Sei sulla pagina 1di 136

INVITATION TO SUBMIT

PROPOSAL
REOUEST

R PROPOSALS - RFP N

COUNTY WATER AND

SALE OF CHA

I l4-0122-7
WER SYSTEM
ARY 27 201

NFERENCE

PROPOSALS RECEIVED BY : 5:00 P.M.. MARCH 12.2015

THE COMMISSIONERS OF CHATHAM COUNTY, GEORGIA


ALBERT J. SCOTT, CHAIRMAN

COMMISSIONER HELEN L. STONE

COMMISSIONER JAMES J. HOLMES

COMMISSIONER TONY CENTER

COMMISSIONER PATRICK K. FARRELL

COMMISSIONER YUSEF K. SHABAZZ

COMMISSIONER LORI L. BRADY

COMMISSIONER DEAN KICKLIGHTER

COMMISSIONER PRISCILLA D. THOMAS

R. JONATHAN HART, COUNTY ATTORNEY

CHATHAM COUNTY, GEORGIA

DOCUMENT CHECK LIST


The following documents, when marked, are contained in and made a part of this Package or are
required to be submitted with the qualification proposal. It is the responsibility of the Proposer
to read, complete and sign, where indicated, and return these documents with his/her
qualification proposal. FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION'

GENERAL INFORMATION

PROPOSAL

SCOPE OF SERVICES

LEGAL NOTICE

ATTACHMENTS: A. DRUG-FREE WORKPLACE; B. NONDISCRIMINATION

STATEMENT; C. DISCLOSURE OF RESPONSIBILITY STATEMENT; D. CONTRACTOR


& SUBCONTRACTOR AFFIDAVIT AND AGREEME,NT E. BIDDER'S CERTIFICATION
REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION; F. M/WBE COMPLIANCE REPORT; G. SAVE AFFIDAVIT; H.LOBBYING
AFFIDAVIT.
The undersigned bidder cerlifies that he/she has received the above listed and marked documents
and acknowledges that his/her failure to return each, completed and signed as required, may be
cause for disqualifying his/her bid.

BY:
DATE:

SIGNATURE:

TITLE
COMPANY:
AC KN OWLEDG E REC I EPT

OF

AD DEN DU M (S)

Chatham County has established goals to increase participation of minority and woman
owned businesses. In order to accurately document participation, businesses submitting
bids or proposals are encouraged to report ownership status. A minority or vvoman owned
businesi is defined as a business with 5lo/" or greater minorify or female ownership. Please
check ownership status as applicable:

African-American

Asian America

Native American or Alaskan Indian

Female

Hispanic

CHATHAM COUNTY, GEORGIA


OFFICE OF THB PURCHASING AGENT
1117 EISENHOWER DRIVE, SUITE C
SAVANNAH, GEORGIA 31406
(912) 790-1623

DATE: Februarv

10,2015

RFP NO': 14-0122-7

GENERAL INFORMATION FOR REQUEST FOR QUALIFICATIONS


This is an invitation to submit a proposal to supply Chatham County with services as indicated
herein. Sealed proposals will be received at the Office of the Purchasing Agent, 1l17

EISENHowERDRIVE,SUITEC,SAvANNAH,GEoRGIAupto@
2015. The Purchasing Agent resetves the right to reject any and all proposals and to waive
formalities.

Instructions for preparation and submission of a qualification proposal are contained in the
Request for Proposal package. Please note that specific forms for submission of a proposal are
required. Proposals must be typed or printed in ink.

A pre-proposal conference has been scheduled for 2:00 P.M., FEBRUARY 27. 2015 and will
be held at the Administrative/Legislative Courthous e,124 Bull Street, 3'd Floor Conference
Room, Savannah, Georgia, Chatham Counfy Purchasing & Contracting Department, 1117
Eisenhower Drive, Suite C, Savannah, Georgia, to discuss the specifications and resolve any
questions and/or misunderstanding that may arise.

Any changes to the conditions and specihcations must be in the form of a written addendum to
be valid; therefore, the Purchasing Agent will issue a written addendum to document approved
changes.

Chatham County has an equal opportunity procurement policy. Chatham County seeks to
ensure that all segments of the business community have access to providing services needed by
County programs. The County affirmatively works to encourage utilization of disadvantaged
and minority business enterprises in our procurement activities. The County provides equal
opportunity for all businesses and does not discriminate against any persons or businesses
rgardless of race, color, religion, age, sex, national origin or handicap. The County expects its
contractors to make maximum feasible use of minority businesses and qualified minority
employees. The terms "disadvantaged business", "minority business enterprise", and "minority
person " are more specifically defined and explained in the Chatham County Purchasing
lltance 44{ Procedures Manual, Article VII - Disadvantaged Business Enterprises Program.

All firms requesting to do business with the Chatham County must register on-line

at

http://purchasing.chathamcountv.org. The County's Purchasing Division is interested in


fostering participation by all qualified business persons offering commodities and services. For
additional information please contact Purchasing and Contracting at 912-790-1620.

SECTION I
INSTRUCTIONS TO PROPOSERS
1.1

PURPOSE: The purpose of this document is to provide general and specifc


info.-ution for use in submitting a qualification proposal to supply Chatham County with
services as described herein. All proposals are governed by the Code of Chatham
County, Chapter 4, Article IV, and the laws of the State of Georgia.

1.2

HOW TO PREPARE PROP


A.

ALS: All nronosal s shall he:

Typewritten or completed with pen and ink, signed by the business ownel or
authorized representative, with all erasures or corrections initialed and dated by
the official signing the proposal. ALL SIGNATURE SPACES MUST BE
SIGNED.
Proposers are encouraged to review carefully all provisions and attachments of
this document prior to submission. Each proposal constitutes an offer and may

not be withdrawn except as provided herein.


1.3

HO\il TO SUBMIT PROPOSALS: All proposals shall be:

A.

Submitted in sealed opaque envelopes, plainly marked with the proposal


number and title, date and time for submission, and company name.

B.

Mailed or delivered as follows in suffrcient time to ensute receipt by the


Purchasing Agent on or before the time and date specified above.
a.

Mailing Address: Purchasing Agent, 1117 Eisenhower Drive, suite


C, Savannah, Georgi a 314066.

b.

Hand Delivery: Purchasing Agent, 1117 Eisenhower Drive, Suite C,


Savannah, Georgia.

ROPOSALS N
OPBNED OR CONSIDERED.

7.4

BY

DATE

WILL N

ON: Objections frorn Offerers to this Request for


Proposals and/or these specihcations should be brought to the attention o f the County
Purchasing Agent in the following manner:

HOW TO SI]RMIT AN O

A.

V/hen a pre-proposal conference is scheduled, the Proposer may object in writing


any time prior to or at the pre-proposal conference'

B.

'When

a pre-proposal conference is

not scheduled, the Proposer shall object in

writing not less than five (5) days prior to the Date for submtsston.
C

1.5

The objections contemplated must pertain both to form and substance of the
Request f'or Proposal documents. Failure to object in accordance with the above
procedure will constitute a waiver on the part of the business to protest this
Request for Proposal.

FAILURE TO OFFER:

Proposers should indicate

if they would like to be removed

from the County's vendor list.

1.6

OPOSALS: Proposers or their authorized representatives are


ERRORS IN
expected to fully inform themselves as to the conditions, requirements, and specifications
before submitting proposals. Failure to do so will be at the Proposer's own risk.

I.7

NTRACT
F'OR ACCEPTANCE OF'PROPOSERS FOR
STAND
ATVARD: ThC C ounty reserves the right to reject any or all Proposals and to waive any
irregularities or technicalities in Proposals recei ved whenever such rejection or waiver is
in the best interest of the County. The County reserves the right to reject the Offer of a
Proposer who has previously failed to perform properly or complete on time contracts of
a similar nature, whom investigation shows is not in a position to perform the contract.

1.8

PROPOSER: Whenever the term "Proposer" is used it shall

1.9

WITH LAWS: The Proposer shall obtain and maintain all licenses,
COMPLIAN
permits, liability insurance, workman's compensation insurance and comply with anY and

encompass the "person",


''brSin"SS", "f,irm", or other party submitting a proposal to Chatham County in such
capacity before a contract has been entered into between such party and the County.

all other standards or regulations required by federal, state or County statute, ordinances
and rules during the performance of any contract between the Proposer and the County
Any such requirement specifically set forth in any contract document between the
Proposer and the County shall be supplementary to this section and not in substitution
thereof.
1.10

Contractor or subcontractor means any person, firm, or business


having a contract with Chatham County. The Contractor of goods, material, equipment
o. ,..ui.., certifies that the firm will follow equal employment opportunity practices in
connection with the awarded contract as more fully specified in the contract documents.

1.11

LOCAL PRBFERENCE: The contractor

CONTRACTOR:

agrees to follow the local preference


guidelines as specified in the contract documents, which state "The CONTRACTOR
hereby agrees, as part of the consideration to Chatham County for making this Contract,

that the CONTRACTOR in the carrying out of this contract will give the citizens of
Chatham County preference for employment to perform all labor required by this
contract; that the rate of wages to be paid shall not be less than legally required; and that
in the purchase of materials to be used in the Work of the Project, prefrence shall be
given to sources from within Chatham County to the maximum extent possible. TI-re
CONTRACTOR will cause the forgoing provisions to be inserted in all subcontracts so

that provisions will be binding upon each subcontractor'"

t.t2

DERARRED FIRMS AND PE NDING LITIGATION: Any potential proposer/firm


listed on the Federal or State of Georgia Excluded Parlies Listing (Barred from doing
business) will not be considered for contract award. Proposers shall disclose any record
of pending criminal violations (Indictment) and/or convictions, pending lawsuits, etc.,
and any actions that may be a conflict of interest occurring within the past five (5) years.
Any proposer/firm previously defaulting or terminating a contract with the County will
not be considered.

** All bidders or proposers are to read

and complete the Disclosure of Responsibility


Statement enclosed as an Attachment to be returned with response. Failure to do so may
result in your solicitation response being rejected as non-responsive.

Bidder acknowledges that in performing contract work for the Board, bidder shall not
utilize any f,rrms that have been a party to any of the above actions. If bidder has
engaged any firm to work on this contract or project that is later debarred, Bidder shall
sever its relationship with that firm with respect to Board contract.

1.13

County Board of
Commissionefs approved a change to the County Purchasing Ordinance requiring
Contractor/Consultant Performance Evaluations, as a minimum, annually, prior to
contract anniversary date.

PERFORMAN

EVALUATION: On April

1, 2008, the Chatham

Should Contractor/Consultant performance be unsatisfactory, the appointed County


Project Manager for the contract may prepare a Contractor/Consultant Complaint Form
or a Performance Evaluation to the County Purchasing Agent.

SECTION II

PROPOSAL CONDITIONS
2.1

SPECIFICATIONS: Any obvious error or omission in specifications shall not inure to


the benefit of the bidder but shall put the Proposer on notice to inquire of or identify the
same to the County.

7)

MULTIPLE PROPOSALS: No Proposer will

2.3

OFFERS TO BE FIRM: The Proposer warrants that terms and conditions quoted in
his offer will be firm for acceptance for a period of sixty (60) days from bid date
submitted, unless otherwise stated in the proposal. When requested to provide a fee
proposal, fees quoted must also be frm for a sixty day period'

be allowed to submit more than one


to
offer. Any alternate proposals must be brought the Purchasing Agent's attention
during the Pre-proposal Conference or submitted in writing at least five (5) days
preceding the date for submission of proposals.

2.4

COMPLETENESS: All information required by the Request for Proposals must be


completed and submitted to constitute a proper proposal.

2.5

Where Proposers are required to enter or go into


Chatham County property to take measurements or gather other information in order to
prepare the proposal as requested by the County, the Proposer shall be liable for any
injury, damage or loss occasioned by negligence of the Proposer, his agent, or any person
the Proposer has designated to prepare the Offer and shall indemnify and hold harmless
Chatham County from any liability arising therefrom. The contract document specifes
the liability provisions required of the successful Proposer in order to be awarded a
contract with Chatham County.

2.6

INDEPENDENT PRICE DETE RMINATION: B v


submission of this Offer, the Proposer certifies, and in the case of a joint offer each party
thereto certifies as to its own organizalion, that in connection with this procurement:

LIABILITY

OVISIONS:

CBRTIFICATI

OF'

(1)

The prices in this offer have been arrived at independently, without consultation,
communication, or agreement, for the purpose of restricting competition, as to any
matter relating to such prices with any other competitor;

(2)

Unless otherwise required by law, the prices which have been quoted in this offer
have not been knowingly disclosed by the Proposer and will not knowingly be
disclosed by the Proposer prior to opening, directly or indirectly to any other
competitor; and

(3)

No attempt has been made or will be made by the Proposer to induce any other
person or firm to submit or not submit an offer for the purpose of restricting
competition.

2.7

AWARD OF CONTRACT: The contract/purchase agreement, if awarded, will be


awarded to that responsible Proposer whose proposal will be most advantageous to
Chatham County, price and other factors considered. The Board of Commissioners will
make the determination as to which proposal best serves the intelest of Chatham County

2.8

PROCUREMENT PROTESTS: Objections and protests to any portion of the


procurement process or actions of the County staff may be filed with the Purchasing
Agent for review and resolution, The Chatham County Purchasing Procedures Manual,
Article IX - Appeals and Remedies shall govern the review and resolution of all protests

2.9

OUALIFICATION OF BUS INESS IRESPONSIBLE PRO POSIR): A responsible


Proposer is defined as one who meets, or by the date of the acceptance can meet, all
requirements for licensing, insurance, and service contained within this Request f-or
Proposals. Chatham County has the right to require any or all Proposers to submit
documentation of the ability to perform the service requested.
Chatham County has the right to disqualify the proposal of any Proposer as being

unresponsive or unresponsible whenever such Proposer cannot document the ability to


deliver the requested service.
2.10

COI]NTY TAX CERTIFICA TE REOI]IREMENT A current Chatham County or


municipal business license (within the State of Georgia) is required unless otherwtse
specihed. A frm need not have a Chatham County Business License prior to submitting
a proposal. However, a license must be obtained by the successful vendor prior to award
of contract.
Please contact the Chatham County Department of Building Safety and Regulatory
Services at (912) 201-4300 for additional information.

2.ll

INSURANCE PROVISIONS, GENERAL: The selected CONTRACTOR shall be


required to procure and maintain for the duration of the contract insurance against claims
for injuries to persons or damages to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in the Bid.
]! is every contractor's responsibili[, to provide the County Purchasing and Contracting
Division cunent and up-to-date Certificates of Insurance for multiple )Lear contracts
before the end o.f each term. Failure to do so may be cause for termination of
contract.

2.ll.l

General In

that shall aDDear on

of fnsurance:

L Name of the Producer (Contractor's insurance Broker/Agent)'


IL Companies affording coverage (there may be several).
III. Name and Address of the Insured (this should be the Company or
Parent of the firm Chatham County is contracting with).
IV. Summary of all current insurance for the insured (includes effective
dates ofcoverage).
V. A brief description of the operations to be performed, the specific job
to be performed, or contract number.
VI. Cerlificate Holder (This is to always include Chatham County).

Chatham County as an "Additional Insured": Chatham County invokes the


defense of "sovereign immunity." In order not to jeopardize the use of this
defense, the County is not to be included as an "Additional Insured" on insurance
contracts.

2.11.2 Minimum
contract

imits of Insurance to be m aintained for the duration of the

Commercial General Liability: Provides protection against bodily injury and


property damage claims arising from operations of a Contt'actor or Tenant. This
policy cl coverage includes: premises and operations, use of independent

contractors, products/completed operations, personal injury, contractual, broad


form property damage, and underground, explosion and collapse hazards.
Minimum limits: $1,000,000 bodily injury and property damage per occurrence
and annual aggregate.

Worker's Compensation and Employer's Liability: Provides statutory


protection against bodily injury, sickness or disease sustained by employees of the
Contractor while performing within the scope of their duties. Employer's
Liability coverage is usually included in Worker's Compensation policies, and
insures common law claims of injured employees made in lieu of or in addition to
a Worker's Compensation claim. Minimum limits: $500,000 for each accident.,
disease policy limit, disease each employee and Statutory Worker's
Compensation limit.

Business Automobile Liability: Coverage insures against liability claims arising


out of the Contractor's use of automobiles. Minimum limit: $1,000,000
combined single limit per accident for bodily injury and property damage.
Coverage should be written on an "Any Auto" basis.

2.11.3 Snecial Requirements:


A.

Claims-Made Coverage: The limits of liability shall remain the same as


the occurrence basis, howevet, the Retroactive date shall be prior to the
coincident with the date of any contract, and the Certificate of Insurance
shall state the coverage is claims-made. The Retroactive date shall also
be specifically stated on the Certificate of Insurance.

Extended Reporting Periods: The Contractor shal provide the County


with a notice of the election to initiate any Supplemental Extended
Reporting Period and the reason(s) for invoking this option.

C.

Reporting Provisions: Any failure to comply with reporting provisions of


the policies shall not affect covefage provided in relation to this request.

D.

Cancellation: Each insurance policy that applies to this request shall be


endorsed to state that it shall not be suspended, voided, or canceled, except
after thirty (30) days prior to written notice by certified mail, return receipt
requested, has been given to the County.

E.

Proof of Insurance: Chatham County shall be furnished with certificates


of insurance and with original endorsements affecting coverage required
by this request. The certificates and endorsements are to be signed by a
person authorized by the insurer to bind coverage on its behalf. All
certificates of insurance are to be submitted prior to, and approved by, the
County before services are rendered. The Contractor must ensure
Certificate of Insurance are updated for the entire term of the County.

Insurer Acceptability: Insurance is to be placed with an insurer having


an A.M. Best's rating of A and a hve (5) year average financial rating of
not less than V. If an insurer does not qualify for averaging on a five year
basis, the current total Best's rating will be used to evaluate insurer
acceptability.

Lapse in Coverage: A lapse in coverage shall constitute grounds for


contract termination by the Chatham County Board of Commissioners.

Deductibles and Self-Insured Retention: Any deductibles or self-insured


retention must be declared to, and approved by, the County. At the
option of the County, either: the insurer shall reduce or eliminate such
deductibles or self-insured retention as related to the County, its officials,
offrcers, employees, and volunteers; oI the Contractor shall procure a bond
guaranteeing payment of related suits, losses, claims, and related
investigation, claim administration and defense expenses'

2.11.4

Additional coverage for specific Procurement Proiects:


Professional Liability: Insure effors or omission on behalf of architects,
engineers, attorneys, medical professionals, and consultants.

million per claim/occurence.

Minimum Limits:

$1

Coverage Requirement:

If "claims-made," retroactive date must


precede or coincide with the contract
effective date or the date of the Notice to

Proceed. The professional must state

if

"tail" coverage has been purchased and the


duration of the coverage.

2.12

INDEMNIFICATION: The PROPOSER

agrees to protect, defend, indemnify, and hold

harmless Chatham County, Georgia, its commissioners, officers, agents, and employees
from and against any and all liability, damages, claims, suits, liens, and judgments, of
whatever nature, including claims for contribution and/or indemnification, for injuries to
or death of any person or persons, or damage to the property or other rights of any person
or persons caused by the PROPOSER or its subproposers. The PROPOSER's obligation
to protect, defend, indemnify, and hold harmless, as set forth herein above shall include,
but not be limited to, any matter arising out of any actual or alleged infringement of any
patent, trademark, copyright, or service mark, or any actual or alleged unfair competition,
disparagement of product or service, or other business tort of any type whatsoever, or any
actual or alleged violation of trade regulations. PROPOSER further agrees to
investigate, handle, respond to, provide defense for, and to protect, defend, indemnify,
and hold harmless Chatham County, Georgia, at his sole expense, and agrees to bear all
other costs and expenses related thereto, even if such claims. suits, etc., are groundless,
false, or fraudulent, including any and all claims or liability for compensation under the
Worker's Compensation Act arising out of injuries sustained by any ernployee of the
PROPOSER or his subcontractors or anyone clilectly or indirectly ernployed by any of

them.

The PROPOSER's obligation to indemnify Chatham County under this Section shall not
be limited in any way by the agreed-upon contract price, or to the scope and amount of
coverage provided by any insurance maintained by the PROPOSER.
2.13

COMPLIANCE WITH SPECIFICA

oN - TERMS AND CONDITIONS:

The

Request for Proposals, Legal Advertisement, General Conditions and Instructions to


Proposers, Specifications, Special Conditions, Proposers Offer, Addendum, and/or any
other pertinent documents form apart of the Offeror's proposal and by reference are made

apart hereof.

2.14

SIGNED RESPONSE CO NSIDERE,D AN OFFER: The signed Response shall be


considered an offer on the part of the Proposer, which offer shall be deemed accepted
upon approval by the Chatham County Board of Commissioners, Purchasing Agent or his
designee. In case ofa default on the part ofthe Proponent after such acceptance,
Chatham County may take such action as it deems appropriate, including legal action for
damages or lack of required performance.

2.15

NOTICE TO PROCEF],D: The successful proposer shall not commence work under
this Request for Proposal until a written contract is awarded and a Notice to Proceed is
issued by the Purchasing Agent or his designee. If the successful Proposer does
commence any work or deliver items prior to receiving official notification, he does so at
his own risk.

2.16

PAYMENT TO CONTRA CTORS: Instructions for invoicing the County for service
delivered to the County are specified in the contract document

2.17

A.

Questions regarding payment may be directed to the Finance Department at (912)


652-7905 or the County's Project Manager as specified in the contract documents.

B.

Contractors will be paid the agreed upon compensation upon satisfactory progress
or completion of the work as more fully described in the contract document.

C.

Upon completion of the wotk, the Contractor will provide the County or
contractor with an affidavit certifying all suppliers, persons or businesses
employed by the Contractor for the work performed for the County have been
paid in full.

Chatham County is a tax exempt entity. Every contractor, vendor, business or


person under contract with Chatham County is required by Georgia law to pay
State sales or use taxes for products purchased in Georgia or transported into
Georgia and sold to Chatham County by contract. Please consult the State of
Georgia, Department of Revenue, Sales and Use Tax Unit in Atlanta (404) 6564065 fol additional information.

LICENSES. PERMITS AND T AXIS:

The price or prices for the service shall

include full compensation for all fees that the proponent is or rnay be required to pay.
Chatham County is Tax Exernpt. A Tax Exemption Certificate will be provided by the
Purchasing & Contracting Office Lrpon request (912) 790-1623.

PARTICIPATION It is the

RITY - \ilOMEN BU

2.18

desire of the County Board ot'Commissioners to increase the participation of minority


(MBE) and women-owned (WBE) business in its contracting and procurement programs.
The County is committed to a policy of equitable participation for these firms by setting
goals for each contract. Bidder/proposers are requested to include in their proposals a
narrative describing their past accomplishment and intended actions in this area. If
bidder/proposers are considering minority or women owned enterprise participation in
their proposal, those firms, and theil specific duties must be identified in their proposal
along with the percentage(s) and dollar amount awarded to the M/WBE firm. Proposers
may also provide demographic information regarding their employees to show their

commitment to equal opportunity. If a bidder/proposer is considered for award, he/she


will be asked to meet with the County Staff so that the intended MBE/WBE participation
goals can be formalized and included in the subsequent contact.
status, the contractor/vendor shall
apply for certification by Chatham County, Georgia to the Office of Minority Business
Coordinator. The Minority Business Coordinator will provide documentation of
application status once approved or disapproved by Chatham County. Certification by
any other government entity is acceptable if current copy of the certihcation is provided
with this solicitation. For additional information concerning Chatham County's M/V/BE
Coordinator, please contact Connell Heyward, at (912) 652-7860 or
cheyward@ chathamcounty. or g.

If the awarded contractor/vendor is claiming minority

The undersigned proposer cerlifies that he/she has carefully read the preceding list of instructions
and all other data applicable hereto and made a part of this invitation; and, further certifies that
the prices shown in his/her proposal are in accordance with all documents contained in this
Request for Proposals package, and that any exception taken thereto may disqualify his/her
proposal.

This is to certify that I, the undersigned Proposer, have read the instructions to Proposer and
agree to be bound by the provisions of the same.

This

day

of

20

BY

SIGNATURE

DATE

COMPANY

TITLE

TELEPHONE NUMBER

RBQUEST FOR PROPOSALS

GBNERAL CONDITIONS
SECTION III
DESCRIPTION AND OB.IECTIVES: Chatham C ounty is requesting proposals from
qualified firms to purchase the Chatham County Water and Sewer System. The
County would prefer to sell the system as a whole, but will consider individually
based on the best interest of the County. The County presents this "Request for
Proposals" to describe its needs and those criteria which will be used to determine
selection of services.
3.1

MBTHODOLOGY: The procurement described herein may

be conducted in a two-

step process.

ANCE AND EVALUATION OF PROPOSAI,S All technical


STEP I - AC
requirements, unless otherwise specified, must be met by the proponent or such proposal
will be disqualified as being non-responsive. Proposals that are deemed to be incomplete
as to substance and content may be returned without consideration. Proponents whose
proposals are not accepted will be promptly notified that they are no longer being
considered and why. A shortlist of qualified firms will be developed and ranked.
Price proposals shall be submitted along with the proposal and will be evaluated and
ranked accordingly. Price proposal should be quoted in "all inclusive" dollars. The
evaluation committee will make the selection of the firm which it believes is best
qualified to provide the service, price proposal and other qualitative factors considered. It
is emphasized that the firm which offers the highest price proposal will not necessarily be
the firm selected. The selection will be made of that firm which provided the best
proposal. "Best" is defined as the best combination of qualitative factors and price
proposal.

ENTATION: The evaluation committee ma y request


STEP 2 _ INTER
an interview with each finalist firm. If interviews are conducted, they will be scored. It
will be at the discretion of the evaluation committee on the number of firms that will
interview/present.

3.2

PRE-PROPOSAL CONF'ERENCE: A pre-proposal conference will be held af 2=00


P.M. on FEBRUARY 27,2015, at the Administrative/Legislative Courthouse,l24
Bull Street,3''d Floor Conference Room, Savannah, Georgia. Representatives from
Chatham County will be in attendance. Attendance assures that all competitors hear the
same information, can ask questions and suggest constructive changes to the solicitation.

3.3

PROPOSAL DEADLINE: The re sponse to this 'Request for Proposal" must be


received by the Purchasing Division no later than 5:00 P.M., MARCH 12,2015. Any
ploposal received after the tine stipulated will be rejected and returned unopened to the
proponent.

For good and sufficient reason, up Io 24 hours before the advertised deadline, the County
may extend the response schedule by issuance of an addendum setting forth the new date
and time. It is emphasized that late proposals will be rejected.
3.4

Any proposal submitted before the deadline may


be withdrawn by written request received by the County before the time fixed for receipt
of proposals. Withdrawal of any proposal will not prejudice the right of a proponent to
submit a new or amended proposal as long as Chatham County receives it by the deadline
as provided herein.

3.5

Upon receipt of a proposal by the County,


the proposal shall become the property of the County without compensation to the
proponent, for disposition or usage by the County at its discretion (except for as provided
by Georgia law for proprietary information). The details of the proposal documents will
remain confidential until final award or rejection of proposals and/or protected under the
restraints of law. Only final points and ranking of proposals will be openly disclosed
no contact with
prior to approval by the Board of Commissioners. Prooonent shall
and after the
Committee Member
Renresentative or Ev
anv
Anv information contained in fhe nronosal that is considered hv the
evaluation
and iustified.
tial shall be clearlv
Proponent as "nronrietarv" to remain confi

3.6

CONE OF SILENCE: Lobbying of Procurement Evaluation Committee members,


County Government employees, and elected officials regarding this product or service
solicitation, Invitation to Bid (lTB) or Request for Proposal (RFP) or contract by any
member of a proposer's staff, or those people employed by any legal entity affiliated with
an organization that is responding to the solicitation is strictly prohibited. Negative
campaigning through the mass media about the current service delivery is strictly
prohibited. Such actions may cause your proposal to be rejected.

3.7

FORMAT OF RESPONSES: To be considered, proponents must submit a complete


response to the Request for Proposal. The format provided in this Section is not
negotiable. To assure a uniform review process and obtain the maximum degree of

RAWAL OF PR

CONFID

AI,ITY OF'DOCUMENTS

comparability, each proposal shall include the following content and shall be presented in
the following order:
A. Introduction/Cover Letter

B.
C.
D.
E.
F.
G
H.

Qualifications
Technical Approach
Financial
MV/BE /Participation
Price Proposal - Subrnit using Price Proposal Form
Other Relevant Facts/Information
Attachments

Each proposal must be submitted in one (1) original and four (4) copies bound to

Ms. Robin L. Maurer, CPPB


Asst. Purchasing Agent
Chatham County Purchasing Department
1117 Eisenhower Drive - Suite C
31406
Savannah,
(et2) 790-1623

GA

has attempted in SECTION V to provide as much


information about the project as possible to enable firms to structure their offer

3.8 COMPENSATION: The County

3.9 REJECTING PROPOSALS: The C ounty reserves the right to reject any or all proposals
and is not bound to accept any proposal ifthat proposal is contrary to the best interest of
Chatham County. Similarly, the County is not bound to accept the highest dollar proposal
if the offer is not considered in the County's best interest.
3.10COST TO PREPARE RESPONSES: The County assumes no responsibility or
obligation to the respondents and will make no payment for any costs associated with the
preparation or submission of the proposal.
3.1l INQUIRIES: Direct any questions related to this RFP to Ms. Robin Mauter, CPPB,
Procurement Specialist, and submit all questions in writing. Include the RFP number, page,
andparugraph number as a reference to each question. If you choose to mail your questions,
do not place the RFP number on the outside of the envelope. DEADLINE FOR ALL
QUESTIONS IS one week prior to due date. All questions shall be delivered by hand, mail,
fax or e-mailed as follows:
Chatham County Purchasing and Contracting Division
Attn: Robin Maurer, CPPB, Asst. Purchasing Agent
1117 Eisenhower Drive, Suite C
Savannah, GA 31406
(9t2) 7e0-1627 (FAx)
rlmaurer@ chathamcounty. or g

THE ONLY OFFICIAL ANSV/ER OR POSITION OF CHATHAM COUNTY WILL BE


THE ONE STATED IN V/RITING.

3.l2METHOD OF SOURCE SELECTION: Chatham County is using the Competitive Sealed


Proposal method of source selection, as authorized by Section V of the Chatham County
for this
procurement.

An award, if made, will be made to the responsible offeror whose proposal is most
advantageous to Chatham County, taking into consideration price and other factors set forth

in this Request for Proposal (RFP). The County will not use any other factors or criteria in
the evaluation of the proposals received.
3.13 EOUAL EMPLOYMENT O PPORTI]NITY:
the COMPANY agrees as follows

During the performance of this contract,

The COMPANY will not discriminate against any employee or applicant for employment
because ofrace, creed, color, sex, age, national origin, place ofbirth, physical handicap, or
marital status.

SECTION IV
SPECIAL CONDITIONS

4.1 PENDING LITIGATION: Proposals will not be accepted from any company, fitm,
person, or party, parent subsidiary, against which Chatham County has an outstanding
claim, or a financial dispute relating to prior contract performance. If the County, at any
time, discovers such a dispute during any point of evaluation, the proposal will not be
considered further.

4.2 EVALUATION F ACTORS: Factors such as proponents overall capability, specialized


experience, reputation, past performance on similar projects, technical competence, ltnancial
stability, ability to meet program goals, and price schedule will be considered in the award
recommendation. Commitment in the level of MBE/WBE f,ttms, consultants and
employees will also be considered in the evaluation of proposals.
evaluated initiallv on the bas of the wrtten
concise and clear as to the intent of the
must
be
comolete.
document. Thus, the
respondent. Further evaluation may include an oral presentation will be scheduled after
receipt of the written proposal and approval of the shortlist.

4.3 SELECTION PROCESS: Proposals will

4.4 PROPOSALS MUST BE RESPONSIVE TO:


4.4.1

INTRODUCTION/COVER LETTER (SECTION A): You should provide no


more than a two (2) page letter of introduction. The letter should highlight or
summarize whatever information you deem appropriate aS a cover letter, as a
minimum, this section should include the name, address, telephone number and
fax number of one (l) contact to whom any conespondence should be directed.
This section should include a clear statement of the Proposer's understanding of
this RFP and the contract requirements, and how the Proposer intends to meet the
RFP requirernents.

4.4.2 QUALIFICATIONS AND EXPERIBNCE - TOTAL

POSSIBLE POINTS:
20 (SECTION B): Provide detail on other water and wastewater projects similar
in detail in this RFP and on qualifications of proposed staff. In addition to
providing infonnation supporting Proposer's ability to satisfy the stated

conditions of this RFP. Proposer must provide detailed information to


demonstrate its qualifications and ability to successfully implement the
approaches outlined in this RFP and effectively provide the services that the
County is requesting. A summary of the Qualifications Criteria are presented in
Form 4.1 in Annex 4.
20 (SECTION
C)t The technical approach focuses on the Proposer's operational capacity to
meet the performance requirements and provide any services described in this
RFP in compliance with the Scope of Services of this RFP. In addition, the
Technical Approach should include a summary of the Proposer's approach and
philosophy with regard to the ownership and operation of the system. The
Technical Approach Evaluation Criteria is summarizedinForm 4.2 in Annex 4.

4.4.3 TBCHNICAL APPROACH - TOTAL POSSIBLE POINTS:

4.4.4 FINANCIAL - TOTAL POSSIBLE POINTS: 20 (SECTION D):

The Financial Proposal should include information that allows the County to
evaluate the relative financial strength of the Proposer. Relative financial strength
and financial capacity will be established through the Proposer's net wofih,
profitability, financial liquidity, bank reference and the Proposer's legal standing
with regard to other projects.

In addition to providing information supporting Proposer's ability to satisfy the


objectives in the Scope of Work, the Business Section of the Proposal must
present and separately address the business and risk position as described in Form
4.3 inAnnex 4.

4.4.5 MWBE PARTICIPATION - TOTAL POSSIBLE POINTS: 15 (SECTION


B): Commitment in the level of local MV/BE firms, subcontractors, consultants
and employees. Approach to meeting and exceeding the MWBE requirements.
History of Minority-owned,'Women-owned business utilization

4.4.6 PRICE PROPOSAL - TOTAL POSSIBLE POINTS: 25 (SECTION

F):
Provide the basis for your price on the price proposal form provided. The
Proposer will be expected to integrate the costs of the proposed fransaction,
enabling the County to determine the net effect of a purchase as well as the effect
on rates for the County's utility customers. Proposers shall be solely and
exclusively responsible for all financial assumptions utilized when calculating
their Price Proposal and should take into account their expected financial and
operational needs when determining their Price Proposal. Since the County's
preferred objective is to sell the system as a whole, additional poir-rts will be
awarded to the price proposal that includes the entire system.

