HomeMy WebLinkAbout2018-12-11 Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 12/11/2018
ATTENDANCE:
Present: Hons. Hardie Davis, Jr., Mayor; Fennoy, Chairman; Hasan,
Vice Chairman; Clarke and Frantom, members.
ENGINEERING SERVICES
1. Presentation by Rev. M. C. Haskell, Sr. regarding stormwater flooding at the
Summerville Missionary Baptist Church, 2200 Tubman Home Road.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made
By
Seconded
By
Motion
Result
Unanimous consent is given to
delete this item from the agenda.
2. Motion to approve awarding contract to Environmental Products of Georgia
for Bid 18-264 Truck with Crawler and Lateral Launch Camera in the amount
of $283,862.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Ben Hasan
Commisioner Sean
Frantom Passes
3. Approve the Assignment of Augusta’s Agreement with Otto Container
Management to OCM Solutions and approve the Execution of the
Concurrence Document.
Item
Action:
Approved
Motions
Motion
Type
Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commisioner Sean
Frantom
Commissioner
Ben Hasan Passes
4. Approve the Award of Bid Item 18-274 to MHC Kenworth for the Purchase
of a Water Truck.
Item
Action:
Rescheduled
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to refer this
item to the full
Commission with no
recommendation.
Motion Passes 4-0.
Commissioner
Ben Hasan
Commisioner
Sean Frantom Passes
5. Approve the Award of Bid Item 18-287 to Nextran Truck Center for the
Purchase of an Over the Road Truck.
Item
Action:
Rescheduled
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to refer this
item to the full
Commission with no
recommendation.
Motion Passes 4-0.
Commissioner
Ben Hasan
Commissioner
William
Fennoy
Passes
6. Approve the Award of Bid Item 18-288 to Vanguard Truck Center for the
Purchase of a Roll-Off Truck.
Item
Action:
Rescheduled
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve Motion to refer this
item to the full
Commission with no
Commissioner
Ben Hasan
Commisioner
Sean Frantom
Passes
recommendation.
Motion Passes 4-0.
7. Approve the Execution of the Amendment to the Lease with Georgia Waste
Systems. (Referred from November 13 Engineering Services Committee)
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to approve with
Ms. Videtto to bring back
a report in March, 2019
on the recycling data for
the years 2017 and 2018
and 2016 if that is
available.
Motion Passes 4-0.
Commisioner
Sean Frantom
Commissioner
Ben Hasan Passes
8. Approve the Landfill Gas Purchase and Sale Agreement with Covia
Corporation (formerly known as the Unimin Mine in Hephzibah, Georgia).
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to approve with
the correction of the
company name as Covia
Holding Corporation.
Motion Passes 4-0.
Commisioner
Sean Frantom
Commissioner
Ben Hasan Passes
9. Award Bid Item 18-236 Equipment for Motor Control Center Upgrades in the
Amount of $289,935.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Ben Hasan
Commisioner Sean
Frantom Passes
10. Approve award of Construction Contract to Reeves Construction Company
subject to Value Engineering and not to exceed in the amount of
$11,246,487.20 for Transportation Investment Act (TIA) Project, Berckmans
Road Widening & Realignment, and Bridge Replacement Project - Phase II
as requested by AED. Award is contingent upon receipt of signed contracts
and proper bonds. Bid #18-195 Also, approve reallocation of $1.6M from
Engineering SPLOST VI Scott’s Way Bridge & 7th St. Bridge funds to
Berckmans Rd Bridge Construction.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commisioner
Sean Frantom
Commissioner
Ben Hasan Passes
11. Discuss the construction timelines of (2) downtown TIA Projects, the 5th
Street Bridge and Broad Street.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to approve
receiving this item as
information.
Motion Passes 4-0.
Commissioner
Ben Hasan
Commisioner
Sean Frantom Passes
12. Motion to approve award of Contract for Bid 18-262: Chemical Treatment of
Sanitary Sewer Line - Capacity Management to Duke's Root Control in the
Amount of $300,000.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Ben Hasan
Commisioner
Sean Frantom Passes
13.
Update from Utilities Director regarding assessment report of the Lock &
Dam. (Requested by Commissioner Ben Hasan)
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to approve
receiving this item as
information.
Motion Passes 4-0.
Commissioner
Ben Hasan
Commisioner
Sean Frantom Passes
14. Approve to Supplement Construction Contract to E.R. Snell Contractor, Inc.
in the amount of $662,103.45 for completing needed supplemental Drainage
Improvements in conjunction with Transportation Investment Act (TIA)
Project, Marks Church Road & Drainage Improvement project - Phase II as
requested by AED. Bid #16-261
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Ben Hasan
Commisioner
Sean Frantom Passes
15. Motion to approve the minutes of the Engineering Services Committee held
on November 27, 2018.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
4-0.
Commissioner
Ben Hasan
Commisioner
Sean Frantom Passes
16. Receive as Information a 60-day Update on the Performance of Inland
Waste, the Customer Communications Plan for ESD, and a report on the
results of the Customer Satisfaction Survey.
Item
Action:
Rescheduled
Motions
Motion
Type Motion Text Made
By
Seconded
By
Motion
Result
Unanimous consent is given to
refer this item to the full
Commission with no
recommendation.
17. Receive as Information Research Performed on the Handling of Blight in
Other Cities.
Item
Action:
Rescheduled
Motions
Motion
Type Motion Text Made
By
Seconded
By
Motion
Result
Unanimous consent is given to
refer this item to the full
Commission with no
recommendation.
18. Discuss GDOT PI#0013927 - SR4/US25 BUS (13th Street) at Savannah
River Bridge Replacement Project and Addition of Local Proffered
Improvements.” (Requested by Commissioner Bill Fennoy)
Item
Action:
Rescheduled
Motions
Motion
Type Motion Text Made
By
Seconded
By
Motion
Result
Unanimous consent is given to
refer this item to the full
Commission with no
recommendation.
www.augustaga.gov
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Attendance 12/11/18
Department:
Presenter:
Caption:
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
\/
4CIINDA [TEI\4 ]tEeutrSr F.ORI\4
Conrmission mecfings: First and third Tuesdal,s ol'each m6nth - 2:00 p.m.Commiftee mectings: Seeond and last Tuesdays at eack month - 1:00 p.m.
commission/comrnitfec: (Flease check one ancl insert meeting date)
Commissiori Dale of Meeting
Public Safbty Committee Date of Meetin[
Public Services Committee Date of Meeting
Administrative Services Committee Date of'Meeting
Engineering Services Comrnittee Date of Meeting
Finance Committee Date of Meeting
con ta ct Infcrnration for Individuav-pres en ter il4l akin g th e R eq u est;
Name: ,4r t ( l. ,4s ke t e s.r
Address:'nyZ k
Telephone Number: % A ZEA.*
Fax Number: 7o e 7 3f6
E-Mail Addre-ss:
C:rption/1'o ric of'Discussion to bc placed on the
?s rearc S'um rnERV/Ull: ,/.
rc Se dslll c h< Ch'sru<'s
llfr-l^''^rD--*^iizii. L,etia &. i,orrfier
Clerk of Commission
Suite 22(l hlunicipat Building
535 Telfair Street
Augusta, CA 30901
&s Jol//* F
?elephone i\unrirer:
Fax Nurnber:
E-I1{ail Address:
l
ts
ha,e{
7$6-82i-182fi
706-821-1838
nmora rvs ki@augusta g;a.go\
R'equests may be faxed, e-rnailed or rleliYererl in persor and rerust be received in the ClerkrsOffice no later than 9:00 a.m. on the Thursday preceding the Comrnission or comrnittcemeeting of the follon'ing week. A five-minute time Iimit will be allo*,ed for prese,tations.
Please send this request forrn to the follorving address:
7',d 99e6 962-902 llelseH eqf dgL:gO g! ZO ca6
99e6 96L-90/llelseH aql d0t.:90 g! ZO ce6
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Rev. M. C. Haskell, Sr.
Department:
Presenter:
Caption:Presentation by Rev. M. C. Haskell, Sr. regarding stormwater
flooding at the Summerville Missionary Baptist Church, 2200
Tubman Home Road.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Invitation to Bid
Sealed bidswill be received at this office until Tuesday, August 21, 2018 @ 11:00 a.m. for furnishing:
Bid Item #18-264 Camera Truck with Crawler and Lateral Launch Camera for Augusta, GA –Utilities Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may
be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901.
Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the
office of the Procurement Department by Friday, August 3, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be
received by mail or hand delivered.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies
needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement
Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director.
All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the
appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID
number on the outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department
is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or
inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811orEmail: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle July 12, 19, 26, August 2, 2018
Metro Courier July 12, 2018
OFFICIAL
VENDORS
Environmental Products of Ga
4410 Wendell Dr.
SW Atlanta, Ga 30336
Adams Equipment Co., Inc.
6971 Oak Ridge Commerce Way
Austell, Ga. 30168
Attachment B Yes Yes
E-Verify Number 312637 224309
Addenum 1 Yes Yes
SAVE Form Yes Yes
Make Envirosight Ford/Cues
Model RoverX
Sat Lateral Launch
E450
LAMPII/TV
(2018/2019)
Price $283,862.00 $263,870.00
Estimated Delivery Oct/or Nov 2018 90-120 Days
* Exception Noted
Total Number Specifications Mailed Out: 6
Total Number Specifications Download (Demandstar): 1
Total Electronic Notifications (Demandstar): 110
Total Number of Specifications Mailed Out To Local Vendors: 0
Mandatory/ Pre-Bid/Telephone Conference attendees: N/A
Total packages submitted: 2
Total Non-Compliant: 2
ITB Item #18-264 Camera Truck with Crawler and
Lateral Launch Camera
for Augusta, Utilities Department
ITB Date: Tuesday, August 21, 2018 @ 11:00 a.m.
Page 1 of 1
Engineering Services Committee Meeting
12/11/2018 1:15 PM
18-264 Truck with Crawler and Lateral Launch Camera
Department:Utilities Department
Presenter:Tom Wiedmeier
Caption:Motion to approve awarding contract to Environmental Products
of Georgia for Bid 18-264 Truck with Crawler and Lateral
Launch Camera in the amount of $283,862.
Background:The Construction and Maintenance department requested bids to
purchase a truck that has the crawler and the lateral launch
camera to inspect sanitary sewer pipes. It will also come with
remote lift accessory, multi-function control panel with daylight
viewable touchscreen, LED auxiliary light with back-eye
camera, computer monitors, multi-monitor mount, rack mount
computer and other features that will aid sewer inspection in a
short period of time.
Analysis:AUD evaluated the bids and determined that Environmental
Products of Georgia complied to all the specifications submitted
for this bid and has the shortest estimated delivery time for this
equipment.
Financial Impact:Funding is requested in the amount of $283,862.00 and is
available in account no. 506043410-5424130
Alternatives:No alternatives recommended
Recommendation:AUD-Construction and Maintenance department recommends
awarding the contract to Environmental Products of Georgia.
Funds are
Available in the
Following
Accounts:
506043410-5424130
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Approve the Assignment of Augusta’s Agreement with Otto Container Management to OCM Solutions
and approve the Execution of the Concurrence Document
Department:Environmental Services
Presenter:Lori Videtto
Caption:Approve the Assignment of Augusta’s Agreement with Otto
Container Management to OCM Solutions and approve the
Execution of the Concurrence Document.
Background:Otto Container Management is a contracted service provider for
Augusta’s Asset Management Services – they provide inventory
management, trash and recycle cart repairs and deliveries for
Environmental Services. This Agreement has been in place since
2013 and is set to expire in 2021.
Analysis:Otto Container Management is undergoing a merger with OCM
Solutions, LLC, and per the Agreement that Augusta has with
Otto, in order for this to occur, concurrence with the merger and
consent to assign the agreement to OCM Solutions, LLC
requires signature. No other terms of the Agreement are
changing. Because the original agreement was approved by
Commission and executed by the Mayor, this document requires
the same level approval.
Financial Impact:No financial impact.
Alternatives:
Recommendation:Approve the Assignment and permit the execution of the
document.
Funds are
Available in the
Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
OFFICIAL
Vendors
Freightliner of Augusta
2930 Riverwest Drive
Augusta, GA 30907
MHC Kenworth Atlanta
5860 Riverview Rd.
Mableton, GA 30126
Vanguard Truck Center of
Augusta
5465 Augusta Road
Beech Island, SC 29842
Christopher Trucks, Inc.
1601 Whitehorse Road
Greenville, SC 29605
Attachment B Yes Yes Yes Yes
E-Verify Number 593835 161342 No-Non-Compliant 333683
SAVE Form Yes Yes Yes Yes
Year 2020 2020 2020 2020
Brand Freightliner Kenworth MAC Freightliner
Model MZ106 T370 GR64FRMHD 114SD
Bid Price $130,060.00 $124,560.00 $156,648.00 $147,892.00
Delivery Date 2019/3rd or 4th Qtr 130-160 DAYS ARO 30-Jun-19 180-230 DAYS ARO
Exception:Warranty
$3,510.00
2018 Tandem Axle Water Truck 4000 Gallon OR APPROVED EQUAL
Total Number Specifications Mailed Out: 12
Total Number Specifications Download (Demandstar): 2
Total Electronic Notifications (Demandstar): 56
Total Number of Specifications Mailed Out to Local Vendors: 4
Total packages submitted: 4
Total Non-Compliant: 1
Bid Opening Item #18-274 Water Truck
for Augusta, Georgia – Environmental Services Department
Bid Due: Thursday, September 13, 2018 @ 11:00 a.m.
Page 1 of 1
Invitation to Bid
Sealed bids will be received at this office until Thursday, September 13, 2018 @ 11:00 a.m. for furnishing:
Bid Item #18-274 Water Truck – Augusta, GA Environmental Services Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may
be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901.
Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office
of the Procurement Department by Friday, August 24, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by
mail or hand delivered.
The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference an
eligible bidder must submit a completed and signed written application to become a local bidder at least thirty (30) days prior to
the date bids are received on an eligible local project. An eligible bidder who fails to submit an application for approval as a local
bidder at least thirty (30) days prior to the date bids are received on an eligible local project, and who otherwise meets the
requirements for approval as a local bidder, will not be qualified for a bid preference on such eligible local project.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies
needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement
Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director.
All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate
committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the
outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department
is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or
inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle August 2, 9, 16, 23, 2018
Metro Courier August 2, 2018
RUSH TRUCK CENTER
2925 GUN CLUB ROAD
AUGUSTA, GA 30907
VANGUARD TRUCK CENTER
5465 AUGUSTA ROAD
BEECH ISLAND, SC 29842
FLEETCARE COMMERCIAL TRUCKS
1242 NOWELL DRIVE
AUGUSTA, GA 30901
MCH KENWORTH
4318 BELAIR FRONTAGE ROAD
AUGUSTA, GA 30909
CUMMINS
5534 AUGUSTA ROAD
SAVANNAH, GA 31407
FREIGHTLINER OF AUGUSTA
2930 RIVERWEST DRIVE
AUGUSTA, GA 30907
INTERNATIONAL TRUCK SALES
1680 E. PRESIDENT STREET
SAVANNAH, GA 31404
SEA TRUCKS SALES
422 GRANGE ROAD
SAVANNAH, GA 31407
CUSTOM TRUCK ONE SOURCE
7701 EAST 24 HIGHWAY
KANSAS CITY, MO 64125
BRUCKNER’S TRUCK SALES
FARMINGTON
4050 BLOOMFIELD HWY
FARMINGTON, NM 87401
UNITED TRUCK & EQUIPMENT
2045 W. BUCKEYE ROAD
PHOENIX, AZ 85009
HUNTER TRUCK SALES
100 HUNTER’S WAY
SMITHFIELD, PA 15478
LORI VIDETTO
ENVIRONMENTAL SERVICES TAKIYAH DOUSE
CENTRAL SERVICES KELLIE IRVING
COMPLIANCE
BID ITEM# 18-274
WATER TRUCK
FOR ENVIRONMENTAL SERVICES
DEPARTMENT
BID DUE: THUR 9/13/18 @ 11:00 A.M.
BID ITEM# 18-274
WATER TRUCK
FOR ENVIRONMENTAL SERVICES
DEPARTMENT
BID MAILED: 8/2/2018 pg. 1 OF 1
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Approve the Award of Bid Item 18-274 to MHC Kenworth for the Purchase of a Water Truck
Department:Environmental Services
Presenter:Lori Videtto
Caption:Approve the Award of Bid Item 18-274 to MHC Kenworth for
the Purchase of a Water Truck.
Background:Augusta Environmental Services currently operates a tow-
behind water wagon for use as dust control on the landfill
property. This activity is a requirement of the daily operation of
the facility. The current water wagon which is towed behind the
agricultural tractor, is not an efficient use of the tractor and can
limit the staff members which can perform the task. Switching
to a traditional water truck will allow this task to be done more
efficiently and with greater regularity.
Analysis:Augusta received 4 compliant responses to Bid 18-274. It is
ESD's recommendation to award to bid to MHC Kenworth for
the T370 water truck. The cost, including the extended warranty
is $128,070. Additionally, they are able to deliver the vehicle in
about 130 days which is acceptable to the daily operations.
Financial Impact:The cost of the vehicle with extended warranty is $128,070 and
is the lowest bid provided by the respondents.
Alternatives:1. do not approve the purchase 2. require the department to re-
bid
Recommendation:Award the bid.
