Work Session Agenda Tuesday, March 15, 2016 - Gwinnett ...

277
Work Session Agenda Tuesday, March 15, 2016 - 10:00 AM I. Call To Order II. Approval of Agenda III. New Business 1. Commissioners 2016-0282 Approval to accept the resignation of James Orr from the Stormwater Authority, Seat 5. Term expires December 31, 2017. 2016-0283 Approval to fill the unexpired term of James Orr to the Stormwater Authority, Seat 5. Term expires December 31, 2017. 2. Multiple Departments 2016-0249 Approval to renew BL004-15, preventative maintenance and repair of emergency generators on an annual contract (May 18, 2016 through May 17, 2017), Departments of Fire and Emergency Services, Police Services, Sheriff, Support Services, and Water Resources with Power and Energy Services, Inc., base bid $423,813.00. (Staff Recommendation: Approval) 3. Community Services/Phil Hoskins 2016-0274 Approval/authorization to accept a Walk with Ease grant in the amount of $4,000.00 administered by the National Recreation and Park Association. These funds will be used to support the Gwinnett County Parks and Recreation's Live Healthy Gwinnett program. (Staff Recommendation: Approval)

Transcript of Work Session Agenda Tuesday, March 15, 2016 - Gwinnett ...

Work Session Agenda Tuesday, March 15, 2016 - 10:00 AM

I. Call To Order II. Approval of Agenda III. New Business 1. Commissioners

2016-0282 Approval to accept the resignation of James Orr from the Stormwater Authority, Seat 5. Term expires December 31, 2017.

2016-0283 Approval to fill the unexpired term of James Orr to the Stormwater Authority, Seat 5. Term expires December 31, 2017.

2. Multiple Departments

2016-0249 Approval to renew BL004-15, preventative maintenance and repair of emergency generators on an annual contract (May 18, 2016 through May 17, 2017), Departments of Fire and Emergency Services, Police Services, Sheriff, Support Services, and Water Resources with Power and Energy Services, Inc., base bid $423,813.00. (Staff Recommendation: Approval)

3. Community Services/Phil Hoskins

2016-0274 Approval/authorization to accept a Walk with Ease grant in the amount of $4,000.00 administered by the National Recreation and Park Association. These funds will be used to support the Gwinnett County Parks and Recreation's Live Healthy Gwinnett program. (Staff Recommendation: Approval)

Work Session Agenda Tuesday, March 15, 2016 - 10:00 AM Page 2 III. New Business 4. Financial Services/Maria Woods

2016-0219 Approval of revision to the Gwinnett County Purchasing Ordinance (7th revision) and authorization for Chairman to execute ordinance subject to approval as to form by the Law Department. (Staff Recommendation: Approval)

2016-0288 Approval/authorization of a Resolution providing for the Consent and Approval to Proceed with the Issuance of Gwinnett County Water and Sewerage Authority Revenue Refunding Bonds, Series 2016A, and other related purposes. (Staff Recommendation: Approval)

5. Fire Services/Casey Snyder

2016-0240 Award OS006-16, Stryker ProCare maintenance and service agreement on a multi-year contract, to Stryker Sales Corporation. The initial term of this contract shall be February 01, 2016 through December 31, 2016. This contract may be automatically renewed on an annual basis for a total lifetime contract term of five (5) years, total base amount $247,794.30. Authorization for Chairman to execute contracts subject to approval as to form by the Law Department. Contracts to follow award. (Staff Recommendation: Award)

2016-0260 Award BL003-16, purchase of fire hose on an annual contract (March 16, 2016 through March 15, 2017) to the low responsive bidder, Georgia Fire and Rescue Supply, LLC, base bid $195,105.04. (Staff Recommendation: Award)

6. Information Technology Services/Abe Kani

2016-0234 Approval to renew OS049, Oracle software licenses and support on an annual contract (May 31, 2016 through May 30, 2017), with Oracle America, Inc., base amount $148,774.67. (Staff Recommendation: Approval)

Work Session Agenda Tuesday, March 15, 2016 - 10:00 AM Page 3 III. New Business 6. Information Technology Services/Abe Kani

2016-0241 Approval to renew OS134, Tivoli Storage Manager (TSM) and power system equipment and maintenance lease (July 01, 2016 through June 30, 2017), with IBM Corporation, Lessor IBM Credit LLC, utilizing a State of Georgia competitively procured agreement, base amount $760,704.00 (negotiated cost savings of approximately $74,040.00). (Staff Recommendation: Approval)

7. Planning & Development/Kathy S. Holland

2016-0261 Approval Waiver of Time Lapse Requirement for Rezoning. The applicant, Sky King Fireworks of Lawrenceville, LLC, requests waiver of the 12 month time lapse requirement for zoning. The prior case, SUP2015-00050, was denied for tattoo and body piercing by the Board of Commissioners in November, 2015. The applicant is seeking May, 2016 hearing dates for a proposed Special Use Permit (SUP2016-00027) for firework sales. The property is located in the 1900 Block of Duluth Highway (SR 120). District 1/Brooks

2016-0278 Approval/authorization of the 2016 Participation Agreement with Partnership Gwinnett PFE, Inc. for the Partnership Gwinnett 2.0 Initiative and authorization for the Chairman to execute any and all documents necessary to enter into the 2016 Participation Agreement subject to approval as to form by the Law Department.

8. Support Services/Angelia Parham

2016-0203 Award RP027-15, purchase of prisoner transport and civilian transport buses, to the highest scoring firms, Alliance Bus Group, Inc. and Transportation Equipment Sales Corp., estimated amount $594,049.00 (negotiated cost savings of $3,478.00). (Staff Recommendation: Award)

2016-0247 Award OS007-16, purchase of prisoner transport buses, to Peach State Freightliner, LLC, utilizing a State of Georgia competitively procured agreement, $302,268.00. (Staff Recommendation: Award)

Work Session Agenda Tuesday, March 15, 2016 - 10:00 AM Page 4 III. New Business 8. Support Services/Angelia Parham

2016-0236 Approval to declare the attached list of vehicles and equipment as surplus/salvage to be disposed of in accordance with Gwinnett County Code of Ordinances. The means of disposal could include, but is not limited to, Internet Auction, Public Auction, Third Party Auction Company, and Sealed Bid. Subject to approval as to form by the Law Department. (Staff Recommendation: Approval)

2016-0250 Approval/authorization for the Chairman to execute any and all documents necessary to grant an easement to Georgia Power Company for construction and maintenance of electrical service for the Gwinnett County Lilburn Branch Library and City Hall (Tax Parcel 6-147-280). Subject to approval as to form by the Law Department. District 2/Howard (Staff Recommendation: Approval)

9. Transportation/Alan Chapman

2016-0254 Award BL011-16, Peachtree Industrial Boulevard and Tench Road pedestrian safety improvement project, to low bidder, CMES, Inc., amount not to exceed $430,842.00. Authorization for Chairman to execute contracts subject to approval as to form by the Law Department and proof of authenticity of bonds. Contracts to follow award. This contract is funded by the 2014 SPLOST Fund. District 1/Brooks (Staff Recommendation: Award)

2016-0277 Award BL018-16, resurfacing of County roads on a term contract, North and Northwest Sections to low bidder, E.R. Snell Contractor, Inc. and Southwest Section to low bidder, Pittman Construction Company, Inc., base bid $15,223,432.50. Authorization for Chairman to execute contracts subject to approval as to form by the Law Department and proof of authenticity of bonds. Contracts to follow award. This contract is funded 47% by the 2014 SPLOST Program, 30% by the Georgia Department of Transportation, and 23% by the 2009 SPLOST Program. (Staff Recommendation: Award)

2016-0263 Approval and adoption of a Resolution providing for additional streetlight improvements in Community Improvement Districts, subject to approval as to form by the Law Department. (Staff Recommendation: Approval)

Work Session Agenda Tuesday, March 15, 2016 - 10:00 AM Page 5 III. New Business 9. Transportation/Alan Chapman

2016-0262 Approval/authorization for the Chairman to execute an Agreement with the Gwinnett Place Community Improvement District (CID) for a Transportation study. This study will update traffic volume data and growth trends. The County will contribute a maximum of $53,000.00 toward the total study cost. The CID will be responsible for the remaining amount of the project cost. Authorization for the Chairman to execute any and all related documents, subject to approval as to form by the Law Department. This study is funded by the 2009 SPLOST Program. District 1/Brooks (Staff Recommendation: Approval)

2016-0271 Approval/authorization for the Chairman to execute an Agreement with Jackson Electric Membership Corporation for improvements on SR20/Buford Drive. This agreement will allow Jackson EMC to incorporate necessary improvements to SR 20 which are associated with a County planned widening project. The County will contribute a maximum of $180,260.83 for construction and a maximum of $56,809.00 for required right of way. Maximum cost to the County is $237,069.83. Authorization for the Chairman to execute any and all related documents, subject to approval as to form by the Law Department. This project is funded by the 2014 SPLOST Program. District 4/Heard (Staff Recommendation: Approval)

2016-0275 Approval/authorization for the Chairman to execute an Intergovernmental Agreement with the City of Buford for traffic safety improvements at the new Buford High School. The County will contribute a maximum of $600,000.00 toward the total cost of improvements. Authorization for the Chairman to execute any and all related documents, subject to approval as to form by the Law Department. This project is funded by the 2009 SPLOST Program. District 4/Heard (Staff Recommendation: Approval)

Work Session Agenda Tuesday, March 15, 2016 - 10:00 AM Page 6 III. New Business 10. Water Resources/Ron Seibenhener

2016-0269 Award BL010-16, purchase of fire hydrants and fire hydrant repair parts on an annual contract (March 21, 2016 through March 20, 2017), to low bidders, Delta Municipal Supply Company; Empire West Pipe, LLC; Ferguson Enterprises, Inc. dba Ferguson Waterworks; and Vellano Corporation, per attached recommendation letter, base bid $175,000.00 (this represents a .5% decrease over the previous contract). (Staff Recommendation: Award)

2016-0270 Award BL002-16, Overbend Trail culvert replacement, to low bidder, A&S Paving, Inc., amount not to exceed $2,194,221.00. Authorization for Chairman to execute contracts subject to approval as to form by the Law Department and proof of authenticity of bonds. Contracts to follow award. District 1/Brooks (Staff Recommendation: Award)

2016-0280 Approval of a Purchase and Sale Agreement between the Gwinnett County Water and Sewerage Authority and Georgia Transmission Corporation approving the purchase of 1.7 acres of land in the amount of $119,000.00, subject to approval as to form by the Law Department. District 4/Heard (Staff Recommendation: Approval)

IV. Old Business 1. Commissioners

2016-0078 Approval to fill the unexpired term of Barbara "Babs" Wagoner to the Gwinnett County Public Library Board. Term expires December 31, 2016. District 1/Brooks (Tabled on 03/01/2016)

Work Session Agenda Tuesday, March 15, 2016 - 10:00 AM Page 7 IV. Old Business 2. Planning & Development/Kathy S. Holland

2016-0201 Approval of Waiver of Time Lapse Requirement for Zoning. The applicant, TNT Fireworks requests waiver of the 12 month time lapse requirement for zoning. The prior case, SUP2015-00029 for automobile sales was denied by the Board of Commissioners in September, 2015. The applicant is seeking April 2016 hearing dates for a Special Use Permit (SUP2016-00025) for firework sales. The property is located in the 2100 Block of Riverside Parkway and 1100 Block of Lakes Parkway. District 1/Brooks (Tabled on 03/01/2016)

2016-0154 RZR2016-00001, Applicant: Ridgeline Land Planning, Inc., Owners: Patrick & Wenona Van Derhei and Chester R. Lapeza, RA-200 to OSC, Open Space Conservation Subdivision, District 3 Land Lot 001 Parcels 117, 131 & 132, 3600 Block of Hog Mountain Road, 12.64 Acres. District 3/Hunter (Tabled on 02/23/2016)(Public hearing was held)[Planning Department Recommendation: Approve with Conditions][Planning Commission Recommendation: Approve with Conditions]

V. Adjournment

M E M O R A N D U M To: Chairman Charlotte J. Nash

District 1 Commissioner Brooks District 2 Commissioner Howard

District 3 Commissioner Hunter District 4 Commissioner Heard From: Andrew Vickery, Communications Office The following item(s) will be on the agenda for the BOC business session on March 15, 2016, under the item of business announcements as a resolution of recognition, award, etc., as indicated:

1) Proclamation: Small Business Week 2016 Requested by: Chairman Charlotte J. Nash Attendee(s): Representatives from the Gwinnett Chamber of Commerce and the Young Professionals Group Presented by: Chairman Charlotte J. Nash

2) Award Presentation: Recognition of the winners of the 2016 Scarbrough Water Prize Requested by: Ron Seibenhener, Director of Water Resources Attendee(s): Scarbrough Water Prize winners and Department of Water Resources staff members Presented by: Chairman Charlotte J. Nash

c: Glenn Stephens Rebecca Flickinger

Phil Hoskins Tammy Gibson Joe Sorenson Diane Kemp Heather Sawyer Vicki Harrod Debbie Savage Michelle Patterson Tina King

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

to accept the resignation of James Orr from the Stormwater Authority, Seat 5. Term expires December 31, 2017.

Authorization:

Staff RecommendationDepartment HeadAttorney

Budgeted Fund Name Current Balance Requested Allocation

Financial Services Use Only

GCID #20160282

Submitted By: Diane Kemp

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

Director's Initials

Department: Commissioners

Multiple Depts?

Budget Type:

Group With GCID #:

Special Routing:

Date Submitted: 03/08/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Resignation Letter

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initials

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

to fill the unexpired term of James Orr to the Stormwater Authority, Seat 5. Term expires December 31, 2017.

Authorization:

Staff RecommendationDepartment HeadAttorney

Budgeted Fund Name Current Balance Requested Allocation

Financial Services Use Only

GCID #20160283

Submitted By: Diane Kemp

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

Director's Initials

Department: Commissioners

Multiple Depts?

Budget Type:

Group With GCID #:

Special Routing:

Date Submitted: 03/08/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments None

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initials

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

to renew BL004­15, preventative maintenance and repair of emergency generators on an annual contract (May 18, 2016through May 17, 2017), Departments of Fire and Emergency Services, Police Services, Sheriff, Support Services, andWater Resources with Power and Energy Services, Inc., base bid $423,813.00.

Authorization:

Staff Recommendation ApprovalDepartment Head mbwoods (2/25/2016)Attorney mvstephens (3/4/2016)

Budgeted Fund Name Current Balance Requested AllocationYes Various * $423,813

Financial Services Use Only

GCID #20160249

Submitted By: Purchasing ­ Jeannie Caldwell ­ MP

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* The current balance in each fund is checked as services are provided. The requestedallocation is an estimate based on the recommended base bid. For FY2016, $246,079is allocated; and for FY2017, $177,734 is subject to budget approval.

Director's Initialsmbwoods(3/2/2016)

Department: Financial Services

Multiple Depts? Yes

Budget Type: Operating

Group With GCID #:20150354

Special Routing:

Date Submitted: 02/18/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Summary Sheet, Justification Letters

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initialsbjalexzulian(3/2/2016)

SUMMARY – BL004-15 Preventative Maintenance and Repair of Emergency Generators on an Annual Contract

PURPOSE:

Provision of emergency generator maintenance and service for various Gwinnett County Departments. These services are needed to maintain the efficient and reliable operation of generators on a continual twenty-four hour basis.

LOCATION: Various locations throughout Gwinnett County

AMOUNT TO BE SPENT: $423,813.00*

PREVIOUS CONTRACT AWARD AMOUNT: $563,213.00

AMOUNT SPENT PREVIOUS CONTRACT: $270,271.43

INCREASE/DECREASE (CURRENT CONTRACT VS. PREVIOUS CONTRACT):

0%

NUMBER OF BIDS/PROPOSALS MAILED: N/A

NUMBER OF RESPONSES: N/A

PRE-BID/PROPOSAL CONFERENCE HELD (YES/NO) IF YES, NUMBER OF FIRMS REPRESENTED:

N/A

REASONS FOR LIMITED RESPONSE (IF RELEVANT): N/A

RENEWAL OPTION NUMBER This is renewal option one (1) of four (4).

MARKET PRICES COMPARISON (FOR RENEWALS):

According to the Bureau of Labor Statistics, the cost of electrical labor has increased 1.5% over the past 12 months. However the vendor has agreed to hold pricing firm this contract period.

CONTRACT TERM: May 18, 2016 through May 17, 2017

COMMENTS: *A portion of this contract is on demand and will be utilized on an as needed basis.

MEMORANDUM TO: Marlo Puckett, Purchasing Associate II

Purchasing Division, DOFS THROUGH: Dan Hansen, Assistance Chief, Business Services

Department of Fire & Emergency Services FROM: Lisa Andrzejewski, Business Service Associate III

Department of Fire & Emergency Services SUBJECT: Recommendation for BL004-15

Renewal of Generator Maintenance and Repair Services on an Annual Contract DATE: February 5, 2016 REQUESTED ACTION The Department of Fire & Emergency Services recommends the renewal of the above referenced contract to The Power & Energy Services, Inc. in the amount of $41,203.00. The vendor has provided quality service to our department in the past. This is the first of four renewal options. DESCRIPTION Supplier to provide specified repairs, preventive maintenance and installations for generators issues as required during the contract with the Fire Department. FINANCIAL 1. Estimated amount to be spent: $41,203.00 2. Amount spent previous contract period: $37,414.13 (05/05/15 to 2/05/16) 3. Do total obligations agree with “Action Requested”? Yes X No 4. Budgeted: Yes X No 5. Contact name: Lisa Andrzejewski Contact phone: 678-518-4954 6. Proposed Funding:

Fiscal Year (FY) Fund Fund

Center Cost

Center Commitment

Item WBS Element Amount % of Award Amount

2016 102 115100 23011001 50404229 $37,769.16

2017 102 115100 23011001 50404229 $ 3,433.84

Total $41,203.00 100%

Transfer Required: Yes __ No _X_ If Yes, transfer from: Fiscal Year

(FY) Fund Fund Center

Cost Center

Commitment Item WBS Element Amount

MEMORANDUM

TO: Marlo Puckett, Purchasing Associate

Purchasing Division, DOFS THROUGH: Joyce Martin, Business Manager

Department of Police Services FROM: Sherrian Peddie, Business Officer

Department of Police Services SUBJECT: Recommendation to renew BL004-15

Preventive Maintenance and Repair of Emergency Generators on an Annual Contract DATE: December 29, 2015 REQUESTED ACTION The Department of Police Services recommends renewal of the above referenced contract with Power and Energy Services, Inc. in the amount of $50,000.00. DESCRIPTION Preventive maintenance and repair services on emergency generators located at Gwinnett County Police Department facilities. FINANCIAL

1. Estimated amount to be spent: $50,000.00 2. Amount spent previous contract period: $18,000.00 3. Do total obligations agree with “Action Requested”? Yes X No 4. Budgeted: Yes X No 5. Contact name: Marcia Smith/ Sherrian Peddie Contact phone: 770-513-5206/ 770-513-5059 6. Proposed Funding:

Fiscal Year

(FY) Fund Fund Center

Cost Center

Commitment Item WBS Element Amount % of Award

Amount 2016 106 113100 21200015 50404216 $32,000.00 64%

2017 106 113100 21200015 50404216 $18,000.00 36%

Total $50,000.00 100%

Transfer Required: Yes __ No _X_ If Yes, transfer from: Fiscal Year

(FY) Fund Fund Center

Cost Center

Commitment Item WBS Element Amount

11.21.13.annual/renew

MEMORANDUM TO: Marlo Puckett

Purchasing Associate II FROM: Neena Smith, Business Officer

Sheriff’s Office SUBJECT: Recommendation to Renew BL004-15

Preventative Maintenance and Repair of Emergency Generators on an Annual Contract

DATE: December 7, 2015 REQUESTED ACTION The Sheriff’s Department would like to exercise our option to renew the above referenced Annual Contract with Power and Energy Services, Inc. DESCRIPTION Generators maintain power in the facility during any power outage. This facility houses inmates, as well as staff and must be functional at all times. FINANCIAL 1. Estimated amount to be spent: $3,600.00 2. Amount spent previous contract period: $3,600.00 (5/18/15 to 12/7/15) 3. Do total obligations agree with “Action Requested”? Yes X No 4. Budgeted: Yes X No 5. Contact name: Glen Fountain Contact phone: 770-619-6406 6. Proposed Funding:

Fiscal Year (FY) Fund Fund

Center Cost

Center Commitment

Item WBS Element Amount % of Award Amount

2016 001 119000 27030001 50404216 $1,800.00 50%

2017 001 119000 27030001 50404216 $1,800.00 50%

$3,600.00 100%

Transfer Required: Yes __ No _X_ If Yes, transfer from: Fiscal Year

(FY) Fund Fund Center

Cost Center

Commitment Item WBS Element Amount

MEMORANDUM

TO: Marlo Puckett, Purchasing Associate II, Purchasing Division, DoFS

THRU: Michael Plonowski, Director, Facilities Management Division/DoSS

FROM: Dennis Baxter, O&M Manager, Facilities Management Division/ DoSS

SUBJECT: Recommendation to renew BL004-15: Preventative Maintenance and Repair of

Emergency Generators on an Annual Contract

DATE: December 14, 2015

REQUESTED ACTION The Department of Support Services recommends renewal of the above referenced procurement to Power and Energy Services, Inc. in the amount of $29,010.00. This is a multi-departmental contract, and this recommendation is for Support Services’ portion of the contract. This is the first of four renewal options.

DESCRIPTION This service agreement covers the preventive maintenance care on the emergency generators at various county facilities and also specifies time and material rates associated with repairs on these systems. FINANCIAL 1. Estimated amount to be spent: $29,010.00 2. Amount spent previous contract period: $5,279.65 (5/18/15-12/14/15) 3. Do total obligations agree with “Action Requested”? Yes X No __ 4. Budgeted: Yes X No __ 5. Contact Name: Richard Turner Contact Phone: 770-822-7048 6. Proposed Funding:

Fiscal Year (FY)

Fund Fund Center

Cost Center

Commitment Item

WBS Element Amount

% of Award

Amount 2016 665 16600050 50404229 $20,130.00 69%

2016 610 16040001 50404229 $3,365.00 12%

2016 520 17070001 50404229 $1,015.00 4%

2017 665 16600050 50404229 $3,500.00 12%

2017 610 16040001 50404229 $750.00 2%

2017 520 17070001 50404229 $250.00 1%

Total $29,010.00 100%

Transfer Required: Yes __ No X

MEMORANDUM

TO: Marlo Puckett, Purchasing Associate II Purchasing Division, DOFS THROUGH: Ron Seibenhener, Department Director, Department of Water Resources Tyler Richards, Assistant Director, Department of Water Resources FROM: Jeffrey Boss, Deputy Director of Facilities, Department of Water Resources SUBJECT: Recommendation for renewal of BL004-15 Preventative Maintenance and Repair of Emergency Generators on an Annual Contract DATE: December 15, 2015 REQUESTED ACTION The Department of Water Resources (DWR) recommends the renewal of the above referenced annual contract to Power and Energy Services, Inc. with a departmental allocation in the amount of $300,000.00. DESCRIPTION This contract is used by multiple departments within Gwinnett County. This allocation is for repair and maintenance to emergency generators for the Department of Water Resources. EVALUATION This is the first of four renewal options. FINANCIAL 1. Estimated amount to be spent: $300,000.00 2. Amount spent previous contract period: $205,977.65 (7 months) 3. Do total obligations agree with “Action Requested”? Yes X No 4. Budgeted: Yes X No 5. Contact name: Michael Lanfreschi Contact phone: (678) 376-6953 6. Proposed Funding:

Fiscal Year (FY)

Fund Fund Center

Cost Center

Commitment Item

WBS Element Amount % of Award

Amount 2016 501 111008 19080007 50404216 $150,000.00 50% 2017 501 111008 19080007 50404216 $150,000.00 50% Totals $300,000.00 100%

Transfer Required: Yes No X

If Yes, transfer from: Fiscal Year

(FY) Fund Fund Center

Cost Center

Commitment Item

WBS Element Amount

Cc: Michael Lanfreschi, Financial Manager, DWR Brian Ross, Pump Stations Section Manager, DWR

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval/authorization

Item of Business:

to accept a Walk with Ease grant in the amount of $4,000.00 administered by the National Recreation and ParkAssociation. These funds will be used to support the Gwinnett County Parks and Recreation's Live Healthy Gwinnettprogram.

Authorization:

Staff Recommendation ApprovalDepartment Head pphoskins (2/26/2016)Attorney dsmorelli (3/3/2016)

Budgeted Fund Name Current Balance Requested AllocationNo Recreation * $4,000

Financial Services Use Only

GCID #20160274

Submitted By: klward

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Upon approval adjust revenue and appropriations as necessary.

Director's Initialsmbwoods(3/2/2016)

Department: Community Services

Multiple Depts? No

Budget Type: Operating

Group With GCID #:

Special Routing:

Date Submitted: 02/24/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Upon approval, increase Contributions from Private Sources and General Operating Supplies by $4,000.

Attachments Memo, Contract

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/2/2016)

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

of revision to the Gwinnett County Purchasing Ordinance (7th revision) and authorization for Chairman to executeordinance subject to approval as to form by the Law Department.

Authorization:

Staff Recommendation ApprovalDepartment Head mbwoods (2/25/2016)Attorney mvstephens (3/4/2016)

Budgeted Fund Name Current Balance Requested Allocation N/A * N/A

Financial Services Use Only

GCID #20160219

Submitted By: Purchasing ­ Jeannie Caldwell ­ BD

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* No budget impact.

Director's Initialsmbwoods(3/1/2016)

Department: Financial Services

Multiple Depts? No

Budget Type: Neither

Group With GCID #:

Special Routing:

Date Submitted: 02/11/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Justification Letter, Purchasing Ordinance

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(2/29/2016)

ORDINANCE NUMBER: PUR-2016

GCID NUMBER: 2016-0219

GWINNETT COUNTY

BOARD OF COMMISSIONERS

LAWRENCEVILLE, GEORGIA

ORDINANCE ENTITLED: Purchasing Ordinance (7th Revision)

READING AND ADOPTION: MARCH 15, 2016

At the regular meeting of the Gwinnett County Board of Commissioners held in the

Gwinnett Justice and Administration Center, Auditorium, 75 Langley Drive, Lawrenceville, Georgia.

Name Present Vote

Charlotte Nash, Chairman Yes Aye

Jace Brooks, District 1 Yes Aye

Lynette Howard, District 2

Tommy Hunter, District 3

John Heard, District 4

On motion of Commissioner _________________, which carried a ______ vote, the

following Ordinance is hereby adopted:

AN ORDINANCE TO REPEAL CHAPTER 2, ARTICLE VII OF THE GWINNETT COUNTY

CODE OF ORDINANCES ENTITLED “GWINNETT COUNTY PURCHASING ORDINANCE

(6TH REVISION)” AND REPLACE IT IN ITS ENTIRETY WITH THE “GWINNETT COUNTY

PURCHASING ORDINANCE (7TH REVISION)”; AND FOR OTHER PURPOSES.

WHEREAS, the Gwinnett County Purchasing Ordinance (hereinafter the “Purchasing

Ordinance”) governs all acquisitions and dispositions by Gwinnett County of commodities,

equipment and services and all related contracts and agreements including those that may

generate revenue; and

WHEREAS, the Gwinnett County Purchasing Ordinance (6th Revision) was codified on

December 14, 2010; and

WHEREAS, a revision to the Purchasing Ordinance is necessary to expand the

competitive procurement exemption for licensed health professionals to include veterinary

services for the Gwinnett County Animal Shelter; and

WHEREAS, a revision to the Purchasing Ordinance is necessary to clarify the

competitive procurement exemption for financial instruments and to add competitive

procurement exemptions for resale items, equipment disassembly, evaluation and repair, and

economic well-being and quality of life professional services; and

WHEREAS, a revision to the Purchasing Ordinance is necessary to clarify the criteria

for placing a vendor on the County’s ineligible source list and for disqualifying a vendor from

award of a County contract; and

WHEREAS, a revision to the Purchasing Ordinance is necessary to ensure that the

disclosure requirements of bidders and proposers are consistent with the provisions of the

Gwinnett County Ethics Ordinance; and

WHEREAS, a revision to the Purchasing Ordinance is necessary to ensure compliance

with the Illegal Immigration Reform and Enforcement Act and other applicable federal and state

laws; and

WHEREAS, a revision to the Purchasing Ordinance is required to improve efficiency

in Gwinnett County’s procurement procedures to further the County’s policy of obtaining the

best value in terms of quality, service and cost when expending public funds.

NOW, THEREFORE, BE IT ORDAINED by the Gwinnett County Board of

Commissioners that Chapter 2, Article VII of the Gwinnett County Code of Ordinances

entitled “Gwinnett County Purchasing Ordinance (6th Revision)” is hereby repealed in its

entirety and replaced with Chapter 2, Article VII of the Gwinnett County Code of Ordinances

entitled “Gwinnett County Purchasing Ordinance (7th Revision)”.

SO ADOPTED this _______ day of ____________, 2016.

GWINNETT COUNTY BOARD OF COMMISSIONERS

BY: _____________________________

CHARLOTTE J. NASH, CHAIRMAN

ATTEST:

BY:___________________________ (SEAL)

DIANE KEMP, COUNTY CLERK

APPROVED AS TO FORM:

BY:___________________________ GWINNETT COUNTY STAFF ATTORNEY

Gwinnett County Purchasing Ordinance

(7th Revision)

March, 2016

TABLE OF CONTENTS

Division and Name Page

Part 1 - General Provisions

Section I – Scope 1

Section II – Exemptions 1

Section III – Interpretation 3

Section IV – Application of Federal and State Law 4

Section V – Definitions 4

Section VI – Public Access to Procurement Information 4

Section VII – Ethics 4

Section VIII – Appropriate Expenditures 6

Section IX – Budgeted Expenditures 7

Part 2 - Procurement Organization

Section I – Authority and Responsibility of Purchasing Division and

Purchasing Division Director 8

Section II – Procurement Procedures 8

Section III – Disclaimer of Responsibility for Improper Purchasing 8

Section IV – Purchasing Policy & Review Committee 9

Part 3 - Procurement Methods

Section I – Summary of Methods of Procurement 10

Section II – Mandatory Pre-Qualification Process 12

Section III – Competitive Sealed Bidding 13

Section IV – Competitive Sealed Proposal 17

Section V – Informal Purchase 20

Section VI – Sole Source Purchase 22

Section VII – Emergency Purchase 22

Section VIII – Cooperative Purchase 22

Section IX – Governmental and Affiliated Entity Purchase 23

Part 4 - Professional Services

Section I – Definition 24

Section II – General 24

Section III – Selection Process 24

Section IV – Responsibility for Process 24

Part 5 - Construction Acquisition

Section I – Delegations of Authority 25

Section II – Discretionary Requirements 25

Part 6 - Contracting Requirements

Section I – Bonding Requirements 26

Section II – Responsibility of Bidders 28

Section III – Collusive or Anti-Competitive Practices 29

Section IV – Approval of Contracts 29

Section V – Change Orders and Contract Modifications 30

Section VI – Emergency Circumstances for Change Orders 30

Section VII – Specifications 30

Section VIII – Types and Use of Specifications 31

Section IX – Renewals and Extensions 31

Section X – Termination of Contracts 31

Part 7 - Disposition of Property

Section I – Sale of Real Property 32

Section II – Sale of Surplus Real Property by Real Estate Broker 33

Section III – Disposition of Personal Property 34 Section IV – Leases of County Owned Real Property 34

Part 8 - Electronic Commerce

Section I – Electronic Transmissions of Information 36

Section II – Electronic Signatures and Records 36

Part 9 - Definitions 38

Part 1: General Provisions

Page 1 of 41

PART 1

GENERAL PROVISIONS

SECTION I SCOPE

This Ordinance shall govern all acquisitions and dispositions by

Gwinnett County of commodities, equipment and services and all

related contracts and agreements including those that may

generate revenue. This Ordinance supersedes and repeals all

previously existing ordinances to the extent they are inconsistent

with the provisions herein.

SECTION II EXEMPTIONS

The following supplies and services are exempted from this Ordinance.

A. Works of art for public places, or other creative/artistic

endeavors that require a particular and demonstrated skill or

talent to include, but not limited to, artists, musicians, and

writers

B. Printed copyright material including published books, maps,

periodicals and technical pamphlets (not including software for

computer systems), except where a greater savings can be

realized by a quantity purchase

C. Real property, real estate brokerage and appraising, abstract

of titles for real property, title insurance for real property and

other related costs of acquisition of real property

D. Dues, memberships and board member fees

E. Subscriptions

F. Services provided directly to individual citizens and employees

including reimbursements and other miscellaneous payments,

including but not limited to services provided in response to

general liability insurance claims, solid waste services, and

recreation and park attendants and instructor services

G. Utilities, where there is no reasonable basis for competitive

procurement, for example electric power, water, and

sewerage

Part 1: General Provisions

Page 2 of 41

H. Licensed health professionals, to include veterinary services

I. Legal services, litigation, and related legal expenses

J. Financial Instruments: Professional services and

instruments/products related to the County’s financial well-

being as governed by policies approved by the Board of

Commissioners related to Debt Management, Investments,

and the Master Trust Agreement. This exemption includes

the purchase of professional services related to complex

financial transactions and associated instruments. The areas

covered by this exemption include debt, debt management,

debt service, investments, banking, assets, and pension assets.

Examples of service providers include Financial Advisory

Services; Underwriting Services; Broker Dealers; Arbitrage

Calculation Services; Banking Services; Merchant Processing Services; Sinking Fund Custodian, Remarketing Agent, Liquidity

Provider, Trustee, Paying Agent, Construction Fund

Custodian, Escrow Agent, Verification Agent, and Registrar;

Investment Advisory Services, and Pension Advisory Services

K. Training, facilitators for meetings, travel, lodging or meal

expense covered by other County policies and regulations

L. Items for sale such as surplus items or items for resale such as

those sold at tennis centers that require a particular

manufacturer or provider to enhance their marketability

M. Advertisements and legal advertisements including but not

limited to bid/proposal solicitations, Planning Commission,

Zoning Board of Appeals, and other boards that are required

by law to publicly advertise their meetings or actions in the

legal organ

N. Public works construction contracts to the extent governed

by O.C.G.A. §36-91-1 et seq.

O. Antiques and other unique assets of historical value, including

restoration of these items

P. Materials or services required for confidential and secure

investigations, apprehensions and detentions of individuals

suspected of or convicted of criminal offenses by law

enforcement personnel

Part 1: General Provisions

Page 3 of 41

Q. Expenses associated with the disassembly, evaluation, and/or

repair of equipment components

R. Professional services explicitly directed at improving the

economic well-being and quality of life in the County through

efforts that include, but are not limited to the following:

enhancement of economic activity, job creation, job retention,

business retention & expansion, neighborhood development,

tax base enhancements, marketing, etc.