4.5

If a Purchase Agreement is chosen as the preferred transaction structure


CONTRA
by the County, the County will prepare a Purchase Agreement related to the Systems, and
the County expects that any purchase transaction resulting from this RFP process would
incorporate the material terms and conditions described below.

4.6

ASSIGNMENT: The PROPOSER shall not assi gn or transler any interest ofthe contract
without prior written consent of the County

SECTION V
SCOPE OF SERVICES

FOR
SALE OF CHATHAM COUNTY \ilATER AND SEWER SYSTEM

5.1

GENERAL INFORMATION:
Chatham County owns and operates a collection of independent water and sewer systems
throughout the County hereafter referred to as the System. The Chatham County Board
of Commissioners is requesting offers from operators desiring to purchase all or a portion
of the System from the County. The System is composed of water wells, water
distribution, sanitary sewer collection, real properly/easements and a land application
sanitary sewer treatment facility.
The County's top priority is to continue to provide a safe and convenient water supply
and sewer system for its customers. As such, any proposer must provide information to
the County that demonstrates its capacity and experience in providing water and sewer
utility services.
Sites are accessible to interested parties. The County will arrange a tour for parties who
express their interest to Bert Mathews, Public Works and Park Services, aI912-652-6846.
Details of the system are shown and described herein.

5.2

GENERAL CONDITIONS:

5.2.1

The Chatham County Board of Commissioners is requesting offers from operators


desiring to purchase all or a portion of the System from the County, plovided that
Special Conditions are met. Proposer responses must follow the General
Conditions, Special Conditions, and all other specified requirements for them to
receive due consideration.

5.2.2

Upon the Board's award to the most responsive and responsible proposer(s), a
closing will be scheduled to transfer the System including the real property from
the County to the new ownet.

5.2.3

The County offers the System "as is", and the County makes no warranties of any
kind, express or implied, as to the quality and condition of the System stated
herein. The information presented is based upon the best information available.

5.3

5.2.4

The System's fixed asset value (i.e. replacement value) of $5,474,526 is based on
a2010 survey by KRI Engineering, Inc.

5.2.s

The County currently employs five (5) full time employees for the operation of
the System's activities. In addition, the County employs four (4) full time
employees for customer service and billing. Each proposer's response should
describe the employment opporlunities they would be able to provide for these
employees including whether current salary and benefit levels would be
maintained.

5.2.6

In relation to the proposed sale, the County may hold a Public Hearing to solicit
comments from the general public. The sale may be dependent upon the results of
the public hearing.

5.2.7

The System has 3,503 customers including 478 sewer-only accounts. In January
2074, the County entered into an agreement with Chatham Water Company for
collection of sewer service fees in the Parkersburg area. Approximat ely 37 5 of the
478 sewer-only customers are serviced through this contract. Chatham Vy'ater
Company is the provider of water services to these customers.

\ryATBR SYSTEM:
s.3.1

The Systems includes the following separate and independent water distribution
systems permitted by the State of Georgia:
The Glen of Robin Hood/Montgomery Area (Permit #CG0510109J/#CG0510099
1.007 mgd)*
Little Neck Plantation (Permit #CG0510124)
Modena on Skidaway Island (Permit #CG0510128)
Runaway Point (Permit #CG05 1 0096)*
West Chatham (Permit #CG0510133, 0.1 mgd)
a. Wells (including real property/easements on dedicated plats):
Glen of Robin Hood*
Nancy Place*
Neva (not in service)*
Paxton*
Rivers Bend
Lehigh Avenue
Modena Island
Runaway Pointx
Little Neck
I-lunters Ridge
Detention Center*

* Note: The City of Savannah provides sewage treatment services for these well
systems.

5.4

5.3.2

The County is in the process of converting to Neptune (E-Coder) R900i DL


Wireless meters. To date 1,535 meters have been installed.

5.3.3

Since the2010 KRI Engineering valuation, the County has installed a 10,700
gallon water storage tank on Marion Circle in the Glen of Robin Hood system. In
addition, the owner of the Savannah Water Utility Management system made an
inter-connection to the Montgomery system at Shipyard Lane and an interconnection to the Glen of Robin Hood system on Tidewater Road.

5.3.4

Wells and lift stations serving the County's parks are not included in this
proposal.

SANITARY SEWER SYSTEM:


of the land application system (LAS), the System collects sanitary
sewer and pumps sewage to the City of Savannah for treatment. The County has
an agreement with the City of Savannah to treat the sewage and is invoiced either
monthly or bi-monthly for treatment costs. Chatham County receives a
governmental rate from the City of Savannah for this service. The current rate is
$13.20 base rate plus $3.38 per unit. Historically this rate has increased by up to
5Yo each April, The County cannot guarantee this rate after purchase of the
System. In2011 the City of Savannah indicated to the County that it would not
accept sewage from a private provider.

5.4.1 With exception

Lift Stations (including real properly/easements/dedicated

a.

on plats)

Central Avenue*
Salcedo*
Nancy Place*
Hopecrest Avenue*
Galebreak *
Causton Blufff

Winterberry*
Sheftall*
Wylly Island*
Hunters Ridge
Runaway Point *

I Note:

The City of Savannah provides sewage treatment services for these

lift

stations.

b.

Sanitary Sewer Treatment Facility (including real


property/easements/dedicated on plats) :
Pine Barren Land Application System (Pelmit #GA02-285, 0.06 mgd)

5.5

FINANCIAL INFO RMATION:


5.5. t

5.6

DOCUMENTS:
s.6.1

5.7

The following financial information is provided as attachments to this RFP so that


the responding party can review revenue and expense information:
a. Revenues by system for calendar year 2013
b, Public Works and Park Services Work Order cost by Site, for January December 2013 and for January to June 30,2014
c. General ledger information by vendor, from the County's financial system
d. The County's current water and sewer rates
e. Asset Manager Spreadsheet (prepared by KRI Engineering, Inc.)
Trial balance dated June 30.2014
f.

Enclosed are the following documents:


a. General location map of System
b. Location maps of well sites
c. Location maps of lift stations and treatment facilities
d. Agreement with City of Savannah for Isle of Hope Sewerage dated
February 1, 1980
e. Agreement with City of Savannah for collection of utility fees dated
August 4,1994
f.
Agreement with Pine Barren Development Company dated August 10,
1984
g. Agreement with City of Savannah for various inter-connections dated
January 26,2001
h. Agreement with City of Pooler for inter-connection, West Chatham, dated
January 18,2005
i.
Agreement with Chatham Water Company for inter-connection dated July
75,2009
j.
Agreement with Chatham Water Company for collection of sewer fees
dated January 2074

SPECIAL CONDITIONS:
5.7

.l

5.7.2

The proposer must be an existing provider of water services and operate under a
favorable review from the State of Georgia as a service provider without having
any pending violation notices. If the proposer does not currently operate in the
State of Georgia, the proposer will be required to demonstrate a similar level of
qualifications. The proposer shall disclose any active consent orders in its
response.
The proposer must commit to provide at least the same level of service to the
customers. The proposer should address its intent in its response. This includes

disclosure of current policies on billing and collections, the continuation of


existing back service capabilities, reserving funds for capital expenditures and
upgrades, maintaining the system with the same or improved level of service, and
responding to customer inquiries and concerns promptly and professionally.

5.7.3

The proposer must provide a three (3) year rate schedule in its response. The
proposer will be required to adhere to this rate schedule, subsequent to award.
Proposers shall demonstrate historical data for maintaining a consistent rate
structure. Preference will be given to firm rate commitments. The County's
current rate structure as referenced in Section 5.5.1 d. is included as an
attachment.

5.7.4

The proposer agrees to absorb the costs of the surveying, preparing of legal
description and plats prior to closing of the real property included in the sale of
the system.

5.7.5

The proposer must seek the City of Savannah's approval to accept and treat raw
sewer from the County's systems. Approval should be documented and included
in the response. In lieu of such approval, the proposer shall submit a guarantee for
the treatment of raw sanitary sewage by other reasonable and legal alternatives
which shall be disclosed to the County.

5.7.6

The proposer must agree to honor any existing inter-connections and interconnection agreements between the County and the backup service providers.

5.7.7

The proposer must demonstrate its willingness and capacity to expand its service
area to other unincorporated areas of the County.

5.7.8

Closing is dependent upon the acceptance of the transfer of the system by the
State of Georgia as the permitee for the operating systems and groundwater
withdrawal. In addition, it shall be the proposer's responsibility to seek
confirmation from the federal or state government on any obligation of repayment
for systems built with grant funds (note: the County does not believe any of its
system fall into this category).

5.7.9

The proposer will agree to provide service within a reasonable time immediately
following a disaster, man-made or natural. The proposer agrees to participate is
pre-disaster planning efforts in the spirit of cooperation and coordination with
local emergency management agencies.

5.7.10 The proposer will inspect all properties and will familiarize themselves with any
and all conditions affecting the properties.

5.7.11 Within two (2) weeks after the County's selection of its ploposal, the proposer
will post a binding deposit equal to 10o/o of its offered price which will be applied
to the fnal cost of the system, at closing,
5.7.12 The County has hired a consultant to study the extent of inflow/infiltration in the
Isle of Hope sanitary sewer collection system and develop a plan of
implementation. This study will be made available once finalized.
SECTION VI

EVALUATION AND AWARD

6.1 EVALUATION:

Each response to this RFP shall be subject to the same review and
assessment process. Proposals will be evaluated and ranked on the basis of points awarded by
the Evaluation Committee. A description of the factors which will be analyzed, and the relative

weight accorded each factor follows. The County wll not consider the proposal of ny
Offeror who lacks accreditcttion or suthorization for the Sle of Chatham County lVater nd
Sewer System.

STEP 1: PROPOSAL AND PRICE PROPOSAL SUBMIT AL (TOTAL POSSIBLE POINTS:


100).

Evaluating Factor:
Qualifi cations and Experience
Technical Approach

Points
Possible:
20
20

Financial

20

MWBE Participation

15

Price Proposal

25

STEP 2-

INTERVIEV/S/PRESENTATIONS- IF REQUIRED (TOTAL POSSIBLE


POINTS: 25)

6.2 CONTRACT ATilARD:

6.2.1

Proposals will become palt of the sales agreement.

Annex 4: Evaluation Criteria


Each Proposer and its Proposal will be scored for its lespons iveness to the RFP. The CoLrnty bel ieves that
a high score in the following criteria would imply the Proposelwould be well-qualified to purchase the Systern.
Evaluation Criteria for Qualifications, Technical Approach, BLrsiness, and Price are set fotlh in the following forms.
The Proposershall provide in its Proposal all information necessaryto addressthe Evaluation Cliteria.

In many instances, the criteria pl'ompt in this Annex will request infolmation that is applicable to only one

oftheutilities,i.e.,theWaterSystem,orWastewaterSystem. Inseveral instances,theProposermustrespondtoa


prompt with respect to each of the Systern. ln the latter instances, the Proposer should not duplicate infol'mation
provided for one System if the same is applicable to another. However, a Ploposel should ensLrre it responds to each
prornpt with respect to each of the Systern unless otherwise directed.

Form 4.1: Qualifications/Experience Proposal


The Proposer should include the following qualification information in this Form in their Proposal

Location ofcompany (and parent company) business headquarlers


Location of other operations in the State of Georgia including the
location ofthe operations center closest to Chatham County
Numbet of employees in the State of Georgia

Employee relations, including transition experience


Corporate support and resources

a
a

2.

StrLrcture, Management and

'Working History

3.

Experience and Past

Perfolmance
(The Proposer shall list at least
five (5) and up to ten (10)
refelence plojects that
illustrate the Proposer's
expelience in providing the
project services)

Identification of the company and pat'ent company (if applicable)

Ownership (which includes operation and maintenance) expet'ience


and past performance on Water System. (lnclude miles of main,
number of meters, number of valves, number of hydtants, tanks, etc.)

Ownership (which includes operation and tnaintenance) experience and


past perforrnance on Wastewater collection system. (lnclude miles of
nrain, nunrber of manholes, pulnp stations, etc.)

Ownership (which includes operation and maintenance) expelience


and past pelformance on wastewater treatlnent system. (Provide
genelal description ofeach treatlxent system including location,
capacity, treatment method, and NDPES dischalge limits)
State and Fedelal regulatory cornpliance and permitting
experience and past perfot'mance on sirnilar plojects

Description of all Notice of Violations of environlnental


regulations and related penalties fol the pleceding five (5)
years

4.

Key Project StaffExperience and


Abil ity of Profssional

Personnel
(lnclLrde and organizational
chaft, qualifications and t'oles

Ownership mallagement experience, as applicable, on watel' distribution,


and wastewater collection and treatment
projects (including full laboratory selvices and pre-treattnent

plograms)

and responsibilities)

5.

Other Technical Experience

Evidence of ability to provide innovatve approaches to water and


wastewater collection and treatment system lnanagement
Other experience with laboratory services and ple-treattnent
progralns
Experience with implementing capital improvements (including
engineering and construction evaluation)

6.

Favorable nature ofresponses from references, both from references


supplied by the Proposer and from any inquiries made by the County
Factors will include the reference's satisfaction with the Pt'oposer's
plomptness, adequacy and responsiveness in addressing service issues

References

Form 4.2: Technical Proposal


The Proposer should include the following technical infonnation in this Form of its Proposal

Technical

l.

Operation Approach

.
o

.
.
.
.

Criteria

Approach to developing and implementing a Watel and


Vy'astewater master p lan
Soundness of approach to provide reliable and effective Water and
Wastewatel facilities operations, including process rnonitoling and
perfortnance, com mun ication, standard operating procedures, updates to
operation and maintenance manuals
Approach to data managetnent and repofiing requirements

Approach to water distlibution


Approach for operating and managing full laboratot'y services
Approach for addressing wet weather opelations and maxirnizing
flow and wastewater treattllent to the Wastewatel' systeln, as applicable,
including wet weathet' plan developrnent

a
I
a

Apploach for managing all ple-tleatment activities


Approach to energy managenrent
Approach to coordinating operation and the rnultiple Systern

facilities
a

a
a
a
a
a
a

Developrnent and implernentation of sustainability and other

"green" initiative
Intent to the completion of installation of Neptune wireless meters
(Section 5.3.2)
General description of billing and receivables policy (Section 5.7.2)
Approach to establishing water and sewer rates
Approach to utilizing existing County rate structure
Intent to honor existing agteements (5.7.6)
Approach to expansion of services (5.1 .7)
Approach to staying within permitted groundwater withdrawal caps
Approach to meeting pending requiretnents to reduce groundwater
withdrawal caps
Approach to reporling to regulatory agencies

2.

General Maintenance

Approach

o
.
.
.
3.

Watel Distribution System and


Wastewatel Collection
Systern Operation and
Maintenance Plan

4.

WastewaterTreatment
Facilities Operation

Approach to preventive, predictive, corrective and routine


maintenance utilizing data management system
Asset management approach to maintain assets in good working order
and condition
Approach to vehicle and rolling stock maintenance
Appl'oach to buildings and glounds maintenance
Approach to providing daily checks of systems

Approach of utilizing the data management systeln to monitor,


schedule and leporl maintenance activities, including tnanaging spare
parls and matelials inventory
Describe the measures of benchmalk maintenance pet'formance
Development of a 'Wastewater Master Plan, including methods for'
process control, process rnonitot'ing, quality contlol and qLrality
assLrrance, and regulatoly compliance
Developurent and use of standard operating pt'ocedures (SOPs)
and updates to the exiting operation and maintenance lnattttals
Data management and prepalation of rnonthly and annual repofis,
including those requiled by regulating entities and the CoLlnty
Approach to odol control, includiug the apploach to optirnize operations
and existing odol control equiprnent, odor tnonitoring and cornplaint
response

Effective approach and maintenauce ofan effective approach to energy


mauagement and implerrenting nreasures to reduce consurnption and
more efficiently utilize electricity and natLrral gas

Approach to use of vehices for set'vicing the Systern Assets.

ldentify the nLunbel' and type of vehicles in addition to

those

provided by the County that the Proposel believes are necessary to


perform the services described in the RFP

5.

WastewaterTreatlrent
Facilities and Lift Station

Approach for conducting preventative, corrective and routine


rnaintenance lneasures for the water treattnent facilities and lift

Maintenance

o
.
.

statlons

Description of the data management system


Development of an asset lanagement plan that will be
implemented to meet the Counfy's goals
Approach to maximizingthe useful life of equipmentto minimize the
need for corrective maintenance and repair and replacement

Approach to managing equipment that could becolne outdated or


difficult to obtain replacement pafts
Appt'oach to vehicle and rolling stock maintenance
Approach to buildings and glounds maintenance, including painting,
janitorial services, pest control, and grounds maintenance to maintain the
integrity and appearance ofthe System visible to the public

.
.

6.

Capital hnprovements Plan


hnplernentation

Approach to providing services associated with the planned Capital


lmprovements
Approach to preparing an annual Capital Improvemeuts Plan to
identify recomtnended projects to improve the leliability and
performance of the Systern
Descripton of any capital or system improvements it may have
identified during the Proposal preparation that would have immediate
benefit to the perfolrnance ofthe System

1.

Perfortnance

a
a

Approach to, and feasibility of rneeting the perfotmance standards and


regulatory compliance
Apploach to emergency planning and t'esponse (5.1 .9)
Approach to participating in CoLrnty ple-disaster planning efforls and
cooperation with local elnergency management agencies (5.1 .9)
Approach to developing and irnplernenting safety progralxs

8.

Ploposed schedule and description of tl'ansition activities' The schedule


should anticipate a nraxilnunr of three (3) rnonths for the Proposer''s lull
assumption of operational responsibility of the System
List of the proposed transition team members, including each

Ernployee and Operational

Transition
a

member's expertise and qLralifications


Procedures for transitioning operation and tnaintenance
information and other records ft'om the County to the Proposer
Approach to providing information sessions on salaries alld
benefits to the current owner/operatot''s staff
Proposed wages and benefits the Proposer will offer the employees,

including medical, professional and pension benefits


Approach to conducting inventot'y assessments, setting up
supplier accounts and other activities to assure a smooth tl'ansition
Description ofany local, state or federal regulatory approvals anticipated
to be obtained in orderto purchasethe County's System. As parl of this
description, estirnate the tirnefrarne required to obtain all anticipated

regulatory approvals
a

9.

Data Management

Estimate the amount of tirne required to cornplete the purchase.


This estimated titneframe shall be ft'orn the date of memot'andutn
of undel'standing is negotiated to the pttrchaser's
Intent and plan to assist County in transition with State regulatory
agencies to permit transfer assutnption offull legal and operational
control ofthe System

Approach to data management of the System


Approach and historical usage of data management system
Schedule and approach to transition ofSystem to Proposer's data

a
a

management system,

10. Staffing

if applicable

Adequacy ofthe proposed staffing and the ploposed organizational


structure to operate and rnaintain the Systern
and/or perfortn the management services
Description ofthe roles and location (on-site or off-site) ofother staff

functions for regLrlatory compliance, finance, hulnan resources,


customer selvices, and engineering services
Comparison of ernployee wage, insut'ance, pension and benefit plans

with (i) the current wage and benefits offered by the County, and (ii)
a

other cornparable opelation wage and benefits


Addless cument staffng licenses and certifications with the State of
Georgia

Technical
I

Customer Service and


Cornnrunity Outreach

Criteria

Approach to lesponding to custolrer set'vice requests and

Apploach to maintain and/or irnplove customer set'vice


satisfaction levels
Approach to itnplernenting cotnrnunity progl'alns and other fol'lns of
public outreach in the forrn of srtppoft to alts, cultttre, youth sports,
charitable, ol other forms of community values enhancelnents
Apploach to notifying customers of change irr ownership
Ability and means of custonret's to cotnmunicate inquiries, concerns and

ernergency calls

a
a

complaints to system opet'ators

Form 4.3: Financial Proposal


The Ploposer should include the following business information in this Fonn of its Ploposal

Financial Criteria

1.

Form l0-K and Form l0-Q filed with SEC fol the past three (3) yeats; ot'
if not subject to SEC regulation, then the past three (3) years quarlerly

Financial Stlength

annual financial repofts or tax retul'ns


a

Average annual capital infi'astlucture investlnent for the preceding five (5)
yeal's

Evidence of ability to pt'ovide security frotn a licensed sttrety and


Proposer's financial institution

2.

Legal Standing

Record of cornplying with rnunicipal \rVater and Wastewater systeln


managelxent contl'acts, including nunrber and nature of
contract bleaches, defaults and terminations; compliance with perfortnance
guarantees, and inrposition of liquidated damages or'
fines

Nature and outcome of any lawsuits and contract litigation olr othet'

Approach to resolving contract disputes


Permit or regulatory violations and speed and efficiency

ploj ects
a

actrons

of corrective

Financial Criteria

3.

Risk Assurned by Ploposer

Favorablenessto the County of the business and l'isk position taken by


the Proposer in response to the overall business terms lequested by
County in this RFP
Factors include but are not limited to:

o
o
o
o
o

Performanceguaranteesaccepted/offered
Uncontrollable cilcumstances accepted/requested

Limitations (dollar or term) on liability


Limitations on contractual damages, defaults and remedies,
and indemnities
Favorable tenns, conditions or benefits offered by the
Ploposer without being specifically requested in this RFP

REQUEST F'OR PROPOSAL

CHATHAM COUNTY, GEORGIA


PRICE PROPOSAL FORM
Rr.P NO. Pl4-0122-7
SALE OF CHATHAM COUNTY WATER AND SEWER SYSTEM
I have read and understand the requirements of this proposal, RFP No. 14-0122-7, and agree to
provide the scope of services in accordance with this proposal, and all other attachments,
exhibits, etc. I agree to scope ofservices, general conditions and special conditions as described
in the RFP for the price listed below. I understand that the County will not be responsible for
the reimbursement of any costs not specihcally set forth in this proposal. In addition, the
County reserves the right to accept any part or all of the price schedule and to negotiate any
charges contained herein unless qualified otherwise. THIS FORM MUST BE USED WHEN
SUBMITTING PROPOSAL.

Purchase Price

Systems
*Glen of Robin Hood/Montgomery Area
Little Neck Plantation
Modena on Skidaway Island
*Runaway Point
**Vy'est Chatham
>l(

:*

TOTAL SYSTEMS
Including the associated Sanitary Sewer Collection System.
West Chatham must include Pine Barren'Waste Water Treatment Plant

PROPOSED PURCHASE PRICE


(On a separate sheet, explain the underlying basis for the purchase price)
(It is the County's preferred objective to sell the system as a whole. Proposers are
to specifu if the price is for the whole system or a specific part of the system)
S WEBSITE
ALL PROPOSERS MIIST RE RE,GISTERED ON THE
URCHASING. CHATHAMC OUNTY. ORG)
FIRM NAME
PROPOSER:

SIGNA
ADDRESS

CITY/STATEIZTP:
TELEPHONE:

E-MAIL

F AX NUMBER

EXCEPTION SHEET
(ies) and/or service proposed in your Bid is in g!!y way different from that contained in this
proposal, the Bidder is responsible to clearly identify all such differences in the space below. Otherwise, it
will be assumed the Bidders' offer is in the total compliance with all aspects of the proposal.

If the commodity

Below are the only differences between my offer and the proposal.

DATE

SIGNATURE
COMPANY

TITLE

ATTACHMENT A
DRUG - FRBE WORKPLACE CERTIFICATION

THE UNDERSIGNED CERTIFIES THAT THE PROVISIONS OF CODE SECTIONS 5O-24-I


THROUGH 50-24-6 OF THE OFFICIAL CODE TO GEORGIA ANNOTATED, RELATED
TO THE **DRUG-FREE WORKPLACE**, HAVE, BEEN COMPLIED V/ITH IN FULL.
THE UNDERSIGNED FURTHER CERTIFIES THAT:
1

A Drug-Free Workplace will be provided for the employees during the


performance of the contract; and
Each sub-contractor under the direction of the Contractor shall secure the

following written certifi cation:


(cONTRACTOR)
certifies to Chatham County that a Drug-Free V/orkplace will be provided for the employees
during the performance of this contract known as SALE OF CHATHAM COUNTY WATER
AND SEWER SYSTEM(PROJECT) pursuant to paragraph (7) of subsection (B) of Code
Section 50-24-3. Also, the undersigned further certifies that he/she will not engage in the
unlawful manufacture, sale, distribution, possession, or use of a controlled substance or
marijuana during the performance of the contract.

CONTRACTOR

DATE

NOTARY

DATE

A-1

ATTACHMENT B
PROMISE OF NON.DISCRIMINATION STATEMENT
Know All Men By These Presence, that I (V/e),
Name

Title

Name of
Bidder
(herein after Company) in consideration of the privilege to bid/or propose on the following
WATER AND SEWER
Chatham County project for SALE OF CHATHAM CO
SYSTEM hereby consent, covenant and agree as follows:

(l)

No person shall be excluded from participation in, denied the benefit of or otherwise
discriminated against on the basis of race, color, national origin or gender in connection with the
bid submitted to Chatham County or the performance of the contract resulting therefrom;

(2)

That it is and shall be the policy of this Company to provide equal opportunity to all
business persons seeking to contract or otherwise interested with the Company, including those
companies owned and controlled by racaI minorities, and women;

(3)

In connection herewith, I (V/e) acknowledge and warrant that this Company has been made
aware of, understands and agrees to take affirmative action to provide minority and women
owned companies with the maximum practicable opportunities to do business with this Company
on this contract;

(4)

That the promises of non-discrimination as made and set forth herein shall be continuing
throughout the duration of this contract with Chatham County;

(5) That the promises of non-discrimination as made and set forth herein shall be and are
hereby deemed to be made a part of and incorporated by reference in the contract which this
Company may be awarded;
(6)

That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth above may constitute a material breach of contract entitling
the County to declare the contract in default and to exercise appropriate remedies including but
not limited to termination of the contract.

Date

Signature
B-1

ATTACHMENT C
DISCLOSURE OF RESPONSIBILITY STATEMENT
Failure to complete and return this information will result in your bid/offer/proposal being
disqualified from further competition as non-responsive.
I

List any convictions of any person, subsidiary, or afflrliate of the company, arising out of
obtaining, or attempting to obtain a public or private contract or subcontract, or in the
performance of such contract or subcontract.

List any indictments or convictions of any person, subsidiary, or affiliate of this company
for offenses such as embezzlement, theft, fraudulent schemes, etc. or any other offenses
indicating a lack of business integrity or business honesty which affects the responsibility
ofthe contractor.

3.

List any convictions or civil judgments under states or federal antitrust statutes

4.

List any violations of contract provisions such as knowingly (without good cause) to
perform, or unsatisfactory performance, in accordance with the specifications of a
contract.

5.

List any prior suspensions or debarments by any governmental agency

6.

List any contracts not completed on time.

7.

List any penalties imposed for time delays andlor quality of materials and workmanship.

List any documented violations of federal or any state labor laws, regulations, or
standards, occupational safety and health rules.

c-l

as

Title & Authority

Name of individual

of

declare under oath that

CompanyName
the above statements, including any supplemental responses attached hereto, are true.

Signature

State

of

County

of
day

Subscribed and sworn to before me on this

20-by

of

representing him/herself to be

of the company named herein.

Notary Public

My Commission expires:

Resident State

DPC Form #45

c-2

ATTACHMENT D
CONTRACTOR AFFIDAVIT under O.C.G.A. $ 13-10-91(bxl)
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. $
13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the
physical performance of services on behalf of CHATHAM COLJNTY has registered with, is
authorized to use and uses the federal work authozation program commonly known as EVerify, or any subsequent replacement program, in accordance with the applicable provisions
and deadlines established in O.C.G.A. $ 13-10-91. Furthermore, the undersigned contractor
will continue to use the federal work authorizationprogram throughout the contract period and
the undersigned contractor will contract for the physical performance of services in satisfaction
of such contract only with subcontractors who present an affidavit to the contractor with the
information required by O.C.G.A. S 13-10-91(b). Contractor hereby attests that its federal
work authorization user identification number and date of authorization are as follows:

Federal Work Authorization User Identification Number


Date of Authorization
Name of Contractor
Name of Project
Name of Public Employer

I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on

_,

_,20_in_(city),

Signature of Authorized Offrcer or Agent

-(state).

Printed Name and Title of Authorized Officer or Agent

SUBSCRIBED AND SV/ORN BEFORE ME


DAY OF
ON THIS

THE

NOTARY PUBLIC

My Commission Expires:

D-1

SUBCONTRACTOR AFFIDAVIT under O.C.G.A. $ 13-10-91(bX3)


By executing this affrdavit, the undersigned subcontractor verifies its compliance with O.C.G.A.
13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the
(name of
physical performance of services under a contract with
contractor) on behalf of CHATHAM COUNTY has registered with, is authorized to use and uses
the federal work authorizationprogram commonly known as E-Verify, or any subsequent
replacement program, in accordance with the applicable provisions and deadlines established in
O.C.G.A. $ 13-10-91. Furthermore, the undersigned subcontractor will continue to use the
federal work authorization program throughout the contract period and the undersigned
subcontractor will contract for the physical performance of services in satisfaction of such
contract only with sub-subcontractors who present an affidavit to the subcontractor with the
information required by O.C.G.A. $ 13-10-91 (b). Additionally, the undersigned subcontractor
will forward notice of the receipt of an affidavit from a sub-subcontractor to the contractor within
five (5) business days ofreceipt. Ifthe undersigned subcontractor receives notice ofreceipt ofan
affrdavit from any sub-subcontractor that has contracted with a sub-subcontractor to forward,
within five (5) business days of receipt, a copy of such notice to the contractor. Subcontractor
hereby attests that its federal work authorization user identification number and date of
authorization are as follows:

Federal V/ork Authorization User Identification Number


Date of Authorization
Name of Subcontractor
Name of Project
Name of Public Employer

I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed

on

_,

_,20_in_(city),

_(state).

Signature of Authorized Officer or Agent

Printed Name and Title of Authorized Officer or Agent

SUBSCRIBED AND SV/ORN BEFORE ME


ON THIS
DAY OF

THE

NOTARY PUBLIC
My Commission Expires:
D-2

ATTACHMENT E
BIDDER'S CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INBLIGIBILITY AND VOLUNTARY EXCLUSION
The undersigned certifies, by submission of this proposal or acceptance of this contract, that
neither Contractor nor its principals is presently debared, suspended, proposed for debarment,
declared ineligible, or voluntary excluded from participation in this transaction by any Federal
department or agency, State of Georgia, City of Savannah, Board of Education of local
municipality. Bidder agrees that by submitting this proposal that Bidder will include this clause
without modification in all lower tier transactions, solicitations, proposals, contracts, and
subcontracts. Where the Bidder or any lower tier par"ticipant is unable to certify to this
statement, that parlicipant shall attach an explanation to this document.

Certification - the above information is true and complete to the best of my knowledge and
belief.

(Printed or typed Name of Signatory)

(Signature)

(Date)

NOTE: The penalty for making false statements in offers is prescribed in


END OF DOCUMENT Mod. CC P & C 6/200s

E-l

18 U.S.C. 1001

ATTACHMENT F
Chatham County

Minority and Women Business Enterprise Program


M/WBE Participation Report
Name of Bidder

Bid No:

Name of Project:

M/WBE Firm

Type ofV/ork

Contact

City, State

PersorV
Phone #

V/BE Total

MBE Total

M/V/BE Combined

MBE
or
WBE

The undersigned should enter into a formal agreement with M/WBE Contractor identified herein
for work listed in this schedule conditioned upon execution of contract with the Chatham County
Board of Commissioners.

Print

Signature

Phone

Fax(

)
)

F-1

ATTACHMENT

Systematic Alien Verificotion for Entitlemenls (SAVE)


ffidavit Verifyng Slatus for Chatham Counfy BeneJit Applicutiott

By executing this affidavit under oath, as an applicant for a Chatham County, Georgia Business License
or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as
reference in O.C.G.A. Section 50-36-1, I am stating the following with respect to my bid for a Chatham
County contract for
[Name of natural person applying on
behalf of individual, business, corporation, partnership, or other private entity]

l.)

I am

a citizen of the

United States.

OR

l8

years of age or older

2.)

I am

3.)

I am an otherwise qualified alien (8 S USC

a legal permanent resident

OR
1641) or non-immigrant
under the Federal Immigration and Nationality Act (8 USC 1 101 et seq.) I 8 years of age
or older and lawfully present in the United States.*

In making the above representation under oath, I understand that any person who knowingly and
willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall
be guilty of a violation of Code Section l6-10-20 of the Official Code of Georgia.
Date
Signature of Applicant:

Printed Name:

SUBSCRIBED AND SV/ORN


BEFORE ME ON THIS THE

DAY

OF

Alien Registration number for non-citizens

,20

Notary Public
My Commission Expires

G-1

ATTACHMENT H
AFFIDAVIT REGARDING LOBBYING
Each Bidder/Proposer and all proposed team members and subcontractors must sign this aff,rdavit and
the Bidder /Proposer shall submit the affidavits with theil proposal confirming that there has been no
contact with public officials or management staff for the purpose of influencing award of the contract.
Furthermore, each individual certifies that there will be no contact with any public official prior to
contract award for the purpose of influencing contract award.

The undersigned further certifies that no team member or individual has been hired or placed on the
All team members are performing a commercially
useful function on the project.
team in order to influence award of the contract.

Failure to provide signed affidavits from all team members with your response may be cause to consider
your bid/proposal non-responsive.

BY: Authorized Officer or Agent

Date

Title of Authorized Officer or Agent

Printed Name of Authorized Officer or Agent

SUBSCRIBED AND SWORN


BEFORE ME ON THIS THE
DAY OF

20

Notary Public
My Commission Expires

My Commission expires

Resident State:

H-1

2013 Revenues bY SYst em - Chatham County


Other
Adjustments
(including
leaks, rdg
2013 Revenue error, Service
(includes
Charge
etc)
servrce charge)

Consumption

Water Systems

Book Name

Book #

Used

Pont Area

29,

t7 Modena

140,s8s.26

uston Bluff
Emerald Point
Marsh Bluff

2013 Net
Revenue

(40.33)

(s8.ss)

.00)

28,666.99
140,544.93

Little Neck

Lttle Neck Plantaton


Chatham

r's

Montgormery Area

Leigh/Ferguson

L2 Riversben d

3,401
19,687
2 883

Pont Plaza

Point

# Accounts

5
5
s

39

(63 06)

13,s75,46

20

t2,873.44

19

9,126.00

63

7,2
s3,57 2.27

33

L7

219

I7

16,311.27

18

16

1,300

TL

6,347

46

mmit Ridge

32

Bakers Crossing
2,O35

1o,os1 60

Chestley Way
Doe Tail Ct.

