HomeMy WebLinkAboutCollection of Solid Waste ,Yard Waste,and bulky waste
Augusta Richmond GA
DOCUMENT NAME: Qd~ ~ffi\\d ~~Jt9'(d Wos-tej c\ '0...1\'?1j 0GS-k
DOCUMENT TYPE: ~,(CAC-\-
YEAR: ~l9
BOX NUMBER: [);)
FILE NUMBER: \ ~r::J::JC1.
NUMBER OF PAGES:
tD\
.-l.
-
cidv#- /aoCll eMf! ~~ - e~
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
COLLECTION OF SOLID JYASTE,
YARD WASTE, AND BULKY WASTE
SECTION I. SECTION II. AND SECTION V
REFERENCE NO.: 96-0t7(C)
PREPAREIJ BY
ENGINEERING DEPARTMENT
FOR
AUGUSTA-RICHMOND COUNTY
COMMIS SION -co UNCIL
ROOM 701, MUNICIPAL BUILDING
530 CREENE STREET, AUGUSTA GA. 30911
OCTOBER, 1996
",'--.
, '\..
::. ~qo~~~J~t;~~J~m~;i;~j~{~!~~lgl:~~?l~~'~~P'I:~i~iWii:::: ": DAo~7;~;;;" ".
THIS CERTlACATE IS ISSUED AS A MAlTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE! CERTII'ICATe
HOLDER. THIS CERTIF1CA TE DOES NOT AMEND. EXTEND OR
ALTEa THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFOROING COVERAGE
PlICDUCER
CARRAWAY,COHEN " ~LL
1~~9 AOQOSTA WEST PARKWAY
P.O.BOX 15087
AUGtT9TA GA 309U
JAMES C CHANNELL JR
-Nn 7111i-868-1610
INSUIUiD
... ND.
COMPANV
A
'IRST OGLBTHORP2
COM~AI'n'
B
OSIO CASOALTY GROUP
Augusta Disposal " Recyoling
P. O. Box 334
Evans CA 30BD9
COMPANY
C
Grange Insurance
COMPANY
D
CO~~ij~S..::::.):;. . ':::..~:c,...:.:CC- ...." ..,::...,.' ,., ,::.:::.:;i,;:::..:',,' ",y c.:c. ~..:',::' :~.., . '''':i':.:.::, .... .,.... :....... ......, ':':::..
THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTEO BELOW HAV! !lEeN ISSUI!D TO THE INSURED NAMED ABOVE FOil TME POLICY PfRJOD
INDICATED, NOTWITHSTANDING AAY REQUIREMENT. TERM OR CONDITION OF AKY CONTRACT OR OTHER OOCUMENT WITH RESPECT TO WHICM THIS
CERTIFICATE MA'1 BE ISSUED OR MAY PERTAIN. THE INSU,.ANCE AFFORDED BY THE POLICIES OesCRIBED HEREIN IS SUBJECT TO AU. TJo;e TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. I.IMITS SHOWN MAY HAVe BEeN REDUCED BY PAID CLAIMS.
CD
iTR
T'tI'! 0' I~SUIlANCE
POllCY NUMI!R
'OUCY !FI'lCTIV! I'OUCY EXPIRATION
OATE (MIIIlIOOlTYI DA~ IMMJllIIf\'Y1
UMITS
~EW. UA8lUT't
c: X COMMERClAlGI!NI!IW.UASIUTV CPP214~231
t1: ti CLAIMS MACE W OCCUR
l-- OWNER'S & CONTRACTOR'S PilOT
0'/26/96
GENERAL -'GGREGATE '2,000,000
09/2 G 197 . PlIOOUCTS. COMP/OHGG HillA
PEIISOHAL & ADV INJURY '1,000,000
EACM OCCURRENCE '1,000,000
I RRE DAMAGE lAnv ~ ilia) . 50,000
MED EXP (Arty 0.... ~ It 5,000
09/"J6/97 COMBINED SINGLE U~IT '1,000,000
aODI~ Y INJURV .
{Pat 1llft(l~1
aOOI~ 'r' INJURY .
(Par ICCIdIlntj
PROPERTY DAMAGE .
~Moell.E UAIIUTY
B ~ AN'r' AUTO BA1350859
i-- AU OWNED AUTOS
i-- SCHEDULEO AUTO!!
>-- HIRED AUTOS
>-- NONoQWNl!O AUTOS
09/26/96
i--
~GE WASIlIT\'
_ ANY AUTO
A THE PAOPR/eTOIV
PARTNERS~EC~
OFFICERS ARE:
OTHER
RINCL
EXC~ ,
390'0
OS/20/96
AUTO ONl'r' . EA ACC/OENT .
O'TJolER THAN AUTO ONLY: /,:-:::.c.~'~':";" <~. '/:.'::
EACH ACCIOENT .
AOGIIEGA TE .
EACH OCCURReNCE I .
AGGReGATE .
I .
we T T I 10W!::ii~:\:2:' ":.:: :: .. :.'
EL EACM ACCIDENT . 1,000,000
OS/20/97 EL DISEASE -i'OUCY I.lMIT . 1,000,000
El OISEASE " EA EMpLOYEE . 1, 000 , 000
EXCBS UAIlIUlY
n' UMIIRElLA roAM
H OTMEfI THAN l,lMBllEUA "OAM
: WOIllr!RS COM'ENSATION AHO
EMPLOYliIIS" LIAIIILITY
i
I
I
DESCRIPTION D' OPVIATION&/LOCATlONSI\IEHICLESISPEClAllT!M.S
,~~~~r.EJO(QtpEa:'::)';: ': '.i::<.:::-i,/. .,:,.".,,'
". ;
;.: iP.MI~toN\:.:.c.. ....~:.\;:.:,~;: ,.:'...., 'C' .'ri;:~T :. c' .:.... ,:":~':5
At7GRICC SHOULD ANr OF THI! AlOVl! MiCRllIlO POUClU 8E CAHClW!D IEFOAE THE
fiXPlRATION O~TSTHEMOF. THE ISSUINO COMPANY WlU ENOEAVOR TO MAIL
~ DAV& WIIlTTEN NOTICE TO TH! CERTlflCATE HOLDa! NAMED TO THE LEFT.
BUT FA/LUIlIi TO MAil SUCH NOTICe SHAU IMPOS6 NO OIUClATION OR LIAIIUTY
o~ ANY KIND UI'ON TH . ITS Aa!NTS OR REPRESENTATIVES.
AUTHDIIlWlIW'RUEHTAte /' C h t1 f
'AtOfiI).< 26~'t119'Sr' .:::. ~:::<,.:;;~,;,:~;/<:::;:;~?: ::::....<:'\:)l:::.'::~:;:~';:,:..:x:('-::::;,)/\..c: ::,':.?:: ,.; i.;;: ,;)~~:C:.~:i.~:f,\}.?A:X::.D'."\f<'!!!~ :~': ,., ~~;!tI;O,u,;.~AAtlON~988:\:
C
AOGUSTA RICBMOND C:OONTY
ENGINEERING DEPARnmNT
E'Ai' ldORPHY
Vr"d
BT! 'Of-J
f-13HOJ . .A.tJMti(j(jtO
~ldL17 : S
L66 r " r r . 83.3
"
~ 'A'" "c' . '0'.' R' D..... ...~~;'6~J.:;E'.'.'ii~:::J(~#6'~D~~~~t~~~1t~jij;I;ijr;.miii;.~~Ki~'t6iiD~iA(i~~~.?~~~itj~:K~~~;~~ii . 'DATE IMM/DOIYYI
~""".,"<<'"""'". "".~.,(a5~i~~~[.J,,~~~~:~~gf;V~~~~~~;2!t~ti;!~1!f~~r.I,,~~j~~,~,~.':YlB;E;:~~t1abs;~i4~~la}Z 01/31/97
PAODUC!R THIS CERTIFICATE IS ISSUED AS A MATTER Of INFORMATION
CARRAWAY, COHEN " CHANNBLL ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
1229 AUGOSTA WEST PARKWAY HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR
P.O. BOX 15 087 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
AUGOSTA GA 30919 COMPANIES AFFORDING COVERAGE
.. ~~
~ ;
'"
"
;'j'
JAMES C CRANNELL JR
P~.n. No 705 - 8 6 B -161 0 ~"X No
INSUR!D
COMPANY
A
FIRST OGLETHORPK
COMPANY
I B
OHIO CASUALTY GROUP
Augusta Disposal " R8cyc1~ng
P. O. Box 33<i
ltvans GA 3080.9
COMPANY
C
Grange Insurance
COMPANY
D
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTEO aELOW HAve BEEN ISSUED TO THE INSUREO NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOT'NITHSTANCING ANY REQUIREMENT, TEAM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY ElE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDEO BY THE POLICiES DESCRISED HEREIN IS SUBJECT TO ALL THE TERMS,
EXClUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REOUCEO BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE!
POLICY NUMBE!R
POLICY E"~lVe POLICY EXPlFlATION
OATE IMM/DDIYVJ DATlIMM/ODI'I'YI
UMIT$
GENERAL UABIUTY
-
C X COMMERCIAL GeNeqAL UAelLITY CP P 214 2 2:3 1.
10n CLAIMS MADE ~ OCCUR
OWN Eli'S t. CONTRACTOR'S PROT
09/25/96
(jENE~AL AGG~<GATE 12,000,000
09/26/97 PRODUCTS. COMP/OP AClG 1 N/A
PERSONAL & AOV INJUIlY 11,000,000
EACH OCCURRENCE 11,000,000
FIRE OAMAGE (Any ~a "ral e 50,000
M ED EXP (Any ona o.r"'nl , 5,000
09(26/97 COMBINEO 61NGLE UMIT '1,000,000
BODILY INJURY e
lpar 08100n)
BOelL V INJURY e
11'0' accJdanu
PROPEfITY DAMAGE .
