING, ARROW
TP2 EA
653-0130
THERMO PAVEMENT MARKING, ARROW
TP3 EA
653-1501
THERMO SOLID TRAFFIC STRIPE, 5 IN.,
WHITE LF
653-1502
THERMO SOLID TRAFFIC STRIPE, 5 IN.,
YELLOW LF
653-1704
THERMO SOLID TRAFFIC STRIPE, 24 IN.,
WHITE LF
653-1804
THERMO SOLID TRAFFIC STRIPE, 5 IN.,
WHITE LF
653-3502
THERMO SKIP TRAFFIC STRIPE, 5 IN.,
YELLOW LF
Attachment number 2Page 6 of 8
WARREN ROAD IMPROVEMENTS
Project Number: 324-04-296823314
ITEM NO.DESCRIPTION UNIT QTY UNIT PRICE TOTAL
BID TABULATIONS Engineer's List
668-1100 CATCH BASIN, GP1 EA
668-1200 CATCH BASIN, GP2 EA
668-1210 CATCH BASIN, GP2, ADDITIONAL DEPTH LF
668-2100 DROP INLET, GP1 EA
668-2200 DROP INLET, GP1 EA
668-4300 STORM SEWER MANHOLE, TP1 EA
668-4400 STORM SEWER MANHOLE, TP2 EA
668-4411
STORM SEWER MANHOLE, TP2,
ADDITIONAL DEPTH, CL1 LF
668-5000 JUNCTION BOX EA
668-5005 JUNCTION BOX, SPECIAL DESIGN #1 EA
668-5005A JUNCTION BOX, SPECIAL DESIGN #2 EA
668-5005B JUNCTION BOX, SPECIAL DESIGN #3 EA
668-7015 DRAIN INLET, 15 IN. BOX TYPE EA
700-0200 GRASSING (3 ACRES) LS
ROADWAY SUB-TOTAL
230-1000 LUMP SUM CONSTRUCTION LS
611-8140 ADJUST WATER VALVE BOX TO GRADE EA
660-0006 SANITARY SEWER PIPE, 6", PVC LF
660-0008 SANITARY SEWER PIPE, 8", PVC LF
668-3300 SANITARY SEWER MANHOLE, TP1 EA
668-3311
SANITARY SEWER MANHOLE, TP1,
ADDITIONAL DEPTH, CL1, OVER 6' LF
670-1020 WATER MAIN, 2" LF
670-1100 WATER MAIN, 10" LF
670-2100 GATE VALVE, 10" EA
Attachment number 2Page 7 of 8
WARREN ROAD IMPROVEMENTS
Project Number: 324-04-296823314
ITEM NO.DESCRIPTION UNIT QTY UNIT PRICE TOTAL
BID TABULATIONS Engineer's List
670-9710 RELOCATE EXISTING FIRE HYDRANT EA
670-9720
RELOCATE EXISTING WATER VALVE,
INCLUDING BOX EA
670-9730
RELOCATE EXISTING METER VALVE,
INCLUDING BOX EA
670-9800
ADJUST EXISTING WATER METER,
INCLUDING BOX EA
670-9906
ADJUST EXISTING WATER LINE, 6"
(HORIZONTAL AND/OR VERTICAL) LF
670-9908
ADJUST EXISTING WATER LINE, 8"
(HORIZONTAL AND/OR VERTICAL) LF
670-9910
ADJUST EXISTING WATER LINE, 10"
(HORIZONTAL AND/OR VERTICAL) LF
UTILITY WORK SUBTOTAL
PROJECT COST $ -
Attachment number 2Page 8 of 8
Invitation To Bid
Sealed bids will be received at this office until 3:00 p.m. Thursday, January 21, 2010 for furnishing:
Bid Item #09-196 Paving Various Roads, Phase IX – Contract 2 Lamar Road
Engineering Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be 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 $50.00.
Documents may be examined during regular business hours at the 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,
December 10, 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 Tuesday, January 5, 2010 @ 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 Thursday, January
7, 2010 by 5:00 p.m.