+Adjustment Mtr.

Rd Error-

43 Ferguson/Sa ndfly..

Fox Chase

Glen of Robin Hood


Planters Common

S
29,

65

77

41,s99,82
108,416.80

2.63

lsle

lsle of Hope-Wymberly
(338.70)

s
Norwood Ave
33

ReminBton

12,o84
2,668
3,03s

eftall Bluff

4,

ra

664.26

L7,373.70

18,168.90

L9,O40,75

3s,706.00

187,080.00
14,s53.s9
16(

s
s

s,3o4.94)

36

5
lsland
istling Duck

Sewer Only Accts

I,

Various
Palm

90

36,074.98

2,666

ls,81s,s3

223,040.43
35,00

L6,74937

s
s

5
5

(4s4.s1) s
s

.00

PUBLIC WORKS & PARK SERVICES 2013


WATER/SEWER WORK ORDER COSTS BY SITE

Glen of Robin Hood Water System

o
o
o

Equipment Costs
Labor costs
Other costs
o Total costs

s20,224
s26,203
.466
$1.1
$ 1,153,893

Little Neck Plantation Water System

o
o
o

Equipment Costs
Labor costs
Other costs
o Total costs

$2,380
$3,017
$1,240
$6,637

Modena'Water System on SkidawaY

o
o
o

Equipment costs
Labor costs
Other costs
o Total costs

sL,542

sl,772
s613.r76
s676,490

Montgomery Water System

o
o
o

Equipment costs
Labor costs
Other costs
o Total costs

$4,169
$5,391
$ 16.788
s26,348

Runaway Point Water System

o
o
o

Equipment costs
Labor costs
Other costs
o Total costs

12,530

$13,513
$ 162.09s

$188,138

West Chatham Water SYstem

o
o
o

Equipment costs
Labor costs
Other costs
o Total costs

$4,084
$4,675
$30.245
$39,004

PUBLIC WORKS & PARK SERVICES 2014 (Through Julv 2014)


V/ATER/SEWER WORK ORDER COSTS BY SITE

Glen of Robin Hood Sewer System

o
o
o

Equipment Costs
Labor costs
Other costs
o Total costs

$5,989
97,137
$

17.831

$30,957

Glen of Robin Hood Water System

o
o
o

Equipment costs
Labor costs
Other costs
o Total costs

$5,278

$6,826
s33.947
$46,051

Little Neck Plantation Water System

o
o
o

Equipment Costs
Labor costs
Other costs
o Total costs

1,298

9r,742
$37s
$3,415

Modena Water System on Skidaway

o
o
o

Equipment costs
Labor costs
Other costs
o Total costs

$589
$73e
96.24e
$7,577

Montgomery Water System

o
o
o

Equipment costs
Labor costs
Other costs
o Total costs

1,366

$1,857
$o
s3,223

Runaway Point Sewer System

o
o
o

Equipment costs
Labor costs
Other costs
o Total costs

Runaway Point Water System

1,634

s2,420
s74
s4,128

PUBLIC WORKS & PARK SERVICES 2014 (Through July 2014)


V/ATER/SEWER WORK ORDER COSTS BY SITE
Continued Page2

o
o
o

Equipment costs
Labor costs
Other costs
o Total costs

$1,601

s2,369
97.179
$11,149

V/est Chatham Water System

o
o
o

Equipment costs
Labor costs
Other costs
o Total costs

West Chatham Sewer System

o
o
o

Equipment costs
Labor costs
Other costs
o Total costs

92,215
1,357
$3.6s2
s7,224

Shet1

Jrd

WATER SEWER FUND FISCAL YER 2013 EXPENS LEDGER


Amount
Chk Dte
Accl Code Check No

t3

21

17001

13

21

1700r

13

21

17001

13

21

21

t3

1012111

13
13

21

00 00:00 00

7/3

7i1 7 tN

UNIFORM SERVICES, INC,

00i00:00 00

7,3 THRU 7/17 IN

SERVICES, iNC,

00:000 00

7 THRU

1?001

1041 33?8

00:00:00.00

ALREADY INVOICEO

UNIFORM SERVICES, INC,

SER!'ICES, INC

7001

1M13376

00:00:00 00

ALRADY NVOICED

17001

't04r 3378

920/20'12 00:00:0C 00

ALRADY INVOICED

17001

t0114i18

J0/4/2012 C0:00:0C 00

1700r

10.t 141 18

10/4/2012 0C:00:00 00

1001

1041411S

10/4/2012 C0:00:00.00

7001

104166s9

17001

10416659

11/a/2C12 C0:00:00 00

FOR 9/1

:1/d2012 m:00r00 00

FOR 9 i THRU 9/

0416659
0417288

53 17001

53. 17001
17001

1M17288
M172AA

17001

o4172A8
O417286

17001
17001

13

1/32012 00:00:00 00

22
22.

TNVO|CE0 8/21 TB

UNIFORM SERVICES, INC,

56

INVOICED 6/21 TH

56

1NVOICEO 8/21 TH

56

FOR 9/11 THRU 9/

SERVICES,
uNtFoRrlr SERVICES,
SERVICES.
UNIFORM SERVICES,

505s0c

17001

1er9l9
r041?9

5054400

17001

r4?E?

505400

17001

1lzcrla

5054400

'17001

42r?57

7001

INC.

RENTAL SERVICE FO

11/21l2012 00i00:00.00
11/21l2012 00:00:00 00

RENAI SERV CE FO
RENTT SERVICE FO

SERVICES, INC.
SERVICES, INC,

00:00:m 00

RENTAL SERVICE FO

SRVICES,

cC:00:00 0

TNVOTCEC

LNC

SERVICES, INC

10/212

1/3,?013 00:00:00,00

RENTAL SERVICE FO

SERVICES. INC

1/3,20'13 00:00:00,00

RENTAL SERVICE FO

SERVICES, INC,

'113/20'l 3 00:00:00,00

RENTAL SERVICE FO
FO

SERVICES, INCSERVICES, INC.


SERVICES. INC

FO

UNIFO RIV SERVICES. INC.

FO

UNIFORM RENTAL SERVICE


UNIFORM RENTAL SERVICE
UNIFORM RENTAL SERVICE
RENTAL SER\4CE
RENAL SERVICE
RENTI SERVICE
RENTAL SERVICE

FO

FO

UNIFORM SERVICES, INC


UNIFORM SERVICES, INC
UNIFORM SERVICES. INC
UNIFORl SERVICES. INC

00:00:00-ol

RENTAL SERVIC FO

UNIFORM SERVICES, INC

00:OC:m 0O

RNTAL SERVICE FO

UNIFORM SERVICES, INC

RENTAL SRV CE FO

UNIFORM SERVICES, INC.

RENTAL SERVICE FO

SERVICES, INC,

1rl7l?Dl3 00:m:00 00

CO:O0i00.00

00:0C:0O.0O

FO
FO

OF OtD UNIFORM S

17009

RENAL SERVICE FO
RENTAL SERV]CE FO

00:00:00.00

tfx2278t

tl

INC

121i2012 00:00:00,00
1l121l201200:00:m 00

17001
17001

9/

INC.

RENTAL SRVICE FO

17001

17001

i THRU

INC

SERVICES, INC
SERVICES. INC
SERV|CES. tNC.

13

5054400

SERVICES. INC,

56

1,8/2013 00i00:00 00

13

r3
:3

SERVICES, NC

ALREADY INVOICED

13

5054400

SERVCES, INC.

IN

O0:0000.00

13

13

77

3378

17001

5051400

TlRt

ESC

?001

13

11

Vendor Name

lransctlon

5054400

17001

0423'1 55

SERVICE FO

SERVICES, INC
SERVICES, INC
SERVICES, INC,
SERVICES. INC.

s0544C0

53. 17001

0.t231 55

RENTAL SERVICE FO

SERVICES, INC,

505,{C0

53. 1 7001

0,124593

RENTAL SERVICE FO

UNIFORM SRVICES. INC,

13

5054C0

17001

0424593

00:00:00-00

SERVICE FO

UNIFORM SERVICES, INC"

1701

10424593

o0:00:00,00

SERV1CE FO

UNIFORM SERVICES, lNC.

f3

505A00
505400

0O:00:00,.00

SERVICE FO

13

5C5400

17001

10425314

m:oo:00 00

RENTAL SERVICE FO

5544m

t701

1042il65

53 17001

53 17001

13

'17001
13

042531 1

04

26065

RENTAL SERVICE FO

RENAL SERVICE FO
RENAL SERVICE FO

o0:00:00 00

10426e91

2\

170!

l3

17001

10427850

13

17001

13

17001

10428907

0428907

INC.

INC.
INC,
INC

RENTAL SERVICE FO
3 00:00:00,00

RENTAL SERVICE FO

SERVICES, INC

3 00:00:0C.C0

RENTAL SERVICE FO

SERVICES, INC,

13
-.

INC.

SERVICES INC
SERVICES, INC

RENfAL SERVIC FO

7001

21

SERVICES,
SERVICES,
SERVICES,
SERVICES
SERVICES,

14 1A 56

RENTAL SERVIC O

SERVICES, INC.

3 00:00:0O00

14 4A 5

RENTAL SERVICE FO

UNIFORM SERVCS. tNC,

00.m

56

RENTAL SERV]CE FO

SERMCES. INC"

RENTAL SERVICE FO

IFORM SERVICES, INC.

RENTAL SERVICE FO

UNIFORM SERVICES, INC.

3 00:00:00

13

17001

10426907

00:00

13

7001

10428907

00:00:00.00

13

17001

10429e0

00:00:00 O0

56

Page

NV

DATE

SYSTE.,I

Sheetl

WATER & SEWER FUND FISCAL YE.AR ZO13 EXPNS LEGER


Amount
Check Date
checl No
r3

50544C0

ll

515

53 17009

5414C0

36 -o1001

10414111

5239001

10428480

00:00:00"00

53

10421285

13
13

17001

041 3382

5A2012 00:00:00 00
10/4/2012 00i00:00.00

103

MER

INCH

OF I/IAINTENANCE

AN

OF UNIFORM ITEMS

TION

OF UNIFORM ITEMS

CCRPORATION

15122
15122

UNIFORM ITEMS
OF UNIFORM JACKE

21

r7001

13

2l

1700r

iu243A6

00:00:00 00

17001

1042430

00i00:00.00

17009

0428913

00:o0i00.00

17009

1041963

17003

,,0412144

00:00:00,00

17009

00:00:00 00

96 60 119

UTUTY SUPPLY

13
13

1/10/201 3 00:O0:O0,00

SYSTEM

6fln512

UNIFORM ITEMS

CIILORINE AND

s.4l
'1

ATE

MAINT

SYSTEMS. INC.

13

67

REFUND

FREDERICK

15122
15122

0:00:0o..00

NV

coAsT To coAsf lNc

SHIRTS WITH 4-COLOR P

17390

00:00:00-00

oesc

Vendor Nhe

Vend No

CORPORATION
CiILORINATOR INC

FILITV

19

121912012 UNKNOWN

RINGS. VIEWING TUBES

6t2J2O12

SUPPLY

Pltxfo\

13

T7009

1U12111
.,0412144

00:00:00 00

96,60 119

UTIL]TY SUPPLY

6t22O12 LHIGH
6/222012 RIVERS BEND

13

17009

1012144

00:0C:00,00

96 60 119

UfILTY SIJPPLY

6i22012 RUNAWAY

13

17009

10412144

8/23l20'1 2 00r00:00-00

119

UTILITY SUPPLY

17009

10416056

10/2512012 00:m:00.00

19

17009

10416056

0r'25r2012 00:0'l:00 00

119

17009

0420506

1/31/2013 00;00:00,00

17009

0,120506

1/31/2013 00:0O:00.00

17009

0420505

00:00:00-00

505,r.r00

1709

17C09

13

0420506

00:00:00 00

COASIAL UTILITY SUPPLY


COASfAL UIILITY SUPPLY

12l.18/2012 PAYTON
12l18/12 LHlGl-l

O0:00:00.00

12.t8/!2 MODENA
1Zt812012 HUNTERS

00:00:00.00

UTILITY SUPPLY

2 00:00:00,00
10/4/2012 00r00:00 00

505{0

13

ia16390

1c/312012 00i00:00.00

l0"l r?27

1/15/2012 C0:00:00.00
'1l3i2013 00:00:0000

MESSAGE SERVICES, INC.

TTER HOURS ANSWE


AFTER HOURS ANSWE
AFTER HOURS ANSWE

MESSAG SERVICES. INC,


MESSAGE SERVICES, INC,
MESSAGE SERVICES, INC.

HOURS ANSWE

MESSAGE SERVICES, INC.


]\,lESSAGE SERVICES, INC

AFTER HOURS ANSWE

MESSAGE SERVICES, INC.

AFTR HOURS ANSWE

MESSAGE SERVICES, INC,

O0:m:00-00

AFTER HOURS ANSWE

MESSAGE SERVICES. NC,

00:00:00.00

AFTER HOURS ANSWE

00:00r00-0o

TER HOURS ANSWE

MESSAGE SERVICES, INC.


SERV|CES. rNC,

t010

s05{400

1110

5054400

1010

I 1 t

5054400

53 1 10f0

f 042'1851

5C54400

54.25001

1041 1841

r3

5C54400

54.25001

104 13164

50

13

54m

13

640S

01

0419225

00:00i00"00

7009

0Ci00:00 00

131

00ro0:0o 00

13'190

0261 39

DO:m:O0 00

1U275

3 00:00:00 00

1U26490

3 00:00:0c 00

'l

u09610

't

7001

041 21 85

7001

041 4906

I'

ETRS

READ METERS
N S GHT SOF

7s200.c0

389

O CONTROLLED
SHOES FOR EDWARD W

389

SHOES FOR

3190

389

tr

NEPIURN

R,AD

ANDYwlL

FOR JAMES CU
I-lIDR.ANT REPAIRS

1c2A922

7/17/2013 00:00:00 00

10412189

O0:m:00.00

2189

00:00:00.0c

SEWER SAIIPUNG
SEWER SAMPUNG

00:0c:c0 00

ND SEWER SAMPLING
ND SEWER SAMPLING

13

MUNiCIPAL SUPPLY CO,, INC,


MUNICIPA! SUPPLY CO,, INC.
TA MUNICIPAL SUPPLY CO . INC.
MUNICIPAL SUPPLY CO . INC,
SUPPLY

68-00 13190

00:C0:00 00
0/18/2012 00:00:00 00

90

13190
1

8/23/20t2 00:c0:00-00
1

WATER METERS A
METER AND FIAN

90
13190

t7o0

5500

MUNICIPAL SUPPLY CO., INC.


MUNICIPAL SUPPLY CO., INC
MUNICIP[ SUPPLY CO.. INC,

RADIO READ METER AD F

3190

oC:00:O0.0O

1700e

13

MUNICIPAL SUPPLY CO,. INC,

1/3/2013 00:C0:0O00

170C9

L"P,

MARKETING,I.P.
READ METERS-REPLAC

10421855

13

L"P-

MARKETING,

READ METERS_REPL.AC

7009

17001

LP

MARKEIING,

131 90

10/31/2012 00:00:00,0O

13

13

U2212HI,ll ULTRASHARP

MARKETING,

13190

l3

DELL U22I2HM ULTR-ASHARP W

1075
2 CO:00:00 00

1023242
10423992

075

1075

0C:m:0O,00

0416082

ll

53 17009
53 170

22 ULRASHARP MONIT

00:00:00,00

143{l

r041 6082

13

13

AFTER HOURS ANSWE

AFTER HOURS ANSWE

r3

13

SUPPLY

COASTAI UTILITY SUPPLY

l3
13

12El2012 GLN
l21812012 RUNAWY

UTILITY SUPPLY

COASTAL UTILITY SUPPLY

7009

13

UTILITY SUPPLY

l9

l/31/2013 m:00:00.00

17009
13

UTILITY SUPPLY
CAL SOD/TITPO

Pege 2

CO. INC

SUPPLY CO , INC,
ENTERPRISES,

53208 HANDHELD

9/6/2012 GLEN

NEPTUNE METERS / KITS

'

1211l2012 UNKNOWN
3/.l8l2Ot3 UNKNOWN
3/18i2013 UNKNOWN

NEPTUNE METER

NEPTUNE METERS
NEPTUNE E.CODER

NEPTUNE RAOERS E

6/5/20f3 UNKNOWN

E-coDEl 7/14/2013 UNKNOWN

INC"

ENIERPRISES, INC.
ENTERPRISS, INC.
ENGINE CO SRVS OF SAVH, LLC
ENVIRON, SER., INC
FLORIDA-SPECTRUM ENVIRON. SER, INC
FLORIOA'SPCTRUM ENMRON SER., ]NC
FLORIDA'SPECTRUM ENVIRON. SER-. INC

vARlous

HYDRANT MAINTfiESTING
BARREN APRIL 12

6/2412013

BARREN FEB 2012

5/3I2OI2 PINE BRREN

DW SAMPLES APRIL 2012


DW SAMPLES MARCH 2012

5/312012 PINE
5112012
51 PA12

MRREN

Sheel1

WATER & SEWER FUNO FISCAL YEAR 201! EXPENSE LEGER


Ahount
Check Daie
Accl cod Check No
13

21

;3

21

Vendor Name

Tnsection

0.12f69
1041

422i

00:00:00 00

AND SEWER SAMPLING

SER, iNC
EI.{VIRON SER,INC

00:00:00,00

ANO SEWER SAMPLING


AND SEWER SAMPLING

F]-CF1DA.SPECRIIII

ENVIRON. SER", INC


ENVIRON" SER-, INC

I2

BARREN QUARTERLY EST


SW SAMPLES MAY 12
BRREN MAY 2012

5t31112
Ef27nC't2
8,2712012 PINE BARREN
8/2712012 PINE BARREN

00:00:00 00
0O:00:00,00

ANO SEWER SAMPLNG

505,1400

t042c564

3 00:00:C0.00

AND SEWER SMPLING


ND SEWER SAMPLING

ENVRON, SR., tNc

E\RON. SER,, tNc

DW SAMPLES OCT
.TEST
PINE BARREN

SEWER SAMPLING

ENVIRON, SER., tNc

TST PINE BARREN

1/8/2013 PINE BARREN

ENVIRON SR,. rNc

1t8t2013

ENViRON. SER., tNc


ENVIRO{ SEK, tNc

DW SAMPLES NOV
TEST PINE BARREN
DW SAMPLES SPT

SEWER SAMPLING
SWER SAMPLING

ENVRON. SER", NC

DW SAMPLES DEC

tNc
ENVIRON" SER^, tNc

DW SAMPLES JULY
DW SAMPLES AUG

SER, tNc

YO TEST PINE EARREN


MO DW SAMPLES JAN
BARREN AUG 12

1042A864

1/31/2013 00:00 00 00

042564

1/31/2013 m:00 00 O0

042056{

1/31/2013 00:00:00 00

13

13

350

52 39001

10420564

1/31/2013 0o:0r00.00

AND SEWER SAMPLING


AND SEWER SAMPLING

5239001

10420564

1/31/2013 00:00:00.00

AND SEWER SAT'IPLING

52 39001

1M?1817

00:00:o0 00

52 39001

10421877

00:00:00.00

5239001
5239001

13

042401 0

00:00:00"00

AND SWER SAI/IPLING

o424A1A

00:00:00.00

AND SEWER SAMPLING

00:00 00 00

AND SEWER SAPLING


SWER SAMPUNG

,3

ENVIRON SER, INC


tNc

ENVIRON. SER., tNc


SER-,

13

104277

00:00:00 00

t3

1M246TT

00:00:00 00

SEWER SAMPLING

ENVIRN. SER-, INC


ENVIRON, SER., INC

t3

1c/21677

00:00:00 00

SEWER SAMPLING

ENVIRON" SR., INC

13

1012507

3 00:00:00"0O

ENVIRON. SER., INC

13

39001

i0425017

3 00:00:00.00

9090

SEWER SAMPUNG
SEWR SAMPLING

13

52 39001

10425047

5/22013 00:00i00"00

9090

SEWR SAMPLING

13

505440

554{@

t,3900t

5,0/2013 00:00:00-00

1464
104441

5/30/2013 c0,00:00 00

SEWER SAMPLING
AND SEWR SAMPLING

9090

5/30,20'l 3 00:00:00'00
00:00:00-00

SEWER SAMPLING

00:00:00.00

AND SWER SAMPLING


SEWER SA'PLING
SEWER SAMPLING

m:00:00 00
10414742

00:00:00

13

12901

10412215

00:00:00,00

13

12901

13

f2901

1Mt5t40

10/19/2012 00:00:00 00

t2901

1c417382

12901

12S01

10420:01
I 2 f t47

505{400
5051,10C

53

53

4tan013

4/52013 PINE EARREN


4/512013 PINE BARREN

42512013 PIN BARREN


42512013 P NE BARREN

BARREN FEB
BARREN APRIL
DVr' SAMPLE APRIL

4t252013
1t25t2013
6/5/2013 PINE BARREN

DW SAMPLE FEB
NE BARREN MAY
t!O DW SAMPLE MAY

6i32013 PINE BARREN

9/13/2012 VARIOIJS
10/122012 vARrous
11/9/2012 vARlous

POWER
POWER

1/2112013 0C:00:00,00

152464

POWER
POWER

1211l2012 VARIOUS
1/122013 VARTOUS
21?]2013 VARIOUS

v122013 VARIOUS
4/122013 VARIOUS

152485

m:00:0C.00

166202

POWR

12901

m:O0:0-00

1662f1

POWER

MARKING PINf AND PAINf S

50

00:00:O0,00

RFP 148965

TCI-INOLOGY AUTHORITY

5054400

10412404

C0:0D:00,00

RFP 148373

TECHNOLOGY AUTHORITY

5054400

10411210

1cgl2tl2

RFP

52,32001

1041644'l

'10l3J2012 00:00:00

TECHNOLOGY AUTHORTY
TECHNOLOGY AUTHORITY

5232401

1C418073

126120'12 00:00:00 00

63409

52.32001

0420582

1/31/2013 00:0c:00.00

163427

5232001
5232001

1..!22234

881

00:00:00.00

t3

00:00:00"00

tn

1226
RFP 15495 2013 0UES

14E981

RFP 1489S6

3 00:00:00 00

16954
1

5/13/2013 VARIOUS
6/t2120t3 VAROUS

SERVICES LIFT ST
SERVICES LIFI ST

7131t2012 SPA

8/31/2012 SPA

TECIiNOLOGY AUTHORITY
TECHNOLOGY AUTHORITY
TECHNOLOGY AUTHORITY

00 00:m.00

00r00:m.00
10425424

BARREN JULY 12
DW SAMPLES MARCH
BRREN OUARTERLY TEST
BARREN MARCH

152455

12901

10424697

3t21P413
1O/31/2012 PINE BARREN
10i31/2012 PINE BARREN

152437

152477

21

1O/3/2012 PINE BARREN

7/2712012 VAFIOUS

POWER
RIJRAL IVATER ASSOCIATION
SURVEYORS EXCHANGE CO., INC

505400

10r3112012

11n1nA12OA.OO'n o0
1Z2al2O12 Ca:'.oo Dc

0068.91

m:00:00 00

J1

Zql2013 PNE BARREN


10131012

POWER
POWER

152404
1

00:00:00 00

5054400

2,7 t2013

BARREN WTF

R?P 152120

12901

z1

1/8/2013 PINE BARREN


1/1424',3

FLORIDA-SPECTRUM ENMRON SER-, INC


FLORIDA-SPECTRUM ENVIRON SER., INC

2901

1290i

5C54400

INC

6128/20i2 PINE BARREN


1t2413

IA POWER

r0332

00:00:00.00

0413508

t)4 1 8756

INC

6t2\t2C12

1l20r3 PIN BARREN

GEORGIA POWER

152380

c0

IC

FLORIDA-SPECTRUM ENVIRON" SER., INC


FLORIDA-SPECTRUiU ENVIRON^ SER, INC

00:00:00.00

12901

INC

FLORIDA.SPECTRUM ENVIRON, SER., INC

10427938

13

INC

SEWER SAMPLING

10427938

00:00:00 00

13

ENVIRON, SER .
ENVIRON. SER.,
NVIRON" SER.,
ENVIRON. SER,,
ENVIRON. sR.r

SEWER SAMPLING

1M464
10'm464

13

13

BARREN JUNE

10114227

00:00:00 00

r3

I3
l3

DW SAMPLES JUNE20l2

104147

1011 4227

J]

f3

SYSTEM

50541 00

13

;3

DATE

51tm12
MO DW SAMPLES FEB 2012

AND SEWER SAMPLING


AND SEWER SAMPLING

11

13

INV

DESC

AND

5054{00

AUTH ORI'TY

LIFT ST

3/31/2013 MOOENA

AUTHORITY

LIFT ST

3/31,'2O13 SANDFLY

TECHNOLOGY AUIHORITY

6345

Pge 3

Sheett

WATER & SEWER FUND FISCAL YEAR 2013 EXPENSE LOGER


Amou
accl Code Check No
Check Date

IW DA'IE

Vendor Nam

No

SYSTEM

5054100

i3

0427955

5054400

1i

00r00:00 00

0427955

13

'17009

M1127

13

17009

662E

1o1/2012 oo:ooioo

13

17009

6628

10/31/2012 00:00:00

O0

r3

17003

6626

TCf/2012 00:00:0o

t[

17009

104128

17009

6628
9537

1/10/2013 0Cr00:m.00

13
13

?1

13

TECHNOLOGY AUTHORIry

SERVICES LIFT ST

63485

TECHNOLOGY AUfHORITY

NETWORK SERVICES LIFT ST

502013 sAliDFLY

PUMP, P STON HAND

9n7

CLOORIMETER
GLOVES

9/25t2012 UNKNOWN
9/2s2012 UNKNOWN
9/25/20f2 UNKNOWN
g/25l2012 UNKNOWN

TO FACILITATE TI.1E CL

101212012 00:0C:00,00

14733

Y F.CILIT ES MAIIN., LTO


Y FACILT ES MIIN , LTD
Y FACIL TIES MAIIN-, LTD

0/3,l/2012 00:00:00.00

14733

HDSUPPLY FACILTIES MAIIN., LfO

101/2012 00:00:00 00

14733

FACILTIES MAIIN". LTD

POCKET CLOORIMET

TURAINE PUMP

13

17009

1021340

0C:O:m-00

METER BOXES FO

13

17009

1042764A

00:00:00"00

STOCK ITEMS

17009

10427980

00:00:m,00

890 00

17009

10126927

00:00:00.00

65.E8

s3{.81

1042%52
10429652

00:00:00 00

ftlo

10429652

00:00:00-00

0429652

00:00:00.00

54.22001

0429652

00:00:00 00

l3

53 17009

04 I 6096

13

52 221)01

13

17009

13

34 22041

WATERWORKS. LTO.

IO

C LEWIS MOTOR

CHLORINE FEEDE

88

00:00:00.00

13045

21

3366

00:00:00.00

4100

00:00:00 00

13045

GLEN OF ROB

JAMES W.

13

4100

C0:00:00 00

13045

GLEN OF ROB

Y, JAMES W

13

10414112

10/d20'12 0O:00:00.00

13045

AR

13

10414112

10/4/2012 00:00:00 00

3045

13

0414809

1o/18/2012 oo:cr0:00 oo

1625-00 13045

041665,{

l116/2012 m:00:00.00

1625.00 13045

CONTRAC CLEANUP AR
AI WELL AND
AT WELLAND
Af WELL AND

et

39001

505lco
554m
505440{

13
J3

1625.00 13045
13045

ATWELL AND

JAMES W.

1cr'27821

6/21l2C13 00:00:00 00

3045

JNES W.

0429638

7/30/2013 00:00:00-00

3045

ATWELL AND
AT WELL AN D

10411.499

00:00:00 00

10419935

00:00:c0,00

0420666

00:00:00,00

120t1

040s087

00:00:00 00

1201

0414301

00:00r0O00

13

12011

1u19300

1/3/2013 00:00:00"00

CONSE

1201

10423773

3 00:00:00-00

TER CONS

1025/2012

1010

110r0

86

LETTERFOLD I1'W,GE
PINE BARRE WAS

fa4l,{3 r0

SPRAY F

&
&

WAf

& SON, INC

5054{0

r04?5f

5054400

1U2i&t

00:00:00^00

OF PINE BARREN

50s{400

r0.280{

00:00:0O 00

OF PINE BARREN WAT

i7009
17009
'17009

OF PINE BARREN WAT

00:00:m.00

154940

00:00:0O.00

1S951

TOWER

1tq2a13

NOT

USE_

NOT

USE*'

soN, Nc"

OF PINE BARREN WAT

10416?l

1273

HOPE STUDY-WTR

A SON, NC"

FIELD ANO TR

505440

m:m:0 00

LLc

-DO
WALIqCE-'DO
WALLACE-

soN, tNc"
soN, rNc^
& soN, tNc.

SPUY

r.{ti1t0

17009

?t

w/RE

LETTERFOLD

00:00:00 00

5s4400

53 17009

l3

14"

0C:D0jO0-0C

00:00:00 00

co.

M-IROPOLITAN PLANNING COMMISSION


MTROPOLITAN PLqNNING COMMISSION
METROPOL|TAN PLNNING CO'I[/lISSION
PL,ANNING COMMISSION

151510

r3

1l

&

vARlous
vARlous

LOGICALCONCEPTS INC.

13

101/2012 VARIOUS
42812013 vRlous
6/52013
7/9/2013

KRI ENGINEERING, INC

54935

13

13

90/2012 VARTOUS

MOWING

JAMES W-

LOCAfE PROPER

fHE FESItsILITY OF

MOWING

JAMES W

5/16i2013 00:00:00.00

52390r

13

JAMES W
JAMES W.
JAMES W

5/2/2013 00:00:00.00

523rOr

8/20/2012 SALCEDO

144247

Y, JAMES

an72o12 GIEN

10424927

523900f

13

JAMES W

AT WELLANO

CHLORINAIaF p142012 JNKNoWN

SRlEs,f000 cHLORlN.lol 1227 t2ot2 JNKNoWN


MOWING
71 n012
MOWING
E/1 1/2012 VR|OUS

OF WELLS & L

21

13

t3

5/30201 3

d11no13

SERIES +000

POORE

13

3045

1n8D013

SI-IOVELS, WASIiERS..

CO.

H, POORE

FEEDER REPAIRS

C0:0C:00"00

12J19r2012

H POORE

REPAIRS

357

VER'I'ICALTURB NE PUMP
METER BOXES

LEWIS MOTOR CO.

EQUIPMENT GROUP
1367

sl2sl2012 UNKNOWN

GLOVES SHIPPING

LEW]S MO-TOR CO.

INCLUDE 3

BED LINER

no12

c. LEWTS MO-rOR CO,


c, LEWTS t\,toToR co,

MODEL XL R./C PI
DRIVE

GLOVES

WATERWORKS, LTO,
lNc #6035322503A62132

PUCHBROOM

00:00:0t 00

00;00:00 00

WATERWORKS. LTD.
SUPPLY WAf ERWORKS, Lf D.

METER BO

TMILER TOW PACKAGE

00:00:00 00

6/30013 IJoDENA

16345

PINE BRRN
PINE BARREN

&

soN, tNc-

/ MOWING

4/2512013 PNE BARREN


5i5112013 PINE BARRN

/ MOWING

6/21i2013 PINE BARREN

151975

8016
c0r00:00-00
10426420

00:00:m.00

r0425909

3 00:00:00 00

6r

CASH

166054

CASH

166075

WAR STORAGE

P9e 4

Ic

STRUCIURAL-TANKSUPPoRT

4//2013 GLEN

Shcetl

FI

WATER & SEWR FUND FISCAL YER 2OI3 EXPENSE LEOGER


,\Tount
Check Date
Acd Code Check No

Cd4

Vend No

0Esc

Vendor Nme

Transaclon

LLC
34 421!3

13

1W2n23

7/19/201200:00:00 00
8/2712012 00:C0:00 00

1cr'l2373

s0544J

53 12103
53 12103

5054400

53 12103

041 471 0

50514C0

53 12103

041 746?

55400

12103

196

C0:00:00.00

T3

12103

10423M1

Ct:00:00,00

13

121 03

10424125

l/2013 m:00:00 00

10426274

13

l,fiR

CITY OF
CITY OF

SPASVCS

POOLER,

SPASVCS WATER
SPA SVCS.

00:0000 00

13

041 261 0

8/30/12 00:00:00,00

041 0889

7/26,r12 0c:00:00.00

CT-Y

OF

CTTY

OF

POOLR, CITY OF

166036 SPA SVCS

CITY OF

svCS

CITYOF

SPA SVCS

cllY oF

SPA

CITY OF

00i00:00,00

CIIY OF

POOLER, CtrY OF

t6601 8/SP^ SVCS

t23l2013 OO:0o:00,00

10427721

OF

SPA SVCS

SPA MTR

00::00,00

12103

1?r03

00:00:00,00

13

13

549

154933 SPA

E998.

1/2O12 00r0O:00.00

'12103

13

1
'|

00:C0:00.00

1041S29

SYSTEM

6t17 12013

f82.(1

00:00:00.00

1M09711

IM/DATE

tNc_

TO CRN ON *1 10

00:00:0O.00

54918

rNc

54932

tNc.
rNc"

5f,2001
13

5054400

0124O

54984

tNc.
tNc.

166008

INC.