SECTION III INTERPRETATION

A. PURPOSE

This Ordinance shall be construed and applied to promote its

underlying purposes and policies, which are:

1. To obtain the best value in terms of quality, service

and price when expending public funds

2. To foster effective, fair and broad-based competition

for public procurement within the free enterprise

system

3. To provide safeguards for the maintenance of quality,

integrity and equity, as defined by the County’s Ethics

Ordinance, in the purchase and disposition of County

property

B. RULES OF CONSTRUCTION

In this Ordinance unless the text requires otherwise:

1. Words in the singular number include the plural, and

those in the plural include the singular

2. Words of a particular gender include any gender and

the neuter, and when the sense so indicates, words of

the neuter gender may refer to any gender

3. “May” shall be permissive and not mandatory

4. “Shall” shall be mandatory and not permissive

5. Terms, which are not specifically defined herein, shall

have their usual and customary meanings

Part 1: General Provisions

Page 4 of 41

SECTION IV APPLICATION OF FEDERAL AND STATE LAW

This Ordinance shall conform to all current applicable provisions

of the laws of the United States and of the State of Georgia, and

the provisions hereof shall be so construed wherever possible. In

the event any portion of this Ordinance shall be declared invalid

for its failure to conform to state or federal law, such invalidity

shall not affect the remaining portions hereof. Notwithstanding

any other provision of this Ordinance, the County may enter into

any contract, follow any procedure, or take any action that is

otherwise at variance with this Ordinance if necessary or

convenient to receiving funds from the government of the United

States or the State of Georgia.

SECTION V DEFINITIONS

The words defined in the appendix section of this Ordinance shall

have the meanings that are set forth wherever they appear in this

Ordinance.

SECTION VI PUBLIC ACCESS TO PROCUREMENT INFORMATION

Interested persons shall have access to information regarding

procurement transactions of Gwinnett County in accordance with

the County policy and the Georgia Open Records Act,

O.C.G.A.§50-18-70 et seq.

SECTION VII ETHICS

It is the policy of Gwinnett County to seek the best overall value

when procuring goods and services. Toward this end, the County

finds and declares that its objectives will best be achieved through

an open, competitive process with a broad range of responsible

vendors wishing to furnish products and services to the County.

Gwinnett County will set up and conduct a procurement program

that maximizes service benefit to the community and awards

contracts to vendors who offer the best value.

A. Gwinnett County declares that County employees and officials

along with those wishing to do business with the County have

the shared responsibility for avoiding biased, anticompetitive

or unethical practices.

Part 1: General Provisions

Page 5 of 41

B. Gwinnett County employees, officials, and their family

members are prohibited from seeking, requesting, or receiving

any material payment, gift, job offer, security, promise of

future benefit, or any other tangible or intangible thing of

value when such receipt has the potential to influence a

procurement decision or to gain undue advantage in a

procurement competition, and as outlined in the County’s

Ethics Ordinance.

C. Prospective vendors must compete for County business

within the parameters of the solicitation process and are

prohibited from seeking to obtain inside information,

attempting to skew the writing of specifications or influencing

a procurement decision through any means outside the

process established for the particular solicitation. This

principle applies to any contractor, subcontractor,

representative, employee or agent that may be associated with

a procurement transaction.

D. The County’s Ethics Ordinance shall be consulted for

requirements related to disclosures by bidders and proposers

on County contracts and individuals and firms who do

business with the County.

E. Ethical business practices are important both during a

solicitation and after the decision to grant an award. To this

end, the County seeks to establish relationships with business

partners whose ongoing ethical standards of business conduct

are congruent with those outlined here. The Director of

Financial Services is charged with establishing methods for

ongoing monitoring for non-compliance with these principles.

The prohibition against the offering of or the acceptance of

kickbacks, gratuities, payments or any other thing of value

extends beyond and outside any specific procurement or

solicitation.

F. A vendor’s contract compliance history with Gwinnett County

and other contractual parties is a valid element in the decision

to award a solicitation.

G. Gwinnett County stipulates that the furtherance of its

strategic goals for job creation, stability and growth in the tax

Part 1: General Provisions

Page 6 of 41

base, business retention, and other fiscal and economic

development objectives may be considered during the

procurement process. The Director of Financial Services is

authorized to establish procurement initiatives consistent with

the County’s strategic economic development objectives.

These procurement practices shall be applied consistently and

equitably, and shall have a direct relationship to the County’s

goals.

H. Gwinnett County employees, officials, and their family

members are generally prohibited from participation in any

procurement decision or any gain of undue advantage in a

procurement competition as a result of contemporaneous

employment with a potential or actual business partner.

I. It is unethical for any County employee to purchase

commodities or services from a County contract for personal

use.

J. With the exception of solicitations for the sale of real

property, individuals, firms and businesses seeking an award of

a Gwinnett County contract may not initiate or continue any

verbal or written communications regarding a solicitation with

any County officer, elected official, employee or other County

representative other than the Purchasing Associate named in

the solicitation between the date of the issuance of the

solicitation and the date of the final contract award by the

Board of Commissioners. The Purchasing Director will

review violations. If determined that such communication has

compromised the competitive process, the offer submitted by

the individual, firm or business may be disqualified from

consideration for award. Solicitations for the sale of real

property may allow for verbal or written communications

with the appropriate Gwinnett County representative.

SECTION VIII APPROPRIATE EXPENDITURES

All purchases shall comply with the Gwinnett County Expenditure

Policy. To ensure that all purchases made are appropriate

expenditures, each Elected Official or Department Director shall

ensure that purchases made within his or her authority conform

to the principles of the Expenditure Policy.

Part 1: General Provisions

Page 7 of 41

SECTION IX BUDGETED EXPENDITURES

It is the responsibility of each Elected Official or Department

Director to ensure all purchases made for or by their agency or

department are consistent with, and support the current

approved budget prior to committing funds. Specific approval is

required for certain capital purchases, as provided in the Budget

Resolution.

Part 2: Procurement Organization

Page 8 of 41

PART 2

PROCUREMENT ORGANIZATION

SECTION I AUTHORITY AND RESPONSIBILITY OF PURCHASING

DIVISION AND PURCHASING DIVISION DIRECTOR

The Purchasing Division of the Department of Financial Services

shall serve all of Gwinnett County Government by obtaining

required commodities and services in accordance with State of

Georgia law and this Ordinance. The Purchasing Division

Director shall, except as otherwise specified herein, be

responsible for the administration of all transactions governed by

the provisions of this Ordinance and shall serve as the principle

procurement officer of the County. Unless otherwise provided,

any duties and powers of the Purchasing Division Director may be delegated by him/her to subordinate purchasing staff members

and other employees. The Purchasing Division Director shall be

subject to the authority and supervision of the Director of

Financial Services, who reports to the County Administrator.

SECTION II PROCUREMENT PROCEDURES

The Purchasing Division Director is authorized to establish,

implement and enforce written operational procedures relating to

acquisitions and dispositions subject to this Ordinance. Such

procedures shall, to the extent consistent with applicable law and

this Ordinance, be based upon generally accepted public

purchasing principles and practices and shall become effective

upon approval by the Financial Services Director. Additionally,

these procedures may be revised, as necessary, through the same

process used for their initial approval.

SECTION III DISCLAIMER OF RESPONSIBILITY FOR IMPROPER

PURCHASING

The Board of Commissioners may disclaim responsibility and

liability for any purchase, expenditure, or agreement for

expenditure arising from a procurement made in its name, or in

the name of any governmental body under its authority, by an

unauthorized person or any person acting outside this Ordinance

or the authorization or delegation as provided in this Ordinance.

The expense of any such disclaimed transaction will become the

personal liability of the individual who acted improperly.

Part 2: Procurement Organization

Page 9 of 41

SECTION IV PURCHASING POLICY & REVIEW COMMITTEE

A Purchasing Policy and Review Committee shall be established

and comprised of members (selected from user departments by

the County Administrator, Director of Financial Services and the

Purchasing Division Director) who shall serve for a two year

staggered term. The Committee shall meet periodically to review

purchasing procedures and make recommendations for changes;

resolve problems regarding the purchasing process; make

recommendations for standardization of commodities; scheduled

buying; qualified products list; annual contracts; vendor

performance; including recommendation to place vendors with

performance problems on the Ineligible Source List and other

problems or requirements related to Purchasing.

Part 3: Procurement Methods

Page 10 of 41

PART 3

PROCUREMENT METHODS

SECTION I SUMMARY OF METHODS OF PROCUREMENT

In most cases, this Ordinance recognizes seven methods of

procurement and the conditions where each method shall be

used.

A. COMPETITIVE SEALED BIDDING

In most cases the competitive sealed bid is the preferred

method of procurement in the public sector and should be

used whenever possible as it allows qualified, responsive

bidders to compete on the basis of price. Generally, the following conditions must be met:

1. Clear and adequate specifications are available

2. Two or more responsible bidders are willing to

participate in the process

3. Cost of materials, supplies, equipment, services or

project is greater than $100,000.00

4. Revenue is greater than $100,000.00

B. COMPETITIVE SEALED PROPOSAL

When use of the competitive sealed bid is either not practical

or not advantageous to the County, a contract may be

entered into by use of the competitive sealed proposal. Use

of the proposal is dependent upon such factors as:

1. Whether quality, availability or capability is overriding

in relation to price in procurement of technical

supplies or technical or professional services

2. Whether the initial installation needs to be evaluated

together with subsequent maintenance and service

capabilities and what priorities should be given these

requirements in the County’s best interest

3. Whether a fixed price or cost type contract is more

advantageous

Part 3: Procurement Methods

Page 11 of 41

4. Whether the market place will respond better to a

solicitation permitting not only a range of alternate

proposals, but evaluation and discussion of them

before making the award

5. Cost of equipment, services or project is greater than

$100,000.00

6. Revenue is greater than $100,000.00

C. INFORMAL PURCHASE

Those purchases $100,000.00 or less do not justify the

administrative time and expense for the conduction of

competitive sealed bids or proposals. The Purchasing Division Director is authorized to establish the methods and

procedures to be used in handling informal purchases. Unless

otherwise specifically provided, such purchases will be

obtained competitively through telephone quotations or

informal written solicitations.

D. SOLE SOURCE PURCHASE

A sole source procurement may be used when only one

vendor or supplier is able to fill requirements for the intended

use. Sole source may be used for compatibility with

equipment for repair purposes, or for compatibility with

existing systems. Standardization may require a sole source

procurement, depending upon the intended use.

Standardization, which is either established as a result of past

procurement(s) or by approval of the Purchasing Policy and

Review Committee, can be a satisfactory justification for a

sole source.

E. EMERGENCY PURCHASE

An emergency exists when there is a threat to the health,

welfare or safety of people or property, or when there is a

material disruption of goods or services. The competitive

process should be followed whenever possible in an

emergency as long as the ability to respond to the emergency

is not seriously impaired.

Part 3: Procurement Methods

Page 12 of 41

F. COOPERATIVE PURCHASE

The County may participate in a cooperative purchase for the

acquisition of commodities, supplies and services through an

authorized contract of any other governmental entity or

agency whether federal, state or local provided a competitive

procurement process has been followed and determined to be

in the best interest of the County. Documentation to

substantiate this decision will be maintained by the Purchasing

Division.

G. GOVERNMENTAL AND AFFILIATED ENTITY PURCHASE

The County may purchase services and incidental

commodities from other federal, state or local governments, associations and non-profit organizations when determined to

be in the best interest of the County. Documentation to

substantiate this decision will be maintained by the Purchasing

Division.

SECTION II MANDATORY PRE-QUALIFICATION PROCESS

A. PUBLIC WORKS CONSTRUCTION CONTRACTS

GOVERNED BY OCGA §36-91-20 ET SEQ.

The Purchasing Division Director is hereby delegated the

authority to administer a process for mandatory pre-

qualification of prospective bidders for public works

construction contracts pursuant to OCGA §36-91-20(f).

B. ALL OTHER CONTRACTS

The Purchasing Division Director is authorized to determine

that a process for mandatory pre-qualification for competitive

sealed bids and competitive sealed proposals of bidders or

proposers is appropriate for the procurement of a particular

commodity or service, subject to these requirements:

1. Criteria for pre-qualification shall be reasonably related

to the project or the quality of the work

2. Criteria for pre-qualification shall be available to any

prospective bidder requesting such information

Part 3: Procurement Methods

Page 13 of 41

3. There shall be a method of notifying prospective

bidders of the criteria for pre-qualification

4. There shall be a procedure for a disqualified bidder to

respond to his or her disqualification to the Purchasing

Division Director; however, such procedure shall not

include a formal appeal

No bid or proposal shall be eligible for consideration by the

County from a prospective bidder who has not been pre-

qualified on the procurement in question where the Invitation

to Bid or Request for Proposals specified that pre-qualification

would be mandatory, and any bid or proposal received shall

be returned to the prospective bidder unopened.

SECTION III COMPETITIVE SEALED BIDDING

A. ACQUISITIONS GREATER THAN $100,000.00

Any commodity that is expected to cost or generate revenue

greater than $100,000.00 shall be acquired through the

competitive sealed bid process except as otherwise provided

in this Ordinance.

B. DISSEMINATION OF INVITATION TO BID

Public notice of an Invitation to Bid shall be given as required

by Georgia law. The public notice shall contain a general

description of the purchase and state the location where

documents may be obtained and the date, time and place of

bid opening. Any required bonding and insurance shall be

included in the public notice. Notification of formal

solicitations shall be posted in the Gwinnett Justice and

Administration Center. Any other methods of advertisement

identified as likely to result in additional competition may be

used in addition to required advertisement, at the discretion

of the Purchasing Division Director.

C. RECEIPT OF BID

No written bid shall be eligible for consideration by the

County unless it is placed in a sealed envelope or package and

actually received by the Purchasing Division by the date and

time specified in the Invitation to Bid. All bids shall be

stamped or annotated with the date and time of receipt and

secured until the designated opening time. A bid delivered

Part 3: Procurement Methods

Page 14 of 41

late shall under no circumstances be eligible for consideration

by the County.

D. BID OPENING

Bids shall be opened publicly in the presence of one or more

witnesses on the date and at the time and place designated in

the Invitation to Bid. The name of each bidder, the purchase

price contained in each bid, and such other information as the

Purchasing Division Director deems appropriate shall be

announced as the bids are opened. A record of bid

information shall be recorded and available for public

inspection.

E. MODIFICATION OF BID

Any clerical mistake that is patently obvious on the face of a

bid, subject to the limitations described below, may be

corrected upon written request and verification, submitted by

the bidder. A non-material omission in a bid may be clarified

and/or corrected if the Purchasing Division Director

determines the clarification and/or correction to be in the

County's best interest. Omissions affecting or relating to any

of the following shall be deemed material and shall not be

corrected after bid opening:

1. Price information

2. Any required bonding

F. WITHDRAWAL OF BID

Bids may be withdrawn at any time prior to the bid opening.

After bids have been publicly opened, withdrawal of bid shall

be based upon the following:

The bidder shall give notice in writing of his claim of right to

withdraw his bid due to an error within two business days

after the conclusion of the bid opening procedure. Bids may

be withdrawn from consideration if the price was substantially

lower than the other bids due solely to a mistake therein,

provided the bid was submitted in good faith, and the mistake

was a clerical mistake as opposed to a judgment mistake, and

was actually due to an unintentional arithmetic error or an

unintentional omission of a quantity of work, labor or material

made directly in the compilation of the bid, which

Part 3: Procurement Methods

Page 15 of 41

unintentional arithmetic error or unintentional omission can

be clearly shown by objective evidence drawn from inspection

of original work papers, documents and materials used in the

preparation of the bid sought to be withdrawn. The bidder’s

original work papers shall be the sole acceptable evidence of

error and mistake if request is made to withdraw the bid. If a

bid is withdrawn under the authority of this provision, the

lowest remaining responsive bid shall be deemed to be the

low bid.

G. BID EVALUATION

Bids shall be evaluated based on the requirements set forth in

the Invitation to Bid. No criteria may be used in bid

evaluation that is not specifically set forth in the solicitation.

H. BID CANCELLATION

An Invitation to Bid may be canceled prior to opening date or

any or all bids may be rejected in whole or in part as may be

specified in the solicitation, where it is in the best interest of

the County in accordance with regulations promulgated by the

Purchasing Division or, as a result of improper conduct on the

part of a County employee. The reasons for any cancellation

shall be made part of the bid file.

I. BID AWARD

1. Responsive and Responsible Bidder(s)

Subject to approval by the Gwinnett County Board of

Commissioners, bids shall be awarded to the

responsible bidder(s) who have submitted the lowest

cost responsive bid(s), highest revenue responsive

bid(s), or whose bid represents the best value to the

County.

2. Approval of Bid

All bid awards for amounts greater than $100,000.00

(cost or revenue) shall be approved by the Gwinnett

County Board of Commissioners.

Part 3: Procurement Methods

Page 16 of 41

3. Rejection or Deferral of Bid

The Purchasing Division Director may reject bids, or

may defer bid awards to allow time for additional

evaluation or review of bids or for other business

purposes, consistent with the best interest of the

County.

4. Disqualification of Bid

a) The following types of bids shall be disqualified

for consideration for a bid award:

1. A bid which is incomplete in any material

aspect, element, or fact

2. A bid submitted without required bonds

3. A bid submitted by an individual, firm or

business on the Ineligible Source List

4. A bid submitted by an individual, firm or

business having been determined in

violation of Part 1, Section VII of this

Ordinance

5. A bid submitted by an individual, firm or

business who has litigation pending against

the County, or anyone representing a firm

or business in litigation against the County,

not arising out of the procurement process,

settlement on property title, or

condemnation proceeding where the

County is not subject to financial penalty.

5. Tie Bids

In the event two (2) responsive bids are tied for the

lowest price and the other terms and conditions of the

two (2) bids are substantially the same, the bid shall be

awarded to the local firm if only one of the bidders has

an office located within the boundaries of Gwinnett

County. If both or neither of the tied bidders are local

firms, the Purchasing staff shall request the firms best

and final offers, and the award shall be to the lowest

bid.

Part 3: Procurement Methods

Page 17 of 41

Definition of Local Firm:

1. Any business or firm having an office

located within the boundaries of Gwinnett

County and has a current Gwinnett County

Occupational Tax Certificate on the closing

date of the solicitation for which the offer

has been submitted

2. Any business or firm with an office located

within the boundaries of a municipality that

is within the geographical boundaries of

Gwinnett County and whose physical

location is within the geographical

boundaries of Gwinnett County and has a current Occupational Tax Certificate (or its

equivalent) issued by the municipality on the

closing date of the solicitation for which the

offer has been submitted

SECTION IV COMPETITIVE SEALED PROPOSAL

A. ACQUISITIONS GREATER THAN $100,000.00

Any item or service which is expected to cost or generate

revenue greater than $100,000.00, when the competitive

sealed bid process is not applicable nor in the best interest of

the County, shall be acquired through the competitive sealed

proposal process except as otherwise provided in this

Ordinance.

B. DISSEMINATION OF PROPOSAL

Proposals shall be disseminated through a Request for

Proposal. Public notice shall be advertised as required by

Georgia law. The public notice shall contain a general

description of the item or service to be purchased, and state

the location where documents may be obtained and the date,

time and place of proposal receipt. Notice of any required

bonding and insurance shall be included in the public notice.

Notification of formal solicitations shall be posted in the

Gwinnett Justice and Administration Center. Any other

methods of advertisement that are likely to result in additional

competition may be used in addition to the required

Part 3: Procurement Methods

Page 18 of 41

advertisement, at the discretion of the Purchasing Division

Director.

C. RECEIPT OF PROPOSAL

No written proposal shall be eligible for consideration by the

County unless it is placed in a sealed envelope or package and

actually received by the Purchasing Division by the date and

time specified in the Request for Proposals. All proposals shall

be stamped or annotated with the date and time of receipt

and secured until the designated opening time. A proposal

delivered late shall under no circumstances be eligible for

consideration by the County.

D. PROPOSAL OPENING

Proposals shall be opened publicly in the presence of one or

more witnesses on the date and at the time and place

designated in the Request for Proposals. Only the name of

each Proposer shall be announced.

E. PROPOSAL CANCELLATION

A Request for Proposals may be canceled prior to opening

date or any or all proposals may be rejected in whole or in

part as may be specified in the solicitation, where it is in the

best interest of the County in accordance with regulations

promulgated by the Purchasing Division or as a result of

improper conduct on the part of a County employee. The

reasons for any cancellation shall be made part of the proposal

file.

F. PROPRIETARY INFORMATION

Gwinnett County is required to comply with the Georgia

Open Records Act, O.C.G.A.§50-18-70 et seq. and therefore

may not be able to protect information submitted in any

response.

G. EVALUATION OF PROPOSAL

1. Initial Evaluation

Each proposal shall be evaluated to determine whether

it is responsive to the specifications and other terms

and conditions contained in the Request for Proposals.

Part 3: Procurement Methods

Page 19 of 41

With the approval of the Purchasing Associate named

in the solicitation, the evaluating team may

communicate with each proposer to clarify and amplify

each Proposer’s proposal. No information concerning

any other Proposer’s proposal shall be communicated

in any way to the Proposer.

2. Request for Supplemental Information

Additional information may be requested of Proposers.

The Purchasing Division will initiate such requests.

H. AWARD OF PROPOSAL

1. Responsive and Responsible Proposal

Award shall be made to the responsive and responsible

proposer whose proposal is determined to be the

most advantageous to the County based upon the

evaluation factors set forth in the Request for

Proposal.

In the event there are two or more firms whose

scores rounded to the nearest whole number result in

a tie score, the award will be based on lowest cost.

2. Approval of Proposal

The Gwinnett County Board of Commissioners shall

approve all awards where cost or revenue is greater

than $100,000.00.

3. Rejection or Deferral of Proposal

The Purchasing Division Director may reject, or may

defer award for any proposal when he or she deems

such action to be in the best interest of the County.

4. Disqualification of Proposal

The following types of proposals shall be disqualified

for consideration for award:

a. A proposal submitted without required bonds

Part 3: Procurement Methods

Page 20 of 41

b. A proposal submitted by an individual, firm or

business on the Ineligible Source List

c. A proposal which is incomplete in any material fact

d. A proposal submitted by an individual, firm or

business having been determined in violation of

Part 1, Section VII of this Ordinance

e. A proposal submitted by an individual, firm or

business who has litigation pending against the

County, or anyone representing a firm or business

in litigation against the County, not arising out of

the procurement process, or settlement on

property title or condemnation proceedings where

the County would not be subject to financial penalty.

SECTION V INFORMAL PURCHASE

A. GENERAL

Procurements that involve amounts $100,000.00 or less do

not require a formal sealed bid/proposal process. However,

the processes used for this type of procurement will include

as much competition as is consistent with the anticipated cost

of the procurement and the best interest of the County.

B. PROHIBITION OF IMPROPER USE OF INFORMAL

PURCHASE PROCESS

Purchases may not be artificially divided as to constitute an

informal purchase, thereby circumventing the dollar limit

requirement for competitive sealed bids/proposals.

C. PROCEDURES

Procurement within this category shall be made in accordance

with the informal purchase procedures established by the

Purchasing Division Director. These procedures will cover

purchases delegated to user departments as well as those

handled through the central procurement process.

Such operational procedures shall provide for obtaining

adequate and reasonable competition for the supply, service

or construction being purchased. Further, such operational

Part 3: Procurement Methods

Page 21 of 41

procedures shall require the preparation and maintenance of

written records to adequately document the competition

obtained, properly account for the funds expended and

facilitate audit/review of the transaction.

D. TYPES OF INFORMAL PURCHASES

Informal purchases are classified by two categories:

1. Those that may be made directly by the user

department

2. Those that are required to be made through the

central procurement process

E. INFORMAL PURCHASE BY USER DEPARTMENTS

1. AUTHORITY

Each user department is granted the authority, at the

discretion of the Department Director, to handle

purchases where the cost is less than $5,000.00.

2. PROHIBITION OF MISUSE

Purchases may not be artificially divided in order to

qualify for handling by the user departments. Neither

shall this process be used for frequently recurring

acquisitions that warrant volume purchases or periodic

term contracts.

F. INFORMAL PURCHASES BY PURCHASING STAFF

Purchasing staff shall obtain commodities and services

competitively through telephone solicitations where cost is

$5,000.00 but less than $10,000.00. A minimum of three

quotations is required unless adequate source supply is not

available. Purchasing staff shall obtain commodities and

services competitively through written quotations where cost

is $10,000.00 to $100,000.00. A minimum of three written

quotations is required unless adequate source supply is not

available.

Part 3: Procurement Methods

Page 22 of 41

SECTION VI SOLE SOURCE PURCHASE

Based upon evidence that a particular commodity or service may

be obtained from only one source and no similar commodity or

service available from a different source will adequately meet an

acquiring office’s requirements and specifications, the Purchasing

Division Director may decide that the commodity or service be

purchased sole source or by brand name based upon supporting

documentation from the requesting department. The Board of

Commissioners shall approve all purchases where cost is greater

than $100,000.00.

SECTION VII EMERGENCY PURCHASE

The Purchasing Division Director shall have the authority to

purchase commodities and services where there exists an emergency constituting a threat to public health, safety or welfare

or to the soundness and integrity of public property or to the

delivery of essential services and where the adverse effects of

such emergency may worsen materially with the passage of time.

Acquisitions shall be made using such competitive procedures as

circumstances reasonably permit. Emergencies shall be

documented by the user department and submitted to the

Purchasing Division.

When emergency circumstances exist that do not permit the

Purchasing Division to procure a required commodity, service, or

repair, the user Department Director is authorized to make such

emergency purchase.

For emergencies where cost exceeds the amount authorized to a

user department, written documentation shall be approved by the

user Department Director and submitted to the Purchasing

Division explaining the nature of the emergency. All emergencies

where cost is greater than $100,000.00 require ratification of the

Board of Commissioners.

SECTION VIII COOPERATIVE PURCHASE

The County may participate in a cooperative purchase for

commodities, supplies and services when determined that it is in

the best interest of the County. The sponsoring entity, whether

federal, state or local must have performed a competitive

procurement process and entered into a contract that stipulates

allowance for other governmental entities to purchase from the

Part 3: Procurement Methods

Page 23 of 41

supplier at the same price and under the same terms and

conditions as extended to itself. If such arrangement has not been

made a part of the contract, written permission from the

sponsoring entity and the awarded supplier must be obtained.

Documentation to substantiate this decision will be maintained by

the Purchasing Division.

Cooperative purchases where the cost is greater than

$100,000.00 shall be approved by the Gwinnett County Board of

Commissioners.

SECTION IX GOVERNMENTAL AND AFFILIATED ENTITY PURCHASE

The County may purchase services and incidental commodities

from other federal, state or local governments, associations and

non-profit organizations when determined to be in the best interest of the County. Documentation to substantiate this

decision will be maintained by the Purchasing Division.

Such purchases where cost is greater than $100,000.00 shall be

approved by the Gwinnett County Board of Commissioners.

Part 4: Professional Services

Page 24 of 41

PART 4

PROFESSIONAL SERVICES

SECTION I DEFINITION

“Professional services” refer to a service consisting in material

part of advice, evaluation, planning, design, or other effort

involving the exercise of judgment, discretion, and knowledge,

including, without limitation, a service provided by a person

whose profession is licensed or regulated by the state or federal

government.

SECTION II GENERAL

It is the policy of this County to award contracts for professional services on the basis of demonstrated competence and

qualifications at a fair and reasonable price with ultimate selection

based on the best interest of the County and receipt of maximum

value.

SECTION III SELECTION PROCESS

A. The selection process for professional services shall follow the

same process as that for competitive sealed proposals

presented in Part 3, Section IV.

B. The Purchasing Division Director, subject to the approval of

the Director of Financial Services, shall establish methods for

weighting the variables and factors utilized for evaluation of

proposals.

SECTION IV RESPONSIBILITY FOR PROCESS

The user departments will have primary responsibility for

establishing proposal requirements and evaluation of the

proposals while Purchasing will ensure that the process is handled

in accordance with this policy. Any agent or firm employed to

assist in any procurement project shall be required to adhere to

the requirements of this policy.

Part 5: Construction Acquisition

Page 25 of 41

PART 5

CONSTRUCTION ACQUISITION

SECTION I DELEGATIONS OF AUTHORITY

Department Directors shall have the authority to establish

procedures, with the concurrence of the Purchasing Division

Director, for utilizing the various construction delivery methods

that will best serve the County’s interests. These procedures

may include but are not limited to establishing a process for

mandatory pre-qualification of contractors. Department

Directors also have the authority to determine, with the

concurrence of the Purchasing Division Director, the construction

delivery method to be utilized in awarding a given public works

contract. In all cases Department Directors shall be required to obtain the concurrence of the Purchasing Division Director prior

to establishing any method of delivery.

SECTION II DISCRETIONARY REQUIREMENTS

The County may, in its discretion, require bid, performance, and

payment bonds for any construction contract where cost is less

than $100,000.00. The Insurance Manager for the County shall

set specific requirements.

Part 6: Contracting Requirements

Page 26 of 41

PART 6

CONTRACTING REQUIREMENTS

SECTION I BONDING REQUIREMENTS

A. BID BONDS

When the County requires bonding, any bid submitted shall be

given a good and faithful surety or sureties approved by the

County. Such bid bond shall secure the faithful acceptance by

the bidder or proposer of a bid or proposal award and shall

be issued for the protection of the County. The bid bond

shall be in an amount as specified in the bid or proposal.

Bonds shall be of a forfeiture type. All sureties should be

licensed to do business in the State of Georgia, must have the ratings established by the Department of Financial Services

and be listed in the Department of Treasury’s publication of

companies holding certificates of authority as acceptable

reinsuring companies. In lieu of the bid bond described above,

a bidder or proposer may submit with the bid or proposal a

cashier’s check payable to the County in an amount as

specified in the bid or proposal. To the extent permitted by

Georgia law, a guaranteed letter of credit in the proper

amount will act as a bid bond, provided that the form of such

letter of credit and the lending institution have been approved

by the County in advance.

Release of bonds to the successful bidder shall be conditioned

upon the bidder’s execution of a contract within 30 days

following the County’s award.

B. PERFORMANCE AND PAYMENT BOND

1. Any required performance bond shall be issued with

good and sufficient surety or sureties approved by the

County, in favor of the County and in at least the

amount of the total purchase price or as specified in

the solicitation and payable under the bid or proposal.

Such performance bond shall be conditioned upon the

bidder’s faithful performance of the terms of the bid or

proposal and the contract executed in connection

therewith. All sureties should be licensed to do

business in the State of Georgia, must have the ratings

established by the Department of Financial Services

and be listed in the Department of Treasury’s

Part 6: Contracting Requirements

Page 27 of 41

publication of companies holding certificates of

authority as acceptable surety on federal bonds and as

acceptable reinsuring companies.

2. Any required payment bond shall be issued with good

and sufficient surety or sureties approved by the

County, in favor of the County and in at least the

amount of the total purchase price or as specified in

the solicitation and payable under the bid or proposal.

Such payment bond shall be for the benefit of all

persons supplying labor, materials, machinery and

equipment in the prosecution of the work to be done

under the bid or proposal. All sureties should be

licensed to do business in the State of Georgia, must

have the ratings established by the Department of

Financial Services and be listed in the Department of Treasury’s publication of companies holding certificates

of authority as acceptable surety on federal bonds and

as acceptable reinsuring companies.

C. INSURANCE REQUIREMENTS

The Insurance Manager shall determine what types and

amounts of insurance coverage are reasonably necessary for

the protection of the County’s interests for all acquisitions

covered by this Purchasing Ordinance. All sureties must be

licensed to do business in the State of Georgia and have the

ratings established by the Department of Financial Services.

The Insurance Manager shall have the authority to waive any

requirements regarding insurance.

D. EMPLOYMENT OF UNAUTHORIZED ALIENS

PROHIBITED

It is the policy of Gwinnett County that all contractors and

subcontractors who contract with the County in connection with the physical performance of services must comply with

the Illegal Immigration Reform and Enforcement Act, and all

applicable Federal and State laws. Therefore, the County

shall not enter into a contract for the physical performance of

services within the State of Georgia unless the contractor

provides evidence on a County-provided Affidavit form that it

and its subcontractors have registered for and are

participating in the federal work authorization program as

defined by O.C.G.A. § 13-10-90 et seq.

Part 6: Contracting Requirements

Page 28 of 41

SECTION II RESPONSIBILITY OF BIDDERS

A. DETERMINATION OF NON-RESPONSIBILITY

If a bidder or offeror who otherwise would have been

awarded a contract is found to be non-responsible, a written

determination of non-responsibility shall be prepared by the

Purchasing Director. A copy of the determination shall be made part of the contract and vendor performance files.

B. VENDOR PERFORMANCE RATING

The Purchasing Director is authorized to establish a vendor

performance rating system for use in evaluating those vendors

who fail to perform or perform unsatisfactorily. The rating

system may be used for evaluation and award of bids and

contracts.

C. PENALTIES FOR NON-PERFORMANCE

The Purchasing Director shall establish penalties for non

performance for delivery failures or default in contract.

D. INELIGIBLE SOURCE LIST

1. ESTABLISHMENT OF LIST

The following persons shall be placed on an Ineligible Source

List pursuant to the provisions of this section for a reasonable

period not to exceed three years, based upon the

recommendation of the Purchasing Policy & Review

Committee and the approval of the Director of Financial

Services:

a. Any person who submits a bid or proposal in bad faith;

b. Any person who breaches a contract with the County, or

who has poor contract performance that has been

documented by the County;

c. Any person who repeatedly refuses to accept a bid or

proposal award;

d. Any person who has established a pattern or practice of unethical or immoral business practices;

Part 6: Contracting Requirements

Page 29 of 41

e. Any person who has been convicted of a crime involving

moral turpitude;

f. Any person who is owned, controlled or managed, in whole or in part, by any other person described in (a)

through (e) above; and

g. Any person who violates Section I.D (Employment of

Unauthorized Aliens Prohibited) above.

Any such person shall not be eligible to provide any

commodities or services to the County during the period such

person remains on the Ineligible Source List.

SECTION III COLLUSIVE OR ANTI-COMPETITIVE PRACTICES

Each bidder shall certify in writing that such bidder has not

engaged in any collusive or anti-competitive practices in

responding to a solicitation for bids or proposals.

SECTION IV APPROVAL OF CONTRACTS

A. GENERAL PROVISIONS

All contracts shall be reviewed and approved as to form by

the Law Department prior to execution on behalf of the

County. A contract shall conform to state and federal law and

to County ordinances and shall otherwise contain such

provisions as are reasonably necessary to protect the interest

of the County.

B. COUNTY ADMINISTRATOR AUTHORITY

The County Administrator or his/her designee shall have the

authority to sign contracts up to $100,000.00.

C. DIRECTOR OF FINANCIAL SERVICES AUTHORITY

The Director of Financial Services or his/her designee shall

have the authority to sign contracts up to $50,000.00.

Part 6: Contracting Requirements

Page 30 of 41

SECTION V CHANGE ORDERS AND CONTRACT MODIFICATIONS

A. GENERAL PROVISIONS

Except as hereinafter provided, any change order or other

modification of a contract term shall be approved by the

Gwinnett County Board of Commissioners.

B. COUNTY ADMINISTRATOR AUTHORITY

The County Administrator or his/her designee shall have

authority to approve all change orders to purchase orders and

contracts up to an absolute value of $100,000.00.