Funds are
Available in the
Following
Accounts:
Funds are available in 541-04-4210/54.22210
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
OFFICIAL
VENDORS
MHC KENWORTH
ATLANTA
5860 RIVERVIEW ROAD
MABLETON, GA 30126
FREIGHTLINER OF
AUGUSTA, LLC
2930 RIVERWEST DR.
AUGUSTA, GA 30907
VANGUARD TRUCK
CENTER
5465 AUGUSTA ROAD
BEECH ISLAND, SC 29842
Nextran Truck Center, Inc
1735 Breckinridge Plaza
Duluth, GA 30096
Attachment B Yes Yes Yes Yes
E-Verify Number 161342 593835 621576 204765
SAVE Form Yes Yes Yes Yes
Year 2020 2020 2020 2020
Make KENWORTH FREIGHTLINER MACK MACK
Model T680 Cascadia PI64T PI64T
Price $114,540.00 $99,549.00 $110,231.80 $106,500.00
Approximate Delivery
Schedule 90-120 DAYS ARO July-Dec. 2019 2/28/2019 120 DAYS ARO
Bid Opening Item #18-287 Over The Road Truck
for Augusta, Georgia-Environmental Services Department
Bid Due: Tuesday, October 9, 2018 @ 11:00 a.m.
General Options
Total Number Specifications Mailed Out: 12
Total Number Specifications Download (Demandstar): 1
Total Electronic Notifications (Demandstar): 60
Mandatory Pre-Bid/Telephone Conference: N/A
Total packages submitted: 4
Total Non-Compliant: 0
Page 1 of 1
Invitation to Bid
Sealed bids will be received at this office until Tuesday, October 9, 2018 @ 11:00 a.m. for furnishing:
Bid Item #18-287 Over the Road (OTR) Truck – Augusta, GA Environmental Services Department
Bid Item #18-288 Roll Off Truck – Augusta, GA Environmental Services Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may
be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901.
Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office
of the Procurement Department by Friday, September 21, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received
by mail or hand delivered.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies
needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement
Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director.
All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate
committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the
outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department
is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or
inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle August 30, September 6, 13, 20, 2018
Metro Courier August 30, 2018
ENVIRONMENTAL SERVICES DEPARTMENT
Lori Videtto
Director
MEMORANDUM
TO:
FROM:
DATE:
Geri Sams
Director - Pro\ment
Lori Videtto )
Director \)r
November 1,2018
SLIBJECT: Bid Item #18-287 Over the Road Truck - Award Recommendation
In response to Bid Item 18-287 Over the Road Truck, four compliant bids were received. The bids were
opened on October 9, 2018 and the results and specific pricing are listed on the attached page. Upon
careful consideration and analysis, it is my recommendation to award the bid to Nextran Truck Center,
lnc. with a bid price of $106,500.00.
Freightliner of Augusta, LLC was the lowest responsive bidder with a bid price of $99,549.00. However,
they listed exceptions to warranty requirements that, over time, would exceed the $6,951.00 price
difference.
Thank you in advance for your time and attention. Please feel free to contact me at 706-592-3206, should
you have any questions or require any additional information.
LVltgh
Attachment
Cc: Nancy Williams
Darrell White
File
Environmental Services Depertment
4330 Deans Bridge Road, Blythe, GA 30805
(706') 592-3200 - Fax (706) 592-3255
WWW.AUGUSTAGA.GOV
RUSH TRUCK CENTER
2925 GUN CLUB ROAD
AUGUSTA, GA 30907
VANGUARD TRUCK CENTER
5465 AUGUSTA ROAD
BEECH ISLAND, SC 29842
SHEALY TRUCK CENTER
1340 BLUFF ROAD
COLUMBIA, SC 29201
MCH KENWORTH
4318 BELAIR FRONTAGE ROAD
AUGUSTA, GA 30909
CUMMINS
5534 AUGUSTA ROAD
SAVANNAH, GA 31407
FREIGHTLINER OF AUGUSTA
2930 RIVERWEST DRIVE
AUGUSTA, GA 30907
HINO TRUCKS OF AUGUSTA
1351 GORDON HWY
AUGUSTA, GA 30901
SEA TRUCKS SALES
422 GRANGE ROAD
SAVANNAH, GA 31407
MACK TRUCKS
420 PATIO PL
COLUMBIA, SC 29212
ROBERT’S INTERNATIONAL TRUCKS
300 LONGWOOD DRIVE
RICHMOND HILL, GA 31324
NACARATO TRUCK CENTER
4610 FULTON INDUSTRIAL BLVD SW
ATLANTA, GA 30336
NEXTRAN TRUCK CENTERS
2750 SULLIVAN ROAD
ATLANTA, GA 30337
LORI VIDETTO
ENVIRONMENTAL SERVICES TAMMIE HERRING
ENVIRONMENTAL SERVICES KELLIE IRVING
COMPLIANCE
BID ITEM# 18-287
OVER THE ROAD TRUCK (OTR)
FOR ENVIRONMENTAL SERVICES
DEPARTMENT
BID DUE: TUESDAY 10/9/18 @ 11:00 A.M.
BID ITEM# 18-287
OVER THE ROAD TRUCK (OTR)
FOR ENVIRONMENTAL SERVICES
DEPARTMENT
BID MAILED: 8/30/18 pg. 1 OF 1
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Approve the Award of Bid Item 18-287 to Nextran Truck Center for the Purchase of a Over the Road
Truck
Department:Environmental Services
Presenter:Lori Videtto
Caption:Approve the Award of Bid Item 18-287 to Nextran Truck Center
for the Purchase of an Over the Road Truck.
Background:Augusta Environmental Services operates over-the-road tractor
trailers to haul various items, to transport equipment and
machinery, and to haul trash as part of the daily landfill
operations. The department is requesting to purchase a new
truck to replace one that is a 2006 with 300,000 miles. The
truck to be replaced will be sold on Gov Deals.
Analysis:Augusta received four complaint bids for bid item 18-287, and it
is the Department's recommendation that the bid be awarded to
Nextran for the Mack P164T truck. The delivery time is 120
days, which meets the operational needs of the Department.
Financial Impact:The bid price is $106,500; with funds available in 542-04-
4110/54.22210
Alternatives:1. purchase from another vendor 2. place the vehicle out for re-
bid
Recommendation:Purchase the vehicle as specified from Nextran Truck Center.
Funds are
Available in the
Following
Accounts:
funds are available in 542-04-4110/54.22210
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
OFFICIAL
VENDORS
MHC KENWORTH
ATLANTA
5860 RIVERVIEW ROAD
MABLETON, GA 30126
FREIGHTLINER OF
AUGUSTA, LLC
2930 RIVERWEST DR.
AUGUSTA, GA 30907
VANGUARD TRUCK
CENTER
5465 AUGUSTA ROAD
BEECH ISLAND, SC 29842
PETERBILT OF ATLANTA,
LLC
172 VAN MAR BLVD
JACKSON, GA 30233
RUSH TRUCK CENTER
2925 GUN CLUB ROAD
AUGUSTA, GA 30907
Attachment B Yes Yes Yes Yes Yes
E-Verify Number 161342 593835 621576 415710 889987
SAVE Form Yes Yes Yes Yes Yes
Year 2020 2020 2020 2019 2019
Make KENWORTH FREIGHTLINER MACK PETERBILT INTERNATIONAL
Model T880 1225D GR64BR 567 HX620
Price $188, 697.00 $161, 137.00 $166, 244.80 $194, 059.00 $174, 579.06
Approximate Delivery
Schedule 110-150 DAYS ARO JUNE-DEC 2019 16-May-19 240 DAYS ARO 90-130 DAYS ARO
Bid Opening Item #18-288 Roll Off Truck
for Augusta, Georgia-Environmental Services Department
Bid Due: Tuesday, October 9, 2018 @ 11:00 a.m.
General Options
Total Number Specifications Mailed Out: 14
Total Number Specifications Download (Demandstar): 2
Total Electronic Notifications (Demandstar): 81
Mandatory Pre-Bid/Telephone Conference: N/A
Total packages submitted: 5
Total Non-Compliant: 0
Page 1 of 1
ENVIRONMENTAL SERVICES DEPARTMENT
Lori Videtto
Director
MEMORANDUM
TO:
FROM:
DATE:
Geri Sams
Director - Procurement
Lori Videttr. J
Director UX
November 1,2018
SUBJECT: Bid Item #18-288 Roll OffTruck - Award Recommendation
In response to Bid Item 18-288 Roll Off Truck, five compliant bids were received. The bids were opened
on October 9,2018 and the results and specific pricing are listed on the attached page. Upon careful
consideration and analysis, it is my recommendation to award the bid to Vanguard Truck Center, with a
bid price of $166,244.80.
Freightliner of Augusta, LLC was the lowest responsive bidder with a bid price of $ 161 ,l 37.00. However,
they listed exceptions to warranty requirements that, over time, would exceed the $5,107.80 price
difference.
Thank you in advance for your time and attention. Please feel free to contact me at 706-592-3206, should
you have any questions or require any additional information.
LYltgh
Attachment
Cc: Nancy Williams
Darrell White
File
Environmental Services Department
4330 Deans Bridge Road, Blythe, GA 30805
("t06) s92-3200 - Fax (706) s92-32ss
WWW.AUGUSTAGA.GOV
RUSH TRUCK CENTER
2925 GUN CLUB ROAD
AUGUSTA, GA 30907
VANGUARD TRUCK CENTER
5465 AUGUSTA ROAD
BEECH ISLAND, SC 29842
SHEALY TRUCK CENTER
1340 BLUFF ROAD
COLUMBIA, SC 29201
MCH KENWORTH
4318 BELAIR FRONTAGE ROAD
AUGUSTA, GA 30909
CUMMINS
5534 AUGUSTA ROAD
SAVANNAH, GA 31407
FREIGHTLINER OF AUGUSTA
2930 RIVERWEST DRIVE
AUGUSTA, GA 30907
HINO TRUCKS OF AUGUSTA
1351 GORDON HWY
AUGUSTA, GA 30901
SEA TRUCKS SALES
422 GRANGE ROAD
SAVANNAH, GA 31407
MACK TRUCKS
420 PATIO PL
COLUMBIA, SC 29212
ROBERT’S INTERNATIONAL TRUCKS
300 LONGWOOD DRIVE
RICHMOND HILL, GA 31324
NACARATO TRUCK CENTER
4610 FULTON INDUSTRIAL BLVD SW
ATLANTA, GA 30336
NEXTRAN TRUCK CENTERS
2750 SULLIVAN ROAD
ATLANTA, GA 30337
APEX EQUIPMENT SALES
1400 W. 53RD STREET
WEST PALM BEACH, FL 33407
DICKSON EQUIPMENT COMPANY, INC
PO BOX 192227
DALLAS, TX 75219
LORI VIDETTO
ENVIRONMENTAL SERVICES TAMMIE HERRING
ENVIRONMENTAL SERVICES KELLIE IRVING
COMPLIANCE
BID ITEM# 18-288
ROLL OFF TRUCK
FOR ENVIRONMENTAL SERVICES
DEPARTMENT
BID DUE: TUESDAY 10/9/18 @ 11:00 A.M.
BID ITEM# 18-288
ROLL OFF TRUCK
FOR ENVIRONMENTAL SERVICES
DEPARTMENT
BID MAILED: 8/30/18 pg. 1 OF 1
Invitation to Bid
Sealed bids will be received at this office until Tuesday, October 9, 2018 @ 11:00 a.m. for furnishing:
Bid Item #18-287 Over the Road (OTR) Truck – Augusta, GA Environmental Services Department
Bid Item #18-288 Roll Off Truck – Augusta, GA Environmental Services Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may
be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901.
Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office
of the Procurement Department by Friday, September 21, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received
by mail or hand delivered.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies
needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement
Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director.
All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate
committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the
outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department
is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or
inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle August 30, September 6, 13, 20, 2018
Metro Courier August 30, 2018
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Approve the Award of Bid Item 18-288 to Vanguard Truck Center for the Purchase of a Roll-Off
Truck
Department:Environmental Services
Presenter:Lori Videtto
Caption:Approve the Award of Bid Item 18-288 to Vanguard Truck
Center for the Purchase of a Roll-Off Truck.
Background:Augusta Environmental Services Department operates a roll-off
truck to haul dumpsters in support of various community
activities, special events, and to support trash collection
operations. The current roll-off truck is a 2009 with over
200,000 miles.
Analysis:Bid Item 18-288 received bids from 5 vendors. The
recommendation from the Department is to award the purchase
to Vanguard Truck Center with a delivery date no later than May
2019. The vehicle being replaced will be placed for sale on Gov
Deals.
Financial Impact:The bid price is $166,244.80. Funds are available in 542-04-
4110/54.22210.
Alternatives:1. Award as recommended 2. Award to another compliant
vendor.
Recommendation:Approve the purchase of the Mack Model GR64BR from
Vanguard Truck Center
Funds are
Available in the
Following
Accounts:
Funds are available in 542-04-4110/54.22210
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Page 1 of 2
AMENDMENT TO AGREEMENT FOR LEASE OF REAL ESTATE
This AMENDMENT TO AGREEMENT FOR LEASE OF REAL ESTATE (the “Amendment”)
is made this ___ day of _______________, 2018 (the “Effective Date”), by and between GEORGIA
WASTE SYSTEMS, INC. (the “Landlord”) and AUGUSTA, GEORGIA (the “Tenant”). Tenant and
Landlord are each individually also referred to as a “Party” and collectively, as the “Parties.”
WITNESSETH:
WHEREAS, Landlord and Tenant entered into that certain Agreement for Lease of Real Estate
dated July 17, 2007 (the “Lease”) for the transfer station floor together with ingress and egress thereto,
located at 3946 Goshen Boulevard, Augusta, Georgia (the “Premises”).
WHEREAS, the Parties desire to amend the term, rent and other provisions of the Lease pursuant
to the terms of this Amendment.
NOW, THEREFORE, in consideration of the mutual covenants of Landlord and Tenant, and
other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the
Parties hereby covenant and agree as follows:
1. Capitalized terms not defined herein shall have the meaning ascribed to such term in the Lease.
2. PREMISES AND TERM, Section 1 of the Lease is hereby deleted in its entirety and replaced
with the following:
PREMISES AND TERM. Landlord, for and in consideration of the covenants and agreements
herein contained on the part of the Tenant does demise and least to the Tenant the transfer station floor
together with ingress and egress thereto, located at 3946 Goshen Boulevard, in Augusta, Georgia. The
term of the Lease shall be extended for an additional one (1) year period commencing on January 1, 2019
and ending on December 31, 2019 (the “Extension Term”). Upon expiration of the Extension Term, this
Lease shall automatically renew on a year to year basis (each, a “Renewal Term”), except that either Party
may terminate the Lease by providing no less than ninety (90) days written notice to the other Party prior to
the expiration of the Extension Term or then current Renewal Term, as applicable.
3. RENT AND SECURITY DEPOSIT, Section 2 of the Lease is hereby deleted in its entirety and
replaced with the following:
RENT. Commencing on January 1, 2019, Tenant hereby agrees to pay Landlord monthly rental
payable in advance of SEVEN THOUSAND FIVE HUNDRED AND NO/100 DOLLARS ($7,500.00) on
the first day of each month.
4. SURRENDER OF POSSESSION. Section 13 of the Lease is hereby amended in that “$1,000” is
replaced with “$7,500.”
5. All other terms and conditions of the Lease that are not modified by this Amendment shall
continue in full force and effect.
[SIGNATURES ON THE FOLLOWING PAGE]
Page 2 of 2
IN WITNESS WHEREOF, Tenant and Landlord have executed this Amendment as of the
Effective Date.
TENANT:
LANDLORD:
AUGUSTA, GEORGIA GEORGIA WASTE SYSTEMS, INC.
By:
By:
Name: Hardie Davis, Jr. James A. Wilson, Vice President
Title: Mayor
Attest:________________________________
Lena J. Bonner, Clerk of Commission
Page 1 of 2
AMENDMENT TO AGREEMENT FOR LEASE OF REAL ESTATE
This AMENDMENT TO AGREEMENT FOR LEASE OF REAL ESTATE (the “Amendment”)
is made this ___ day of _______________, 2018 (the “Effective Date”), by and between GEORGIA
WASTE SYSTEMS, INC. (the “Landlord”) and AUGUSTA, GEORGIA (the “Tenant”). Tenant and
Landlord are each individually also referred to as a “Party” and collectively, as the “Parties.”
WITNESSETH:
WHEREAS, Landlord and Tenant entered into that certain Agreement for Lease of Real Estate
dated July 17, 2007 (the “Lease”) for the transfer station floor together with ingress and egress thereto,
located at 3946 Goshen Boulevard, Augusta, Georgia (the “Premises”).
WHEREAS, the Parties desire to amend the term, rent and other provisions of the Lease pursuant
to the terms of this Amendment.
NOW, THEREFORE, in consideration of the mutual covenants of Landlord and Tenant, and
other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the
Parties hereby covenant and agree as follows:
1. Capitalized terms not defined herein shall have the meaning ascribed to such term in the Lease.
2. PREMISES AND TERM, Section 1 of the Lease is hereby deleted in its entirety and replaced
with the following:
PREMISES AND TERM. Landlord, for and in consideration of the covenants and agreements
herein contained on the part of the Tenant does demise and least to the Tenant the transfer station floor
together with ingress and egress thereto, located at 3946 Goshen Boulevard, in Augusta, Georgia. The
term of the Lease shall be extended for an additional one (1) year period commencing on January 1, 2019
and ending on December 31, 2019 (the “Extension Term”). Upon expiration of the Extension Term, this
Lease shall automatically renew on a year to year basis (each, a “Renewal Term”), except that either Party
may terminate the Lease by providing no less than ninety (90) days written notice to the other Party prior to
the expiration of the Extension Term or then current Renewal Term, as applicable.