1ffi020
166022

tNc,
tNc.
tNc.
tNc

RFP 166037 PAGER SVC


RFP 166055 PAGER SVC

505400

.2591

3 00:00:00 00

5C54400

04t 6209

505400

01259{6

trzsfzole 00 00i00,00
t1&A13 00:00:00,00

13

5054400

0.25T3

00 00 00 00

5051,{00

121i1

104C9712

00:0O:00.00

505{00

12111

154959 MAINT CONTRACI

f0297

041 2636

00rm:00.00

0414374

10/4/2012 OO:00:00,00

0416859

l118/2012 00:00:00 0o

041 6859

i3

i2111

l04

17498

11/21l2012 00:00:00,00

13

12111

10417A74

13

12111

12111

1A420718

11//2012 00:00:00.00
1262012 00:O0:m 00
2013 00:00:00,00

10/'20718

f12013 00:00:00,00

042719

1,81i2013 00r00:00 00

13,{8

10/.20724

/312013 00:00:00,00

1348

:05oo

12111

5054.100

53 12111

5054.tt
55440

1/82012 00:00 00,00

10422692

00:00:0o,00

111

10423450

3 00:00:00 00

111

10423451

3 m:o0:00.00

13

12111

10423439

13

121 11

12111

13

104t6697

55400

r2111

!042fr

3)94C0

12111

PT SEWR
L MAYER

SEW

348

ItrO3O RUNAWY PT

6162013 00:00:00 0O
00:00:00 00

348

1344

t66076

348

66083

349

00:00:000

4242

SVcs)

(WAfER SVCS)

CITY OF (WATER SVCS)

clTY oF (I/VATER SVCS)


oF (WATER SVCS)
ctTY oF (WATER SVCS)

crry oF

(WATER SVCS)
OF (WATER SVCS)

FLD SEW

CITY OF (WATER SVCS)

crTY oF (wAfER SVCS)


clTY oF (WATER SVCE
CITY OF (WAIER SVCS)

COMMUNICATION & ELECTRONIC

BATTERIES
00:0O:00.00

O,VATER

MAYER SEW

166042 RUNAWY PT SEW

clY oF

oF (wArER SVCS)
oF (wAfER SVCS)
cllY oF (lvAlER SVCS)

166044 SPA fRAVIS FLD

r7009
21

FIELD S

3,(8

401

SAVI$NA't

oF (waTER SVCS)
oF (WATER sVcS)

3 00:00:00"00
3 00:00:00.00

12111

POINT

4916 40 '1348

OF (WATER SVCS)

MAYER SEW

348

8i30t2_D12

4/10/2013 RUNAWAY

CITY OF (WATER SVCS)

1?/8

00:0O:0O.O0

1 1

CJTY

TRAVIS FIELO

34E

WEI-I HS ROOF

oF {wA-rER SVCS)
oF (wA'rER SVCS)

15496E.ITRAVI9 FIELD
't348

5312111
53,121

1IS8
3645-

PT

OF (WATER SVGS)

15494L MAYER SEWEF

CONTRACT MAINTENANCE

oF (WATER SVCS)

FIE SPA

041 8162

PROFESSIONALS, NC,
tNc-

MAYER SEWER

13

13

SOFTWARE SYSTEMS, INC

s/TRAVIS FIELD

4051 9

121i1
i2111
i2111

13

TO ROOF @ RUNAWAY
AOOI'OL UNFORSEEN REPA

041 C916

5054.100

t3

tNc_

RFP 166065

i3

r3

54965

RFP 166022

i3

13

60 RIVERS BEND
202 PARERSBURG

Prge 5

RIVER UTILITIES CO.


SAVANNAH RIVER UT!LITIES CO

60 RIVERS BEND

6t19t2012

202 PARKRSBURG

6/18/2012 PARKERBIJRG

She.t1

WATER & SEITJ ER FUND FISCAL YER 20I3 EXPENSE LEGER


Amoun
Check De
Acct Code Check No"

Transsction Descriplion

II.{VDATE SYSTM

Vendor Name

6116nO12

5054400

2r

0409419

13

041 1286

00:00:00^00

13

1041 1286

00:00:00 00

13

1M11286

00:m:0O 00

1041

56

13

10412322

13

10412322

13

14412322

13

1
1

0.11

13

0414102

m:00:00

UTILITIES CO.

LONGLEAF

UfILITIES CO,

Cf

RIVER UTILITIS CO,

3280

WASTEWATER SYST

RNER U'T]UTIES CO"

AND WASTEWATER SYST

RVER UTILITIES CO.

52.39001

T0411102

00:00:00,00

505{400

52 39001

1U14102

00:00:00^00

SUMMIT RIDGE

50s40

52 39001

1ul4102

C0:0C:00 00

REDFIETD DR

UTILITIES CO-

4l 02

00:00:00 00

RIVERS BENO

RIVER UTILITIES CO.

/E/2012 J0:C0:00 00

HILLGATE DR

RIVER UTILITIES CO.

52 39001

13

2l
3l

0,11

2t

1/8/20 12 00:00:00 00

sYsl

RIVER UTILITIES CO.

1/292012 00:00:00,00

SYST

RIVER UTILITIES CO

1/2912012 00:00:00.00

WASTEWAfR SYST
8CKSHLL RD
AND WASTEWATER
AND WASTEWATR SYST
REPAJRS SPA

0417883

I 041

8525

13

1041 8525

1213/2012 00:00:0C 00

3900r

1041 8525

121 3/2012 O0:00r0C-00

39001

1
1
1

0418525
0419395
0419395

1'11W.412 O0:0:AO

CO

8277
1217 64

',FTE
1M37 FERGUSON ROAO

1i4l2013 00 00i00,00

1A120422

o120422
13

00:00:00,00

13

00:00:00 00

I5
t5
l!5

13

t021 l

13
13

BACK SHELL

00:00iC0,00

331

3 00:00:) 00

201

AND WASIEWATER SYST


AND WASTEWATER SYST

0O:00:00-00

l$2?69
1242

50544@

10423462
52

390tf

1M21160
1

0424160

1/20f3

1/2013 00:00:00-00

10421160

3 00:00:00 00

;3

?r

10121160

3 00:00:00 00

13

21

1A421437

13

1C425220

r3

10426564
0.426564

5054400

13

505{00

10427305

00:00:00

t3

505400

1U27826

00:00:00"0O

5054.t00

52 30r)l

10427626

00:00:00-00

3017
435,91

7n

PERIDOT
LONGLEAF CIRCLE BORING
LONGLEAF CIRCI..E AORING
1M2I FERGUSON AVE LINE
ROAD LINE
LEAK

TNE

UTILITIES CO"

9/12t2012

AVE

812212012

SUMMIT RIDGE ROAD


REDDING DRIVE

8t23t2012
9t13P412
8121t2012

I06 HILLGAE DR
141 MARION CIRCLE

1U18n012
10t1t2012

RIVERVIEW DRIV LEAK

10t17nol2

ROMNEV PLACE
CHESfLEY DR
WASHINGTON FIRE HYDR

1C|16t2012

BACKSHELL RD
ARTLEY RO
101 ZIPPERER DR

1At24nO12

1A21nO12
11

t1312012

11t1312012
11t16DO12

11t132012
10037 FERGUSON RO

11r12012

104 SUM[,{If RIDGE

12,612012

WHITEFILD RD
REPL PINE BARREN PONO
BCKSI-]ELL RD

12/14nO12
1/3t2A13

12nOt2012

LEHIGH DR

1t4t2013

RICHI\,IOD DR

12J17t2012

111012413

LONGLEAF RD
METER

1 6/2013
1/2312013 sPA

that2013
RIVERVIEW @ RUNAWAYPT Z1l2013 RUNAWAY
LANSING DR LEAK UNDERPAW 21712013

WYMBERLY CIRCLE
HUNERS RIDGE PUMP ST

3/1 L/201

UTILTTIES CO.
UTILTIES CO.

6 RUNAWY PT RD

3/15/2013 RUNAWAY

UfILITIES CO

Page 6

8t10t2012

1t15t2413

BARREN WWTP

Cf

816t2012
8J16t201?

RD

RIVR UfIUTIES CO.


RIVER UTIUIIES CO
RVER UTIUIES CO
RIVER UTILIlES CO

WYMBERLY

w6no12

EARLS COURT

RIVER UTILIT]ES CO"

WASTEW,TER SYST

AND WASTEWATER SYST


TER ANO WASTEWAER SYST

2012

7t122012

1/1112413

RIVER UTILITIES CO,

AND WASTEWATER SYST


WAER AND WASTEWATER SYST
ANO WASTEWATER SYST

m m:00 00

HILY DRIVE METER

RUNAWAY PT RD
WHISTLING DUCK

ANO WASEWATR SYST

RUNAWAY POINT ROAD


HENDERSON AVE
AND WASTEWATER SYST

615t2012
6128t2012

RVER UTILTTIES CO-

SI

6/13/2012 SPA

RIVER UTILITIES CO,

SAVANNAH RIVER UTILITIES CO"

RVER UfILITIES CO-

CIRCL
R DGE PUMP

C0:0O:Cr0-00

SAVANNAH RIVER UTIUTIES CO.


RIVER UfILITiES CO"

RIVER UTILITIES CO.

CARETAKERS

5.!!doI

SAVANNAH RIVER IJI1LIES CO

ctR

ELMHURSI CT
FULL MOON LANDING

52.JS{01

SPA
WHITEFIELD FIRE HYDRAN

UTILJTES CO,

METER

RI!RS BENO

13

UTILITIES CO

SAVANNAII RIVER UTILITIES CO

RD

13

RIVER UTILTIES CO.

RIVER UTILIT]ES CO.

IGH

RtcaoND

3 00:00:00 00

R'VER UTILIIIES CO

RIVER UTIIITIES CO

WAS'iEWATER SYST
WASTEWATER SYST

0O:0Cr00 0C

RIVER ULTTIES CO,

UTILITIES CO.

104 SUMI\IIT R DGE

1/4/2013 00:00:00 00

10420350

50940J
501400

UTIL]TIES CO.

1041 7883

13

52 33001

UIILITES CO"

10416665

121312012 00:00:0C 00

52 39001

UTiLITIES CO.

DR

C0:00:00.00

13

ws'1

WTEWATR

D0:00:0o.o0

0415865

52 39001

t3

ultLtTtEs co,
RIVR UIILITIES CO

WASTEWATER SYST

t0

UTILITIES CO.

RVER UfILITIES CO.

52 39001

l3

W,ASTEWTER SYST

50$tds

52 33001

13

UTILITIES CO

WASTEWTR SYST
00:00:00,00

urLlftEs co.
RIVER UTILITIES CO.

REPAIRS
WASTEWATER SYST
LONGLEAF CT

666

00:00:00.00

041 3280

1l

13

SPA LIFf STATION


WASTEWATER SYSf

UTILITIES CO
UTILIT]ES CO.

RIVER UTILITIES CO
RIVER UTIUTIES CO.
RIVER UTILITIES COUTILITIES CO
UTILITIES CORIVER UTILITIES CO,

3/.15/2013 HUNTERS

HENDERSON A\,E

3J13t2013

PT PUMP STATION

31/2013 RUNAWAY

LYONS CT

4t11t2D13

Y ISTAND LIFT SIATION

42312013

WELL / PRES
TIMAERS WAY
& 108 \\Y[BERLY CT
WYMBERLY CT

Sf

4/2412013 RUNAWAY
512013
5t16t2013

6/20

Sheetl

WATER & SEWER FUND FISCAL YEAR 2013 EXPENSE LEDGER


Amount
Chck Date
Acct cod Check No.

WASTEWATER SYST

3!00r

POINT LIFT STATIO

52 3Qq!1

WASTEWATER SYSI

5? f,900r

POINf LFT STATIO


1?26

0O:00:m-00

10

13

u6

00:00:00"00

10

13

r04l r 226

l3

10422394

13

l01'1.2012 00:00:00-)

13

ldf{t61
l(xl.761

13

10411761

!C|,1 1/2012 00:00:00 00

13

5054400

5054400

RFP

00:0C:00.m

5100

GEORGIA/DNR

OF GEORGI/DNR

PO ORINKING WATER TES

GEORGIAJDNR

CALLTO CHECK OUT


SEWAGE PUMP
TO REPAIR BYPAgS PUMP
TO BYPASS PUMP
PARTS TO CONNECT PUM

PUMP & MANUFACTURING, INC

nool

10427157

REPAIRS FOR RUNAWAY

PUMP & MANUFACTURING, INCPUMP A MANUFAC''URING, INC.


PUMP & MANUFACTURING, INC.

BYPASS PUMP

0O:00:00.00

52 2mO1

10427157

00

l3

5054400

52 22001

1U21457

00100:00 0o

5054400

32.2001

10429667

5054400

52 3900

5054400

5239001

041

00:00:00 00

10/1 1/2012 00100:00.00

5054400
5117

13

0416895

10118/2012 00:00:00.00

MOI.iTHLY UTILITY

1/8/2012 00:00i00,00

Y UfILITY

UUry

10414572

12113/2012 00:00:00 00

10420781

1/31/2013 00:00:00,00

MOMHLY UTIUTY

10421415

:114?13 00:00:00.00

sT|lr^1 I\.'IONTHLY UTIL TY

srulEo

MONTHLY UTILIfY

52 39001

104227 43

314,2o13 00r00:00.00

55460

52 39001

l/2013 00:00:00.00

MONTHLY UTILITY

s5{o

52 39001

10424192
104260i7

00:00i00.00

UTILITY

0427355

0O:00:00,00

UTILIY

042E954

00:0O:00 00

MONTHLY UTILITY

13

5t00

1c411322

E/22012 o0:00:00,00

13

1041 3336

9/13/2012 00:00:00 00

l3

13

00 00;00,0t

53#0

00:00:00-00
82013 00:00:00 00
oo:00:O0.00

10425607

WIRELESS
WIRELESS

6341 6

WIRLESS
WIRELESS

00 00:00 0O

10426950

1M17255

11010

't3

1010

llrJ t2012

4081

16v28

4081

263442
1

8?

WIRELESS
WIRELESS
WIRELESS
WIRELESS

63456

163463
1

63476
OFFICE SUPP

PRINTING & OFFICE SUPPLY

'

C49

PRIN'T]NG E OFFICE SUPPLY

JEf TONERS - C49

PRINTING & OFFICE SUPPLY

LASR JET fONERS - C49

PRINTING & OFFICE SUPPLY


PRINTING & OFFICE SUPPLY

PRINfING & OFFICE SUPPLY

00:00:00"00

LASER JET TONERS

f3

5054400

1010

1M17932

l/29i2012 00:00:00-00
l1129/2012 m:00:00,00

13

5054400

101

04 17932

I 1/29/2t)12 00:00:00-00

505.100

1010

104179s2

s054400

1010

00:00:0o-o0

L,ASER JET TONERS. C49


LASER JET TONERS - C49

1010

00:00:)-00

TASER JETTONERS - C49

041 7932

1/29/2012 00:00:000

CENTER. INC
CENTER, INC
cN-rER, rNC
CENTER, INC
PROfECTLON CENTR. INC
PROTECIIN CENTER, INC
UNLITIS PROTCTION CENTER, INC.
U-TILlTIES PROfECTION CENTER. INC.
UTILITIES PROTECTION CENIER, INC
PROTECTION

148997

l512012 oD:00:00-00

13

PROIECTION CENTER. INC


CENTER, INC

148974

0/1 1/20t 2 0C:00:00 00

r.112012 00:00:00"00

13

CENTER, INC
CENTER, INC

WIRELESS
WIRELESS
WIRELESS

0OO0:00,00
13

HP LASER

LIFT STTION

Peg 7

PORTABLE SEWAGE PUMP


PARTS FOR PUMP REPA]RS

PUMP A MNUFACfURING, INC

MONTHLY UTILITY

00:0O:00.00

l;34

04 1 3718

13

13

PUMP REPAIRS FOR RUNAWAY


REPLACEMENT STARTER FOR P
EMERGENCY REPRIS TO BYPA

r00:0O.m

5054400

t5

& MNUFACTURING, INC.

10421 157

r3

f3

& MANUFACIURING, INC"

17009

'1G12658S

6rze013
5/30/201 3

COMPANY

PUMP & MI.IUFACTURING, INC.


PUMP & MANUFACTURING, INC.

i3

Pf

6l2DA13

GORGIJDNR

WAIER TES

101181012 00:00:00-00

SYSTEM

& LINDY

REIMBURSE

EPD DRINKING WAR TES

10/1 1/20 12 00:00:00 00

RUNAWAY

RIVER UTLLITIES CO

IRADING/OPERATING COMPANY
COMPANY

3 00:00:00.00

RIVER UTILIfIES CO

ccR's
ccRS
,I65475

00:00i00,00

SALCEDO PUi.|P SfAIION


RUNAWAY PT LIFT STATION

RIVER UTILTIES CO.

TRADING/OPERATING

GA EPD DRINKING

1,2012 00i00:00,00

STATION

RIVER UTLTIES CO.

CCR'S

GA PD DRINKING WATER TES

0414761

a122730
o414173

5054400

00:00i00 00

INVDAIE
5/16t13
st16t2013

RIVER UTILITIES CO.

6/21l2013 00:00:00 00
52

DESC

Vendor Nan

Vend No

PRNTING E OFFICE SUPPLY

PYMT-UTILITY

LOCATES
LOCATES

-UTILITY LOCATES
PYMT-UT LITY LOCATES

PYMT.UTILIry LOCA-TES
PYMT-UTILITY

LOCATES

PII\IT-UTILITY LOCATES
PYITT-UTILIry LOCATES
PYMT.UTILITY LOCATES
PYMT.UTILITY LOCATES

9/2.1/2012 uKNOWN

921/2012 UNKNOWN

Sheetl

2l

WAfER & SEWER FUND FISCAL YEAR 2OIT EXPENS LEOGER


Amount Vend No
Chk Oale
Acd Code check
.12
1042E17E
i27201 3 00:0O:00"0O
5X11010
,13.12
t27l13 00:00:00,
53,1 !010
10428178
38,.m
104134
3/23/20'12 00:Cn:0O00
54.25001
1 16.25
8/23./20 I 2 00:0o:00,m
1041A34
5425001
8438,00
1$17233
1 l/1 5/2012 00:00:00,00
5425001

13

21

51.25001

10/.2'gz75

13

21

5222001

041 1328

6/2012 m:00:00.00

FY

&

13

21

13

21

13

21

13
13

21

5,O544{S

7r24l2o13 00:00:00,00

l3

21

s222001

1041 1328

822012 oo:oo:oo,oo

13

21

52

10'|'13728

9120./,l2 00:00:0O00

300-00

13

21

5222001

041 372E

9/202012 00:00:00.-00

360-m 1396

13

21

5222001

04',t

1fY4/2012 00:00:00.00

700_00

396

52 22001

10417562

60,m

396

52"39001

r17938

52.2001

5222@1

10/.27413

13
13

21

13
13
13
13

21
21

34.421 03

5237020

4436

0426608

10427479
10121129

TASER JETTONERS. C49


PUMP FOR NANCY PLACE
PUMP FREIGHT

PURCHASE REPLAC
PUMP BR.ACKE

VendorName

&CANNON, INC"
&CANNON, INC,
WALKER E CANNON. INC"
& CANNON, INC.

CONTROL PANEL

CONTRACTORS
CONTRACTORS

REPAIRS

MNCY PLACE

CONTRACTORS
CONTRACTORS

TO

REPAIRS UNTIL NEW TA

CONTRACTO RS

'11/29/12 00:00:00,00

2s0"00 '1396

TO HOPECRES LIFT

00:00:0O"OO

450.00 1396

TO LIFT STATION

COI.TRCTORS

/19/2013 00:@:00"00

300,00 1396

fO

CONTRACTORS

00:00:00"00

6/192013 00:00:00"00

900-00 189

21 4,201 3 00:00:00-00

179,v

7/3020't2 MNCY

TO HUNTERS RIDGE

WATERYWASTEWTER

5&)/2013

l2llt2

7/302012 NANCY
10t2212012

fO
IO

CONTROL PANEL

TO

LIF STATION

SALCEDO LIFT S
BRENDA G

EDWARD

44s6

Page

INVOTE SYSIEM

PRINTING & OFFICE SUPPLY

CONTRACTORS
CONTRACTORS

DESC

AND BRACKET
REPAIRS
REPAIRS

6621.34

255 00
39000

401

Tnscton Desipon

PUMP-LFT STATION
REPRS
TO PUMP
VALVE REPAIR/CHECK
TO

LF'T STATION

7/10/13 SALCEDO
7/22012 CAUSTON
ur22r2oi2 HUNTERS

6/'r2012 SALCEDO
8,12312012 NANCY
E/2CV2012

GLEN

1030,/2012 HUNTERS

4/222013 HUNTERS
5/20/2013 SALCEDO

Sheetl

WAfER & SEWER FUilD FISCAL YEAR 2014 EXPENSE LDGER (UNAUDIIEO)
Amount
cd Code ched
11t16DD13
10439893
0438821

53 i7001

'1

043

t409

00:00:00.00

RENTL SERVICE FO

SRVICES. INC,

53 17001

10431409

00:00:00,00

RENTAL SERVICE FO

SERVICES, INC,

53 f7001

043'1409

00:00:00,00

RENTAL SRVICE FO

SERVICES. INC

5054400

53-17001

0431409

00i00:00,00

RENTAL SERVICE FO

SERVICES, lNC.

5054400

53.r700f

00:00r00.,00

RENTAL SERVICE FO

SERVICS, INC.

5054100

53,1 7001

SERVICES. INC

53

'10/10/2013 00:00:00.00
'10/10/2013 00:00:00"00

RENTAL SERVICE FO

5054100

00:00:00-00

RENTAL SERVICE FO

00:00;00,00

RENTAL SRVICE FO

5054{00

11

5054{00

11

50541C0

17001

7001

of,+?

0C:00:00 00

RENTAL SERV CE FO

I00l

03&195

00;ootoo 00

REN'I'AL SRVICE FO

SERVICES,
SERVICES,
SERVICES.
SERVICES.
SERVICES,

14
11

17C01

7001

17001

RENTAL SERVICE FO

1c434425

00:00:0C 00

RENIAL SERVIC FO

+36.a95

RENTAL SRVICE FO

0er95

REI{TL SERVICE FO

0{3195

17001

00iC0:00,00

17001

5rsa00

14.48

RENTAL SERVICE FO

14 48

RENTL CONTRACT

11 1

RENTAL CONTRAC-T

17001

00:0:00 00

14.48

RENfAL CONTRACT

17001

00:00r00.00

14 4E

RENTAL CONTRACT

17001

00i0C:00 00

RENTAL CONTRACf

7001

00:00:00 0

RENfAL CONTRACT

17001

INC"

tNC._

INC
INC
INC

SERV|CES, tNC.
UN FORJ SERVICES. INC,
UNIFORM SERV CES, INC,
SERVICES. INC
UNiFORM SERVICES, INC,
SERV CES, NC
SERV CES. INC
SERVTCS, INC

0J78

00:00:00,00

RENTAL CONTRACT

UNIFORM SRVICES, INC"

44 r ?8

00:00:00"00

UNIFORM REN-AL CONTRACT

SERVTCES. tNC.

0o:00:00,00

UNIFORM RENTAL CONIRACT

00:00:00 00

RENTAL CONTRACT

SERVICES. INC.
SERVICES, INC.

700r

14

1a

17001
'17001

l6{

00:00:00 00

REN-TAL CONTRACT

SERVICES, INC,

r9a,a 161 5

00:00:00.00

RNTAL CONTRACT

UNIFORM SERVICES, INC.

t7001

01,1151e

00:00:00,00

RENTAL CONTRACT

UNIFORM SERVICES, INC.

7001

0141825

00:00:00"00

RENTAL CONIRACT

UNIFORM SERVICES INC,

17001

00:00:00 00

RENTAL CONTRACT

UNIFORM SERVICES, INC"

'17001

00:00:00 00

RENTAL

14

1l

17001

14

04al

10112933

7001

17001
17001

11

s5.c

10,142933

00:00:00,00

CONRCT

SERVICES, INC,

CONTUCT

UNIFMM SERVICES, INC

coNlRAc-f

SERVICES, INC
SERVICES. INC

00:00:0O-00
00:00i00 o0

RENTAL

00:00:00 00

RENIAL CONTRACT
RENTAL

CONTUCT

SERVICES, INC

SERVICES, INC,
SERVICES, INCSERVICES. INC,
SERVICES. INC"

CONRCT

10445883

5122014 0C:00:00,00

14

101458S:

4 00:00:00-00

RENTAL CONfRACT

14

10445883

00:00:00,00

RENTAL CONTRACT

10445883

00:00:00,m

CONTRACT

10445883

00:0C:00,00

RENTAL CONTRACT

UNIFORM SERVICES, INC

i7001

0117738

00:00:00,00

RENTAL CONTRACT

SERVICES, INC

53 17C01
53 17001

0447738

00:00:o0.oo

RENTAL CONTRA,CT

00:00:00 00

RENTAL CONTRACf

UNIFORM SERVICES, INC.

.,701

4 00:00:00 00

RENTAL CONfRAC'I

SERVICES, INC"

17001

0C00:00 00

RENTAL CONTMCT

SERVICES, INC.

7Ol

00r00:00.00

RENTAL CONfRCT

SERV|CES, tNG,
GROUP, INC

53 17001

5l
5054400

5054400
5054100

r010r80

00:00:00 00

1,+0r0

00:00:00.00

0a0lE0

00:o0:00,00

'I

SAMPLING FOR BUI

GROUP, INC

SAMPLING FOR 8UI

GROUP, INC

0o:00:00 00
00:00:00,00

FOR EME
18548

FOR EMPLOYEE REC

MINT

1122/2013 NEVA
I 1/22i2013 NEVA
112212013 NORWD
1lu0t3 NoRWOOD

GROUP, INC

SAMPLING

00:00:00 00

s2.3900r

sRVtCES. tNC

SAMPLING

00:00:00,00

CENTRAL

SERVICES INC.
SERVICES. INC.
SERV|CES, rNC.

SERVICE FO

n01 0000:00 00

1C!11

TOOI

REMOVL 123/2014

PUSLIC WORKS ASSN,

171211

/16014 00:00:00 00

AND DEBAIS

CLEARING & HAULING

14

BUILDING AT

262014 00 00:00^00

T WELL AN

Pge

ENVIRdMNTAL GROUP, INC


BAHAM JOE'S

BhNKENSHIP. PHILIP

WELLS AND LIFTSI

5t2!24

Shet1

WATER & SEWER FUND FISCAL YEAR 2014 EXPENSE LEOGER (UNAUOITEDI
Ad Cod Check
Check oete
Amount

INVDAIE SYSIEM

Vendor Name

5t13t2011
0000:00,00

497.9S

00r00:00 00

I'

07?65

00:00:00.O0

17001

'i7001

53.17001

!{

52

3!00t

5.1

t4
:4

BLANKENSHIP,

PHILIP

7600

MAINTENANCE OF WEL

BLANKENSHIP,

PHILIP

MAINTNANCE OF WEL

SLANKENSHIP,

PHILIP

SHOES FOR ANDY WIL

00:00:00 o0

17600

SHOES FOR NDY WIL


COST FOR WOR

BOOTS UNLIMTTED, INC,

CO TAX COMMISSIONER

CHATI.IAM

CHATI-{AM CO, TAX COMMISSIONER


CINTAS CORPORT]ON

i7009

00:00:00 0C

1330

REGEN'TS. fUBING

COASTAL CHLORINAfOR IC-

TUBING, CHLORINE

17009

0000:00-00

t33C

ITEMS FOR CHLOR]NE

COASfAL CHLORINATOR INCCOASTAL UTlLIIY SUPPLY


COASIAL UTILiTY SUPPLY

CHLORINE & FLOURIDE

1t9

53 17009

150*CLz

1 '19

t4

17009

043'1090

l4

17009

0392r 9

00:00:O0 00

0392f

00:0C:00"00

119

CHLORINE: GLEN OF ROBINH

119

FLOURIDE FOR GLEN OF ROBI

COASfAL UTILIry SUPPLY


COASTAL UTILIW SUPPLY
COASTAL UTILITY STJPPLY

5051400

7009

t4
t4
r4

t500

7009

COASTAL

l9

CHLORINE FOR RUNAWAY POIN

0i0C:00 00

19

FLOURDE FOR RUNAWAY POIN

UTIL]TY SUPPLY

CLz AND HFS ACIO

UTLN-Y SUPzLY

ct2

UTILITY SUPPLY

10440866

17009

10111221

00:00:00 00

0431

11

19

10430069
00
00:00:00.00

12t11 t2O13 GLEN


t2l11/2013 GLEN

I2l1120I3

ONGOING AFTER HOURS ANSWE

MESSGE SERVICES, INC.

FTER HOURS ANSWE

MESSGE SERVICES. INC.

AFTER HOURS ANSWE

MESSAGE SERVICES, INC,

14

1D133822

0/172013 00:00:00.00

AFTER HOURS ANSWE

MESSAGE SERVICES, INC.

I 03r89

l/21l20f3 00:00:00 00

AER

HOIIRS ANSWE

MESSAGE SERVICES. JNC,

10438532

/9/2014 00:00:00,00

ANSffi

MESSAGE SRVICES, INC,

AFTER HOURS ANSWE

MESSAGE SERVICES, INC"

00:00:00.00

AffiR

HOURS ANSWE

MESSAGE SERVICES. INC"

0441 5?6

00:00:00.O0

AFTER HOURS ANSWE

MESSAG SERVICES, INC.

a42944

00:00:00 O0

HOURS ANSWE

MESSAGE SERVICES. INC.

HOURS ANSWE

MESSGE SERVICES, INC.

14

033915

/162014 C0:00:00,00

14

0440237

00:00:00,00

c444105

HOURS

cl17456

00:00:00,00

0432991

00:00:00,00

ANSMRING SERVICE
TO CENTRALAVE GE

00:00:00.00

1010
'17009

5{

17c09

mi00:00,00

zsml

00:00:00.00
00:00:00 00

14
11

52 32005

11

1M39260

7/312013 00:00:00,00

14

7/3120
505440C

11

5054400

14

5054400

14

5054100
5C51400

SOFTWARE FRO AMR


READ WATER METERS
BOX AND TRAILR

GENERATOR REPAIRS

I-1ITC

REIMEURSEMENT

LICENSE

MUNICIPAL SUPPLY

CO. INC,

WATER METERS

MUNICIPAL SUPPLY CO , INC,

METERS

6ts2o1 4

^S:IERN TRUCK ACCESSORIES


CORP,
CORP
CO SRVS OF SA!"H, LLC

COSI FOR ORIGI

CO SRVS OF SAV'H, LLC

REPIRS

52412013 GLEN
8/12213 GLEN
8/122013 GLEN

3 00:00:00.00

COST FOR ORIGI

CO SRVS OF SAVH, LLC

REPAIRS

8222O13 00:00:m,0t

TO FIRE HYDR.NTS

ENGINE CO SRVS OF SAV'-!, LLC

REPAIRS

10432206

9/19120'13 0:00:00 00

TO FIRE HYDRANTS

1043153

1012013

TO

0438217

C0:0O:0O.00

10446697

6/5201 00:ooi00.00

10/172C13 00:00:00.00

1043072i

8/22/2013 00i00:00,00

s/92013 LAKESID

CO SRVS OF SA\H. LLC

REPAIRS

ON V!I

ENGINE CO SRVS OF SA\H. LLC

REPAIRS

10/1s/2013 WYLLY ISLANo

FOR WULLY

CO SRVS OF SAVH. LLC

REPAIRS

TO FIRE HYDRANTS

CO SRVS OF SAVH, LLC

REPAIRS

.TO

co sRvs oF sAv'H, LLc

REPAIRS

12j16/2013 FERGUSN
12 6/201 3 NORr'OOO / CEMTR/
5232014 PUNTERS CCMMON

'1.12014 00:00:00,00

0433661

7i1t2014
at12413

MUNICIPAL SUPPLY CO,, INC-

10430719

8/512013 CENTRAL

MARKETING. L.P

TO FIRE HYDRN'TS

13 oo:oo:00 00

3/2Cl201 00:00:00,00
11

LAf

METERS, FLANGE

1/232014 00:00:00 00
'1,23/20'14 00:00:00 00

14
14

CHARGER FOR DELL

00:00:00.00

1019t2013

]\,IESSAGE SERVICES, INC,


POWER SOUTH, LLC

JAMES

LICENSE

00:C0:00.00

RUNAWAY POINT

12f 12013 RUNAWAY POINT


AND HFS ACID

10432607
505,t400

t25D013
8/6.2013

12l1120r3 PAXTON

14

la

8tBn013
12t12nO13
7

CHLORINE

UTLIft SUPPLY

00;0C:00 00

17009

505440t

10439219

la

CHLORINE FOR PAXTON

10439219

1t
11

19

CAREGRAPI1 SYSTIIiS, INC,

138033
OF UNIFORM IfEMS

62n01 4
328t241

138002

15122

7001

3212014
5t13t2O14

AT WELLS AND LIFTST

OOTS UNLIMIIED, INC

'17600

t0

REMOVAL

BOOTS UNLIMITED, INC

00:00:00"00

l/2013 00:00:00

AT WELLS AND LIFTST

SHOES FOR EDWARD W

00:00i00-00

0a,a809.9

53 17009
s3 i7009

t{

PHILIP

REMOVAL

00:00:00,00

BLANKENSHIP,

HroUNTS

HYORANTS SANOF

92712013 PINE BARREN

SPRAYHEADS FO

AND SEWER SAMPLING

r0430721

00:00:00,00

AND SEWER SAMPLING

0432646

00:00:00 00

AND SEWE SAMPLING

Pege 2

ENVIRON-

SER. INC
SER,INC
SER, INC

DW SAMPLES JULY 13
BARREN

WfF JULY I3

DW SAMPLESAUG 13

at612013

8/6/2013 PINE BARREN


9/5201 3

Sheetl

WATER SEWER FUNO FISCALYEAR 2Ot EXPI{SE LEDGER (UXAUDITED)


Aount
Vend No
Check Date
Acd Code Check No.