No Bid may be withdrawn for a period of 90 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 December 10, 17, 24, 31, 2009
Metro Courier December 16, 2009
cc: Tameka Allen Interim Deputy Administrator
Abie Ladson Engineering Department
Hameed Malik Engineering Department
Attachment number 3Page 1 of 1
Vendors: Attachment B Bid Bond
Proposal Form Pages 1 & 2
Total Bid Amount
Beam's Contracting
2335 Atomic Road
Beech Island, SC 29842
YES YES $176,638.20
Blair Construction
P. O. Box 770
Evans, GA 30809
YES YES $169,846.38
Mabus Brothers
920 Molly Pond Rd
Augusta, GA 30901
YES YES $185,794.80
Reeves Construction
P. O. Box 1129
Augusta, GA 30903
YES YES $169,881.00
TrakSouth
1190 Interstate Pkwy
Augusta, GA 30907
YES YES $219,914.01
Tran Construction
3855 Red Oak Ct.
Martinez, GA 30907
YES YES $177,095.45
Construction Perfected Inc.
587 Cherry Avenue
North Augusta, SC 29841
Bid Item #09-196
Paving Various Roads, Phase IX - Contract 2 Lamar Road
For the City of Augusta - Engineering Department
Bid Opening Date: Thursday, January 21, 2010 at 3:00 p.m.
Page 1 of 1
Attachment number 4Page 1 of 1
Attachment number 5Page 1 of 2
Attachment number 5Page 2 of 2
Attachment number 6Page 1 of 1
BLAIR CONSTRUCTION
P.O. BOX 770
EVANS, GA 30809
PAYNE CONSTRUCTION COMMERCIAL
805 WINTERVILLE ROAD
ATHENS, GA 30605
MABUS BROS. CONSTRUCTION
920 MOLLY POND ROAD
AUGUSTA, GA 30901
INTERNATIONAL CONSTRUCTION
4205 HARD SCRABBLE ROAD
COLUMBIA, SC 29223
REEVES CONSTRUCTION
P.O. BOX 1129
AUGUSTA, GA 30903
MALPHRUS CONSTRUCTION
30 RED OAKS LANE
RIDGELAND, SC 29936
BEAM’S CONTRACTING
2335 ATOMIC ROAD
BEECH ISLAND, SC 29842
CONSTRUCTION PERFECTED, INC.
587 CHERRY AVENUE
NORTH AUGUSTA, SC 29841
HORIZON CONSTRUCTION
PO BOX 798
EVANS GA 30809
SAVANNAH SITE & HWY CONTRAC
3039 COBHAM ROAD
THOMSON, GA 30824
T. B. BULLDOZING, INC
1579 EDGEFIELD HIGHWAY
AIKEN, SC 29801
JBC CONSTRUCTION
118 N BELAIR ROAD SUITE 1
EVANS GA 30809
AMMAR CONSTRUCTION
P O BOX 1877
EVANS GA 30809
LJ INC
220 STONERIDGE DRIVE SUITE 405
COLUMBIA SC 29210
J&B CONSTRUCTION & SRVC INC
3550 GORDON HIGHWAY
GROVETOWN GA 30813
PAVEWAY OF AUGUSTA
1353 GORDON HIGHWAY
PO BOX 660
AUGUSTA GA 30903
CONTINENTAL CONSTRUCTION
4190 CROSSTOWN COURT
EVANS GA 30809
HARRIS CONSTRUCTION
1736 BARTON CHAPEL ROAD
AUGUSTA GA 30906
Yvonne Gentry
DBE Coordinator
Abie Ladson
Engineering Administration
Hameed Malik
Engineering Administration
09-196
MAILED THUR 12/10/09
Bid Item #09-196
Paving Various Roads, Phase IX –
Contract 2 Lamar Road
For Engineering Department
Bid Due: Thu 1/21/10 @3:00 p.m.
C&H PAVING INC
ATTN CRAIG NORRIS
167 KNOX RIVERS ROAD
THOMSON GA 30824
TRAN CONSTRUCTION
ATTN BOB THATCHER
3855 RED OAK COURT
MARTINEZ GA 30907
Attachment number 7Page 1 of 1
Engineering Services Committee Meeting
3/8/2010 1:00 PM
Temporary Renaming of Seventh Street
Department:Clerk of Commission
Caption:Consider a request from the Augusta Entertainment Complex to temporarily
rename Seventh Street in front of the James Brown Arena for ceremonial
purposes only as Ringling Way on March 18, 2010 with consideration for an
in-kind trade for the cost of producing the sign.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available in
the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Attachment number 1Page 1 of 1