C. DIRECTOR OF FINANCIAL SERVICES AUTHORITY

The Director of Financial Services and/or his/her designee

shall have authority to approve all change orders to purchase

orders and contracts up to an absolute value of $50,000.00.

D. PURCHASING DIVISION DIRECTOR AUTHORITY

The Purchasing Division Director shall have authority to

approve all change orders to purchase orders and contracts

up to an absolute value of $10,000.00.

SECTION VI EMERGENCY CIRCUMSTANCES FOR CHANGE ORDERS

Where time is of the essence or emergency circumstances exist

which will not permit delay of a project, the user Department

Director shall notify the County Administrator before proceeding

to authorize work. Subsequent Board of Commissioners

ratification and approval must be obtained at the following public

meeting. If work has not been satisfactorily completed by the

scheduled meeting, then the Board of Commissioners must be

informed and ratification scheduled at the earliest possible time.

SECTION VII SPECIFICATIONS

All specifications shall be prepared so as to promote overall

economy for the purposes intended and encourage competition in

satisfying the County’s needs and shall not be overly restrictive.

This policy applies to all specifications including but not limited to

those prepared for the County by architects, engineers, designers

and draftsmen.

Part 6: Contracting Requirements

Page 31 of 41

SECTION VIII TYPES AND USE OF SPECIFICATIONS

The Purchasing Division Director is authorized to establish

procedures for the applicability and appropriate use of “qualified

products lists”, “brand name or equal” specifications and “brand

name” specifications.

SECTION IX RENEWALS AND EXTENSIONS

A. GENERAL PROVISIONS

Some contracts contain renewal clauses describing the

conditions under which it may be renewed. The user

department(s) must certify in writing to the Purchasing

Division that the contractor(s) has performed satisfactorily

and met all of the requirements set forth in the original award.

In rare instances, contracts may require an extension for such

a period as may be necessary to afford the County a

continuous supply of items or services in the event of the

termination or near termination of the award/contract. The

user department(s) must justify extensions in writing to the

Purchasing Division.

The Purchasing Division, if in agreement, may seek approval as

outlined in Section IX, B below.

B. APPROVAL AUTHORITY

The Board of Commissioners shall approve all contract

renewals or extensions where cost is greater than

$100,000.00.

The Purchasing Division Director shall approve all other

contract renewals and extensions.

SECTION X TERMINATION OF CONTRACTS

Upon recommendation by the user department(s), the Purchasing

Division Director shall have the authority to cancel a contract for

any reason to include but not limited to cause, convenience, and

lack of appropriation of funds; and shall process the cancellation

pursuant to the contract terms and conditions.

Part 7: Disposition of Property

Page 32 of 41

PART 7

DISPOSITION OF PROPERTY

SECTION I SALE OF REAL PROPERTY

A. PUBLIC SALE REQUIRED

Disposition of real property owned by the County shall be

conducted by public sale in accordance with Section §36-9-3,

Official Code of Georgia annotated, or as otherwise provided

by state law.

B. EXCEPTIONS TO PUBLIC SALE

The following transactions shall not be governed by subsection (A):

1. A redemption of real property acquired by County

under tax deed

2. A grant of easement or license

3. A grant or conveyance of right-of-way or for other

transportation purchases

4. A conveyance to any other unit of government

5. A conveyance of recreational set-aside property to a

homeowner’s association in the manner permitted by

state law

6. A lease that constitutes a usufruct under state law

C. PROCEDURES

Except as otherwise specifically provided by state law, the

County shall not dispose of any real property unless the Board

of Commissioners has declared such real property to be

unserviceable. Other than dispositions governed by

subsection (A) or by specified provisions of state law, any

disposition may be made at public or private sale, upon such

terms as the Board of Commissioners shall deem to be in the

County’s best interest.

Part 7: Disposition of Property

Page 33 of 41

SECTION II SALE OF SURPLUS REAL PROPERTY BY REAL ESTATE

BROKER

Real property, specifically properties which are remnants of land

from total takes on Gwinnett County road projects, may be

disposed of by sale by real estate broker in accordance with

Georgia law Section O.C.G.A. §32-7-4 et seq.

A. REQUIREMENTS FOR REAL ESTATE BROKERS

Real estate brokers must be licensed in accordance with

Georgia law Section O.C.G.A. §43-40-1 et seq.

B. DECLARATION OF SURPLUS PROPERTY

Property is declared surplus by the Gwinnett County Board of Commissioners in a regularly scheduled meeting.

C. NOTIFICATION TO FORMER OR SUBSEQUENT OWNER

The former or subsequent owner is notified in writing of

intent to sell, as he/she has the first right to purchase the

property at the fair market value price. If the former or

subsequent owner waives this right, then adjoining property

owners are notified that the property will be sold by real

estate broker or by competitive sealed bid.

D. SELECTION OF BROKER

Broker shall be selected competitively, by the sealed proposal

process, as outlined in Part 3, Section IV.

E. ADVERTISING AND LISTING OF PROPERTY

Commencing at the time of the listing of the property as

provided in §O.C.G.A. 32-7-4, the County shall publicly

advertise once a week for two weeks in the legal organ of the

county the property and the name of the broker handling the

property. Property shall be listed for a period of at least three

(3) months. Property cannot be sold for less than fair market

value excluding commission fee. If property does not sell

during the listing time, the County may renegotiate the

commission to a lower fee, extend the Exclusive Agreement

with the real estate broker or recommend to the Board of

Commissioners that disposal be by competitive sealed bid or

public auction.

Part 7: Disposition of Property

Page 34 of 41

F. APPROVAL OF SALE

All sales of properties shall be approved by the Board of

Commissioners at a regular scheduled public meeting.

SECTION III DISPOSITION OF PERSONAL PROPERTY

A. DECLARATION OF UNSERVICEABILITY

The Board of Commissioners shall determine whether a

particular item or category of personal property can no longer

be used advantageously by the County and has therefore

become unserviceable. The Board of Commissioners may

establish criteria establishing unserviceability for categories of

personal property which may become unserviceable on a regular, frequently recurring basis, and may delegate to the

County Administrator the determination of whether a

particular commodity meets the criteria of unserviceability for

its category.

B. DISPOSITION

Unserviceable personal property may be sold by public sale,

sealed bidding, spot bidding or any other means deemed most

advantageous to the County under the particular

circumstances as determined by the Board of Commissioners.

A sale to a private person shall be for the highest net purchase

price reasonably obtainable by the County. A sale to another

unit of government shall be for a fair and reasonable purchase

price that need not be as high as the purchase price obtainable

from a private person. All sales for personal property items

where the original unit purchase cost is $10,000.00 or less

shall be approved by the County Administrator. The Board of

Commissioners shall approve sales for personal property

where original unit cost exceeds $10,000.00.

SECTION IV LEASES OF COUNTY OWNED REAL PROPERTY

The Board of Commissioners may offer to lease county-owned

real property if:

A. The sale of the real property is not in the best interest of

the County but the real property is not currently being used

by the County

Part 7: Disposition of Property

Page 35 of 41

B. The real property has been newly acquired but not

immediately put to use by the County, and may reasonably

be leased on a month-to-month or short-term basis

A lessee’s interest under any lease executed under this Section

shall constitute a usufruct only.

Where County-owned real estate is to be leased for nonpublic

use, the Director of Support Services shall cause public notice of

the availability of the real property to be published, soliciting

inquiries and offers. The Director shall include as part of the

solicitation the requirement that improvements to the real estate

be insured for the County’s benefit at the Lessee’s expense. The

solicitation shall also describe any restrictions to be placed on the

use of the real property. The Director shall report to the Board

of Commissioners all offers to lease the real estate and shall make recommendations as to which offer is in the County’s best

interest. The Board of Commissioners shall approve the offer

that it deems to be in the best interest of the County. Such

approval shall constitute authority for the Chairman to execute a

lease and any instruments on behalf of the County necessary to

accept and effectuate the offer.

Part 8: Electronic Commerce

Page 36 of 41

PART 8

ELECTRONIC COMMERCE

SECTION I ELECTRONIC TRANSMISSIONS OF INFORMATION

Electronic commerce shall include but not limited to on-line

vendor registration, acceptance of bids and proposals by

electronic mail, electronic or virtual purchasing malls and catalogs,

internet auctions and reverse auctions, notifications of

solicitations and download capability and acceptance of electronic

(digital) signatures.

Notwithstanding any other provisions, this chapter applies to

records generated, stored, processed, communicated, or used for any purpose by Gwinnett County for purchasing, acquisition,

services, or disposition of personal property. This shall apply to

all Gwinnett County contracts except for Public Works contracts.

The Financial Services Director or his/her designee is authorized

to promulgate procedures to coordinate, create, implement, and

facilitate the use of common approaches and technical

infrastructure, as appropriate, to enhance the utilization of

electronic commerce, electronic records, electronic signatures,

and electronic security procedures by and for Gwinnett County

for these purposes.

The Purchasing Division Director shall be authorized to develop,

implement, and facilitate procedures for the use of electronic

records, electronic signatures, and security procedures for all

other purposes. The Purchasing Division Director is authorized

to promulgate methods, means, and standards for secure

electronic procurement transactions.

SECTION II ELECTRONIC SIGNATURES AND RECORDS

An electronic record satisfies any rule requiring a document to be

in writing. An electronic signature satisfies any rule of law

requiring a signature. Any electronic record is signed as a matter

of law if it contains a secure electronic signature.

An electronic signature is deemed to be secure if it is created by

application of a security procedure that is commercially

reasonable and provided the electronic signature can be verified.

Further, it is considered secure if it can be linked to the electronic

Part 8: Electronic Commerce

Page 37 of 41

record to which it relates in a manner such that, if the record is

changed, the electronic signature is invalidated.

An electronic record is deemed to be secure if it is created by

application of a security procedure that is commercially

reasonable and agreed to by Gwinnett County. The electronic

record will be deemed secure when it can be verified not to have

been altered since a specified point in time.

Part 9: Definitions

Page 38 of 41

PART 9

DEFINITIONS

1. Absolute Value: The numerical value of an acquisition or change order request

without regard to its sign.

2. Acquiring Office: The department, division, board, authority, or other unit of

Gwinnett County government under whose authority, on whose behalf, or for

whose use a commodity, service, or real property is requested or acquired or a

contract or agreement relating thereto is obtained.

3. Acquisition: A transaction in which the County purchases, orders, contracts for,

or otherwise agrees to obtain for value any commodity, service, or real property

or combination thereof.

4. Best & Final Offer: In competitive negotiation, the final proposal submitted after

negotiations are completed that contains the vendor’s most favorable terms for

price and services or products to be delivered.

5. Bid: Submission of information from a bidder that describes the bidder’s

commodities or services, and any other information necessary to respond to the

specifications and other requirements set forth in an Invitation to Bid.

6. Brand Name or Equal Specification: A specification limited to one or more items

by manufacturer’s names or catalogue numbers to describe the standard of quality,

performance, and other salient characteristics needed to meet County

requirements, and which provides for the submission of equivalent products.

7. Brand Name Specifications: A specification limited to one or more items by

manufacturers’ names or catalogue numbers.

8. Business: Any corporation, partnership, individual, sole proprietorship, joint stock

company, joint venture, or any other private legal entity.

9. Change Order: A written order signed by a person authorized to act on behalf of

the County directing the contractor to make changes that the “Changes” clause of

the contract authorizes.

10. Commodity: A discrete and distinct item of tangible personal property, including,

without limitation, any such item which is intended to become an integrated part

of another item of tangible personal property or of any improvement to real

property.

Part 9: Definitions

Page 39 of 41

11. Confidential Information: Any information which is available to an employee only

because of the employee’s status as an employee of Gwinnett County and is not a

matter of public knowledge or available to the public on request.

12. Consultant: A person who has expertise because of education or experience that

uniquely qualifies him or her to provide specialized services or advice.

13. Contract: Any agreement, purchase order, lease, or other document which

creates or is intended to create binding reciprocal obligations including, without

limitation, any document evidencing a bid or proposal award which has been

accepted by the bidder.

14. Contractor: Any person who is party to a contract.

15. Cooperative Purchase: An arrangement whereby two or more public procurement

units purchased from the same supplier using a single Invitation to Bid or Request for Proposal.

16. Direct or Indirect Participation: Involvement through decision, approval,

disapproval, recommendation, preparation of any part of a purchase request

influencing the content of any specification or procurement standard, rendering of

advice, investigation, auditing, or in any other advisory capacity.

17. Employee/Official: An individual drawing a salary or wage from Gwinnett County,

whether elected or not; any non-compensated individual performing personal

services for Gwinnett County or any department, agency, commission, council,

board, or any other entity established by the executive or legislative branch of

Gwinnett County; and any non-compensated individual serving as an elected

official of Gwinnett County.

18. Gratuity: A payment, loan, subscription, advance, deposit of money, service or

anything of more than nominal value, present or promised, unless consideration of

substantially equal or greater value is received.

19. Immediate Family: A spouse, children, parents, brothers and sisters, mother in-law

and father in-law.

20. Invitation to Bid: All information and documentation disseminated by the County

to solicit bids.

21. Local Firm: 1.Any business or firm having an office located within the boundaries of

Gwinnett County and has a current Gwinnett County Occupational Tax

Certificate on the closing date of solicitation for which the offer has been

submitted. 2. Any business or firm with an office located within the boundaries of

a municipality that is within the geographical boundaries of Gwinnett County and

whose physical location is within the geographical boundaries of Gwinnett County

Part 9: Definitions

Page 40 of 41

and has a current Occupational Tax Certificate (or its equivalent) issued by the

municipality on the closing date of solicitation for which the offer has been

submitted.

22. Material: 1. Property that is incorporated into or attached to an end item, or

consumed in performing a contract 2. What a thing is made from, the substance of

anything manufactured or built 3. Goods used in the manufacturing process, either

directly, such as raw materials, or indirectly, such as factory supplies.

23. Material Fact: One that constitutes substantially the consideration of the contract,

or without which it would not have been made.

24. Multiyear Contract: An agreement that lasts longer than a twelve-month period as

permitted by O.C.G.A § 36-60-13 and has been duly approved under the authority

of this Ordinance. The life term (multiple years) dollar amount must be used to

determine the appropriate approval authority.

25. Offeror: Any person who has submitted a bid or proposal to the County or

otherwise offered to form a contract with the County.

26. Person: Any individual or legal entity.

27. Professional Service: A service consisting in material part of advice, evaluation,

planning, design, or other effort involving the exercise of judgement, discretion,

and knowledge, including, without limitation, a service provided by a person whose

profession is licensed or regulated by the state or federal government.

28. Proposal: Submission of information from a proposer (including a consultant)

which states how that proposer intends to fulfill the specifications and other

requirements described in a Request for Proposal.

29. Purchase Shopping Cart: A document by which an acquiring office requests the

acquisition of commodities or services or specifies the requirements to be filled by

the acquisition of commodities or services.

30. Qualified Products List: An approved list of supplies, services or construction

items described by model or catalogue numbers, which prior to competitive

solicitation, the County has determined will meet the applicable specification

requirements.

31. Ratification: The approval by the Board of Commissioners of a prior purchase of a

commodity or service by the County without actual or apparent authority.

32. Request for Proposals: All information and documentation disseminated by the

County to solicit proposals.

Part 9: Definitions

Page 41 of 41

33. Request for Qualifications: All information and documentation disseminated by the

County to solicit qualifications.

34. Responsible Bidder: A person who has the capability in all respects to perform

fully the contract requirements, and the experience, reliability, capacity, facilities,

equipment and credit which will assure good faith performance.

35. Responsible Director: The director or acting director who has supervisory

authority over a County Department and responsibility for acquiring materials,

supplies, equipment and services.

36. Responsive Bidder: A person who has submitted a bid or proposal that conforms

in all material respects to the requirements set forth in the invitation to bids or

request for proposals.

37. Services: The furnishing of labor, time or effort by a contractor that is not intended to accomplish the delivery of a specified tangible product other than

reports which are merely incidental to the required performance, including,

without limitation, a professional or consulting service.

38. Specification: In connection with an Invitation to Bid or Request for Proposal, a list

or description of the characteristics of the commodities or services which will

meet the County’s requirements.

39. Supplies: All property, including but not limited to equipment,

materials, printing, insurance, and leases of real property, excluding land.

40. Term Contract: a contract in which a source of supply is established for a

specified period of time for specified services or supplies; usually

characterized by an estimated or definite minimum quantity, with the

possibility of additional requirements beyond the minimum, all at a

predetermined unit price.

41. Unit of Government: The government of the United States of America or any

department, agency, or division thereof, the State of Georgia or any department,

agency, political subdivision, municipal corporation, or authority thereof.

42. User Department (or Operating Department): Any agency or office, whether

headed by an appointed or elected official, for which the governing authority has

budgetary responsibility, except that this definition excludes the Purchasing

Division within the Department of Financial Services.

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval/authorization

Item of Business:

of a Resolution providing for the Consent and Approval to Proceed with the Issuance of Gwinnett County Water andSewerage Authority Revenue Refunding Bonds, Series 2016A, and other related purposes.

Authorization:

Staff Recommendation ApprovalDepartment Head bjalexzulian (3/9/2016)Attorney mvstephens (3/10/2016)

Budgeted Fund Name Current Balance Requested AllocationWater and Sewer Op *

Financial Services Use Only

GCID #20160288

Submitted By: Maria Woods

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Amount to be determined.

Director's Initialsbjalexzulian(3/10/2016)

Department: Financial Services

Multiple Depts? No

Budget Type: Operating

Group With GCID #:

Special Routing:

Date Submitted: 03/09/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Budgets will be adjusted as necessary.

Attachments Justification Letter, Resolution

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/10/2016)

GCID—2016-0288 Sutherland: March 9, 2016

34203665.5

GWINNETT COUNTY

BOARD OF COMMISSIONERS

LAWRENCEVILLE, GEORGIA

RESOLUTION ENTITLED: A RESOLUTION PROVIDING FOR THE CONSENT AND APPROVAL TO PROCEED WITH THE ISSUANCE OF GWINNETT COUNTY WATER AND SEWERAGE AUTHORITY REVENUE REFUNDING BONDS, SERIES 2016A, AND OTHER RELATED PURPOSES.

READING AND ADOPTION: March 15, 2016

At the regular meeting of the Gwinnett County Board of Commissioners held in the Gwinnett Justice and Administration Center, Auditorium, 75 Langley Drive, Lawrenceville, Georgia.

Name Present Vote

Charlotte J. Nash, Chairman ___ ___ Jace Brooks, District 1 ___ ___ Lynette Howard, District 2 ___ ___ Tommy Hunter, District 3 ___ ___ John Heard, District 4 ___ ___

On the motion of ___________ and seconded by ___________, which carried __-__, the Gwinnett County Board of Commissioners hereby adopts the following Resolution:

A RESOLUTION PROVIDING FOR THE CONSENT AND APPROVAL TO PROCEED WITH THE ISSUANCE OF GWINNETT COUNTY WATER AND SEWERAGE AUTHORITY REVENUE REFUNDING BONDS, SERIES 2016A, AND OTHER RELATED PURPOSES.

WHEREAS, the Gwinnett County Board of Commissioners (the “Board of Commissioners” or “Board”), upon the advice and recommendation of its financial advisors, and after its own independent extensive study and investigation, has heretofore determined that:

(i) the division between the Gwinnett County Water and Sewerage Authority (the “Authority”) and Gwinnett County, Georgia (the “County”) existing prior to November 1, 1985, with respect to the water and sewerage facilities serving the residents of the County resulted in certain inefficiencies; and

(ii) in order to accommodate the then current capital needs with respect to water and sewerage facilities to serve the residents of the County and the anticipated future needs, it was desirable and in the best interest of the citizens of the County, to consolidate the water and sewerage facilities; and

-2- 34203665.5

(iii) the public health, public interest and public welfare of the citizens of the County could best be met by consolidating the ownership of the water and sewerage facilities in the Authority and by the Authority leasing such facilities to the County; and

WHEREAS, the Authority and the County, pursuant to resolutions duly adopted, have heretofore entered into a Lease Contract, dated as of November 1, 1985, as amended and supplemented (the “1985 Lease”), pursuant to which the Authority leased the Authority’s combined water and sewerage system as then existent and as thereafter added to, extended, improved and equipped (the “System”) to the County on a net lease basis and the County covenanted to make certain lease payments directly to the Sinking Fund Custodian (as defined in the 1985 Lease) for the account of the Authority from the net revenues derived from the operation of the System (the “Net Revenues”) in amounts sufficient to enable the Authority to pay the principal of and interest on certain revenue bonds of the Authority (the “1985 Resolution Bonds”), and to create and maintain a reserve for such purpose, all as more fully set forth in the 1985 Lease; and

WHEREAS, the County and the Authority entered into a Supplemental Lease Contract, dated as of October 1, 2004, as supplemented (the “2004 Supplemental Lease”), pursuant to which the Authority continues to lease the System to the County on a net lease basis and the County makes lease payments, directly to the Sinking Fund No. 2 Custodian (as defined in the 2004 Supplemental Lease) for the account of the Authority from the Net Revenues in amounts sufficient to enable the Authority to pay the principal of and interest on the 2004 Indenture Bonds (as hereinafter defined) as the same become due and payable, either at maturity or by proceedings for mandatory redemption, all as more fully set forth in the 2004 Supplemental Lease, and the 1985 Lease, as supplemented by the 2004 Supplemental Lease, is by this reference hereto incorporated herein and made a part hereof; and

WHEREAS, the Authority entered into a Trust Indenture, dated as of October 1, 2004, as supplemented (the “Indenture”), with The Bank of New York Mellon Trust Company, N.A. (formerly known as The Bank of New York Trust Company, N.A.), as trustee (the “Trustee”), pursuant to which it previously issued $120,000,000 original aggregate principal amount of its Variable Rate Revenue Bonds, Series 2004A and Series 2004B (collectively, the “Series 2004 Bonds” and, together with any Additional Bonds as defined in and issued thereunder, the “2004 Indenture Bonds”); and

WHEREAS, under the terms of the Indenture, the Authority assigned to the Trustee all right, title and interest in the lease payments relating to the 2004 Indenture Bonds (the “Lease Payments”) and, subject and subordinate in all respects to the rights of the owners and holders of the 1985 Resolution Bonds, all right and title and interest in, to and under the Lease; and

WHEREAS, there are no longer any 1985 Resolution Bonds outstanding and, accordingly, the 2004 Indenture Bonds, including the Series 2016A Bonds (as defined below) when issued, have or will have a first or prior lien on the Lease Payments and the Lease itself; and

-3- 34203665.5

WHEREAS, the Authority has determined that the advance refunding of that portion of the Authority’s Revenue Bonds, Series 2008 maturing annually from August 1, 2019 through and including August 1, 2028 (the “Refunded Bonds”) is necessary or desirable; and

WHEREAS, on March 14, 2016, the Authority authorized a resolution (the “Initial Authority Resolution”) approving the issuance by the Authority of its Revenue Refunding Bonds, Series 2016A (the “Series 2016A Bonds”) subject to the conditions noted therein;

WHEREAS, the County has received a recommendation from its financial advisor, Public Financial Management, Inc. (the “Financial Advisor”), that because of present market conditions it is advisable, feasible and in the best interest of the County that the Refunded Bonds be advance refunded; provided that the net present value savings are at least 3 percent of the debt service on the Refunded Bonds, and the County has determined, after its own independent study and investigation, that it is in the best interest of the County to refund the Refunded Bonds; and

WHEREAS, upon the conditions noted herein, the County herein consents to and approves of the sale and issuance by the Authority of its Series 2016A Bonds, in such amount as shall be necessary for the purpose of refunding the Refunded Bonds and paying costs of issuance of the Series 2016A Bonds; and

WHEREAS, once bids have been received and the terms of the Series 2016A Bonds have been determined, the Authority will adopt a final bond resolution (the “Authority Bond Resolution”) which will authorize the issuance of the definitive Series 2016A Bonds and will set forth, among other things, (i) the aggregate principal amount of the Series 2016A Bonds to be issued, (ii) the interest rate on the Series 2016A Bonds, (iii) the principal amount of Series 2016A Bonds to be subject to mandatory redemption in each year, (iv) the terms pursuant to which the Series 2016A Bonds will be sold to the purchaser(s) thereof, and (v) the terms of the escrow agreement pursuant to which the Refunded Bonds will be defeased and the purchase of investment securities for the defeasance escrow; and

WHEREAS, the Authority will seek the consent and approval of the County to issue the Series 2016A Bonds after adopting the Authority Bond Resolution; and

WHEREAS, the Authority wishes to proceed with the steps necessary to authorize and sell the Series 2016A Bonds, including the preparation of legal documents, the solicitation of competitive proposals for the purchase of the Series 2016A Bonds and subscriptions for or agreements for the purchase of the escrow securities; and

WHEREAS, the Board of Commissioners is the body charged with contracting debts and managing the affairs of the County.

NOW, THEREFORE, BE IT RESOLVED, by Gwinnett County acting by and through the Board, and IT IS HEREBY RESOLVED BY THE AUTHORITY AFORESAID, as follows:

Section 1. Consent to Issuance of Series 2016A Bonds. The County hereby acknowledges receipt of a certified copy of the Initial Authority Resolution and hereby consents to and approves proceeding with the issuance by the Authority of the Series 2016A Bonds in such amount as shall be necessary to advance refund the Refunded Bonds and pay the costs of

-4- 34203665.5

issuance; provided that the issuance of the Series 2016A Bonds and the refunding of the Refunded Bonds results in a net present value savings to the Authority of at least 3 percent of the debt service on the Refunded Bonds. Further, the County is authorized to do all things necessary to document, negotiate and solicit competitive proposals for the purchase and sale of the Series 2016A Bonds, including without limitation:

Distributing a request for proposals for the purchase of the Series 2016A Bonds from banks and other qualified investors.

Selecting an escrow agent to hold the defeasance escrow for the Refunded Bonds.

Determining the manner in which the escrow securities are to be purchased including the selection of a bidding agent in the event that open market Treasury purchases result in a more efficient escrow portfolio or the subscription for the purchase of securities directly from the U.S. Treasury Department.

Selecting the most competitive proposal received, subject to ratification by the Authority in the Authority Bond Resolution and the consent and approval of the County.

The final terms of the Series 2016A Bonds shall be authorized by the Authority in the Authority Bond Resolution and presented to the County for its consent and approval prior to the sale and issuance of the Series 2016A Bonds.

Section 2. Method of Sale. The County consents to and approves the sale of the Series 2016A Bonds on a competitive basis pursuant to a request for proposals soliciting bids from banks and other qualified purchasers interested in purchasing all, but not less than all, the Series 2016A Bonds.

Section 3. General Authority. From and after the adoption of this Resolution, the proper officers, agents and employees of the County are hereby authorized, empowered and directed to do all such acts and things and to take any and all further action as may be necessary to carry out and comply with the provisions of this Resolution relating to the advance refunding of the Refunded Bonds and the placement and sale of the Series 2016A Bonds, including (i) the selection by the Director of Financial Services of various parties to be involved in connection with the sale and issuance of the Series 2016A Bonds, including, but not limited to the paying agent for the Series 2016A Bonds and the escrow agent for the Refunded Bonds, (ii) to document compliance with the applicable laws of Georgia, the Internal Revenue Code of 1986, as amended, or other applicable law and (iii) to assist the Financial Advisor and Sutherland Asbill & Brennan LLP, Bond Counsel, in preparing the necessary documents relating to the sale and issuance of the Series 2016A Bonds.

Section 4. No Personal Liability. No stipulation, obligation or agreement herein contained, or contained in the documents authorizing the issuance of the Series 2016A Bonds, shall be deemed to be a stipulation, obligation or agreement of any officer, director, agent or employee of the County in his or her individual capacity, and no such officer, director, agent or

-5- 34203665.5

employee shall be personally liable on the Series 2016A Bonds or be subject to personal liability or accountability by reason of the issuance thereof.

Section 5. Repeal of Conflicting Resolutions. All resolutions or parts thereof that conflict with this Resolution are hereby repealed.

Section 6. Effective Date. This Resolution shall take effect immediately upon its adoption.

-6- 34203665.5

ADOPTED and APPROVED by the Board of Commissioners of Gwinnett County, Georgia, this 15th day of March 2016.

GWINNETT COUNTY, GEORGIA

By: Chairman, Board of Commissioners

(SEAL)

By: Clerk, Board of Commissioners

APPROVED AS TO FORM:

By: County Attorney

34203665.5

CLERK’S CERTIFICATE

I, the undersigned Clerk of Gwinnett County, Georgia, DO HEREBY CERTIFY that the foregoing pages constitute a true and correct copy of a resolution duly adopted by the Board of Commissioners of Gwinnett County at a regular meeting held on March 15, 2016, which meeting was open to the public and at which a quorum was present and acting throughout, approving and consenting to the issuance of Gwinnett County Water and Sewerage Authority Revenue Refunding Bonds, Series 2016A, the original of said resolution being duly recorded in the Minute Book of the Board of Commissioners, which Minute Book is in my custody and control.

WITNESS my hand and official seal this March ___, 2016.

(SEAL)

________________________________________ Clerk

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Award

Item of Business:

OS006­16, Stryker ProCare maintenance and service agreement on a multi­year contract, to Stryker Sales Corporation.The initial term of this contract shall be February 01, 2016 through December 31, 2016. This contract may be automaticallyrenewed on an annual basis for a total lifetime contract term of five (5) years, total base amount $247,794.30. Authorizationfor Chairman to execute contracts subject to approval as to form by the Law Department. Contracts to follow award.

Authorization:

Staff Recommendation AwardDepartment Head cgsnyder (2/29/2016)Attorney mjweed (3/3/2016)

Budgeted Fund Name Current Balance Requested AllocationYes Fire & EMS * $247,794

Financial Services Use Only

GCID #20160240

Submitted By: Purchasing ­ Jeannie Caldwell ­ TS

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* The current balance in Industrial R&M – Contracted is checked as services areprovided. The requested allocation is an estimate based on the recommended bid.

Director's Initialsmbwoods(3/2/2016)

Department: Fire Services

Multiple Depts? No

Budget Type: Operating

Group With GCID #:

Special Routing:

Date Submitted: 02/18/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Summary Sheet, Justification Letter, Justification Support

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/2/2016)

SUMMARY – OS006-16 Stryker ProCare Maintenance and Service Agreement on a Multi-Year Contract

PURPOSE: This agreement is for post warranty maintenance and parts on the County’s lift system and stretchers that are utilized in all emergency units.

LOCATION: Fire and Emergency Services

AMOUNT TO BE SPENT: $247,794.30

PREVIOUS CONTRACT AWARD AMOUNT: N/A

AMOUNT SPENT PREVIOUS CONTRACT: N/A

INCREASE/DECREASE (CURRENT CONTRACT VS. PREVIOUS CONTRACT):

N/A

NUMBER OF BIDS/PROPOSALS MAILED: N/A

NUMBER OF RESPONSES: N/A

PRE-BID/PROPOSAL CONFERENCE HELD (YES/NO) IF YES, NUMBER OF FIRMS REPRESENTED:

N/A

REASONS FOR LIMITED RESPONSE (IF RELEVANT): N/A

RENEWAL OPTION NUMBER N/A

MARKET PRICES COMPARISON (FOR RENEWALS): N/A

CONTRACT TERM: February 01, 2016 through December 31, 2016

COMMENTS: Stryker agreed to start this service on February 01, 2016 as some of the equipment was no longer covered under warranty. The County has not yet paid for service during this time period.

MEMORANDUM TO: Terri Shirley, Purchasing Associate II

Purchasing Division, DOFS THROUGH: Mitchel Holder, Battalion Chief, Business Services

Department of Fire & Emergency Services FROM: Lisa Andrzejewski, Business Service Associate III

Department of Fire & Emergency Services SUBJECT: Recommendation to Award OS006-16; Stryker ProCare maintenance and service agreement on a Multi-year Contract DATE: February 10, 2016 REQUESTED ACTION The Department of Fire & Emergency Services recommends award of the above referenced agreement to Stryker Sales Corporation in the amount of $247,794.30. DESCRIPTION The request is for the purchase of a multiyear maintenance agreement to service and repair the power load lift system used by the Department of Fire and Emergency Services. Stryker is the sole full-service supplier for all EMS parts and service which utilizes proprietary diagnostic tools and software when servicing Stryker powered equipment. FINANCIAL 1. Estimated amount to be spent: $247,794.30 2. Amount spent previous contract period: N/A 3. Do total obligations agree with “Action Requested”? Yes X No 4. Budgeted: Yes X No 5. Contact name: Lisa Andrzejewski Contact phone: 678-518-4954 6. Proposed Funding:

Fiscal Year (FY) Fund Fund

Center Cost

Center Commitment

Item WBS Element Amount % of Award Amount

2016 102 215000 23011001 50404236 $247,794.30

Total $247,794.30 100%

Transfer Required: Yes __ No _X_ If Yes, transfer from: Fiscal Year

(FY) Fund Fund Center

Cost Center

Commitment Item WBS Element Amount

Sales Rep Name:

Date:

ID #:

Account Number: Name:

Account Name Title:

Account Address Phone:

City, State Zip Email:

Start Date:

End Date:

Stryker Signature Date Customer Signature Date

151222135621

Purchase Order Number (MUST INCLUDE HARD COPY)

PROGRAM INCLUDES:

2/1/2016

EMS Protect:

Includes parts, labor, travel, 1 annual PM inspection, unscheduled service and product equipment checklists. Replacement parts do not include

mattresses, batteries, and other disposable or expendable parts.

EMS Protect +:

Includes parts, labor, travel, 1 annual PM inspection, unscheduled service, SMRT battery replacement & product equipment checklists. Replacement

parts do not include mattresses, and other disposable or expendable parts.

COMMENTS:

Please fax signed Proposal and Purchase Order to Tom Tackabury at 269-321-3501.

All information contained within this quotation is considered confidential and proprietary and is not subject to public disclosure, except as provided in

the Georgia Open Records Act. Any additional Power Pro and Power Load purchased after the end of 2016 would be subject to an annual price

increase.

1/31/2021

ProCare Total $275,327.00

Discount 10%

FINAL TOTAL $247,794.30

2 6390 Power-LOAD EMS Protect 27 5 $0.00 $130,356.00

3800 E. Centre Ave

Portage, MI 49009

PROCARE PROPOSAL SUBMITTED TO:

PROCARE COVERAGE

Item

No.

Model

NumberQty Yrs Annual Price Total

ProCare

ProgramModel Description

1064637

Gwinnett County FD / Dept Finance / Purchasing Office

75 Langley

Lawrenceville, GA 30046-6935

1/15/2016

1

Allison Linn

6506 Power-PRO XT EMS Protect + 29 5 $0.00 $144,971.00

Deb.Holmgren
Text Box
2/1/2016
Deb.Holmgren
Text Box
12/31/2020
Deb.Holmgren
Text Box
Multi-Year Agreement Term: Year 1: February 1, 2016 - December 31, 2016 (initial term) Year 2: January 1, 2017 - December 31, 2017 Year 3: January 1, 2018 - December 31, 2018 Year 4: January 1, 2019 - December 31, 2019 Year 5: January 1, 2020 - December 31, 2020
Deb.Holmgren
Text Box
Gwinnett County
Deb.Holmgren
Text Box
By:
Deb.Holmgren
Text Box
Print Name: _______________________
Deb.Holmgren
Text Box
Title: _______________________
Deb.Holmgren
Text Box
Print Name: _______________________
Deb.Holmgren
Text Box
Title: _______________________
Deb.Holmgren
Text Box
By:

Stryker Medical 3800 E. Centre Ave.