INV

DESC

Vendor

DATE SYSIEM

9152413
10434209

0C:00:00.00

SEWER SAMPLING

JNC

52 3900',

0434209

00:00:00 00

TER AND SE/VER SAMPLING

SER., tNc

52 3900

043538

00:00:00 00

5?54!OC
14
14

il

510

t4
11

SER., rc

AND SE\4ER SAMPLING

SER, tNc

PINE BARRN WTF NOV

0439971

00:00:00 00

ANO SEWER SAMPLING

SER,. tNc

BARREN OTR DEC

SER., tNc

10439S74

AND SEWER SAMPLING

SER., tNc

1039974

AND SEWER SA[{PLING

ENVIRON- SER, rNc

10439974

NO SEWER SMPLING

014091 0

52 39C01

1040910

52 39001

1A&2276

52 39001

10442276

52 39001

10444451

52 39001

1044670',|

5239001
53 12901

0129431

53 12901
14

5054400

12901

14

s054400

12901

11

5054400

12901

14

5051100

14

11

5054.100

11

5054400

14

5C5400

14

5054400

10131221

00:00:00 00

AND SEWER SAMPLING

0000:00"00

AND SEWER SAMPLING

0O:00:00.00

ANO SEWER SAMPLING


AND SEWER SAMPLING

00:00100 00

AND SEWER SMPL1NG

00r00:00.00

AND SEWER SAMPLING

o0i00:00-00

3 0c;00:00,00

166245

3 00:0:00 00

166257

10440925

2/272014 00:00:00,00

tNc
ENVIRON. SER.. tNc
tNc
ENVIRON. SER, rNc
SER. tNc
SER, tNc
tNc

66279

POWER

6291

POWER

66321

POWER

166331

POWER

2901

10141512

00:0o:00 00

166347

POWER

2901

10443743

00:00:00 00

1ffi357

POWER

2301

't0146013

00:00:m 00

166373

POWER

s3,129C1

10411522

00:00:00 00

52 37020

'1030992

00:0c:00.00

52 37020

0133473

52 3600r

0439641

52 31021

0443364

l/31/2014 00:oo:oc-00
72014 00:00:00.00

0429800

3 00:00:00.00

5054400
5054400

1035925

5054400

10438231
10439985
10442692
01171 1

28/WAER LICENSE

RURAL WATER ASSOCIATION

27lFALL CONFERENC

RUR,AL WATER ASSOCIATION

a225 201 1 DUES

RURAL WATER ASSOCITION

11

TECHNOLOGY AUTHORITY

8/29,2013 00:0C:00 00

I 53510

TECHNOLOGY

l0/102013 00:00:00-00
11t2013 00 0C:00 00
12152013 00 00:00 00
1,2i2014 0C:00:00 00
O0:00:00"00
00:00:00 00
00:00:00 00
00:00:0O 00
00:00iO0.00
00:00:00 00

0411 876

lJ

00:00:00,00

13 00:0C:00.m

17009
17009
17009
17009

:v197

BARREN WTF PR 14

5ts2014
5/S/2014 PINE AARRN

TECHNOLOGY AUTHORITY

163571

TCHNOLOGY AUTI.IORITY

163582

TECHNOLOGY AUfHORTfY

163595
RFP t7673.1

fCHNOLOGY AUTHORITY
TECHNOLOGY AUTHORIIY

RFP i75746

TECHNOLOGY AUIHORITY

RFP 176755

IECHNOLOGY AUTHORITY

GLOVES, GAS LEAK D

KII

GLO\ES, GAS LFK

LF}K

SUPPLY FACILITIES MAIIN", LTD

SUPPLY FACILITES MAIIN., LTD


SUPPLY WATERWORKS, LTD.

INVENTORY STOCK fTEMS


OVERAGE FOR ORIGINAL PO

Pege 3

3n PO
3t11D011
8t1?,2013
et1212013

PKET COLORIMTR

at12no13

SUPPLY FACILITIES MAIIN.. LTO


SUPPLY FACILIIIS MAIN. LID
HD SUPPLY FACILITIS MAIIN,. LTD
HD SUPPLY FACILITIES MA IN. LTD

GLOVES. GAS LEAK D


GLOVES, GAS

3t4/2014 POOLER

SERVICES

TANK

SUPPLY FACILITIS MAIN . LTD

4733

1/152014 POOLER

TANK, VALVE

GLOVES AND FLUORID


GLOVES, GAS LEAK D

11733
14t33

11/1E2013 PLER

AUTHORITY

14733
14733

ZOl 3 POOLER
E/12013 PLER
?/1

163545
'163558

SUFPLY FACILINES MAIIN., LTD

14733

00:00:00,00

31 201 4

DW SAMPLES APR 14

9/12013 POOLER

SUPPLY FACI'-ITIES MAIIN,, LTD

1733

I 7009

3111DO14

OW SAMPLES MAR 14

'10/152013 PLER

GLOVES AND FLUORID

00:C0:00 00
00:00:00 00

1131n011
3/11/2014 PINeBARREN

DWSAMPL=S FEB 14

SERViCES

SAFETY GLOVES AND FLUORID

00:00:00.00

1?0c9

DW SAMPLES JAN 1{
BARREN WTF FEB 14

SERVICES

14733

r0{162

17009

12n013
l/31/2014 PINE EARREN

AUTHORITY

INVENTORY FOR WELLS

0c3r692
1 0{32$54

BRREN WTF JAN 14

DW SAMPLES NOV

AUTHORITY

00:00:00.00

to/312C13 PINE BARREN


1/10/2C14 PrNE BARREN

BRREN ANNUAL

163537

17009

17009

12t31t2013

BRREN WTF OCT 13

163525

INVENTORY FOR WELLS

00:00;00 00

10t3112C13

DW SAMPLES DEC13

SERVICES

00:00:00"00

1031692

PINE BARREN

AUTHORIfr

17009

17009

lz9l2013

1,'10/2014 PINE 8RREN

MO DW SAMPLES OCT 13

RURAL WATER ASSOCIATION

CONFEREN
163494

10441 25

1O'lzC'13 SHEFTALL BLUFF

POWER

00100:00 00

10440934

POWER
6OF6T POWER

t{

tNc

10/8/2013 PINE AARREN

166268

S2013 0000:00,00
104,2013 00:00:00"00
11212C13 00:00:0O.00
1/232014 00:00:00 00

14

OC

SR

AND SWER SAMPLING

14 00:00:00 00

10439283

10435524

sDi!

SER-. tNc

ANO SEVVER SMFLING

00:00r00 00

AND SEWER SMPLING

HAilt Llt

AND SEVVER SAMPLING

00:00:00 00

505o0

I 0/a/20

BARREN VVTF SEPT 13

0139S74
0139971

1L

MO DW SAMPLS SEPT 13

3n011
BOXES

61112013

Sheetl

WATER A SWER FUND FISCAL YEAR 2014 EXPENS LEOGER (UNAUDITEO)


Vend No
Chk
check
Acd

No

coe

Ote

Amounl

DESC

INVDATE

3 00:00:0C 00

BOXES, ADAPTERS FOR

SUPPLY WATERWORKS,

BOXES, DAPTERS FOR

SUPPLY WAIERWORKS, LTD,

LTD

BOXES SUPPLIES

11t8t2013

SOXES AOAPIERS

129nOU

1700c

10431342

f4

t1009

10440296

fa

7009

10t16732

CURBSTOPS, PVC, INSE

SUPPLY WATERWORKS,

LID.

5t11t201 4

14

1?005

10467

CURBSIOPS, PVC, INSE

SUPPLY WATERWORKS,

LTD,

5t14QA1 4

STOCK INVENTORY INCL

SUPPLY WATERWORKS, LTD.

5054400

00:00:00,00

32

00:00:00,00

17009

00:00:00 00

f0433512
1

1A41307

70f9

17009

0441
1

00:00:00 00

15440

00:0000"00
0OrO0:00.0C

13009

00:00:00,00

5908

1043ros6

10/32013 00:00:00 00

0a348

3 o0:O:00.00

0r8

3 00:00:0000

14

505

SCIENCE & ENGINEERING

s2

14

50*400

14

505400

14

50s4400

WITH 4X4 DRIV


SERVICE SUSPEN

3 00:0:00.00
00:00:00.00

SATION FLOATS

043t 543

00:0Or00.00

PUMP

0433625

/9r01 4 00:00:00 00

INTEGRAD SCIENCE 8 ENGINEERIG


c. LEWTS MOfOR CO,
c. Lwts MoToR co.

c. LEW|S MO-OR CO"


c. LEWS MC"|'OR CO.
G LEW|S MOTOR CO,

SRVICES LIFTSTA

91182011

REPAIRS F
REPAIRS

0s520

0:00i00.00

CHLORINE FEEDE

041{520

00:00:00-00

CHLORINE FEEDE

FT FLOAT SWITCH
BOOSTER PUMPS

1242013 MODNA

t-l PooRE
r-r PooRE

CHLORE FEDER REPAIRS


CHLOR]NE FEEDER RPAIRS

2t25t2014

H, POORE

CHLRINE FEEDER REPAIRS

3t2Sr2O11 LHIGH

H, POORE

3/2812014 RIvERS BEND

H. POORE

CHLORINE FDR REPAIRS


CHLORINE FEEDR RPAIRS

00:0C:00 00

REPAIRS

POOR

CHLORIN FEEDER RPAIRS

AT WELL AND

3 00:00:00,00

ANO GROUNDS AUG

JAMES W,
JAMES

ND GROUNDS SEPT

14

5054400

I 0432500

14

5054-1C0

10131112

10,1,2013 0:00:00"00

OF

WELL &

LI

JAME9 W.

AND GROUNDS OCT

10436107

1,21l201 3 00r00:00,00

OF

WELL &

LI

JAMES

GRUNDS NOV

14

10444537

4 0;00:00 00

FOR THE RUNAWAY

1017925

4 00:00:00.00

FOR THE RUNAWY

32001

52,37020

5054C0

12011

t4

554400

1201

CONCEPTS INC.

10439733

2014 00r00:00.00

275 00 1470E

coNcEPTS. rNC.

00:00:00 00

0433S47

00r00:00,00

0433947

o0:00:00,00

.?0:J

00:00:00 00

a444187

00:00:0C,OJ

01441e7

00:00:0C,0C

t331 25

13A?97

25lREIMEURSMENT

65-00 1490

BERTUS (ilt)

MILEAGE/ BUFORD

DIEM/ UFORD
RELM, LKE LANIER

TTHWS. BERTUS (llD

PER DIEM/JEKYLL ISLAN


MILEAGgJEKYLL ISLAND

TTHEWS SERTUS
TTHEWS, BERfUS

(]ID
(IID

?e,zo13 00:00:00 00

RFP t51614,Ft2014

PL,ANNING COMMISSION

GO.2o13 00:00:00,00

RFP 1516s1

PI-ANNING COMMISSJON

r/z?0la

RFPl

00:0C:0o 00

14

043091

l/t0,2014 00:00:00,00

i1

rN30t94

00:00:00,00

PAD ORIVEWAY
SERVICE 1 YR

14708

B0

12C11

LLC

/2014 00i00:00.C0

a
14

LANDSCAPING,

104397s3
10430478

STATION UPGRADE
STATION UFGRADE

/2014 00:00:00-00

043661 5

50i4d

ENGINEERING LLC

1039733

PAD DRIVEWAY INS

00:oo:oo oo

1044? 113

51

PNING COMMISSION

685/FY201 4

PLANNING COMMISSION

151728 / W- CONSV
MILLS. DAVID

Page 4

5/122014 MNCYPLACE
5/t22014 MOoEA

PLUMBING

DOWN SEWER AND


OF WELL & LI

6n 2013
1?]42013 hUNTERS RIOGE

CHLORINE FEEDER REPAIRS

REPAIRS

3/2013 00:c0:00 00

Bt12n01X

H. POORE

00:00:00..00
7,2014 00:CC:00,00

620f 3

9/1 6/201 3

9/1620i 3
9t16D013
9t16n413
9t16n413

C. LEWS MOTOR CO

POORE

00:00:00"00

RUNAWAY POINT

12l23l2013 RUNWAY POINT


4/1112C14 RUNAWAY POINf

9/1

FOR PUT

H, POORE

REPAIRS F

9i2cl2013 RUAWAY POINT

102320f3

9/15,2013

c, LEWS MOOR CO

00:00:00.00

10430281

INTEGRATEO SCIENCE E ENGINEERING

SERVICES LIFTSTA
SRVICES LIFTSTA
SERVICES LIfSTA

C. LWS MOTOR CO.

GROLJP

DUfi

3 00:00:00 00

14
14

AND CRNE FOR WATER

10431543

01

IO

BASE

10{}038

0411 990

3/13/2014 sPA

TD SCIENCE & NGINEERING

!{}og8

0438525

[C

SERVICES TO D

10/3,201 3 00:00:00.00

2nu2014

IDEAL PEST CONTROL INC,

ENGINEER NG SERVICES TO D
ENGINERING SERVICES TO D

ELECIRONIC LOCKING A

10/32013 00:00:00 00

14

IBIS TEKAPPAREL,

TERIUI-TE REMOVL @ NANCY P

2014 FORD F25O MODEL XL R

10/3/2013 0000:00 00

ROOM MAfRLS

HUDOSN. CARLENE ALAKE.

ENGINEERING SERVICES

00:00:00 00

r3009

578

6t5O1

HUDOSN, CARLENE SLAKEPOOLER

!03013 C0:00:00 00

13009

14

HOME DEPOT INC S035322503A62132

FRAME CONTRO

REFUND

00:0:00-00

I 0,4755

HOME DEPOT INC #6035322503862132

fO
s409

00:00:00 00

505{{09

HOLIDY INN EXPRESS

TO FRAME CONTRO
REruND

lt

27lCON #64537632

-800.00 18409

00:00:00 00

fc{3308

HOLIOAY INN

19 08

030f 30

1U427+5
r3009

27lCOl.i *68239946
00:00:00 00

982

130r

14

SYSTEM

ITEMS

5054400

81n013
10t9t2013

l0/92013
n1/2013
3/2512014 RUNAWAY POINT
RUNAWAY POINT

62201 4
1/1t2024 wINERBERRY

l/1/2024 c-NfRAL
SERVICE 1 YR

1/1/2024 V\ILLY

lsuND

Shretl

WAER & SEWER FUND FISCL YEAR 2014 EXPENSE LEDGER (UNAUDITED)
Amount Vend No
Check Date
acd Cd Chck No
505,t400

IN SAV MORING NEWS FOR

Ao13 00 00:00-0

52,301

00:00:00 00

l1
l

r03t5.t
J 00:00:00.00

I 033967

0/17,2013 00:00:00.00

9f.19 1215

i0.t36336

1,2112013 00:00:0C 00

839.46 1275

1636]J

l2il2013

0r.{6125
5? 3t00

505{00

00:00:00-00

0417r51

MYRS & SON. INC

CONTRACT

MYERS E SON, INC

81232013 PINE BARREN


s30/013 PINE BARREN

MYERS & SON, INC.

soN, lNc,
& soN, lNc"
&

839,46 1275

E SON, rNC
1275

CON-TRACT

4 00:0000 00

RFP

00:0C:00.00

17009
1700s

t04?94?

00:0C:00-00

?009

1044063

00:C000 00

0,a2s1 56

00:CC:00.00

f0431

110r0
11010

61 2

't

661 1.{

't

66155

soN, rNc.

PINE BARREN
PINE BARREN

74246

CASH

171286

00:00:00,00

CITY OF
WORLD INC

561 09

16766

166262
- CUSTOI,]IER IUAILERS F

READERS

52112014

SHOP OF SAVANNAH, INC.

01{6145

00:00r00 00

fO PROVIDE ONE SE

ENVIRONMENTAL

SER INC.

00:00;00 00

TO PROVID SEWER

ENVIRONMENTAL

SER INC

USE OF SEWER VACUUM TX


US OF SEWER VACUUM TK

5/61201.{ NORWOOO / CENTRI

5/14/2014 NORWOOD /CENTRI

166022

3 00:00:00.00

166i05

10130S76

/22013 00:C0:00 00

166130

10431973

9/22013 :oo:00 oo

66141

1033607

10i10/201 3 00r00:00 00

661 60

0435371

1/21l2013 00:00:00"m

10137 121

2/122013 00:00:00.00
23i2014 00:00:00,00

10439389

PINE BARREN

171272

8'0r3 00:00:00 00

&

PINE BARREN

5/29/2014 PINE BARREN


5/29/2014 PINE EARRN

tNC-

00 00r00-00

14
11

SON,

0142433

14

52200r

PINE ARREN

SAVANNAH GARDEN & PRODUCE, LLC

8,2013 0o:00:00.00

14

9/302013
10/30/2013
10/30/203
42812014
4/282014

MYERS & SON, ]NC.

00:0Cr00 00

14

11

72s2013 PINE BARREN

OF PINE BARREN WA'T

COMTRACT

l0/1 0.2013 00:C0:00 0C

l4

E SON, tNC,

o0:00:00.00

5J 17009
53 17009

PUBLISHING GROUP (SUBSCRIPTl

OF PINE BARREN WAT

78.8 1215

00:c0:0C.00

00:00:00 00

52 39001
505.4400

127s

103967

1q6t25

14

SYSTEM

DESC

TEnscon

00:00:00.00

1S97

o412131

00:00:00"00

174255

o4a213

00:00:00,00

71255

00:00:00,00

5054{00

11

5054400

14

50s4400

5054100

00:00:00-00

52 3001

't0431632
10438331

9/52013 00:00:00.00
1,2-12014 00:00i00 00

11

10428837

7/112013 o0:00:00 00

MAINT COST FOR TIM

I4'w/RE
DEPARTMNT

00r00:00,00

I 661 01

12111

10429186

00:00:00.00

121 11

I 0.t29923

00:00:0C,00

161 17

10432815

00:00:00,0o

1661 47

11

50500

53.121

'11

5054400

53.121

1937861

50544C0

53 12111

10437862

50544C0

s3 12111

10439086

6/2014 00:00:00,0c

040399

4 00:00rC0.00

1211

11

12111

m
10446E65

00100 00

0O:00:00 00
00:c0:00 00

16E 99

346

-7009

3 00:00:00"00
00r00:00 C0

svcs)

oF (WATER SVCS)

88 UNITS

oF (WATEF SVCS)

PT

1?43OORUMWAY
171294
OF NEW MIC O

17009

(WATR

I7'OT,RUNAWAY 452 UNIIS


I74206AKE MAYER

74271-AKE MAYER
1

DONNELLEY

oF (WATER SVCS)
oF (WATER SVCS)
oF (w TER SVCS)

174268/RUNAWAY

OONNELLEY

ctTY oF (WATER SVCS)

661 06

174230/LAKE MEYER
92921 90

9t1n13

oF WTER sVcS)

17421 4/RUNAWY

00:00:00 00

12111
12111

12,19,2013 00:00:00 00
12192013 00:00i00 00

CONTRACT

SOFTWARE SYSTEMS, INC

clry oF

1561 58

00i00:00,00

FORMS

1661 02

10429186

53 121

SYSTEMS, INC

1651 51

1/102013 00:00:00 00
92014 00:00:00 00

14

174303

00:00:0o^00

5054400
11

oF (WATER SVCS)

crry oF

11t512013
12t30t2013

(WATER SVCS)

CITY OF (WATER SVCS)

ctry oF

(WTER SVCS)

crry oF

(WATER SVCS)

SAVANNAH C]TY OF (WATER SVCS)


SVANNAH COMMUNICAON & ELECTRONIC

INSTALLATION FOR

COMMUNICATION

& ELECTROIC

INSTALLATION OF LAPTOP MO

COMMUNICATION

& ELECTRONIC

Page 5

TO 1024/13 RUNAWAYSEWER
uNtTs, CREDIT 515522
TO 23 LKE MAYER

PARTS
INSTALL FOR NEW*108
MOUNT NEW *108

i12t2413
8n92013
9/92013

Sheeti

wArR a sEwER FURO FISCAL YEAR 2014 EXPENSE LEDGER lUr,AUDITEOI


Check Dte
Aount
Acd Code
Check No.
0429928

LI

00:00:00 00

a429924

STAT

WASTEWATER

00:00r00 00

52 39001

SYST

LIFT STT

583,41

00:00:00.00

OESC

Vendor Name
COMMUNICATION

& ELEC-TRONIC

2t26t2011
ROMNY

SAVANNAH RIVER UTILITIES CO"


RIVER UTILI-TIES CO,

INVDATE SYSTEI.

FLINN DR

6/18/2013
6/19/2013

ROMNEY

RIVER UTILITIES CO,

611APOl3

1{

52 3S001

52,39001

3 00:00:00.00

52 39001

gl3/2013 00:00:00-00

52 39001

00 00:00,00

52 3S001

00:00:00 00

52,3S001

00:00:00 00

RIVER UTILITIES

CO

71912013

00r00100-00

RIVER UIILITIS CO.

7/14n013

II
14
14

AND WASTWAER

SYS

RIVER UTILITIES CO"

FLINN DR

6/19n013

RIVER UTILITIES CO^

AVE
WASIEWATER SYST

RIVER UTILITIES CO.

SYST

RIVER UTILITIES CO-

ANO WASTEWATER
ANO WASTEWATER

SYST

7t9r2013

LAKEVIEW OR

7t11t2013

CIR

r3001t

00:00:00-00

RIVER UTILITIES CO

SILVERLEAF

f04309t8

00:00:00.00

RIVER UTILITES CO.

SILVERLE.AF CIR

10{309J8

00:00:00 00

SAVANNAH RIVER UTILITIES CO,

AACKSHELL DR

104313?6

00:00i00 00

RIVER UIILITIES CO,

103?a13

00:00:00.00

RIVER UTILITIES CO

AND WASTEWATER SYS

1857,38

7t1112013

CHAMOUS CIR

7116r2A13
7

16n0i3

7t14nO13

Etz2013

t4

5?.3901

92013 00:0C:00.00

108 HUNT CLUB

RIVER UTLITES CO

CLUB

at11na13
8t14n413
8t14P01X
il14nO13

14

52.39O'!

9/2013 0C 00i00.00

512 BLAKE RD

RIVER UTILIIES CO,

BLAKE DR

B/15201 3

62.J9{r

3 00:00:00,00

REPAIRS 512 BLAKE RO

RIVER UTILITIES CO-

BLAKE DR

8/15/201

9/2013 00:00:00.00
0432a19

t4

5054400

14
14

t4

04324 rS

l4

0{?tgl

0/1 /2013 00:00:00,00

0/12013 0C:00:00 00

043338

00:00:00.00

rsil338

00:00i00,00

o4tr53

10434358

T0,24l2C13 00:00:00-00

11

0434358

10,2412013 00:00r00.00

14

s2l9@l

10/31/201 3 00:00:C0"00

s2 391

1o/31/2013 oo:oo:00,00
10434734

l0/31/2o13 oo:oo:00,00

10434734

0/31/2013 00:00:00,00

10434734
1

0373

1034734
043s696

11

SYS-T

UTILITIES CO

CLUB

/14/2413

UNLlTIES CO"
uTlLrTlEs co_

BBKE DR

/152013
9/3013
n5t2043

RICE MILL REPAIRS


WESLEY WY

urLrfts co"

SYST

RIVER UTILITIES CO

uTtLrTlEs

UTILITIES CO

HUNT CLUS

WASfEWATER SYST

ufJLtftEs co,

HUNT CLUB

uTlLrTts

co.

SYST

RIVER UTILTIS CO
RIVER UTILITIES CO
RIVER UTILITIS CO,

RIVR UTILITIES CO-

RD FIRE HYD

2/1212013 00:00:00.00

1A437452

10439424

t/23/2C14 00:00:00,00

0439424

12312C14 00:00:00,00

5368 50

10439424

00:00:00.00

1647 60

00:C0:00 00

R]VER UTILITIES CO,

LONGLEAF CIR

1{

00:C0:c0,00

UIILITES CO,

RUNWAY POINf RD

r0

52 39001

UTILITIES CO.

MCINTOSH DR

12l122013 00:00:00 00

00 00 00 00

WATER TAP
WATER TAP

RIVER UTILIIIES CO
AND WASfEWAER

SYST

00 00 00 00

WATER TAP

UTILITIES CO.

SYST

04401C9

LANE

AND WASTEWAER SYST

LANE

AND WASTEWATER

52 39001

HUNT CLUB

LTNE

AND WASTEWATER

00:00:0C 00

,135

L,NE

CC:00:00.00

0440T09

VVESLEY WAY

c.

11252013 CC:00:00.00

00:00:0C-00

MILL

co

0.136699

10440109

CIRCL

uLt'its co.
LANE

RIVER UTILITIES CO.

BACKSHELL RD

R)VER UTILITIES CO.

WYMBERLY CT

RIVER
WASTEWATER
WASTEWATER

2879

SYST
SYST

SMITh RD
ISLAND BRIOGE
RAILROAO DR

WLLY

iSL,AND

Page 6

Uf

9012013
9/30/2013

SEWER

UTILITIES CO.

uTLlTrs

CC:00:00-00

12l12,2013 00:000C

5n0201x
DR

UlILITIES CO.
RIVER UIILITIES CO
UTILTIES CO
UTILITIES CO"

AND WASTEWATER

ELMHURST

uliLlTrEs co,

HANNA LANE

00:00:00 00

12l121201 3 00i00:00 00

52 39001

SYST

AND WASTEWATER

t1112013

RIVER UTIL]TIES CO

00:00:00.00

5054400

390C1

AND WASEWATER

00:00:00 00

5054400

SYS

CLUA

0436404
0437452

505400

UTILIlIES CO.

LONGLEAF CIRCLE

ER

1012013 00:00:00,00

14

CLUB

RD

SEWER REPAIR

10/31/2013 00:00:00 00

14

CLUB

RIVER UTILITIES CO

SYST

WINERBERRY DR
JOHN WESLEY WAY

4212

10,U20'13 00:00:C0,00

11

BKE

REPAIRS 512

102412013 D0:00:O0.00

14

RIVER UTILITIES CO

REPAIRS.IOS HUNT CLUB


AND WASTEWATER

143?8t7

'!

14

WATER AND WASTEWATER

9n013 00:00:00,00
92013 00:00:00 00
92013 00:00:00.00
10/1,2013 00:00:00,00

14

08 HUNT CLUE

AND WASIEWATER SYST

9,2013 00:00:00.00

LYNES CT

Y ISND
BACKSHELL RD
MCINTOSH DR

09 RUNAWAY PT RD

9t21t2013
9123120.,3

910t20i2
9t102013
1U!'/2A13
1 0i5l201 3
1itst2013
1AD013
10t52013
1t4t2013
'|

0/201 3

10t52s13
l0/5/201 3
101182A13
10t15t2013

i13/201 3

P2r2A13

11

11

2512013

113 LONGLE,qF RD

11

n22013

PINPOINT DR

11

2t2013

BACKSHELL RD
WYMBERLY CT

LITIES CO.

12]18t2013

121AnA13
1211512013

SAVANNAH RIVER UTILIIIES CO.

BLUFF RD

1 iano14
12t19D013

SAVANNAH RIVER UfILITIES CO

SMITN RD

1221 t213

UTILITIES CO

Y ISLANO

Y ISLND BRIDGE

t17 12014

SAVANNAH RIVER UTILIfIES CO


SVANNAH RIVER UIILITIES CO,

RAILROAD DR

1601

RIVER UTILITIES CO

WLLY ISND

1 111

12011

Sheetl

& sEWER FUNO FISCALYEAR 2Ol4EXPENSE LEDGER (UNAUDITED}


Chck Dle
Vnd No
Check

Acd Codc
11

505{0{

1C44.j

14

50s440

1C442093

11

505aa00

0:00:00,00

14

505

00:00:00-00

426

00:00:00-00

AND WASTEWAfER SYST

UTILITES CO,

zt2011
11nO14

13 BRANSBY DR LEAK

3t12n014
3n1 D01 1
3114t2011

10443529

00:000.00

HYDRANT NORWOOD LAROCHE

HYDRNT NORWOOD LAROCHE

3t13t2014

1043529

00:00:00 00

1043529

00:00:00,00

10443529

00:00:00.00

RIVER UTILITIES CO.

MAIN CENTRAL AVE

UIILITIES CO.

ANO WASTEWATER

SYST

UTILITIES CO.

AND WASTEWATER

SYST

UTILITIES CO.

04461 E2

00:00:00,00

10116152

00:00i00-00

10416182

00:00:00 00

10446162

00:00:00.00

10446182

00:00:00 0D

124 FORX CHASE

0446182

00:00:00 00

WASTEWATER

0117232
o447232

00:00:00 oo

SYST

SYST

WASTEWTER

SYST

16110

TRADING/OPER.ATING

52 33001
52-39001

00:C0:00O0

EPD REOUIRED DR,INKING

OF

52 39001

0:00:00 00

PD REOUJRED DRINKING

OF GEORGI/DNR

s?,J9301

4 00:00:00 00

EPO REQUIRED DRINKING

OF GEORGIA/DNR

00:00:00 00

EPD ROUIRD DRINKING

OF GEORGIAJDNR

00:00:00-00

EPO REOUIREO DRINKING

OF GEORGIDNR

o0:00:00 00

EPD REOU RED DRINKING

OF GEORGIA/DNR

00:00:00.00

EPO REOUIRED DRINKING

OF GEORGIfuDNR

00:00:00.00

EPD REOUIRED DRINKING

OF GEORGIDNR

4nno14
31nO
1t12014
4nt2014

CT

RIDGE PUMP STATON


PUMP GRIMBALL RD

52011
5129nO11
5/3DDO11

5n3n014
LAROCHE IUANHOLE CLE.ANG

COIPANY

5t12n(

SPILL AD CARDINAL RD

?t15n01 1 PARK=RSBURG

neprts

7sl2013 NANcY PLACE

GEORGIMNR

vFss purp

& MANUFACTURING.

INC.

10/212013 00t00i0c"00

PASS PUMP REPAIRS

E MANUFACTURING,

INC

PUMP REPAIRS

10/12013 NANCY PLACE

0120'13 00:00:0c.00

PASS PUMP REPAIRS

PUMP 8 MANUFACTURING.

INC.

PUMz REPAIRS

10/1?Z0tJ N,{NcY PLACE

PUMP REPAIRS

10/242013 RUNAII/AY PO NT

PUMP REFAIRS

e209a!

PUMP REPIRS

00:00:00"00

14

;05,400

1/14/2013 00:00:00 00

l4

t05&0

/920f4 00:00:00,00

PUMP & MANUFACTURING,

INC.

PASS PUMP REPAIRS FOR

PUMP & MANUFCTURING,

INC.

ITEMS ANO

A MNUFACTURING.

INC

BYPSS FUMP

PUMP PART

PUMP & MANUFACTURING,

INC

FOR EYPASS PUMP

PUMP REPAIRS

PUMP 8 MANUFACTURING,

INC

PT BY PASS PUMP R
131 51

00:00:C0.0C

505d{0e
1

3/21n011
3t1 42014

1t15t2011

I05 WNTERBERRY

SAVANNAH RIVER UTILITIES CO

FOR SPILL

il2lno11

/15t2411

LYNES CT

SAVANNAH RIVER UTILITIES CO

00:00:00.00

NE

SAVANNAH RIVER UTILITIES CO.

TAROACHE

00:00:C0 00

SAVANNAH RIVER UTILITIES CO.


SAVNNAH RIVER UTILTIES C"

CT

WY VALVE REPLACE
SHIPYARO

FOXCHAS DR

SAVANNH RIVER UILITIES CO,

00:00:00 00

WELL PRESSIJRE VALVE

UTILIIIES CO.

CT

00:00:00 0

SfIION

I.ANSING DRIVE

SVANNAH RIVER UTILITIES CO

ND WASIEWTER SYST

WINTERBERRY

RIDGE PUI\iP

RIVER UTILITIES CO.

WASTEWAIER SYS

0000:00,00

CARDINAL REPIRS

RIVER UTILIIIES CO.

VALVE CHECK
3908 21

AVE FORCE MAIN

uTtLllEs co,

29 CARDINAL

52 39001

0{{ 1 0s6

00:00:00

0C

10142120

00:00:00,00

PUMF REFAIRS
AYPASS PL]MP

1214/201

2'2014
?,11

00:00:00-00

PASS PUMP REPAIRS

PUMP MANUFACTURING,

INC.

00 00:C0 00

PASS PUMP RENTAL FOR C

PUMP & MANUFACTURING,

INC.

0417693

00:00:00 00

PUMP E MANUFACTURING.

INC

0130594

00:00:CC 00

MONTHLY

UfILIfY

CENTER, IC^

LOCATOR MO FEE

8/1/201 3

0432051

00:00:00-00

MONTHLY U-TILIIY

cNER, lNC.

LOCATOR IO FE

UTILIfr

CENTER, NC,
CENIER, NC

LOCAOR O FE
UTILIIY LOCATOR IO FEE

9t12A13
10t1n413

CENTER, INC

UTILITY LOCATOR MO FEE

12t1 t2013

LATOR MO FEE

z1 nol 4

s2_!loo I

PUMP FOR HUN-T

00:00:00.00

0433662
043650

I lr'2112013 00:00 00 00

l4

5? 390Q

0437497

l2l122013 00:00 00.00

14

5? 3S0r

044049

301.1 00;00:00.00

139.11

t4

52 3901

0440434

32014 00:00:00.00

14

52 39001

011 793

00:00:00,00

0443592

10r

UTILfr

5202014 CENTRAL
SZ9ZOt4 HOPECREST

1111n413

PROIECION CENTER, INC

189.11

Y UTILITY LOCATE S

CENTAR, INC

UTILITY LOCATOR MO FEE

1t1t2014

189.11

Y UIILITY LOCATE AS

CENTER. INC.

UTILIfY LOCA'TOR MO FEE

311n014
4t12014

00:00:00 00

00:00r00 00

189

0447286

00:00:00 00

505400

0428450

5054{00

0430265

00:00 00 00

la

50500

0431695

t3 00:00:00 00

r 04451

MONfHLY UTIL

IY
fY

89,1

11

8S.1

ULIry

LOCATE AS

PROTECTION CENER, NC.

UTILITY LOCATOR MO FEE

UNLIW LOCAE AS

PROIECTION CENTER, INC.

LOCAfOR MO FEE

5t1t2014

UTILIW LOCATE AS

PROTECTION CEN-TER, INC-

LOCATOR MO F

6ft

163484

WIRELESS

153498

WRELESS
WRELESS

6351

UTILITY

Pge 7

PC

2t2612014

LOCTE AS

05

52 39001

MONTHLY UTIL

NANCY

3742614 NANCY PtCE

10112120

STA'TION PARTS

RUNWAY POINT

20i 1

10117693

52,39001

CUI

HYDRANTll TARAMANOR

505400

TAP/ROAO

LONGLAF CIRCLE

UTILITIES CO.

5054.{00

ulrLtTtEs co

52 39001

52.3S001

CARETAKERS

UTILITIES CO.

2/10n011
z11rzo14
212201 I

BRANSBY DR LEAK

505e00

501400

UTILITIES CO

11 LONGLEAF CIR

00:00:00 00

52 39001

la

LANE

JOHN WESLEY WAY

HYDRANT 11 TARA MANOR

39001

FALLOWFIELD/PAXTON FIRE HYD

uTtLtftEs co.

00:00:00,C0

14

4 CARETAKERS

INVDATE SYSIEM

DESC

RIVER UIILITIES CO.