3. RENT AND SECURITY DEPOSIT, Section 2 of the Lease is hereby deleted in its entirety and
replaced with the following:
RENT. Commencing on January 1, 2019, Tenant hereby agrees to pay Landlord monthly rental
payable in advance of THREE THOUSAND FIVE HUNDRED AND NO/100 DOLLARS ($3,500.00) on
the first day of each month.
4. SURRENDER OF POSSESSION. Section 13 of the Lease is hereby amended in that “$1,000” is
replaced with “$3,500.”
5. All other terms and conditions of the Lease that are not modified by this Amendment shall
continue in full force and effect.
[SIGNATURES ON THE FOLLOWING PAGE]
Page 2 of 2
IN WITNESS WHEREOF, Tenant and Landlord have executed this Amendment as of the
Effective Date.
TENANT:
LANDLORD:
AUGUSTA, GEORGIA GEORGIA WASTE SYSTEMS, INC.
By:
By:
Name: Hardie Davis, Jr. James A. Wilson, Vice President
Title: Mayor
Attest:________________________________
Lena J. Bonner, Clerk of Commission
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Approve the Execution of the Amendment to the Lease with Georgia Waste Systems
Department:Environmental Services
Presenter:Lori Videtto
Caption:Approve the Execution of the Amendment to the Lease with
Georgia Waste Systems. (Referred from November 13
Engineering Services Committee)
Background:The Environmental Services Department entered into a Lease
Agreement with Georgia Waste Systems in 2007 for the use of
the property located at 3946 Goshen Industrial Blvd, that is
owned by Georgia Waste Systems. The property contains a
waste transfer station building that Augusta uses to transfer the
recyclable materials that are collected from the residents, load
them into Augusta tractor trailers, and haul the materials to the
appropriate processing facility. This facility is uniquely
constructed for this purpose, and fits the needs of Augusta's
collection operation.
Analysis:Georgia Waste Systems has proposed an amendment to the
current lease, which involves a significant increase in the
monthly rent payment for the use of the facility. The previous
rent was $1000 per month, however, the first recommended
amendment raised to $7500 per month by the owner. On
December 5, 2018 Georgia Waste Systems – agreed to lower the
rent by $4000 per month thus making the monthly lease payment
$3,500.00. Since this is a facility that Augusta is currently using,
and there are no other facilities in Augusta with this same
configuration, it is recommended at this time that the
Amendment be executed and the lease be continued on a month-
to-month basis while ESD pursues other options for this piece of
the collection operations. The price increase goes into effect in
January 2019.
Financial Impact:Funding is programmed into the 2019 budget in the amount of
$90,000 in account 542 04 4110 52-24111.
Alternatives:1. Do not approve the amendment and force ESD to expend
additional funds to quickly adjust the recycle operations and find
an appropriate alternative location. 2. pursue purchase of the
facility, however this may be outside of current budgetary
limitation. 3. Approve the amendment and allow ESD the time
to research, adjust, and properly procure an alternative solution.
Recommendation:Approve the execution of the Amendment to the Lease.
Funds are
Available in the
Following
Accounts:
Funding is programmed into the 2019 budget in the amount of
$90,000 in account 542 04 4110 52-24111.
REVIEWED AND APPROVED BY:
1
Deans Bridge Road Municipal Solid Waste Landfill
Facility Landfill Gas Purchase and Sale Agreement
1
DEANS BRIDGE ROAD MUNICIPAL SOLID WASTE LANDFILL
LANDFILL GAS PURCHASE AND SALE AGREEMENT
This Landfill Gas Sales Agreement ("Agreement") is made and entered into this__ day of 2018,
by and between Augusta, Georgia, a political division of the State of Georgia, hereinafter "Seller"
and Covia Corporation, hereinafter "Buyer''.
WHEREAS, Seller owns and operates the Deans Bridge Road Municipal Solid Waste Landfill,
hereinafter "Disposal Facility,'' located in Blythe, Georgia; and
WHEREAS, Buyer owns and operates a mining and minerals processing facility in Hephzibah,
Georgia, hereinafter the "Processing Facility" that has equipment that utilizes Landfill Gas; and
WHEREAS, the Disposal Facility produces Landfill Gas, as hereinafter defined, from the
decomposition of solid waste brought to the Disposal Facility for disposal; and
WHEREAS, Seller desires to sell and deliver the Landfill Gas to Buyer's Processing Site and to
maintain a pipeline to the Point of Delivery for that purpose; and
WHEREAS, Buyer desires to purchase from Seller Landfill Gas produced at the Disposal Facility
during the term of this Agreement; and
NOW, THEREFORE, and based upon the mutual agreements and covenants herein after set
forth, the parties do hereby agree as follows:
2
ARTICLE 1 – DEFINITIONS
Unless otherwise required by the context in which any defined term appears, the following terms
shall have the meaning assigned to them in this Article for all purposes including the recitals:
1.1 Average Methane Content – means the monthly numerical average of methane contained
in Landfill Gas delivered to the Point of Delivery.
1.2 Avoided Gas Cost – means the avoided cost of natural gas purchased for the Buyer's
Processing Facility.
1.3 BTU means British Thermal Units or the amount of heat required to raise the temperature
of one pound of water one (1) degree Fahrenheit at sixty (60) degrees Fahrenheit and
MMBTU means one million (1,000,000) BTU.
1.4 Buyer's Equipment has the meaning set forth in Section 2.2 of this Agreement.
1.5 Effective Date - means the date defined in Section 5.1 herein below
1.6 Environmental Attributes means any and all credits, benefits, emissions reductions,
environmental air quality credits, emission reduction credits, renewable energy credits,
renewable energy certificates, offsets, and allowances attributable to the generation,
destruction, purchase, sale, or use of LFG from the Landfill, including, but not limited to,
tags, certificates, credits, allowances, offsets, and similar products or rights attributable to
the generation, destruction, purchase, sale, or use of LFG from the Landfill that can be used
to claim responsibility for, ownership of, or any avoidance or reduction of emissions or
pollutants, including, but not limited to, carbon dioxide, mercury, nitrogen oxide, sulfur oxide,
carbon monoxide, particulate matter or similar pollutants or contaminants of air, water or
soil, under any governmental, regulatory or voluntary program, including the United Nations
Framework Convention on Climate Change and related Kyoto Protocol or other program.
1.7 Facility Flow Meter - means the Landfill Gas flow meter installed by Seller before, the Point
of Delivery which will used to measure the quantity of LFG purchased by Buyer under this
Agreement. The Facility Flow Meter will be used to measure only the gas delivered to the
Buyer for processing.
1.8 Force Majeure means acts of God, fires, storms, lightning, floods, hurricanes, high water
washouts, earthquakes, landslides, explosions, war, blockade, public disorder, acts of the
public enemy, insurrections, riots, epidemics, accidents, casualty, labor disturbances,
arrests and restraints of governments and people, catastrophic events such as explosions,
breakage or accident to equipment caused by an event of Force Majeure, or any other event
of similar cause not reasonably within the control of the affected Party and which, by the
exercise of reasonable diligence, such Party is unable to prevent or overcome. Force
Majeure shall not include the unavailability of or delays in delivery of any product, labor, fuel,
service or materials unless caused by an event that would otherwise be defined herein as
an event of Force Majeure. Force Majeure shall in no event include (a) any change in the
3
economy or in the markets, pricing or demand for products manufactured at the facility or
for recycled materials, processed or unprocessed, that affects Buyer's ability to use
municipal solid waste, processed or unprocessed, or any component or product thereof, or
the price at which recovered materials can be sold, or (b) increases in the cost of
constructing or operating Buyer's Equipment.
1.9 Gas Collection System - shall mean the network of Landfill Gas collection headers,
interconnecting pipes, valves, monitoring and measuring equipment, filters, coolers,
vacuum pumps, flares, blowers, and other equipment currently installed or to be installed
at the Disposal Facility and used in the extraction, collection, production, or transporting of
Landfill Gas up to the Point of Delivery.
1.10 Good Engineering Practice shall mean any practices, methods, or acts which, in the exercise
of reasonable judgment in light of the facts known would have been expected to accomplish
the desired result in a manner consistent with reliability, safety, project economics, and
applicable laws and regulations for similar projects in the State of Georgia. This term is not
intended to be limited to one practice or method to the exclusion of all others.
1.11 Governmental Authority means any federal, state, regional, city or local government, any
political subdivision thereof, or any other governmental, quasi-governmental, judicial, public
or statutory instrumentality, authority, body, agency, commission, administration, bureau,
department, board, bureau, court or other entity.
1.12 Hazardous Materials means all materials which have been determined to be hazardous to
health or the environment by virtue of being defined by the Resource Conservation and
Recovery Act, the Comprehensive Environmental Response, Compensation and Liability Act,
regulated by the Toxic Substances Control Act, the Federal Insecticide, Fungicide and
Rodenticide Act, or regulated by any other applicable federal, state, or local law. Reference
to specific statutes includes amendments as they are made from time to time, as well as
the regulations promulgated there under.
1.13 Inflationary Index means the Consumer Price Index for All Urban Consumers ("CPl-U"),
Atlanta, Georgia - Atlanta, Georgia, All Items published by the United States Department of
Labor, Bureau of Labor Statistics ("BLS"), or its successor.
1.14 Landfill shall mean the Deans Bridge Road Municipal Solid Waste Landfill located in Blythe,
Georgia.
1.15 Landfill Gas or LFG means any and all gases resulting from the anaerobic decomposition
of refuse material within the Landfill disposal cells, consisting principally of methane, carbon
dioxide, and other constituent gases.
1.16 Legal Requirements means any applicable law, order, codes, writ, decree, judgment,
requirement, guideline, action, permit, ordinance, rule and regulation of any Governmental
Authority whether existing as of the Effective Date of this Agreement or subsequently
amended, enacted or promulgated hereafter.
4
1.17 Maximum Consumption - means that quantity of LFG that is greatest volume useable by
Buyers equipment located at the Processing Site in a month. Said term shall not be
construed as a guarantee of consumption at any time during the term or renewal term of
this Agreement.
1.18 Permit(s) means all actions, reviews, approvals, consents, waivers, exemptions, variances,
franchises, orders, permits, authorizations, rights, licenses, filings, zoning changes or
variances, and entitlements of whatever kind and however described which are required
under applicable law to be obtained or maintained by any person with respect to the
activities contemplated herein.
1.19 Point of Delivery – means the point at which the Sellers gas transmission pipeline enters
the Buyers property, which also shall mark the change of pipeline and LFG ownership from
Seller to Buyer.
1.20 Processing Site – means the Covia Corporation facility located at 1 Albion Road in
Hephzibah, Georgia.
1.21 Processing System - means all piping, valves, pumps, monitoring devices, compressors,
scrubbing units, engines, generators and related equipment installed on the Processing Site
utilized by Buyer to process the Landfill Gas.
1.22 Scheduled Interruptions means an interruption resulting when all or a portion of the
respective systems owned by either Buyer or Seller is deliberately taken out of service at a
selected time for purposes of maintenance, repair or construction.
1.23 Unscheduled Interruptions means an interruption resulting when all or a portion of the
respective systems owned by either Buyer or Seller is taken out of service at an unexpected
time due to an outage caused by utility outages, equipment failure, human error or other
unexpected condition.
ARTICLE 2 - CONSTRUCTION OF NEW FACILITIES
2.1 Seller's Equipment. Seller shall be solely responsible and liable for designing, constructing,
operating, maintaining, and repairing the Gas Collection System and for the pipeline
necessary to deliver LFG to the Processing Site. Seller shall be responsible for obtaining all
permits relating to the construction and operation of the Gas Collection System.
2.2 Buyer's Equipment. Buyer shall be solely responsible and liable for designing, constructing,
operating, maintaining, and repairing any and all equipment and facilities necessary to
utilize the landfill gas at the Processing Facility. Buyer shall be responsible for obtaining all
Permits relating to the construction and operation of Buyer's Equipment, including, without
limitation, any easements and rights-of-way. Buyer shall indemnify and hold Seller harmless
from and against any and all claims, actions, losses, damages, and expenses relating to or
5
arising from Buyer's ownership, use, operation, repair, and/or maintenance of Buyer's
Equipment.
2.3 Mutual Support. Each Party shall exercise reasonable efforts to support and assist the other
Party in the acquisition of all permits and authorizations and in fulfilling the obligations
described above. Such support shall include participating in regulatory proceedings and
providing information concerning each Party’s operations.
ARTICLE 3 – SALE AND PURCHASE OF LANDFILL GAS
3.1 Delivery and Purchase Obligation. Seller shall deliver and sell to Buyer and Buyer shall
accept and purchase the LFG under the terms and conditions set forth in this Agreement.
Buyer agrees to purchase gas delivered to the Point of Delivery as measured by the Seller’s
Flow Meter.
3.2 Seller's Right to Additional LFG. When and if additional LFG becomes available at the
Disposal Facility in sufficient quantities to fuel other projects, the parties agree that Seller
shall have the right to the excess gas.
3.3 Quantity in Excess of the Buyer's Ability to Use. Any LFG produced by the Seller in excess
of the Buyer's Ability to Use will be made available for purchase by Buyer, but Buyer shall
not be required to purchase LFG. Buyer shall notify Seller by January 1st of each year (the
"Notice Date") of this agreement of the Maximum Consumption of gas that it intends to buy
for the coming year. Once notice is given as set forth above, the election shall be binding
upon both Buyer and Seller.
3.4 Use of LFG Not Taken. Seller shall be free to utilize, dispose of, or sell to a third party all
LFG tendered to Buyer under Section 3.2 but not purchased by Buyer for any reason beyond
the Maximum Consumption by Buyer reserved pursuant to Section 3.3. Seller shall not
commit to any contract to any third party such that Buyer would not be supplied with enough
LFG to meet its Maximum Consumption. Should Seller enter in to a contract with a third
party, the volume of gas under contract with a third party shall not be offered to Buyer until
such time as the contract is up for renewal or expiration at which time Buyer shall have first
right of refusal for the additional gas before any other third party has a right to purchase
LFG. Under no circumstance shall a third party contract be allowed a quantity of gas such
that the Maximum Consumption provided in Section 3.3 to Buyer is compromised. Seller
notes that the quantity of LFG output over time probably declines unless gas from additional
phases of the Landfill is added to present LFG output. Seller will take such decline in output
into consideration when entering into third party contracts to ensure Buyer's Maximum
Consumption quantity is protected.
3.5 Quantity and Quality of Landfill Gas. Buyer understands and acknowledges that, due to
the unpredictable nature of LFG production and collection operations, actual delivery rates,
quality and pressure will vary and there may be rapid or instantaneous material charges in
the rate of flow and pressure of delivery. Buyer further understands and acknowledges that
6
Seller is not providing any guarantees, warranties, or representations as to the quality or
quantity of LFG to be delivered to Buyer. Seller shall operate the Disposal Facility and Seller's
Equipment in a prudent and efficient manner in order to use its best efforts to provide Buyer
with the LFG available from the Disposal Facility while maintaining compliance with Disposal
Facility environmental compliance requirements of law, permit or regulation.
3.6 Combustion of LFG Not Utilized by Buyer. Notwithstanding anything to the contrary set
forth in this Agreement, in the event Buyer fails to take the LFG that Seller delivers to the
Point of Delivery on any given day, Seller may divert, sell to a third party or flare all such LFG
subject to the limitations in Section 3.4 above.
3.7 Operating Standard. Seller shall install, operate, and maintain Seller's Equipment in
accordance with Good Engineering Practice. Seller shall have no obligation to compensate
Buyer for a reduction in the amount of LFG resulting from the aging of the Disposal Facility,
compliance with environmental regulations (except in the event of a Change In Law), or any
other reason. Buyer shall install, operate, and maintain Buyer's Equipment in accordance
with Good Engineering Practice.
3.8 Priority of Disposal Facility Operations. Buyer acknowledges and agrees that the primary
use of the Disposal Facility is as a municipal solid waste landfill, and that the LFG shall be
limited to production from the Disposal Facility. Notwithstanding anything to the contrary set
forth in this Agreement, at all times during the Term hereof, Seller shall have the right to
operate the Disposal Facility, and to take all actions at its own cost and expense that Seller
deems in good faith necessary or appropriate in connection with the operation and
maintenance of the Disposal Facility including actions to comply with any Legal
Requirements.
3.9 Price. The price of LFG purchased by Buyer for the Term of this Agreement as specified in
Section 5.1 shall be at a price equal to a percentage of the avoided cost of natural gas
purchased for the Buyer’s Processing Site. The value used as the avoided cost of natural
gas shall be based on the weighted-average cost at which the Buyer purchased natural gas
for the Processing Site during the previous month as reported to Seller by the Buyer. Seller
shall have the right to review and audit any records pertaining to the determination of the
avoided cost of natural gas. The avoided cost of natural gas for the previous month shall be
used for all payments during the month as set forth in the following: an amount to eighty
percent (80.00 %) of the Avoided Gas Cost for the first eight-thousand- five-hundred (8,500)
MCF of Landfill Gas in the month; sixty five percent (65%) of the Avoided Gas Cost for the
next six -thousand- five-hundred (6,500) MCF of Landfill Gas in the month; and fifty percent
(50%) of the Avoided Gas Cost for the gas in excess of fifteen thousand (15,000) MCF of
Landfill Gas in the month. Avoided Gas Costs for the year 2017 are shown in Exhibit A.
3.10 Invoices, Payment. Seller shall electronically record the total monthly LFG flow for each
monthly period from the Facility Flow Meter. Seller shall prepare and send to Buyer by the
tenth (10th) day of each month an invoice which shall be accompanied by a report showing
amounts for monthly LFG volume, Average Methane Content, and calculated monthly costs.