Portage, MI 49002

Medical

February 9, 2016

MEMORANDUM FOR GWINNETT COUNTY FIRE & EMERGENCY SERVICES

RE: Stryker ProCare Sole Source Letter

The purpose of this memorandum is to confirm that Stryker Medical is the original equipment

manufacturer for all Stryker EMS products, and Stryker ProCare is the sole full-service supplier for all

EMS parts and service.

All parts are either manufactured at Stryker Medical or manufactured by an outside supplier

specifically for Stryker. Stryker employs its own Field Service Team (ProCare) to perform

maintenance on our products, using only new OEM parts for each repair.

In addition, the ProCare Team is the only service & repair provider which utilizes proprietary

diagnostic tools and software when servicing Stryker powered equipment.

All tooling is calibrated, documented, and controlled through Stryker Medical headquarters in

Portage, MI. Calibration records and training records are available upon request.

All service repairs are documented, tracked, and reviewed by Stryker Medical’s Quality Team for

compliance. In addition, the Food & Drug Administration (FDA) & other government agencies audit

ProCare records to ensure only the highest level of safety for our customers. PM and service history

documentation is available upon request.

Should you have any further questions, please feel free to contact the undersigned at (302)464-1076 for

[email protected].

Best regards,

Jamie Witham

East Area Direct – Field Service

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Award

Item of Business:

BL003­16, purchase of fire hose on an annual contract (March 16, 2016 through March 15, 2017) to the low responsivebidder, Georgia Fire and Rescue Supply, LLC, base bid $195,105.04.

Authorization:

Staff Recommendation AwardDepartment Head cgsnyder (2/29/2016)Attorney mjweed (3/3/2016)

Budgeted Fund Name Current Balance Requested AllocationYes Fire & EMS * $195,105

Financial Services Use Only

GCID #20160260

Submitted By: Purchasing ­ Jeannie Caldwell ­ TS

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* The current balance in Industrial Supplies is checked as items are purchased. Therequested allocation is an estimate based on the recommended base bid. For FY 2016,$80,000 is budgeted and for FY 2017, $115,105 is subject to budget approval.

Director's Initialsmbwoods(3/2/2016)

Department: Fire Services

Multiple Depts? No

Budget Type: Operating

Group With GCID #:

Special Routing:

Date Submitted: 02/22/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Summary Sheet, Justification Letter, Tabulation

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initialsbjalexzulian(3/2/2016)

SUMMARY – BL003-16 Purchase of Fire Hose on an Annual Contract

PURPOSE: This contract is to purchase fire hose on an annual contract.

LOCATION: Fire and Emergency Services

AMOUNT TO BE SPENT: $195,105.04

PREVIOUS CONTRACT AWARD AMOUNT: N/A

AMOUNT SPENT PREVIOUS CONTRACT: N/A

INCREASE/DECREASE (CURRENT CONTRACT VS. PREVIOUS CONTRACT):

N/A

NUMBER OF BIDS/PROPOSALS MAILED: 16 50 website viewings

NUMBER OF RESPONSES: 2 3 non-responsive bids *

PRE-BID/PROPOSAL CONFERENCE HELD (YES/NO) IF YES, NUMBER OF FIRMS REPRESENTED:

No

REASONS FOR LIMITED RESPONSE (IF RELEVANT): N/A

RENEWAL OPTION NUMBER N/A

MARKET PRICES COMPARISON (FOR RENEWALS): N/A

CONTRACT TERM: March 16, 2016 through March 15, 2017

COMMENTS: *The solicitation required items be awarded to one vendor and manufacturer. This requirement is due to interchangeability issues, one warranty source, and trackability. Three bids did not meet the specifications and were deemed non-responsive.

MEMORANDUM TO: Terri Shirley, Purchasing Associate II

Purchasing Division, DOFS THROUGH: Dan Hansen, Assistance Chief, Business Services

Department of Fire & Emergency Services FROM: Yvonne Shannon, Section Manager, Business Services

Department of Fire & Emergency Services SUBJECT: Recommendation to award BL003-16

Purchase of Fire Hose on an Annual Contract DATE: February 10, 2016 REQUESTED ACTION The Department of Fire & Emergency Services recommends award of the above referenced procurement to the low responsive bidder, Georgia Fire and Rescue Supply, LLC in the amount of $195,105.04. DESCRIPTION Supplier to provide specified fire hose as required during the contract period with the Fire Department. References checked? FINANCIAL 1. Estimated amount to be spent: $195,105.04 2. Amount spent previous contract period: NA 3. Do total obligations agree with “Action Requested”? Yes X No 4. Budgeted: Yes X No 5. Contact name: Yvonne Shannon Contact phone: 678-518-4874 6. Proposed Funding:

Fiscal Year (FY) Fund Fund

Center Cost

Center Commitment

Item WBS Element Amount % of Award Amount

2016 102 115100 23011001 50701103 $80,000.00 41%

2017 102 115100 23011001 50701103 $115,105.04 59%

Total $195,105.04 100%

Transfer Required: Yes __ No _X_ If Yes, transfer from: Fiscal Year

(FY) Fund Fund Center

Cost Center

Commitment Item WBS Element Amount

X Yes No

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

to renew OS049, Oracle software licenses and support on an annual contract (May 31, 2016 through May 30, 2017), withOracle America, Inc., base amount $148,774.67.

Authorization:

Staff Recommendation ApprovalDepartment Head akani (2/25/2016)Attorney ddpritchett (3/8/2016)

Budgeted Fund Name Current Balance Requested AllocationYes Admin Support * $148,775

Financial Services Use Only

GCID #20160234

Submitted By: Purchasing ­ Jeannie Caldwell ­ TS

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Current balance in License Support Agreements is checked as services are provided.The requested allocation is an estimate based on the recommended base bid. ForFY16 $86,289 is allocated, and for FY17 $62,486 is subject to budget approval.

Director's Initialsmbwoods(3/2/2016)

Department: Information Technology Services

Multiple Depts? No

Budget Type: Operating

Group With GCID #:20140255

Special Routing:

Date Submitted: 02/17/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Summary Sheet, Justification Letter, Justification Support

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initialsbjalexzulian(3/1/2016)

SUMMARY – OS049 Oracle Software Licenses and Support on an Annual Contract

PURPOSE:

The Oracle database software is used for maintaining, updating and retrieving data for numerous County applications such as Syscon, Tax Remittance, FileNet, GIS and other applications. Oracle is the only authorized provider under Oracle’s General Services Association (GSA) schedule.

LOCATION: Department of Information Technology Services

AMOUNT TO BE SPENT: $148,774.67

PREVIOUS CONTRACT AWARD AMOUNT: $147,778.61

AMOUNT SPENT PREVIOUS CONTRACT: $147,248.79 (projected 12 month total)

INCREASE/DECREASE (CURRENT CONTRACT VS. PREVIOUS CONTRACT):

Approximately 1% Increase*

NUMBER OF BIDS/PROPOSALS MAILED: N/A

NUMBER OF RESPONSES: N/A

PRE-BID/PROPOSAL CONFERENCE HELD (YES/NO) IF YES, NUMBER OF FIRMS REPRESENTED:

N/A

REASONS FOR LIMITED RESPONSE (IF RELEVANT): N/A

RENEWAL OPTION NUMBER N/A

MARKET PRICES COMPARISON (FOR RENEWALS): N/A

CONTRACT TERM: May 31, 2016 through May 30, 2017

COMMENTS: *Increase due to Oracle’s Standard IAR (Inflationary Adjustment Rate).

MEMORANDUM

TO: Terri Shirley, Purchasing Associate II Purchasing Division THRU: Abe Kani, Director/CIO Department of Information Technology Services FROM: Mark Morrison, Business Solutions Manager Department of Information Technology Services SUBJECT: Recommendation to Renew OS049

Oracle Software Licenses and Support on an Annual Contract DATE: February 1, 2016 REQUESTED ACTION The Department of Information Technology Services recommends renewal of the above referenced contract with Oracle America, Inc. for the period of May 31, 2016 through May 30, 2017 in the base amount of $148,774.67. DESCRIPTION Oracle is the database solution used for maintaining, updating and retrieving data for numerous County applications such as FileNet, GIS, and other applications. As the solution provider, Oracle is the only authorized provider under Oracle’s General Services Association (GSA) schedule. Although there are other resellers who could also provide pricing, they are not authorized to use Oracle’s GSA schedule. The cost of support for the period May 31, 2016 through May 30, 2017 is $148,774.67 which represents a $996.06 increase from the previous year cost. Oracle’s ordering document detailing the number of licenses and associated costs is attached. If you have questions or concerns, please call me at 770-822-8034. FINANCIAL 1. Estimated amount to be spent: $148,774.67 2. Amount spent previous contract period: $147,248.79 (Projected 12 month total) 3. Do total obligations agree with “Action Requested”? Yes X No 4. Budgeted: Yes X No 5. Contact name: Traci Williams Contact phone: 770 822-8944 6. Proposed Funding: Fiscal Year

(FY) Fund Fund Center

Cost Center

Commitment Item WBS Element Amount % of Award

Amount 2016 665 170000 44400001 50401304 $86,289.31 58%

2017 665 170000 44400001 50401304 $62,485.36 42%

TOTAL $148,774.67 100% 1. Transfer required: No X Yes If yes, transfer from: Fiscal Year Fund Fund Center Cost

Center Commitment

Item WBS Element Amount

Page 1 of 7 Support Service Number: 2542130

RL_Specified_Agreement_v010915

19-Jan-16

Reba BrownGWINNETT COUNTYInformation Technology Svcs-RBrown75 Langley DrLawrencevilleGA 30046United States

Dear Reba Brown

The technical support services provided under support service number 2542130 will expire, or haveexpired, on 30-May-16. Please find attached an ordering document for the renewal of these technicalsupport services. If applicable, the attached ordering document may include technical support servicesthat you have requested to order that are in addition to the technical support services that you arerenewing.

To prevent interruption to and/ or termination of technical support services, please complete your order forthe renewal of technical support services, identified in the ordering document, by issuing a form ofpayment acceptable to Oracle in accordance with the Order Processing Details section of the orderingdocument on or before 1-May-16.

If you have questions regarding your order or require further information, please contact me at the e-mailaddress or telephone number provided below.

Regards,

Tina BristerOracle Support ServicesE-mail: [email protected].: 6154770230Fax:

Page 2 of 7 Support Service Number: 2542130

RL_Specified_Agreement_v010915

GENERAL INFORMATION

OFFER EXPIRATION ORACLE: Oracle America, Inc.

Support Service Number:

2542130Oracle Support Sales Representative:

Tina Brister

Offer Expires: 30-May-16

Telephone: 6154770230

Fax:

E-mail: [email protected]

CUSTOMER: GWINNETT COUNTY

CUSTOMERQUOTE TO

CUSTOMER BILL TO

Account Contact: Reba Brown Account Contact: Accounts Payable

Account Name: GWINNETT COUNTY Account Name: GWINNETT COUNTY

Address:Information Technology Svcs-RBrown Address: 75 Langley Dr

75 Langley DrLawrencevilleGA 30046United States

DOFS Treasury2nd Floor W, Room 2W664LawrencevilleGA 30046United States

Telephone: 770 822-8998 Telephone: 770-8228998

Fax: Fax:

E-mail: [email protected] E-mail: disbursements@gwinnettcou

nty.com

"You" and "Your" as referenced in this ordering document refers to the Customer identified in the table above.

Oracle may provide certain notices about technical support services via e-mail. Accordingly, please verifyand update the Customer Quote To and Customer Bill To information in the above table to help ensure that You receive such communications from Oracle. If changes are required to the Customer Quote To and Customer Bill To information, please e-mail or fax the updated information, with Your support service number 2542130, to Your Oracle Support Sales Representative identified in the table above.

Page 3 of 7 Support Service Number: 2542130

RL_Specified_Agreement_v010915

SERVICE DETAILS

Program Technical Support ServicesService Level: Software Update License & Support

Product Description CSI # Qty License Metric

License Level / Type

Start Date End Date Price

Oracle Developer - Developer 3073717 1 31-May-16 30-May-17 2,249.01

Oracle Database Standard Edition - Processor Perpetual

3383307 1 FULL USE 31-May-16 30-May-17 4,505.62

Oracle Database Standard Edition - Processor Perpetual

3853683 6 FULL USE 31-May-16 30-May-17 16,691.10

Oracle Database Enterprise Edition - Processor Perpetual

13897469 8 FULL USE 31-May-16 30-May-17 54,126.83

Oracle Database Enterprise Edition - Processor Perpetual

13906433 8 FULL USE 31-May-16 30-May-17 54,126.87

Oracle Database Enterprise Edition - Processor Perpetual

15482361 2 FULL USE 31-May-16 30-May-17 10,260.31

Oracle Database Enterprise Edition - Processor Perpetual

15597963 2 FULL USE 31-May-16 30-May-17 1,074.22

Oracle Database Enterprise Edition - Processor Perpetual

15597963 1 FULL USE 31-May-16 30-May-17 5,740.71

Program Technical Support Fees: USD 148,774.67

Total Price: USD 148,774.67

Plus applicable tax

Please note the following: • If You have questions regarding the Service Details section of this ordering document, or believe

that corrections are required, please contact Your Oracle Support Sales Representative identifiedon the first page of this ordering document.

• Please review Oracle's technical support policies, including the Lifetime Support Policy, before entering into this ordering document. Under Oracle's Lifetime Support Policy, the support level foran Oracle product, if applicable, may change during the term of the services purchased under thisordering document. If extended support is offered, an additional fee will be charged for such support if ordered. If You would like to purchase extended support please contact Your Oracle Support Sales Representative identified on the first page of this ordering document.

• If Oracle accepts Your order, the start date set forth in the Service Details table above shall serveas the commencement date of the technical support services and the technical support services ordered under this ordering document will be provided through the end date specified in the table for the applicable programs and/ or hardware ("Support Period").

• If any of the fields listed in the Service Details table above are blank, then such fields do not applyfor the applicable programs and/or hardware for which You are purchasing technical support services.

Page 4 of 7 Support Service Number: 2542130

RL_Specified_Agreement_v010915

TECHNICAL SUPPORT SERVICES TERMS

If the Customer and the Customer Quote To name identified in the General Information table above arenot the same, GWINNETT COUNTY represents that Customer has authorized GWINNETT COUNTY toexecute this ordering document on Customer's behalf and to bind Customer to the terms describedherein. GWINNETT COUNTY agrees that the services ordered are for the sole benefit of Customer andshall only be used by Customer. GWINNETT COUNTY agrees to advise Customer of the terms of thisordering document as well as any communications received from Oracle regarding the services.

If the Customer and the Customer Bill To name identified in the General Information table above are notthe same, Customer agrees that: a) Customer has the ultimate responsibility for payments under thisordering document; and b) any failure of GWINNETT COUNTY to make timely payment per the terms ofthis ordering document shall be deemed a breach by Customer and, in addition to any other remediesavailable to Oracle, Oracle may terminate Customer's technical support service under this orderingdocument.

Technical support is provided under Oracle's technical support policies in effect at the time the servicesare provided. The technical support policies are subject to change at Oracle's discretion; however,Oracle will not materially reduce the level of services provided for supported programs and/or hardwareduring the period for which fees for technical support have been paid. You should review the technicalsupport policies prior to entering into this ordering document. The current version of the technical supportpolicies may be accessed at http://www.oracle.com/us/support/policies/index.html.

The technical support services acquired under this ordering document are governed by the terms andconditions of the SLSA-41950-16-MAY-95,as amended ("agreement"). Any use of the programs and/orhardware, which includes updates and other materials provided or made available by Oracle as a part oftechnical support services, is subject to the rights granted for the programs and/or hardware set forth inthe order in which the programs and/or hardware were acquired.

This ordering document incorporates the agreement by reference. In the event of inconsistenciesbetween the terms contained in this ordering document and the agreement, this ordering document shalltake precedence.

Page 5 of 7 Support Service Number: 2542130

RL_Specified_Agreement_v010915

ORDER PROCESSING DETAILS

Your order is subject to Oracle's acceptance. Your order is deemed to be placed when You provideOracle with details for payment (e.g., Your purchase order, Your check or a credit card confirmation forthe order as detailed below) or an executed Oracle Financing contract. Once placed, Your order shall benon-cancelable and the sums paid nonrefundable, except as provided in the agreement.

Please note that if the pre-tax value of this ordering document is USD $2,000 or less, the technicalsupport services ordered (i) must be paid by credit card; or (ii) You must renew Your support via theOracle Store. Please contact Your Oracle Support Sales Representative for details regarding renewingYour support via the Oracle Store.

Technical Support fees are invoiced Quarterly in Arrears. All fees payable to Oracle are due within 30NET from date of invoice.

Oracle will issue an invoice to You upon receipt of a purchase order or a form of payment acceptable toOracle. You agree to pay any sales, value-added or other similar taxes imposed by applicable law,except for taxes based on Oracle's income.

"If GWINNETT COUNTY is a tax exempt organization, a copy of GWINNETT COUNTY's tax exemption certificate must be submitted with GWINNETT COUNTY's purchase order, check, credit card or other acceptable form of payment."

Purchase OrderIf the technical support services on this ordering document will be ordered and paid under a purchaseorder, the purchase order must be in a non-editable format (e.g., PDF) and include the followinginformation:

- Support Service Number: 2542130- Total Price: USD 148,774.67 (excluding applicable tax)- Local Tax, if applicable

In issuing a purchase order, GWINNETT COUNTY agrees that the terms of this ordering document andthe agreement supersede the terms in the purchase order or any other non-Oracle document, and noterms included in any such purchase order or other non-Oracle document shall apply to the technicalsupport services ordered under this ordering document.

Please e-mail or fax the purchase order to Oracle in accordance with the Remittance Details sectionbelow.

CheckIf the technical support services on this ordering document will be ordered and paid by check, the checkmust include the following information:

- Support Service Number: 2542130- Total Price: USD 148,774.67 (excluding applicable tax)- Local Tax, if applicable

In issuing a check, GWINNETT COUNTY agrees that only the terms of this ordering document and theagreement shall apply to the technical support services ordered under this ordering document. No termsattached or submitted with the check shall apply.

Page 6 of 7 Support Service Number: 2542130

RL_Specified_Agreement_v010915

Please mail check payments in accordance with the Remittance Details section below.

Credit Card ConfirmationIf the technical support services on this ordering document will be ordered and paid by credit card, pleasecomplete the information in this section and return it to Oracle in accordance with the Remittance Detailssection below. The credit card used to make payment must be valid for the entire support services term.Please note that Oracle is unable to process credit card transactions of USD $100,000 or greater ortransactions that are not in USD.

__________________________________Credit Card Number

__________________________________Credit Card Type (Visa, MasterCard, AMEX)

__________________________________Expiration Date

__________________________________Billing Address (associated with Credit Card)

__________________________________City, State, and Zip (associated with Credit Card)

__________________________________Authorized Signature

__________________________________Name (as it appears on the credit card)

In issuing this credit card confirmation, GWINNETT COUNTY agrees that only the terms of this orderingdocument and the agreement shall apply to the technical support services ordered under this orderingdocument. No terms attached or submitted with the credit card confirmation shall apply.

Remittance DetailsPurchase orders or credit card details for the technical support services ordered under this orderingdocument should be sent to:

Attn: Tina BristerOracle Support Services

Fax:E-mail: [email protected]

Checks for the technical support services ordered under this ordering document should be sent to:

AK, AZ, CA, HI, ID, NV, OR, UT, WA:

Oracle America, IncPO Box 44471San Francisco, CA 94144-4471

Page 7 of 7 Support Service Number: 2542130

RL_Specified_Agreement_v010915

All Other States:

Oracle America, IncPO Box 203448Dallas, TX 75320-3448

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

to renew OS134, Tivoli Storage Manager (TSM) and power system equipment and maintenance lease (July 01, 2016through June 30, 2017), with IBM Corporation, Lessor IBM Credit LLC, utilizing a State of Georgia competitively procuredagreement, base amount $760,704.00 (negotiated cost savings of approximately $74,040.00).

Authorization:

Staff Recommendation ApprovalDepartment Head akani (2/25/2016)Attorney ddpritchett (3/8/2016)

Budgeted Fund Name Current Balance Requested AllocationYes Admin Support * $760,704

Financial Services Use Only

GCID #20160241

Submitted By: Purchasing ­ Jeannie Caldwell ­ TS

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* The current balance in Rent ­ Equipment & Other is checked as services areprovided. The requested allocation is an estimate based on the recommended basebid. For FY2016, $380,352 is allocated and FY17 $380,352 is subject to budgetapproval.

Director's Initialsmbwoods(3/2/2016)

Department: Information Technology Services

Multiple Depts? No

Budget Type: Operating

Group With GCID #:20140401

Special Routing:

Date Submitted: 02/18/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Summary Sheet, Justification Letter, Justification Support

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initialsbjalexzulian(3/2/2016)

SUMMARY – OS134 Tivoli Storage Manager (TSM) and Power System Equipment and Maintenance Lease

PURPOSE:

The equipment has improved the County’s disaster recovery capabilities of critical systems which support County operations, such as SAP, Thomson Reuters (formally Manatron), Geographical Information Systems, etc., and provides the County with the ability to replicate critical segments of data at either data center.

LOCATION: Department of Information Technology Services

AMOUNT TO BE SPENT: $760,704.00

PREVIOUS CONTRACT AWARD AMOUNT: $760,704.00

AMOUNT SPENT PREVIOUS CONTRACT: $760,704.00

INCREASE/DECREASE (CURRENT CONTRACT VS. PREVIOUS CONTRACT):

0%*

NUMBER OF BIDS/PROPOSALS MAILED: N/A

NUMBER OF RESPONSES: N/A

PRE-BID/PROPOSAL CONFERENCE HELD (YES/NO) IF YES, NUMBER OF FIRMS REPRESENTED:

N/A

REASONS FOR LIMITED RESPONSE (IF RELEVANT): N/A

RENEWAL OPTION NUMBER This is the third (3rd) year of a four (4) year lease.

MARKET PRICES COMPARISON (FOR RENEWALS):

The Georgia State IBM IT Servers Contract was leveraged because it was competitively bid, vendors were shortlisted by qualifications, and minimum discounts for products and services were established. Additionally, IBM offered additional savings beyond the Georgia State IT Servers Contract.

CONTRACT TERM: July 01, 2016 through June 30, 2017

COMMENTS: *Although there was no increase from the previous year of the lease there is a projected 9.95% savings in monthly payments of approximately $6,170.00 per month during this year of the lease agreement. This cost savings totals approximately $74,040.00 for this contract term.

MEMORANDUM

To: Terri Shirley, Purchasing Associate II Purchasing Division Department of Financial Services Thru: Abe Kani, Director/CIO Department of Information Technology Services FROM: Richard Rosser, Systems and Storage Manager Department of Information Technology Services SUBJECT: Recommendation to Renew

OS134; TSM and Power System Equipment and Maintenance Lease State Contract #SWC-90813

DATE: February 8, 2016 REQUESTED ACTION The Department of Information Technology Services recommends renewal of the above referenced contract with IBM Corporation leveraging the State of Georgia Statewide Contract (#SWC-90813) and financing of the software, hardware, and maintenance services through IBM Credit LLC for the period of July 1, 2016 through June 30, 2017, base amount $760,704.00. DESCRIPTION The equipment and services in this contract replaced the legacy hardware leased under previous solicitations with a projected 9.95% savings in monthly payments totaling $6,170.00 per month. This lease runs through 7/31/2018 and includes equipment for both the primary data center located at the Justice and Administration Center and the secondary technology data center located at the Police E911 Center on Hi-Hope Road. The equipment has improved the County’s disaster recovery capabilities of critical systems which support County operations, such as SAP, Thomson Reuters (formally Manatron), Geographical Information Systems, etc., and it provides the Department of Information Technology Services the ability to replicate critical segments of data at either data center. Replacing this equipment in 2014 allowed the County to leverage its current storage and backup management strategy to ensure additional storage and backup capacity growth could be managed with existing staff and resources and provide additional compute, storage and backup capacity to support the County’s existing and newest committed and planned projects. Examples of projects requiring additional storage capacity were/are server virtualization, SAP, SharePoint, enterprise camera systems and enterprise content management. The Georgia State IBM IT Servers Contract was leveraged because it was competitively bid, vendors were shortlisted by qualifications, and minimum discounts for products and services were established. Additionally, IBM offered an additional savings beyond the Georgia State IT Servers Contract. The leasing program provides protection for the County’s mission-critical systems. Replacing the equipment at the end of the lease period with new equipment protects from obsolescence and eliminates the need to store and surplus equipment that has limited residual value after four years. Surplus computer equipment is a significant administrative and space problem for the County; purchasing this type of equipment compounds the problem. Also, continuing to lease this type of equipment will reduce the sporadic increases in the Capital Budget formerly seen with the replacement of obsolete equipment. If you have any questions or concerns, please feel free to contact Richard Rosser at 822-7368. This project is funded by the Administrative Support Fund.

FINANCIAL 1. Estimated amount to be spent: $760,704.00 2. Amount Spent Previous Contract: $760,704.00 (12 month projection) 3. Do total obligations agree with “Action Requested”? Yes X No 4. Budgeted: Yes X No 5. Contact name: Traci Williams Contact phone: 770 822-8944 6. Proposed Funding:

Fiscal Year (FY) Fund Fund

Center Cost Center Commitment Item WBS Element Amount % of Award

Amount 2016 665 170000 44400011 50404305 $380,352.00 50%

2017 665 170000 44400011 50404305 $380,352.00 50%

$760,704.00 100%

Transfer Required: Yes __ No _X_ If Yes, transfer from: Fiscal Year

(FY) Fund Fund Center Cost Center Commitment

Item WBS Element Amount

TSM AND POWER SYSTEM REFRESHLease Period: 7/1/2016 - 6/30/2017

Payment #1 7/1/2014 DeferredPayment #2 8/1/2014 $63,392.00 1st Pymt 8/1/2014Payment #3 9/1/2014 $63,392.00Payment #4 10/1/2014 $63,392.00Payment #5 11/1/2014 $63,392.00Payment #6 12/1/2014 $63,392.00Payment #7 1/1/2015 $63,392.00Payment #8 2/1/2015 $63,392.00Payment #9 3/1/2015 $63,392.00Payment #10 4/1/2015 $63,392.00Payment #11 5/1/2015 $63,392.00Payment #12 6/1/2015 $63,392.00

$697,312.00 12 mos. 11 payments

Payment #1 7/1/2015 $63,392.00Payment #2 8/1/2015 $63,392.00Payment #3 9/1/2015 $63,392.00Payment #4 10/1/2015 $63,392.00Payment #5 11/1/2015 $63,392.00Payment #6 12/1/2015 $63,392.00Payment #7 1/1/2016 $63,392.00Payment #8 2/1/2016 $63,392.00Payment #9 3/1/2016 $63,392.00Payment #10 4/1/2016 $63,392.00Payment #11 5/1/2016 $63,392.00Payment #12 6/1/2016 $63,392.00

$760,704.00 12 mos. 12 payments

Payment #1 7/1/2016 $63,392.00Payment #2 8/1/2016 $63,392.00Payment #3 9/1/2016 $63,392.00Payment #4 10/1/2016 $63,392.00Payment #5 11/1/2016 $63,392.00Payment #6 12/1/2016 $63,392.00Payment #7 1/1/2017 $63,392.00Payment #8 2/1/2017 $63,392.00Payment #9 3/1/2017 $63,392.00Payment #10 4/1/2017 $63,392.00Payment #11 5/1/2017 $63,392.00Payment #12 6/1/2017 $63,392.00

$760,704.00 12 mos. 12 payments

Payment #1 7/1/2017 $63,392.00

Payment #2 8/1/2017 $63,392.00Payment #3 9/1/2017 $63,392.00Payment #4 10/1/2017 $63,392.00Payment #5 11/1/2017 $63,392.00Payment #6 12/1/2017 $63,392.00Payment #7 1/1/2018 $63,392.00Payment #8 2/1/2018 $63,392.00Payment #9 3/1/2018 $63,392.00Payment #10 4/1/2018 $63,392.00Payment #11 5/1/2018 $63,392.00Payment #12 6/1/2018 $63,392.00

$760,704.00 12 mos. 12 payments

Payment #1 7/1/2018 $63,392.00 Last Pymt 7/1/18$63,392.00 1 mo. 1 payment

$3,042,816.00 49 mos. 48 payments Lease Ends 7/31/2018

Calculation for Savings Per Month:$62,434.00 48 $2,996,832.00

$3,290.00 46 $151,340.00$3,975.00 48 $190,800.00

$3,338,972.00

63392 48 $3,042,816.00

$296,156.00 $6,169.92

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

Waiver of Time Lapse Requirement for Rezoning. The applicant, Sky King Fireworks of Lawrenceville, LLC, requestswaiver of the 12 month time lapse requirement for zoning. The prior case, SUP2015­00050, was denied for tattoo and bodypiercing by the Board of Commissioners in November, 2015. The applicant is seeking May, 2016 hearing dates for aproposed Special Use Permit (SUP2016­00027) for firework sales. The property is located in the 1900 Block of DuluthHighway (SR 120). District 1/Brooks

Authorization:

Staff RecommendationDepartment Head ksholland (2/22/2016)Attorney tacox (3/1/2016)

Budgeted Fund Name Current Balance Requested Allocation N/A * N/A

Financial Services Use Only

GCID #20160261

Submitted By: shchilton

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* No budget impact.

Director's Initialsmbwoods(3/1/2016)

Department: Planning & Development

Multiple Depts? No

Budget Type: Neither

Group With GCID #:

Special Routing:

Date Submitted: 02/22/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Letter of Request, Letter of Intent, Site Plan and Map

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initialsbjalexzulian(2/26/2016)

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval/authorization

Item of Business:

of the 2016 Participation Agreement with Partnership Gwinnett PFE, Inc. for the Partnership Gwinnett 2.0 Initiative andauthorization for the Chairman to execute any and all documents necessary to enter into the 2016 Participation Agreementsubject to approval as to form by the Law Department.

Authorization:

Staff RecommendationDepartment Head ksholland (3/7/2016)Attorney jbsavage (3/8/2016)

Budgeted Fund Name Current Balance Requested AllocationYes General $500,000 $500,000

Financial Services Use Only

GCID #20160278

Submitted By: ksholland

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Amount available in Professional Services for Partnership Gwinnett.

Director's Initialsbjalexzulian(3/7/2016)

Department: Planning & Development

Multiple Depts?

Budget Type: Operating

Group With GCID #:

Special Routing:

Date Submitted: 03/02/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Justification Memo, Gwinnett County 2016 Participation Agreement, Justification Support

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/7/2016)

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Award

Item of Business:

RP027­15, purchase of prisoner transport and civilian transport buses, to the highest scoring firms, Alliance Bus Group, Inc.and Transportation Equipment Sales Corp., estimated amount $594,049.00 (negotiated cost savings of $3,478.00).

Authorization:

Staff Recommendation AwardDepartment Head ahparham (2/18/2016)Attorney fsfields (3/1/2016)

Budgeted Fund Name Current Balance Requested AllocationYesYes

Capital Vehicle 2014 SPLOST

$1,572,185 * $293,855 **

$412,264 $181,785

Financial Services Use Only

GCID #20160203

Submitted By: Purchasing ­ Jeannie Caldwell ­ MP

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Funds available in the Fleet Equipment ­ Sheriff and Fleet Equipment ­ SupportServices projects. ** Funds available in the Senior Services Vehicles project.

Director's Initialsmbwoods(3/1/2016)

Department: Support Services

Multiple Depts? No

Budget Type: Capital

Group With GCID #:

Special Routing:

Date Submitted: 02/08/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Summary Sheet, Justification Letter, Score Tabulation, Cost Tabulation

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initialsbjalexzulian(2/29/2016)

SUMMARY – RP027-15 Purchase of Prisoner Transport and Civilian Transport Buses

PURPOSE:

Purchase of two (2) transport buses used to transport inmates to and from work detail and other correctional facilities for the Sheriff’s Department, purchase of three (3) civilian transport buses for Department of Community Services used to transport seniors throughout the County and purchase of one (1) civilian transport bus for Department of Support Services to replace existing van that has reached the end of its useful life.

LOCATION: Various locations throughout Gwinnett County

AMOUNT TO BE SPENT: $594,049.00*

PREVIOUS CONTRACT AWARD AMOUNT: N/A

AMOUNT SPENT PREVIOUS CONTRACT: N/A

INCREASE/DECREASE (CURRENT CONTRACT VS. PREVIOUS CONTRACT):

N/A

NUMBER OF BIDS/PROPOSALS MAILED: 15 33 website viewings

NUMBER OF RESPONSES: 2 2 No Bids

PRE-BID/PROPOSAL CONFERENCE HELD (YES/NO) IF YES, NUMBER OF FIRMS REPRESENTED:

No

REASONS FOR LIMITED RESPONSE (IF RELEVANT):

This solicitation was postponed in an effort to generate more competition. These vehicles are specialized and there are very few vendors. Vendors were not able to meet specifications or did not offer these type vehicles.

RENEWAL OPTION NUMBER N/A

MARKET PRICES COMPARISON (FOR RENEWALS): N/A

CONTRACT TERM: N/A

COMMENTS: *Through successful negotiations a cost savings of $3,478.00 was achieved without a reduction in the scope of services.

MEMORANDUM TO: Marlo Puckett, Purchasing Associate II, Purchasing Division, DoFS THRU: Angelia Parham, Director, DoSS FROM: Michael Lindsey, Director, Fleet Management Division, DoSS SUBJECT: Recommendation to Award RP027-15: Purchase of Prisoner Transport and Civilian

Transport Buses DATE: February 3, 2016 REQUESTED ACTION The Department of Support Services, Fleet Management Division, recommends award of RP027-15: Purchase of Prisoner Transport and Civilian Transport Buses to Alliance Bus Group, Inc. (line items #3, and 4 - $239,735.00) and Transportation Equipment Sales Corp. (line items #1 and 2 - $354,314.00) for a total amount of $594,049.00. DESCRIPTION The recommended suppliers are the highest scoring firms for this proposal. This contract is funded by the Vehicle Replacement Fund and Special Purpose Local Option Sales Tax. This contract will be used to purchase the following buses:

• Community Services Department: 3 new civilian transport buses (15-passenger), • Sheriff’s Department: replace 2 prisoner transport buses (42-passenger and 24-passenger),

and • Support Services Department: replace 1 civilian transport bus (15-passenger).

FINANCIAL

1. Estimated amount to be spent: $594,049.00 2. Do total obligations agree with “Action Requested”? Yes X No __ 3. Budgeted: Yes X No __ 4. References Checked: Yes X No __ 5. Contact Name: Michael M. Lindsey Contact Phone: 678-442-3303 6. Proposed Funding:

Fiscal Year (FY)

Fund Fund Center

Cost Center

Commitment Item WBS Element Amount

% of Award

2016 305 219000 50805000 E-0148-01-4-04 $354,314.00 60%

2016 319 216000 50805000 E-0175-01-4-02 $181,785.00 30%

2016 305 207000 50805000 E-0154-01-4-04 $ 57,950.00 10%

Total $594,049.00 100%

Transfer required: Yes____ No__X___

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Award

Item of Business:

OS007­16, purchase of prisoner transport buses, to Peach State Freightliner, LLC, utilizing a State of Georgia competitivelyprocured agreement, $302,268.00.