SYST

JOI.]N WESLEY WAY

00:00:00,00

10443529

50s4400

ANO WASTEWATER

00:00:00.00

10442853

14

Vendor Name

^mount

14

DO1

Sheetl

WATER

a SEWER FUt{D FISoAL YEAR 201l EXPEME LEDGER (UHAUDIfEo)

A{cde

Cdc

DESC

No

No

r4tJ

52.32001

10434600

926201J 00:00lOg.W
10r13 00:00:00,00

75,02

I 63,138

14

5054400

52,32001

10.t37499

1212,12013 00:00:00 00

78-58

'I

63549

WIRELESS

t1

2r

s0s4400

52"32001

10{38428

1,rJ2014 00:00:00"00

76,45

63553

WRELESS

1{
't4

21

505.400

52.3200f

0441 54

2./62014 00:00:00"00

8338

163570

vvRELESS

2l

5054400

52 32001

10.4,11110

9221

16353

WIRELESS

5054400

53200,|

10.t42901

2/2720f4 00:00:00^00
/32014 00:00:00.00

87:E1

163597

WRELESS

21

52"32001

10,1,739

5/8014 00:00:00 00

80"3/

76736

WlRELESS

21

52 32001

10l4692?

52014 00:00:00"00

11722

176713

WIRELESS

21

52 32001

1048049

51252014 00:00:00.00

11121

176757

WIRELESS

14

z1

14

t4

l
t4
l
1
t.

21

1.4

21

1a

21

1a
14

21

5232001

t0432857

52 35001

10,{43593

4/1712014 0000:00,00

31L

53 11010

10430979

E22'2013

0429966

m:00:00.t0
7l /2013 00:00:00,00

505-m

s3_1700s
52,22001

10429971

7/31f2013 00:00100.00

999.00

52.22001

1043060r
1043060,i

8/1512013 00:00rO,00
g/1520 1 3 00:00:00,00

300.00

52.22001

WIRELESS

stst39
PRII.NG NO
FORUNTS497,

,15,00

PRINNG & OFFICE SUPPLY

WATER./WASTEWATER

s2 220n1

0,430601

il152013 00:00:00,00

f50.00

21

52.2001

1031703

9/520'13 00:C0:0'0,00

637"5C

21

53 1700S

104465S3

5292014 00:00:00.00

81,72

RFP

tt
l

21

s237020

10429631

72512013 00:00:00.00

65.0C

IS116A'T/ATR LICENSE

,I74293

NUMBERS

712013
RPAIRS

PUMP E INSTLLA-TION

CONTRACTORS
CONTRACTORS

5/tZZOl4 MOONA
7/18/20i3 SALCEDO
6/.17/Z0ts IIIODENA

CONTRCTORS

SYSTEI{ @ RUNAWAYPO
REPAIRS TO CENTRAL AVE LI

21

CONTRACTORS

coTR cToRs

REPAIRS @ MODENA

67027

VIP

VTTAL SIGNS OF POOLER. LLC,

REPAIRS @ MOOEA WEL


TO SALCEOO LIFT S

.t

t^

l9

EELL INSTALL

57213

RUNAWAY POINT

s 92613 CENTRAL

ANDREW

/ REIMBURS

EDWARO (JR)

lrt

Pege

less than one building - a vacant lot with an ancillary structure, such as a garage or
dock, A totally vacant lot would be exempt.

Ancle w.

Water & Sewer Service Charges & Fees


Application for Water / Sewer Service
Section
All applications foiwater and/or sewer service shall be made in writing on forms
furnished by the County and properly filled out and signed by the owner, tenant or
their duly athorized representatives. An application, when accepted, shall constitute
a contrat. Said contract shall bind the owner or tenant to pay to the County for
services rendered, its prescribed rate and to comply with all the rules and regulations

applicable to the service,

Water Service Fees


(no water usage included)
Charge
Base
Water
0 - 2 000 feet of usage (per 100 cubic feet = one unit)
Over 2,000 cubic feet of usage (per 100 cubic feet)
Customer DePosit - Water OnlY*
Customer DePosit - Water & Sewer*
Section

Re-connection Charge
Meter Tampering PenaltY
*
The deposit for active duty military personnel shall be waived

Section

Sewer Service Fees

Flat Rate
Base Charge
0 - 2,000 feet of usage (per 100 cubic feet = one unit)
Over 2,000 cubic feet of usage (per 100 cubic feet)

Customer DePosit - Sewer OnlY


Sewer - Special Flat Rate
Sewer - Special DePosit Flat Rate
Sewer - lrrigation Base Charge
Sewer - Bethesda Base Charge

Section

24.00

$
$

1,00

2.00

$ 50,00
$ 125,00
$ 50,00
$

200.00

$
$
$
$
$

89,25
34,65
1,e0

2,40
125,00

$1,388.'10

$
$

120,00
28,35
28.35

Tap-ln Fees

Hunte/s Ridge

450.00
$ 350.00
$ 770.00
$ 1,237.50

Rice Mill Capital Repayment Charge

$'1,600.00

Waler
Sewer
Runaway Point, Marsh Bluff & Causton Bluff

-40-

CHATHAM COUNTY WATER AND SEWER ASSET MANAGER (Dec. 20L0)


divided by physical life. Deterioration was determined by visual inspection.

PHYSICAL

YEAR

PRESENT

FACILfTY
CENTRAL AVE. LIFT
STATION

16"
15"

SS

1955

55

10c

55%

L,O79 LF

SS

1955

55

100

5s%

t,791

SS

1955

55

100

ss%

6,810

LF

10" ss

1955

55

100

s5%

2,0t4

LF

55%

28,r23

LF

55%

174 EA
1 EA

12"

8.'SS

1955

55

100

SS MANHOLES

1955

55

100

PUMP STATION

1955

55

30

o%

r83%

CONTROL PANEL

1955

55

30

o%

t83%

6'WOOD

1955

55

50

o%

Troo/,

233

1955

55

50

40%

ttj%

530 SF

FENCE

CMU BUILDING

STATION

1955

10" ss

55

100

STATION

LF

SF

55%

t,22L

LF
LF
LF

1955

55

100

55%

27,925

6.'FM

1955

55

100

5s%

r,684

SS MANHOLES

1955

55

100

ss%

138 EA

PUMP STATION

1955

55

30

50%

t83%

1 EA

L7%

1 EA

tLo%

116 LF

8"

SS

CONTROL PANEL

2005

30

50%

5.WOOD

1955

55

50

50%

FENCE

2,613

LAND
NANCY PLACE LIFT

7 EA

LI,469

LAND

SALCEDO LIFT

LF

8"

SS

6.,FM

1948
1948

62
62

100

szNl

80 EA

3%l

1 EA

SS MANHOLES

1948

62

100

PUMP STATION

2009

30

CONTROL PANEL

2005

30

o%
o%

ttxl

S
s

s
S

s
s
s

75.s30
12s,790
408.600
1oo,7oo

t,t24,92o
43s,ooo

lso,ooo
1,700

3,728
s0,oo0

61,oso
1.117.000

so,s2o
34s,000
1s0,000
1,700
1,8s6

LESS

S
S

10,790

77,970

68,100

28r,230

S
S

S
s

20,140
1o8,7so

S
s

:z,soo

S
S
5

s
S
S

s,884

37,4ss

17,077

s9,813

48,938

990

11,000

qzs

4so

s
s

L EA

s84,000
63,990
2oo,ooo
1s0,000
1,700

146,000
15,998
so,ooo

s 1s0,000
S 1.soo

S
S
s

s
5

9,063

L26,ss4

9oo

8,087
30,64s

42s
10,000

4,856

Ls4,677
68.7s0
779

S t2,2to S
5 279,2so s
s 12,630 s
S ss,zso s
S 37,soo S

s,93s

6,716
1s3,s88

S
s

3o,ooo
5,495
12s,663

6,947

s,6u

47,438

38,813

68,7s0

7t s
495

SF

62%1 14,600 LF
62%1 2L33 LF

100

s
S
s
S

DAY

9o,s2o

g,srs
31,000
s,ooo
250

354

s
s

2,s00

s
s

55,480

s
s

19,000

6,079
14s,000

r,250

YEAR

PRESENT DAY

PHYSICAT

LESS

FACIL]TY

1955

55

100

55%

13,0911 LF

6..FM

ss

1955

55

100

55%

L220lLt

SS MANHOLES

1955

55

101

54%

60l EA
1l EA

HOPECREST LIFT

STATION

PUMP STATION

1955

55

30

50%

CONTROL PANEL

1955

55

30

50%

r83%
t83%

6'WOOD

1955

55

50

so%

tlo%

FENCE

STATION

STATION

t4,603
r296

SS

1965

45

100

45%

1965

45

100

45%

SS MANHOLES

1965

45

100

45%

59 EA

8"

LF
LF

PUMP STATION

1965

45

30

500/,

750%

7 EA

CONTROL PANEL

1965

45

30

50%

750%

1 EA

6'WOOD

1965

45

50

50%

90%

FENCE

28

LF

5,227

SF

1995

15

100

15%

8,388

LF

4.'FM

1995

15

100

3,472

LF

SS MANHOLES

1995

15

100

t5%
t5%

PUMP STATION

1995

15

30

20%

50%

CONTROL PANEL

1995

15

30

20%

so%

WOOD FENCE

1995

15

50

20%

30%

8''

SS

LAND
SPA LIFTSTATION

LF

4''FM

LAND

CAUSTON BLUFF

1s6l

40 EA
T EA

1 EA

88
484

S
S

s23.640
36.600

o.ooo
1s0,000
1.700
2.496

S
S
S
S
S

130,910
9,1s0
37,soo
37,soo

42s
62s

72,00L

5,033

4,118

2o,42L

t7,o79

68,7s0

779

688

S
s
s

SF

1996

L4

100

14%

9,336

LF

12"

SS

1996

14

100

L4%

367

LF

10" ss

1995

I4

100

L4%

8,155

LF

8"

1996

L4

100

t4%

3,986

LF

SS MANHOLES

1996

74

100

14%

4t

EA

PUMP STATION

1996

!4

30

25%

47%

1 EA

CONTROL PANEL

1996

t4

30

25%

47%

1 EA

CHAIN LINK FENCE

1996

T4

50

25%

28o/o

SS

246
6,092

S
S
S

s
S
s

LF

5F

su,r2o
2s,92o
147.soo
15o.ooo
1,700
2,048

33s,s2o
69,440
100.000
15o.ooo
1,700
s1,408

LF

10" FM

LAND

2,6r4lst

LAND

GALEBREAK LIFT

1I EA

s
s
S
S
S
S

466,800

22.020
4o7.7so

rss,44o
1o2.soo
15o,ooo
1,700

4.920

S 204,442 5
S 6,480 5

91,999

so,1so

S
S

S
s
5
5

S
s
s
S

S
S

S
S

2,9t6

58,910

2,500

tt2,M3

3,564

22.s68

27,583

7s,ooo

sso

825

68s

617

69

2,000

so,ooo

t59,372
34,720 s
80.000
gs,ooo
1,s00

S
S
s

r,232 s

28o,o8o
14,680

2M.65o
7s,734
82,000

gs,ooo
1,soo

z,'l'l,l

S
s

s
s
5
s
s

23,906

135,466

29,5r2

5,208

12,ooo

68,000

47.soo
750
370

47,500
750
862

s,zrr

2,055

s
s

240,869
12,625

34,2s 1

10.603

65,131

11,480

70,520

44,333

50,667

700
964

800

2,480
2,400

210,399

YEAR

PRESENT DAY

PHYSICAL

FACILfTY
WINTERBERRY LIFT
STATION

18

100

L8%

r,892

LF

18

100

t8%

L,674

LF

SS MANHOLES

t992
t992

18

100

18%

10 EA

PUMP STATION

20!o

30

o%

0%

L EA

CONTROL PANEL

2010

30

o%

o%

EA
LF

s1,696
S1,968

SS

WOOD FENCE

t992

18

50

LO%

36%

106

BRICK WALL

1992

18

50

to%

36%

164

SF

t,296

SF

LAND

SHEFTALL LIFT

STATION

8"

SS

4" FM
SS MANHOLES

7987

23

1.00

23%

23

100

23%

t,825
r,604

LF

L987

23%

t6

EA

t987

23

100

PUMP STATION

1987

23

30

50%

CONTROL PANEL

2005

30

s0%

BRICK WALL

L987

23

50

30%

STATION

8"

1986

SS

24

LF

77%

1 EA

17%

1 EA

46%

LAND
WYLLY ISLAND LIFT

L992

8"

4'' FM

590 SF

868

SF

100

24%

L.974

LF

2,t83

LF

4,'FM

1986

24

100

24%

SS MANHOLES

1986

24

100

24%

11 EA

PUMP STATION

1986

24

30

80%

1 EA

CONTROL PANEL

5.WOOD
LAND

FENCE

1986
1986

24
24

2s%

30

25%

80%

7 EA

50

30%

48%

44 LF

rza

SF

S
s

5
S

S
S

S
S

s
s
s
s

7s.680

:,+oo
2s,000
150,000
1,700

73,ooo
32,080
40,000

lso,ooo
1,700
10.030

78,960
43.660
27.s00
1s0,000
1,700

704

LESS

S
S

3s,948

16,700

20,000

S lso,ooo
S 1,700
$ L,484

a,+tt

29,477

,oos

L3,694

3,600

534

s
S
s

s
s

s
s
s
s
S
s

o,soo
16,040
2o,8oo
70,000
7oo

s,s00

39,480
21,830
14,300
70.000

S
s
s
s

s
s

s
5

s
s

16,400
1s0.000

I,700
950

8,3ss

28,705

,osg

t2,35L

4,7U

16,016

s3.667

16,333

TT7

583

2,s30

2,970

24,OOO

9,475

30,005

s,239

16,591

3,432

10,868

s6,ooo

14,000

s
s

140

25,000

7oo

s60

44O

27r

229

YEAR

PRESENT DAY

PHYSICAT

LESS

FACILI'Y
HUNTERS RIDGE
STATION

8'' SS

1995

15

100

75%

11,6981 LF

4.'FM

1995

15

100

L5%

2,6001 LF

SS MANHOLES

1995

15

100

63IEA

PUMP STATION

1995

15

30

20%

50%

1l EA

CONTROL PANEL

1995

15

30

20%

50%

1I EA

WOOD FENCE

1995

15

50

50%

30%

LIFT STATION

r977

33

100

33%

9,708

LF

8,,FM

t977

33

100

33%

L4tA

LF

FM

L977

33

100

33%

901 LF

SS MANHOLES

1977

33

100

33%

53 EA

PUMP STATION

1977

33

30

20%

tLo%

1 EA

CONTROL PANEL

I977

33

30

20%

Itj%

EA

WOOD FENCE

L977

33

50

20%

660

98

LF

494

SF

8''

SS

LAND

JUVEN I LE

DETENTION CENTER
LIFT STATION

100

8%

234

LF

100

8%

566

LF

100

8%

5 EA

30

70%

27%

1 EA

CONTROL PANEL

2002
2002
2002
2002
2002

30

n%

27%

7 EA

WOOD FENCE

2002

50

to%

t6%

78 LF

8"

SS

4.'FM
SS MANHOLES

PUMP STATION

PINE BARREN
TREATMENT
FACILITY

s2,ooo
1s7.soo
1s0,000
1,700

4.s60

s
s

s
s

222,262
20,800
126.000

s
s
s

33,339
3,120

S
S

S
S
S

s
S
5

388,320
s6.4oo
18.020
132.s00

lso,ooo
1,700
1,s58

9,360
11.320
12.s00
1so,o00
7,7OO

L,248

s
s
S

s
s

s
s
s

s
5

s
s

18,900

S
s

600

600

3,990

L,r97

2,793

7,200

s
s

65,0M

4,6s3
29,733

60,367

28,408

97.080
14,100
90,100
42,4oo
6s,ooo

s
5

s
S

32,036

13,992

71,soo

550

784

517

267

1,000

7,o2o

562

453

s
s

6,458

s,660
10.000

800

33,333

9,200
9t,667

400

L,248 s

200

s
s

12s.ooo
1,s00

26

30

25%

87%

1 EA

1984

26

30

25%

87%

1 EA

CMU BUILDING

1984

26

50

25%

52%

35 SF

CHAIN LINK FENCE

t984

26

50

25%

52%

4,878

LF
SF

9,447

soo

1984

7.r32,t24

47,500

47,500

PUMP STATION

LAND

17.680
107,100

CONTROL PANEL

S
s

188.923

1,200

9s,000

377 SF

LAND

WASTEWATER

LF

S
s

467,920

9704 | SF

LAND

RUNAWAY POINT

28sl

3,soo

s
s

97,s60

5,207

1,100
1,048

CHATHAM COUNTYWATER AND SEWER


ASSET MANAGER
Need to update KRI Asset lnventorv

ASSET

FACILITY

YEAR BUILT

LIFE CYCLE

UNIT

QTY

WATER SYSTEM
Glen of Robin (GORH)
Marion Circle Well Site

diesel qenerator

2007

each

pressure tank

2012

each

each

PTO enqine for power outage


Neva Well Site

Paxton Well

pressure tank

Removed 2013

each

building

Removed 2013

each

building

2011

each

control panel
pump & motor

2011

each

2011

ech

each

each

each

each

each

Little Neck System

diesel generator

Modena Water System

diesel qenerator

2008

Phone Dialer

Montqomery Water SYstem


new building

Rivers Bend Well

2011

PTO enqine for power outage


Lehigh Well

diesel qenerator

2009

each

Runaway Point System

New Roof

2012

each

each

PTO enqine for power outage

S AN IT

ARY

HIV ER

S YS

IE'I'

Page 1 of 2

UNITVALUE

CURRENT VALUE

CHATHAM COUNTYWATER AND SEWER


ASSET MANAGER
Need to uate KRI Asset lnventorv
FACILITY
Central Avenue Lift Station

Runawav Point Lift Station

Winterberry Lift Station

Wvllv Island Lift Station

ASSET

YEAR BUILT

LIFE CYCLE

UNIT

QTY

diesel qenerator

2001

each

Omni Site Scada

2010

each

Bv-oass pump

each

Omni Site Scada

each

Omni Site Scada

each

Under Rehab

Page 2 of 2

UNIT VALUE

CURRENT VALUE

PAGE NI'MBER
STATMN4l

SPI

DATE: r0/C1/2074

CHAT{AM COU{ITY, GA

'IIME: 10:38;44

TRTAI,

EAJ,ANCE

SELECT:ON CRITERIA: genledgr. fund=' 505'


ACCOI]NTTNG PER]OD: t3/14
FUND

- 505 -

WTER AND SEWER FUND

Flll\/
FI'I\D/DEPRTMEN

ACCCUNT

505
s05
505
505
505
505
505
505
505
505
505
505
505
505
505
505
505
505
505
505
505
505
IOTT, ASSETS

11 . 1110 0 csH
11 - 11101 CASII P
11. 11102 csH PYROLL

505
505
505
505
505
505
505
505
505
505

12.11001 AP ACCRUJ.S
]-2.IIOO2 P VENDOR CHECKS
12.110r.0 Accls PY-usE TAx

50s
505
505
505
505
505
505
505
505
505
505
505
50s
505

11. 11103

- TTI,E
IN BNK _ MSTER

DEBITS

27f ,2i_3 - 64

INSTJRANCE

7,487.75

:-1.11105 csH COLLECTIONS (DEPOSIT)

i1.11106
i1 19000
11
11
11
11
11
11

19002
19003
19004
19099

CASH

G STATE

ACCTS
ACCTS
ACCTS
CCTS
CCTS

POOL

REC-WATER/SEWER
REC_RETURNED CHECKS
REC-RETT]RN CK PRIOR
REC-DEPOSIT IN TRAN
R3C-OTHER

r9300 f,Low. uNcoLL- ccls REc.


27tO9 INER GOV-OTHER DEPOSIT
11.38000 PREPID ITEMS-OTIIER
11. 53001_ cusT - DEPOSIT-WTER/SEllER
11. ?1003 S ITE S -I,AD-I.IATERES EWER
Lt -73002 WATER ND SEWER
11.73100

1i.75000
1t

ACCTIM DSPREC INFRSTRUCT

MCHINERY AND EQUIPMENI|


.75100 ACCUM DEPR-EC MAGI & EQUIP

11.76001 C]P-SIlE IMPROVEMEN|S

L2.]-2OOI

ACCRTJED

SIRY PAYAB],E

12.13005 PBISTOIJ - 4PLOYEES


12.13007 GROUP TNSI'RNCE EMPLOYEE
L2.L3027 CIJRR PORTION BENEFITS PAY
T2. 13033 BENEFITS PYABLE
L2.T4OO7 CCRUED EMPIJOYER FICA PAY

112, 888 .45

.00
.00
'00

CSH .JURY

l-1.11r04 csli HELTH

CREDITS

,29). , ?28 .5J


820

,252

.3!
.00
.00

.00
39 , 423 .62

72,455.35

00
00

1,000.75

t76,597-10

10,638,642.92

,376 .6L
,00
189, 034 . 85
1s, 009, 75? .53

,497 ,305.96

573

7,683,650.51
105, 542,18

)) at

<a

389.20
4 ,562 -]-4
-00
_

00

-00

41,301.00

349.00

12.2TOOO INTERFUN'D PAY-GF IOO


1.2.2LOOL INTERFUND PAY-SSD 270
]-2.2IALL IM|ERFIJND PAY-CIP 350

-00

L2 .21,CL7 I}I'IERFUND PY-PE}TS]ON 775


L2.2AA]-9 INTERFD PY-LANDBNK 291
1.2 .21,024 I}T|ERFD PY_INSI'RNCE 650
12.2]-029 INTERFUND PAY-BUII, FD57O
L2.2T033 INTERT]ND PAY-OPEB FD#786
L2 . 2:-035 IMTERFD PY-COMPI]TER#605

.00
.00
.00
.00
.00
.00

L2.2TOI4 INTERF]JND PAY_PRKIITG 555


12.2L0!5 INTERFD PAY-LAI\FILL 540

L2.25OAS DEFERRED REB

RTINWAY PT

12.25A06 DEFERR.ED REB PINE BRREN


12.25999 UNAPPLIED CSI{ RECETPTS
L2. 260).0 OTI{ER

NON-CUSTOMER

.00
.00
.00

- 00

.00

.00
.00

PAGE NUMBER:

SPI

DA'IE:

1,O/O1

CI{ATHM COUNTY, G
TRII BI,ANCE

/2AL4

IME:10;38:44

SEIECTICN CRJTERI:

ST,TMN41

genledgr. fund=' 505'

ACCOIINTING PERfOD: L3/14


FTJND

_ 505 -

WATER

FIJND/
FUN/DEPRTMENT

505
505
505
50s
505
505

]D SEWER

FUND

CCOUNT

- TITLE

DEBITS

92,736.04
1,550.00

]-2.5200r NET OPEB OBLIGTION


12.71000
12.71001
1-2.1!002
12.?1003
12 .'t1,c04

OTHER CUSOMER DEPOSIT

L96 ,523 -79


2r,].66 -'75

DEPOS IT-WTER/SEVTER

DEPOSIT-WATER ONLY
DEPOSTT-SEMR ONIY
DEPOS]T-OTHER

.00

TOTI LTASiLITIES
505
505

s05
505
505

50s
505
505
505
505
505
505
505
505
505
50s
505
505
505
50s

s05
505
505
505

s05
s05
505
5C5

505
505
s05
505
505

26,560 .20
59 ,409 . 60

<7

ni

CONT CP-FEDERA! GOVERNME


CONT CP-ST-ATE OF GEORGIA
CONTRIB CP-CUSTOMERS
CONTRIB CP-D\TEL_RI CEMIL
CONT C!-GENER-L FI]N
CONT CAP-REVENUE S}IARING
13 .240 03 COI{T CAP-SPECIA], SERVICE
13 .37001 RETAINE ERN UNRESERVED
13 - 40101 FUND BAI,ANCE-CLOSING
13 . 4115 0 FD B], RESTRICTED ENCTDTB
t3.42200 FUND BAI,ANCE TTNCOMMITTED
13-4s000 BI'DGET FUND BAANCE
13.45010 REVENIJE BIJDGE CONTROL
13-45020 EXPENSE BUDGET CONTROI,

.00
.00
.00
.00
.o0

1,953,005.79
437 ,7 59

.77

2,290,330

.O0

IN

,SSET

34 .42557 IRRIGATION-SEWER REV


34 .42558 sEwER ONr,Y -ClrC
t

?qqa

L44 , 433 ,42

3, 500. 00

.00

2,085.04

7, 998.10

23 .00

89,007 -52
-00

RI'NAWAY POINT REV


TAP_TN I{UNIER'S RIDGE REV

.00
.00
834 ,18

TAP-IN FEES-RICEMILL

34.93001 BAD CI{ECK (NSF) FEE_OTHER


34.93002 BAD CHECK (NSF) FEE-O{ER
36.10001 INTEREST REIENUE
38.91001 MI SCE],I.NEOIJS RE\rENUE
38.91010 OVER / STORT

L2,206,787 .99
608,474-42
195,153-s6
41,437,00
8,850.00
L3,996.57
895,648.70

34.4259L TAP_IN

34 -42592

.o0
.00
.00
.00
.00

5,284,9'6.75

34.421OO WATER/SEVER REV-WATER


34.42!01 IATER ONI,Y REVENUE
34 .42ro2 WTER SERVICE CIRGE REV

34.42rO3 WATER TAP-IN R.E!'ENUE


34 - 42rO4 TRRIGATIOI-WATER REV
34 .42550 WATER/SEWER REV-SEWER
34 -4255r SEWER ONIJY REVENUE
34.42553 SEWER TAP-IN REVENIJE
34.125s4 TRAILER PARK-SEWER REV
34 .42555 BETHESDA BOYS-SEWER REV
34 .42556 SPECIT FI]AT RTE-SEWER

.!9

5,351,307.00

CP ASSETS

13,51011 REI.TED DEBT IN CAP

374 ,868 - 80

2,894 ,2r2

CONTROL
RESERVE FOR ENCUMBRNCE
PAYROI,L RES FOR EICMBRAN
PAYROLL ENCUI'IBRNCE CONTR

13 "48003
13 - 49004
13 - 510 01 INVESMENT

3,586,400.00

603,882 - 19

13,48001 ENCI]MBRNCE

!3 .48002

?q

00
00

.21001
13.21002
13.22000
13 .23001
13.24001
L3 .24002
r-3

IOTAI, EOUITIES
505
505
505
505
505
505
505
505

CREDITS

00

2,660.74
2 , 95A

.62

,00

sPI

P.\GE NUMBER:

DI\TEt rc/0?/2oL4

CIIATHM COUM|Y, GA
TRIAL BALANCE

TIME: 10:38 :44

SELECTICi CRITER,IA
ACCCUNTII'G PELOD:

STATMN4L

genl-ei.gr. f und=' 505'

L3/!4

FUND

- 505 -

W.ATER

AND SEWER

FUTD

FIJN/
FUND/DEPRTMENT

CCOI]NT

505

s05

39.12100 TRANS IN
39-21018 GOV FD-SIE CAP

505

39

DEBITS

- TITLE
FR GNERAL

220ar

5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
50544

00

5054400
5054400
s0s4400
5054400
5054400
5054400
5054400
5054400
5054400
5054400
50s4400
5054400
5054400
5054400
5054400
5054400
5054400
90544C0

5054400
5054400
5054400

.00
4

ASSET-W&S
2 , 98L

61.10051
51. 11001
51.12001
51. 13001

OP XFER OUT-CIP

F#350

REGWR EMPIOYEES

TEMPORRY EMPLOYEES
REGUI,AR EMPLOY-OVERTIME
51 . 210 01 REGU!R EMPLOY-TNSURNCE
5r.2200! REG EMPI,OY-EMPLOYER FICA
51.2400i REG EII4PLOY-PENSION COM|RI
5L.27001- REG EMPL,OY-WORKER COMPENS
5r.29001 OPEB EMPLOYER CONTRIB.
52 . 110 01 MANGEMEMT CONSULTING SER
52 -12006 PHYSCIN FEES
52.12011 MPC_WTER CONSERVATION
52.2!L0r DISPOSAL (GARBAGE) EXP
s2.2200r REPAIRS & MINTENNCE

52 -220rO F],EET MINTENANCE PRTS


52.220)-L F],EET MIM|ENNCE LOR
52 -220L2 FLEET MIM|ENANCE OIITSIDE
52.2320r EQUIPMENT RENTA],S
s2 -3L02:. INSUTNCE PREM.- GENERL
52 -3200r TELEPHOIIE EXPENSE
52_32005 POSTAGE-POST OFFICE EXP
52.33001 DVERT-PROF PUB,ICATIONS
s2.34004 PRIMTING AND BINDING EXP
52.35001 TRAVE], EXPENSES
52-35002 TR.AVEL- iIMATE TRNSPORT
52- 35003 ],ODGI}TG EXP - DO NOT USE
52.3 6001 DUES / FEES-ORGANI ZATI ONS
52.3 7001 TRAIN._SEM. - DO NOT USE
52.3'tO02 TRIN.-CONF. - DO NOT USE
52 .3'7 Q20 EDUCTION/TRINING
s2.3AO20 ENGINEERING LIC -OTTIER
52.39001 OTHER PURG{ASED SERVICES
52.39002 WTER UTILITY MGT FEES
53.11010 SUPPLIES - OFFICE
53 .11021 PRINT SHOP COPY FEE
53 - 12103 WATER/SEWER EXP-POOLER
53 .12111 SEW,GE TREATMENT FEE-SV
53.4210L GASOI, INE /DT ESEI,-BULK PUR
53.12720 VEI{ICLE-OIL E LUBE

53.12901
53.14003
53.16009
53.17001
53 .17009
54-12009
54.13009

IITILITIES

BOOKS &
OTI{ER SMI,L EQUIPMENT
UNIFORMS

MTERT],S

LND

& SUPPI,fES

IMPROVE-OTTTER

BUILDING-O1TER

218,451.90
20,207.50
7 ,346.94
98.600.00

5r, 655.

L4'I . 01,6 -25


"

00

00

23,800.00
97, s00.00

-00

.00
-00

.00

2L, AlO .32


6 ,096 .42

4,947.47
6. 053 . 63
2 , 6L0

.44

.00
-00

13,208 .09

44I.90

1,616.90

"00
.00
. o0

561. 00
00
00

835.00
00

22t , 244 .46


I ,823 .34

4,52r.14

.00
.00

731,008.75
35 ,220

.92

L7r -37

1.345 .56

EXP

2.

16, 600 .43

7-06 ,

OTHER
REPORTS

.62

,634.25

r28 ,3A2 -75

PRORET-SLE-CPITf,

TOTI, REIENUE
505

CREDITS

FUND

22,976.56

:00
-00
-00
.00
-00

SP]

PAGE NTJMBER:
STATMN4l

CIATI{AM COT'NY, G
TRI, EAINCE

DP;18: I0 / 07 / 2AI4

TIME:10:38:44

SELECTION CRITER] genledgr


CCOUI']'IING PERIOD: 13/14
FUND

- 505 -

fud='

505

WAR TD SEWER

FUND/
FUND/DEPRTIIIENT

5054400
5054400
50544 0 0
505440 0

FUID

ACCOU|

DEBITS

TTTLE

- 00

54 .14031 DRTNAGE-OTHER

55 . 11C 01 INDIRECT COST TLOCTION

55.1100s I{ITERNI SVC-COMTITER

5054 40

s059010
505 901 0

5059901
50599s9
5059959
50599s9
5059999
TOTAI, EXPENSES

.00
74, r97 .20
1?9, 866 .00

54.25001 OTITSR EQI'IPMENT

5054400
5054400
5054400
5054400
5054400

200 .00

54.224OL VEHICLES-A'TTOMOBILE S
54 _24009 COMPUTER-PERTPHERL EOUIP

50 544 00

50544

875.00
138.00

REP

55 . 110 05 INTERNAL SVC-SOFTVTRE LTC

-00

55.11010 \EHICLE IVARRNTY RETMBI]RS


55.11020 RETMBIJRSEIEIiTTS TO FUNDS

,896 -20
314,947 .LO
4

s6.11001 DEPRECITION-GENERL
57.3010r MISC GIRGES (NO IDC)
57.50001
55.11006
57.40001
61.10051
51.29001

BAD DEBTS
OP XFER OIIT-CIP FD#350
OPEB EMPIJOYER CONIRIB.

51 - 29003 COMPEhISAT BSENCES


51.29004 CCRI] OPEB SKPBISE
s3 - 12701 GSOLINE/DIESEL-BI'LK PIJR

-00

s,707.62

LOSS/DTSPOS/FTXED SSETS
IMIERNAI, SVC-SOFTWRE LTC

.00
.00

4,800 . 00

.00
.00
,00
.00

200,00

,3L2 ,951 .24

TOTT WATER },ID SEWER FND

22 ,610 , 669 .14

TOTI.

22 ,610 , 669

REPORT

CREDTTS

-r4

22,610,669.44
22 , 6LO

,669 -L4

Cha tham Countv Water

and Sewer Svstems

E
S

West Chatham County - 249 Customers


(Hunter's Ridge and Pine Barren \ AI/TP)

Runaway Point-31 2 Customers

Glen of Robin Hood-1944 Customers

(/

8g

Little Neck Plantation-42 Customers

Modena lsland-42 Customers

Montgomery System-468 Customers

Legend
Produced by: Marc Ginsberg
Date:Novembe 5,2013
H :\A rc View\Water-N-SeweCh atham-County-Water-and-Sewer-Systems'mxd

lk

water systems
Roads

Runaway Point
Well Site

uo

c/)

q-

0c

n
c
z

E
S

/s[

a
z
J

Well Site

cf

Well Site

West Ghatham Go.


Well Site
Hunter's Ridge
N

L
S

U
'T1
m

ro

wN

DR

F
\

Well Site

Well Site

tvlodena lsland

Well Site

ar*

de
'

Well Site

LehighWel lSite

N
E

Well Site

-L

ul

1
Well Site

N
E

Well Site
Y

Pdon
Wel I Site
Well Site

N
E
S

Glen of Robinhood
Well Site

Well Site

F
o

Salcedo Lift Station

Lift Station

N
E

Lift Station

\L_t

N
E

Lft Stat on

JAC QU EL Y N D R

Lift Station
J.
ec

c/)

A-

N
E
S

Lift Station

LN

Gauston Bluff
Lft Station

Lift Station

otr
Y

Gentral Lft Station

Lift Station

rlunters R
Lft Station

Lift Station

Runaway Point
Lift Station
s

Lift Station

Sheftall Bluft
Lft Station
E
S

Lift Station

Wnte
Lft Station
Y

N
E
S

wt

Lift Station

V$lly lsland
Lft Station

Lift Station

iil" ii !.0!i
r_.,l

Ll

i:11 ..i;:

i'\.