Buyer shall remit payment to Seller within thirty (30) days following receipt of Seller's
7
invoices, which payment date shall be identified on Seller's invoices. A sample bill is shown
in Exhibit B.
3.11 Average Methane Content Determination. Average Methane Content of Landfill Gas may
be determined by a continuous monitoring instrument or handheld instrument. If
determined by a handheld instrument, a minimum of four (4) discrete measurements per
calendar month are required to calculate a valid average. If the minimum number of
measurements is not available, the average of the three previous valid monthly Average
Methane Content will be used.
3.12 Meter Tests. Seller shall maintain the Facility Flow Meter used to measure the LFG in good
condition and repair, and shall have the Facility Flow Meter inspected periodically by a
reputable third party, but at least once each year. Copies of the inspection reports shall be
made available to Buyer upon request. Buyer may install and maintain a Buyer's Flow Meter
at or after the Point of Delivery. The Buyer's Flow Meter shall be maintained for and by the
Buyer and will be used to measure LFG flows to Buyer's Equipment for purposes of
determining monthly payments as provided in Section 3.14.
3.13 Meter Out of Service. If for any reason, the Facility Flow Meter is out of service or out of
repair so that the amount of LFG delivered and used by Buyer cannot be ascertained or
determined from its readings, the volume content of LFG delivered to Buyer during such
period when the Facility Flow Meter is out of service shall be determined by readings from
Buyer's flow meter. Buyer's flow meter shall be inspected at least once per year by a
reputable third party. Buyer shall supply copies of inspection reports to Seller upon request.
If the Buyer's flow meter is out of service during the same period of time Seller's flow meter
is out of service, the quantity of methane Buyer shall be billed for shall be determined by
averaging the quantity of methane used by Buyer in each of the prior three months.
3.14 Errors in Billing. Should either party find at any time within one (1) year after the elate of
any invoice rendered by Seller that there has been an undercharge or an overcharge in the
amount billed in the invoice, the party finding the error shall promptly notify the other party
in writing. In the case of an undercharge, Seller shall submit a statement for such
undercharge with no interest included, and Buyer, upon verifying the same, shall pay such
an amount within thirty (30) days after receipt of the statement. In the case of an
overcharge, Seller, upon verifying the same, shall refund the amount of the overcharge to
Buyer within thirty (30) clays of notification by Buyer, but without interest. Neither Seller nor
Buyer shall have any liability for any undercharge or overcharge relating to invoices over one
year old.
3.15 Buyer Shall Not Sell the LFG. Notwithstanding anything to the contrary set forth in this
Agreement, Buyer agrees and covenants that it shall not sell, redirect, redeliver, transport
or market the LFG, or any portion thereof to any third party. Moreover, and without limiting
the generality of the foregoing, Buyer represents and warrants that it shall use the LFG only
at the Processing Site.
8
ARTICLE 4 – RESERVED
ARTICLE 5 -- TERM, TERMINATION, AND DEFAULTS
5.1 Term. Subject to the other provisions contained herein, this Agreement shall become
effective on the date of execution and shall continue in effect for a period of five (5) years
beginning on the date of execution. No later than twelve (12) months prior to expiration of
this Agreement, Buyer can give written notice to Seller that it wishes to extend the term of
this Agreement for additional five (5) year term beyond the initial five (5) year term. Any
extension to the initial term or additional terms shall be by mutual agreement between
both Seller and the Buyer. This Agreement shall (i) terminate absolutely and without further
obligation on the part of Augusta each and every December 31st, as required by OCGA Sect.
36-60-13, as amended, unless terminated earlier in accordance with the termination
provisions of ths Agreement; (ii) automatically renew on each January 1st, unless
terminated in accordance with the termination provisions of this Agreement; and (iii)
terminate absolutely, unless extended by written amendment.
5.2 Seller's Right to Terminate. Seller shall have the right to terminate this Agreement by
written notice to Buyer submitted not later than thirty (30) days following the occurrence
of any of the following :
(a) Should Buyer fail to make any payment required under this Agreement within thirty
(30) Days after receipt of a written notice from Seller to Buyer that such payment is
at least ten (10) days overdue.
(b) Should Buyer commit a material breach of this Agreement and such breach remains
uncured for thirty (30) days following written notice of such breach from Seller.
(c) Should Buyer fail to perform its obligations under this Agreement due to an event of
Force Majeure that lasts longer than six (6) months.
(d) Should any involuntary proceeding be initiated against Buyer under the bankruptcy
or insolvency laws, which involuntary proceeding remains undismissed for thirty (30)
consecutive days, or in the event of the initiation by Buyer of a voluntary proceeding
under the bankruptcy or insolvency laws.
(e) Notwithstanding anything set forth in this Agreement to the contrary, Seller's right to
terminate pursuant to the terms of this Section 5.2 shall be in addition to any other
damages that Seller is entitled to under this Agreement and is not an express
limitation of damages related to Buyer's default or failure to perform its obligations
under this Agreement.
(f) Termination for Conveneince. Seller may terminate this Agreement at its
convenience without cause by providing Buyer with one hundred eighty (180) days
written notice.
9
5.3 Buyer's Right to Terminate. Buyer shall have the right to terminate this Agreement by
written notice to Seller, submitted no later than thirty (30) days following the occurrence of
the following:
(a) Should Seller commit a material breach of this Agreement and such breach remains
uncured for thirty (30) days following written notice of such breach from Buyer.
(b) Should Seller fail to perform its obligations under this Agreement due to an event of
Force Majeure that lasts longer than six (6) months.
(c) Should any involuntary proceeding be initiated against Seller under the bankruptcy
or insolvency laws, which involuntary proceeding remains undismissed for thirty (30)
consecutive days, or in the event of the initiation by Seller of a voluntary proceeding
under the bankruptcy or insolvency laws.
5.4 Buyer's Sole Remedy for Seller's Failure to Satisfy Delivery Obligations. Notwithstanding
anything to the contrary set forth in this Agreement, should Seller fail to satisfy its
obligations to deliver Landfill Gas as set forth in this Agreement, Buyer may terminate this
Agreement as set forth in Section 5.3(a), as Buyer's sole and exclusive remedy for any such
failure, unless Seller's failure to satisfy its obligations to deliver Landfill Gas as set forth in
this Agreement is caused by a Force Majeure event in which case Buyer shall be entitled
to terminate this Agreement pursuant to Section 5.3(b) as Buyer's sole and exclusive
remedy.
5.5 Effect of Termination. Any provision of this Agreement which specifically states it survives
the termination of this Agreement, shall survive any termination of this Agreement;
provided, that nothing herein shall relieve any Party from liability for the willful breach of
any of its representations, warranties, covenants or agreements set forth in this
Agreement.
ARTICLE 6--ENVIRONMENTAL ATTRIBUTES
6.1 Destruction of Landfill Methane. Seller retains one hundred percent (100%) of any and
all Environmental Attributes associated with the LFG whether this LFG is sold to Buyer,
flared at the Landfill, or otherwise destroyed, including, without limitation, any
Environmental Attributes attributable to the generation, destruction, purchase, sale, or use
of LFG from the Landfill.
6.2 Responsibility and Cooperation. The parties agree that the responsibility to apply for,
qualify for and obtain any emission credits, tax credits, offsets, demonstrations of
regulatory compliance and other rights is the responsibility of Seller and Seller shall be
wholly responsible for the costs associated therewith. The parties agree to cooperate with
each other in providing information and other reasonable cooperation as needed to secure
these credits, offsets, and other rights with respect to Article 6 of this Agreement.
10
6.3 No Representation. The parties agree that the existence of these credits, offsets, and other
rights is beyond their individual control and are matters defined in the market place and at
law. No representation is made herein by either party that such credits, offsets, and other
rights exist, will continue to exist, or have monetary value.
ARTICLE 7 - COORDINATION OF INTERRUPTIONS
7.1 Scheduled Interruption. Buyer and Seller shall coordinate timing of any Scheduled
Interruption of their respective systems in order to minimize overall project downtime.
Notice of a Scheduled Interruption by either Buyer or Seller shall be given to the other party
as soon as practicable and not less than 3 days prior to occurrence of the Scheduled
Interruption. Notice shall include the reason for and expected duration of the Scheduled
Interruption.
7.2 Unscheduled Interruption. In the event that an Unscheduled Interruption occurs on either
Buyer's or Seller's system, notice of the Unscheduled Interruption including the cause and
estimated duration of the Unscheduled Interruption shall be given to the other party as
soon as practicable and not more than 4 hours following the occurrence of the
Unscheduled Interruption. Notice shall also be given to the other party as soon as the
Unscheduled Interruption has been remedied and regular delivery of Landfill Gas can
resume.
ARTICLE 8-TAXES
8.1 Taxes Buyer shall retain the rights to any tax credits related to the Processing Equipment
and other construction costs.
8.2 The Buyer shall pay all sales, consumer, use and other similar taxes required by the law of
the place where the Work is performed. The Seller will be responsible for any sales or use
tax due on materials furnished by the Seller to the Buyer to be incorporated into the Work.
ARTICLE 9 - REPRESENTATIONS AND WARRANTIES
9.2 Representations and Warranties of Seller. Seller represents and warrants that:
(a) This Agreement has been duly authorized by all necessary persons and bodies and
Seller has full power and authority to enter into this Agreement and perform its
obligations hereunder.
(b) Seller is not a party to any litigation, or subject to any judgment, order, or decree, or
party to any other contract, which would materially affect its performance of its
obligation under this Agreement.
11
9.3 Representations and Warranties of Buyer. Buyer represents and warrants that:
(a) Buyer has done its due diligence and agrees that the Landfill Gas delivered to the
Processing Facility will be acceptable for use. Buyer shall be solely responsible for all
compliance with all Legal Requirements after the landfill gas is delivered to the
Processing Facility, and shall hold Seller, its officers, employees, and agents harmless
from and against all claims, suits, actions, damages, losses, costs, and expenses of
every kind and character arising from each and every claim of any and all persons
against the Landfill Gas after its delivery to the Processing Facility.
(b) This Agreement has been duly authorized and Buyer has full power and authority to
enter into this Agreement and perform its obligations hereunder.
(c) Buyer is not a party to any litigation, or subject to any judgment, order, or decree, or
party to any other contract, which would materially affect its performance of its
obligations under this Agreement.
9.4 Disclaimer of Warranties. Notwithstanding anything to the contrary set forth in this
Agreement. Buyer accepts the condition of the Disposal Facility and the Landfill Gas "AS IS,
WHERE IS, WITH ALL FAULTS", and Buyer acknowledges that Seller has not made and does
not hereby make, and specifically disclaims, any representations, guarantees, promises,
covenants, agreements or warranties of any kind or nature whatsoever (except for those
specifically set forth in Section 9.1 hereof). whether past, present or future, oral or written,
expressed or implied, including any representation or warranty with respect to
merchantability, fitness for a particular purpose, conformity to models or samples,
concerning the condition, or quality of the Disposal Facility or the Landfill Gas and their
fitness for any particular use, purpose, business or activity contemplated, intended or
ongoing, including Buyer's purposes under this Agreement or the quantity or quality of
landfill gas at any time. Buyer waives any claim it may have against Seller based on the
actual content or characteristics of the landfill gas sold and purchased hereunder.
ARTICLE 10 - FORCE MAJEURE
10.1 Force Majeure. If Buyer or Seller is rendered unable, wholly or in part, by an event of Force
Majeure to carry out its obligations under this Agreement, other than to make a payment for
amounts accrued, such Party shall give to the other Party prompt written notice of the event
of Force Majeure with a detailed description of the events or circumstances that constitute
such Force Majeure, including the nature of the occurrence and its expected duration, and
continue to furnish timely regular reports with respect thereto during the period of Force
Majeure; thereupon, the obligations of the Party giving the notice so far as they are affected
by the Force Majeure shall be suspended during the continuance of the event (other than
accrued obligations to make payments); provided that the suspension of performance is of
no greater scope and of no longer duration than is required by the Force Majeure. A Party
whose performance is affected by an event of Force Majeure shall use best efforts to remove
the event of Force Majeure as quickly as practicable. No Force Majeure event shall extend
this Agreement beyond its stated term.
12
10.2 Strikes and Lockouts. It is understood and agreed that the settlement of strikes or lockouts
shall be entirely within the discretion of the party experiencing the strike or lockout or having
the difficulty, and that the foregoing requirement that any Force Majeure shall be remedied
with all reasonable dispatch shall not require the settlement of strikes or lockouts by
acceding to the demands of the opposing party when such course is inadvisable in the
discretion of the party having the difficulty.
ARTICLE 11 - INDEMNITY
11.1 Buyer's Environmental Indemnity. Buyer agrees to indemnify and hold Seller, its agents,
contractors, subcontractors, employees, or invitees harmless from any and all claims,
damages, fines, judgments, penalties, costs, liabilities, or losses arising from or due to the
presence of Hazardous Materials on Buyer's Processing Site either existing at the time of or
which may have been brought to its property after the execution of this Agreement, provided
that Buyer shall have no obligation under this Article for Hazardous Materials which are
introduced to or released on Buyer's Processing Site by Seller, its agents, contractors,
subcontractors, employees, or invitees.
Buyer's Indemnity. Buyer shall indemnify, defend, and hold harmless Seller from and against
any claims, loss, damage, liabilities, fines, penalties, cost, and expense, including court
costs and reasonable attorneys' fees, incurred or suffered by Seller:
(a) To the extent relating to the Landfill Gas while in Buyer's control or possession.
(b) For personal injury, death, or property damage caused by Buyer or its agents' negligent
acts or omissions arising from or relating to this Agreement.
(c) Arising from claims or liens for labor performed or materials furnished for Buyer's
Processing Facility or relating to Buyer’s Equipment.
11.2 Limitation of Liability. Notwithstanding any other term of this Agreement to the contrary, in
no event shall either party be liable to the other for any indirect, special, incidental, or
consequential loss or damage of any type, including, but not limited to lost profits and
damage to goodwill or reputation with respect to any claim, whether based on contract, tort
(including negligence), warranty, strict liability, implied warranty, or otherwise.
ARTICLE 12 - INSURANCE
12.1 Buyer's Insurance. Buyer shall at all times carry and maintain, at its own expense, the
minimum insurance coverage set forth in this Section12.1. The terms and conditions of such
insurance policies (including the amount, scope of coverage, deductibles and self-insured
retentions) shall be commercially reasonable shall carry and maintain the following
insurance policies: (1) Commercial General Liability for the Processing System with primary
coverage limits of no less than $10,000,000.00, (ii) Automobile Liability, including coverage
13
for owned, non-owned and hired vehicles for both bodily injury and property damage, with
combined single limits of no less than $1,000,000.00,(iii) Workers Compensation insurance
to statutory limits and employer's liability with a limit of not less than $1,000,000.00; (iv).
Property/Machinery Breakdown or 'all-risk" insurance, as such term as used in the common
practice of the insurance industry as of the date of this Agreement, in an amount not less
than full replacement cost of the Processing Plant and all equipment necessary to its proper
functioning, (v) Business Interruption insurance on an "all-risk" basis in an amount not less
than policy coinsurance requirements and twelve months operating expenses, and (vi)
Umbrella liability insurance of not less than $5,000,000.00. Seller shall be named as an
additional insured on the above policies. Buyer shall submit proof of such insurances to
Seller within five (5) business days of the execution of this Agreement.
ARTICLE 13 - MISCELLANEOUS PROVISIONS
13.1 Assignability. Except as otherwise provided, neither party may at any time transfer, assign,
or delegate its rights or duties under this Agreement without the express prior written
consent of the other party, which shall not be unreasonably withheld; and the terms of this
Agreement shall be binding on and inure to the benefit of the successors and assigns of the
parties. Any attempted assignment in violation of this Section 13.1 shall be null and void.
13.2 Severability and Non-Waiver. In the event any sentence or section of this Agreement is
declared by a court of competent jurisdiction to be void, such sentence or section shall be
deemed severed from the remainder of this Agreement, and the balance of this Agreement
shall remain in effect. Either party's waiver of any breach, or failure to enforce any of the
terms and conditions of this Agreement, shall not in any way affect, limit, or waive such
party's right thereafter to enforce and compel compliance with every term and condition of
this Agreement or to terminate this Agreement for breach.
13.3 Patents: The Buyer shall hold and save the Seller, the Engineer and their agents harmless
from liability of any kind, including cost and expenses, reasonable attorney's fees, for, or on
account of, any patented or unpatented invention, process, article, or appliance
manufactured or used in the performance of the Work, including its use by the Buyer. If the
Buyer uses any design, process, device or materials covered by letters, trademarks, patent
or copyright, the Buyer shall provide for such use by suitable agreement between the Buyer
and the holder of such patented or copyrighted design, device or material. The Contract
prices shall include royalties or costs arising from the use of such design, device or
materials, in any way involved in the Work. The Buyer and the Buyer's sureties shall
indemnify and save harmless the Seller, the Engineer and their agents from claims for
infringement by reason of the use of such patented or copyrighted design, process, device
or materials or any trademark or copyright in connection with Work agreed to be performed
under this Contract, and shall indemnify the Seller, the Engineer and their agents for any
cost, expense, damage and reasonable attorney's fees which it may be obliged to pay by
reason of such infringement, at any time during the prosecution of the Work or after
completion of the Work
14
13.4 Rights and Remedies. In the event of a material breach of this Agreement by either Party,
the non-- breaching Party shall have all rights and remedies available under the laws of the
State of Georgia, including the right to require that this Agreement be performed in
accordance with its written terms and conditions. All claims, disputes and other matters in
question between the Seller and the Buyer arising out of or relating to the Agreement, or the
breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The
Buyer, by executing this Agreement, specifically consents to venue in Augusta and waives
any right to contest the venue in the Superior Court of Richmond County, Georgia.