-
-
AUrOMOBILE UASIUTY
-
B ...!. ANY AUTO
ALL OWNEO AUTOS
-
SCHEDULED AUTOS
i--
HIReo AUTOS
-
BA135085.9
09/26/96
-
-
NON-OWNED AUTOS
GARAGE! l.IASlUTY
-
ANV AUTO
AUTO ONLY. EA ACCIDENT 1
OTHER THAN AUTO ONLY: ~~~~dftf~';~~;~;~~~~~;~1~t
EACH "CC/DENT e
AGGREGATE e
EACH OCCURRENCE .
AGGREOATE .
.
r--
EXCESS lIAIIUTY
RUMBREI.LA FORM
OTHEA Tf-lAN UMBRELLA FORM
WORI(EIIS COMPENllATlON AND
EMPLOYEIlS' LIAllUTY
A
TI.~ PROPRIETOR!
P..RTNERSlEXECUTIVE
oFFlCEl\S ..FIE:
OTHER
RINC:L
EXCL
3.9060
05/20/96
OS/20/97
I ~cR~L~~S I
EL EAC~ ACCIOENT
EL OISE..s. . POUCY LIMIT
IOl~ ~;:t~;S~~\:;~:~.?:~~;';:)~~~:
El OIS~ASE. EA EMPLOYEE
11,000,000
61,000,000
11,000,000
DESCRIPTION OF OPERATIONS/LOCATIONSlYfHICLMISPECIAL ITEMS
::~~t~~~4~Jd$)~P~~~r~f~)#~~~~1tl~I~{.;ff~t~~{~,JfJri~j:{\~,;;j~~~~~~'{~~\~~~f.,t:~~~r~~~~~rA?9,q~~.jJ'fr~(~B~~Kti~~~::t~~1~~%t}!~;~~.~~~~.~~; ~~~:~~?~i~:;ifiHf~~,t:~';f
JI.MWALL SHOULO ANY DF THE MOVE OESCII19fO POUCIES bE CANCELLED S!'ORE THE
EXPIRATION DATE THERl!OF, THE I&SUiNQ COMPANY WILL ENDEAVOR TO MAIL
10 DA.YS WAITT!N NO:01CE T THE C:E!IT1~ICAT! HOLDEI\ NAMED TO THE lEFT,
Jl:MWALL
CI'l'Y ATTORNBY BUT FAILURI! TO MAIL SUCH OTlCE S LL llo1POSE NO OBLlllATlON OR LLABILITY
424 GREENE S'l'REXT OF ANY KIND UPON THE! CO PANY. ITS GENTS OR REPAI;6ENTATIVEB.
AUGUSTA GA 30901 AUTHOIIIZEDR6PRESeNTATIVEL~ ~ ,d ~kj
~~~t=i~~,~J.i7~~gi!fdWfDiNn:~~y:;jMW~~~1~lJ~t(%tY;~j,~r:~~';~~i:i;%~;~:\~;r~Ff.SiV~BY:\~~1d:il~y;;_j;%1SJj};~<lL~:~;:1;t#!J[;~lt~'Rb)_,@~~
t/! 'd
806'Of-J
f-J3HOJ ' ^~M~~~l:D
WdL2:~
2,66 t. tE 'f-J~[
. 4t
PUBLIC WORKS AND ENGINEERING
ROOM 701
530 GREENE STREET
AUGUSTA, GEORG IA 30911
(706) 821-1706 FAX (706) 821-1838
CHARLES DILLARD
Commissioner of Public Works and
Director of Engineering
february 10, 1997
Mr. John Polonus
Augusta Disposal Recycling, Inc.
POBox 334
Evans, GA 30809-0334
RE: Collection of Solid Waste, Yard Waste and Bulky Waste
Privatization
Project Reference: 96-017(C)
Dear Mr. Po1onus:
Enclosed herewith are two (2) copies of the executed contract the
contact documents and specifications for Collection of Solid
Waste, Yard Waste and Bulky Waste Section I, Section II and
Section V as prepared by the Engineering Department. Please
forward one (I) to your surety.
YOU/; ~7!';/4/ fI
CL#;r/l. . ~
Cliffojj A. Goins
Assist~nt Commissioner of Public Works and
Director of Engineering
CAG/psm
Enclosure
cc: Ms. Lena Bonner, Clerk of Commission-Council, w/copy of
Contract Document
Mr. Stewart Walker, License & Inspection Department
Mr. A. B. McKie, Comptroller
Mr. Jim Wall, Attorney, w/copy of Contract Document
Ms. Sandy Wright, Risk Management, w/copy of Contract
Document
Mr. David Smith, Landfill, w/copy Contract Document
.
INDEX TO SPECIFICATIONS
Section No.
Title
ADV
Advertisement for Bids
.
Information for Bidders
IfB
P
Proposal
BB
Bid Bond
.
Notice of Award
NA
A
Agreement
PB
Performance Bond and Labor and
Material Payment Bond
.
COA
Certification of Owner's Attorney
NP
Notice to Proceed
.
GC
General Conditions
SC
Special Conditions
APPENDIX A
.
Sketches of Bid Sections
Appendix B
Dumpster Container Locations
.
Appendix C
Surplus Equipment Inventory
Appendix D
.
Intergovernmental MRf Agreement
Appendix E
Existing Sanitation Department
Employees To Be Placed
.
-
Page No.
1 - 2
1 - 3
1 - 11
1 - 2
1
1 - 2
1 - 5
1
1
1 - 23
1 - 18
1 - 5
1
1
1 - 6
1
.
BIDS WANTED
SEALED BIDS for furnishing all materials, tools, machinery, ete. necessary for:
. BID ITEM #96-140 - The Collection of Residential/Commercial Solid Waste, Recyclable
Materials, Yard Waste and Bulky Waste by
Augusta-Richmond County Government at the Purchasing Dept, Room 60S Municipal
Bldg/530 Greene Street, Augusta, GA. 30911 until 11 :00 a.m., Tuesday. November 12.
. 1996, at which time all bids will be publicly opened and read in the presence of those
interested.
All work shall be in accordance with the contract documents of the City Engineer and
Commissioner of Public Works.
-
-
Copies of the Contract Documents may be examined during regular business hours at the
Engineering Office, 7th Floor Municipal Bldg, Augusta, GA and at the following locations:
F.W. Dodge Division Plan Room, Augusta, GA.; C.S.R.A. Business League, Augusta, Ga.
Copies may be obtained for bidding purposes at the Engineering Office upon payment of
$25.00 (Non-refundable) for each set of documents issued.
Bids shall be addressed to Augusta-Richmond Purchasing Department, Room 60S Municipal
Bldg. Augusta, GA. 30911 marking the envelope:
Bid Item #96-140 - Collection of Residential/Commercial Solid Waste Bid
Bids shall be completed and submitted as described in the Infonnation for Bidders section of
the contract documents.
A Bid Guarantee, Perfonnance Bond and a Labor & Material Payment Bond will be requir~d.
No bid may be withdrawn for a period of sixty (60) days after the date and time set for the
receipt of bids.
NOTE: ALL BIDDERS WILL BE REQUIRED TO A TrEND A PRE-BID CONFERENCE TO
BE HELD AT THE ENGINEERING OFFICE AT 2:00 P.M., WEDNESDAY, NOVEMBER
6, 1996.
The Owner reserves' the right. to 'waive any infonnalities in bidding and to reject any or all
bids.
Publish: October 22, 25, 30, 1996
Ann B. Barker, Purchasing Director
Augusta-Richmond County Government
.
INFORMATION FOR BIDDERS
.
Bids will be received by Augusta-Richmond County
Commission-Council, Georgia, (hereinafter called the "Owner"), at
the office of the Purchasing Director until II a.m., Tuesday,
November 12, 1996 and then at said office publicly opened and read
aloud.
.
Each bid must be submitted in a sealed envelope,
addressed to Mayor and Augusta-Richmond County Commission-Council
at City-County Municipal Building, Augusta, Georgia 30911. Each
sealed envelope containing a bid must be plainly marked on the
outside as bid for COLLECTION OF SOLID WASTE, YARD WASTE AND BULKY
WASTE and the envelope should bear on the outside the name of the
bidder, his address and his license number, if applicable. If
forwarded by mail, the sealed envelope containing the bid must be
enclosed in another envelope addressed the Mayor and Augusta-
Richmond County Commission-Council, c/o Clerk of Commission-
Council, City-County Municipal Building, Augusta, Georgia 30911.
All bids must be made on the required bid form. All
blank spaces for bid prices must be filled in, in ink or
typewritten, and the bid form must be fully completed and executed
when submitted. Only one copy of the bid form is required.
The Owner may waive any informalities or minor defects or
reject any and all bids. Any bid may be withdrawn prior to the
above scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date
specified shall not be considered. No bidder may withdraw a bid
wi thin sixty (60) days after the actual date of the opening
thereof. Should there be reasons why the Contract cannot be
awarded within the specified period, the time may be extended by
mutual agreement between the Owner and the bidder.
Bidders must satisfy themselves of the accuracy of the
estimated quantities in the Bid Schedule by examination of the site
and a review of the drawings and specifications including addenda.
After bids have been submitted, the bidder shall not assert that
there was a misunderstanding concerning the quantities of work or
of the nature of the work to be done.
-
The Contract Documents contain provisions required for
the construction of the project. Information obtained from an
officer, agent, or employee of the Owner or any other person shall
not affect the risks or obligations assumed by the Contractor or
relieve him from fulfilling any of the conditions of the Contract.