1.:'r 't

i'i;i,i.:

'lll::ifli:::):;fi',:frrrlr':i{lrjlrl'(jr(:liir:(li:ill:;'':-l-raytrI
^.1r.1r,-,-,,r,.,t,..,'

1i;') ' ii/

jirrl)i:i.-,i.',1r,,,,

oi

tt':'l i::r-:i:'i(rilrl 'lii:'l ri'ri'i (:ijj::i/'


(ii (i:crt'iil'

Lllu:iilrri;o

i: i;Ollilci:l

l'r'i:'tli-t<rl'riil'(1

Lo

l'ri,d

tj.:c(lj|,J,i',illlciiirll.i,lt"J1-lAilDl\t,0Erti.il!F,1rrj(jI,|'Yoi'5,\V1.|}llil.l'
llJlic.i]lcL1.})r-lr.3E!oncl]rtci|.rJl'nt.eiheIr.lsofLhcstabeof
(ec'gt,

l-o i's LIle C1'Y'

ref'r't:d

l{j}^cillrtc;r'

!:lI'|1li': l.Jl.i

i'ij";rll.l i' cr'jr)!'tji :r rif I9'5 :irr ^r:icle


1.r':;, :i,:fi::r,r):'; 'i, i-::''i;t:';il)t' I (' (:ti{i':: '^ll!'" 5:1'-iJ10) Iir'r)vir-liJ-';
rrilll;11ltj\:l

.{'i1U l::l'l'f

tl-,ni:runicirrlil:esndcurltiesheSinEtrlycorl\'-ect';i'tl'l
(50) yc'ars;
one rlirctlte'fcr iJi)/ PeriD( not cxce.(irig fi'ty

ancl

CI'l'Y

<1{l
'llli,:i{i.-'{, }:ii'!ur'i t-o gr:c':lr $\lgllor-i ty ulrrj Cl)U'l'lY
'llij

irr(j
n fi'e+rrlnL: .ii--etl firC<rntllt:r- 'l, i97'l , corrr-*'l'11
j (,y itrc:.lui| :(j col)!l:l.uc l-ic/11 t or,cr::ti.rl
!])l'otitc l: ln (-, vlil(lr .j|j./l'
j
r;uuo:ii;r)' f ii'j Ii Lit::.:, piotrirl trt'l
ir j-nnc t'!j o,

Cl-riel'rJ

ii1 i:O

'

nti.ii.uf)::j,it11 ild

rlrr: L?i ;CUi'l'Y

l))r,v

i-('r Iite i: f i'Y $-6'C"0 -Ller: ctl)it;r olr-nunlly

tO cei'
t.l;rl ,'e.') Itp ^o iirc Jlo::rIlLi rt <"'uiiU ;tssigr-rCtl
p:"epar"ed l:']
L:iiii t cit:; Lt5' 1!l i"rtei' ;:ltr' lir:t'lel' h1s[:qlr Plan
'le

1"'i:.,,ij:

l'1Lro,(llit-urtl:l-r;li-j!)crr'risLii<:l.ln'dcll':ciurlclg'7'al'rcas
\
shQirl l li:>:i!Li: t "''1" 't:t:cltii lert'o; ard
cif i'!
ljliJliji:!:i, ril'ro lli.jui'lY Jr'-j l.lc c,ilileif' lc of--t'lrii'

!i-'!irl

(rll':jl::ir(;l';ri:ii.u:'iiiji:':'ilil-i:t'ioJ-'l'lLlrt([i:^Jitlr':liLr')gtl-vi'llltj
C,:::::.;a) ii:i

'''j

l:l,i:'

cr: i ii I r'Li "-tii:r' ij'u(-'


l)ir ijii

i-.)' t,'''t,'t"r,

i.il

i:t)}i:

i f't:1

;'l'

lji"")i'i;r

(:r

l':rr :i lt/';ilioii

r;,. is.ii: cr'i llo:'jg titir:'iqc

:)' illJ

r-1ti1l

I , Irlc

{-f i:2J rI:l

tt pl'q 3Y :i ilt.

<r,:,r:crl lY:!,,11,.,1'

l/

'

:,
-.

5v:ri.{:r:t

i'i'Y ::ii;r i ) ir.)ljil'!r(1 (iirt: i t:\/ f t

l i:-iat i:l'c<l

;tli

jt ;'t;ltlilr

'l'i,ir iliili"i

r-''il) i

ci

iril.lril':,i

::'

l;l;i'1

')':'!jj;ij(l

ij

t{) cir:l eie

c:l::,,trii,ii.i-'!i illili;

l'i{)(:rl i Jr'.rri:

'.

i.:Jiriri I ti:li.ri

iii.; irt

(lJLeij
v

or'

:):(rb(r

.i9'l),

1-i,

pollti[.r,1

.,rirrjr...i.. arir:j

5.

Iiti(iii'41

caprcril:y of 6c')
icl i1.rc;olr l' r'lc

':i) ll'li
l'

"::/'i;{ri
l:ilt] ;l-il.'!

rr': jiil(:yr:)rl

.:l ir t.;

r.j

:,j

{l (l

()j: l':lit: citj'1'')r:j o: Ll)'

r'tci rr <:cn:; j r. 'rrt j ol1 .Ji i:lri ltttti-tll

i):t-Her:n tlr: COUt'l'Y irl(l l'-'he Ci'lY

)^ m(lndr:d, is

fr:rttrtr'

ilrnr)rlclcd to l)ro-

;l:i/ i:o i:i'3 C-l'i"i :.o For cil)i t-,r ir!'rlu)'ly

i,lrli;L{r r'

:jrriii

).1

rsj\'iiiid

r,. jC:" i:i,:,r ilrptritrt

i.i) i:l(j LS]L-'1.i1-ilr)fr"n

.t,t )'C)j}t''l{ l)y LlQ l.1tltj a,Polii:;rr

.;.1:,'.:ijj .iLiri:i j!71

i:il(: COI:;;'l'Y 5lrir i, (!iii::i:

),,,

l'i"-'j::'fi(:;-t

i'

r::i:'r'r;\: {r'2.)'/li

i)J<-;rl-:ii-.i; i;Cxl::::ti;.i:;r

.r!.rj.ir.;l;.1

TSL'11:

c'

i:hi s urf]f:'fll) D l.>e cc.rrr:;l-rnlii1,(li i)r)( r.lt.

'th"-:'.; ci:.' iii:;-.iirll

j dc i:rij1: Lhc 'lil!r|'iY

:ji:.(l

iL

illri, [:i t)-.)il icg tjfi rcr.i:'v :ifJl"e'r'] r:; f ol ll'5;,

ir'lji'

fcrr'f-i:t:

Si,di;in

lr,,:r,:.i .r,

i(:!l'l 'l'ilili:ll;'i'(:ii:,

1.

/\ f l'o:rl

[;le CI'i'

'.:i:.' i,r':!',. i:,'i:ti)i

, :1 rr.: lj.

(;0t,. l', r',i Iil(: cr.'i'Y cl,J i

coviit;,ti.i

r.,

.1ill,

'"r'r:"'".

r,;\:ii :

or'

l-e:icctr

ili',i( j rl '/r: C(li;:' Y ' tj o:'lt:


'i l.:,

i:ll l)iililif

:j'Jl-clj Fi .)iltj'

f.rtr.:cir li.i r'\t l-D t).c' l:'::;i-i.cj\ll


.(

illijn

1ii,i: t :lotl

l:!1a

irrl'C.iiiijcv(:

r*i(rl'f'(:al

t'c;;,: sl-lc:r i)r'lylllnli i;(;,OO I:cr


i,:rt r-Oljal- ()[ l$iii

j ( ir|',i\,i;.i-iri.: i.i:; iji!iri'iriiri ili

;l:i]

, 1r::l .

:;..

, f:l.ll,

c;:11:Li''l

ilrjgjc/rcJ to

ri.ri:l i'i':rr"r: .;;" r; l+L-.-Llc:.:cijf,i;-,,ii..i:l.i.J1r:r!',i-li:

L;,

{r.<] Iitrtr

l,:-=..9:1)j;li--iii

(i'll-::llll"\i,l]"){-,,!'1,J,).1iJ]j=.,!.f5;,}:lll-

l-i::r
'!.

i',e (ii'i'i

l'l

: :.-iji- Ij';

li..':,(i':':.',

;,:.irri,'

i':,;i..

,1.,i_'j

lt.;,tl I ita

i-:',

::'irir; | :-c:dr"r'
1: i:r:'

ri\!::!:i ?' i-r l:ilc i'rsi(i':!:

ll'rl: i'i.i,::l Ci' ii)rii :i,)i!ll-L'iil ;ll::i':il;'lj)tci

5l-l-et:
i'r':

r)!'a t:;!' 'l).'r!(:(! ;r l illt: tiitii:i: tlcr"c;l()l11lli\: (':


,-r-r)

i;:i.

iji iY lj r'r'c i i;) i'i-':'1 l':ir\l(

iri" t ): i ''-'r rii

i ..rir ir;!r:';'.:ll

4:-'l,,,

"li''

l(.::i::1l,lir!(j')iii:'iilllr:ir'rr:t:irrlr2i(i:lt)i-Liil-:illi:'i'rj'5rrr)!'i'i'r': tli"1
Li,Lr :. j'(-.( ;;i,,il:1 , iii L(-:r (ii:rl.r':i: rrl<1 lr'/' l)'rl"t'i:lil'li-l;l'
3l(i
f't:r' llL'i{:l'ir9 illy tl!lrJirjr:: rlr'lc:t'irlr:l
11;;l I r::i:l'.t j)l'o',':i:'illl
t5l.l':l r.l|. llt)f'i:) 1yltf]l !i
,: ir:r: >ci:.u t|tt: iI<-'.'.r <li !lctr.rrrl ilottt l;ii

rri

ll"t' (;l:ll': r)l i i''l

li
,:::r)(-'

l-l';1rr-:lllllt;

Il',i, T;1,:: (;i' iiOI't: 6)/1i('lr:

r'r..:.!r'. ni

t-ltr: l;r::

l)l^i'\rtilL'(j

"i"':'^

u(:ict-r..,l ',U '\i::li :i l'.,' t:i)ii

:l;.r

r:-L tt'nnl I:'ic:

oI llo;c

fot' lt'"1'i:;:'r''
l-t)r' i:rr:r ri:r'ti1t:'r1;tl(jr"

iirr:illrj

:() i'lrlrl'

uc; l]ilctLl F'll'f\

crf

l):il'L'rcil

io(:tl[ti

rlfL:l

rL!'l:-rr

hc I'l'Y,
D,

,Ihct cout!.i,Y

to nl1.]fjlll'c r]-5; ft'i:ir. iil Isil'j

ptl:i) s,a;ijon,,['rr
,i'(r (ll.'i'l

:l)ir'..l it<r 'i Ll li;ctir; j)l.ir

-s:;irr,'::(r;.L '
i:"i:1

cls(it'ic

i:)-'

j:r ::"cUtf-i

ald

1':1

iir

irr):r.ill. I . f 1o',t tl(rL(',1^ ( L()\: 1 I i-1)

iI).

'f

Ulir:

l()'

t'')

fil'llij:'l:'l;y$1-(:'l'

ilt tJ:rl''ir ' l if);:l i'r' llcl

ll)\;(:r''Ljl t ilil(: C(iUl:';'Y si)i'! ll

ot'r :ltlf L:j r'9 ll(itl j rtjd'

C:l

)l'o"/itlt:

'l'y l^ii:i'ri.]lirrrll'

5l'r;li)

,7r.trcr::'!:il:c'cl-iilri(lf,ul'!1tr'i{'lct:'llthelcrrl'-<ifllOll'lrirc
l't:c:',1i i:r(ll:(-)r

/. :'!-iJ';ti1 to

'11:l;'lr

lt:;'

l;y s-ri<i
'l'lir CLlijll'''/ r': I I Pt:v Ll:jr clri"r'c:; -c rc(:()I'lji-i<
.,,:,,":
\ili'. I ;'{t'l:rrgrr ti r"rljlJ'Jili:i l'r-l:i\
t:t:i: .1. i;.,ri. f..,(: i i|rti)(ll,( t'-1or!
|
liy rdittnc
l';rl:: j
'1i,,: l'!i ll r):' ii()ri: :j)'srull ''l!' i'l\(:: -Le ;('v' *:;
'',ici1
f i,.l -5l\'rlrlr:l Fjy:ltion !l:-lcl
o.t. ;r :: li)r'c,',1. ill;'.ql'il(:ri tcr'l':ul's
ser/tlrFl f t-t)rll a (lI'l'Y llri(:
l.i;,t.: li i'l Y, ))l-\vt.jccj , il<;lr,:vtlr-, llli'lL ir:y
i:ry s'rid f I(:}v iigIcJ)" !hiil i
ccr.,Licl.e d io s: {i s\/'<j!':it rt(l rec0-(te(l
',t

..il
i..i ",
,

/.:t-

l,r.':

.hi..,

i.\l

.-.

'-Fv

"

tre

rl

thi}ref

t{l(l:t.
?..

Ir-, ';)lr

!-cin,

vr1

[, l:l'.c

j'l''l

i
j s r':?c,tlil.u'J l)y 11y qo\rl

lllY11

Lil)

i:ri.:'.)',:i:i:,::,jiii*iicr'i,'l*iicrci)itlt:)li:efi'icit:i:<-";cit"Lilc
trr:!:r1(:ii.i,'i::lliilyl:ot:l'oc!!(:i':tlitiltei'qir;r'liiycfilcl'rt"in':

i:ir.l rlit(:-tfi

{:1r\, i'i;1:,jj l;l


li!'.i,ir;r:1

!()i

.i

.l 1-:l'i:;l,r)f.i,;OlJl:t] t.;ilill.il .:)f i'!|:] ili!i,aj


i il::t/ ;;::l
c;ltl;:ii: j' l;'7 r: i"lrr': i;"r''i\tl<:ir''' i;ir' i

|,i:1.: i]l,i,.l

|\;.(ll::. 1 rli];-\i-)'|:.i]

tl ::r:r;l: i<:t 'i'r';r; {:}

irul rrti'

!;.'ii:;clr;f-r:rl'iilltlrlL'1"\:'i!r:''r'i!t:i:rlrll'riil'\'l(lilr--ill'1":'trr'L'ri"l'
i'r rrr '''l'i r/i'lli:r1:L
i.,i: :]':'.a rtr!^'4,- i;" ai:i::,i.lf)'li(i :;i ;rli""
rr:':

r':: ':ii

"'

'rl

i';li::

t"''':"

itl-lf

rrr:iliit-',

ll:;

\':i

r:)

.r:i-r.i ii f r.--il

: i'ii:i':

, 'iiri:; f ,.li

-<l;t','

,r' :1 'L--,---. I ltgo'

i,t':filii j,ill) i\! i)l:iii i l i


t !;'{ t')i. :j./ri,r,'rli:Jrji

Uy

tK'..fu-'-;^
.,{*u^
' l l. i)'-ir l '

i:,:j ) l ,:ia

l'li/.1 c r

;'

!\)

r i:.;

r :\

f,

/lt

f.) trr ti-r l:

'

(; ,

i-)l'J : 1 :;
/\'f' l.irl'1 (i OU Pi'l \' (::{lli'i I Si S' I
(:l,.' li11 (()i.!ll I l' , (il-(;iii'i I ''r

ii'a;"lr\:l rl;. lii.9i;


ilr I li ,1li'"'1,' : i::.,:ir\t, li,'y i::J::r.: tt:i :1, r:ri:, ::i : i.l, l!A

(.: I i

ii 'l:,i

ny

t t (1:,i l: f
i

.'.

:')

'lri

t:y l"iilr'(ci'

'l"l'liSl'

iii:i;ilf

'Jt:L'''

t'. o
1;,, alliLl l.l'q' t; I l'i' r"::' i 'lrl:;L'r!l l:11':itl i'l't::liciLij
ir.r
:; 'trit! tltiIy it';';(::'i'i:rl ' 1ii l'1..
tii. !jiI i,y i Ls i,i'()i'Jl:r ol i l ci ir

i:

)tl fli:(."-;

l':'i i:;r\i:i'll

i';iiili''i

llir::;'t;rl

:.i':i i;il::li:Llir,

.:-. r:: \'::

.!t

irli:iuy,

(1,::'t,1:

;t

STAT OF GEORGIA

couNfY or GltArll^M

sltd eltleted ltlto llris


Tltis agteemetlt lnade
Lry atrd

betweetr Cl lA l l IIAM COUNIY'

tolitlcal subctivlslor

994

ol llle Slale ol Geotgla'

of
and Aldertnen ol llre Clty
COUNTY arltJ lh e Mayor
llre
as
lo
relelled
llerehla[ler

under tlte laws ol tlre State


orgarrlzed and exlstlrrg
corpolalott
munlclpal
a
Savanttalt,
as Cl l'Y'
lelerrecl to hr lllls Agteettrettt

of Georgla' lterellrafter

WIINESSE';II:

Wl'IERE^s,lllsllecessaryatttldeslralrleltrllrelttteteslollrealtlrandtlrewelfare

ofallpeopleolllrlscouttlytlrallllecleeks,streatttsglldllvetsandallbodlesolwaler be
County
bourrdaries of sald Clratlarn
atltJ adjacerrt to llle
lylrrg witlrhr llre cotrfitres

cottdi[lotr;
mainlahled ltl an etrvirotrttletllally'sale

WIIERE^s.ltlsltecessalytofitrarrcealrdsllalelllecoslhrllreprovlslonof
qttalilyelrvltotttteltlalcotldiliotshlaccotdattcewitlltlleEnvlrontnenlalProtectlon
Georgla; att<l
Dlvlslon of tlre State of

W|'IEREAS,lheCotrstlurlorlolllreSlateofGeotgla,provldestlralCltlesatld
Coutrtlesofllllssletetltaycotrhactforatlylerlodtrolexceedltrgfiftyyeals,wltllegch
ollrerlortlrelerlelilolsttclrsttbrJlvlslotrsnslrovltJedlrlArllcleVll,seclionVl,Peragraplt

l, (a)

arrrJ

2-5901);
(b); (Ga' Cotle Atrrr' S

l.]oW.-lllEREFoE,foralrd|tlcr-lrlslrJerallotlol[lrellltltualcovetlanlsend
p''po'"*

and to'
\"
COUNTY arrrj llle CITY
tlowhrg belweetr tlre
lterettrtto
agreetttettts
ond
c[venant
lrereby tnulually
atr<J llre clTY do
couNrY
llre
forllr,
hererrbelore sel

8[,ree Bs follows, to-wil:

l..tlleclfYwlllcottllttuewlttltlreexpatrslottofsewagecollecllorrendtreatmetrt

lnccord":i

by growitrg'alea developrtrent
rleessrt"'"'."",e s tlecesslltetl
lies !s
and potable waer laclllies
dy the EpD
._^,u,,-" a )oroved
)provr
o[ sucll facllltles 6s a
cotlstructlotl
tlre
for
wlllr tile sclledule
specicJiions ot ="t
wltlt t'e slalldards utto
accordatce
ln
Brrd
of the state of Georgla
gencY
1

rl

z.

exparrslon by requlremet of w"ler


rlecouNTy wlll lupplernerrt sakJ clrY
These lees shail lnclude '
payrrrerrt ol developer(s) ol fabilities'

a'd eewer surc'arge

payrnerrls whlch sllal


uflllly lap-lrr fees arrd sewer sutclrarge

be essessed vla lhe

utllltydeveloptneltlfeesoltlreCoUNl.Ysotllatllwlllprovlc|elunds[rontwhlclrslrallbe

paldlolheCltY.lrlcottscleralionollllepetlorlllallcelrytlreCll,Yolltsobllgallotts
attrual clTY ol savantlsh
Jlre fee slruclule wlll be laserj otl llle

trlrjertakerr lterehl.

Sewer Servlce Fees'


Revenue Ordlllatce Waler and

3..IlrecltYagreeslokeelaccttlatelecoltlsolatlclrargesalrdcollecllotlslor
UserEewageatlrjwateservices,eswellascltargesallclcollec(lotlsforllrecontlecllons
fecords or
alld tlle cl'iY'agrees to keep accurato
or otlret servlces relted tlrerelo
I

llle coltshuclloll of sanltarysewagelreatmenlplants,


lltt slatlons and all other
plarrts, coilslructlon of turrk lines,

dlslulselnetrts of exetrses for


hnproverrrerrls to

""tlthg

snd ollrer
as all cosls ol operalion' lllallrlenatce
eppurlettances [lretelo os well
expellseS.

4. llre COUNfY agrees

lo collecl all alrlicable

for
llre alttual Clfy hevetrue Ordinatrce

arrY

lrew tlcvelol

water allt'l/or sevtlr ltller'


Sysletns served by a nrasler
ae as
by Clfy water alrd/or sewer lttelers

follows:

:r

RtttrawaY Foltr[
.,

lsle of lloPe
Challretlr Coutrty lrrdushlal

Park

ll

TlreGoUNTY,sutllitypayrrtetrtlecolrJsslra|lalsolrrcludetllenameofdevelopet(s)'
locallottelldlotrrunrber(s)erldattyolllerldelllflcatiotrdescrlptlonsavallableonlmproved

property

or ptoerly lor wlliclt

httlrovetttettts ale platlled'

errrual paynrerrtio
5. llre couNl.y agrees lo lorward,arr

,f

o[

"

olle-l'lle lurrrp-surrr elrourrl,

'lrrls payrnetrt

tlre

ls lo be harlsmitled

clrY

conslstlng

alorlg wlth ssld

ploperlyltfolmallonalrdatrllerlrlzedulllitytees.lislln6Peymenllslobemadeafler
year'
Jarruary 31 otthe [ollowltrg
ol eaclr year; lrowever, prlor lo
Decernber 31

llrese rtesettls lo be

cattsed
tlre parlies lterelo lrave
lN Wl INF:SS Wl IEI1EOF'
efo te sel
as ol llre clale hel'einb
.rf
lrr <Jttplicale origirtals

executed

,{)

hetelo'
atrd tlre seals alfixed
eulhorlz-ed olficers,

lr

rtl

On
By:

",M

l.llllE MA YOfl
lE cl

AND ALDET{MEN

r.

ClY Mana $e

rg

,.\

cllAlllAM

J-, 1oe4

r.

' 'ft'='a/q"t*t*
sT^Tt 0F Gt0l 1\
coullTl 0F. Ill^ffl^l'l

ii V'L

rtd entered itr to ilr is /6 day of


^G
subdivision
, l54, by CllTllAM COtiNTT ' P0l i ical
and
Eer ref erred lo 5 "CounLy" '
I e Stale of Georgi, ltereirrf
exisin9 under lhe laws of [:he

Tllls

of

,(..,'il
l

PINE

RE E I.IE

I.

rrr<le

BARnEN 0EVEL0PI'lEll COI'lP^llY'

to as "Developer"'
State of Georgia, hereinallet'referred
of or has the opIion !o
l'llltREAS, Develpeli s !he ovlner
Seventy (l70) acres of real
purchase approxlurately 0rre llutrdrerl
[o be known
Clratltatt Counby' Georgia'
esEale in tlre 7th District of
Tracl'
as 3 porLion o t'he ragg
as l'lestwood 14eadows ' fonrtcry krtovn
lloreparicu]arydescribe<lndshownonExlrib.i[''A'.here|oatached
anJ tttade a Part hereof ; alrd
.l
on l,lay , 19s4, approved
l,lllEE/\5, Court ry lras pt.eviousy
provtllng liater and sewer to
!he particpaIion irt tlte costs of
lteren wiilr County's share of
Developers's rea prorert'y clescriled
fees
to be $247'000' no engineering
Llte cosbs having been esLirrrted
to be Pa i d bY the Coun l"Y '
and agreerrtents
In consirlertior ol the tltuLual convenanLs
Deveoper do hereby agree
rreren set forth, rre cour!y arrd

as

follows, tq-wiL:
t,
!!sT

tT I
nqcT I 0rl . 0 F- FACI L

r!

construcLion of a seYlqe
1' DtutoPtr slral I corrrPle Ee
shown
antl fo rce tttain a! !he location
Lreatrnent plant, I if t s!Liort
'least Tuo. !lundred Thousand
of al
on Exltibit "B" hving o capaci[y
faclity shai be
(200,000) gallons per rlay' The treatruenL
sewa9e
used unll a regional
considerrd Letnporary arttl wil le
with the Chalham County 20l
irealteni s provir'led in accordance
the treatnen! fci'l ity' 1fi
Faciily Plan- Upon cotrrpetion of
Lo ihe
sha' turn over lhe same
sIaEon and force rllilln' 0e'veopefor the exc]uslve use of bhe
County. The CounIY srhall reserve
putrrpinq slaion and ^ureaLnen!
Developer capac t'/ o the 5s'ege
Fity (iioi singe-arrriiy
tle capaci',u ior Five lundred
f acillty

reside'rls or provide lle cpcily al no ddiliona cosl !o Lhe


Developer upon re(ues. Plans shal be presented by tlte 0eveloper
to Elre Courrty Irrgirtoerirtg DeparLlllelrI prior to be9rrnirrg
construciion for arprova.
?. The Coutrty sha furlher expand the capacily of
.
said ntaster sewage Dutpirrg station, Ireanrenl facility nd waLer
suppy f roru b jnre o Iirrc s the reasonab] e need therefore sllal I
arise ln order to keep l,ce with bhe deveoptnenl and general grotrIh
of the are orrg Llrc Pine 0arren ootl est of lle Quacco RoatJ in
ClraLhan Counly.

3.TheDeVelperslra']lbere5PonsibleforthecollstrucLiorr
of any additional pulrrp sliorlsr force mains, sewer collection and
rvter distribuLion lires rvhich sllal be ocated within the
boundaries of Lhe pr-operLy shor,n on Exlib | "C" hereof or as llte
5ailte

nay be

exparrrJcd

try orry future ac(luisi lion

i addi liorral

I artd

on Pine Brren and Quocco loarl area by Deveoper' Ail water and
sewer construct.ion by the 0eve oper slral I conform Eo the des gn
and engineering standrds esiabl ished by chatham county and any
olher state or fedcral agetrcies having iurisdiction in such nlatLers'
Tlte County shalt approve ll

corrsbructon pians for such tacilities

before any work shl l cotlllllence '


'4'Deveopershalcontpleteinstallationofthewat'er
suppy faci I ty descr.ibecl in Exlribl t "0" hereot in accordnce wi th
.l975,(anrended)'
Chtham Counly's liter 0rrl jnance dated November 7'
Plans and speci ictiorrs for cuch facil i ty shall be approved b-v

tlreCountyEngineeringDe|)rlmentpr.iortoconstruction.Upon
completon ol such waier supply iaclity, Developer shall turn overLhe sanre to lhe tourry, Developer shall inSlall all disLribution lnes
wibhln Its developuenl.

ll.
cAp

lT^

c05TS

i4

TIIOD OF

nEt MI]UNSEHEII
I

l.

NTA

T OF COSTS

Tlte Courty shr l py wenly-five (Z5i) percent

nd

Lhe DeveoPer severrLy-five

(75!) percent of

Ulre

otal cost of

and
lhe sew.age lre trrrettL plarrt, lift force nlain slton'
applcation for
cqujsitior cosls' Deveoper slta presen its
of invoices as crrrslrucion
pyrren lo 'he courty rlortq wi lr copes
suclt costs lo
progresses. The Counly slroll pay its share of
applicion for payroenl'
Deveoper upon preser LrrlenL of Deveoper's
lo llle parties provding
Deveoper shl lrarrtlle al pynrents
trealntent facirily' ifL
services fr consLruction of the sevt9e
sLaLion and force uairt'
of the waler
2-. Ilre Counly slrall pay lhe tota cost
for paylnent to
supply Faci I i by, Deveoper slill mke pplication
construciion progresses'
the Courrty wiIh copies of irvoices as
bhe parIies providinq
shar.l rrarrdle a.1 pa),rrenI Eo

Deveroper

The County
faciily'
services for cottslrtciurt ot the wler supply
of such aciliLy upon
shalI reirnburse Developer for tlre cosls

as lllenIiorred herein'
presentmenl of appl icat'iol pylllelL
developnlent
3' lhe Per lot lap-n fee for Developer's

be Four Hundred Fifty


ot lhe and described in Exhibi! "4" shall
aid-to-construqlion and SevenEyand No/lOO (5450'00) Dollars for
lnsballatlon of water nteter and
Five and No/lO0 (575'00) Dollars for
and Noi.l00 ($525'00)
abor, or a totl of Five llundred Twertty-Five
pay bo 0evelper sx llundred
Dolars. Also, coun[y slra.1 collect and
tn uu'iability fee per lol at lime
an<l No/loo (!ooo'00) Dollrs as
been fuy paid for al costs
of tap uni I Coun ly antl Deveoper have
descri hed hereunder'

oF
ttJ other land owner or developer
,4' lrr the evenL
.landonPineBarrenarlc0uaccoiloadereshoudrequesLpermisslon
use of sad sewage treaLmenl
of the County to prLiciraIe irr bhe
to requ' re Said owner or
plant and force tnain, Lle county grees
of sid facllLies' incuding
other developer to sltre it Llte cost
and costs as follors:
for all of its
lJnii 0eveloper is fuily reirnbursed
herein' ihen such ouLside
cosi; and mon'i es rJ vallc'J s descrbed
and
pay ail cos! o exlending waLer
rand owner or <Jeveloper shar

Two f housand Five lluntlre<J


sewer I ines to his si Le nd fee of
nd san tary seHer per
arrd No/.00 12,500-00) Dol lrs l'or waler
or establ shnren (nol per
dwe ing uni/aparLtrrerrl or per store
jnitial development' Said fee shall

buildinq) al Llre inre of


year after 1985 Lo an atltount
be adjusted on Jattuat'y ls irr eacll
on July 3 ' 1984'
eqa to the purcltasirrg power of $2'500'00
Georga' fo|. all
using the Cortsuttter Price lllrlex for Atanta'
of lre llni ted Sales
i tems of t'he Bureu of Lalor Statistics
of
nlake such computaliolr
Deparlment o I Lator' 0eveoper shall
year
satne to Counly for each
bhe fee adiusllrrerr! arrrl forwrd the
of this fee slrall be
aft,er 1985. 5everty-five (75X) percen!
ltave been
paid Lo 0eveoper unti ts ful cosLs llereunder
twenty-five (25f) percetrt
reinrbursed with the Courrty retalning
of said fee'
deIermination of Lhe
If al any Lirrre requrierl for the
Price Index descrbed
fee adjustmenl in drly yer lhe Consutter
the parties sha use
herejn ls so longer publ ished or issued'

for
generaly recognlzed and accepted
such otheli ndex as is tlren
sirllilar deberntinaLion of purchasing Powerof
exPansion or expansions
The cos I of any fur[her
5'
which are construcLed arrd
Elre said sewage trealrnenL planl'
other land ouners or land
provided soely Io serve atd accommodate
of the Developer's
localed outsirle the boundaries
developers,

fo r by ihs agreement
properly, beyond Iha!'hereofore provided
parbfes '
shal I be borne by County and/or
of the projecled
6' 5houtl Lhe Developer fall slror!
i t shal pay
w tb Exhibi t 'E"
cusLorners per year' in' accordance
following year n aval abiity
the County by Jitrruary 3'l sl of the
base charge for each developed
cltarge of lt? Lhe waLer and sewer
oher owners of undeveloped
1oL of record slil.l owned by 0eveloper,
base charge
the 0eveoper' The present
'
o L: sha I pay the salue as
for waLer and Seven nd No/100
s Seven ind No/100 ($7'00) Doliars
cltnged frcm iinre lo t'inte
(t7.00) 0o'l rs fo' se"er wlrich rnay be
charge shall continue
rho r^!i!sioners on lots ol record' Thi5
h'r
!J
ar Eoli r unIi] ounty has
to be paid by t)eveloper until los
beenpaldltsinltia'linvesLmenrorni'i-io-co;5!iuc!cniees'

and Sewer 0eparttnent


Developer slrall roIify tlre Courrt'y ]laler
oll lllonthly basis'
whe lr lots are sultl irriLiully,

The

tlrirty (30)
) Tlre Uevelopcr is providir9 approxinlaLely
the initial
cres lor the spry irrigalion to be used for
willt
sanilary sewer !l'eaLtttettb plan ef flueni colslruction
lf and wlren
the Courlty payirrI twenty-five (251) percen!'
capacity the
'.he sewer plartt 'is increased in size or
suitabe
0eveloper wil rrlke vilable an additiorral
increased
Thirty (30) acres for the disposal of the
by a mutualy agreed
ef fluent at price to be deLerlrtlned
aPPraiser al tlat tinre'
is conveyed to a
lhen lre sarilary sewer ef l1 ueni
spray irrigaljon
regional sanitry tt'eatltrerrl f actity and tlre
plant is abandoned tlre
acreage lrd tlre ilri tial lreatnrent
Lo re-acrluire tlte
Developer will tre givelr [he f irs! refusal
he faci i ty rl a price
and lha wi l no longer be used or
aPpraiser'
to be deLerrrined by a rrrulually agreed upon
III.

uPon

ll wa[er and sewer facilities


located wi !hln the
and structures, !ogeLlrer wi !lt !heir sbe
descrbed in Exhibil "c"
boundaries o !he 0eveloper,s proper[y
to Chahnr Counly' in
togeLlrer wilh al ltecessry easelrlents'
Developer agrees

deed

bo be made by the Counly


consideration of llre payrrlellts provitJed
consideratlon of lhe rebates
under lhis agreentenb arld in further
ided '
!o [e rrtade to the Devel orer as here in prov

tv.
USER FEES

the right to l!er'


The Counly Conrlrrissioners reserve
user fees from llme to
upwards or downwards, Ihe uaLer and 5ev'er
for a'l I of
so it fair ard unlforn manner
provided il
tirtte

rrJoes

are sevrer
by its Pirre Barren and Qucco Road
by ihe De'eloper cr olher
anri wLer facilitis-', wlteLler owneti
parties,
Lhe properiy serv'ed

v.'
MIsCILLANEOUS

Eclr of llre rurties hereto gree lo furnislr evilence to


tlre otlrer not later ltat Septnreber 30, 1984, tht lts governing
Uori or 0oarJ oi 0irectors las ulltorized it o enter inlo tli5

a of its obligalions hereunder'

agleenletlt and lo ful fill

lN HIINESS t'lllEllE0F, !lte Count'y has cused Lhese presents


to be executed by the clrairrran of Lhe chaLltm counly conrrtissioners
and.to be aested by the clerk of lhe chathan coun[y comnrissioners
rvi lh the County corp0rdte sel alfixed lhereto' and Pine trrell

, lras caused Llrese presettls [o le executed


by its duly aulhorizetl gertera partnerf on t'he day and yer firs

Developuten Colrpany, ltc-

above wri Iten.