Authorization:

Staff Recommendation AwardDepartment Head ahparham (2/24/2016)Attorney fsfields (3/1/2016)

Budgeted Fund Name Current Balance Requested AllocationYes Capital Vehicle $602,294 * $302,268

Financial Services Use Only

GCID #20160247

Submitted By: Purchasing ­ Jeannie Caldwell ­ MP

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Amount available in Corrections Bus Replacement project.

Director's Initialsmbwoods(3/1/2016)

Department: Support Services

Multiple Depts? No

Budget Type: Capital

Group With GCID #:

Special Routing:

Date Submitted: 02/18/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Summary Sheet, Justification Letter, Justification Support

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initialsbjalexzulian(2/29/2016)

SUMMARY – OS007-16 Purchase of Prisoner Transport Buses

PURPOSE: Purchase of four (4) twelve passenger transport buses used to transport inmates to and from work detail and other correctional facilities for the Department of Corrections.

LOCATION: Various locations throughout Gwinnett County

AMOUNT TO BE SPENT: $302,268.00

PREVIOUS CONTRACT AWARD AMOUNT: N/A

AMOUNT SPENT PREVIOUS CONTRACT: N/A

INCREASE/DECREASE (CURRENT CONTRACT VS. PREVIOUS CONTRACT):

N/A

NUMBER OF BIDS/PROPOSALS MAILED: N/A

NUMBER OF RESPONSES: N/A

PRE-BID/PROPOSAL CONFERENCE HELD (YES/NO) IF YES, NUMBER OF FIRMS REPRESENTED:

N/A

REASONS FOR LIMITED RESPONSE (IF RELEVANT): N/A

RENEWAL OPTION NUMBER N/A

MARKET PRICES COMPARISON (FOR RENEWALS): N/A

CONTRACT TERM: N/A

COMMENTS:

MEMORANDUM

TO: Marlo Puckett, Purchasing Associate II, Purchasing Division, DoFS THRU: Angelia Parham, Director, DoSS FROM: Michael M. Lindsey, Director, Fleet Management Division, DoSS

SUBJECT: Recommendation for Award of OS007-16, Purchase of Prisoner Transport Buses on the State of Georgia Contract 99999-SPD-I20101013-0002

DATE: February 10, 2016

REQUESTED ACTION The Department of Support Services, Fleet Management Division, recommends the purchase of four replacement transport buses on the above referenced State of Georgia contract in the amount of $75,567.00 each for a total of $302,268.00. DESCRIPTION The Department of Corrections has requested the purchase of four replacement transport buses. The State of Georgia competitively bid the above referenced procurement and awarded the contract to Peach State Freightliner, LLC. Competitively bid state contracts are available to local governments to benefit from the competitive pricing of high volume state contracts. FINANCIAL

1. Estimated amount to be spent: $302,268.00 2. Do total obligations agree with “Action Requested”? Yes X No __ 3. Budgeted: Yes X No __ 4. Contact Name: Michael M. Lindsey Contact Phone: 678-442-3303 5. Proposed Funding:

Fiscal Year (FY)

Fund Fund Center

Cost Center

Commitment Item WBS Element Amount

% of Award

Amount 2016 305 214000 50805000 E-0660-01-4-02 $302,268.00 100%

Total $302,268.00 100%

Transfer required: Yes____ No__X___

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

to declare the attached list of vehicles and equipment as surplus/salvage to be disposed of in accordance with GwinnettCounty Code of Ordinances. The means of disposal could include, but is not limited to, Internet Auction, Public Auction,Third Party Auction Company, and Sealed Bid. Subject to approval as to form by the Law Department.

Authorization:

Staff Recommendation ApprovalDepartment Head ahparham (2/18/2016)Attorney fsfields (3/1/2016)

Budgeted Fund Name Current Balance Requested AllocationNo Various *

Financial Services Use Only

GCID #20160236

Submitted By: Angelia Parham

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

*The expected revenue from sale of surplus vehicles and equipment will be adjustedupon completion of sale.

Director's Initialsmbwoods(3/1/2016)

Department: Support Services

Multiple Depts?

Budget Type: Both

Group With GCID #:

Special Routing:

Date Submitted: 02/17/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Revenue and appropriation budgets to be adjusted based on final documentation of sale.

Attachments Justification Memo, Surplus List

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initialsbjalexzulian(2/29/2016)

MEMORANDUM

TO: Gwinnett County Board of Commissioners

THRU: Angelia Parham, Director, DoSS

FROM: Michael M. Lindsey, Director, Fleet Management, DoSS

SUBJECT: Approval to Declare Vehicles and Equipment as Surplus/Salvage

DATE: February 11, 2016

ITEM OF BUSINESS

Approval to declare the attached list of vehicles and equipment as surplus/salvage to be disposed of in accordance with Gwinnett County Code of Ordinances (Part II, Ch. 2, Div. 7 § 2-333 – Disposition of Personal Property). The means of disposal could include, but is not limited to, internet auction, public auction, third party auction company, and sealed bid.

BACKGROUND AND DISCUSSION

An evaluation of each vehicle or piece of equipment was completed in accordance with the Fleet Management Policy. The review includes the evaluation of age, mileage, condition, cost of operation, and intended use. Each vehicle or piece of equipment being recommended for surplus/salvage has met the requirements under these categories.

The results of the 2015 eBay auction indicate that the average vehicle sold for $5,002.00. We estimate that approximately $2,606,042.00 in revenue will be collected from the surplus sale of the attached list of 521 vehicles and pieces of equipment.

SUMMARY AND CONCLUSION

If approved, it is estimated that $2,606,042.00 in revenue will be generated.

1

EQUIPMENT # ASSET # DESCRIPTION VIN REASON189 N/A 1995 Caterpillar IT24F 04NN00189 Age/Hours266 N/A 1997 Custom 12T400 1KX27186XV1B1T266 Age439 N/A 2000 Daewoo G25E CX00439 Age/Hours553 401346 2006 Ditch Witch SK760 CMWSK650K70000553 Age/Hours

1073 N/A 2003 LeeBoy 300T 300T1073 Age/Hours1151 N/A 1996 New Holland 555E 31001151 Age/Hours1982 2002219 2007 Ford F350 1FTWF315X7EA01982 Age/Mileage2210 N/A 2001 Custom 12T222ADLP 5B727186911002210 Age2339 N/A 1993 Vermeer 620 1VRC08123P1002339 Age 2446 N/A 1996 New Holland 555E 31002446 Age/Hours2989 N/A 2005 John Deere Gator W04X2XD002989 Age/Hours3071 2200004 2002 Sutphen MT75 1S9A7LLD522003071 Age/Mileage3304 N/A 1999 Hydra-Tech Pump HT25DDS F3304 Age/Hours4969 N/A 2005 John Deere Gator TX W04X2D004969 Age/Hours5178 N/A 1999 Custom 4T142EDBTW 5B7321532X1005178 Age5542 401309 2007 John Deere 5203 PY5203U005542 Age/Hours6543 2001714 2001 Sterling Acterra 2FZABYAKX1AJ06543 Age/Mileage9873 2002451 2008 Ford E350 1FTSE34L88DA09873 Age/Mileage10267 N/A 2000 John Deere 2030 TC2030B010267 Age/Hours10735 N/A 1984 Kubota M4050F 10735 Age/Hours10852 2001284 2004 Ford Ranger 1FTZR11U94PA10852 Age/Mileage11525 N/A 1992 Sullair D185QV 11525 Age11695 400239 1993 New Holland 6640 BD11695 Age/Hours11978 2001287 2003 Ford F150 1FTRX18W43NA11978 Age/Mileage13133 2001629 2003 Ford F550 1FDAF56P93C13133 Age/Mileage13317 N/A 1998 New Holland 555E 31013317 Age/Hours13377 2001448 2003 Ford F450 1FDXF46F33EB13377 Age/Mileage14190 2001631 2004 Ford F250 1FTNF21S24EC14190 Age/Mileage14192 2001633 2004 Ford F250 1FTNF21564EC14192 Age/Mileage15610 301677 2006 John Deere Gator W04X25D015610 Age/Hours15644 301680 2007 John Deere Gator W04X25D015644 Age/Hours16872 2003176 2009 Chevrolet Impala 2G1WS57M791316872 Age/Mileage20088 2001475 2004 Ford Ranger 1FTYR14U14PB20088 Age/Mileage21319 2002433 2008 Ford F350 1FDWF30578EC21319 Age/Mileage21320 2001876 2008 Ford F350 1FDWF30538EC21320 Age/Mileage

2

EQUIPMENT # ASSET # DESCRIPTION VIN REASON21321 2002446 2008 Ford F350 1FDWF30558EC21321 Age/Mileage21322 2002434 2008 Ford F350 1FDWF30578EC21322 Age/Mileage21323 2002436 2008 Ford F350 1FDWF30598EC21323 Age/Mileage21324 2002435 2008 Ford F350 1FDWF30508EC21324 Age/Mileage21325 2002448 2008 Ford F350 1FDWF30528EC21325 Age/Mileage21326 2002447 2008 Ford F350 1FDWF30548EC21326 Age/Mileage21327 2002598 2008 Ford F350 1FDWF30568EC21327 Age/Mileage21328 2002597 2008 Ford F350 1FDWF30588EC21328 Age/Mileage23416 2001313 2004 Ford Econoline 1FDRE14W14HA23416 Age/Mileage23775 N/A 1990 Target Concrete Saw 23775 Obsolete26765 2001483 2004 Ford Ranger 1FTYR14034PB26765 Age/Mileage28093 2001720 2001 Sterling LT8500 2FZHAWBSX1AJ28093 Age/Mileage28729 2002429 2008 Ford Ranger 1FTYR14U58PA28729 Age/Mileage30997 2001497 2004 Ford Ranger 1FTYR10U34PB30997 Age/Mileage31095 2002627 2008 Ford Ranger 1FTYR14U58PA31095 Age/Mileage31096 2002414 2008 Ford Ranger 1FTYR14U78PA31096 Age/Mileage31097 2002420 2008 Ford Ranger 1FTYR14U98PA31097 Age/Mileage32500 2001504 2000 Ford F150 1FTRF18L8YNB32500 Age/Mileage35028 401300 2009 Bobcat T300 A5GU35028 Age/Hours35809 2004622 2006 Ford E350 1FTSE34L86DB35809 Age/Mileage35810 2004620 2006 Ford E350 1FTSE34L46DB35810 Age/Mileage36442 2001512 1997 Ford F350 1FDJW35F9VEB36442 Age/Mileage36663 N/A 2008 Chevrolet Express 1GCHG35C181136663 Age/Mileage36977 2001330 1997 Ford F700 1FDXF80E0VVA36977 Age/Mileage37725 2001339 1992 Ford LTL9000 1FTZA90X7NVA37725 Age/Mileage38208 N/A 2004 John Deere Gator W006X4D038208 Age/Hours38454 N/A 2004 John Deere Gator W006X4D038454 Age/Hours38455 N/A 2004 John Deere Gator W006X4D038455 Age/Hours38628 N/A 2004 John Deere Gator W006X40038628 Age/Hours38630 N/A 2004 John Deere Gator W006X4D038630 Age/Hours38720 N/A 1999 John Deere Gator W004X2X038720 Age/Hours39425 2200085 2006 International 4400 1HTMKAZR46H339425 Age/Mileage39704 2001759 2005 Ford F150 1FTRF122X5NB39704 Age/Mileage48426 2001532 2004 Ford E350 1FTSE34L54HB48426 Age/Mileage51141 2001538 2004 Ford Ranger 1FTYR14U24PB51141 Age/Mileage

3

EQUIPMENT # ASSET # DESCRIPTION VIN REASON51143 2001540 2004 Ford Ranger 1FTYR14U64PB51143 Age/Mileage52821 2001543 2000 Ford Ranger 1FTYR10XXYPB52821 Age/Mileage54214 2001355 2005 Ford Ranger 1FTYR10U15PA54214 Age/Mileage54522 2200066 2006 Spartan Gladiator 4S7BT2J936C054522 Age/Mileage57816 2001554 2001 Ford Ranger 1FTYR10U41PB57816 Age/Mileage57818 2001556 2001 Ford Ranger 1FTYR10U81PB57818 Age/Mileage58103 2200044 2006 KME Predator 1K9AF42816N058103 Age/Mileage58107 2200048 2006 KME Predator 1K9AF42896N58107 Age/Mileage58311 2001364 2005 Ford Ranger 1FTZR15E0PA58311 Age/Mileage58319 2002211 2007 Ford Ranger 1FTZR14EX7PA58319 Age/Mileage58335 2003124 2007 KME Predator 1K9AF42807N058335 Age/Mileage58336 2200089 2007 KME Predator 1K9AF42897N058335 Age/Mileage58999 2002922 2008 Ford F150 1FTPW12V78FB58999 Age/Mileage60062 2001561 1997 Ford E350 1FBHE31L3VHB60062 Age/Mileage61714 2001996 2005 Kubota ZD28F 61714 Age/Hours62007 2002734 2008 Chevrolet Impala 2G1WB58K681262007 Age/Mileage62875 N/A 2005 Kubota ZD28F 62875 Age/Hours62877 2002001 2005 Kubota ZD28F 62877 Age/Hours62900 2001564 2001 Ford Ranger 1FTYR10U71PB62900 Age/Mileage66863 2001951 2005 Ford F150 1FTRF12205NB66863 Age/Mileage66865 2001953 2005 Ford F150 1FTRF12245NB66865 Age/Mileage66866 2002005 2005 Ford F150 1FTRF12265NB66866 Age/Mileage67548 2001676 2000 Ford F350 1FDWF36FYED67548 Age/Mileage68992 2001386 1996 Ford F Super Duty 1FDLF47F9TEA68992 Age/Mileage70948 2003374 2009 Ford F150 1FTPW12V19KC70948 Age/Mileage72215 2001754 2005 Ford F350 1FDWF36P65EB72215 Age/Mileage79586 2001588 2001 Ford F150 1FTPF17M31KB79586 Age/Mileage81259 2001700 2000 Sterling LT8513 2FZXBLCB6YAG81259 Age/Mileage81315 2001678 2004 Ford F350 1FDWW36P54ED81315 Age/Mileage84038 2001972 2005 Ford Ranger 1FTYR10U35PA84038 Age/Mileage84040 2001970 2005 Ford Ranger 1FTYR10U15PA84040 Age/Mileage84041 2001966 2005 Ford Ranger 1FTYR10U35PA84041 Age/Mileage84043 2001968 2005 Ford Ranger 1FTYR10U75PA84043 Age/Mileage84047 2001962 2005 Ford Ranger 1FTYR10U45PA84047 Age/Mileage84049 2001957 2005 Ford Ranger 1FTYR10U85PA84049 Age/Mileage

4

EQUIPMENT # ASSET # DESCRIPTION VIN REASON85028 2002862 2008 Ford Ranger 1FTYR14U78PA85028 Age/Mileage85827 2003140 2008 Ford Ranger 1FTYR10U78PA85827 Age/Mileage85828 2003134 2008 Ford Ranger 1FTTR10U98PA85828 Age/Mileage86577 2001403 2004 Ford Ranger 1FTYR14U94PA86577 Age/Mileage86578 2001404 2004 Ford Ranger 1FTYR14U04PA86578 Age/Mileage87068 2001956 2005 Ford Ranger 1FTYR14U25PA87068 Age/Mileage87163 2001725 2001 Sterling Acterra 2FZABYAK72AJ87163 Age/Mileage87827 N/A 1988 Lincoln Welder A1087827 Age88818 2001601 2001 Ford F350 1FDWF36F41EB88818 Age/Mileage90726 2001415 2004 Ford F350 1FDSF34P44EA90726 Age/Mileage92590 2002864 2008 Ford F350 1FTWF30538ED92590 Age/Mileage93069 N/A 2001 Specialty Car Carryall I F0146093069 Age/Hours93070 N/A 2001 Specialty Car Carryall I F0146093070 Age/Hours93268 2000025 1997 Ford E250 1FTFE24L4VHA93268 Age/Mileage94945 2002291 2006 Ford Ranger 1FTYR10U76PA94945 Age/Mileage94947 2002289 2006 Ford Ranger 1FTYR10U06PA94947 Age/Mileage95398 2001740 2004 Sterling Acterra 2FZHCHAK94AM95398 Age/Mileage95399 2001741 2004 Sterling Acterra 2FZHCHAK04AM95399 Age/Mileage95400 2001742 2004 Sterling Acterra 2FZHCHAK34AM95400 Age/Mileage97417 2001732 2002 Sterling M7500 2FZHANBS52AK97417 Age/Mileage

106272 2003116 2008 Chevrolet Malibu 1G1ZS58N28F106272 Age/Mileage107927 2003115 2008 Chevrolet Malibu 1G1ZS58N88F107927 Age/Mileage108651 2000034 1998 Chevrolet C3500 1GBKC34FXWJ108651 Age/Mileage111505 N/A 1998 Custom 4T162EDBTW 1KX321539W1111505 Age115352 2000041 1995 Chevrolet Kodiak 1GBP7H1JXSJ115352 Age/Mileage115556 2000044 1995 Chevrolet CC7H042 1GBM7H1J0SJ115556 Age/Mileage123697 2000054 2003 Ford Taurus 1FAP52UX3A123697 Age/Mileage125518 2000057 2003 Chevrolet Silverado 1GCEC14T53Z125518 Age/Mileage125663 2002218 2006 GMC 1500 1GTEC14X27Z125663 Age/Mileage129225 2002440 2008 Chevrolet Impala 2G1WB58K789129225 Age/Mileage130607 N/A 2001 Specialty Car Carryall I F0212130607 Age/Hours131555 2002443 2008 Chevrolet Impala 2G1WB58K589131555 Age/Mileage131887 2002441 2008 Chevrolet Impala 2G1WB58K889131887 Age/Mileage134475 2000068 2002 Chevrolet S10 1GCDT19WX28134475 Age/Mileage134969 2002701 2008 Chevrolet Uplander 1GBDV13W38D134969 Age/Mileage

5

EQUIPMENT # ASSET # DESCRIPTION VIN REASON135110 2002705 2008 Chevrolet Uplander 1GBDV13W98D135110 Age/Mileage135116 2003366 2010 Chevrolet Impala 2G1WD5EM4A1135116 Age/Mileage135161 2002444 2008 Chevrolet Impala 2G1WB58K489135161 Age/Mileage135842 2002206 2008 Chevrolet 3500 1GAHG39K481135842 Age/Mileage135908 2002368 2008 Chevrolet Express 1GCHG35K181135908 Age/Mileage136139 2003372 2010 Chevrolet Impala 2G1WA5EK0A1136139 Age/Mileage136396 2003367 2010 Chevrolet Impala 2G1WD5EM8A1136396 Age/Mileage136487 2003364 2010 Chevrolet Impala 2G1WD5EM0A1136487 Age/Mileage136601 2003365 2010 Chevrolet Impala 2G1WD5EM5A1136601 Age/Mileage137200 2002370 2008 Chevrolet Express 1GCHG35K081137200 Age/Mileage148922 2002237 2006 Chevrolet Silverado 1GCEC19TX6Z148922 Age/Mileage151510 2000086 2002 Chevrolet 2500 1GCGC24U12Z151510 Age/Mileage175625 N/A 2007 K & K 824E210K Trailer 1K9E624218A175625 Age179820 2000114 2004 Ford Taurus 1FAFP53UX4A179820 Age/Mileage181531 2002036 2007 Ford Taurus 1FAFP53U77A181531 Age/Mileage181538 2002042 2007 Ford Taurus 1FAFP53UX7A181538 Age/Mileage181539 2002044 2007 Ford Taurus 1FAFP53U17A181539 Age/Mileage181540 2002045 2007 Ford Taurus 1FAFP53U87A181540 Age/Mileage184253 2002622 2008 Chevrolet Impala 2G1WS553589184253 Age/Mileage190244 2000119 2004 Chevrolet Impala 2G1WF52K949190244 Age/Mileage196169 2000133 2004 Ford Taurus 1FAFP53U94A196169 Age/Mileage197245 N/A 1997 Prime Equipment P95CM Cement Mixer 1197245 Age/Hours204615 2002688 2008 Chevrolet 1500 1GCEK14X88Z204615 Age/Mileage210948 2000202 1999 Polaris Ranger 4XARF50A8XD210948 Age/Hours214143 2001767 2005 Chevrolet Silverado C250 1GBHC24U35E214143 Age/Mileage215221 2000220 2000 Ford Taurus 1FAFP5228YA215221 Age/Mileage216169 2002876 2008 Chevrolet G3500 1GCHG35CX81216169 Age/Mileage217215 2002877 2008 Chevrolet G3500 1GCHG35C781217215 Age/Mileage222532 2002603 2008 Chevrolet Impala 2G1WS553389222532 Age/Mileage227943 2002874 2008 Dodge Ram 3500 3D6WG36A28G227943 Age/Mileage234160 N/A 1996 Diamant Boart EC1125KC20 Saw 234160 Age/Hours237274 2000252 2001 Chevrolet CG31706 1GAHG39F911237274 Age/Mileage237376 2000256 2001 Chevrolet CG31706 1GAHG39F611237376 Age/Mileage237501 2000260 2001 Chevrolet CG31706 1GAHG39F511237501 Age/Mileage237552 2000261 2001 Chevrolet CG31706 1GAHG39F011237552 Age/Mileage

6

EQUIPMENT # ASSET # DESCRIPTION VIN REASON238071 400590 2002 John Deere 4310 LV4310C238071 Age/Hours238072 400585 2002 John Deere 4310 LV4310C238072 Age/Hours238195 2000276 1997 Ford Taurus 1FALP52U5VA238195 Age/Mileage238852 N/A 1996 Diamant Boart EC1125KC20 Saw 238852 Age/Hours244043 2000362 2002 Ford Taurus 1FAFP52U02A244043 Age/Mileage245185 400594 1999 John Deere Tractor LV4400S245185 Age/Hours249154 2000368 2002 Dodge 1500 1D7HU16Z12J249154 Age/Mileage249510 2000373 2001 Ford Taurus 1FAFP52211A249510 Age/Mileage257737 2001948 2005 Chevrolet Colorado 1GCCS136X58257737 Age/Mileage257746 2002004 2005 Chevrolet Colorado 1GCCS136058257746 Age/Mileage275256 2002884 2008 Chevrolet Impala 2G1WS553881275256 Age/Mileage275414 2002748 2008 Chevrolet Impala 2G1WS553081275414 Age/Mileage275791 2002753 2008 Chevrolet Impala 2G1WS553881275791 Age/Mileage283390 2002833 2008 Chevrolet Impala 2G1WS553881283390 Age/Mileage285603 N/A 1998 Target Concrete Saw 285603 Age286064 2002767 2008 Chevrolet Impala 2G1WS553X81286064 Age/Mileage286705 2002800 2008 Chevrolet Impala 2G1WS553081286705 Age/Mileage287386 2002882 2008 Chevrolet Impala 2G1WS553481287386 Age/Mileage288032 2002751 2008 Chevrolet Impala 2G1WS553781288032 Age/Mileage288306 2000484 2008 Chevrolet Impala 1D7FL16X03S288306 Age/Mileage289041 2000509 2005 Ford Taurus SE 1FAFP53U85A289041 Age/Mileage289056 2000524 2005 Ford Taurus SE 1FAFP53UX5A289056 Age/Mileage294525 2000543 2003 Chevrolet 1500 1GCEK14X53Z294525 Age/Mileage308072 N/A 1999 Target Concrete Saw 28308072 Age/Hours311103 2000564 2003 Chevrolet 1500 1GCEK14X03Z311103 Age/Mileage312267 2003182 2009 Chevrolet Impala 2G1WS57M391312267 Age/Mileage312429 N/A 2003 Bobcat 337D 233312429 Age/Hours313160 2000565 2003 Chevrolet Silverado 1GCEK14X03Z313160 Age/Mileage313633 2003194 2009 Chevrolet Impala 2G1WS57M791313633 Age/Mileage314240 2003174 2009 Chevrolet Impala 2G1WS57M491314240 Age/Mileage314392 2003238 2009 Chevrolet Impala 2G1WS57M591314392 Age/Mileage314506 2001942 2005 Chevrolet 1500 1GCEK14X05Z314506 Age/Mileage314665 2003284 2009 Chevrolet Impala 2G1WS57M391314665 Age/Mileage314708 2003253 2009 Chevrolet Impala 2G1WS57M691314708 Age/Mileage314791 2003307 2009 Chevrolet Impala 2G1WS57M891314791 Age/Mileage

7

EQUIPMENT # ASSET # DESCRIPTION VIN REASON314810 2003259 2009 Chevrolet Impala 2G1WS57M891314810 Age/Mileage314909 2003264 2009 Chevrolet Impala 2G1WS57M591314909 Age/Mileage314937 2003275 2009 Chevrolet Impala 2G1WS57MX91314937 Age/Mileage315136 2003202 2009 Chevrolet Impala 2G1WS57M391315136 Age/Mileage315166 2003228 2009 Chevrolet Impala 2G1WS57M191315166 Age/Mileage315279 2003277 2009 Chevrolet Impala 2G1WS57M391315279 Age/Mileage315384 2003309 2009 Chevrolet Impala 2G1WS57M091315384 Age/Mileage315408 2003329 2009 Chevrolet Impala 2G1WS57MX91315408 Age/Mileage315429 2003216 2009 Chevrolet Impala 2G1WS57M791315429 Age/Mileage315451 2003283 2009 Chevrolet Impala 2G1WS57M091315451 Age/Mileage315577 2003286 2009 Chevrolet Impala 2G1WS57M091315577 Age/Mileage315601 2003227 2009 Chevrolet Impala 2G1WS57M491315601 Age/Mileage315655 2003278 2009 Chevrolet Impala 2G1WS57M591315655 Age/Mileage315669 2003258 2009 Chevrolet Impala 2G1WS57M591315669 Age/Mileage315768 2003354 2009 Chevrolet Impala 2G1WS57M791315768 Age/Mileage315925 2003211 2009 Chevrolet Impala 2G1WS57M891315925 Age/Mileage315944 2003257 2009 Chevrolet Impala 2G1WS57M191315944 Age/Mileage316014 2003293 2009 Chevrolet Impala 2G1WS57M591316014 Age/Mileage316062 2003175 2009 Chevrolet Impala 2G1WS57M591316062 Age/Mileage316092 2003231 2009 Chevrolet Impala 2G1WS57M391316092 Age/Mileage316120 2003236 2009 Chevrolet Impala 2G1WS57M491316120 Age/Mileage316132 2003243 2009 Chevrolet Impala 2G1WS57M091316132 Age/Mileage316229 2003266 2009 Chevrolet Impala 2G1WS57M491316229 Total Loss316269 2003279 2009 Chevrolet Impala 2G1WS57M591316269 Age/Mileage316276 2003213 2009 Chevrolet Impala 2G1WS57M291316276 Total Loss316401 2003261 2009 Chevrolet Impala 2G1WS57M191316401 Age/Mileage316529 2003269 2009 Chevrolet Impala 2G1WS57M591316529 Age/Mileage316558 2003326 2009 Chevrolet Impala 2G1WS57M191316558 Age/Mileage316628 2003288 2009 Chevrolet Impala 2G1WS57M791316628 Age/Mileage316664 2003282 2009 Chevrolet Impala 2G1WS57M091316664 Age/Mileage316690 2003186 2009 Chevrolet Impala 2G1WS57M191316690 Age/Mileage316714 2003318 2009 Chevrolet Impala 2G1WS57M091316714 Total Loss316752 2003178 2009 Chevrolet Impala 2G1WS57M891316752 Age/Mileage316782 2003201 2009 Chevrolet Impala 2G1WS57M691316782 Age/Mileage316795 2003197 2009 Chevrolet Impala 2G1WS57M491316795 Age/Mileage

8

EQUIPMENT # ASSET # DESCRIPTION VIN REASON316872 2001944 2005 Chevrolet 1500 1GCEK14X25Z316872 Age/Mileage316881 2003268 2009 Chevrolet Impala 2G1WS57M891316881 Age/Mileage316887 2003316 2009 Chevrolet Impala 2G1WS57M991316887 Age/Mileage316897 2003181 2009 Chevrolet Impala 2G1WS57M191316897 Total Loss316910 2003191 2009 Chevrolet Impala 2G1WS57M091316910 Age/Mileage316916 2003292 2009 Chevrolet Impala 2G1WS57M191316916 Age/Mileage316964 2003209 2009 Chevrolet Impala 2G1WS57M191316964 Age/Mileage316976 2003289 2009 Chevrolet Impala 2G1WS57M891316976 Age/Mileage317001 2003217 2009 Chevrolet Impala 2G1WS57M191317001 Age/Mileage317143 2003295 2009 Chevrolet Impala 2G1WS57MX91317143 Age/Mileage317149 2003203 2009 Chevrolet Impala 2G1WS57M091317149 Age/Mileage317167 2003214 2009 Chevrolet Impala 2G1WS57M291317167 Age/Mileage317232 2003296 2009 Chevrolet Impala 2G1WS57M991317232 Age/Mileage317248 2003324 2009 Chevrolet Impala 2G1WS57M291317248 Age/Mileage317279 2003305 2009 Chevrolet Impala 2G1WS57M291317279 Age/Mileage317298 2003328 2009 Chevrolet Impala 2G1WS57M691317298 Age/Mileage317330 2003210 2009 Chevrolet Impala 2G1WS57M991317330 Age/Mileage317338 2003330 2009 Chevrolet Impala 2G1WS57M391317338 Age/Mileage317368 2003188 2009 Chevrolet Impala 2G1WS57M191317368 Age/Mileage317374 2003287 2009 Chevrolet Impala 2G1WS57M791317374 Age/Mileage317519 2003215 2009 Chevrolet Impala 2G1WS57M791317519 Age/Mileage317546 2003263 2009 Chevrolet Impala 2G1WS57MX91317546 Age/Mileage317658 2003317 2009 Chevrolet Impala 2G1WS57MX91317658 Age/Mileage317687 2003262 2009 Chevrolet Impala 2G1WS57M691317687 Age/Mileage317699 2003281 2009 Chevrolet Impala 2G1WS57M291317699 Age/Mileage317759 2003313 2009 Chevrolet Impala 2G1WS57M591317759 Age/Mileage317783 2003271 2009 Chevrolet Impala 2G1WS57M291317783 Age/Mileage317796 2003303 2009 Chevrolet Impala 2G1WS57M091317796 Age/Mileage318510 2003199 2009 Chevrolet Impala 2G1WS57M591318510 Age/Mileage318788 2003195 2009 Chevrolet Impala 2G1WS57M691318788 Age/Mileage321884 2001887 2009 Chevrolet Impala 2G1WS551969321884 Age/Mileage322537 2003360 2009 Chevrolet Impala 2G1WB57K391322537 Age/Mileage323828 2003351 2009 Chevrolet Impala 2G1WB57K891323828 Age/Mileage335765 400662 2004 John Deere 4310 LV4310P335765 Age/Hours335988 400663 2001 John Deere 4300 LV4300C335988 Age/Hours

9

EQUIPMENT # ASSET # DESCRIPTION VIN REASON356082 N/A 2002 Rolls Rite Trailer 1R9PD25282M356082 Age/Hours356083 N/A 2002 Rolls Rite 30KP22HDA Trailer 1R9PD22242M356083 Age/Hours372008 N/A 2009 Club Car Carryall Turf 272 QG0409372008 Age/Hours401830 401830 2007 Waldon Sweepmaster 31423 Age/Mileage412712 N/A 2000 Bobcat X337 515412712 Age/Hours417937 2002464 2007 Chevrolet Impala 2G1WS58R979417937 Age/Mileage418460 2002519 2007 Chevrolet Impala 2G1WS55R579418460 Age/Mileage422581 2002174 2006 Chevrolet Impala 2G1WS551369422581 Age/Mileage471845 N/A 1994 Boss BLK64MH Trailer 471845 Age/Hours471846 N/A 1994 Boss BLK64MH Trailer 9471846 Age/Hours479248 2001079 1993 International 4700 1HTSCPHN7PH479248 Age/Mileage512392 401549 2006 John Deere 6420 L06420D512392 Age/Hours524929 N/A 1989 John Deere 544E DW544EB524929 Age/Hours533655 N/A 1992 John Deere 770BH DW770BH533655 Age/Hours575201 N/A 2005 Ford Ranger 1FTYR14U65PA75201 Age/Mileage575402 N/A 1992 Toyota 42-5FG25 405FGU2575402 Age/Mileage578428 N/A 1997 Club Car Carryall I F9724-578428 Age/Hours613203 2001119 2004 Dodge Intrepid 2B3HD46RX4H613203 Age/Mileage635811 2004403 2006 Ford E350 1FTSE34L66D635811 Age/Mileage635812 2004102 2006 FordE350 1FTSE34L86DB35812 Age/Mileage637094 2001247 2004 Dodge Intrepid 2B3HD46R84H637094 Age/Mileage702560 2001266 2004 Dodge Intrepid 2B3HD46R84H702560 Age/Mileage702561 2001267 2004 Dodge Intrepid 2B3HD46RX4H702561 Age/Mileage765071 401273 2007 Club Car Carryall II EG0724-765071 Age/Hours765072 401272 2007 Club Car Carryall II EG0724-765072 Age/Hours2002865 2002865 2013 Volkswagen Passat 1VWCM7A35DC054169 Age/Mileage2003448 2003448 2010 Ford F150 1FTFW1CVXAFC18032 Age/Mileage2003449 2003449 2010 Ford F150 1FTFW1CV1AFC18033 Age/Mileage2003450 2003450 2010 Chevrolet Impala 2G1WA5EK7A1235086 Age/Mileage2003461 2003461 2010 Ford F150 1FTFW1CV4AFB81365 Age/Mileage2003469 2003469 2011 Ford F250 1FD7X2ATXBEB58085 Age/Mileage2003472 2003472 2010 Chevrolet Impala 2G1WD5EM3A1205933 Age/Mileage2003473 2003473 2010 Chevrolet Impala 2G1WD5EM8A1205958 Age/Mileage2003476 2003476 2010 Chevrolet Impala 2G1WD5EM8A1202865 Age/Mileage2003479 2003479 2010 Chevrolet Impala 2G1WD5EM0A1208613 Age/Mileage