Each'bid must be accompanied by a bid bond payable to the
Owner for five percent of the total amount of the bid. As soon as
the bid prices have been compared, the Owner will return the bonds
of all except the three lowest responsible bidders. When the
Agreement is executed the bonds of the remaining unsuccess ful
bidders will be returned. The bid bond of the successful bidder
will be retained until the payment and performance bond have been
executed and approved, after which it will be returned. A
certified check may be used in lieu of a bid bond.
IFB-l
.
.
A performance bond and a payment bond, each in the amount
of 100 percent of the contract price, with a corporate surety
approved by the Owner, will be required for the faithful
performance of the Contract.
Attorneys-in-fact who sign bid bonds or payment bonds and
performance bonds must file with each bond a certified and
effective dated copy of their power of attorney.
The party to whom the contract is awarded will be
required to execute the Agreement and obtain the performance bond
and payment bond within ten calendar days from the date when notice
of award is delivered to the bidder. The notice of award shall be
accompanied by the necessary Agreement and bond forms. In case of
failure of the bidder to execute the Agreement, the Owner may at
his option, consider the bidder in default, in which case, the bid
bond accompanying the proposal shall become the property of the
Owner.
.
-
The Owner wi thin ten days of receipt of acceptable
performance bond, payment bond and Agreement signed by the party to
whom the Agreement was awarded, shall sign the Agreement and return
to such party an executed duplicate of the Agreement. Should the
Owner not execute the Agreement within such period, the bidder may,
by written notice, withdraw his signed Agreement. Such notice of
withdrawal shall be effective upon receipt of the notice by the
Owner.
The notice to proceed shall be issued within ten days of
the execution of the Agreement by the Owner. Should there be
reasons why the notice to proceed cannot be issued wi thin such
period, the time may be extended by mutual agreement between the
Owner and the Contractor. If the notice to proceed has not been
issued wi thin the ten day period or wi thin the period mutually
agreed upon, the Contractor may terminate the Agreement without
further liability on the part of either party.
The Owner may make such investigations as he deems
necessary to determine the ability of the bidder to perform the
work and the bidder shall furnish to the Owner all such information
and data for this purpose as the Owner may request. The Owner
reserves the right to reject any bid if the evidence submitted by
or investigation of such bidder fails to satisfy the Owner that
such bidder is properly qualified to carry out the obligations of
the Agreement and complete the work contemplated therein.
A conditional or qualified bid will not be accepted.
Award will be made as a whole to one bidder.
All applicable laws, ordinances and rules and regulations
of all authorities having jurisdiction over the construction of the
project shall apply to the contract throughout.
Each bidder is responsible for inspecting the site and
for reading and being thoroughly familiar with the Contract
Documents. The failure or omission of any bidder to do any of the
IFB-2
.
.
foregoing shall in no way relieve any bidder from any obligation in
respect to his bid.
The low bidder must supply the names and addresses of
major material suppliers and subcontractors when requested to do so
by the Owner.
Inspection trips for prospective bidders will be
conducted by the Owner if requested in writing by the bidder. Such
request shall be directed to the City Engineer by the bidder.
The bidder agrees to abide by the requirements under
Executive Order No. 11246, as amended, including specifically the
provisions of the Equal Opportunity clause set forth in the
Supplemental General Conditions.
The engineer is the City Engineer.
All bidders are encouraged to utilize, to the maximum
extent possible, local labor forces and suppliers of materials
which have residences, offices or places of business within
Augusta-Richmond County, Georgia. While Augusta-Richmond County
encourages the utilization of local laborers and supplies on a
purely voluntary basis on local public works projects, nothing
contained herein shall impose any legal or contract ural obligation
for any bidder to do so.
.
-
-
IFB-3
.
PROPOSAL
.
FOR
COLLECTION OF SOLID WASTE, YARD WASTE & BULKY WASTE
Projec~ Reference 96-01i(C)
.
Augusta-Ri=hmond County Commission-Council
Municipal Building
Augusca, Georgia 30911
-
Gentlemen:
The undersigned as bidder, herein referred to as
singular and masculine, declares as follows:
1. The only par~ies interested in the proposal as principals are
named herein;
2. He has carefully examined and fully understands the Contract
Documents, including the drawings and technical
specifications;
3. He has made personal examination of the site of the proposed
work and has satisfied himself as to the actual conditions
and requirements of the work;
and hereby proposes and agrees that, if the Proposal is accepted,
he will contract with Augusta-Richmond County to furnish all
machinery, tools, apparatus and other means of collection and to do
all work and furnish all materials called for in accordance with
the requirements of the City Engineer and the true intent of the
Contract Documents and that he will take in payment for each item
of work, thereof, the unit or lump sum price applicable to that
item as stated in the schedule below.
(Note: Bidders must bid on each item.)
P-I
.
SCHEDULE OF PRICES
SECTION I
+ 1,389 Units
BASE aID
.
1." Refuse Collection at Curbside Two (2) Days Per Week pick-Up:
1997
1 BZl SZ2
20'S} 8 c~
1998
/13J'I73
217, ;~"
1999
2000
.
Add/Deduct for Change of Disposal Location from North
Augusta MRF to Augusta/Richmond County Landfill:
1998 NON~
1999 1'Ib",e- 2000 ;t/cnc/ ~
.
Alternate
1. Refuse Collection at Curbside One (1 ) Day Per Week Pick-Up:
. 1997 1'5"17tc? 1998 / 7 ..)~ ~fO
1999 Jg~ J3;J. 2000 /9 7 /'1-0"
.
Add/Deduct for Change of Disposal Location from North
Augusta MRf to Augusta/Richmond County Landfill:
1998 Nil ,vf
1999 ~ 2000 p"cIY~
. Base Bid
2. Yard Waste Collection at Curbside One (1) Day Pe~Week Pick Up:
. 1997 ~Olcr70 1998 d :;l )."/3
1999 ;;2 3 5G:A. 2000 ::;';1976
Alternate
.
2. Yard Waste Collection at Curbside
One Day Per Week Pick Up: March, April, May, June, October,
November.
.
P-2
.
.
SECTION I... CONTINUED
.
One day per two weeks pick up: January, February, July,
August, September, December.
1997
/~I 17(:,
I f 1ft
1998
/71 f;"
/ 9 f:l 0
1999
2000
.
3. Deduct for award of both refuse collection and yard waste
collection.
1997
Base bid refuse and Base bid yard waste
~ 61J fv 19 9 8 }.Jc?rh.
~h,/ 2000 ~(l...
.
1999
.
Base bid Refuse and Alternate bid yard waste
1997
!JJ~
~~
1998
UW...(
t-JD,Ai -<-
.
1999
2000
Alternate bid Refuse and Base bid yard waste
- 1997 L. fN/1 1998 (Va ,J L
-
1999 No tJ .e,... 2000 ;/orl~
~
Alternate bid Refuse and Alternate bid yard waste
1997 rI~ 1998 N o-J./fc.-
1999 ../Jo 7Jft- 2000 jJ () }J / '-'"
P-3
. SECTION I - CONTINUED
4. Bid on surplus equipment:
Type Vehicle # Descriotion (price
. Pet.5t. Tflv(,ft- 3) > ~ 7 {l <1 '"I '~ ~iuJl (;e;!kt I ~ ~~ ~~j
~~~,t ~3 2.. 7.-.,- I q 9 7 -rnf J8 I lOr)
.
. Base Bid
5. Bulky Waste Collection per Written Work Order by Augusta/
Richmond County:
a. Per Each "White Good" :
1997 'J-S'rTO 1998 J.~
1999 ;tS(/Q 2000 .:7- :) r41
b. Per Each Tire:
1997 4W 1998 c;-Ii)
1999 q-ffJ 2000 c:fdZJ
c. Per Two Cub ~ Yard Volume:
1997 ;LO 1998 ;ZtJ~
C"f) (XI
1999 ;;)-0 2000 d-()-
P-4
.
SCHEDULE OF PRICES
SECTION II
+ 3,217 Units
BASE BID
.
1. Refuse Collection at Curbside Two (2) Days Per week Pick-Up:
1997
4 20 I D~1
t.f 7 I r).. '-I
1998
if 'f c;- 2- {1-
::JOo ~ 'Ie
1999
2000
.
Add/Deduct for Change of Disposal Location from North
Augusta MRF to Augusta/Richmond County Landfill:
1998 j/GT;V -<
1999 tV t5XH!- 2000 ;voP~
-
-
Alternate
1. Refuse Collection at Curbside One (1 ) Day Per Week pick-Up:
1997 .3 9/ Y07 1998 t.;o 'f ;). 9/
1999 tf). 8 511'1 2000 4- 'J<f ;) G 'l.
Add/Deduct for Change of Disposal Location from North
Augusta MRF to Augusta/Richmond County Landfill:
1998 ~
1999
~afV~
2000
~~
Base Bid
2. Yard Waste Collection at Curbside One (1) Day Per-Week pick Up:
1997
q ~ ~s.r
S"4 ~11
1998
Sf /50
5'7 '1-7 J-
1999
2000
Alternate
2. Yard Waste Collection at Curbside
One Day Per Week pick Up: March, April, May, June, October,
November.
P-5
.
SECTION II... CONTINUED
-
One day per two weeks pick up: January, February, July,
. Augus t, September, December.
1997 ..5 ~ ~O!i 1998 Vu( 9.'}g
1999 If) 3 7J 2000 t.j~77 7
.
3. Deduct for award of both refuse collection and yard waste
collection.
. Base bid refuse and Base bid yard waste
1997 jJdY'~ 1998 ~
1999 pv~ 2000 ~-e..---
.