13.5 Notices. Any notice which is permitted or required under this Agreement shall be duly given
if in writing and either delivered personally to the person whom it is required to be given or
sent registered or certified mail, return receipt requested, postage prepaid as follows:
If to Buyer: Covia Corporation
1 Albion Road
Hephzibah, Georgia 30815-4929
If to Seller: Augusta, Georgia
Environmental Services Department
4330 Deans Bridge Road
Blythe, Georgia 30805
With copy: Augusta Georgia
Office of the Mayor
535 Telfair Street, Suite 200
Augusta, Georgia, 30901
Each Party shall have the right, from time to time, to designate a different address by
notice given in conformity with this Section.
13.6 Access. Upon reasonable advance notice not less than 24 hours, each party agrees to
provide the other, and its agents, representatives, and contractors with access to its
property and equipment during normal business hours (not including nights, weekends, and
holidays) for the purpose of inspection and carrying out its rights and obligations under this
Agreement. While on Buyer's property, Seller, its agents, and contractors shall at all times
conduct themselves in a safe and prudent manner. While on Seller's property, Buyer, it
agents, and contractors shall at all times conduct themselves in a safe and prudent manner.
13.7 Open Records Act. The Parties shall comply with the Georgia Open Records Act, OCGA 50-
18-70 et seq.
13.8 Counterparts. This Agreement may be executed in several counterparts, and as executed
shall constitute one agreement binding on all of the parties hereto.
13.9 Captions. Captions in this Agreement are solely for the convenience of the Parties and are
not part of the Agreement, and shall not be used for the interpretation or determination of
15
the validity of the Agreement or any provision thereof.
13.10 Entire Agreement. This Agreement, inclusive of all Exhibits attached hereto, constitutes the
entire understanding between the Parties with respect to the subject matter hereof and
supersedes all previous written and oral negotiations, commitments, proposals and writings.
13.11 Governing Law. This Agreement shall be governed by the substantive laws of the State of
Georgia without reference to its conflicts of law provisions.
13.12 Amendments. This Agreement and any part thereof may be amended at any time by mutual
agreement of the Parties; however, no modifications, alteration, amendment, or revision of
this Agreement shall be binding upon either Party unless executed in writing by the Party to
be bound.
13.13 Independent Contractors. Seller and Buyer are independent contractors. Neither Party is or
shall be deemed an agent, servant, or employee of or a joint venture with the other Party,
and neither Party shall have the authority to incur debts or liabilities in the name of the other
or otherwise bind the other Party to any contract, debt, or other obligation.
16
IN WITNESS WHEREOF, the parties have executed this agreement the day and year first above
written.
COVIA CORPORATION
By:
Printed Name:
Title:
ATTEST:
By:
Printed Name:
Title:
AUGUSTA, GEORGIA
By:
Printed Name:
Title:
17
LIST OF EXHIBITS
Exhibit A Avoided Gas Costs for 2017
Exhibit B Sample Bill Calculation for 2017
18
Exhibit A
Avoided Gas Costs for 2017
Month Index Fuel Transport Std. AGL Tax Total
Jan-17 $3.930 $0.10 $0.150 $0.10 $0.17 $4.46
Feb-17 $3.391 $0.09 $0.150 $0.10 $0.15 $3.88
Mar-17 $2.627 $0.07 $0.150 $0.10 $0.12 $3.06
Apr-17 $3.175 $0.08 $0.150 $0.10 $0.14 $3.65
May-17 $3.142 $0.08 $0.150 $0.10 $0.14 $3.61
Jun-17 $3.236 $0.09 $0.150 $0.10 $0.14 $3.71
Jul-17 $3.067 $0.08 $0.150 $0.10 $0.14 $3.53
Aug-17 $2.969 $0.08 $0.150 $0.10 $0.13 $3.43
Sep-17 $2.961 $0.08 $0.150 $0.10 $0.13 $3.42
Oct-17 $2.974 $0.08 $0.150 $0.10 $0.13 $3.43
Nov-17 $2.752 $0.07 $0.150 $0.10 $0.12 $3.20
Dec-17 $3.074 $0.08 $0.150 $0.10 $0.14 $3.54
Notes 1) Index is the NYMEX:NG Index
19
Exhibit B
Sample Bill Calculation for 2017
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Approve the Landfill Gas Purchase and Sale Agreement with Covia Corporation
Department:Environmental Services
Presenter:Lori Videtto
Caption:Approve the Landfill Gas Purchase and Sale Agreement with
Covia Corporation (formerly known as the Unimin Mine in
Hephzibah, Georgia).
Background:Augusta entered into a landfill gas sale agreement in 1996,
which renewed for numerous terms until 2017. In 2017, an
Amendment to the original agreement was executed, which
provided for a one-year extension. At this time, the two parties
are in final stages of negotiation of an updated Agreement by
which Augusta's landfill sells the landfill gas to the Covia Mine,
as a means of off-setting the mine's reliance on natural gas.
Analysis:Landfill gas is required by EPD rules to be managed, and is not
allowed to be vented to the atmosphere. The methane should be
destroyed either on-site, or through a third party process.
Augusta does operate a flare, where excess gas can be destroyed,
and the sale of the landfill gas is an approved use of the landfill
by-product, and Augusta is fortunate to have a user within a
reasonable proximity who is willing and able to use the gas.
Landfill gas sales average about $40,000 per month, and this is
an arrangement that ESD is recommending to continue as it is of
benefit to both parties.
Financial Impact:This is a source of revenue to the landfill, which is reinvested
into the maintenance and operation of the required gas collection
and control system; as well as into environmental monitoring at
the landfill. Sales average about $40,000 per month.
Alternatives:1. do not approve the agreement 2. require further negotiations
to the terms of the agreement
Recommendation:approve the execution of the final agreement.
Funds are
Available in the
Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Invitation to Bid
Sealed bids will be received at this office until Friday, July 13, 2018 @ 11:00 a.m. for furnishing:
Bid Item #18-236 Booster Plant Motor Control Center Upgrades for Augusta, GA – Utilities Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be
obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901. Documents
may be examined during regular business hours at the offices of Augusta, GA Procurement Department.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office
of the Procurement Department by Friday June 29, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail or
hand delivered.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement.
All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of
the submission, the required financial data, and any other requirements designated by the Procurement Department are considered
material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify
any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia
Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is
not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or
inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle June 7, 14, 21, 28, 2018
Metro Courier June 7, 2018
MAYER ELECTRIC
1259 AUGUSTA WEST PKWY.
AUGUSTA, GA 30909
GEORGIA UNDERGROUND &
SUPPLY
5158-G KENNEDY ROAD
FOREST PARK, GA 30297
SHEALY ELECTRICAL
120 MERIOVAN DRIVE
NORTH AUGUSTA, SC 29860
HEATEC INC.
5200 WILSON ROAD
CHATTANOOGA, TN 37410
WATERTRONICS - MELBOURNE, FL
MOTOR REWINDING & SERVICE
1612 COOLING ST.
MELBOURNE, FL 32935
SCHNEIDER ELECTRIC
ONE TENTH STREEET, SUITE 460
AUGUSTA, GA 30901
RETURNED MAIL
RESA POWER
1401 MERCANTILE COURT
PLANT CITY, FL 33563
KCI TECHNOLOGIES
2160 SATELLITE BOULEVARD
SUITE 130
DULUTH, GA 30097
AREVA ENGINEERING CONTROL
CENTER
7207 IBM DRIVE
CHARLOTTE, NC 28262
INFINITY ENGINEERING
CONSULTANTS
4001 DIVISION STREET
METAIRIE, LA 70002
TOM WIEDMEIER
UTILITIES DEPARTMENT KELLIE IRVING
COMPLIANCE STEPHEN ORTON
UTILITIES DEPARTMENT
BID ITEM# 18-236
BOOSTER PLANT MOTOR CONTROL
CENTER UPGRADES
FOR UTILITIES DEPARTMENT
DUE: FRI 7/13/18 @ 11:00 A.M.
BID ITEM# 18-236
BOOSTER PLANT MOTOR CONTROL
CENTER UPGRADES
FOR UTILITIES DEPARTMENT
BID MAILED: 6/07/2018
ALLEN SAXON
UTILITIES DEPARTMENT
Official
Bid Opening Bid Item #18-236
Booster Plant Motor Control Center Upgrades
for Utilities Department
Bid Opening Date: Friday, July 13, 2018 at 11:00 a.m.
Vendors
Shealy's Electrical/
Border States Industries
120 MerovanDrive
North Augusta, SC 29680
Attachment B Yes
E-Verify Number 843796
SAVE Form Yes
Upgrade Cost $116,345.00
1. Startup cost $0.00
2. Onsite Technical Support cost per
day for a 3 day/Min $0.00
3. Emergency Response –
Response time ____1 Hour____$0.00
4. Onsite ATV630 Training $0.00
Upgrade Cost $173,590.00
Upgrade Cost $0.00
1. Startup cost $0.00
2. Onsite Technical Support cost per
day for a 3 day/Min $0.00
3. Emergency Response –
Response time ____1 Hour____$0.00
4. Onsite ATV630 Training $0.00
Faircrest Booster Station MCC Upgrade
The vendor submited a bid with a price of $276,165.00; however, due to the validity of the market
regarding tariffs, the vendor has requested a 5% price increase. This tabulation sheet includes the 5%
price increase. The adjusted bid price is $289,935.00.
Total Number Specifications Mailed Out: 10
Total Number Specifications Download (Demandstar):
Total Electronic Notifications (Demandstar):
Total packages submitted: 1
Total Noncompliant: 0
Additional Items:
Plant 1 Ground Water Plant MCC Upgrade
Additional Items:
Page 1 of 1
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Award Bid Item 18-236 Equipment for Motor Control Center Upgrades
Department:Utilities
Presenter:Tom Wiedmeier
Caption:Award Bid Item 18-236 Equipment for Motor Control Center
Upgrades in the Amount of $289,935.
Background:The Utilities Department has worked with the Procurement
Department to solicit bids for Electrical Switchgear to upgrade
existing electrical systems in two existing Motor Control
Centers. The only bid for this equipment is from Shealey’s
Electrical/Border States Industries.
Analysis:Our review of the bid has determined that it meets the
specification requirements and the bid amount of $289,935.00
for this equipment is reasonable. This equipment will replace
electrical gear 30 to 40 years old at Groundwater Plant 1 and the
Faircrest Tank, and will ensure the efficiency and effectiveness
of those facilities.
Financial Impact:$289,935.00 from budgeted funds.
Alternatives:Reject the bids received from Bid Item #18-236. (Not
recommended)
Recommendation:We recommend approval of award of bid item #18-236 to
Shealey’s Electrical/Border States Industries at a cost of
$289,935.00.
Funds are
Available in the
Following
Accounts:
506043580-5425110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby amended:
Section 1: The project is authorized to PI#0011413 & PI#0011381. This request is to approve award of
Construction Contract to Reeves Construction Company subject to Value Engineering and not to
exceed in the amount of $11,246,487.20 for TIA Project Berckmans Road Widening & Realignment
and Bridge Replacement-Phase II as requested by AED. Also, approve reallocation of $1.6M from
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Berckman Rd Realignment SPLOST VI 360,000$
Berckman Rd Over Raes Creek 790,000$
TIA Discretionary 30,320$
TIA Project Funds 11,896,933$
TIA Project Funds 108,540$
TIA Funds 8,917,534$
SPLOST VI 1,600,000$
AUD FUNDS 767,447$
24,470,774$
Section 3: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Honorable Hardie Davis, Jr., Mayor
CAPITAL PROJECT BUDGET
CPB#371-041110-T14041211
Berckmans Road Widening, Realignment & Bridge Replacement
(RFP 18-195)
SPLOST VI Scotts Way Bridge & 7th St. Bridge funds to Berckmans Rd Bridge Construction.
11/16/2018
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
CPB#371-041110-T14041211
Berckmans Road Widening, Realignment & Bridge Replacement
(RFP 18-195)
CPB AMOUNT CPB New
SOURCE OF FUNDS CPB Addition CPB
Berckmans Rd Realignment
PHASE VI (360,000) (360,000)
Berckmans Rd Over Raes Creek (790,000) (790,000)
TIA Discretionary (30,320) (30,320)
TIA Project Funds Berckman Road
371-041110-T14041211 (12,005,473) (12,005,473)
TIA FUNDS (PI#0011413)(5,772,186) (5,772,186)
TIA FUNDS (PI#0011381)(3,145,348) (3,145,348)
SPLOST VI (1,600,000) (1,600,000)
AUD FUNDS (767,447) (767,447)
TOTAL SOURCES:(13,185,793) (11,284,981) (24,470,774)
USE OF FUNDS
ENGINEERING
328-041110-5212115-211828701 390,320 390,320
328-041110-5212115-211828704 790,000 790,000
ENGINEERING
371-041110-5212115-T14041211 12,005,473 12,005,473
371-041110-5414110/T14041211 5,772,186 5,772,186
PI#011381 3,145,348 3,145,348
SPLOST VI 1,600,000 1,600,000
AUD FUNDS 767,447 767,447
TOTAL USES:$13,185,793 $11,284,981 $24,470,774
11/16/2018
Invitation to Bid
Sealed bids will be received at this office until Tuesday, May 8, 2018 @ 3:00 p.m. for furnishing:
Bid Item #18-195 Berckmans Road Widening, Realignment and Bridge Replacement – Phase II for Augusta, GA – Engineering
Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta,
GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from
Augusta Blue Print. The fees for the plans and specifications which are non-refundable is $325.00.
It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is
providing the opportunity to view plans online (www.augustablue.com) at no charge through Augusta Blue Print (706 722-6488)
beginning Thursday, March 29, 2018. Bidders are cautioned that submitting a package without Procurement of a complete set are
likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the
successful completion of the project.
A Mandatory Pre Bid Conference will be held on Friday, April 20, 2018 @ 10:00 a.m. in the Procurement Department, 535 Telfair
Street, Room 605.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office
of the Procurement Department by Tuesday, April 24, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received by mail
or hand delivered.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder. A 10 % Bid Bond is required. A 100% performance bond and a 100% payment bond will be required for
award.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement.
All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of
the submission, the required financial data, and any other requirements designated by the Procurement Department are considered
material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify
any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia
Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is
not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or
inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle March 29, April 5, 12, 19, 2018
Metro Courier March 29, 2018
OFFICIAL
VENDORS Attachment
"B"E-Verify Bid
Bond
SAVE
Form
Addendums
1-2 Bid Price
Compliance
Review
11%
Reeves Construction
1 APAC Industrial Way
Augusta, GA 30907
Yes 48048 Yes Yes Yes $11,382,342.20 Yes
E.R. Snell
1785 Oak Road
Snellville, GA 30078
Yes 22114 Yes Yes Yes $11,993,069.20 Yes
Beams Contracting
15030 Atomic Road
Beech Island, SC 29842
Yes 167300 Yes Yes Yes $12,478,606.47 Yes
Blair Construction
PO Box 770
Evans, GA 30809
Scott Bridge Co
2641 Interstate Drive
Opelika, AL 36801
JHC Corporation
1029 N Peachtree Pkwy
# 359,
Peachtree City, GA 30269
Total Number Specifications Mailed Out: 24
Total Number Specifications Download (Demandstar): 4
Total Electronic Notifications (Demandstar): 189
Total Number Specificaitons Mailed Out to Local Vendors: 4
Mandatory Pre-Bid Attendees: 7
Total packages submitted: 3
Total Noncompliant:
Bid Opening for Bid Item #18-195
Berckmans Road Widening, Realignment
and Bridge Replacement – Phase II
for Augusta, GA Engineering Department
Bid Date: Tuesday, May 15, 2018 @ 3:00 p.m.
Page 1 of 1
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Bid Item #18-195 Berckmans Road Widening & Realignment, and Bridge Replacement -Phase II
Construction
Department:Engineering
Presenter:
Caption:Approve award of Construction Contract to Reeves Construction
Company subject to Value Engineering and not to exceed in the
amount of $11,246,487.20 for Transportation Investment Act
(TIA) Project, Berckmans Road Widening & Realignment, and
Bridge Replacement Project - Phase II as requested by AED.
Award is contingent upon receipt of signed contracts and proper
bonds. Bid #18-195 Also, approve reallocation of $1.6M from
Engineering SPLOST VI Scott’s Way Bridge & 7th St. Bridge
funds to Berckmans Rd Bridge Construction.
Background:Berckmans Road Widening & Realignment and Berckmans
Road Bridge replacement is SPLOST VI Capital Project and
Band 2 projects from the “Approved Investment List” of TIA
that was approved by voters of the CSRA in July 31, 2012
referendum . Project will be completed in two phases (Phase 1
and Phase 2). Project limits are Washington Road to Wheeler
Road. Improvement includes; constructing, three lane roadway,
with curb, gutter, storm conveyance system, sidewalks,
underpasses, lighting, bridge replacement and associated
landscaping. Project phase 1 construction (Washington Road to
near Wicklow Drive) is completed. Phase 2 utility relocation is
substantially completed and this is Phase 2 (near Wicklow Drive
to Wheeler Road) Construction of the project. The Project Phase
2 consists of roadway improvements, bridge over Rae’s creek
replacement, curb & gutter, sidewalk, and two intersections
improvements.
Analysis:Bids were received on May 15, 2018 with Reeves Construction
being the low bidder. The bid results are as follow:
CONTRACTORS BID 1. Reeves Construction Co
$11,382,342.20 2. E R Snell Contractor $11,993,069.20 3.