10

EQUIPMENT # ASSET # DESCRIPTION VIN REASON2003480 2003480 2010 Chevrolet Impala 2G1WD5EM6A1203268 Age/Mileage2003481 2003481 2010 Chevrolet Impala 2G1WD5EM0A1206229 Age/Mileage2003482 2003482 2010 Chevrolet Impala 2G1WD5EM4A1209683 Age/Mileage2003489 2003489 2010 Chevrolet Impala 2G1WD5EM7A1209659 Age/Mileage2003490 2003490 2010 Chevrolet Impala 2G1WD5EM4A1203723 Age/Mileage2003491 2003491 2010 Chevrolet Impala 2G1WD5EM5A1205853 Age/Mileage2003492 2003492 2010 Chevrolet Impala 2G1WD5EM7A1208639 Age/Mileage2003493 2003493 2010 Chevrolet Impala 2G1WD5EMXA1208652 Age/Mileage2003499 2003499 2010 Chevrolet Impala 2G1WD5EM2A1209861 Age/Mileage2003500 2003500 2010 Chevrolet Impala 2G1WD5EM7A1210147 Age/Mileage2003501 2003501 2010 Chevrolet Impala 2G1WD5EM1A1205106 Age/Mileage2003502 2003502 2010 Chevrolet Impala 2G1WD5EMXA1207100 Age/Mileage2003506 2003506 2010 Chevrolet Impala 2G1WD5EM1A1206000 Age/Mileage2003507 2003507 2010 Chevrolet Impala 2G1WD5EM3A1208525 Age/Mileage2003509 2003509 2010 Chevrolet Impala 2G1WD5EM5A1210129 Age/Mileage2003510 2003510 2010 Chevrolet Impala 2G1WD5EM6A1208826 Age/Mileage2003513 2003513 2010 Chevrolet Impala 2G1WD5EM1A1202920 Age/Mileage2003517 2003517 2010 Chevrolet Impala 2G1WD5EM7A1204641 Age/Mileage2003522 2003522 2010 Ford F150 1FTFW1CVXAFB81368 Age/Mileage2003525 2003525 2010 Ford F150 1FTFW1CV6AFB81366 Age/Mileage2003526 2003526 2010 Ford F150 1FTFW1CV0AFB81363 Age/Mileage2003527 2003527 2010 Ford F150 1FTFW1CV2AFB81364 Age/Mileage2003530 2003530 2010 Chevrolet Impala 2G1WD5EM8A1207564 Age/Mileage2003538 2003538 2010 Chevrolet Impala 2G1WD5EM4A1213331 Age/Mileage2003540 2003540 2010 Chevrolet Impala 2G1WD5EM3A1215135 Age/Mileage2003543 2003543 2010 Chevrolet Impala 2G1WD5EM9A1213308 Age/Mileage2003545 2003545 2010 Chevrolet Impala 2G1WD5EM3A1218181 Age/Mileage2003546 2003546 2010 Chevrolet Impala 2G1WD5EM4A1213085 Age/Mileage2003549 2003549 2010 Chevrolet Impala 2G1WD5EM0A1212757 Total Loss2003552 2003552 2011 Chevrolet Impala 2G1WD5EMXB1207101 Age/Mileage2003554 2003554 2010 Chevrolet Impala 2G1WA5EK7A1217462 Age/Mileage2003555 2003555 2010 Chevrolet Impala 2G1WA5EK8A1217650 Age/Mileage2003556 2003556 2010 Chevrolet Impala 2G1WA5EK4A1217029 Age/Mileage2003558 2003558 2010 Chevrolet Impala 2G1WA5EKXA1216791 Age/Mileage2003560 2003560 2010 Chevrolet Impala 2G1WA5EK7A1215940 Age/Mileage

11

EQUIPMENT # ASSET # DESCRIPTION VIN REASON2003561 2003561 2010 Chevrolet Impala 2G1WA5EK1A1216680 Age/Mileage2003565 2003565 2010 Chevrolet Impala 2G1WA5EK9A1214742 Age/Mileage2003566 2003566 2010 Chevrolet Impala 2G1WA5EK4A1217628 Age/Mileage2003570 2003570 2010 Chevrolet Impala 1GNMCAE0XAR246002 Age/Mileage2003571 2003571 2010 Chevrolet Impala 1GNMCAE02AR245992 Age/Mileage2003572 2003572 2010 Chevrolet Impala 1GNMCAE05AR245422 Age/Mileage2003574 2003574 2010 Chevrolet Impala 1GNMCAE05AR245467 Age/Mileage2003579 2003579 2010 Chevrolet Impala 2G1WD5EM3A1216155 Age/Mileage2003580 2003580 2010 Chevrolet Impala 2G1WD5EM6A1217705 Age/Mileage2003581 2003581 2010 Chevrolet Impala 2G1WD5EM8A1216054 Age/Mileage2003583 2003583 2010 Chevrolet Impala 2G1WD5EM1A1217725 Age/Mileage2003584 2003584 2010 Chevrolet Impala 2G1WD5EM7A1218510 Age/Mileage2003585 2003585 2010 Chevrolet Impala 2G1WD5EM8A1216930 Age/Mileage2003587 2003587 2010 Chevrolet Impala 2G1WD5EM6A1216943 Age/Mileage2003588 2003588 2010 Chevrolet Impala 1GNMCAE09AR245942 Age/Mileage2003589 2003589 2010 Chevrolet Impala 2G1WD5EM5A1219655 Age/Mileage2003592 2003592 2010 Chevrolet Impala 2G1WD5EMXA1252120 Age/Mileage2003594 2003594 2010 Chevrolet Impala 2G1WD5EM7A1250616 Age/Mileage2003597 2003597 2010 Chevrolet Impala 2G1WD5EM9A1253775 Age/Mileage2003608 2003608 2011 Harley Davidson FLHP 1HD1FMH15BB631952 Age/Mileage2003629 2003629 2011 Chevrolet Impala 2G1WD5EM2B1179102 Age/Mileage2003632 2003632 2011 Chevrolet Impala 2G1WF5EK3B1163726 Age/Mileage2003640 2003640 2010 Chevrolet Tahoe 1GNMCAE08AR201589 Age/Mileage2003643 2003643 2011 Dodge 2500 3D7UT2CL4BG536397 Age/Mileage2003644 2003644 2011 Dodge 2500 3D7UT2CL2BG536396 Age/Mileage2003681 2003681 2011 Chevrolet Impala 2G1WF5EK6B1249631 Age/Mileage2003690 2003690 2011 Chevrolet Impala 2G1WF5EK2B1249352 Age/Mileage2003691 2003691 2011 Chevrolet Impala 2G1WF5EK5B1250060 Age/Mileage2003696 2003696 2011 Chevrolet Impala 2G1WF5EK9B1248330 Age/Mileage2003698 2003698 2011 Chevrolet Impala 2G1WF5EK0B1248801 Age/Mileage2003723 2003723 2011 Chevrolet Impala 2G1WD5EM2B1264232 Age/Mileage2003727 2003727 2011 Chevrolet Impala 2G1WD5EM2B1261959 Age/Mileage2003731 2003731 2011 Chevrolet Impala 2G1WD5EM5B1265388 Age/Mileage2003733 2003733 2011 Chevrolet Impala 2G1WD5EM7B1265764 Age/Mileage2003735 2003735 2011 Chevrolet Impala 2G1WD5EM0B1259790 Age/Mileage

12

EQUIPMENT # ASSET # DESCRIPTION VIN REASON2003742 2003742 2011 Chevrolet Impala 2G1WD5EM0B1265296 Age/Mileage2003743 2003743 2011 Chevrolet Impala 2G1WD5EM1B1262195 Age/Mileage2003744 2003744 2011 Chevrolet Impala 2G1WD5EMXB1257710 Age/Mileage2003745 2003745 2011 Chevrolet Impala 2G1WD5EM8B1265434 Age/Mileage2003750 2003750 2011 Chevrolet Impala 2G1WD5EM7B1264582 Age/Mileage2003751 2003751 2011 Chevrolet Impala 2G1WD5EM3B1265020 Age/Mileage2003755 2003755 2011 Chevrolet Impala 2G1WD5EM7B1266221 Age/Mileage2003756 2003756 2011 Chevrolet Impala 2G1WD5EM1B1260978 Age/Mileage2003758 2003758 2011 Chevrolet Impala 2G1WD5EM6B1265805 Age/Mileage2003759 2003759 2011 Chevrolet Impala 2G1WD5EM0B1264973 Age/Mileage2003763 2003763 2011 Chevrolet Impala 2G1WD5EM5B1266864 Age/Mileage2003769 2003769 2011 Chevrolet Impala 2G1WD5EM9B1264566 Age/Mileage2003770 2003770 2011 Chevrolet Impala 2G1WD5EM6B1265206 Age/Mileage2003777 2003777 2011 Chevrolet Impala 2G1WD5EM4B1262787 Age/Mileage2003780 2003780 2011 Chevrolet Impala 2G1WD5EM4B1262501 Age/Mileage2003781 2003781 2011 Chevrolet Impala 2G1WD5EM1B1260513 Total Loss2003785 2003785 2011 Chevrolet Impala 2G1WD5EM9B1261893 Age/Mileage2003806 2003806 2011 Chevrolet Impala 2G1WD5EM1B1272368 Total Loss2003812 2003812 2011 Chevrolet Impala 2G1WD5EM6B1276576 Age/Mileage2003813 2003813 2011 Chevrolet Impala 2G1WD5EM5B1272390 Age/Mileage2003816 2003816 2011 Chevrolet Impala 2G1WD5EM9B1276118 Age/Mileage2003817 2003817 2011 Chevrolet Impala 2G1WD5EM7B1274514 Age/Mileage2003818 2003818 2011 Chevrolet Impala 2G1WD5EM9B1272831 Age/Mileage2003819 2003819 2011 Chevrolet Impala 2G1WD5EM9B1276152 Age/Mileage2003820 2003820 2011 Chevrolet Impala 2G1WD5EM5B1273958 Age/Mileage2003821 2003821 2011 Chevrolet Impala 2G1WD5EM2B1273559 Age/Mileage2003828 2003828 2011 Chevrolet Impala 2G1WD5EM3B1274364 Age/Mileage2003829 2003829 2011 Chevrolet Impala 2G1WD5EM7B1275016 Age/Mileage2003833 2003833 2011 Chevrolet Impala 2G1WD5EM0B1270451 Age/Mileage2003835 2003835 2011 Harley Davidson FLHP 1HD1FHM12BB662558 Age/Mileage2003836 2003836 2011 Harley Davidson FLHP 1HD1FHM1XBB662792 Age/Mileage2005022 2005022 2013 Toyota Prius JTDKN3DU2D5607695 Age/Mileage2005269 N/A 2010 Cadillac CTS 1G6DK5EV1A0109827 Age/Mileage2005299 2005299 2013 Chevrolet Silverado 3GCPCREA5DG152787 Age/Mileage2005378 2005378 2014 Subaru Forester JF2SJAPC0EH424171 Age/Mileage

13

EQUIPMENT # ASSET # DESCRIPTION VIN REASON2005427 2005427 2013 Dodge Ram 1500 1C6RR6KT3DS629230 Age/Mileage2005462 2005462 2012 Dodge Ram 3C7WDMCL6CG121842 Age/Mileage2005465 2005465 2012 Dodge Ram 3C7WDMCL3CG122902 Age/Mileage2005467 2005467 2011 Chevrolet Impala 2G1WD5EMXB1270618 Age/Mileage2005468 2005468 2011 Chevrolet Impala 2G1WD5EMXB1270196 Age/Mileage2005469 2005469 2011 Chevrolet Impala 2G1WD5EM5B1269229 Age/Mileage2005470 2005470 2011 Chevrolet Impala 2G1WD5EM8B1269368 Age/Mileage2005471 2005471 2011 Chevrolet Impala 2G1WD5EM4B1263311 Age/Mileage2005472 2005472 2011 Chevrolet Impala 2G1WD5EMXB1271574 Age/Mileage2005481 2005481 2012 Dodge Ram 3C7WDMCL3CG126870 Age/Mileage2005525 2005525 2013 Jeep Grand Cherokee 1C4RJEBG8DC504408 Age/Mileage2005528 2005528 2013 Ford Mustang 1ZVBP8CF3D5225926 Age/Mileage2005529 2005529 2012 Ford F150 1FTFW1ET7CFC48331 Age/Mileage2005532 2005532 2013 Volkswagen CC WVWRP7AN1DE516253 Age/Mileage2005639 2005639 2013 Chevrolet Impala 2G1WD5E3XD1144432 Total Loss2005651 2005651 2013 Chevrolet Impala 2G1WD5E33D1139282 Age/Mileage2005656 2005656 2013 Ford Mustang 1ZVBP8CF7D5272151 Age/Mileage2005664 2005664 2013 Chevrolet Tahoe 1GNLC2E01DR165962 Age/Mileage2005665 2005665 2013 Chevrolet Tahoe 1GNLC2E02DR165890 Age/Mileage2005676 2005676 2013 Chevrolet Impala 2G1WD5E39D1139898 Age/Mileage2005684 2005684 2013 Ford Taurus 1FAHP2L81DG157728 Age/Mileage2005691 2005691 2012 Dodge 5500 3C7WDMCL7CG304716 Age/Mileage2005692 2005692 2012 Dodge 5500 3C7WDMCL9CG304717 Age/Mileage2005693 2005693 2012 Dodge 5500 3C7WDMCL0CG304718 Age/Mileage2005694 2005694 2012 Dodge 5500 3C7WDMCL5CG304715 Age/Mileage2005696 2005696 2012 Dodge 5500 3C7WDMCL4CG300235 Age/Mileage2005698 2005698 2011 Dodge Charger 2B3CL5CT4BH592865 Age/Mileage2005699 2005699 2011 Dodge Challenger 2B3CJ5DT4BH516860 Age/Mileage2005700 2005700 2010 Dodge Challenger 2B3CJ5DT9AH282164 Age/Mileage2005701 2005701 2012 Dodge Ram 1500 1C6RD6FTXCS330406 Age/Mileage2005703 2005703 2013 Dodge Charger 2C3CDXCT9DH679935 Age/Mileage2005704 2005704 2013 Ford Edge 2FMDK3JC5DBB77553 Age/Mileage2005705 2005705 2013 Ford Mustang 1ZVBP8CF0E5209166 Age/Mileage2005706 2005706 2013 Ford Escape 1FMCU0J91DUD48463 Age/Mileage2005708 2005708 2013 Hyundai Genesis KMHHU6KJGDU099479 Age/Mileage

14

EQUIPMENT # ASSET # DESCRIPTION VIN REASON2005709 2005709 2013 Hyundai Genesis KMHGC4DDU235487 Age/Mileage2005710 2005710 2012 Nissan Xterra 5N1AN0NWXCN800634 Age/Mileage2005711 2005711 2013 Nissan Titan 1N6BA0EK3DN309287 Age/Mileage2005712 2005712 2013 Ford Explorer 1FM5K7D8XDGC67485 Age/Mileage2005714 2005714 2013 Chrysler 300 2C3CCABG2DH691526 Age/Mileage2005715 2005715 2013 Dodge Durango 1C4SDHCT5DC660363 Age/Mileage2005716 2005716 2013 Hyundai Genesis KMHHU6KJ6DU098865 Age/Mileage2005742 2005742 2013 GMC Sierra 3GTP2WE26DG323301 Age/Mileage2005766 2005766 2013 Toyota FJ Cruiser JTEZU4BF9DK013338 Age/Mileage2005769 2005769 2013 Dodge Dart 1C3CDFCH9DD157096 Total Loss2005828 2005828 2013 Chevrolet Impala 2G1WD5E37D1256069 Total Loss2005863 2005863 2013 Chevrolet Impala 2G1WD5E32D1256433 Total Loss2005884 2005884 2013 Chevrolet Impala 2G1WD5E38D1255500 Total Loss2005958 2005958 2014 Ford F150 1FTFW1EF3EFC51725 Age/Mileage2005962 2005962 2015 Ford Taurus 1FAHP2MT1FG11550 Total Loss2006138 2006138 2015 Chevrolet Impala 2G1WD5E33F1106964 Total Loss

A6378879 N/A 2010 Chevrolet Equinox 2CNFLCEW1A6378879 ConfiscatedC004591 N/A 1999 Honda Prelude JHMBB6245XC004591 ConfiscatedC005507 N/A 2008 Honda Accord JHMCP26348C005507 ConfiscatedC21318 2002634 2008 Ford F350 1FDWF30558EC21318 Age/Mileage

E081002232 N/A 2008 Scion XB JTLKE50E081002232 ConfiscatedH504053 N/A 1993 Honda Civic 2HGEH2366PH504053 ConfiscatedH535134 N/A 1992 Honda Civic 2HGEH2351NH535134 ConfiscatedK135395 N/A 2003 Chevrolet Monte Carlo 2G1WX12K239135395 ConfiscatedL047649 N/A 2002 Honda Civic 1HGEM22962L047649 Confiscated

M0040007 N/A 1991 Toyota Celica JT2AT86F8M0040007 ConfiscatedM212894 N/A 2005 Infiniti G35 JNKCV51E15M212894 ConfiscatedM627948 N/A 2006 Volkswagen Jetta 3VWSG71K86M627948 ConfiscatedP286348 N/A 2002 Volkswagen Passat WVWRH63B62P286348 ConfiscatedR014803 N/A 2008 Mercedes Benz C300 WDDGF54X98R014803 ConfiscatedR708900 N/A 1999 Chevrolet GMT-400 1GCGC24R2XR708900 ConfiscatedS106382 N/A 2007 Dodge Ram 1D7HA18P47S106382 ConfiscatedS165258 N/A 2012 Dodge Ram 1C6RD7KT1CS165258 ConfiscatedS233517 N/A 2002 Toyota Tundra 5TBRT34102S233517 ConfiscatedT1041892 N/A 1996 Chevrolet Van 1GCEG15W9T1041892 Confiscated

15

EQUIPMENT # ASSET # DESCRIPTION VIN REASONT700136 N/A 2002 Orion Transit Bus 1VHGH3C2326700136 Age/MileageT700138 N/A 2002 Orion Transit Bus 1VHGH3C2726700138 Age/MileageT700139 N/A 2002 Orion Transit Bus 1VHGH3C2926700139 Age/MileageT700140 N/A 2002 Orion Transit Bus 1VHGH3C2526700140 Age/MileageT700142 N/A 2002 Orion Transit Bus 1VHGH3C2926700142 Age/MileageT700143 N/A 2002 Orion Transit Bus 1VHGH3C2026700143 Age/MileageT700144 N/A 2002 Orion Transit Bus 1VHGH3C2226700144 Age/MileageT700150 N/A 2002 Orion Transit Bus 1VHGH3C2826700150 Age/MileageT700151 N/A 2002 Orion Transit Bus 1VHGH3C2X26700151 Age/MileageT700152 N/A 2002 Orion Transit Bus 1VHGH3C2126700152 Age/MileageT700157 N/A 2002 Orion Transit Bus 1VHGH3C2026700157 Age/MileageT700158 N/A 2002 Orion Transit Bus 1VHGH3C2226700158 Age/MileageT700159 N/A 2002 Orion Transit Bus 1VHGH3C2426700159 Age/MileageT700160 N/A 2002 Orion Transit Bus 1VHGH3C2026700160 Age/MileageT700167 N/A 2002 Orion Transit Bus 1VHGH3C2326700167 Age/MileageT700168 N/A 2002 Orion Transit Bus 1VHGH3C2526700168 Age/MileageT700169 N/A 2002 Orion Transit Bus 1VHGH3C2726700169 Age/MileageT700176 N/A 2002 Orion Transit Bus 1VHGH3C2426700176 Age/MileageT700242 N/A 2002 Orion Transit Bus 1VHGD3C2826700242 Age/MileageT700268 N/A 2002 Orion Transit Bus 1VHGD3C2426700268 Age/MileageT700285 N/A 2002 Orion Transit Bus 1VHGD3C2426700285 Age/MileageT700300 N/A 2002 Orion Transit Bus 1VHGD3C2726700300 Age/MileageT700301 N/A 2002 Orion Transit Bus 1VHGD3C2926700301 Age/MileageT700302 N/A 2002 Orion Transit Bus 1VHGD3C2026700302 Age/MileageT700307 N/A 2002 Orion Transit Bus 1VHGD3C2X26700307 Age/MileageT700309 N/A 2002 Orion Transit Bus 1VHGD3C2326700309 Age/MileageT700310 N/A 2002 Orion Transit Bus 1VHGD3C2X26700310 Age/MileageT700311 N/A 2002 Orion Transit Bus 1VHGD3C2126700311 Age/MileageW142463 N/A 1997 Nissan Pathfinder JN8AR05Y0VW142463 ConfiscatedZ103070 N/A 1996 Chevrolet Silverado 1GCEC14R3TZ103070 ConfiscatedZ175916 N/A 2002 GMC Sierra 1GTHC29UX2Z175916 Confiscated

QTY ITEM ASSET # BRAND MODEL # SERIAL # DEPARTMENT CONTACT CONDITION/ COMMENTS

1 42" Plasma Display Television 300524 Panasonic N/A 550049 Finance--Tax

Assessor's Office

Crystal Henchel/Ginger

RoderickDoesn't work

1 Sextant 300385 Trimble GTS-303 EJ0216 DWR Sean Walker Used

1 X-Ray Machine 300488 DynaRad HF-110A HF-110-S 1777 GCPD Sgt. Fish Used

1 Linescan Astrophysics 301202 EG&G SYS 215 52689 Sheriff Sgt. Gropp In Need of Repair

1 Information Desk 300431 Qualis N/A 38642 Library Lesley Harrison Used

1 Help Desk - Large Section 303410 N/A N/A N/A Library Lesley Harrison Used

1 Help Desk - Small Section 303411 N/A N/A N/A Library Lesley Harrison Used

1 Help Desk - Large/Small Section 301688 N/A N/A N/A Library Lesley Harrison Used

1 Circulation Desk 300435 N/A N/A 38889 Library Lesley Harrison Used1 Information Desk 300436 N/A N/A 38890 Library Lesley Harrison Used1 Security Gates 502033 Tech Logic N/A N/A Library Lesley Harrison Used1 Security Gates 303517 Tech Logic N/A N/A Library Lesley Harrison Used

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval/authorization

Item of Business:

for the Chairman to execute any and all documents necessary to grant an easement to Georgia Power Company forconstruction and maintenance of electrical service for the Gwinnett County Lilburn Branch Library and City Hall (Tax Parcel6­147­280). Subject to approval as to form by the Law Department. District 2/Howard

Authorization:

Staff Recommendation ApprovalDepartment Head ahparham (2/18/2016)Attorney fsfields (3/1/2016)

Budgeted Fund Name Current Balance Requested Allocation N/A * N/A

Financial Services Use Only

GCID #20160250

Submitted By: Angelia Parham, Director

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* No budget impact.

Director's Initialsmbwoods(3/1/2016)

Department: Support Services

Multiple Depts? No

Budget Type: Neither

Group With GCID #:

Special Routing:

Date Submitted: 02/18/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Memorandum, GIS Map, Location Map, Vicinity Map, Easement Document

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(2/29/2016)

M E M O R A N D U M

TO: Gwinnett County Board of Commissioners FROM: Angelia Parham, Director Department of Support Services SUBJECT: Agenda Item 2016-0250 March 15, 2016 Board of Commissioners Consideration DATE: February 12, 2016 ITEM OF BUSINESS Approval and authorization for the Chairman to execute any and all documents necessary to grant an easement to Georgia Power Company for construction and maintenance of electrical service for the Gwinnett County Lilburn Branch Library and City Hall (Tax Parcel 6-147-280). All documents are subject to review and approval by the Law Department. District 2/Howard BACKGROUND AND DISCUSSION The easement is necessary to install electrical service for the Gwinnett County Lilburn Branch Library and City Hall. The City of Lilburn has approved the proposed easement. IN SUMMARY AND CONCLUSION If approved, this easement will be granted to Georgia Power.

Page 1 of 2

Easement

STATE OF GEORGIA, Name of Line. LANFORD/A2472

Gwinnett COUNTY Account No. GP267E01616

Received of GEORGIA POWER COMPANY, hereinafter called the Company, the sum of One Dollar ($1.00), in

consideration of which Gwinnett County, Georgia, and City of Lilburn (Undersigned) whose

Post Office Address is 75 Langley Dr. Lawrenceville, GA 30046

do(es) hereby grant and convey to said Company, its successors and assigns, the right, privilege and easement to go in, upon, along,

across

and under that tract of land owned by the Undersigned in Land Lot(s) Number 30

of the 6th Land District, Gwinnett County,

State of Georgia, known as City Hall and Branch Library, 4838 Vankirk Street, Lilburn, GA 30047

(street address) and said lands being more particularly described on a plat marked “Exhibit A” attached hereto and made a part hereof,

together with the right to construct, operate, and maintain continuously upon and under said land, its lines for transmitting electric current, with poles,

wires, transformers, service pedestals, and other necessary apparatus, fixtures and appliances, including the right to stretch communication wires on said

poles, or under said lands with necessary appliances; with the right to permit the attachment of the wires and appliances of any other company, or

person, to said poles; together with the right at all times to enter upon said premises for the purpose of inspecting said lines, making repairs, renewals,

alterations and extensions thereon, thereunder, thereto or therefrom; together with the right to cut away and keep clear of said overhead or underground

lines, transformers, fixtures and appliances, all trees and other obstructions that may in the opinion of the Company now or hereafter in any way interfere

or be likely to interfere with the proper operation of said overhead or underground lines, transformers, fixtures, and appliances; also the right of ingress

and egress over said land to and from said lines. Any timber cut on said land by or for said Company shall remain the property of the owner of said

timber.

The undersigned does not convey any land, but merely grants the rights, privileges and easements hereinbefore set out.

Said Company shall not be liable for nor bound by any statement, agreement or understanding not herein expressed.

IN WITNESS WHEREOF, the said Gwinnett County, Georgia

ha__ hereunto set ______ hand(s) and seal(s) this day of , 20 .

Signed, sealed and delivered in the presence of: GWINNETT COUNTY, GEORGIA

By:

Witness Charlotte J. Nash, Chairman

Attest:

Notary Public Diane Kemp, County Clerk (COUNTY SEAL)

(This easement is to be signed in the presence of two (2) witnesses, one of whom must be a Notary Public.) Easement.doc

Page 2 of 2

IN WITNESS WHEREOF, the said City of Lilburn

has hereunto set his hand and seal this day of , 20 .

Signed, sealed and delivered in the presence of: UNDERSIGNED

By:

Witness Johnny D. Crist, Mayor

Attest: Notary Public Name: (SEAL) (This easement is to be signed in the presence of two (2) witnesses, one of whom must be a Notary Public.)

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Award

Item of Business:

BL011­16, Peachtree Industrial Boulevard and Tench Road pedestrian safety improvement project, to low bidder, CMES,Inc., amount not to exceed $430,842.00. Authorization for Chairman to execute contracts subject to approval as to form bythe Law Department and proof of authenticity of bonds. Contracts to follow award. This contract is funded by the 2014SPLOST Fund. District 1/Brooks

Authorization:

Staff Recommendation AwardDepartment Head archapman (2/25/2016)Attorney dsmorelli (3/3/2016)

Budgeted Fund Name Current Balance Requested AllocationYes 2014 SPLOST $435,067 * $430,842

Financial Services Use Only

GCID #20160254

Submitted By: Purchasing ­ Jeannie Caldwell ­ CD

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Amount available in the PIB & Tench Rd Pedestrian Safety Improvement project.

Director's Initialsmbwoods(3/3/2016)

Department: Transportation

Multiple Depts? No

Budget Type: Capital

Group With GCID #:

Special Routing:

Date Submitted: 02/19/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Summary Sheet, Justification Letter, Tabulation, Justification Support

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/2/2016)

SUMMARY – BL011-16 Peachtree Industrial Boulevard and Tench Road Pedestrian Safety Improvement Project

PURPOSE: This project consists of .971 miles of clearing & grubbing, asphalt paving, curb & gutter, sidewalk, striping and traffic signal.

LOCATION: District 1/Brooks

AMOUNT TO BE SPENT: $430,842.00

PREVIOUS CONTRACT AWARD AMOUNT: N/A

AMOUNT SPENT PREVIOUS CONTRACT: N/A

INCREASE/DECREASE (CURRENT CONTRACT VS. PREVIOUS CONTRACT):

N/A

NUMBER OF BIDS/PROPOSALS MAILED: 38 119 website viewings

NUMBER OF RESPONSES: 4

PRE-BID/PROPOSAL CONFERENCE HELD (YES/NO) IF YES, NUMBER OF FIRMS REPRESENTED:

No

REASONS FOR LIMITED RESPONSE (IF RELEVANT):

There are a limited number of contractors with the available crews and experience needed to complete this project within the specified time.

RENEWAL OPTION NUMBER N/A

MARKET PRICES COMPARISON (FOR RENEWALS): N/A

CONTRACT TERM: 40 available days

COMMENTS:

11.21.13.1time

MEMORANDUM TO: Christopher Duncan, Purchasing Associate II

Purchasing Division, DOFS THROUGH: Alan R. Chapman, P.E., Director

Department of Transportation FROM: Jody Woodall, P.E.

Department of Transportation SUBJECT: Recommendation for award of BL011-16

Peachtree Industrial Boulevard and Tench Road Pedestrian Safety Improvement Project PN F-1124 District 1/Brooks

DATE: March 15, 2016 REQUESTED ACTION The Department of Transportation recommends award of the above referenced pedestrian safety improvement project to CMES, Inc., as this firm submitted the lowest bid in the amount of $430,842.00. DESCRIPTION The CMES, Inc., bid represents 98.35% of the estimated cost. This is the lowest of four bids received. The Peachtree Industrial Boulevard and Tench Road sidewalk project will provide travel ways for pedestrians from Level Creek Elementary School to North Gwinnett Middle School. The project will also deliver crosswalks and new pedestrian signals at the intersection of Peachtree Industrial Boulevard with Tench Road. Additionally, curb and gutter and drainage improvements will also be constructed as part of the project. This Contract is funded by the 2014 SPLOST program fund. References checked? FINANCIAL 1. Estimated amount to be spent: $430,842.00 2. Do total obligations agree with “Action Requested”? Yes X No 3. Budgeted: Yes X No 4. Contact name: Alan R. Chapman, P.E. Contact phone: 770-822-7480 5. Proposed Funding:

Fiscal Year (FY) Fund Fund

Center Cost

Center Commitment

Item WBS Element Amount % of Award Amount

2016 319 209000 50802000 F-1124-01-3-03 $430,842.00 100%

Total $430,842.00 100%

Transfer Required: Yes No X If Yes, transfer from:

Fiscal Year (FY) Fund Fund

Center Cost

Center Commitment

Item WBS Element Amount

X Yes No

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Award

Item of Business:

BL018­16, resurfacing of County roads on a term contract, North and Northwest Sections to low bidder, E.R. SnellContractor, Inc. and Southwest Section to low bidder, Pittman Construction Company, Inc., base bid $15,223,432.50.Authorization for Chairman to execute contracts subject to approval as to form by the Law Department and proof ofauthenticity of bonds. Contracts to follow award. This contract is funded 47% by the 2014 SPLOST Program, 30% by theGeorgia Department of Transportation, and 23% by the 2009 SPLOST Program.

Authorization:

Staff Recommendation AwardDepartment Head archapman (3/2/2016)Attorney dsmorelli (3/4/2016)

Budgeted Fund Name Current Balance Requested AllocationYesYes

2009 SPLOST 2014 SPLOST

$4,834,634 * $14,221,084 *

$3,533,634 $11,689,799

Financial Services Use Only

GCID #20160277

Submitted By: Purchasing ­ Jeannie Caldwell ­ CD

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* The current balance in the 2009/2014 SPLOST Rehab/Resurfacing project is checkedas services are provided. The requested allocation is an estimate based on therecommended base bid.

Director's Initialsmbwoods(3/3/2016)

Department: Transportation

Multiple Depts? No

Budget Type: Capital

Group With GCID #:

Special Routing:

Date Submitted: 03/02/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Summary Sheet, Justification Letter, Tabulation

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/3/2016)

SUMMARY – BL018-16 Resurfacing of County Roads on a Term Contract

PURPOSE: Patching and resurfacing of roads throughout the County as needed.

LOCATION: Various locations throughout Gwinnett County

AMOUNT TO BE SPENT: $15,223,432.50

PREVIOUS CONTRACT AWARD AMOUNT: $13,336,260.00

AMOUNT SPENT PREVIOUS CONTRACT: $14,383,567.28

INCREASE/DECREASE (CURRENT CONTRACT VS. PREVIOUS CONTRACT):

10.15% increase

NUMBER OF BIDS/PROPOSALS MAILED: 53 171 website viewings

NUMBER OF RESPONSES: 5

PRE-BID/PROPOSAL CONFERENCE HELD (YES/NO) IF YES, NUMBER OF FIRMS REPRESENTED:

Yes 7

REASONS FOR LIMITED RESPONSE (IF RELEVANT): N/A

RENEWAL OPTION NUMBER N/A

MARKET PRICES COMPARISON (FOR RENEWALS): N/A

CONTRACT TERM: Upon issuance of Notice to Proceed through December 31, 2016

COMMENTS:

11.21.13.annual/renew

MEMORANDUM TO: Chris Duncan, Purchasing Associate II

Purchasing Division, DOFS FROM: Alan Chapman, P.E., Director

Department of Transportation SUBJECT: Recommendation to Award BL018-16

Resurfacing of County Roads on a Term Contract DATE: March 15, 2016 REQUESTED ACTION The Department of Transportation recommends award of the above referenced contract to low bidders E.R. Snell Contractor, Inc., and Pittman Construction Company in the amount of $15,223,432.50 (North Section $6,084,232.50 low bidder E.R. Snell Contractor, Inc., Northwest Section $5,068,625.00 low bidder E.R. Snell Contractor, Inc., and Southwest Section $4,070,575.00 low bidder Pittman Construction Company). These are the lowest of five bids received. This contract is funded 47% by the 2014 SPLOST Program, 30% by the Georgia Department of Transportation, 23% by the 2009 SPLOST program. DESCRIPTION Resurfacing of County Roads. References checked? FINANCIAL 1. Estimated amount to be spent: $ 15,223,432.50 . 2. Amount spent previous contract period: $ 14,383,567.28 (projected 12 month amount) 3. Do total obligations agree with “Action Requested”? Yes X No 4. Budgeted: Yes X No 5. Contact name: Mark Stonecypher Contact phone: 770-822-7414 6. Proposed Funding:

Fiscal Year (FY) Fund Fund

Center Cost

Center Commitment

Item WBS Element Amount % of Award Amount

2016 318 50704201 M-0663-16-3-03 $3,533,634.10 23%

2016 319 50704201 M-0663-16-3-03 $5,678,798.40 37%

2016 319 50704201 M-0663-08-3-03-1 $1,514,915.76 10%

2016 319 50704201 M-0663-08-3-03-2 $4,496,084.24 30%

TOTAL $15,223,432.50 100%

Transfer Required: Yes No X If Yes, transfer from: Fiscal Year

(FY) Fund Fund Center

Cost Center

Commitment Item WBS Element Amount

X Yes No

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

and adoption of a Resolution providing for additional streetlight improvements in Community Improvement Districts, subjectto approval as to form by the Law Department.

Authorization:

Staff Recommendation ApprovalDepartment Head archapman (2/26/2016)Attorney dsmorelli (3/4/2016)

Budgeted Fund Name Current Balance Requested Allocation N/A *

Financial Services Use Only

GCID #20160263

Submitted By: jehoward

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* There is no budget impact for this resolution. Funding for individual CID streetlightprojects will be addressed through the streetlight petition approval process and will beallocated from the 2009 SPLOST program.