CIIATIIAN

UN

IJY:

coRPoATt

SEAL )

-e

ATT EST :

l, Jimnrie L.
Clerk of tlre Comnlissiorrors .,
Chatlranr Courrly, cergia, lrcrcby ccrtify tlrat t' :
foregorrg s a tr.ue cxtracl of Ille nlinutes of t':
trreeting of llre Cornlrrisorrers of Clratlrnl Courr,

Executed by Chatlllll CourtY


1n the presence of:

qf Gc, .1/WlTllES3 l'/l'iLnEO- I lar' lrcrr:unto

Ircld tire I

duy

lland nd tlrc of liuiul sc.tl uf l.!rr

sct

t, tlrr l(

-recl_.
6--r''' tr^*

day of

dour

,r$miu L

!bry

f $lnpe

sr.rrrc,

f,r:;ic

lyComr!don

PINE BARREN DTl/ELOPMENT COHPANY,


BY:

RJ\TE

TTI,ST;

txecr[d by Fine ta;e


Deveopnten! ConrPanY, I rtc
lh e resencg ol:

:14.

'

/st '/-

' '/ t

t /t,l

lr^nc^nt

,.. .. i. -::.

u^RY vl^lgx

-1,,rh:

a:{il'

46

-)

jf-.

INC

\/_

/'-'

.l

=l

:.-l'.':.i:.

t
I

t
I

\ l

I
I

t,

'
d

li

ll

I'

li
t-

lr
t:
II

:
t

d)r.
ttatt.
t-t.-

te

.rr*.lrrrr. n

(,r

_^'

'_t
:t

"

-':'

'

,"t"+

IHV

z :un!1,

ld l.llrJ3! !'r'HrlS
lluu

j'l

'
1

I
I

I
_t

,|

\
\

,o

I
t

.:l

t,

.
.lj

.rt

Ir.\

.t

li
t'

rl
s

\
I

!l
ri.l
I

I
-

(
t t 1l

ol
i

ii;:

:l

l/, '

ltt

----:

\\.\, i.;__-:\I
',
.I

tr'
,.

'jt l,

I
I

i
I

i"'
il

t.,

.l

'

-rl

fr

ft.[tnlll\t

't.
I

,l

'l
I

t-

c'tr

l_l
lf.
_ ltr

arts'

F.r

!tr*

qD.

rrt t- t.

<

90

1ra

l. at tt.iar
tl-. tl I
r.rrr . rrt rd lratt . I
, Xrtaar
ttri
t(r
-!rrlvt
!.i t trttr-. -t! r. - .t!-)
.r. 'rtr ts'r -. Ft i tt
i-:

ht-1dt
>t !r.
r.r. ,:!Dr.r.
atrr.trt
ttl{r.

.
t

f
I
l

)
)

. tr-

:E

rtl:!(:

tbF.{!
.tr:a!r

l.<vl

c.rli

F.P.
rt^1.

rrF!.t

4rra:t'a

.ll
l
(

-r

tsr

'--

t=

Ir.r.r

-diTt

rr.
tr
-lt'
4-t
n,
lor
c tEt

'r
Ft

. rF
a ol.{

f'-r
! rt .ri
l (rl!

I
I
I

rlfruf

l4r ot tl{r))q
/o (q|rr !Islo

*
/
4
!!!r/r
tl!c{rtt
-*
-. a:r
rtatlrl
.t -*
. rq.tr'fi^t

...r,-...^.$.J,9

a9,

-t
c
'qt
t
,0 1
rtl e]
la 1

,l

!-

i:z
I

el

cf, Fttr)q

:) t_

l!!a

lrrt

ll" o

GI
@

EI

0z6)

l.
/

. tt-|.

",.)

<
!o-

:i @

t -oa'

r/8'ot

rty

^llNlSl/

,.

,.->
fJll

tilil0tT

NARRAT I

The Pine Barren

VE OESCNIPTIOI{ OF IIATER

SYSTEN

deep
Hell wil conslst of a 500t sEeel cased

we.llwitha600gpnlverlicalturbinewel]pump,0.0009a.
chlorinablon syslemt
hydropneunralic storage tank' gaseous
operatonr lttsonry bock
sLandby diesel engine for eutergency
main'
we house, and 900 L'F' of l0'PVC waber

EXIITHI,f N E"

Ye

ar

fter

Cunu laive

etion

st

30

2nd

105

3rd

50
50
50
50
60
60
75

4 r,h
5 r,h

6th

7uh

sch

9th

l0

h1

hh

155
205

255
305
365
425
500

DeveloPersltallnoEberequiredtopayanyavailab!Ilt'y
conp]eElon'
charge for he flrst [hree (3) years after

\{ill stari
of lhe waLer and sses laclities
for oPeraLion and lnainlertance'
Time charges

I
I

upon compleLion

of construclon

and accepiance by Chlhrn Counby

1)r,,

'

.1

'(.

-[t l.-

STATT OF GEOIIIA

c0uil1Y 0F Cl^Tll^l'l

)
)

F0R AtlU ll C0l'lStDtRATl0N oi

.l994

gqqqltbr ll'

bor'lha"

!lte rrrutual benelils eaclt

This I'lre '?l'i d'ry of liovelrrber' 984'


cilATll^14 c0ullTY

led in tlte P reserlce


o f s to Cll^lll/\N C0Utl TY:
E

xecu

l-

BY:
( c0RPoRATE

sE^L)

ATTEST:
JOilil

Notlrt

Publlc,
Dly Cornmlsslon

il]fSfo'.ll.,n..

Executed
u

s-

io

c014P

All

Ellro Mry l'l'

1988

irt t!re Presertce

of

NE I\RREN Ut VEL0PfIENT

Jt-a-t*.'-)/, /).,.r,"',L

INE

ARREN OEIELOPHEIIT CO14PANY

BY:
( c0RP0p.r'TE sEAL)

ATTE

J-r

i '

EORGT

e
JACquEt
.,rr!ry Pubtl<. G'or gd, S(ol! ol lrd
E ! JulY t2. \987
MY Comtnlrrloo
yN

wls

Sf

PItl E
ouaranbee the perormance ofthe
of
conslruction
the
r
.;;;;-io
-;;';"tl inec jn ti:a bove greernet
B.nFEN DEVEL0PI'lEflT 014PANY wi
iir:sea eeg=d tret'rltenl tacil i fy

The

un ders i gned hereb v


Lh

F RAN

P.

RAilIIII\TI

t_ to

rE t -t-!'rE=Er

COMI.ISSIONER.

UGUST

.g
ENTERED

IN

I l9I
gqg

l0

MINUTE

o t o-=

=-=-t

HEETING

-23

FOLIO

10

FILE No. --

IN

APPLIC'ITION

WESTWOOD MEADOWS

RE:

SUBDVISION' APPROVAI' OF

WATER

ND SET{ER AGREEHNT.

moved lo apProve eubjec


of the Eoaril: Comrnissloner-DeLoach counlssioner stell
-E't';;;;t'
approvI and advis'of-i'tre-couny
unanlnously'
seconded the motro; "e-ic calrld

Acbi.on

i
i
j
I
-i' .r'

..

r)

tJ

1l
^i
t...1-li- *oln

\,
.:
,aj

I'

tt

y""'

t'!"''

.,
.( , a,, 'l I

1..*.;,

z 'l

t ,t , a'l

STATE OF GEORGI

\
.I'/(ENDMENT

COUNTY

OF

CHTH.I'

TO

GREEENT

THISHENDI{ENTToGREEIGNTisnadeandent'eredintothis
l99o' between cHTI{tuY couNTY' a
day of -0c-'
'
+11 tA
poJ.itical subdivision of the State of Georgia, and PINE BRREN
DEVELOPMENT COMPANY.

I^IHERES,CHATHMcoUNTYandPINEBARRENDEVELOPMEI.{TCoMPANY
an greement on ugust 10, 1984; and,

enl-ered,

into

WHEREAS,CHTHMcoUNTYandPINEBARRENDEVELoPI'1EIITcoMPNY

said Agreement on l'rovember 2 ' I9B4; and'


Aqreernent'
WHERES, the parties wish to amend saiC

amended

NOW,rtmREFORE,inconsideraEionofthemutualcovenants
herein,CHTH}.IcoUNTYandPINEBARRENDEVELoPMENTCoMPANYheTeby

amendtheAgreementdatedAugustl0,lgs4,andthefirstamendment
ther-eto, as f olLows:
1.

Bydelet'ingthefollowingsenEencefromthefirstamendment
to said Agreement:
I,anye.lent,PTNEBARR.E}DSVELoPME}ITcol'lPANY
shall construct and have operable a 200'ooo gallon

per day faciiity

no later than December 3l' 1994'

fol-owinq
By inserting in lieu oE th foregoing sentence the
IanguaEe:

Page I o 2 Pages

',
BRREN DEVELOPMENT COMPANY

PINE

ShAII

CONSTTUCI ANd

per day facility Uy


have operable a 200,000 gaLl-on
parties based on
a dahe rnutuarry agreed upon by the
need for that' capacitY '

IN

WITITESS WHER-EOF,

have caused

said parties

this

Anendment

representatives on the
to be executed by their duly authorized

daY

aud Year f i-rst above tvritten'


CTITTTM COIJNTY,

Executed in the Presence of

as to

CHTHM COUNTY:

By:

I
McCor k , Cha rnan
mmission
CountY
Cha E.han

L.

Robe

-f.
o\.

TTE51
rmm

s','jtri

,l'ly'.C9nm1ss

'
lo

ExPires:

|',,; ! -.

ExecuEed in the Presence of


aS tO PINE BARREN DEVELOPI'IENT
COMPANY:

t11

IsEAL]

ot-o.l- AJ

PINE

ss

BRR.EN DE'EI,OP}ENT CCI{PXY

Pres

TTEST:
NO

CIek

E. TILL:.1.N

By:
vl

e L. Szo

en

ecretarY

IsEL]

My Commission ExPires:

Page2of29ages

'
RE

c o uNrY
vt'Nr B ET*EEN cHrHAM

il? *G
i3,i ,, :ll rX.i3iii*fi,T
t'TT=^="i':::"":"ffi,:
Acrion of the Board.: Prtct

;:;";;.:-.

comnissioner

i:i:^ iu'lnt'l::'i:

unanimous tY '

Commissioners ol
Jimmie L. Szoke, Clerk o f the
herebY cert!fY that the
Ch et',im CountY, Georgia'
extrac t of thc minutes of the
f 't; eg oing is a true
ners of Clrat:tnr CoutttY
meeti ng of the Commissio
10
ro
L,;
q
held ie I FA. day of
--'
set

]N WITNESS Vi I{ERE OF I havc hereunto


4 5 r/r
s eal of the Court, this
h and and the official
day of

mY

6
STATE OF GEORGIA
COUNTY OF CHATHAIVI

AGREEVIENT
.

,1

J6? y

200 t, by and
referred to
betrveen Chatham Counly, a political subdivision of the State of G
under the
and
existing
organized
as county and the city of Savannah, a municipal corporation
terms of the State of Georgi4 hereafter referred to as the City:

This agreement,

ma'de and entered into as

otn"

WHEREAS, the Coturty provides drinking water to various locations with separate systems
throughout Chatham CountY, and;

WHEREAS, County staff has d.etermined a need to provide a second source of water for the
provide watel to
Burroughs system, Little Neck system, and Runaway Point system in order to
their citizens in the event of an emergency situation, and;
WHEREAS, the City is a major supplier of water servces and operates
immediately adjacent to those mentioned systems, and;

WHEREAS, a connection between the Counly system

and the

a water system

City system would provide

second source of water, and;

NO\il THEREFOR-E, in consideration of the mutual

covenants and agreements and in

recognition of the example of the many services that the Ciry provides on a community-wide
resources, the
basis for which it deserves compensation via a fair allocation of community wide
Counfy and the City agree to establish an inter-connection behveen water systems conditioned
uon which as follows:

t.

a valve
The inter-conections will be constructed at the Counly expense and will include
and. water meter which shall normaily remain in the closed position'

2.

The inter-conection will not be opened' for the sole purpose of staying within the
system's EPD groundwater withdawal limit'

3.

The inter-connection will not be opened to allow the County system to meet peak
demands or demonstrate peak ltre flow capabilities'

as a contaminated

such
be opened d*T.g emergency :i.u1:1n,
The inter-connection lvill
distribution
or
roitur. or tr*"tipumping
well or if rhere i, *'.'t *i.ri

4.

"

nt'

Coun
aur.ia-q.
be opene

ALl

LittleN::k'

;;;.^i;

cirv

system'

and Burroughs must have'


ro
wilt nor atow rhe connecrion

al service'
owned and oPerated bY
oermission for the inter-

piysicaltY remove the


pervision.

TheCountywillprovideallengineeringplansconcemin;theconnectionstothe.Water
acceptance'
p",i."t oirector for revit and
this agreement'
immunity by eniering into
sovereign
any
waive
not
The county does
an
automatically renew for
year.
(1)
one
for
be
shall
Td:Yll
upon written
Theterm of this agreement
o-um"n. at any time
r*l;termirrut.
addirional (1) year
by one party to the other'

"r*

notification

10.

shall govem this Agreemenr'


The laws of the State of Georgia

IN *ITNESS

*HERE.F,

their seal, the


set their hands and aflrxed
said, parties have hereunto

day and Year written above'

BOARD OF COMMISS IONERS


CHTI{AM COI'INTY' Geo

CITY OF SAVANNAII

BY
Michaet Browu' CitY Nfanager

ATTES

(.'
Clerk

Dr. BillY

/'*.,:-,

I{

Chairn.q u-

A
SybiI Tillm

dmm
:

.'";'..j

r0n

STATE OF GEORGIA
COUNTY OF CHATHAM

AGREEMENT

','{t
This agreemen! made and entered into as of the

(,N
/l

auy

of

'

,20by

and

between Chatham County, a political subdivision of the State of Georgia,ereinafter referred to


as County and the City of Pooler, a municipal corporation organized and existing under the
terms of the State of Georgia, hereafter refered to as the City:

WHEREAS, the County provides drinking water to various locations with

sepate systems

throughout Chatham County, and;


provide a second source of water for the
water system known as Hunter's Ridge that serves not only the Hunter's Ridge Subdivision but
also Cross Creek Subdivision in order to provide water to their residents in the event of an
emergency situation, and;

WHEREAS, County staffhas determined

a need to

\ilHEREAS, the City is a supplier of water

services and operates a water system immediately

adjacent to the mentioned system, and;

WHEREAS,

a connection between the County system and the

Ciry system would provide

second soufce of r,vater, and;

NOW THEREFORE, in consideration of the mutual covenants and agreements, the County and
the City agree to establish an inter-connection between water systems conditioned upon which as
follows:

The inter-cormections will be constructed at the County expense and will include a
valves, by-pass, concrete meter pit, water meter purchased from the City, and approved
backflow preventor, which shall normally remain in the closed position. The water
meter, connection(s), meter pit, by-pass lines shall be maintained by the City. Any and
all materials, fittings, pipe on the County's side of the meter pit, including the backflow
preventor and the pit and/or housing of the backflow preventor shall be funded and
maintained by the County.
The inter-connection will not he opened for the sole pumose of staying within the
syslern's EPD grcundwater wiihdrawal limit.

3.

The inter-connection will not be opened to allow the County system to meet peak
demands or demonstrate peak fire flow capabilities.

4.

The inter-connection will be opened for preventive maintenance or during emergency


situations such as a contaminated well or if there is a rnechanical failure of the well
pumping or distribution system.

The County water system serving the referenced subdivisions must have an auxiliary
power unit. The City will not allow the connection to be opened simply due to a loss
electrical service.

of

6.

The inter-connection is granted only so long as the systems are owned and operated by
Chatham County. Should the systems be sold or subleased to another party or the
operations are transferred to a third party, permission for the inter-connections will end,
and Chatham County will be required to physically remove the emergency connections
under the City's supervision.

The County

will provide all

engineering plans concerning the connections to the City for

review and acceptance.


8

Neither the County or the City waives any sovereign immunity by entering into this
agreement.

The term of this agreement shall be for one (1) year and shall automatically renew for an
additional (1) year term unless terminated or amended at any time upon written
notification by one party to the other.

10.

The laws of the State of Georgia shall govem this Agreement.

11.

The County shall pay the City's adopted equivalent residential unit rate for the purchase
of water. At such time as the water system utilizes water the City purchases from the City
of Savannah, the County shall pay a fee of 10 cents per thousand gallons for a
transmission fee, plus the cost of water purchased from the City of Savannah at the
equivalent rate the City of Savanah charges the City of Pooler, These water rates may
change from time to time.

t2

The Counfy shall pay the same rates and fees herein described for any and all interconnections, present and/or futue that are or shall be, served by the City to the Counfy's
water system.

13.

The Ciry reserves the right to discontinue and/or disconnect any and all inter-connections
and water services that would cause the City to violate any current and/or future laws,
ordinances, rules or regulations, EPD, EPA, Chatham Counlv Health Department, and/or
any other entify that will or can goveil tlie Cir,v's ability to meet any and all orders or

compliance and/or consent orders.

t4

The County shall incur the cost of any and all fees for engineering, construction, and/or
maintenance of said inter-connection for future relocations, removals, disconnections of
any type that would require the City to spend money for the projects (i.e. widening of
rights-of-way, widening of the roads, drainage canals, bridges, new water mains, etc.),

IN WITNESS WHEREOF,

said parties have hereunto set their hands and affixed their seal, the

day and year written above.

CITY OF POOLER

BOARD O[' COMMISSIONERS


CHATHAM COUNTY, Georgia

BY

BY
Liakakis,

Mike Lamb, Mayor

Maribeth Lindler,

nran, Clerk

Clerk

Commission

Ct,,,

/Ylu&

//,

-z

STATE OF GEORGIA

COUNTY OF CHATHAM

WATER SYSTEM INTER.CONNECTION


AGREEMENT
./'l
This agreement made and entered into as of the
and between Chatham County, a politicalsubdivision of

State of

County and the Chatham Water Company Corporation organized and


State of Georgia, hereafter referred to as the Company'

of

2009 ,by

referred to as
the terms of the

WHEREAS, the Company provides drinking water to various locations with separate systems throughout

Chatham County and:

to provide a second source of water for various water


systems in order to provde water to their customers in the event of an emergency situation, and;
WHEREAS, the Company has determned a need

WHEREAS, the County is a supplier of water services and operates a water system immediately adjacent

to systems of the Company, and;


WHEREAS, a connection between the County system and the Company system would provide a second

source of water, and;


NOW THEREFORE, in consideration of the mutual covenants and agreements and in recognition of the
example of the many services that the County provides on a community-wide basis for which it deserves
compensations via a fair allocation of community wide resources, the County and the Company agree to
establish an inter-connection between water systems conditioned upon which as follows:

1.

To allow inter-connectons serving the company's Beaulieu Village and Whitefeld Park water
systems.

The inter-connections will be constructed at the Company's expense and will include a valve,
backflow prevention and water meter which shall normally remain in the closed position, The
meter shall meet or exceed the capability of the County to read the meter visually and with an

automated radio reading system.

1.

3.

The inter-connection wll not be opened for the sole purpose of staying within the Company's
EPD

groundwater withdrawal permit.

4,

The inter-connection will not be opened to allow the Company system to meet peak demands or
demonstrate peak fire flow capabilities.

5.

The inter-connection will be opened during emergency situations such as a contaminated well
or if there is a mechanicalfailure of the well pumping or distribution system. The Company may
request opening of the inter-connection when the need arises as described herein. Operation of
the nter-connection must be by County staff only. Any operation of the inter-connection by
others wll be considered tampering and the County reserves the right to prosecute according to
applicable codes.

6.

The inter-connecton is granted only so long as the systems are owned and operated by the
Company. Should the systems be sold to another party, permission for the inter-connections
will end and the Company will be required to physically remove the emergency connections
under the Coun!y's supervision. Should the County no longer own the cornmunity water system
serving the inter-connecton the agreement with the new community water system owner.

The Company will provide all engineering plans concernng the connections to the County

for

revew and acceptance.

8.

Once the nter-connection is installed to the satisfactlon of the County, the company will apply
to the County as a typical customer and billed for usage based on the current usage rate over
2000 cubic feet of water used. The meter at the inter-connection will be read monthly by the
County when the inter-connection is in the open position. Standard water rate will be applied.
Payment wili be due upon receipt of the bill from the Couniy. Failure to pay the bl and a
subsequent delinquent notce will forfeit ths agreement n full and allow the County to
dsconnect the inter-connection unless othr airangements are agreed upon in writing by both

parties.

9.

The County reserves the rght to discontnue and/or disconnest any and all inter=connections
and water services that would cause the County to violate any current andlor future laws,
ordinances, rules or regulations. EPD, EPA, Chatham County Health Department and/or any
other entity that will or can govern the Count/s ability to meet any and all orders or cornpliance

and/or consent orders.

10.

The County does not waive any sovereign immunity by entering into this agreement-

11

The Company hold harmless and indemnifies the County from any acts or negligence caused by
their empioyees or agents that result in damage to or contaminatlon to the County's water
system.

72

The term of this agreement shall be for one (1)year and shallautomatically renew for an
additional (1) year term unless terminated or amended at any time upon written notfcation by

one party to the other.

13.

The laws of the State of Georgia shall govern this agreement.

lN W|TNESS WHEREOF, said parties have hereunto set ther hands and affxed their seal, the day and
year written above.

BOARD OF COMMISSIONERS

CIW OF SAVANNAH

BY;

,/'lt

ATTEST:

co
BY

5 )t

Pete Liakakis, Chairman

eompany

t', i: . il". l->, 1e,(

Sybil Tillman, Clerk of Commission

SEAL

-1

STATE OF GEORGIA
COLINTY OF CI.IATHAM

)
)
)

SEIVICES AGREEMENT

This Agreement is made and entered into

day

this

2014 by and between Chatham County, a political

of

subdivision of the State of Georgia, hereinafter referred to as ("Couty"), and Chatham

Vy'ater

Company, hereinafter referred to as ("CWC"), a Georgia coporation, existing under the laws

of

the State of Georgia.

WHEREAS the County provides drinking water and limited sewer services to various
locations in separately located systems throughout Chatham County; and

WHEREAS, the County system provides for the collection of untreated sanitary sewage
in some locations but does not also provide water service; and
WHEREAS, the County has no process or mechanism in place to force customer payment
of unpaid fees for sanitary sewer service in those said locations; and

WHEREAS, C'WC provides water service to many of those locations where the County
provides for the collection of untreated sanitary sewage service; and

V/HEREAS, CWC has been a long standing private water company, operating within
Chatham County and surrounding gcographical area providing efficient billing and collection for
services rendered related to water and sewage; and

WHEREAS, the County desires to use the efficient and effective ser-vice billing

and

collection services rendered by CWC to reduce expenses and ensure that system users reimburse
the cost for the delivery of said services; and

WHEREAS, the County utilizes the City of Savannah water and wastewater plant for the
treatment of any sanitary sewage collected through its sewer system and pays the City for sewage
treatment based on metered volume of said product.

WITNESSETII
NOW THEREFORE, in consideration of the mutual covenants, and

agreements, and to

ensure an effective system of billing and collection of services on behalf of the County, the
parties enter into this Agreement more particularly as follows:

1.

General Conditions. CWC agrees that it will provide billing and collection of

sewer services on behalf of the County for an area known as Isle of Hope, more specifically
currently served by CWC and known as the Parkersburg Community'Water System.

2.

Term

&

Effective Date. This contract shall be

for

successive one year terms

commencing from the date of agreement and for 12 months thereafter, and shall automatically be

renewed unless either party gives seventy-five (75) days' notice of a desire to terminate the
Agreement, or the Board of Commissioners takes Boad voted action to not renew or terminate
the agreement. The Effective Date of the agreement shall be February I,2014.

3.

Scope

of Work. (a) CV/C will audit the list of water and sewer customers

provided by the County and develop

complete accurate

list of

current and previously

unidcntified County scwcr customers within the Isle of Hope Parkersburg area. Where
necessary, CV/C

will

conduct field surveys to determine whether a residence is utilizing County

sewer services. CV/C will report all customers not paying for sewer service to the County, and

CWC will be responsible for collection of any current amounts due for such service from the date
of this Agreement. CWC and the County will determine amounts in arrears for such customers as
2

outlined in section 6 (d).

(b) CWC will read meters on a bi-monthly basis, calculate bills and provide
accounting and billing information on its website and at its

such website access and

office.

Customers

will be able to have their account questions

all

will be advised of

answered

by calling or

visiting CWC's office located at 627 Stephenson Avenue during regular business hours. CV/C

will

provide customer e-mail notice

of their bills in

accordance

with customer's billing

preference or print and pay to rnail a paper bill to customer's mailing address within the United
States.

(c)

CV/C shall bill and collect all customer sewer revenues in accordance with CWC's

customary collection practices. CWC shall provide all customers notice of charges as to fees, as
authorized by the County Board of Commissioners, which fees shall be collected by CWC.

(d)

CV/C shall remit to the Counfy on a monthly basis any sewer revenues collected

under this agreement, net of fees identified in sections 5 and 6 herein.

(e) Upon the effective


customers on behalf

date of this agreement, CWC

of County. Such funds will

will collect deposits for new

be retained by CWC ad applied

sewer

to fnal

customer bills. Any compensation CWC would receive under Section 5 of this agreement will

not apply to customer deposits until such time

as the deposit

is applied to a final bill. CWC will

maintain a listing of sewer deposits oolleoted t;n behalf of the County by customer name and
address

in its accounting records, and such listing will match funds held by CWC in related bank

accounts. Should this agreement terminate, CWC will remit any customer deposits held to the
County.

Costs related to the provision of the scope of work

will

be retained by CWC.
3

4.

Billing Rates. CWC will bill at sewer rates established by the Chatham County

Board of Commissioners for sewer services provided to CWC customers in the Isle of Hope
Parkersburg area. County

will provide CWC with immediate notice perlaining to any rate fee

change for services.

5.

Collction of Fees. CWC may suspend water services to collect any and all fees

due, including sewage fees. CWC

will

comply with

all

federal and state law conceming

collection and may utilize for the collection of payment due, the services of a collection agency
and/or courts should this be deemed necessary, Any costs associated with collections, including

court costs and collection agercy fees, will be deducted prior to revenue remittance to the

County, The County's

shae

of court costs and collections fees, shall be limited to its pro-rata

share of sewer fees and arrears as compared to the total

bill being sought for

arrearage for water

and sewer.

6.

Fees for Service.

(a)

This contract shall be billed on a flat fee structure as will be

dtermined by the County for a maximum period of twelve (12) months. The County and CWC

mutually agree to work toward implementing a metered sewer rate fee structure tied to customer
water consumption to be placed in effect so as to replace the flat rate fee structure. CWC will
manage the transition and a method
as

of calculation of charges based upon the metered sewer rate

mutually agreecl upon.

(b)

CV/C will remit all sewer revenues, less fees set forth in this paragraph and in

item 5 and 6 (d) to County on a monthly basis with a detailed accounting of revenue. Said
detailed accounting

of revenue shall list

gross collections

by

customer and address, and

separately identify and describe fees deducted from against said gross amount, CWC

will

retain
4

ten (10) percent of all revenue it collects on behalf of Chatham County as compensation for its
services under the Agreement, except as noted herein.

(c

CWC will retain all fees associated with water services provided

to

Parkersburg

including late fees, suspension fees, credit card convenience fees or other fees as may be agreed
upon by the parties and reasonably related to cost of services provided.

(d)

CWC shall be responsible as of the date of this agreement to collect

any

outstanding arearage and sewer fees owed to the County and forwarded to CWC for collection,
as rnutually agreed-upon by both parties, using its best efforts to make such collection. Should

CyC

locate an existing unregistered customer, identified as a customer who is as of the date of

this agreement using sewage services but not paying for such use, CWC shall bill said existing
unregistered customer for current and future use. CWC and the County Finance Director will
confer and agree upon any outstanding arrearage balance owed by the customer for any usage that
occurred prior to knowledge of CWC or the County, not to exceed or extend beyond 36 months

prior to this agreement. CWC and the County Finance Director shall confer and agree upon any
payment plan to be made available to the customer. CV/C shall receive a one time fee of $175.00

for the discovery and adding of an existing unregistered customer to its


may negotiate a reduced arrearage amount

if

customer

list.

CWC

made in a lump sum payment and approved by the

County Finance Director.

(e)

The County

will retain customer deposits collected prior to the effective date of

this agreement. As customer accounts are closed, CWC will render and collect frnal bills. The
County will refund deposits to customers upon the direction of CWC after final bills are settled,

or the County and CWC may

agree

to apply customer deposits to the final bill.

Any
5

compensation received by CWC under this agreement

will not apply to customer

deposits held by

the County collected prior to the effective date of this agreement.

7.

Maintenance. County shall be responsible for all maintenance of the

system. CV/C shall promptly notiff County

as to any system defects or need

sewer

for repairs and will

cooperate as necessary in County's efforts of repair and maintenance.

8.

Customer

Dispute. CWC will be

responsible

to follow its customary

procedures to respond to all customer billing and service disputes in an effort to resolve said

dispute. In any issue related to water consumption, the County will defer to CWC to resolve
said dispute. CWC

will follow

and the County

will

support CWC's current leak adjustment

policy. Should CWC not be able to resolve said billing or service dispute with customer, then
County

will

confer with CWC to determine a mutually agreed-upon course of action and make

any service or billing adjustment as is deemed appropriate considering all circumstances.


Should the account balance
disputed bill, said amount

of a customer be a downward

will

adjustment amount,

if

any, to a

be refunded to customer or credited upon customer's future bill

with the County bearing the loss of such revenue to the extent of a downward adjustment for
sewer services.

9.

Open Records. CWC, is a service provider for the collection of fees for the

County and to the extent the services are provided on behalf of the County, which results in
documents and only to the extent of CV/C's services to the County exclusively, shall be subject
to disclosure required by the County pursuant to the Georgia Open Records Act.

10.

Audit. CWC shall be subject upon request by the County to an audit and

reconciliation of all expenses, revenues and fees related to CWC's services to

County.

This
6

would be perf'ormed at the County's expense. CWC agrees to maintain tecords of all revenues
and expenditures pertaining to funds subject to this Agreement and shall allow County auditors

complete access for purposes of veriffing the appropriate revenues and expenditures identified

under this Agreement. CWC shall ulro

p"r it the County and/or representatives of the

Department of Intemal Audit to audit, inspect, examine ancl make copies, excetpts or transcripts

from such records of data relating to all matters covered by this Agreement. All documents to be
audited shall be available for inspection at all reasonable times in the main off,ices of CWC as
requested by the County.

11.
State

of

Records Retention. CWC and County shall maintain records according to the

Georgia's Record Retention Policy for Local Government. As of the date of this

agreement, the required length of records retention

for

accounts receivable and financial detail

records is five (5) years.

\2.

Sovereisn Immunity. This Agteement shall not constitute a waiver of the County

of its right to sovereign immunity.

n3.

Independent Contractor. CWC is an indepeirdent contractor of the County and

CWC's acts are its responsibility and may not be deemed an act of the County.

14.

Notice. All notice as may relate to maintenance

and repair of the system shall be

given to the Department of l']ublic Works and Park Safety at the following address:
Department of Public Works and Park Services

7226Yanedoe Drive
Savannah, Georgia 31406

All

notice as

it

may relate and required under this Agreement pertaining to renewal,

termination, performance payment or other claims or matter, shall be brought to the attention of
1

Chatham County Manager at the following address


Chatham County Manager
P.O. Box 8161
Savannah, GA31412

All

notices from the County shall be sent to the following address:

Mark Smith
c/o Chatham Water Company
621 Stephenson Avenue
Savannah, Georgia 31406

15. No Presumption_gf Defect. This Agreement is drafted mutually by the parties and
any ambiguity of the terms and conditions of this Agreement shall not be presumed or construed
as a matter

of law against either party

16.

as

drafter of the Agteement.

Modification. This Agreement may be modified by mutual

agreement

of both

parties in order to clarif, or alter terms stated herein.

17. Law and Venue. This Agreement shall be interpreted by Georgia law with the
Superior Court of Chatham County having exclusive jurisdiction of legal disputes.

L8.

Severabilitv. Should any provision

unconstitutional,

of this Agreement be deemed unlawful or

it shall be severed from the Agreement with the remaining

provisions of said

Agreement being in full force and effect.

r0

The parties hereunto set their hand and affix their seal the date and year written above.

CHATHAM COUNTY, GEORGIA

BY:
Albert J. Scott, Chairman
Board of Commissioners

Witness

ATTEST:

NotaryPublic

Janice Bocook

Clerk of Commission

SEAL

CHATHAM \MATER COMPANY

BY:
Mark V. Smith, President

Witness

ATTEST:
Notary Public

Don Smith, Secretary

SEAI

Agreement with Chatharn Water Company Final

1L

LEGAL NOTICE
cc

No.

166010

REQUEST FOR PROPOSALS


Sealed proposals will be received until 5:00 P.M. on MARCH 12,2015 in Chatham County
DRIVE. SI]ITE C.
Purchasing and Contracting Department, 11I7 EISENHO
SAVANNAH. GA. RFP 14-0122-7 SALE OF CHATHAM COUNTY WATER AND SEWER
SYSTEM.

A PRE-PROPOSAL CONFERENCE will be held at2:00 P.M. FEBRUARY 27,2015, AT THE


EGISI,ATIVE COIIRTHOUSE. I24 BALL STREET 3RD FLOOR
ADMINISTRA
CONFERENCE ROOM. SAVANN AH. GEORG IA.
Invitation to Submit Proposal Packages are available at I 1 17 Eisenhower Drive, Suite C, Savannah,
Georgia, and on the Chatham County Purchasing Web Site http://purchasing.chathamcounty.org ,or by
calling Robin Maurer, CPPB, Procurement Specialist, at (912) 790-1623. All firms requesting to do
business with Chatham County must also register on-line at http://purchasing.chathamcounty.org

CHATHAM COIINTY RESERVES THE RIGHT TO REJECT ANY/AND OR ALL PROPOSALS


AND TO V/AIVE ALL FORMALITIES. THIS WILL BE THE ONLY SOLICITATION FOR THIS
PROJECT. ONLY THOSE FIRMS RESPONDING TO THE RFP V/ILL BE ALLOV/ED TO
PARTICIPATE IN THE PROJECT.
''CHATHAM COLTNTY IS AN EQUAL OPPORTUNITY EMPLOYER, M/F/H, ALL PROPOSERS
ARE TO BE EQUAL OPPORTIINITY EMPLOYERS''

H. JO

ING AGENT

SAVANNAH N/P INSERT: February 11, February 24,2015

Potrebbero piacerti anche