Beam’s Contracting $12,478,606.47 It is the recommendation of
the Engineering Department to award this project to Reeves
Construction, Inc. 11,382,342.20 bid amount includes AUD
contracted work in an amount of $767,447.00. Also, AED is
requesting use of recaputred funds of $1,471,7000 from
Engineering SPLOSTVI ($800,000 + $671.700 from Scott’s
Way over Rae’s Creek Bridge Replacement, and 7th Street over
Augusta Canal Bridge Replacement, respectively) to this project.
All these three bridges (Berckmans Road, Scott’s Way, and 7th
Street) are in Rae’s Creek/Augusta Canal Basin. Two of the
bridge replacement projects (Scott’s Way and 7th Street) were
completed early this year which justifies this reallocation. Upon
Augusta Commission approval, this will increase subject project
available construction budget to $10,389,234.
Financial Impact:Funds are available in amount of $11,285,000 upon commission
approval. Following is Fund allocation. Projects TIA/State
Funds: $8,917,534; Engineering SPLOST VI Recapture Funds:
$1,471,700; TIA discretionary funds $128,320 and AUD Funds:
$767,447.00
Alternatives:1) Do not approve and find alternative to complete the project
and meet TIA project completion schedule.
Recommendation:Approve award of Construction Contract to Reeves Construction
Company subject to Value Engineering and not to exceed in the
amount of $11,246,487.20 for Transportation Investment Act
(TIA) Project, Berckmans Road Widening & Realignment, and
Bridge Replacement Project - Phase II as requested by AED.
Award is contingent upon receipt of signed contracts and proper
bonds. Bid #18-195 Also, approve reallocation of $1,471,700
from Engineering SPLOST VI recaptured from Scott’s Way
Bridge & 7th St. Bridge funds and allocated to Berckmans Rd
Bridge Construction.
Funds are
Available in the
Following
Accounts:
Project TIA/State Funds: PI#0011413, $5,772,186 & PI#011381,
$3,145,348; Engineering SPLOST VI Recaptured Funds:
$1,471,400; TIA discretionary funds $128,320and AUD Funds:
$767,447
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Lena Bonner
From:
Sent:
To:
Cc:
Subject:
Sue Parr < sue.parr@augustametrochamber.com >
Wednesday, December 05, 2018 L1:38 AM
Lena Bonner
Commissioner Sammie Sias
[EXTERNAL] Engineering Services Committee
Good morning Ms. Bonner-
I would like to make a presentation at next week's Engineering Services Committee meeting per Commissioner Sias's
recommendation. Do you need an agenda submission form or other information from me? The purpose of my
presentation is to discuss the construction timelines of (2) downtown TIA Projects, the 5th Street Bridge and BroadStreet. I can also provide a letter in advance of the meeting that describes the topic and request for commissioners to
read in advance.
Thank you, Sue Parr
Sue $,arr, ${CE, l0M, PresidentlCES
One Tenth Street Suite 120 - Auguste, Seorgia 3090i
p: 7fi 6.El 1"" 131"3 $r: augurtametro*harnber.corn
oe@@o@
[NOTICE: This message originated outside of the City of Augusta's mail system -- DO NOT CSCK on links,
open attachments or respond to requests for information unless you are sure the content is safe.]
Ch;imher
.Y*$ * ${e[i$i€.$t {'ilt *#rl-*H Srt*
gP $
1
December 5, 2018
The Honorable Mayor Hardie Davis, Jr.
Members of the Augusta-Richmond County Commission
Madam Administrator Janice Allen Jackson
Augusta-Richmond County
535 Telfair Street
Augusta, GA 30901
Dear Mayor Davis, Members of the Commission and Madam Administrator:
In 2012, the Augusta Metro Chamber helped lead a regional campaign for the passage of TIA (T-SPLOST). We
recruited a team of volunteers and secured the financial resources necessary to educate the citizens in our 13-
county region about the benefits of a transportation sales tax. Our campaign carried three important themes:
TIA would accelerate the construction of important commuter corridors for workers traveling through and
to Augusta-Richmond County.
TIA would provide over $100MM towards transportation projects in the urban core in the near-term that
would accelerate urban renewal.
TIA would provide significant discretionary funding to each county for the purposes of maintenance and
other transportation uses and relieve pressure on general funds.
Since the passage of TIA, the Chamber has been an active advocate for the success of the TIA Program. In fact,
two of our past Chairmen of the Chamber, Mr. Phil Wahl and Mr. James Kendrick, serve as Chair and Co-Chair of
the Citizens Review Panel, which serves as a group of citizens dedicated to the accountability of the program to
taxpayers.
As early as 2013 and since then, the Chamber has played an active role in engaging our members with local and
state transportation officials for their input and involvement around TIA Projects that would be produced through
2022. Much of this anticipation and excitement has centered around the projects in the central business district
which we understood early on would occur in the last 3-4 years of the program. We also understood that these
projects would involve considerable concept work before they could reach the construction phase.
With just 4 years remaining in the program, we have spent the last few months reviewing the construction
schedules put in place by City Engineering and GDoT and we would ask for your concurrence on revising the
construction schedules for 2 of the projects as follows:
2
5th Street Bridge Project ID RC07-001217
Project Description: 5th Street Bridge (Bridge Repair and Restoration)
Project Budget: $9,149,610
This project is currently scheduled for construction in the Band 2 timeline (2016-2019). On June 5, 2018, the
Commission approved a supplemental contract with CSI to assess structural alternatives to convert the existing
bridge into a pedestrian bridge. With the completion of this scope of work, it is currently the intention of City
Engineering to let the project in 2019 for construction.
While the Chamber believes that this alternative could prove to be the best and highest use of this historical
structure, we would ask that before this project goes under construction next year, that the City and local
organizations such as the CVB, DDA and Augusta Tomorrow along with N. Augusta develop a more intentional
plan about the features and uses of a pedestrian bridge.
Specifically, the Chamber is asking for the City to request a construction band change through the Citizens Review
Panel from Band 2 to Band 3 in order to allow the community more time to develop such plan.
Broad Street Improvements ID RC07-000107
Project Description: Broad Street Improvements (Washington Road to Sand Bar Ferry Road)
Project Budget: $25,000,000
This project is currently scheduled for construction in the Band 3 timeline (2020-2022). A concept plan for this
project has been completed as part of an integrated concept plan process that included other projects in the pre-
construction phase including 5th Street, 6th Street, 13th Street, Greene Street and Telfair Street conducted by
Cooper Cary. In coordinating the construction schedule of all of these projects by 2022, City Engineering is
projecting a 2022 construction time frame for the project.
The Chamber is requesting that the construction phase of the Broad Street Project be accelerated to 2020.
Because this is a highly anticipated and important project along a corridor that is currently experiencing over
$50MM in private sector investment, we believe that the alternative of leaving Broad Street last in construction
could jeopardize incentivizing more private sector investment along this corridor as well as a projected 2020
campaign for a potential second generation of the TIA Program.
In conclusion, we would ask that the Commission work with the Citizens Review Panel and GDoT to adjust the
construction schedules of this project accordingly. Additionally, the Boards of the Augusta Convention & Visitors
Bureau and Augusta Tomorrow have endorsed this recommendation.
Sincerely,
Susan E. Parr, GCCE, IOM
President/CEO
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Chamber of Commerce TIA Projects
Department:
Presenter:Ms. Sue Parr
Caption:Discuss the construction timelines of (2) downtown TIA
Projects, the 5th Street Bridge and Broad Street.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Invitation to Bid
Sealed bids will be received at this office until Friday, August 17, 2018 @ 11:00 a.m. for furnishing:
Bid Item #18-262 Chemical Treatment of Sanitary Sewer Line-Capacity Management for Augusta, GA – Utilities Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may
be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605, Augusta, GA 30901.
Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the
office of the Procurement Department by Friday, August3, 2018 @ 5:00 P.M. No bid will be accepted by fax, all must be received
by mail or hand delivered.
No bids may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies
needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement
Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director.
All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the
appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID
number on the outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department
is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or
inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811orEmail: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle July 12, 19 26, August 2, 2018
Metro Courier July 12, 2018
OFFICIAL
Vendors
Attachment B
SAVE Form
Addendum
E-Verify Number
Number of Dispensers
Service Fee per month
Total Annual Cost
Pipe Size Unit Pice per
Linear Ft
Estimated
Footage Total Price
6 inch $1.49 $1.00 $1.49
8 inch $1.49 $150,000 $223,500.00
10 inch $1.66 $1.00 $1.66
12 inch $1.82 $1.00 $1.82
15 inch $2.63 $1.00 $2.63
18 inch $3.87 $1.00 $3.87
21 inch $4.84 $1.00 $4.84
Additional Manholes $125.00 $1.00 $125.00
TOTAL $223,641.31
Bid Opening Bid Item #18-262
Chemical Treatment of Sanitary Sewer Line
Capacity Management
for Augusta, GA-Utilities Department
Bid Date: Friday, August 24, 2018 @ 11:00 a.m.
Root Control
Total Number Specifications Mailed Out: 6
Total Number Specifications Download (Demandstar): 2
Total Electronic Notifications (Demandstar): 32
Mandatory Pre-Bid Attendees: N/A
Total packages submitted: 1
Total Noncompliant: 0
$168,358.69
$14,029.89
$12.00
192689
Yes
Yes
Yes
DUKES ROOT CONTROLS, INC
1020 HIAWATHA BLVD W STOP 1
SYRACUSE, NY 13204
Grease and Odor Management for Mainline Gravity Sewers
Engineering Services Committee Meeting
12/11/2018 1:15 PM
ITB 18-262 Chemical Treatment of Sanitary Sewer Line-Capacity Management
Department:Utilities Department
Presenter:Tom Wiedmeier
Caption:Motion to approve award of Contract for Bid 18-262: Chemical
Treatment of Sanitary Sewer Line - Capacity Management to
Duke's Root Control in the Amount of $300,000.
Background:This contract will provide chemical treatment to mainline
gravity sanitary sewer for grease and odor management and root
control. Chemicals are used to dislodge grease and debris and to
treat roots and odors. If left untreated the grease, debris and
roots can damage and completely block sewer lines, resulting in
sanitary sewer overflows.
Analysis:Duke’s Root Control was the only vendor to submit a bid.
Augusta Utilities reviewed this bid and found it to be fair and
reasonable.
Financial Impact:Funding in the amount of $300,000 is available in account no.
506043410-5223222
Alternatives:No alternatives are recommended.
Recommendation:Augusta Utilities recommends to award the contract for
Chemical Treatment of Sanitary Sewer Line-Capacity
Management to Duke's Root Control.
Funds are
Available in the
Following
Accounts:
506043410-5223222
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Lock & Dam
Department:
Presenter:Utilities Director
Caption:Update from Utilities Director regarding assessment report of
the Lock & Dam. (Requested by Commissioner Ben Hasan)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby adopted:
Section 1: Approve award of Construction Contract to E.R. Snell Contractor, Inc. in the amount
of $662,104 for Transportation Investment Act (TIA) Project, Marks Church Road &
Drainage Improvement project - Phase II as requested by Augusta Engineering
Department. Award is contingent upon receipt of signed contracts and proper bonds,
and development of LSBOP utilization action plan as requested by AED.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
Special 1% Sales Tax, Phase V 2,500,000$
TIA Discretionary 763,891$
TIA Project Funds 5,584,862$
Splost Fund Balance 1,800,000$
GDOT LMIG 1,033,000$
Engineering SPLOST VI 662,104$
12,343,857$
Section 3: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
CPB#325-041120-209825201
Honorable Hardie Davis, Jr., Mayor
CAPITAL PROJECT BUDGET
MARKS CHURCH ROAD RECONSTRUCTION PROJECT
CHANGE NUMBER EIGHT
1 of 2 11.30.2018
Augusta-Richmond County, Georgia CPB#325-041120-209825201
CAPITAL PROJECT BUDGET
MARKS CHURCH ROAD RECONSTRUCTION PROJECT
CHANGE NUMBER EIGHT
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB ADDITION CPB
SPLOST, PHASE V
325-04-1120-6011110 ($2,500,000) ($2,500,000)
TIA Discretionary ($763,891) ($763,891)
TIA Project Funds ($5,584,862) ($5,584,862)
Splost Fund Balance ($1,800,000) ($1,800,000)
GDOT LMIG ($1,033,000) ($1,033,000)
SPLOST VI ($662,104) ($662,104)
TOTAL SOURCES: ($11,681,753) ($662,104) ($12,343,857)
USE OF FUNDS CPB AMOUNT CPB NEW
CPB ADDITION CPB
325-04-1120-5212115-209825201 $660,278 $660,278
371-041110-5212115/T13049126-5212115 $5,584,862 $5,584,862
CONSTRUCTION
325-04-1120-5414110-209825201 $396,010 $396,010
TIA Discretionary $567,916 $567,916
Splost Fund Balance $1,800,000 $1,800,000
GDOT LMIG $1,033,000 $1,033,000
SPLOST VI $662,104 $662,104
UTILITY
325-041120-5414510-209825201 $1,639,687 $1,639,687
TOTAL USES:$11,681,753 $662,104 $12,343,857
2 of 2 11.30.2018
(SA02 – For changes greater than $20,000)
AUGUSTA-RICHMOND COUNTY
AUGUSTA, GA ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
Augusta Richmond County Project Number(s): 325-04-209825201
Supplemental Agreement Number: 1
Purchase Order Number: P342342
WHEREAS, We, E. R. Snell Contractor, Inc, Consultant, entered into a contract with Augusta-
Richmond County on August 12, 2014, for construction services associated with the Marks Church
Rd & Drainage Improvement Project – Phase II, File Reference No. 157-014 (T), and
WHEREAS, certain revisions to the construction requested by Augusta-Richmond County are not
covered by the scope of the original contract, we desire to submit the following Supplemental
Agreement to-wit:
Additional Construction services In Rae’s Creek Drainage Basin along
Marks Church Rd Corridor including Bridge over the creek
It is agreed that as a result of the above described modification the contract amount is increased by
$662,103.45 from $8,960,927.08 to a new total of $9,623,030.53.
Any modifications to submittal dates shall be as identified in the attached proposal. This agreement
in no way modifies or changes the original contract of which it becomes a part, except as specifically
stated herein.
NOW, THEREFORE, We, E. R. Snell Contractor, Inc., Consultant, hereby agree to said Supplemental
Agreement consisting of the above mentioned items and prices, and agree that this Supplemental
Agreement is hereby made a part of the original contract to be performed under the specifications
thereof, and that the original contract is in full force and effect, except insofar as it might be
modified by this Supplemental Agreement.
This day of , 2018
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY
AUGUSTA, GEORGIA
Honorable Hardie Davis, Mayor
Approved: Date Approved: Date
[ATTACHED CORPORATE SEAL]
ATTEST: ATTEST:
Title: Title:
1
1785 Oak Road
Snellville, GA 30078
PROPOSAL & CONTRACT
Date: 11/05/2018
Augusta Engineering Department
425 Walker St.
Augusta, GA 30901
Job: (21028) Jamaica Dr. Storm Drain Outfall to Rae’s Creek
Estimator: Chip Price
Plan Date: 01/27/03
E.R. Snell Contractor, Inc., subject to the terms and conditions following and hereinafter stated, proposes to furnish all labor, material and equipment required for the
performance of the following described work in connection with construction or improvements at the above stated project. Description Quantity Unit Unit Price Ext Price
TRAFFIC CONTROL 1.000 LS $2,750.00 $2,750.00
MAINT OF TEMP SILT FENCE , TP A 444.000 LF $ 2.25 $ 999.00
SD-1 S (TYPE A SILT FENCE) 444.000 LF $ 5.00 $2,220.00
SD2-F INLET SEDIMENT CONTROL 5.000 EA $ 600.00 $3,000.00
CLEAR AND GRUB 1.000 LS $68,500.00 $68,500.00
TEMPORARY GRASS 1.250 AC $ 785.00 $ 981.25
TEMP MUCLH 25.000 TN $ 385.00 $9,625.00
CONSTRUCTION EXIT 1.000 EA $1,675.00 $1,675.00
FOUNDATION BACKFILL MATL, TP II 325.000 CY $ 89.00 $28,925.00
HEADWALL 36 IN RCP - PRE-CAST 1.000 EA $3,250.00 $3,250.00
STORM DRAIN PIPE 36" RCP CLASS 3 788.000 LF $ 98.00 $77,224.00
STN DUMPED RIP RAP TP 1, 24 IN 101.000 SY $ 125.00 $12,625.00
REMOVE PIPE 140.000 LF $ 26.20 $3,668.00
RESET FENCE - WOOD 10.000 LF $ 78.50 $ 785.00
RESET FENCE - BARBED WIRE 60.000 LF $ 54.25 $3,255.00
SAN SEWER PIPE, 8 IN, DUCTILE IRON 21.000 LF $ 675.00 $14,175.00
DROP INLET, GP 1 5.000 EA $4,300.00 $21,500.00
DROP INLET ,GP 1, ADDL DEPTH 8.000 VF $ 345.00 $2,760.00
STORM SEWER MANHOLE, TP 1 1.000 EA $3,400.00 $3,400.00
DRIVEWAY CONCRETE, 6 IN THK 100.000 SY $ 88.00 $8,800.00
PERM GRASS 1.000 AC $3,150.00 $3,150.00
SOD 550.000 SY $ 7.50 $4,125.00
Grand Total: $277,392.25
Terms:
1. If this proposal is accepted within thirty (30) days from the above quote date, then all pricing shall remain valid through June 30,
2019. Any work remaining after that time shall be subject to change at the discretion of E.R. Snell Contractor, Inc.
2. This proposal is based upon estimated quantities. Unless stated otherwise, the final contract amount shall be based on field
measured quantities at the above unit prices. Items were added and quantities were revised per e-mail correspondence with Mr.