Director's Initialsmbwoods(3/3/2016)

Department: Transportation

Multiple Depts?

Budget Type: Capital

Group With GCID #:

Special Routing:

Date Submitted: 02/23/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Memorandum, Resolution

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/3/2016)

M E M O R A N D U M

TO: Board of Commissioners

FROM: Alan R Chapman, P.E., Director Department of Transportation SUBJECT: Streetlight Improvements in Community Improvement Districts

Resolution DATE: March 15, 2016 The Gwinnett County Department of Transportation requests approval and adoption of a Resolution that will allow for the payment of capital costs for additional streetlight improvements in Community Improvement Districts (CIDs) from allocated Special Purpose Local Option Sales Tax (SPLOST) funds. This Resolution will allow for capital outlay costs associated with the installation of standard poles and streetlights in CIDs to be paid for through the 2009 SPLOST Program, by way of a petition process similar to the one currently used by older, residential subdivisions. Additional capital costs associated with more expensive poles and streetlights will be the responsibility of the CID. Operations and maintenance costs will be assessed to CID taxpayers. Thank you for your consideration in this matter. Should you have any questions, please feel free to contact me at 770.822.7417.

Resolution Number: DOT-2016- GCID Number: 2016-

1 of 5

GWINNETT COUNTY

BOARD OF COMMISSIONERS

LAWRENCEVILLE, GEORGIA

RESOLUTION ENTITLED: A Resolution Providing for Additional Streetlight Improvements

in Community Improvement Districts

READING AND ADOPTION:

At the regular meeting of the Gwinnett County Board of Commissioners held in

the Gwinnett Justice and Administration Center, Auditorium, 75 Langley Drive,

Lawrenceville, Georgia.

Name Present Vote

Charlotte J. Nash, Chairman

Jace Brooks, District 1

Lynnette Howard, District 2

Tommy Hunter, District 3

John Heard, District 4

On motion of _______________ which carried ____, the following Resolution

entitled “A Resolution Providing for Additional Streetlight Improvements in Community

Improvement Districts” was adopted by the Gwinnet County Board of Commissioners:

A RESOLUTION PROVIDING FOR ADDITIONAL STREETLIGHT

IMPROVEMENTS IN COMMUNITY IMPROVEMENT DISTRICTS

WHEREAS, Gwinnett County has an interest in ensuring the health, safety, and

welfare of its citizens; and

WHEREAS, the effective lighting of streets has been shown to increase safety for

both motorists and pedestrians; and

WHEREAS, Gwinnett County currently has a Streetlight Program which allows

for citizens who reside in residential subdivisions without streetlights to petition the

Resolution Number: DOT-2016- GCID Number: 2016-

2 of 5

Gwinnett County Department of Transportation for the installation of streetlight

improvements; and

WHEREAS, the Board of Commissioners has authorized the Director of the

Gwinnett County Department of Transportation to utilize Special Purpose Local Option

Sales Tax (“SPLOST”) funds from the 2009 SPLOST Program to pay for the capital costs

of streetlight improvements in these residential subdivisions; and

WHEREAS, in these petitions, citizens agree that they will bear the costs of the

maintenance and operation of the streetlight improvements in their subdivision pursuant

to the terms of the Gwinnett County Department of Transportation’s Street Lighting

Program and Chapter 94 of the Gwinnett County Code of Ordinances; and

WHEREAS, several Community Improvement Districts (“CIDs”) have contacted

the Gwinnett County Department of Transportation requesting financial assistance with

the installation of additional streetlight improvements within their districts pursuant to a

petition process that is similar to the one employed for streets located in residential

subdivisions; and

WHEREAS, Gwinnett County desires to provide such a petition process for

additional streetlight improvements within CIDs, with SPLOST funds from the 2009

SPLOST Program being used to fund the capital costs of installation of the additional

streetlight improvements, and the CID members being assessed for the operational

costs of the additional streetlight improvements in their districts; and

WHEREAS, the installation of these additional streetlight improvements will be a

benefit to Gwinnett County and its citizens by providing street lighting and therefore

Resolution Number: DOT-2016- GCID Number: 2016-

3 of 5

ensuring the health, safety, and welfare of its citizens, and also reducing crime, increasing

property values and adding to the quality of life of Gwinnett County citizens;

NOW, THEREFORE, THE BOARD OF COMMISSIONERS DOES

HEREBY RESOLVE AS FOLLOWS:

I.

The Board of Commissioners authorizes the Director of the Gwinnett County

Department of Transportation to initiate and maintain a petition process as part of the

Streetlight Program to permit CIDs to request additional streetlight improvements

within their districts, similar to the process currently used by citizens to petition for the

installation of streetlights in residential subdivisions.

In addition to the information concerning the additional streetlight

improvements required to be furnished to the Director, the petition shall also include a

copy of a resolution by the CID and certified minutes showing that the CID board of

directors or governing body has duly adopted the resolution approving the petition, and

approval by a majority of the electors present and voting at a caucus of electors of the

CID.

The Board of Commissioners further authorizes the Director of the Gwinnett

County Department of Transportation to utilize the allocated funds from the 2009

SPLOST program to pay for the capital costs of additional streetlight improvements in

CIDs. These SPLOST funds shall be used only for the payment of capital costs as

defined and limited herein and shall in no way be used for the operational costs of the

additional streetlight improvements once installed. The capital costs of additional

streetlight improvements in CIDs which may be paid for utilizing the allocated funds

Resolution Number: DOT-2016- GCID Number: 2016-

4 of 5

from the 2009 SPLOST program are limited to the cost of standard streetlight poles, if

necessary, as well as the cost of standard lighting fixtures, with the said standard as may

be determined from time to time by the Gwinnett County Department of

Transportation. Additional capital costs for specialized or decorative lighting poles or

fixtures beyond these standards will be the sole responsibility of the CIDs. Similarly, if a

CID desires any pedestrian lighting to be included as part of the additional streetlight

improvements, the CID will be responsible for all capital costs associated with the

pedestrian lighting.

The operational costs of the additional streetlight improvements shall be

assessed by Gwinnett County to those members of the CID who own improved real

property located on a section of right of way within which the additional streetlight

improvements are located pursuant to the requirements set forth in the Gwinnett

County Department of Transportation’s Street Light Program and Chapter 94 of the

Gwinnett County Code of Ordinances. The operational costs of any pedestrian lighting

shall be assessed by Gwinnett County to those members of the CID who own improved

real property located on that side of a section of right of way within which the

pedestrian lighting is located pursuant to the requirements set forth in Chapter 94 of

the Gwinnett County Code of Ordinances.

GWINNETT COUNTY BOARD OF COMMISSIONERS

BY: __________________________

CHARLOTTE J. NASH, CHAIRMAN

ATTEST:

BY: _______________________

Resolution Number: DOT-2016- GCID Number: 2016-

5 of 5

DIANE KEMP, COUNTY CLERK

(SEAL)

APPROVED AS TO FORM:

BY: _______________________

MICHAEL P. LUDWICZAK

CHIEF ASSISTANT COUNTY ATTORNEY

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval/authorization

Item of Business:

for the Chairman to execute an Agreement with the Gwinnett Place Community Improvement District (CID) for aTransportation study. This study will update traffic volume data and growth trends. The County will contribute a maximum of$53,000.00 toward the total study cost. The CID will be responsible for the remaining amount of the project cost.Authorization for the Chairman to execute any and all related documents, subject to approval as to form by the LawDepartment. This study is funded by the 2009 SPLOST Program. District 1/Brooks

Authorization:

Staff Recommendation ApprovalDepartment Head archapman (2/29/2016)Attorney dsmorelli (3/4/2016)

Budgeted Fund Name Current Balance Requested AllocationYes 2009 SPLOST $53,000 * $53,000

Financial Services Use Only

GCID #20160262

Submitted By: jehoward

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Funds available in the 2009 & 2014 SPLOST Trans Planning ­ Gwinnett Place CIDproject.

Director's Initialsmbwoods(3/3/2016)

Department: Transportation

Multiple Depts?

Budget Type: Capital

Group With GCID #:

Special Routing:

Date Submitted: 02/23/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Memorandum, Agreement

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/3/2016)

M E M O R A N D U M

TO: Board of Commissioners

FROM: Alan R Chapman, P.E., Director Department of Transportation SUBJECT: Agreement with Gwinnett Place Community Improvement District for a Transportation Study DATE: March 15, 2016 The Department of Transportation requests approval and authorization for the Chairman to execute an Agreement with Gwinnett Place Community Improvement District for a transportation study which will include an update of the technical analysis performed in the previous corridor studies to reflect current volume data and growth trends. The traffic analysis will be expanded to examine additional growth areas. Existing conditions and planned improvements will be updated to reflect programmed, planned and completed projects. Costs will be updated based on recent trends and data. We would also request approval for the Chairman to execute any and all related documents, subject to approval by the Law Department. The County will contribute a maximum of $53,000.00 toward the total study cost. This study is funded by the 2009 SPLOST Program and lies within District 1/Brooks. Thank you for your consideration in this matter. Should you have any questions, please feel free to contact me at 770.822.7417.

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval/authorization

Item of Business:

for the Chairman to execute an Agreement with Jackson Electric Membership Corporation for improvements onSR20/Buford Drive. This agreement will allow Jackson EMC to incorporate necessary improvements to SR 20 which areassociated with a County planned widening project. The County will contribute a maximum of $180,260.83 for constructionand a maximum of $56,809.00 for required right of way. Maximum cost to the County is $237,069.83. Authorization for theChairman to execute any and all related documents, subject to approval as to form by the Law Department. This project isfunded by the 2014 SPLOST Program. District 4/Heard

Authorization:

Staff Recommendation ApprovalDepartment Head archapman (2/26/2016)Attorney dsmorelli (3/3/2016)

Budgeted Fund Name Current Balance Requested AllocationYes 2014 SPLOST $248,377 * $237,070

Financial Services Use Only

GCID #20160271

Submitted By: jehoward

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Amount available in SR 316/University Pkwy at Various Locations­SR20/Buford Dr.

Director's Initialsmbwoods(3/2/2016)

Department: Transportation

Multiple Depts?

Budget Type: Capital

Group With GCID #:

Special Routing:

Date Submitted: 02/24/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Memorandum, Agreement

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/1/2016)

M E M O R A N D U M

TO: Board of Commissioners

FROM: Alan R Chapman, P.E., Director Department of Transportation SUBJECT: Agreement with Jackson Electric Membership Corporation SR 20 / Buford Drive widening DATE: March 15, 2016 The Department of Transportation requests approval and authorization for the Chairman to execute an Agreement with Jackson Electric Membership Corporation (EMC) for improvements on SR 20/Buford Drive. Jackson EMC is currently constructing improvements on their property located on SR 20/Buford Drive near Swanson Drive. This Agreement will allow Jackson EMC to incorporate improvements into their project that are necessary for the widening of SR 20/Buford Drive from SR 316/University Parkway to SR 124/Braselton Highway. We also request approval for the Chairman to execute any and all related documents, subject to approval by the Law Department. The County will contribute a maximum of $180,260.83 for construction and $56,809.00 for required right of way. The maximum cost to the County is $237,069.83. These improvements will be funded by the 2014 SPLOST program and lie within District 4/Heard. Thank you for your consideration in this matter. Should you have any questions, please feel free to contact me at 770.822.7417.

00270709.1/001226-000204

STATE OF GEORGIA

COUNTY OF GWINNETT

AGREEMENT BETWEEN GWINNETT COUNTY

AND JACKSON ELECTRIC MEMBERSHIP CORPORATION REGARDING

STATE ROUTE 20 (BUFORD DRIVE) WIDENING PROJECT

This agreement made by and between Jackson Electric Membership Corporation, a

private, independent electric cooperative headquartered at 850 Commerce Road, Jefferson

Georgia 30549 (hereinafter referred to as “JACKSON EMC”) and Gwinnett County, Georgia, a

political subdivision of the State of Georgia headquartered at 75 Langley Drive, Lawrenceville,

Georgia 30046 (hereinafter referred to as “COUNTY”) each of whom has been duly authorized

to enter into this Agreement.

WITNESSETH

WHEREAS, JACKSON EMC is a duly organized and existing nonprofit entity with a

primary function to provide reliable, reasonably priced electricity for residential and commercial

purposes; and

WHEREAS, JACKON EMC desires to serve its employees, customers and vendors by

constructing a New Administration Building (hereinafter referred to as “BUILDING

PROJECT”) with direct access to State Route 20 (Buford Drive); and

WHEREAS, JACKSON EMC has fully complied with all city, county, state and federal

requirements for the BUILDING PROJECT; and

WHEREAS, the COUNTY desires to serve the needs of the citizens of Gwinnett County

by providing a safe and efficient roadway improvement (hereinafter referred to as “ROADWAY

PROJECT”), to wit, widening a segment of State Route 20 (Buford Drive); and

WHEREAS, the BUILDING PROJECT has received all permitting approvals from all

applicable governmental entities; and

00270709.1/001226-000204

WHEREAS, it is in the best interest of the parties to this agreement to coordinate the

COUNTY’s ROADWAY PROJECT with JACKSON EMC’s BUILDING PROJECT.

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

undertakings set forth herein and other good and valuable consideration the receipt and

sufficiency of which are hereby acknowledged, the parties hereto do consent and agree as

follows:

1. The ROADWAY PROJECT consists of the addition of a single northbound through

traffic lane along SR 20 (Buford Drive) from Reynolds Road to SR 124 (Braselton

Highway), a distance of approximately one-half mile.

2. The BUILDING PROJECT consists of new construction on private property with access

onto SR 20 within the limits of the ROADWAY PROJECT. The construction site for the

BUILDING PROJECT includes Tax Parcel 7-012-096, owned by JACKSON EMC,

which has approximately 700 feet of road frontage along SR 20. Currently, Tax Parcel 7-

012-096 has been permitted by the Georgia Department of Transportation (Driveway

Permit #08-2015-030-135-134604) to improve the existing access to SR 20 by including

a deceleration lane into the BUILDING PROJECT.

3. In consideration of a payment not to exceed $180,260.83 from the COUNTY, the

BUILDING PROJECT will include widening for the ROADWAY PROJECT across the

frontage of Tax Parcel 7-012-096. The cost shall be equal to the increase in cost to the

BUILDING PROJECT due to inclusion of the ROADWAY PROJECT improvements.

The cost shall include engineering, paving, curb and gutter, drainage facilities and utility

relocations to construct the ROADWAY PROJECT above the original improvements

planned for the BUILDING PROJECT. JACKSON EMC shall submit invoices to the

Gwinnett County Department of Transportation to be processed for reimbursement.

4. Widening for the ROADWAY PROJECT will require right of way in addition to the

existing right of way of State Route 20 (Buford Drive). The additional right of way will

be deeded to the COUNTY in exchange for just and fair compensation. Based on a fast

track appraisal by the County and additional information provided by JACKSON EMC,

the just and fair compensation of the property is expected to fall within the range of

$39,000 to $56,809. No later than ten (10) days following the execution of this

Agreement, the County will select an appraiser from the County’s approved list of

appraisers to develop a full analysis of the value of the property to be dedicated. The

COUNTY shall pay JACKSON EMC, no later than sixty (60) days following the

completion of the appraisal, the amount established by the appraiser as just and fair

compensation for the property dedicated, provided that the minimum compensation paid

by the COUNTY shall be at least $39,000 and the maximum compensation paid by the

COUNTY shall not exceed $56,809.

5. JACKSON EMC Responsibilities:

a. JACKSON EMC shall design and construct the ROADWAY PROJECT in

conjunction with the design and construction of the BUILDING PROJECT.

JACKSON EMC shall submit revised plans to the COUNTY for review and to

00270709.1/001226-000204

the state for review and encroachment permit. Design and construction plans shall

be prepared under the guidance of a professional engineer and shall be in

accordance with AASHTO and Georgia Department of Transportation Design

Policies unless otherwise agreed.

b. The BUILDING PROJECT construction plans shall be revised, from the

previously permitted entrance plans, to show the SR 20 project access

improvements at the site of the BUILDING PROJECT. The construction plans

will indicate that the SR 20 project access improvements at the site will be

constructed as part of the BUILDING PROJECT.

c. Within a reasonable time following the execution of this Agreement, JACKSON

EMC shall issue a written Notice to Proceed to its General Contractor – Carroll

Daniel Construction Company. The date on which the Notice to Proceed is issued

shall be known as the Commencement Date. So long as the Commencement Date

occurs on or before April 1, 2016, the ROADWAY PROJECT portion of the

BUILDING PROJECT shall be completed on or before August 14, 2016 (the

"Projected Completion Date"). The actual date upon which JACKSON EMC

completes the ROADWAY PROJECT shall be called the Completion Date. The

time period between the Commencement Date and the Completion Date shall be

called the Construction Period.

6. COUNTY Responsibilities:

a. The COUNTY, during the Construction Period, shall reimburse JACKSON EMC

within sixty (60) days of the receipt of invoices for reimbursement. Final

payment shall be made from the COUNTY to JACKSON EMC within sixty (60)

days following the Completion Date.

b. The COUNTY shall assist, as much as is reasonably possible, in the "fast-

tracking" of approvals for the redesign of the BUILDING and ROADWAY

PROJECTS through all necessary governmental offices and authorities (local,

state and federal, as required) in an effort to minimize delays and costs.

7. All notices pursuant to this agreement shall be served as follows: As to the COUNTY,

Chairman, Gwinnett County Board of Commissioners, 75 Langley Drive, Lawrenceville,

Georgia 30046. As to JACKSON EMC, President/CEO, 850 Commerce Road, Jefferson

Georgia 30549.

8. This agreement constitutes the entire written agreement between the parties hereto as to

all matters contained herein. All subsequent changes to this contract must be in writing

and signed by both parties. This agreement is for the benefit of the parties hereto only

and is not intended to benefit any third party or to give rise to any duty or causes of

action for any third party, and no provisions contained within this agreement are intended

to nor shall they in any way be construed to relieve any contractor performing services in

connection with the Project of any liability or to complete the work in a good, substantial

and workmanlike manner. No provision in this agreement is intended to nor shall it be

construed to in any way waive immunities or protections provided to either the COUNTY

or to JACKSON EMC by the Constitution and laws of the State of Georgia.

00270709.1/001226-000204

IN WITNESS WHEREOF, the parties hereto acting through their duly authorized agents have

caused this agreement to be signed and delivered on the date set forth below.

This day of , 201_.

GWINNETT COUNTY, GEORGIA JACKSON ELECTRIC MEMBERSHIP

CORPORATION

By: By:

CHARLOTTE J. NASH Ernest A. “Chip” Jakins, III

Title: CHAIRMAN Title: President/CEO

ATTEST: ATTEST:

By: By:

Title: County Clerk/Deputy County Clerk (SEAL) Title:

APPROVED AS TO FORM:

County Attorney

00270709.1/001226-000204

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval/authorization

Item of Business:

for the Chairman to execute an Intergovernmental Agreement with the City of Buford for traffic safety improvements at thenew Buford High School. The County will contribute a maximum of $600,000.00 toward the total cost of improvements.Authorization for the Chairman to execute any and all related documents, subject to approval as to form by the LawDepartment. This project is funded by the 2009 SPLOST Program. District 4/Heard

Authorization:

Staff Recommendation ApprovalDepartment Head archapman (2/25/2016)Attorney dsmorelli (3/3/2016)

Budgeted Fund Name Current Balance Requested AllocationYes 2009 SPLOST $600,000 * $600,000

Financial Services Use Only

GCID #20160275

Submitted By: jehoward

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Amount available in New Buford High School project.

Director's Initialsmbwoods(3/2/2016)

Department: Transportation

Multiple Depts?

Budget Type: Capital

Group With GCID #:

Special Routing:

Date Submitted: 02/25/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Memorandum, Agreement

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/1/2016)

M E M O R A N D U M

TO: Board of Commissioners

FROM: Alan R Chapman, P.E., Director Department of Transportation SUBJECT: Intergovernmental Agreement with the City of Buford for Traffic Safety Improvements at New Buford High School DATE: March 15, 2016 The Department of Transportation requests approval and authorization for the Chairman to execute an Intergovernmental Agreement with the City of Buford for traffic safety improvements at the new Buford High School. The project is located on Buford Highway. The County's contribution will be used to improve safety and mobility in the vicinity of the new school including a new roadway, sidewalk, intersection and traffic signal upgrades. We would also request approval for the Chairman to execute any and all related documents, subject to approval by the Law Department. The County will contribute a maximum of $600,000.00 toward the total cost of the improvements. This project is funded by the 2009 SPLOST Program and lies within District 4/Heard. Thank you for your consideration in this matter. Should you have any questions, please feel free to contact me at 770.822.7417.

Page 1 of 3

INTERGOVERNMENTAL AGREEMENT

BETWEEN

GWINNETT COUNTY

AND

THE CITY OF BUFORD

REGARDING TRANSPORTATION SAFETY IMPROVEMENTS AT

BUFORD HIGH SCHOOL

This agreement made by and between the City of Buford, a municipal corporation

chartered by the State of Georgia and headquartered at 2300 Buford Highway, Buford, GA

30518 (hereinafter referred to as “City”) and Gwinnett County, Georgia, a political subdivision

of the State of Georgia headquartered at 75 Langley Drive, Lawrenceville, Georgia 30046

(hereinafter referred to as “County”) each of whom has been duly authorized to enter into this

Agreement.

WITNESSETH

WHEREAS, the parties to this agreement are located within Gwinnett County and authorized by

law to enter into this agreement; and

WHEREAS, both parties believe that it would be in the interest of the health, safety and welfare

of the citizens of Gwinnett County to allocate resources and efforts to improve transportation

safety in the vicinity of existing and new schools; and

WHEREAS, Gwinnett County has certain funds allocated for use in connection with improving

transportation safety in the vicinity of existing and new schools; and

WHEREAS, the Buford City Schools Board of Education is constructing a new Buford High

School to be located on State Route 13/Buford Highway within Gwinnett County and within the

city limits of the City of Buford;

NOW, THEREFORE, in consideration of the mutual promises, covenants and undertakings set

forth herein and other good and valuable consideration the receipt and sufficiency of which are

hereby acknowledged, the parties hereto do consent and agree as follows:

1. The scope of work will include improvements on or along public roadways that facilitate

the safe and efficient movement of buses, personal vehicles, bicycles, and pedestrians in

the vicinity of the new Buford High School.

2. Project Cost:

a. The County will contribute a maximum of $600,000 toward the total cost of

transportation safety improvements in the vicinity of the new Buford High

School.

b. The County’s contribution will be limited to improvements on or along public

roadways. The County's contribution to the project will be limited to pay items

Page 2 of 3

necessary to improve safety and mobility in the vicinity of a public school

including roadway base and paving, concrete sidewalk, curb and gutter, grading,

drainage, intersection and traffic signal upgrades (crosswalks, pedestrian actuated

countdown timers, and handicap ramps). The County's contribution to the project

will not include pay items considered by the County to be enhancements, such as

landscaping, decorative lighting, wayfinding signage and benches. The source of

the County funds will be the 2009 Special Purpose Local Options Sales Tax

(SPLOST).

c. The City agrees that it will be responsible for the remaining amount of the

estimated and final cost to implement transportation safety improvements in the

vicinity of the new Buford High School.

3. City Responsibilities:

a. The City shall be responsible for developing the final project scope and, if

necessary, the City will request proposals from qualified contractors to perform

the work.

b. The City shall submit an invoice(s) for project costs to the Director of the

Gwinnett County Department of Transportation or his designee to be processed

for reimbursement.

c. The City shall only submit invoice(s) for those project costs for improvements

constructed on or along public roadways in Gwinnett County and which are

eligible to be paid using SPLOST funds.

4. County Responsibilities:

a. The County’s payment to the City shall be in the form of a reimbursement.

b. Upon receipt of an invoice from the City for qualified project expenses, the

County shall pay the approved qualified expenses within thirty (30) days.

5. All notices pursuant to this agreement shall be served as follows: As to the County,

Chairman, Gwinnett County Board of Commissioners, 75 Langley Drive, Lawrenceville,

Georgia 30046. As to the City, Commission Chairman, City of Buford, 2300 Buford

Highway, Buford, GA 30518.

6. This agreement constitutes the entire agreement between the parties hereto as to all

matters contained herein. No other writings or oral agreements or conversations shall

affect or modify any of the terms or obligations herein contained. All subsequent changes

to this contract must be in writing and signed by both parties. This agreement is for the

benefit of the parties hereto only and is not intended to benefit any third party or to give

rise to any duty or causes of action for any third party, and no provisions contained

within this agreement are intended to nor shall they in any way be construed to relieve

any contractor performing services of any liability or to complete the work in a good,

substantial and workmanlike manner. No provision in this agreement is intended to nor

shall it be construed to in any way waive immunities or protections provided to either the

County or to the City by the Constitution and laws of the State of Georgia.

Page 3 of 3

IN WITNESS WHEREOF, the parties hereto acting through their duly authorized agents have

caused this agreement to be signed and delivered on the date set forth below.

This day of , 201_.

GWINNETT COUNTY, GEORGIA CITY OF BUFORD, GEORGIA

By: By:

CHARLOTTE J. NASH

Title: CHAIRMAN Title:

ATTEST: ATTEST:

By: By:

Title: County Clerk/Deputy County Clerk (SEAL) Title:

APPROVED AS TO FORM:

County Attorney

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Award

Item of Business:

BL010­16, purchase of fire hydrants and fire hydrant repair parts on an annual contract (March 21, 2016 through March 20,2017), to low bidders, Delta Municipal Supply Company; Empire West Pipe, LLC; Ferguson Enterprises, Inc. dba FergusonWaterworks; and Vellano Corporation, per attached recommendation letter, base bid $175,000.00 (this represents a .5%decrease over the previous contract).

Authorization:

Staff Recommendation AwardDepartment Head arseibenhener (2/29/2016)Attorney fsfields (3/3/2016)

Budgeted Fund Name Current Balance Requested AllocationYes Water & Sewer Op * $175,000

Financial Services Use Only

GCID #20160269

Submitted By: Purchasing ­ Lindsey Gravitt ­ KI

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* The current balance in Industrial Repairs & Maintenance­Contracted is checked asitems are purchased. The requested allocation is an estimate based on therecommended base bid. For FY2016 $145,250 is allocated; and for FY2017 $29,750 issubject to budget approval.

Director's Initialsmbwoods(3/2/2016)

Department: Water Resources

Multiple Depts? No

Budget Type: Operating

Group With GCID #:

Special Routing:

Date Submitted: 02/23/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Summary Sheet, Justification Letter, Tabulation

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initialsbjalexzulian(3/2/2016)

SUMMARY – BL010-16 Purchase of Fire Hydrants & Fire Hydrant Repair Parts on an Annual Contract

PURPOSE: This contract is used for the purchase of fire hydrants and for parts used in the repair of fire hydrants.

LOCATION: Various locations throughout Gwinnett County

AMOUNT TO BE SPENT: $175,000.00

PREVIOUS CONTRACT AWARD AMOUNT: $140,000.00

AMOUNT SPENT PREVIOUS CONTRACT: $127,822.32 (11 months)

INCREASE/DECREASE (CURRENT CONTRACT VS. PREVIOUS CONTRACT):

.5% decrease

NUMBER OF BIDS/PROPOSALS MAILED: 18 29 website views

NUMBER OF RESPONSES: 9

PRE-BID/PROPOSAL CONFERENCE HELD (YES/NO) IF YES, NUMBER OF FIRMS REPRESENTED:

No

REASONS FOR LIMITED RESPONSE (IF RELEVANT): N/A

RENEWAL OPTION NUMBER N/A

MARKET PRICES COMPARISON (FOR RENEWALS): N/A

CONTRACT TERM: March 21, 2016 through March 20, 2017

COMMENTS:

MEMORANDUM

TO: Kaley Ivins, Purchasing Associate II Purchasing Division, DOFS THROUGH: Ron Seibenhener, Department Director, Department of Water Resources Tyler Richards, Assistant Director, Department of Water Resources FROM: Rebecca Shelton, Deputy Director, Department of Water Resources SUBJECT: Recommendation to award BL010-16

Purchase of Fire Hydrants and Fire Hydrant Repair Parts on an Annual Contract DATE: February 3, 2016 REQUESTED ACTION The Department of Water Resources recommends award of above referenced annual contract in the amount of $175,000.00 to the following: Section A Section E Vellano Corporation – Items 1-2, 4, 6 Empire West Pipe LLC – Items 1, 7-8 Empire West Pipe LLC – Items 3, 5 Vellano Corporation – Items 2-3, 5-6, 9 Ferguson Enterprises, Inc dba Ferguson Enterprises, Inc. dba Ferguson Waterworks – Items 7-8 Ferguson Waterworks – Item 4 Section B Section F Vellano Corporation – Items 1-5 Vellano Corporation – Items 1-2, 7 Ferguson Enterprises, Inc. dba Section C Ferguson Waterworks – Items 3-6 Ferguson Enterprises, Inc. dba Ferguson Waterworks – Items 1, 5 Section G Vellano Corporation – Items 2-3 Delta Municipal Supply Company – Item 1 Empire West Pipe LLC – Item 4 Section H Section D Ferguson Enterprises, Inc. dba Ferguson Enterprises, Inc. dba Ferguson Waterworks - Items 1-2, 5 Ferguson Waterworks – Items 1, 4, 7, 10-15, 17 Vellano Corporation – Items 3, 6 Vellano Corporation – Items 2-3, 5-6, 16 Empire West Pipe LLC – Item 4 Empire West Pipe LLC Items 8-9

DESCRIPTION This contract is used for the purchase of fire hydrants and for parts used in the repair of fire hydrants.

FINANCIAL

1. Estimated amount to be spent: $175,000.00 2. Amount spent previous contract period: $127,822.32 (11 months) 3. Do total obligations agree with “Action Requested”? Yes X No 4. Budgeted: Yes X No 5. Contact name: Michael Lanfreschi Contact phone: (678)376-6835 6. Proposed Funding:

Transfer Required: Yes No _X_

c: Michael Lanfreschi, DWR

Charles Anschutz, DWR

Fiscal Year (FY) Fund Fund

Center Cost

Center Commitment

Item WBS Element Amount % of Award Amount

2016 501 111008 19080003 50404216 $145,250.00 83%

2017 501 111008 19080003 50404216 $29,750.00 17%

Total $175,000.00 100.0%

If Yes, transfer from: Fiscal Year

(FY) Fund Fund Center Cost Center Commitment Item

WBS Element Amount

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Award

Item of Business:

BL002­16, Overbend Trail culvert replacement, to low bidder, A&S Paving, Inc., amount not to exceed $2,194,221.00.Authorization for Chairman to execute contracts subject to approval as to form by the Law Department and proof ofauthenticity of bonds. Contracts to follow award. District 1/Brooks

Authorization:

Staff Recommendation AwardDepartment Head arseibenhener (2/29/2016)Attorney fsfields (3/3/2016)

Budgeted Fund Name Current Balance Requested AllocationYes Stormwater R&E $2,194,221 $2,194,221

Financial Services Use Only

GCID #20160270

Submitted By: Purchasing ­ Lindsey Gravitt ­ SM

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Funds available in the 2016 Drainage Improvements­Overbend Trail Culvert project.

Director's Initialsmbwoods(3/2/2016)

Department: Water Resources

Multiple Depts? No

Budget Type: Capital

Group With GCID #:

Special Routing:

Date Submitted: 02/23/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Summary Sheet, Justification Letter, Justification Support, Tabulation

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/2/2016)

SUMMARY – BL002-16 Overbend Trail Culvert Replacement

PURPOSE:

The existing metal culvert under Overbend Trail located in the northern portion of Gwinnett County is severely undersized. Even moderate storms cause Overbend Trail to flood, preventing residents within the Royal Oaks Estates community from reaching their homes. This project will replace the existing culvert along Level Creek with a large reinforced concrete culvert and also replace the adjacent small drainage system.

LOCATION: District 1/Brooks

AMOUNT TO BE SPENT: $2,194,221.00

PREVIOUS CONTRACT AWARD AMOUNT: N/A

AMOUNT SPENT PREVIOUS CONTRACT: N/A

INCREASE/DECREASE (CURRENT CONTRACT VS. PREVIOUS CONTRACT):

N/A

NUMBER OF BIDS/PROPOSALS MAILED: 8 pre-qualified contractors 7 plan holders 126 website viewings

NUMBER OF RESPONSES: 4

PRE-BID/PROPOSAL CONFERENCE HELD (YES/NO) IF YES, NUMBER OF FIRMS REPRESENTED:

Yes 7

REASONS FOR LIMITED RESPONSE (IF RELEVANT):

One plan holder’s schedule would not permit them to submit a bid for this project.