Base bid Refuse and Alternate bid yard waste
1997 /wrv1- 1998 ~
- 1999 NIYlL 2000 p't)~
--
Alternate bid Refuse and Base bid yard waste
1997 A:/7) yt: .e., 1998 ;VO)./-e '
1999 lJo;l~ 2000 fi/()'fo/-V
....
Alternate bid Refuse and Alternate bid yard waste
1997 Nff -p-.f 1998 ;VJ #-e
1999 '" yUb .#-e- 2000 #c; / e-----
P-6
. SECTION II - CONTINUED
4. sid on surplus equipment:
Type Vehicle # Description Price
. ~ rruuJ( 7; J-3 I mJ. ~
JCjq-( ~OI OI/7J
~~~t ~.372" Jq~q Il\ftr.c..h~ :J /7, i (J"Q"t
.
. Base Bid
5 . Bulky Waste Collection per Written Work Order by Augusta/
Richmond County:
. a. Per Each "White Good" :
1997 ~S 1998 d.-S-
1999 J--;- 2000 d-S
.
b. Per Each Tire:
1997 Lfr/O 1998 1./ (J"'J
. 1999 <jrl 2000 Lj;:;!..
c. Per Two Cubic Yard Volume:
J-O --
1997 1998 d-O -
1999 ;)-{) 2000 ~
p-8
SCHEDULE OF PRICES
.
SECTION V
BASE BID
+ 5,266 Units
1. Refuse Collection at Curbside Two (2) Days Per Week Pick-Up:
.
7/3 'c.((
'7Jo / i'y 7
2000
1997
1998
1999
7.::> 0 'Is?
't? '-/'1 I 7' 5-g
-
-
Add/Deduct for Change of Disposal Location from North
Augusta MRF to Augusta/Richmond County Landfill:
1998 ,/VI -r<..
1999 f/b~ 2000 ~~
Alternate
1. Refuse Collection at Curbside One (1 ) Day Per Week Pick-Up:
1997 ~yf oy 7 1998 4- ~ 'f. ? J ;.-
1999 /]:)8.jl{f 2000 '7 7/ 137
Add/Deduct for Change of Disposal Location from North
Augusta MRF to Augusta/Richmond County Landfill:
1998
1999
)JtI ~
2000
Base Bid
~)v c.
,tVVyr.,'~
1997
2. Yard Waste Collection at Curbside.One (1) Day Per Week Pick Up:
'1/, 170
q;).. l).. i
1998
2000
1999
Alternate
2. Yard Waste Collection at Curbside
'3' ~ 7
97 C.J-/
One Day Per Week Pick Up: March, April, May, June, October,
November.
P-15
.
SECTION V... CONTINUED
One day per two weeks pick up:
August, September, December.
~ 5 53-J.--
1997
.
1999 /.? tSl(
January, February, July,
-
1998 ~ i c-Ig~
2000 7!? 0'73
3. Deduct for award of both refuse collection and yard waste
collection.
.
Base bid refuse and Base bid yard waste
.
1997
1999
.
1997
1999
1997
1999
1997
1999
;VO'fJ-t'
,vJ ~
1998
2000
~(fK
#,,)t. -e
Base bid Refuse and Alternate bid yard waste
hJ f'-' t
IV 0 j../-L-
1998
2000
)/,y ~~
;t/J-u0
Alternate bid Refuse and Base bid yard waste
. )1)0 JJ-e
,
,;V'd-r' ~
1998
POpe-
,;f/ (/ 'j/ e--:-
2000
Alternate bid Refuse and Alternate bid yard waste
~ v.-L
NI J.i-.e
~\,
1998
;~ X/>-(
;t/ Cl ,N e--
2000
p-16
SECTION V - CONTINUED
.
4. Bid on surplus equipment:
.
Type Vehicle # Description Price
J2~~ ('d)UJ ?Jl:,~ /9C\ ~ 0't{) r;O ( a17J
~ ~ fP.).w/L 3' z. 1- ...f Iq~ 0 (11\0 J-/O , OfrJ
ie..~ ~(L ~;, '2.2 ? rq 9 n .Ir-f.e r M.-!-lr"t'-(,f) 31,sW
~+-+ 6J/1) ~~ ~iZ/L 332'2.1 IQQ3.1""h.k F fC,i..- SdrmJ
~"t Putt LoJ.Jef1- 3)J,.~O I'1CJ3 Gf- f~L. 5 ~, oct)
5. Downtown Business District .::200 Units
.
.
Refuse Collection in Downtown Business District at Curbside
three (3) days per week pick-up including public trash
containers on Public Right-of-way. Downtown Business District
bounded on North by Savannah River, East by Fifth Street, South
by Walker Street and West by Thirteenth Street.
1997
3d.//J-
3'o~r
1998
2000
31./037
~ q ;) c..j r::.
.
1999
Add/deduct for Change of disposal location from North Augusta
MRF to Augusta/Richmond County.
1999
~v2-
1998
2000
dJhvf
~~
.
Base Bid
.
6. Bulky Waste Collection per Written Work Order by Augusta/
Richmond County:
a. Per Each "White Good":
. 1997 ;L.~
1999 ~SV'V
'"
b. Per Each Tire:
1997 LfCIV
1999 Lf07J
"'"
1998
2000
d-~
J.-S-w
1998
2000
yoV
LfcV
P-17
.
c. Per Two
1997
1999
SECTION V - CONTINUED
Cubic Yard Volume:
}<JW
j-001>
.
.
.
.
.
.
.
.
.
.
~
P-18
1998
2000
;)()~
d~
/'
---
.
The Contract covering all work described above will be completed
wi thin the days specified in the "Notice to Proceed" of the Ci ty
Engineer: subject to reductions, additions and deletions provided
herein on the basis of measured quantities of completed work and
the prices bid. It is understood that the Owner reserves the right
to reject any or all proposals or to accept any proposal as deemed
to be to the best interest of the Owner.
.
It is also understood that the following addenda as issued during
the bid period shall be included as ,part of the Contract Documents:
Addendwn d.
1'J I
Date
tv (J V i', I qq h
.
.
The undersigned bidder understands and agrees that should the Owner
accept this proposal, the bidder will within ten (10) days from the
date of notification of acceptance of his proposal, execute the
contract and furnish the Owner satisfactory performance and payment
bonds in the amount equal to fifty percent (50%) of the total 1997
base bid sum. Enclosed herewith is a Bid Bond or a Certified Check
in the amount of ! J-OIO(jC/
Dollars ($ I~O,()C.'~ ) being not less than 5 (5%)
percent of the 1997 base bid sum.
Should the bidder fail to execute the Contract and furnish the
Performance and Payment Bonds in case this proposal is accepted,
the Owner shall have the right to receive the amount of the bid
security as liquidated damages. If the security is a Certified
Check, it may be cashed by the Owner and the amount received shall
become the property of the Owner. If the security is a Bid Bond,
the value thereof shall be paid to the Owner by the Surety.
.
.
The successful bidder shall have a current Business License.
.
The Owner is an Equal Opportunity Employer.
....
;fvGV0m (J/<.J/t:lSd't ~r jJevyd../~b
Name of Bidlter
'cf1J~
nature & Title of
rized Representative
157 7f(./~6u ~tJ(,.JfJ!,/d /)~W
Business Address
f[ 1//hV..5 G t4 .3 01 (/ 5~
City and State
.
.
Date:
1/ Ii z.j /7 0
-
-
P - 20
-
.
SECTION BB
BID BOND
.
KNOW ALL MEN BY THESE PRES&'lTS, that we, the undersigned,
as Principal, and
as Surety, are hereby
.
held and firmly bound unto Augusta-Richmond County Commission-
Council, Georgia, as Owner in the penal sum of
for the payment of which, well and truly to be
.
made, we hereby jointly and severally bind ourselves, our heirs,
executors, administrators, successors and assigns.
Signed, this
day of
, 1996.
.
The condition of the above obligation is such that
whereas the Principal has submitted to Augusta-Richmond County
Commission-Council, Georgia a certain Bid, attached hereto and
hereby made a part hereof to enter into a contract in writing for
the
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall
execute and deliver a contract in the Form of Contract
attached hereto (properly completed in accordance with
said Bid) and shall furnish a bond for his faithful
performance of said contract, and for the payment of all
persons performing labor or furnishing materials in
connection therewith, and shall in all other respects
BB-l
.
perform the agreement created by the acceptance of said
Bid,
.
then this obligation shall be void, otherwise the same
shall remain in force and effect; it being expressly understood and
agreed that the liability of the Surety for any and all claims
.
hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
The Surety, for value received, hereby stipulates and
.
agrees that the obligations of said Surety and its Bond shall be in
no way impaired or affected by any extension of the time within
which the Owner may accept such Bid; and said Surety does hereby
.
waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have
hereunto set these hands and seals, and such of them as are
.
corporations have caused their corporate seals to be hereto affixed
and these presents to be signed by their proper officers, the day
and year first set forth above.
-
-
L.S.
(Principal)
(Surety)
By
ATTORNEY IN fACT
SEAL
BB- 2
.
SECTION NA
NOTICE OF AWARD
TO:
.
PROJECT DESCRIPTION:
.
The Owner has considered the BID submitted by you for the
above described WORK in response to its Advertisement for Bids
dated , and Information for Bidders.
You are hereby notified that your BID has been accepted for
items in the amount of $
.
You have agreed in your Proposal to execute the Agreement and
furnish the required Contractor's Performance Bond and Payment Bond
within Ten (10) calendar days from the date of this Notice to you.
- -
.
If you fail to execute said Agreement and to furnish said
Bonds within Ten (10) days from the date of this Notice, said OWNER
- -
will be entitled to consider all your rights arising out of the
OWNER'S acceptance of your BID as abandoned and as a forfeiture of
your Bid Bond. The OWNER will be entitled to such other rights as
may be granted by law.