Anthony Taylor.
3. All work to be completed in one mobilization.
4. Acceptance of a subcontract is subject to credit approval, payment is expected within 30 days from receipt of invoice with no
retainage withheld. Please be advised that interest will accrue @ a rate of 1.5% per month for any unpaid balance remaining after 30
days. 5. E.R. Snell Contractor, Inc. reserves the right to adjust unit prices if the total square yards are reduced by 10 percent or more.
6. If awarded a subcontract, this quotation shall be included as an exhibit to the subcontract agreement.
7. If bond is required on behalf of E.R. Snell Contractor, then add 1% to the overall bid amount.
8. The following items are specifically excluded:
Permits, Fees, Inspections
2
Prepared By Chip Price Date 11/05/2018
Acceptance of Proposal Date
1
1785 Oak Road
Snellville, GA 30078
PROPOSAL & CONTRACT
Date: 09/24/2018
Augusta Richmond County Engineering Department
452 Walker Street
Augusta, Ga 30901
Job: (20985) Augusta - Martinique Drive Storm Drain
Estimator: Chip Price
Plan Date: September 6, 2018
E.R. Snell Contractor, Inc., subject to the terms and conditions following and hereinafter stated, proposes to furnish all labor, material and equipment required for the
performance of the following described work in connection with construction or improvements at the above stated project.
DESCRIPTION UNIT QTY UNIT PRICE TOTAL
MAINTENANCE OF TEMPORARY SILT FENCE, TYPE A LF 135 $ 2.00 $ 270.00
INLET SEDIMENT TRAP SD2-F EA 6 $ 175.00 $ 1,050.00
INLET SEDIMARNT TRAP SD2-P EA 2 $ 415.00 $ 830.00
TEMPORARY SILT FENCE, TYPE A LF 135 $ 5.00 $ 675.00
FOUND BACKFILL MATL, TP II CY 160 $ 65.00 $ 10,400.00
GRADING COMPLETE LS 1 $ 188,600.00 $ 188,600.00
CONC.VALLEY GUTTER, 8 IN SY 35 $ 65.00 $ 2,275.00
CLASS A CONCRETE, INCL REINF STEEL CY 5 $ 1,250.00 $ 6,250.00
STORM DRAIN PIPE, 24 IN, H 1-10 (R.C.P.) LF 192 $ 56.50 $ 10,848.00
STORM DRAIN PIPE, 48 IN, H 1-10 (R.C.P.) LF 740 $ 125.00 $ 92,500.00
STN DUMPED RIP RAP, TP 1, 48 IN SY 32 $ 115.50 $ 3,696.00
PLASTIC FILTER FABRIC SY 32 $ 6.35 $ 203.20
REMOVE PIPE (C.M.P.) LF 556 $ 39.00 $ 21,684.00
RESET CHAIN LINK FENCE, ALL SIZED 7 TYPES LF 100 $ 43.00 $ 4,300.00
CATCH BASIN, GP 1 EA 2 $ 3,600.00 $ 7,200.00
JUNCTION BOX EA 4 $ 4,365.00 $ 17,460.00
TEMPORARY GRASS AC 2 $ 935.00 $ 1,870.00
TEMPORARY MULCH TN 10 $ 400.00 $ 4,000.00
PERMANANT GRASS INCL FERTILIZER LIME, ETC AC 2 $ 2,600.00 $ 5,200.00
TURF REINFORCING MATTING SY 900 $ 6.00 $ 5,400.00
TOTAL
$ 384,711.20
Terms:
1. If this proposal is accepted within thirty (30) days from the above quote date, then all pricing shall remain valid through 05/31/19.
Any work remaining after that time shall be subject to change at the discretion of E.R. Snell Contractor, Inc.
2. This proposal is based upon items and quantities as indicated on drawing 3 of 12. I added some temporary and permanent grassing
items , but other than that we have used the quantities that the engineer provided, Final payment will be based upon actual
quantities of work performed at the above unit prices.
3. Acceptance of a subcontract is subject to credit approval, payment is expected within 30 days from receipt of invoice with no
retainage withheld. Please be advised that interest will accrue @ a rate of 1.5% per month for any unpaid balance remaining after 30
days.
4. E.R. Snell Contractor, Inc. reserves the right to adjust unit prices if the total square yards are reduced by 10 percent or more.
5. If awarded a subcontract, this quotation shall be included as an exhibit to the subcontract agreement.
6. If bond is required on behalf of E.R. Snell Contractor, then add 1% to the overall bid amount.
2
Prepared By Chip Price Date 09/24/2018
Acceptance of Proposal Date
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Marks Church Road & Drainage Improvements - Phase II Supplement Improvements
Department:Engineering
Presenter:
Caption:Approve to Supplement Construction Contract to E.R. Snell
Contractor, Inc. in the amount of $662,103.45 for completing
needed supplemental Drainage Improvements in conjunction
with Transportation Investment Act (TIA) Project, Marks
Church Road & Drainage Improvement project - Phase II as
requested by AED. Bid #16-261
Background:Currently, E.R. Snell Contactor, Inc. is under contract with
Augusta, GA for Transportation Investment Act (TIA) Project,
Mark Church Road & Drainage Improvements project - Phase II.
The Augusta Commission awarded this contract on March 21,
2018. Moreover, this project is in Rae’s Creek Drainage Basin
and includes drainage improvements in the Basin along Marks
Church Road Corridor including Bridge over the creek. There
are two other drainage conveyance outfalls in this drainage
corridor in need of improvements and supplementing subject
contract is a cost effective way to complete these improvements
in a timely manner.
Analysis:E.R. Snell Contractor, Inc. is currently under contract with
Augusta, GA/Augusta Engineering for Marks Church Road &
Drainage work and the cost provided of $662,103.45. This cost
was analyzed and determined to be reasonable and cost effective
for the type of work being performed.
Financial Impact:Funds are available in Engineering SPLOST VI (Marks Church
Road over Rae’s Creek) in amount of $662,103.45 upon
commission approval.
Alternatives:1). Do not approve and find alternative to complete needed
supplemental improvements.
Recommendation:Approve to Supplement Construction Contract to E.R. Snell
Contractor, Inc. in the amount of $662,103.45 for completing
needed supplemental Drainage Improvements.
Funds are
Available in the
Following
Accounts:
328-04-1110 211828703
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting Commission Chamber - lll2712018
ATTENDANCE:
Present: Hons. Fennoy, Chairman; Hasan, Vice Chairman; Frantom,
member.
Absent: Hons. Hardie Davis, Jr., Mayor; Clarke, member.
ENGINEERING SERYICES
1. Approve award of Construction Contract to E R Snell Contactor, Inc. in the Item
amount of $5,652,594.75 for Transportation Investment Act (TIA) Project, Action:
15th Street Pedestrian Improvements Project, subject to receipt of signed Approved
contracts and proper bonds as requested by AED . Bid 18-260.
Motions
ryJ:" Motion Text Made By Seconded By
Motion to
. aDDrove.APProve rrto,ion passes
3-0.
Commisioner Sean Commissioner
Frantom Ben Hasan
t Pu""'
Seconded By
Motion
Result
Motion
Result
2. Approve Supplemental Agreement No. 2 between the Department of Item
Transportation State of Georgia and Augusta, GA for P.I. #0010686 Augusta Action:
Beautification along Riverwatch Parkway and have Mayor's Office execute Approved
agreement.
Motions
Motion
Type
Approve
Motion Text
Motion to
approve.
Motion Passes
3-0.
Made By
Commissioner
Ben Hasan
Commisioner Sean passesrrantom
3. Consider proposed rate structure for residential water and sewer rates.Item
Action:
Approved
Motions
ryJ:'" Motion Text Made By Seconded By
Motion to
Approve ix!|,il'.asses s:rffi]}f*' F;ffifi'oner
Sean passes
3-0.
4. Motion to approve contracting with W.K. Dickson & Co., Inc. to provide ltem
preliminary engineering services to extend sanitary sewer to the Belair Road Action:
area at a cost of $95,000. Approved
Motion
Result
Motion
Result
Passes
5. Approve and authorize Augusta Engineering Department (AED) to submit, Item
accept and receive Georgia Department of Transportation (GDOT) Financial Action:
Assistance from GDOT FY2019 and FY2020 Local Maintenance and Approved
Improvement Grant (FY19 LMIG &, FY2020 LMIG) for Road & Drainage
Improvements & maintenance projects (Listed under Financial Impact
Section). (Requested by Commissioner Fennoy)
Motions
X:j1" Motion rext Made By'r'ype
Motion to
^ approve. Commissioner
^PProve vtotion Passes Ben Hasan
3-0.
Motions
Motion Motion Textrype
Motion to
^ aDDrove.APProve vtotio, passes
3-0.
seconded By f"'.ii,'
Commisioner Ser 'Purr",rrantom
Made By Seconded By
Commisioner Sean Commissioner
Frantom Ben Hasan
6. Motion to approve the minutes of the Engineering Services Committee held ftem
on November 13, 2018. Action:
Approved
Motions
H,T:" Motion rext Made Bv
Motion to
. aDDrove.APProve vtotio, Passes
3-0.
seconded By Motion
Result
Commissioner Commisioner Sean passes
Ben Hasan Frantom
7. Report from the Engineering Department regarding an assessment of the
condition of Bussey Road/Inez Street in preparation for their paving.
(Referred from November 13 Engineering Services Committee meeting)
Item
Action:
Approved
Motions
Motion Motion Text'r'ype
Motion to approve
continuing with the routine
maintenance of the road
and asking the Engineering
Department to report back
to the committee at the
A ---^-.^ second meeting in January
^pprove regarding the Jwnership of
the road and a
determination of whether
the property owners will
allow for the acquisition of
right-of-way by the City.
Motion Passes 3-0.
Made By Seconded By HiiI
Commisioner
Sean Frantom
www.auqustaqa.qov
Commissionerilii;;;; - Passes
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Minutes
Department:
Presenter:
Caption:Motion to approve the minutes of the Engineering Services
Committee held on November 27, 2018.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Receive as Information a 60-day Update on the Performance of Inland Waste, the Customer
Communications Plan for ESD, and a report on the results of the Customer Satisfaction Survey.
Department:Environmental Services
Presenter:Lori Videtto
Caption:Receive as Information a 60-day Update on the Performance of
Inland Waste, the Customer Communications Plan for ESD, and
a report on the results of the Customer Satisfaction Survey.
Background:In September, ESD reported to the Augusta Commission, the
issues experienced by Inland Waste as one of the collection
contractors serving the area of Augusta that is outside of the
Gordon Highway loop. At the time, Inland was experiencing
many problems – including instability within their Augusta
office, lack of timely services provided to the customer base,
missed collection services, leaks and spills, and lack of vehicle
maintenance resulting in vehicle breakdowns and service
complaints. Additionally, from the September meeting,
information was requested regarding the results of the customer
satisfaction survey and a media outreach plan.
Analysis:Inland has performed at a much higher level over the past 60
days. Some of the key indicators of this improvement include a
reduction of missed collections, a reduction in the number of
complaints, improved vehicle condition, and the ability to
complete the planned daily routes in a timely manner (on time
and on the correct day). Further, Inland has hired experienced
staff members and managers to lead the Augusta office. They
have also demonstrated a commitment from the Corporate
leadership, who have dedicated the needed resources to improve
their ability to perform the requirements of the Contract. Two
additional pieces of information were also requested during the
September meeting: a summary of the customer outreach plan,
and the results of the customer satisfaction survey. One of the
main issues the customers experience is the lack of information.
ESD has improved their website and social media presence, but
ESD has also performed water bill inserts, radio spots, updated
flyers, billboards, print advertisements, and has requested PSAs.
Additional information being provided to our customers will
help to avoid some of the missed collections and confusions that
the customers experience. Along the same lines, the customer
satisfaction survey was developed and made available beginning
in May of 2018. 458 responses were received, and the responses
indicated that 88% of were satisfied with the services provided;
72% reported no negative service incidents; and 50% reported
any collection issue. For those that indicated they were
unsatisfied with the service, the reason provided was multiple
missed pickups, container damage, and littering/spills. Overall
the responses indicate a need for additional public information.
The goals for the 2019 survey are to achieve more responses
with more detailed questions so that ESD can tailor a public
education program for both the customers and residents in
Augusta.
Financial Impact:N/A
Alternatives:Receive as information.
Recommendation:Receive as information.
Funds are
Available in the
Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
1
Programs to Combat Blight in Communities
Introduction
As the result of a Commission request, work with the Mayor’s Office, leadership provided by the
Administrator, and as ongoing improvement throughout various Augusta Departments, the following
research is provided to demonstrate the various programs used in other jurisdictions to combat blight in
their communities. Some of the programs are well-known, namely Baltimore’s Vacants to Value
Program, while others took a more creative approach that was ultimately tailored to their specific
community.
The following communities were researched, with details on four of the programs provided on the
following pages.
City of Aiken, SC* Altoona, Pennsylvania Buffalo, New York
Baltimore, Maryland* South Bend, Indiana Memphis, Tennessee
Greenville, South Carolina* Mobile, Alabama Fulton County, Georgia
Macon-Bibb County, Georgia* Atlanta, Georgia DeKalb, Georgia
Allentown, Pennsylvania
Common Themes
As the research was being conducted; there were common themes to each program that were evident:
1. Catchy Program Name – Vacants to Value, Fight the Blight, From Blight to Bright, Green Scene
2. Press Coverage from the beginning, with large kickoff event and key events at program
milestones
3. Initial Survey and data management – GIS used to track data collected by windshield survey,
community groups, staff members, drones. This provides baseline data to measure future
progress
4. Goal Setting and communication of the goal – “1000 houses in 1000 days” was the goal in South
Bend, Indiana
5. Designation of Target Areas or neighborhoods
6. Increased Code Enforcement and Law Enforcement Activity in the target areas; and the Codes
to support the activities. This also includes cooperation from the Courts.
7. Registration – Landlord registry, vacant lot registration, vacant structure registration,
foreclosures, etc. These lists allow for easy communication with the owners, education
opportunities, but also provide data for tracking purposes.
8. Program Funding – each program used a variety of funding opportunities – grants, private
partnerships, city funds, state funds, bonds, SPLOST, separate tax rates for blighted properties,
etc.
City/County: Aiken, South Carolina
Population: 30,000 (approximate)
Programs: Neighborhood Initiative Program
Demolition 200
Funding: $320,000 allocated in the budget for demolition and lot cleanup
2
Programs to Combat Blight in Communities
$300,000 brownfield grant awarded in 2018
Properties: Estimated to be approx. 140 vacant/blighted
Target Areas: North Side and Downtown
The City of Aiken, South Carolina has initiated a focus on cleaning up the north side of the city of
dilapidated structures, overgrown vegetation, and trash. The two main programs in use are the
Neighborhood Initiative Program and the Demolition 200 Program. There have also been recent
discussions about expanding the downtown business corridor to the east and west of the current
downtown “main street” as a means of attracting appropriate property uses while also tackling urban
blight.
The Neighborhood Initiative Program (NIP) is designed, as stated on the Aiken website, “to stabilize
property values and prevent future foreclosures of existing property owners in targeted areas through
the demolition and greening of blighted or vacant/abandoned structures.” The program receives
funding from state agencies to use to rehabilitate properties in some key neighborhoods in the north side
of Aiken. In addition, Aiken also participates in the CDBG program and offers toolkits to assist
neighborhoods with the formation of Neighborhood Associations so that they can work together to
improve their area.
The Demolition 200 Program enables the City to demolish neglected properties, with the property owner
responsible for paying $200 to the City.
The Brownfield grant that the City received is to conduct multiple Phase I and Phase II assessments
throughout downtown and the north side of the City. Additionally, the funds are used to inventory and
prioritize brownfield sites, develop cleanup plans, and conduct community outreach activities.
City/County: City of Greenville, South Carolina
Population: 68,000 (approximate)
Programs: Neighborhood Initiative Program
Façade Improvement Program
Funding: $300,000 brownfield grant awarded in 2018
Properties: unknown
Target Areas: Downtown and historic districts (Augusta Street, Laurens Road, Pleasantburg Drive,
Rutherford Street, Wade Hampton Blvd, West Greenville)
The City of Greenville, South Carolina has implemented a number of community-facing programs to
work to combat blighted areas of the City. Most notably are the Neighborhood Initiative Program (NIP),
Façade Improvement Program, and the Brownfield Grant Program. As with other city’s programs,
Greenville identified specific target areas and corridors to focus the work and the funding.
3
Programs to Combat Blight in Communities
The Neighborhood Initiative Program and the Façade Improvement programs both work to rehabilitate
or remove blighted structures. The NIP partners the City with non-profit organizations to acquire
properties, demolish the properties, and then establish the lot as green-space through grading and
seeding. The maximum that can be allocated to each lot is $35,000. The Façade Improvement program
is designed for commercial property owners and business owners to update their properties so that they
conform to a set design standard and eliminate blight. The maximum award amount is $10,000 per
property.
The Brownfield grant that was awarded to Greenville in 2018 is for additional environmental
assessments. The total amount of Brownfield grant funding that the City of Greenville has received since
2000 is “approximately $1.8M”, according to their website. With the work performed under these grants,
the City states that these have “been leveraged into more than $60 million in economic development” in
the City. Additionally, the funds are used to inventory and prioritize brownfield sites, develop cleanup
plans, and conduct community outreach activities.
City/County: Macon-Bibb Georgia
Population: 152,000 (approximate)
Programs: Urban Redevelopment Program
Land Bank Authority
Opportunity zones, Business Improvement Districts, etc.