RENEWAL OPTION NUMBER N/A

MARKET PRICES COMPARISON (FOR RENEWALS): N/A

CONTRACT TERM: 300 calendar days

COMMENTS:

REQUESTED ACTION The Department of Water Resources (DWR) recommends award of the above referenced procurement to A&S Paving, Inc. in the amount of $2,194,221.00. DESCRIPTION The existing metal culvert under Overbend Trail located in the Northern portion of Gwinnett County is severely undersized. Even moderate storms cause Overbend Trail to flood preventing residents within the Royal Oaks Estates community from reaching their homes. This project will replace the existing culvert along Level Creek with a large reinforced concrete culvert and also replace the adjacent small drainage system. EVALUATION Eight pre-qualified contractors were notified; Four contractors submitted bids. Bids submitted were as follows: Bidder Bid Amount A&S Paving, Inc. $2,194,221.00 The Dickerson Group, Inc. $2,225,339.00 North Georgia Concrete, Inc. $2,342,146.60 John D. Stephens, Inc. $2,498,935.00

TO: Shelley McWhorter, Purchasing Associate III Purchasing Division THROUGH: Ron Seibenhener, Director, DWR

Tyler Richards, Assistant Director, DWR FROM: JC Lan, Deputy Director, DWR SUBJECT: Recommendation for BL002-16; Overbend Trail Culvert Replacement

DWR Project Number: M-0929 District: #1 / Brooks

DATE: February 24, 2016

2/24/16 Recommendation for BL#002-16 Overbend Trail Culvert Replacement Page 2 of 2

FINANCIAL Project M-0929 is the approved budget line item for Drainage Improvement Projects and is fully funded through the Stormwater Renewal and Extension (R&E) Fund 591. 1. Estimated Amount to be spent: $2,194,221.00

2. Do total obligations agree with “Action Requested”? Yes _X No

3. Budgeted: Yes X No __

4. Contact name: Michael Lanfreschi (DWR) Contact phone: 678-376-6835

5. Proposed Funding: Fiscal Year (FY)

Fund Fund Center

Cost Center

Commitment Item WBS Element

Total Award Amount

% of Award

2016 591 211000 50807000 M-0929-07-3-03 $2,194,221.00 100% Total $2,194,221.00 100%

Transfer Required: Yes No X If Yes, transfer from: Fiscal Year (FY)

Fund Fund Center

Cost Center

Commitment Item WBS Element Amount

cc: Bryant Davis, Purchasing Director, Purchasing File Project Manager: Mark Lawrence Section Manager: Jonathan Semerjian

Project SiteL e v e l C r e e k^

Buford >>>

<<< Dulu

th

SUWANEE DAM RD

MOORE RD

W PRICE RD

WHITEHEAD RD

JOHNSO

N RD

PRICE DR

RAMEY RD

BROGD

ON RD

OVERBEND TRL

SETTLES BRIDGE RD PEACHT

REE IN

DUSTR

IAL BL

VD

TENCH RD

LENOX PARK PLKENNEDY RD

SUGAR RIDGE DR

PURIT

ANDR

ALLISON DRGLADSTONE PKWY

SHELLEY LN

S ILK OAK WAY

GRAND ASHBURY LN

FRIAR

S HEAD

DRSE TTLES POINT RD

AB

BEY HILL RD

CRYSTA

L DOW

NS WAY

BUFORD HWY

PRESTBURY DR

ANTLER LN CHANDLER CT

MALTDIE CT

RI O VIS

TA CT

OAKW

OOD H

ILLS D

R

SHORT ST

TORMEAL L TRCE

ELLESMERE WAY

AMBERDE N HALL DR

SAINT MARTIN DR

RUNNING FAWN DRBRIGHT ON ROSE LN

WIN D ING ROSE DR

SARA C

REEK W

AY

SADDLE TREE WAY

BRIDLINGTON ST

HIGHL

AND GATE CIR

T W EEDCT

WEDM ORE CT

BAYSWATER DR

PRICE HILLS TRL

BELLINGHAMDR

WILD T IMBER RD

OAKS LANDING CT

MEADOW BROOK CIR

PRESTB

URYCT

CABO T C REE

K DR

ANT L ER CT

SNOWBERRY DR

EDINB

OROU GH PL

DANIEL CREEK LN

PASATI

EMPO

LN

SALTCREEK PTMENDI CT

WALTHAM LN

ALLISON WAY

LAMBTON CIR

BROGDON EX

LEVEL CREEK RD

ASHBURY MANOR LN

AZ ALEA CR EST LN

SURVEYORS PT

MARKIM FOREST LN

VINCA CIR

BRAMBLE ROSE LN

SUNVIEW CT

CULZEAN WAY

WHITE STAG CT

ASHLEIGH WALK DR

BERNICE CT

TANNENHILL PL

JULING

TON ST

STAGHORN

LN

KIPLIN LAKE CT

PRICE

HILLS

CT

TERQUAY CT

PEPPERBUSH CT

GREY STAG CT

CREEK HILL LN

BLANCHARD PL

MILLWALL CT

PENFIELD CIR

Project Name: Overbend Trail Culvert Replacement ProjectProject Number: M0929-07Commission District: 1

Date: 3/10/2016Loca

tion

¯

6 - 10' X 12' Concrete Box Culverts

Adjacent 24" Concrete Pipe

L e v e l C r e e kOVERBEND TRL

OAKW

OOD H

ILLS D

R

WELLISFORD CT

TORMEALL TRCE

Project Name: Overbend Trail Culvert Replacement ProjectProject Number: M0929-07Commission District: 1

Date: 1/28/2016Proj

ect

¯

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

of a Purchase and Sale Agreement between the Gwinnett County Water and Sewerage Authority and GeorgiaTransmission Corporation approving the purchase of 1.7 acres of land in the amount of $119,000.00, subject to approval asto form by the Law Department. District 4/Heard

Authorization:

Staff Recommendation ApprovalDepartment Head tsrichards (3/7/2016)Attorney dsmorelli (3/8/2016)

Budgeted Fund Name Current Balance Requested AllocationYes Water & Sewer R&E $119,000* $119,000

Financial Services Use Only

GCID #20160280

Submitted By: JC Lan

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* Amount available in the Pressure Management Initiatives project for the Sunny HillPump Station.

Director's Initialsbjalexzulian(3/7/2016)

Department: Water Resources

Multiple Depts?

Budget Type: Capital

Group With GCID #:

Special Routing:

Date Submitted: 03/07/2016

Working SessionCounty Clerk Use Only

Motion2nd by

VoteTabled

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Justification Memo, Map, Contract

Action New Item

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? Yes

FinDir's Initialsbjalexzulian(3/7/2016)

#*

Booster Pump Station

48"

SUNN

Y HILL

RD

BRIT

TLEB

ANK L

N

BATTERY PTE

CHAR

LEST

ON O

AK CI

R

CHARLESTON OAKS CIR

LEGARE CT

RAINBOW ROW CT

Project Name: Sunny Hill Booster Pump StationProject Number: F0216-04Commission District: 4

Date: 2/2/2016

Proj

ect

¯

#*

Project Location

Lawrenceville >>>

Bufor

d >>>

20

§¦85

124

I85SI85N

BUFORD DR

BRASELTON HW

Y

OLD PEACH TREE RD

AZALEA DRRIDGE RD

PROSPECT RD

OLD FOUNTAIN RD

ROCK SPRINGS RD

MORGAN R D

MITCHELL RD

HARRIS RD

TULLIS RD

LENA CARTER RD

MALL O F GEORGIA BLVD

PROSPE

CT CHURCH RD

BROW

N RD

KELVIN DR

PERRIN DR

SUNNY HILL RD

LIN E DR

RUSSELL RD

SHIN CT

CEDAR DR

HOOD RD

KIRKSTONE DR

BRISBANE DR

WALDRO P RD

HANNAH RD

PINE L N

BLUFFTON RD

PEACHCREST DR

OLD IVY CT

GRAVEL SPRINGS RD

ROCKSRAM DR

IVEY CHASE PL

PIN YON PL

CEDARS RD

I85N ON RP-BUF DR RAMP

TURTLE CREEK WAY

SHADY CREEK LN

MA NOR OAK LN

CAM P BRAN CHRD

LAUREL CROSSI

NGPKWY

MACY L N

WHISPERWOOD LN

OAK MOSS DR

BARCLAY DR

ASHTON RIDGE DR

CASTL E ROYALEDR

MER

IDI

AN DR

MARBLE WAY

FORT APACHEE T

RL

PEACH TREE CIR FORT

DANIELS DR

MATLIN WAY

SADDLEWOOD DR

LA MAISON DR

ROC K WELL DR

RAEGAN WAY

STO N EY FIELD PL

WOODWARD CROSSING BLVD

SO MMER SET DR

LANCE RIDGE WAY

CRESTWORTH LN

TERRA CT CHLO

E DR

PINE CREEK DR

WINNBROOK DR

APPALOOSA LN

IVY PLANTATI ON DR

BENTBROOKE TRL

AMBER CREEK DR

VININGS CT

G ATHER DR

LOGGINS TRL

ALPHA DR

CARRIAGE WAY

TYBE E DR

WOODFORD LN

AUTUMN GLEN WAY

MILL POINTE CT

DANVER LN

BALL PARK LN

MALL OF GEORGIA DR

OAK WIND LN

AZALEA

BROOK DR

GATEWOOD DR

WINN ERS CIR

FONTAINEBLEAU CT

SUNCREST CT

KINGS VA

LLEY DR

HAMPTON PARK DR

SUNSWEET CT

TAYLOR SCHOOL DR

ADAH LN

REAP LN

DENNIS PL

FONT

ANA L

N

DORMINEY CT

ASHTON BROOKE LN

TEAL DR

IVY STONE TRL

FORREST RD

SAINT ALBANS PL

PERRIN SPRINGS DR

SWIN

G CIR

COUNTRY WALK TRL

FILLY CT

MESA CT

SUNNY HILL RD

GRAVEL SPRINGS RD

Project Name: Sunny Hill Booster Pump StationProject Number: F0216-04Commission District: 4

Date: 2/2/2016

Proj

ect

¯

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

to fill the unexpired term of Barbara "Babs" Wagoner to the Gwinnett County Public Library Board. Term expires December31, 2016. District 1/Brooks

Authorization:

Staff RecommendationDepartment HeadAttorney

Budgeted Fund Name Current Balance Requested Allocation

Financial Services Use Only

GCID #20160078

Submitted By: Diane Kemp

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

Director's Initials

Department: Commissioners

Multiple Depts?

Budget Type:

Group With GCID #:

Special Routing:

Date Submitted: 12/30/2015

Working Session DiscussionCounty Clerk Use Only

Motion Brooks2nd by Howard

Vote 5­0; Nash­Yes; Brooks­Yes;Howard­Yes; Hunter­Yes; Heard­YesTabled 03/01/2016

Rezoning Type

Rezoning

FinancialActionRequested

Attachments None

Action Tabled

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initials

Attorney's Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Approval

Item of Business:

of Waiver of Time Lapse Requirement for Zoning. The applicant, TNT Fireworks requests waiver of the 12 month timelapse requirement for zoning. The prior case, SUP2015­00029 for automobile sales was denied by the Board ofCommissioners in September, 2015. The applicant is seeking April 2016 hearing dates for a Special Use Permit(SUP2016­00025) for firework sales. The property is located in the 2100 Block of Riverside Parkway and 1100 Block ofLakes Parkway. District 1/Brooks

Authorization:

Staff RecommendationDepartment Head ksholland (2/10/2016)Attorney tacox (2/17/2016)

Budgeted Fund Name Current Balance Requested Allocation N/A * N/A

Financial Services Use Only

GCID #20160201

Submitted By: cekuhl

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Contracts Public HearingGrants

As To FormAgenda Purpose Only

FinanceComments

* No budget impact.

Director's Initialsmbwoods(2/17/2016)

Department: Planning & Development

Multiple Depts? No

Budget Type: Neither

Group With GCID #:

Special Routing:

Date Submitted: 02/08/2016

Working Session DiscussionCounty Clerk Use Only

Motion Brooks2nd by Howard

Vote 5­0; Nash­Yes; Brooks­Yes;Howard­Yes; Hunter­Yes; Heard­YesTabled 03/01/2016

Rezoning Type

Rezoning

FinancialActionRequested

Attachments Letter of Request, Letter of Intent, Site Plan and Map

Action Tabled

Hold for Pickup?

PH was Held?

Locked by Purchasing No

Chairman's Signature? No

FinDir's Initialsbjalexzulian(2/17/2016)

Comments

Gwinnett County Board of Commissioners Agenda Request

Agenda Type Rezoning

Item of Business:

2016­00001, Applicant: Ridgeline Land Planning, Inc., Owners: Patrick & Wenona Van Derhei and Chester R. Lapeza,RA­200 to OSC, Open Space Conservation Subdivision, District 3 Land Lot 001 Parcels 117, 131 & 132, 3600 Block of HogMountain Road, 12.64 Acres. District 3/Hunter

Authorization:Department Head ksholland (2/18/2016)Attorney

GCID #20160154

Submitted By: shchilton

Working Session: 03/15/2016 Business Session: 03/15/2016 Public Hearing:

Public Hearing

Department: Planning & Development

Multiple Depts? No

Budget Type: Neither

Group With GCID #:

Special Routing:

Date Submitted: 01/29/2016

Rezoning Type RZR

Rezoning

Attachments Department Analysis and Planning Commission Results

Locked by Purchasing No

Chairman's Signature? Yes

County Clerk Use OnlyWorking Session

Tabled 02/23/2016Action Tabled

Motion Hunter

Vote5­0; Nash­Yes; Brooks­Yes;Howard­Yes; Hunter­Yes;Heard­Yes

2nd by Howard

Planning and Development

Recommendation:

PH was Held?

ApproveApprove with ConditionsAppr w/ Cond As

DenyDeny w/out Prejudice

Land Lot: 001

District: 3Parcel:

117, 131 & 132

District For Against Abstained Absent

District 1 (Paula Hastings)

District 1 (Earl Mitchell)

District 2 (Matt Houser)

District 2 (Omar Zaman)

District 3 (Chuck Warbington)

District 3 (Jeff Tullis)

District 4 (Clint Dixon)

District 4 (Brad Crowe)

At Large (Larry Still)

X

X

X

X

X

X

X

X

X

Planning Commission

Recommendation:Tabled ­ DateApproveApprove with ConditionsAppr w/ Cond AsDeny Deny w/out Prejudice

No Recommendation No Recommendation

RZR2016-00001

PLANNING COMMISSION RECOMMENDED CONDITIONS Approval as OSC (Open Space Conservation District), subject to the following enumerated conditions: 1. To restrict the use of the property as follows:

A. Single-family detached dwellings and accessory uses and structures. B. The minimum heated floor area per dwelling unit shall be 2,500 square feet for single

story homes and 2,800 square feet for two-story homes.

C. Homes shall be constructed with front facades of primarily brick, stacked stone or stucco, with no more than 25% fiber-cement shake or siding accents. The balance of the home may be the same, or of fiber-cement siding or shake with a minimum 36-inch high brick or stacked stone water table on the sides and rear of the home.

D. All dwellings shall have at least a double-car garage. E. Lots shall be a minimum of 70 feet in width.

2. To satisfy the following site development considerations:

A. The Hog Mountain Road street frontage shall be landscaped by the developer and maintained by the Homeowner’s Association, and shall include a decorative masonry entrance feature. Landscape and entrance plans shall be subject to review and approval of the Director of Planning and Development.

B. No direct lot access shall be allowed to Hog Mountain Road. C. All grassed areas on dwelling lots shall be sodded. D. Provide underground utilities throughout the development.

E. Natural vegetation shall remain on the property until the issuance of a development

permit.

F. The 50-foot undisturbed perimeter buffer shall be replanted where sparsely vegetated. All detention ponds shall be fenced by a six-foot high opaque fence, maintained by the Homeowner’s Association. Landscaping shall be approved by the Director of Planning and Development.

3. To abide by the following requirements, dedications, and improvements:

RZR2016-00001

A. Prior to the issuance of any permits, the developer shall submit an archeological survey of the property. This survey shall be prepared by a professional archeologist in accordance with the guidelines and requirements established in the Georgia Abandoned Cemeteries and Burial Grounds Act. Areas on the property which are interpreted to be stone-mound burial complexes or are otherwise deemed to be archeologically significant shall be preserved from any land disturbance and shall be suitably fenced and posted to prevent unauthorized access. Location and type of fencing shall be subject to review and approval of the Gwinnett County Planning and Development Department.

B. Stone mound complexes or other archeologically significant remains, as identified in the archeological survey, shall be included in the open space and designated as archeological preserve areas. These areas shall be maintained as undisturbed natural buffer areas and no grading, grubbing, or development shall be allowed. The above development restrictions shall be incorporated into any deed conveying title to the archeological preserve areas as covenants and conditions running with the title thereto.

C. Any archeologically significant sites on the property shall be identified, protected with a decorative fence, 20-foot buffer around the perimeter of the site, and incorporated into permanent open space on the final plat. Location and design of protection measures shall be subject to review by the Director of Planning and Development and the Gwinnett Historical Society.

D. A statement shall be placed on the Final Plat in order to notify future homeowners of adjacent residential/agricultural properties that could exhibit noises and smells that are typical of a rural/agricultural area.

E. The site plan shall be in general accordance to the plan presented at the February 2, 2016 Planning Commission meeting, with the exception of the 70-foot lot width.

F. Provide sidewalks along the entire Hog Mountain Road frontage connecting

to the existing Mulberry Park property sidewalk. G. If D.O.T. warrants, based on existing traffic counts, proposed traffic counts

on Hog Mountain Road, and anticipated traffic from the development, provide design construction necessary right-of-way at no cost to Gwinnett County for addition of a left turn lane on Hog Mountain Road into the development. All design and construction and right-of-way design shall be approved by Gwinnett County D.O.T.

RZR2016-00001

PLANNING COMMISSION RECOMMENDATIONS STANDARDS GOVERNING EXERCISE OF THE ZONING

SUITABILITY OF USE In light of the OSC, R-100 CSO and R-100 CLU residential developments in the area, the similar OSC zoning could be considered consistent with the surrounding developments in the immediate vicinity. ADVERSE IMPACTS With the recommended conditions, adverse impacts on adjacent or nearby properties could be reduced and archaeologically sensitive areas could be preserved. REASONABLE ECONOMIC USE AS ZONED The property has a reasonable economic use as currently zoned. IMPACTS ON PUBLIC FACILITIES An increase in traffic, utilities usage, storm water runoff, and the number of school-aged children could be anticipated from this request. CONFORMITY WITH POLICIES The 2030 Unified Plan Future Development Map indicates the property is located within a Rural/Estate Character Area. Although not strictly consistent with the density recommendation of the Unified Plan, an OSC subdivision could be considered consistent with previous Board rezoning approvals and compatible with other residential developments located in the Hamilton Mill area. CONDITIONS AFFECTING ZONING There are other subdivisions located in the immediate area zoned R-100 CSO, CLU and OSC, which could be considered consistent with the requested OSC zoning classification, giving further support of the request.

GWINNETT COUNTY DEPARTMENT OF PLANNING AND DEVELOPMENT REZONING ANALYSIS

CASE NUMBER :RZR2016-00001 ZONING CHANGE :RA-200 TO OSC LOCATION :3600 BLOCK OF HOG MOUNTAIN ROAD MAP NUMBERS :R3001 117, 131 & 132 ACREAGE :12.64 ACRES UNITS :30 UNITS PROPOSED DEVELOPMENT :OPEN SPACE CONSERVATION SUBDIVISION COMMISSION DISTRICT :(3) HUNTER FUTURE DEVELOPMENT MAP: RURAL/ESTATE APPLICANT: RIDGELINE LAND PLANNING, INC. 533 ROSEWOOD CIRCLE WINDER, GA 30680 CONTACT: HOLT PERSINGER PHONE: 678.618.2037 OWNERS: PATRICK & WENONA VAN DERHEI 3672 HOG MOUNTAIN ROAD DACULA, GA 30019 CHESTER R. LAPEZA 508 TIMBERLAND TRAIL CORDELE, GA 31015 DEPARTMENT RECOMMENDATION: APPROVAL WITH CONDITIONS PROJECT DATA: The applicant requests a rezoning of a 12.64-acre parcel assemblage from RA-200 (Agriculture-Residence District) to OSC (Open Space Conservation District), to construct a 30-lot single-family subdivision. This subdivision would be an extension of the adjacent OSC subdivision rezoned to the south. The property is located on the south side of Hog Mountain Road, just east of its intersection with Jim Moore Road. The property presently contains two single-family dwellings with the majority of the property being wooded. The minimum lot width for the development would be 60 feet, with a minimum lot area of 7,200 square feet, meeting the minimum requirements for the requested zoning classification. The applicant has proposed a minimum home size of 2,500 square feet for one-story and 2,800 square feet for two-story homes. Home exteriors would be constructed of primarily brick, shake, and stacked stone on the front facades, with fiber cement siding on the remaining three sides, and all units would have two-car garages.

RZR2016-00001 (AM)

2

The gross and net area of the subject site is 12.64-acres, as the property is not located within a 100-year floodplain. The base density allowance for the OSC zoning classification is 2.5 dwelling units per acre, with a minimum of 25% of the total project acreage being designated as conservation space. The submitted site plan indicates a total of 3.16 acres, or approximately 25% of the gross land area of the site, would be set aside as conservation space. As indicated on the submitted site plan, the overall net density calculation for the proposed 30-unit development would be 2.37 units per acre. The secondary conservation space would be equal to 25% of the land area (3.16-acres) and no primary conservation space has been indicated on the site plan provided. It is noted that primary conservation space must comprise a minimum of 15% of the total conservation space. The adjoining parcels to the south are zoned OSC, to the west RA-200 and to the east is Little Mulberry Park zoned R-100. An OSC zoned development requires a form of transition when located adjacent to agricultural or single-family residential uses. The UDO provides three options, and the applicant has chosen to provide a 50-foot conservation space strip when adjacent to properties zoned for residential uses. Access for the development would be provided by a single street extending from Hog Mountain Road, traversing through the development and connecting to an undeveloped OSC tract to the south (RZR2015-00005). The required 50-foot wide street frontage buffer is shown along the right-of-way of Hog Mountain Road. ZONING HISTORY: The subject property has been zoned RA-200 since 1970. GROUNDWATER RECHARGE AREA: The subject property is not located within an identified Significant Groundwater Recharge Area. WETLANDS INVENTORY: The subject property does not contain areas, streams and/or bodies of water depicted as wetlands on the U.S. Department of Interior, Fish and Wildlife Service – National Wetlands Inventory map on file with the Gwinnett Department of Planning and Development. OPEN SPACE AND GREENWAY MASTER PLAN: No comments. DEVELOPMENT REVIEW SECTION COMMENTS: The Buffer, Landscape and Tree Protection requires submittal and approval of a Tree Preservation and Replacement Plan prepared by a professional landscape architect prior to securing a Land Disturbance or Development permit.

RZR2016-00001 (AM)

3

Parking lots and interior driveways shall be designed in accordance with Chapter 240 of the Unified Development Ordinance. Section 900-30 of the Unified Development Ordinance requires a 200-foot deceleration lane with a 50-foot taper at each project entrance that proposes access to a Minor Collection Street or Major Thoroughfare. Right-of-way dedication to accommodate the deceleration lane and an 11-foot shoulder is also required. Reduction in length of a deceleration lane requires approval of a Modification by the Development Division; elimination of a deceleration lane requires approval of a Waiver by the Board of Commissioners. Section 900-90 of the Unified Development Ordinance requires construction of five-foot wide sidewalks along all exterior roadways adjoining the project, and four-foot wide sidewalks adjacent to both sides of all interior public streets (excluding cul-de-sac turnarounds). The developer must submit a concept plan for review and approval of the Development Division prior to submittal and acceptance of a development permit application. The developer must submit a preliminary plat (construction plans), including a grading plan, tree plan, and road/sewer profiles for review and approval of the Development Division prior to any construction. The developer must obtain a Land Disturbance or Development Permit from the Development Division prior to any construction. Section 800-20 of the Unified Development Ordinance requires submittal of a Storm Water Management Report for the project prior to obtaining a Land Disturbance or Development Permit. Section 700-40.1A of the Unified Development Ordinance requires that the lowest floor, including the basement, of all residential building be constructed at an elevation of at least three feet above the 100-year floodplain. Note that all recreation areas, open space and/or common areas (including storm water detention facility lots) located within the development shall be controlled by a mandatory Property Owner’s Association (to include reported bylaws) with responsibility for maintenance, insurance, and taxes for open space areas. The United States Postal Service may require a centralized mail delivery kiosk for this proposed development, replacing individual mail boxes. Mail delivery kiosk must be located outside of right-of-way access easement (if private street). Location and access must be approved by Gwinnett County D.O.T. STORMWATER REVIEW SECTION COMMENTS: All storm water best management practices will be applicable upon development permit issuance.

RZR2016-00001 (AM)

4

GWINNETT COUNTY DEPARTMENT OF TRANSPORTATION COMMENTS: Hog Mountain Road is a Principal Arterial and 60 feet of right-of-way is required from the centerline, with 75 feet required within 500 feet of a major intersection. Standard deceleration lanes with appropriate taper and adequate right-of-way will be required. The developer shall be limited to one curb cut. The project entrance shall align with opposing roads or driveways in accordance with the Gwinnett County Unified Development Ordinance. Prior to the issuance of a Development Permit, a sight distance certification shall be provided. Minimum separation from a driveway, public road, or side street shall be provided as specified in the Gwinnett County Unified Development Ordinance. Project shall to comply with the Gwinnett County Criteria and Guidelines for left turn lanes. GWINNETT COUNTY ENVIRONMENTAL HEALTH COMMENTS: No comments. GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES COMMENTS: The available utility records show that the subject development is currently in the vicinity of an 8-inch water main located on the northwestern right-of-way of Hog Mountain Road, and a 2-inch water main located on the northwestern right-of-way of Hog Mountain Road. Due to the uncontrollable variables, the Department of Water Resources makes no guarantees as to the minimum pressures or volumes available at a specific point within its system. Demands imposed by the proposed development may require reinforcements or extensions of existing water mains. Any cost associated with such required reinforcements or extensions will be the responsibility of the development and will not be provided by this department. The available utility records show that the subject development is currently in the vicinity of an 8-inch sanitary sewer main located approximately 279 feet northeast of the property on the right-of-way of Treybyrne Court, and an 8-inch sanitary sewer main located approximately 316 feet north of the property on the right-of-way of Woodbow Xing. The subject development is located within the Hog Mountain Road service area. There are currently no connection restrictions within this service area. Treatment capacity within this area is presently available on a first come - first serve basis. Demands imposed by the proposed development may require reinforcements or extensions of existing sewer mains. Any cost associated with such required reinforcements or extensions

RZR2016-00001 (AM)

5

will be the responsibility of the development and will not be provided by this department. Developer shall provide easements for future sewer connection to all locations designated by DWR during plan review. As-built information for this department is dependent upon outside entities to provide record drawings for the utilities. Therefore this department does not guarantee the accuracy of the information provided. Extensions of the water and/or sanitary sewer systems within the subject development must conform to this department’s policies and Gwinnett County’s ordinances. Proceeding design, construction, inspection, and final acceptance of the required utilities, service to these utilities would then become available under the applicable utility permit rate schedules. BUILDING CONSTRUCTION SECTION COMMENTS: Building Plan Review has no objection to the request. For assistance, contact Building Plan Review at (678) 518-6000 Monday through Friday, from the hours of 8:00 a.m. to 5:00 p.m. GWINNETT COUNTY FIRE SERVICES COMMENTS: Fire Plan Review has no objection to the request. For assistance, you may contact our office at (678) 518-6000, Monday through Friday, from the hours of 8:00 a.m. to 5:00 p.m. DEPARTMENT ANALYSIS: The subject property is located on Hog Mountain Road, just east of Jim Moore Road. The site is heavily wooded with two existing residences. The 2030 Unified Plan Future Development Map indicates the property is located within a Rural/Estate Character Area. Policies for this Character Area encourage estate residential and agricultural uses, and suggest density limits for new residential developments. Although not strictly consistent with policies for this character area, both R-100 CLU, R-100 CSO and OSC zoned developments in the immediate area have been approved by the Board. In light of this continuing development pattern, an OSC subdivision could be consistent with similar subdivisions and prior Board precedent in the area. Development in this vicinity is predominately characterized by single-family subdivisions, homes on large acreage tracts and a few small agricultural uses. To the south is an undeveloped tract zoned OSC for a single-family subdivision. Immediately adjacent to the is Little Mulberry Park. To the north, across Hog Mountain Road, Hamilton Mill subdivision zoned R-100 CLU. To the west, are large tracts of land zoned RA-200. With appropriate conditions to ensure compatibility with other subdivision developments in the immediate area, the proposed OSC zoning could be suitable. The Department considers the requested OSC zoning an appropriate transition to Little Mulberry Park.

RZR2016-00001 (AM)

6

As previously indicated, the proposed development is in located immediately adjacent to Little Mulberry Park. The Department notes as part of the rezoning requests on adjacent and nearby properties, archeological studies were required to investigate possible archaeological features. A study conducted at Little Mulberry Park confirmed the existence of rock mounds on the site. A condition of each recent rezoning approval in the area has required the developer to submit an archeological survey prepared by a professional archeologist in accordance with the requirements established by the Georgia Abandoned Cemeteries and Burial Grounds Act. Additionally, any areas interpreted to be stone-mound burial complexes should be preserved from any land disturbance. In light of the site’s proximity to previously identified rock mound formations and the conditions approved for the nearby subdivisions, it is the Department’s opinion that a similar study be undertaken to ensure the preservation and protection of any archaeologically sensitive areas that may be on the subject property. In conclusion, the proposed OSC could be compatible with development in the area. The request is consistent with Board precedent and established policies in the area. The OSC zoning district also lends itself to preservation of open space including sensitive areas, which is appropriate for this tract. Therefore, the Department recommends APPROVAL WITH CONDITIONS of the request.

RZR2016-00001 (AM)

7

PLANNING AND DEVELOPMENT DEPARTMENT RECOMMENDED CONDITIONS Approval as OSC (Open Space Conservation District), subject to the following enumerated conditions:

1. To restrict the use of the property as follows: A. Single-family detached dwellings and accessory uses and structures. B. The minimum heated floor area per dwelling unit shall be 2,500 square feet for single

story homes and 2,800 square feet for two-story homes.

C. Homes shall be constructed with front facades of primarily brick, stacked stone or stucco, with no more than 25% fiber-cement shake or siding accents. The balance of the home may be the same, or of fiber-cement siding or shake with a minimum 36-inch high brick or stacked stone water table on the sides and rear of the home.

D. All dwellings shall have at least a double-car garage. E. Lots shall be a minimum of 70 feet in width.

2. To satisfy the following site development considerations:

A. The Hog Mountain Road street frontage shall be landscaped by the developer and maintained by the Homeowner’s Association, and shall include a decorative masonry entrance feature. Landscape and entrance plans shall be subject to review and approval of the Director of Planning and Development.

B. No direct lot access shall be allowed to Hog Mountain Road. C. All grassed areas on dwelling lots shall be sodded. D. Provide underground utilities throughout the development. E. Natural vegetation shall remain on the property until the issuance of a development

permit. F. The 50-foot undisturbed perimeter buffer shall be replanted where sparsely

vegetated. All detention ponds shall be fenced by a six-foot high opaque fence, maintained by the Homeowner’s Association. Landscaping shall be approved by the Director of Planning and Development.

3. To abide by the following requirements, dedications, and improvements:

RZR2016-00001 (AM)

8

A. Prior to the issuance of any permits, the developer shall submit an archeological survey of the property. This survey shall be prepared by a professional archeologist in accordance with the guidelines and requirements established in the Georgia Abandoned Cemeteries and Burial Grounds Act. Areas on the property which are interpreted to be stone-mound burial complexes or are otherwise deemed to be archeologically significant shall be preserved from any land disturbance and shall be suitably fenced and posted to prevent unauthorized access. Location and type of fencing shall be subject to review and approval of the Gwinnett County Planning and Development Department.

B. Stone mound complexes or other archeologically significant remains, as identified in

the archeological survey, shall be included in the open space and designated as archeological preserve areas. These areas shall be maintained as undisturbed natural buffer areas and no grading, grubbing, or development shall be allowed. The above development restrictions shall be incorporated into any deed conveying title to the archeological preserve areas as covenants and conditions running with the title thereto.

C. Any archeologically significant sites on the property shall be identified, protected

with a decorative fence, 20-foot buffer around the perimeter of the site, and incorporated into permanent open space on the final plat. Location and design of protection measures shall be subject to review by the Director of Planning and Development and the Gwinnett Historical Society.

D. A statement shall be placed on the Final Plat in order to notify future homeowners

of adjacent residential/agricultural properties that could exhibit noises and smells that are typical of a rural/agricultural area.

RZR2016-00001 (AM)

9

PLANNING AND DEVELOPMENT DEPARTMENT RECOMMENDATIONS STANDARDS GOVERNING EXERCISE OF THE ZONING SUITABILITY OF USE In light of the OSC, R-100 CSO and R-100 CLU residential developments in the area, the similar OSC zoning could be considered consistent with the surrounding developments in the immediate vicinity. ADVERSE IMPACTS With the recommended conditions, adverse impacts on adjacent or nearby properties could be reduced and archaeologically sensitive areas could be preserved. REASONABLE ECONOMIC USE AS ZONED The property has a reasonable economic use as currently zoned. IMPACTS ON PUBLIC FACILITIES An increase in traffic, utilities usage, storm water runoff, and the number of school-aged children could be anticipated from this request. CONFORMITY WITH POLICIES The 2030 Unified Plan Future Development Map indicates the property is located within a Rural/Estate Character Area. Although not strictly consistent with the density recommendation of the Unified Plan, an OSC subdivision could be considered consistent with previous Board rezoning approvals and compatible with other residential developments located in the Hamilton Mill area. CONDITIONS AFFECTING ZONING There are other subdivisions located in the immediate area zoned R-100 CSO, CLU and OSC, which could be considered consistent with the requested OSC zoning classification, giving further support of the request.

Residential Rezoning Impact on Local Schools

Prepared for Gwinnett County, February 2016

Proposed Zoning

Case # Schools Current Projections

Approximate additional Student

Forecast Capacity Over/Under Forecast Capacity Over/Under Forecast Capacity Over/Under Projections from Proposed Developments

RZR2016-00001 Mill Creek HS 3885 2,800 1,085 4025 2,800 1,225 4000 2,800 1,200 8

Osborne MS 1615 1,575 40 1607 1,575 32 1599 1,575 24 6

Puckett's Mill ES 965 1,200 -235 950 1,200 -250 936 1,200 -264 10

RZR2016-00002 Archer HS 2542 2,575 -33 2606 2,575 31 2671 2,575 96 33

McConnell MS 1688 1,775 -87 1725 1,775 -50 1762 1,775 -13 24

Harbins ES 1059 1,200 -141 1101 1,200 -99 1145 1,200 -55 44

Current projections do not include new developments

2015-16 2016-17 2017-18

GCPS Planning Department 770-822-6510 1/5/2016

JIM M

OORE RD

HOG MOUNTAIN RD

PINE

RD

MILLWATER XING

HAMILTO

NM

ILLPK W

Y

PATRICK RD

GREENSIDE CT

BAKERS

MILL

RD

RIDGEMILL

TER

FLORAL VALLEY DR

MULBERRY LAKE DR

FLOR

ALR IDGE

DR

LAMONT CIR

VIST

A CREEK DR

CO

RA

LBERRY W AY

AUTUMN SAGE

DR

SANB

OR

NE

WAY

MIL

LPL

AC

ED

R

HEATHERMO

OR

WAY

HIGHLAN D FORGE

TRL

GREEN FARM TRL

MILLVALLEY DR

MULBERRY LANE WAY

FAIRWAY BEND DR

FIE LDERS PTTREYBYRNE XIN G

HAMILTON

DAMTRL

COLLIE R PT

LAKE HEIGHTS

CIR

WO

OD

BO

W X

ING

RIDGEMIL

L CIR

PRAT

ER

S PT

GREENS RIDGE CT

CROSSVALE DR

MILL GR O VE TERT R

EYBYRNE

CT

HAMILTON VIEW W

AY

WALKER S RIDGE

RD

MIA CT

MILL VALLEY

TRCE

ARCHMONT CIR

MILLWATER CT

SHADOWMOOR LN

SUMMER SWEET LN

WINTER JASMINECT

BIRCHFIELD CT

MIL

L G

RO

VE C

T

COOPERS MILL CT

FOR

EST

CR

EST

DR

PRISTI

NEPT

MUL

BERR

Y CR

EEK

CT

FLORAL VALL EY CT

SANBORNE TER

DEERHAVEN CT

LAMONT TER

BRIGHTM

OORE CT

GR

OVE

AR

BOR

CT

WOODBOW PATH

BAKERS MILL C

T

3- 1 2- 2

3- 23- 3

¯Printed: Dec 4, 2015

RZR2016-00001

0 500250

Feet

HOG MOUNTAIN RD

Printed: Dec 4, 2015 ¯ 0 25 50

Feet

RZR2016-00001

R100CLU

R100RA200

OSC

R100

RA200

R100CSOR100MOD

JIM M

OO

RE RD

HOG MOUNTAIN RD

MILLWATER XING

GR

EEN

SIDE C

T

PATRICK RD

TREYBYRNE XING

WO

OD

BO

W XIN

G

RIDGEMILL CIR

LAK

E H

EIG

HTS

CIR

TREYBYRNE CT

MULBERRY LAKE DR

LITTLE MULBERRY PARK

3- 1

3- 2

2- 2

Printed: Dec 4, 2015 ¯0 300150

Feet

RZR2016-00001