.
You are required to return an acknowledged copy of this NOTICE
Of AWARD to the OWNER.
Dated this
day of
, 1996.
BY:
.-
-
TITLE:
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE OF AWARD is hereby acknowledged on
this day of , 1996.
BY:
TITLE:
NA-I
.
.
STATE OF GEORGIA
COUNTY Of RICHMOND
AGREEMENT
{S<f-
day of t:f bVu.Ct%y ,
THIS AGREEMENT / made this
.
1997, by and between the Augusta-Richmond County Commission,
hereinafter called "Owner" and Augusta Disposal & Recycling, doing
business as a corporation, hereinafter called "Contractor."
WIT N E SSE T H:
.
.
That for and in consideration of the payments and
agreements as hereinafter mentioned:
I. The Contractor will commence and complete the
project of COLLECTION Of SOLID WASTE, YARD WASTE AND BULKY WASTE in
-
compliance with the Contract Documents and within Sections I, II
and V of Augusta-Richmond County, as said Sections are more
particularly described in an attachment to the "Contract Documents"
as herein defined.
2. The Contractor will furnish all materials, supplies,
tools, equipment, labor and other services necessary to comply with
its obligations under the "Contract Documents" as herein defined.
3. The Contractor will commence the work required by
the Contract Documents no later than Monday, February 3, 1997 and
will continue' said work for a term of two (2) years ending on
February 2, 1999, unless the Contract is, at Owner's sole option,
extended for additional terms as provided in the Special Conditions
1
.
.
of the "Contract Documents" as herein defined.
4. The Contractor agrees to perform all the work
described in the Contract Documents for the period february 3, 1997
through february 2, 1998, for the following sums:
Section I: $203,492.00
Section II: $468,266.00
Section V: $827,743.00
The Contractor agrees to perform all the work
described in the Contract Documents for the period february 3, 1998
through february 2, 1999, for the following sums:
Section I: $215,701.00
Section II: $496,362.00
Section V: $877,407.00
In the event the Contract term is extended for an
additional one-year term as provided in the "Contract documents,"
the Contractor agrees to perform all the work described in the
.
-
Contract Documents for the period february 3, 1999 through february
2, 2000, for the following sums:
Section I: $229,364.00
Section II: $526,143.00
Section V: $930,052.00
In the event the Contract term is extended for an
additional one-year term as provided in the "Contract Documents,"
2
.
the Contractor agrees to perform all the work described ln the
.
Contract Documents for the period february 3 I 2000 through February
2, 2001, for the following sums:
Section I: $242,362.00
.
Section II: $557,712.00
Section V: $985,855.00
5. The Contractor agrees to provide to the Owner,
.
within ten (10) days of the date of notification of acceptance of
his proposal, performance and payment bonds in the amount of
$749,750.50, which amount is equal to 50% of Contractor's total
.
1997 base bid sum.
6. The term "Contract Documents" means and includes the
following:
-
-
Advertisement for Bids
Information for Bidders
Proposal
Bid Bond
Notice of Award
Agreement
Performance/payment Bond
Certificate of Owner's Attorney
Notice to Proceed
Change Order
General Conditions
Supplemental General conditions
Special Conditions
Technical Specifications
Drawings
Addenda: No. I, dated November 8, 1996
7. The Owner will pay to the Contractor in the manner
3
.
and at such times as set forth in the General Conditions such
.
amounts as required by the Contract Documents.
8. The parties acknowledge that, In connection with the
proj ect referenced herein, Contractor was awarded the right to
.
purchase certain surplus equipment from Owner as set forth on
Exhibit "A" attached hereto and incorporated herein by reference,
and Contractor hereby agrees to purchase said equipment for the
..
amounts set forth in Exhibit "A" and pursuant to terms set by
Owner.
9. Contractor agrees that it shall employ all of
Owner's current employees for Sections I I II and V (as said
Sections are described in the Contract Documents), to-wit:
q::rri m
Section I:
C. Collins, Truck Driver
A. Henley, Collector
W. Baker, Collector
Section II:
E. Ramsey, Truck Driver
W. Rhodes, Collector
R. Pugh, Collector
C. Brown, Truck Driver
C. Coates, Collector
R. Williams, Collector
Section V:
J. Harris, Truck Driver
M. Mathis, Collector
R. Green, Collector
D. Boatright, Truck Driver
J. Mealing, Collector
A. Herndon, Collector
Q. Jordan, Truck Driver
D. D'Antignac I Heavy Equipment
Operator
S. Goggins, Collector
D. Lester, Collector
4
.
and that said employment shall be in accordance with the General
.
Conditions of the Contract Documents.
10. This Agreement shall be binding upon all parties
hereto and their respective heirs, executors, administrators,
-
successors and assigns.
11. The parties agree to execute any other documents or
take any other actions necessary to effectuate this Agreement.
IN WITNESS WHEREOf, the parties hereto have executed or
caused to be executed by their duly authorized officials, this
Agreement In five (5) copies, each of which shall be deemed an
original on the date first above written.
OWNER:
COUNTY COMMISSION
(SEAL)
-:
ATTEST, ~
BY'Ju;. ~
E K
CONTRACTOR: AUGUSTA DISPOSAL & RECYCLING
QL(W~
NAME: ~J..n (Jo)[ 0 r'\/I.5
(Type or Print)
~r~
.'
BY:
(SEAL)
ATTEST:
TITLE:
--
BY, OJ~ ~
AS ITS ~e.c:"
5
.
EXHIBIT "A"
TYPE VEHICLE DESCRIPTION SERIAL NO. PRICE
. Refuse Truck 33225 19B9 Int'1 Refuse Getter 1HTLKTVR4K8665409N $13,000
Refuse Truck 33227 1994 Ford Refuse Getter 1FDZWB2E9SVA39619 $60,000
Refuse Truck 33226 19B9 Int'l Refuse Getter 1HTLKTVR2K866540BN $13,000
Refuse Truck 33231 1994 Ford Refuse Getter 1FDZWB2E5SVA39617 $60,000
. Refuse Truck 33221 1993 Int'1 Front End Loader 1HTGHN6T5PH523759 $50,000
Refuse Truck 33223 1990 Int'l Refuse Getter 1HTSHZ7R3MB340201 $37,500
Refuse Truck 33224 1990 Ford Refuse Getter 1FDYUB2AXLVA34736N $40,000
Refuse Truck 33217 1987 Int'l Refuse Getter 1HTLKTVR8H8471362 $ 7,000
-
6
...
Bond Number: X-200886
SECTION PB
PERFORMANCE BOND
(NOTE:
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON
PAGE PB-}, IN FAVOR OF THE OWNER CONDITIONED FOR THE
PAYMENT OF LABOR AND MATERIAL.)
KNOW ALL MEN BY THESE PRESENTS:
That Augusta Disposal & Recycling, Inc. , as
Principal, hereinafter called Contractor, and Evergreen National
Indemnity Company
, a corporation organized
and existing under the laws of the State of Ohio
, with its principal office in the City of Cleveland
, State of Ohio , as Surety,
hereinafter called Surety, are held and firmly bound unto Augusta-
Richmond County Commission-Council, Georgia, as Obligee,
hereinafter called the Owner in the penal amount of Seven Hundred
Fort Nine Thousand Seven Hundred Fifty & NO/lOa -,':;':-,':;':-,':-,':-,':;':;':;':-,':;':;': Dollars ($_
$749,750.00 ) for the payment whereof Contractor and Surety bind
themselves, their heirs, executors, administrators, successors, and
assigns, jointly and severally, firmly by these presents for the
faithful performance of a certain written agreement.
'tlliERE..\S,. COl1tl:actor has by said wri tten agreement dated
. entered into a contract with
Owner for the COLLECTION Of SOLID WASTE, YARD WASTE AND BULKY WASTE
AT AUGUSTA, GEORGIA, in accordance with the drawings and
specifications issued by Augusta-Richmond County Engineering
Department which contract is by reference made a part hereof, and
is hereinafter referred to as the CONTRACT.
NOW, THEREFORE, the condition of this obligation is such
that, if Contractor shall promptly and fai thfully perform said
CONTRACT, then this obligation shall be null and void; otherwise it
shall remain in full force and effect.
The Surety hereby waives notice of any alteration or
extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner to be
in default under the CONTRACT, the Owner having performed Owner's
obligations thereunder, the Surety may promptly remedy the default,
or shall promptly
PB-l
"
(1) Complete the CONTRACT in accordance with its terms and
conditions, or
(2) Obtain a bid or bids for completing the Contract in
accordance with its terms and conditions, and upon
determinatfon by Surety of the lowest responsible bidder,
or, if the Owner elects, upon determination by the Owner
and the Surety jointly of the lowest responsible bidder,
arrange for a contract between such bidder and Owner, and
make available as Work progresses (even though there
should be a default or a succession of defaults under the
contract or contracts of completion arranged under this
paragraph) sufficient funds to pay the cost of completion
less the balance of the contract price1 but not
exceeding, including other costs and damages for which
the Surety may be liable hereunder, the amount set forth
in the first paragraph hereof. The term "balance of the
contract price," as used in this paragraph, shall mean
the total amount payable by Owner to Contractor under the
Contract and any amendments thereto,. less the amount
properly paid by Owner to Contractor. '
Any suit under this bond must be instituted before the
expiration of two (2) years from the date on which final payment
under the CONTRACT falls due.
No right of action shall accrue on this bond to or for.
the use of any person or corporation other than the Owner named
herein or the heirs, executors, administrators or successors of the
Owner.
IN WITNESS WHEREOF, this instrument is executed in 1
- (number) of counterparts, each of which shall be deemed an
original this 27th day of January , 192]
(s)
ATTEST:
()J~ R,M
(Principal) Secretary
Inc.
Address
Evans, Georgia 30809
(SEAL)
(Witness as to Principal)
(Address)
Evergreen National Indemnity Co.
Surety
ATTEST:
PB-2
\.
Cleveland, Ohio
44125
Evergreen National Indemnity Company
(S~rety)
(Sew - t: . ..
;;;J~s fa .~
S...!eet Valley Drive
Address
10055 Sweet Valley Drive
Address
Valley View OH .44125
Note:
l
Date of Bond must be prior to date of Contract. If
Contractor is Partnership, all partners should execute
Bond.
Countersigned by a licensed resi~ent agenti.
PB-3
..
Parl #X - '2fJ:R:f!fJ
SECTION PB
LABOR AND MATERIAL PAYMENT BOND
(NOTE:
THIS BOND IS ISSUED SIMULTANEOUSLY WITH 'PERFORMANCE BOND
ON PAGE PB-I, IN FAVOR OF THE OWNER CONDITIONED FOR THE
PERFORMANCE OF THE CONTRACT.)
KNOW ALL MEN BY THESE PRESENTS:
That Augusta Disposal & Re~ycling, Inc~
, as
Principal, hereinafter called Contractor, and Evergreen National
Indemnity Company
, a corporation organized and existing
.
under the laws of the State of Ohio
, with its
~
principal office in the City of Cleveland
,_State of
Ohio , as Surety, hereinafter !==alled Surety, are
held and firmly bound unto Augusta-Richmond County Commission-
Council Georgia, as Obligee, hereinafter called the Owner, for the
use and benefit of claimants as hereinbelow defined in the amount
of Seven Hundred Forty Nine Thousand Seven Hundred Fifty and NO/lOa ~~~~~~dd~~
~':-;'('";I:;'nt,k"k'it:.'}\it\'it:.k":\i'n'n'\i'\'i'n':i'n'n'n'n':-;h'\,;':'i'\i':"';'n':;':;'(-;'n':"'}:i':-;':"k'i':
Dollars ($749 750 00 ~'~'dddd~~'~'d~ )
for the payment whereof Contractor and Surety bind themselves,
their heirs, executors, administrators, successors, and assigns,
jointly and severally, firmly by these presents.
. WHEBEAS., Contractor has by written agreement dated _
entered into a contract with Owner for the
--""'"---
COLLECTION OF SOLID WASTE, YARD WASTE AND BULKY WASTE
in accordance with drawings and specifications issued by
Auqusta-Richmond County Enqineerinq Department, which contract is
by reference made a part hereof, and is hereinafter referred to as
the CONTRACT.
NOW, THEREFORE, the condition of this obligation is such
that, if the Contractor shall promptly make payment to all
claimants as hereinafter defined, for all labor and material used
or reasonably required to use in the performance of the CONTRACT,
then this obligation shall be void; otherwise it shall remain in
full force and effect, subject, however, to the following
conditions:
(l) A claimant is defined as one having a direct contract with the
Contractor or with a subcontractor of the Contractor for
labor, material, or both, used or reasonably required for use
in the performance of the contract, labor and material being
construed as to include that part of water, gas, power, light,
heat, oil, gasoline, telephone service or rental of equipment
directly applicable to the CONTRACT.
PB-4
( 2 )
The above named Contractor and Surety hereby jointly and
severally agree with the Owner that every claimant as herein
defined, who has not been paid in full before the expiration
of a period of ninety (90) days after the date on which the
last of such claimant's work or labor was done or performed,
or materials we~e furnished by such claimant, may sue on this
bond for the use of such claimant, prosecute the suit to final
judgement for such sum or sums as may be justly due claimant,
and have execution thereon. The Owner shall not be liable for
the payment of any costs or expenses of any such suit.
(3) No suit or action shall be commenced hereunder by any
claimant,
(a) Unless claimant, other than one having a direct contract
with the Contractor, shall have given written notice to
any two of the following: The Contractor, the Owner, or
the Surety above named, within ninety (90) days after
such claimant did or performed the last of the work or
labor, or furnished the last of the materials for which
said claim is made, stating with substarttial accuracy the
amount claimed and the name of the party to whom the
materials were furnished, or for whom the work or labor
was done or performed. Such notice shall" be served by
mailing the same by registered mail or certified mail,
postage prepaid, in an envelope addressed to the
Contractor, Owner or Surety, at any place where an office
regularly maintained for the transaction of business, or
served in any manner in which legal process may be served
in the state in which the aforesaid project is located,
save that such service need not be made by a public
officer.
(b) After the expiration of one (1) year following the date
on which Contractor ceased work on said CONTRACT, it
being understood, however, that if any limitation
embodied in this bond is prohibited by any law
controlling the construction hereof, such limitation
shall be deemed to be amended so as to be equal to the
minimum period of limitation permitted by such law.
(c) Other than in a state court of competent jurisdiction in
and for the county or other political subdivision of the
state in which the project, or any part thereof, is
situated, or in the United States District Court for the
district in which the project, or any part thereof, is
situated, and not elsewhere.
(4) The amount of this bond shall be reduced by and to the extent
of any payment or payments made in good faith hereunder,
inclusive of the payment by Surety of mechanics' liens which
may be filed of record against said improvement, whether or
not claim for the amount of such lien be presented under and
against this bond.
PB-5
Signed and sealed this
A.D. 1997
27th
day of January
Witness Augusta Disposal & Recycling, Inc.
(Seal)
(Contractor)
.
By
(Seal)
(Title)
Witness Evergreen National Indemnity Co.
Attest
(Seal)
(Surety)
('Ili'tie)
Note:
Date of Bond must be prior to date of Contract. If
Contractor is Partnership, all partners should execute
Bond.
::~n~~:z:c:;.
Chrl.stophe:t . Sweeney -
PB-6
EVERGREEN NATIONAL INDEMNITY COMPANY
CLEVELAND, OHIO
POWER OF ATrORNEY
PRINCIPAL
Augusta Disposal & Recycling, Inc.
EFFECTIVE DATE 01/27/97
CONTRA.CT AMOUNT 1 499 500.00 '#':-;'n':;':"k".)n'n'n'n'n'n'n'n'n'n'n'n'n'n':
AMOUNT OF BOND $ ? 4 9, 750. oq ~':;':-:~':-::-:~':
POWER NO. 200886
KNOW ALL MEN BY THESE PRESENTS: That the Evergreen National Indemnity Company, a corporation in the State of
Ohio, does hereby nominate, constitute, and appoint: Daniel J. Needham, Kathy J. Goe, Patricia A WaU, Barbara A Vincent,
Debra A Erickson, Kathleen P. Price, Jill Calfee and Felica P. Young its true and lawful attorney(s)-ii1-fact to make, execute,
attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds, undertakings,
recognizances and written obligations in the nature thereof, PROVIDED, however, that the obligation of the Company under this
Power of Attorney shall not exceed One Million Dollars ($1,000,000.00).
This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by the Board of
Directors on the 23rd day of February, 1994:
''RESOLVED, that any two officers of the Company shall have the authority to make, execute, and deliver a Power
of Attorney constituting as Attorney(s)-in-fact such persons, firms, or corporations as may be selected from time to
time.
FURTHER RESOLVED, that the signatures of such officers and the Seal of the Company may be affixed to any
such Power of Attorney or any certificate relating thereto by facsimile; and any such Power of Attorney or certificate
bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company; and any such
power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the
Company in the future with respect to any bond or undertaking to which it is attached."
IN WITNESS \-VHEREOF, the Evergreen National Indemnity Company has caused its corporate seal to be affixed hereunto, and
these presents to be signed by two duly authorized officers this 23rd day of February, 1994.
\\\\\\\111I11111/1/
~'~\oW>J.IND1;/~~
~ ...~............~~ ~
s~.. ..~~
g Ji/ CORP DRATi' .... -'- ~
~~i ?g~
:::t.:). SEAL .3:::::
~,&\ .:;p::
\~..'~19:J<J ......-;:1
~ ....... ~
~//"~ OHIO t,\\\"
""1/1/111111'"
ONAL INDEMNITY COMPANY
Notary Public SS:
State of Ohio
On this 23rd day of February, 1994, before the subscriber, a Notary Public of the State of Ohio, duly commissioned and quali-
fied, came Roswell P. Ellis and Craig L. Stout of the Evergreen National Indemnity Company, to me personally known to be the
individuals and officers described herein, and who executed the preceding instrument and acknowledged the execution of the
same and being by me duly sworn, deposed and said, that they are the officers of said Company aforesaid, and that the seal
affixed to the preceding instrument is the Corporate Seal of said company, and said Corporate Seal and signatures as officers
were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that the reso-
lution of said Company, referred to in the preceding instrument, is now in force.
IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Cleveland, Ohio, the day and year
above written. ..." ,[ A ( . Y / J( / .' /
;;0.' -' -'-41' L. II{~
c 6 { : Gregory N. Miracle, Attorney
.... I NOTARY PUBLIC, State of Ohio
0.. 0" My commission has no expiration date Section 147.03 R.C.
State of Ohio SS: · , T . ~ t.
I, the undersigned, Secretary of Evergreen National Indemnity Company, a stock corporation of the State of Ohio, DO HEREBY
CERTIFY that the foregoing Power of Attnrney re.mains in full force and has not been revoked; and furthermore that the
Resolution of the Board of Directors, as set forth herein above, is now in force.
Signed and sealed in Ohio, this 27t.h
::lay of
January, 1997
\\\\\:iillll'UII1/
\\\\ !;)t\Al./ND!""