Funding: $400,000 brownfield grant awarded in 2015
“Blight Bonds” under OCGA 36-61-12 of $9M
Implementation of “Blight tax” for increased rate on blighted properties
Properties: >5,000 blighted properties
Target Areas: Per the URP, by Commission District
Macon-Bibb County, Georgia has implemented an interdisciplinary program to target blight in their
County. They have implemented an Urban Redevelopment Plan which details the program, they have
obtained Bonds, used SPLOST funding, hired an outside consultant to manage the program, and
managed to move hundreds of properties through an In Rem program. Additionally, they have utilized
Eminent Domain Condemnation as stated in HB434 which allows condemnation of a blighted property
for the purpose of transfer for private development. As of mid-2017 many projects are underway with
hundreds of properties demolished.
Macon received a Brownfield Redevelopment Grant for $400,000 to begin revitalization of the
Downtown Industrial District (DID). This grant will allow Macon-Bibb to perform assessments and
redevelopment in the area. this will serve as a pilot program for other redevelopment actions in the DID.
4
Programs to Combat Blight in Communities
There is so much more to be done. Macon-Bibb is facing a shortage of Code Enforcement officers – to
the point that they cannot investigate all the complaints. They estimate, according to one article, that
there are 1300 demolition cases that have not yet made it through the court system.
City/County: Baltimore, Maryland
Population: 614,000 (approximate)
Programs: Vacants to Value
Funding: $94M over 4 years from the Governor
$10M annual budget for demolitions
Properties: 16,000 vacant buildings, 14,000 vacant lots
Target Areas: Throughout the City of Baltimore
The “Vacants to Value” program that is in place in Baltimore is one of the most robust programs
researched. The program is designed to “get more of the vacant and abandoned properties cleaned up
and redeveloped more quickly, efficiently, and economically.” The program includes a well-funded
demolition program, community and private partnerships, an enhanced and streamlined Code
Enforcement program, and even down-payment assistance for new home-buyers. The program has been
in place since 2010 and has seen significant improvement in various areas of the City.
Receivership
One of the key changes made in the City Code in Baltimore, was the method used to obtain property that
contains a vacant or abandoned structure. The City Code was updated in 2007 and the Receivership
process is located within the City’s Building, Fire, and Related Codes. In Baltimore, the property that is
statutorily defined as vacant are deemed to be a nuisance. As a nuisance, the vacant building can be
considered a fire hazard which can de-stabilize surrounding buildings which can negatively impact the
health and safety of the neighborhood.
The City files suit and a third-party receiver that is appointed by the Court auctions the property and
recovers the liens, costs, and fees once the property is sold; the receiver also pre-qualifies and registers
bidders to insure they have the funds available to take on the project. Baltimore uses a single entity as
the Receiver, with the entire process oversight provided by 12 attorneys and 10 investigators working in
Baltimore Housing. According to one report, it takes on average 450 days from the time the City files
suit to the time the house is renovated and occupied; however, this does not take into account the up-
front research that occurs to locate the current owner(s).
Streamlined Code Enforcement
At this stage of the program, the City is working on two strategies – Streamlined Code Enforcement and
Community Development Clusters. The City has realized that there are areas where the “scattered”
vacant/mothballed/dilapidated properties are drawing strong or established neighborhoods down. A
change in the manner the Code Enforcement program is administered is designed to help get these
5
Programs to Combat Blight in Communities
properties back into an occupied state as quickly as possible. In the past, a regular court process could
take months or years. The updated Code Enforcement program is being used in certain areas to issue
hefty citations -- $900 for those owners of vacant properties that do not respond to the first Notice of
Violation; and $250 for those owners of occupied properties. If citations don’t get results, the property is
expedited into “receivership” so that a new owner can perform the needed rehabilitation. The overall
goal is to move these individual properties quickly so that they do not cause the neighborhood to be
drawn down.
Community Development Clusters
Community Development Clusters are being used in areas where entire blocks or streets are needed to
be re-developed. The City is partnering with private developers to obtain strips or blocks of land that can
be very attractive to a larger developer for either commercial or residential uses, whichever makes the
best sense for that particular area. This process takes the “City ownership” out of the equation, which can
significantly speed up the redevelopment process. In the past, the only option was for Baltimore Housing
to take ownership and then market the properties to developers. This was a very lengthy process which
can move quicker using a receivership approach.
Summary of Additional Community Programs
Side-Lot Program – offered by many communities where a neighboring piece of property can be
purchased for a nominal fee. The fees can range from $1 to hundreds and is a useful tool to get property
back on the tax rolls and reduce the government-funded maintenance of the property.
Blighted Home Purchase – ability of a qualified purchaser to buy a vacant home for $1 provided they
rehabilitate the structure within a certain timeframe. These programs have limited effectiveness due to
the overwhelming costs of renovating older homes. The City of Buffalo, NY averages about 8 homes per
year that are purchased through this program. Many of those that did it once, were not willing to tackle
such a project a second time.
Summer Mowing/Maintenance Program – Memphis, Tennessee has a program where 100 part-time staff
are hired each summer. They are used to mow grass, collect litter, clean up small illegal dumps, and
perform beautification activities. This is administered by the City’s Mayor’s office.
Augusta’s Programs
1. Housing and Community Development
a. Beautify to Build
b. Development Nodes including in-fill redevelopment strategy
c. Non-profit partnerships
d. Façade/neighborhood improvement programs
2. Residential Demolition Program
3. Vacant lot cutting
6
Programs to Combat Blight in Communities
4. Land Bank
5. Side-Lot program
6. Increased Enforcement
7. Data gathering and standardization
8. Volunteer opportunities
Recommendations:
1. Implement a “named” program in Augusta.
2. Designate Target Areas and a Lead Agency – the Lead Agency can coordinate and focus the
efforts of all the groups involved; and also focus efforts into the designated target areas. These
could be the Nodes designated by HCD or choose a larger area that lines up with the activities of
partner agencies – DOT, BOE, etc.
3. More robust side-lot and methods for neighbors/residents to obtain property
4. Aggressively obtaining funding from outside sources – grants, state-level allocations, bonds
5. Implement a property grading system to help set priorities for each program
6. Implement a registry for landlords, vacant land owners, vacant structure owners
7. Robust data gathering and standardization so that all data is in the same format and usable
8. Review current Codes to ensure that all are up-to-date or propose enhancements that can be
used to further the program objectives.
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Receive as Information Research Performed on the Handling of Blight in Other Cities
Department:Environmental Services
Presenter:Lori Videtto
Caption:Receive as Information Research Performed on the Handling of
Blight in Other Cities.
Background:At previous Committee and Commission meetings, the
discussion regarding the means and methods used by other
communities to handle or address blighted areas has been
discussed. As such, ESD has taken the time to research some of
the other programs that have been implemented in other cities
across the southeast and across the country.
Analysis:There are many programs of similar nature that are being used to
address the issue of "blight". For this research, the following
city's programs were researched: Aiken, SC; Baltimore, MD;
Greenville, SC; Macon-Bibb, GA; Altoona, PA; South Bend, IN;
Mobile, AL; Atlanta, GA; Buffalo, NY; Memphis, TN; Fulton
County, GA; DeKalb, GA; and Allentown, PA. The various
programs have some common themes including press coverage,
goal setting, initial data collection, designation of target areas,
increased code enforcement and law enforcement, a registration
program for landlords and vacant structures and lots; and a
creative approach to program funding. Beyond the structure of
the programs, the one key factor that seems to insure success of
the program is a single lead agency which coordinates the efforts
of all, tracks the data, and reports on program successes.
Financial Impact:There is no financial impact at this time.
Alternatives:Receive as information.
Recommendation:Receive as information.
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
November 6, 2018
PI 0013927 - SR 4/US 25 BUSBU at Savannah River
Richmond County, Georgia
Aiken County, South Carolina
______________________________________________________________________________
1 | Page
PI 0013927 ‐ SR 4/US 25 BUS AT SAVANNAH RIVER BRIDGE REPLACEMENT
PROJECT INFORMATION
SR 4/US 25 BUS bridge replacement project consists of SR 4 bridge over the Savannah River and is
located in Richmond County, Georgia and Aiken County, South Carolina. The southern portion of the
project is located within Richmond County in the downtown Augusta area. Downtown Augusta is
characterized as a central business district. The downtown area includes a wide variety of land use
categories such as retail, office, cultural, entertainment, government, industrial, and institutional. The
downtown area offers a high level of access for vehicles, pedestrians and transit. Much of the downtown
area is within the boundaries of a National Register Historic District and/or a local historic district. Over
two dozen downtown properties are listed individually on the National Register of Historic Places (NRHP)
and the area is home to the Augusta Canal National Historic Landmark. On the Georgia side there are a
few apartment buildings located in downtown Augusta and some single‐family dwellings located north
of the bridge along the river.
The northern portion of the project is located in Aiken County in North Augusta’s riverfront area. The
limited residential uses in the project corridor are mainly located in this portion of the project. The
developing riverfront areas on the South Carolina side include RiverNorth, the River Club, Campbelltown
Landing, and Hammond’s Ferry. Most of these neighborhoods, except for Hammond’s Ferry, have
privatized the riverfront. The ongoing construction of the Project Jackson mixed‐use development
contributes substantially to the current and future land use of the area.
EXISTING CONDITIONS
Roadway: SR 4/US 25 BUS is currently classified as Principal Arterial with 2016 Average Daily Traffic
(ADT) of 21,200 Vehicles per Day (VPD) and 2.5% Trucks. The roadway section on the Georgia side
consists of four 12‐foot travel lanes with urban shoulders, while the section on the South Carolina side
consists of four 12‐foot travel lanes with14‐16 foot median and urban shoulders.
Bridge: The bridge on SR 4/US 25 BUS over Savannah River, Structure ID 245‐0009‐0, was built in 1939
and widened in 1991. The original section of the bridge consists of eleven (11) spans of steel beams and
nineteen (19) spans of Reinforced Concrete Deck Girders (RCDG’s). The widened section of the bridge
consists of eleven (11) spans of steel beams and nineteen (19) spans of PSC beams. Both sections sit on
concrete caps with concrete columns and piles. This bridge was designed using a H‐20 vehicle, which is
below current design standards. A structural analysis of this bridge shows a lower than expected load
carrying capacity. The overall condition of this bridge would be classified as fair. The deck is in fair
condition with moderate cracking and spalls with exposed rebar. The superstructure is in satisfactory
condition with moderate section loss. The substructure is in fair condition with spalling and cracking with
efflorescence. This bridge is classified as having an unknown foundation and therefore could be at risk
for scour. Due to the age of the structure, the structural integrity of the bridge pertaining to the design
vehicle, and the scour critical rating of the substructure, replacement of this bridge is recommended.
PROPOSED CONDITIONS
Roadway: The proposed roadway includes four 12‐foot lanes, 5‐foot sidewalk, curb and gutter on the
Georgia side and four 12‐foot lanes, 5‐foot sidewalks, 14‐16‐foot median, and curb and gutter on the
South Carolina side.
November 6, 2018
PI 0013927 - SR 4/US 25 BUSBU at Savannah River
Richmond County, Georgia
Aiken County, South Carolina
______________________________________________________________________________
2 | Page
Bridge: The proposed urban bridge section as shown on Attachment 1, will include four 12‐foot lanes
with 5 foot 6 inches sidewalks on both sides of the bridge and 4‐foot median. As per GDOT Design
Manual – Safety Guidance Criteria, Arterials with existing traffic volume of greater than 18,000 vehicles
per day (VPD) and future volume projected greater than 24,000 VPD will warrant raised median. The
proposed bridge dimension is 73 feet 5 inches total width and available roadway width of 60 feet. The
proposed bridge will be stage constructed by maintaining two‐lane traffic on the west side of the bridge
with existing sidewalk in Stage I and constructing a portion of the new bridge wide enough to
accommodate two 11‐foot travel lanes with 5‐foot 6 inches sidewalk on the east side. In Stage II, the
traffic will be moved to the northbound portion of the newly constructed bridge and the remaining
portion of the southbound section will be constructed.
The centerline of the proposed bridge will be offset by 7 feet 2.5 inches east of the existing centerline of
the bridge. With this shift in alignment, the proposed bridge will be widened entirely towards the east by
approximately 12 feet 6 inches to avoid potential impacts to residential properties on the southwest
quadrant and the Project Jackson multi‐use development currently under construction in the northwest
quadrant on the west side.
Additionally, based on the available existing bridge plans, existing Profile Grade Elevation (PGL) is
approximately 15 feet from the edge of the travel way on the west side. The proposed bridge PGL will be
moved to the new centerline of proposed bridge.
CONSTRUCTION
Construction Staging and Maintenance of Traffic: Based on our understanding of the existing condition,
we believe that the bridge replacement is viable with stage construction and reduction in travel lanes
from four to two. Based on the 2016 traffic information, option of converting the two lanes into
reversible lanes during peak hours and using potential off‐site detours as shown in Attachment 2 could
be investigated with additional traffic counts on the detour routes to determine their capacity to handle
additional traffic.
In‐water construction: Based on our initial investigation, the existing bridge piers for the SR 4/US 25 BUS
bridge are founded on spread footings with seal concrete. Such foundation type under river is prone
excessive scouring. With the potential of shallow rock as found 5 miles upstream at I‐20 bridge over
Savannah River, drilled shaft socketed into rock type foundation along with traditional cofferdam
techniques is a viable option for this site. drilled shafts could be used for substructure foundation. Drilled
shafts also provide smaller foundation footprints with limited disturbance, which minimize the impacts
to the riverbed and the potential environmental resources. However, due to the non‐navigable
conditions of the river and shallow rock, crane barges will not be feasible for drilled shafts installation.
To overcome the construction challenges, temporary work bridge supported by trestle will be
recommended.
Demolition: With bridge being stage constructed, partial demolition using a top down approach is
anticipated for this project. Temporary trestle, rip‐rap jetties, temporary haul roads will be investigated
based on their impacts to environment and surrounding historic and archaeological resources. The
presence of residential docks in close proximity of the bridge, could pose a potential hurdle and we
anticipate temporary dock displacement to accommodate construction equipment for bridge demolition
and erection.
November 6, 2018
PI 0013927 - SR 4/US 25 BUSBU at Savannah River
Richmond County, Georgia
Aiken County, South Carolina
______________________________________________________________________________
3 | Page
ENVIRONMENTAL
Our Team understands that a National Environmental Policy Act (NEPA) Categorical Exclusion (CE)
document with Nationwide Section 404 permit by the U.S. Army Corps of Engineers (USACE) is expected
for this project. This project will have a Special Provision (SP) 107.23H for the protection of federal and
state protected species. This SP will have several seasonal restrictions and in‐water work limitations for
the protection of terrestrial and aquatic species. These seasonal restrictions present a challenge that will
require planning and coordination to ensure the protection of these species during construction.
Additionally, with the presence of numerous historic and potential archaeological resources, Section 4(f)
and Section 106 coordination is also expected for this project.
OTHER POTENTIAL BRIDGE ALTERNATES
Alternate 2
With no Median and sidewalk on west side only, the bridge typical section can be reduced to:
Four 12‐foot Lanes
5‐foot and 6 inches sidewalk on west side
8‐foot shoulder on right side
Total Bridge Width – 65 feet 11 inches
Alternate 3
With no Median, the bridge typical section can be reduced to:
Four 12‐foot Lanes
5‐foot and 6 inches sidewalk on both side
Total Bridge Width – 65 feet 5 inches
Alternate 4
With multiuse trail on the west side, the bridge typical section will be as follows:
Four 12‐foot Lanes
5‐foot and 6 inches sidewalk on east side
15‐foot and 6 inches multiuse trail on west side
Total Bridge Width – 83 feet 5 inches
November 6, 2018
PI 0013927 - SR 4/US 25 BUSBU at Savannah River
Richmond County, Georgia
Aiken County, South Carolina
______________________________________________________________________________
4 | Page
ATTACHMENT 1
August 20, 2018
PI 0013927 - SR 4/US 25 BUSBU at Savannah River
Richmond County, Georgia
Aiken County, South Carolina
______________________________________________________________________________
7 | Page
ATTACHMENT 2
PI# 0013927 BRIDGE OVER
SAVANNAH RIVER
SR4 /US25 _ 1.8 MILES PROPOSED DETOUR ROUTE
THROUGH US1-SR121-
SR230_ 4.2 MILES
ALTERNATIVE-1
4.2-Mile Additional Detour Length for Motorist Traveling from (US25/US1Broad Street Intersection) Augusta, GA to (SR230) North Augusta, SC
230
121
US1
US
2
5
PI 0013927 SR4/US25 SAVANNAH RIVER BRIDGE REPLACEMENT
PI# 0013927 SR4 /US25
GEORGIA AVE_1.8 MILES
OVER SAVANNAH RIVER
PROPOSED DETOUR ROUTE
THROUGH US1-SR23-I20-
SR230-SR4/US25_ 9.8 MILES
PI 0013927 SR4/US25 SAVANNAH RIVER BRIDGE REPLACEMENT
ALTERNATIVE-2
9.8 Mile Additional Detour Length for Motorist Traveling from (US25/US1Broad Street Intersection) Augusta, GA to (SR230) North Augusta, SC
Engineering Services Committee Meeting
12/11/2018 1:15 PM
Savannah River Bridge Replacement Project
Department:
Presenter:Dr. Hameed Malik, Director Department of Engineering
Caption:Discuss GDOT PI#0013927 - SR4/US25 BUS (13th Street) at
Savannah River Bridge Replacement Project and Addition of
Local Proffered Improvements.” (Requested by Commissioner
Bill Fennoy)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY: