Loading...
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