~<I;: ~~...-.....~~~
S~... I...'~~
gJi/ CORPGRATf \-'-~
g*t -" ~~~
~~\ SEAL /i'?j
\;~......l.~.~~..... ~.t
'''/1/- OHIO ~,::~'
IIIJliliJlll ~\ ~\\\
1 /-'
~ /y~C ~~:"/?<.
Anne L. Meyers, retary
Any reproduction or facsimile of this form is void and invalid.
.
Evergreen
Nationallndemnity Co.
CERTIFICA lE
1995
The following financial information was excerpted from the Statutory Annual Statement filed by Evergreen
Nationallndemnity Company with the Ohio Department oflnsurance on March 1, 1996.
STATEMENT OF INCOME
Direct Written Premimn
Reinsurance Assumed
Reinsurance Ceded
Net Written Premiwn
Change in Unearned
Net Earned Premium
Losses & LAE Incmred
Commission Expense
Other Expenses
Underwriting Gain/(Loss)
lnvestment Gain
Other Income
Income Before m
Federal Income Tax
Net Income
BALANCE SHEET
Assets
Invested Assets
Agents' Balances (net of Reins.)
Reinsurance Recoverables
Other Assets
T otaJ Assets
Liabilities & Surplus
Uneamed Premium Reserve
Loss & LAE Reserves
Other Liabilities
T otaJ Liabilities
Surplus
$847,836
5,937,361
907,878
5,877,319
(1,853,448)
4,023,871
2,426,983
427,670.
1,351,822
(182,604)
769,481
257,024
843,901
442,500
$401,401
$13,849,543
(358,755)
140,171
5,362,408
18,993,367
$1,906,046
4,208,755
2,1 06,207
8,221,008
$10,772,359
I hereby certify that the above infonnation is that contained in the Statutory Annual Statement filed by
Evergreen National Indemnity Company with the Ohio Deparonent ofInsurance ending December 31, 1995.
,
1C0~ftc\
Kurt Weiland, Assistant Secretary
STATE OF GEORGIA
OFFICE OF
COMMISSIONER OF INSURANCE
fYi...'
". ('/'-,
q"'.'/I/"
JUl ~ -::/J
t:-'I/CfyG' 1 /99
Irt:-I;:/v ~
1V.<J7"
'L../IVo.
WHEREAS, THE EVERGREEN NATIONAL INDEMNITY COMPANY
ORGANIZED UNDER THE LAWS OF THE STATE OF OHIO
AND HAVING ITS HOME OFFICE IN THE CITY OF MAUMEE
STATE OF OHIO
"
HAVING COMPLIED WITH THE REQUIREMENTS OF THE LAWS AND REGULATIONS OF THIS STATE AS ARE
APPLICABLE TO SUCH ORGANIZATION, IT IS HEREBY LICENSED TO TRANSACT THE BUSINESS OF INSURANCE
IN THE STATE OF GEORGIA ACCORDING TO THE LAWS THEREOF, WITH RESPECT TO THE FOLLOWiNG CLASSES
AND/OR LINES OF INSURANCE:
PROPERTY
MARINE AND TRANSPORTATION
CASUALTY (INCLUDING WORKERS' COMPENSATION)
SURETY
Nothing contained in this license authorizes the licensee to engage in or write any classes or kinds of insurance in this State tor which the
licensee is not authorized in its state of domicile.
PURSUANT TO O.C.G.A. SECTION 33-3-16(a), THIS CERTIFICATE OF AUTHORITY EXPIRES AT 11 :59 P.M. ON
JUNE 30, 1996, UNLESS SUSPENDED OR REVOKED IN THE MANNER PROVIDED BY LAW.
GIVEN UNDER MY HAND AND SEAL OF
OFFICE THIS 1 ST DAY OF JULY, 1995
tt~
JOHN W. OXENDINE
COMMISSIONER OF INSURANCE
CERTIFICATE #:960928
..
. .
. ..
.
SECTION PB
PERFORMANCE BOND
.
(NOTE:
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON
PAGE PB-3, IN fAVOR OF THE OWNER CONDITIONED fOR THE
PAYMENT OF LABOR AND MATERIAL.)
.
KNOW ALL MEN BY THESE PRESENTS:
That
, as
Principal, hereinafter called Contractor, and
.
, a corporation organized
and existing under the laws of the State of
, with its principal office in the City of
-.
-
, State of , as Surety,
hereinafter called Surety, are held and firmly bound unto Augusta-
Richmond County Commission-Council, Georgia, as Obligee,
hereinafter called the Owner, in the penal amount of
Dollars ($_
) for the payment whereof Contractor and Surety bind
themselves, their heirs, executors, administrators, successors, and
assigns, jointly and severally, firmly by these presents for the
faithful performance of a certain written agreement.
WHEREAS, Contractor has by said written agreement dated
entered into a contract with
Owner for the COLLECTION OF SOLID WASTE, YARD WASTE AND BULKY WASTE
AT AUGUSTA, GEORGIA, in accordance with the drawings and
specifications issued by Augusta-Richmond County Engineering
Department which contract is by reference made a part hereof, and
is hereinafter referred to as the CONTRACT.
NOW, THEREFORE, the condition of this obligation is such
that, if Contractor shall promptly and faithfully perform said
CONTRACT, then this obligation shall be null and void; otherwise it
shall remain in full force and effect.
The Surety hereby waives notice of any alteration or
extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner to be
in default under the CONTRACT, the Owner having performed Owner's
obligations thereunder, the Surety may promptly remedy the default,
or shall promptly
PB-l
.
(1) Complete the CONTRACT in accordance with its terms and
conditions, or
.
(2) Obtain a bid or bids for completing the Contract in
accordance with its terms and conditions, and upon
determination by Surety of the lowest responsible bidder,
or, if the Owner elects, upon determination by the Owner
and the Surety jointly of the lowest responsible bidder,
arrange for a contract between such bidder and Owner, and
make available as Work progresses (even though there
should be a default or a succession of defaults under the
contract or contracts of completion arranged under this
paragraph) sufficient funds to pay the cost of completion
less the balance of the contract price; but not
exceeding, including other costs and damages for which
the Surety may be liable hereunder, the amount set forth
in the first paragraph hereof. The term "balance of the
contract price," as used in this paragraph, shall mean
the total amount payable by Owner to Contractor under the
Contract and any amendments thereto, less the amount
properly paid by Owner to Contractor.
.
.
.
Any suit under this bond must be instituted before the
expiration of two (2) years from the date on which final payment
under the CONTRACT falls due.
No right of action shall accrue on this bond to or for
the use of any person or corporation other than the Owner named
herein or the heirs, executors, administrators or successors of the
Owner.
IN WITNESS WHEREOF, this instrument is executed in
(number) of counterparts, each of which shall be deemed an
original this day of , 19
ATTEST:
Principal
(Principal) Secretary
By
( s )
(SEAL)
Address
(Witness as to Principal)
(Address)
Surety
ATTEST:
PB-2
.
By
Attorney-in-fact
(Surety) Secretary
(Seal)
.
Address
Witness as to Surety
.
Note:
.
.
-
-
Address
Date of Bond must be prior to date of Contract. If
Contractor is Partnership, all partners should execute
Bond.
PB-3
.
SECTION PB
LABOR AND MATERIAL PAYMENT BOND
(NOTE:
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERfORMANCE BOND
ON PAGE PB-1, IN fAVOR Of THE OWNER CONDITIONED fOR THE
PERFORMANCE OF THE CONTRACT.)
.
KNOW ALL MEN BY THESE PRESENTS:
That
, as
.
Principal, hereinafter called Contractor, and
, a corporation organized and existing
under the laws of the State of
, with its
.
principal office in the City of
,_state of
.
, as Surety, hereinafter called Surety, are
held and firmly bound unto Augusta-Richmond County Cornrnission-
Council Georgia, as Obligee, hereinafter called the Owner, for the
use and benefit of claimants as hereinbelow defined in the amount
of
-
--
Dollars ($ )
for the payment whereof Contractor and Surety bind themselves,
their heirs, executors, administrators, successors, and assigns,
jointly and severally, firmly by these presents.
-
--
WHEREAS, Contractor has by written agreement dated ____
entered into a contract with Owner for the
COLLECTION Of SOLID WASTE, YARD WASTE AND BULKY WASTE
in accordance with drawings and specifications issued by
Auqusta-Richmond County Enqineerinq Department, which contract is
by reference made a part hereof, and is hereinafter referred to as
the CONTRACT.
NOW, THEREFORE, the condition of this obligation is such
that, if the Contractor shall promptly make payment to all
claimants as hereinafter defined, for all labor and material used
or reasonably required to use in the performance of the CONTRACT,
then this obl~gation shall be void; otherwise it shall remain in
full force and effect, subject, however, to the following
conditions:
(1) A claimant is defined as one having a direct contract with the
Contractor or with a subcontractor of the Contractor for
labor, material, or both, used or reasonably required for use
in the performance of the contract, labor and material being
construed as to include that part of water, gas, power, light,
heat, oil, gasoline, telephone service or rental of equipment
directly applicable to the CONTRACT.
PB-4
.
.
(2) The above named Contractor and Surety hereby jointly and
severally agree with the Owner that every claimant as herein
defined, who has not been paid in full before the expiration
of a period of ninety (90) days after the date on which the
last of such claimant's work or labor was done or performed,
or materials were furnished by such claimant, may sue on this
bond for the use of such claimant, prosecute the suit to final
judgement for such sum or sums as may be justly due claimant,
and have execution thereon. The Owner shall not be liable for
the payment of any costs or expenses of any such suit.
.
(3) No suit or action shall be commenced hereunder by any
claimant,
.
(a) Unless claimant, other than one having a direct contract
with the Contractor, shall have given written notice to
any two of the following: The Contractor, the Owner, or
the Surety above named, within ninety (90) days after
such claimant did or performed the last of the work or
labor, or furnished the last of the materials for which
said claim is made, stating with substantial accuracy the
amount claimed and the name of the party to whom the
materials were furnished, or for whom the work or labor
was done or performed. Such notice shall be served by
mailing the same by registered mail or certified mail,
postage prepaid, in an envelope addressed to the
Contractor, Owner or Surety, at any place where an office
regularly maintained for the transaction of business, or
served in any manner in which legal process may be served
in the state in which the aforesaid project is located,
save that such service need not be made by a public
officer.
.
-
-
-
-
(b) After the expiration of one (1) year following the date
on which Contractor ceased work on said CONTRACT, it
being understood, however, that if any limitation
embodied in this bond is prohibited by any law
controlling the construction hereof, such limitation
shall be deemed to be amended so as to be equal to the
minimum period of limitation permitted by such law.
(c) Other than in a state court of competent jurisdiction in
and.for the county or other political subdivision of the
state in which the project, or any part thereof, is
situated, or in the United States District Court for the
district in which the project, or any part thereof, is
situated, and not elsewhere.
(4) The amount of this bond shall be reduced by and to the extent
of any payment or payments made in good faith hereunder,
inclusive of the payment by Surety of mechanics' liens which
may be filed of record against said improvement, whether or
not claim for the amount of such lien be presented under and
against this bond.
PB-5
.
Signed and sealed this day of
A.D. 1996.
. Witness (Seal)
(Contractor)
Attest By (Seal)
(Title)
.
Witness (Seal)
(Surety)
. Attest By (Seal)
(Title)
.
Note:
Date of Bond must be prior to date of Contract. If
Contractor is Partnership, all partners should execute
Bond.
-
-
-
PB-6
.
CERTIFICATE OF OWNER'S ATTORNEY
.
I, the undersigned
, the
authorized and acting legal representative of Augusta-Richmond
County Commission-Council do hereby certify as follows:
.
I have examined the attached Contract (s) and surety bonds
and the manner of execution thereof, and I am of the opinion that
each of the aforesaid agreements has been duly executed by the
proper parties thereto acting through their duly authorized
representati ves; that said representatives have full power and
authority to execute said agreements on behalf of the respective
parties named thereon; and that the foregoing agreements constitute
valid and legally binding obligations upon the parties executing
the same in accordance with the terms, conditions and provisions
thereof.
-
...
DATE:
COA-l
.
SECTION NP
NOTICE TO PROCEED
.
TO:
DATE:
.
PROJECT:
You are hereby notified to commence work in accordance
.
with the Agreement dated
, 1996, within Ten
(lQ) calendar days following this date, the date first written
above, and you are to complete the work within
.
(___) consecutive calendar days after the date of this notice. The
date set for completion of all work is therefore
...
..
19
BY:
TITLE:
...
...
ACCEPTANCE Of NOTICE
Receipt of the above NOTICE TO
PROCEED is hereby acknowledged
and the same is hereby accepted
on this
day
of
, 1996.
BY:
TITLE:
~-1
.
.
.
Page No.
.
GC - 01.
GC-02.
GC-03.
GC - 04.
GC-05.
GC-06.
GC-07.
GC-08.
GC-09.
GC-10.
GC - 11.
GC-12.
GC-13.
GC-14.
GC-15.
GC-16.
GC-17.
GC-18.
GC-19.
GC-20.
GC - 21.
GC-22.
GC-23.
GC - 24 .
GC-25.
GC-26.
GC-27.
.-.
-
SECTION GC
GENERAL CONDITIONS
INDEX TO ARTICLES Of GENERAL CONDITIONS
Section
Definitions
Additional Instructions and Detail Drawings
Schedules, Reports and Records
Drawings and Specifications
Shop Drawings
Materials, Services and facilities
Inspection and Testing
Substitutions
Patents
Permits and Regulations
Protection of Work, Property and Persons
Supervision by Contractor
Changes in the Work
Changes in Contract price
Time for Completion and Liquidated Damages
Suspension of Work, Termination and Delay
Payments to Contractor
Insurance & Indemnity
Contract Security
Assignments
Indemnification
Subcontracting
Engineer's Authority
Land and Rights-of-Way
Taxes
Order and Discipline
Special Restrictions
2
5
6
6
7
7
8
9
9
8
10
10
10
11
11
12
14
15
17
18
18
18
19
19
19
19
20
GC-1
.
GC-01
DEfINITIONS:
.
r~erever used in the Contract Documents, the following
terms shall have the meanings indicated which shall be applicable
to both the singular and plural thereof.
1. ADDENDA: Written or graphic instruments issued prior to the
execution of the Agreement which modify or interpret the
Contract Documents, Drawings and Specifications, by
addition, deletion, clarifications or corrections.
.
2. BAGS: Plastic sacks designed to store Refuse with
sufficient wall strength to maintain physical integrity when
lifted by top. Total weight of a bag and its contents shall
not exceed 35 Ibs.
.
3. BID: The offer or proposal of the Bidder submitted on the
prescribed form setting forth the prices for the work to be
performed.
4. BIDDER: Any person, firm or corporation submitting a bid
for the work.
.
5. BONDS: Bid. Performance and Payment Bonds and other
instruments of security furnished by the Contractor and his
Surety in accordance with the Contract Documents.
...
~
6. BULKY WASTE: Stoves, refrigerators, water tanks, washing
machines, furniture and other waste materials other than
construction debris, tires or hazardous waste with weights
or volumes greater than those allowed for containers.
7. CART: A plastic receptacle with wheels and lid with a
capacity of 90-95 gallons.
8. CHANGE ORDER: A written order to the Contractor authorizing
an addition, deletion or revision in the work within the
general scope of the Contract Documents or authorizing an
adjustment in the contract price or contract time.
9. CITY: Augusta-Richmond County Commission-Council, Augusta,
Georgia.
10. CONSTRUCTION DEBRIS: Waste building materials resulting
from construction, remodeling, repair or demolition
operations.
11. CONTRACT DOCUMENTS: The contract inCluding Advertisement
for Bids, Information. for Bidders, Proposal, Bid Bond,
Notice of award, Agreement, Performance Bond, Payment Bond,
Notice to Proceed, Change Orders, General Conditions,
Supplemental General Condition, Special Conditions,
Technical Specifications, Drawings and Addenda.
GC-2
.
12. CONTRACT PRICE: The total monies payable to the Contractor
under the terms and conditions of the Contract Documents.
.
13. CONTRACT TIME: The number of calendar days stated in the
Contract Documents for the completion of the work.
14. LIFE Of THE CONTRACT: The total duration of the contract
from Notice to Proceed to completion of all the work.
.
16. CUSTOMER: Means the recipient of collection services, and
can be a resident in the Contract Area, or a Designated Non-
Residential Location.
.
17. DESIGNATED COLLECTION AREA(S): Means that geographic area
at which the Contractor will provide collection and other
services pursuant to the proposal. Collection points will
be at the curb for Refuse, Yard Waste and Recyclable.
Collection points will be at the curb or in centralized
areas for multi-family housing, and in the back yard for
customers with physical disabilities (for refuse collection
only) .
.
18. DESIGNATED DISPOSAL fACILITY: Means a facility to which
each material collected under this contract must be
delivered. The disposal facility for any or all of the
materials collected may change to meet the need and
contractual obligations of the City.
19. DESIGNATED NON-RESIDENTIAL LOCATION: Means a non-
residential location in the Contract Area that receives
collection and other solid waste services from the
Contractor.
20. DRAWINGS: The part of the Contract Documents which show the
characteristics and scope of the work to be performed and
which have been prepared or approved by the Engineer.
21. ENGINEER: The person, firm or corporation named as such in
the Contract Documents.
22. GARBAGE: Every accumulation of waste (animal, vegetable
and/or other matter) that results from the preparation,
processing, consumption dealing in, handling, packing,
canning, storage, transportation, decay or decomposition of
meats, fish, fowl, birds, fruits, grains, or other animal or
vegetable matter (including, but not by way of limitation,
used tin cans and other food containers; and all putrescible
or easily decomposable animal or vegetable waste matter
which is likely to attract flies or rodents) i except (in all
cases) any matter included in the definition of Bulky Waste,
Construction Debris or Hazardous Waste.
GC-3
.
.
23. HAZARDOUS WASTE: Waste, in any amount, which is defined,
characterized or designated as hazardous by the United
States Environmental Production Agency or appropriate State
agency by or pursuant to Federal or State law, or waste, in
any amount, which is regulated under Federal or State law.
for purposes of this Contract, the term Hazardous Waste
shall also include motor oil, gasoline, paint, paint cans.
24. NOTICE Of AWARD: The written notice of the acceptance of
the Bid from the Owner to the successful Bidder.
.
25. NOTICE TO PROCEED: Written communication issued by the
Owner to the Contractor authorizing him to proceed with the
work and establishing the date of commencement of the work.
.
26. OWNER: A public or quasi-public body or authority,
corporation, association, partnership or individual for whom
the work is to be performed.
27. PROJECT: The undertaking to be performed as provided in the
Contract Documents.
.
28. RECYCLABLE MATERIAL (S): Newsprint (magazines); brown, clear
and green glass and jars; aluminum and bi-metal cans; HDPE
clear plastic milk jugs and PET plastic soft drink
containers; or any other commodi ty agreed upon in wri ting by
the City and Contractor.
29. REfUSE: All garbage and/or rubbish generated by a customer.
30. RESIDENT PROJECT REPRESENTATIVE: The authorized
representative of the Owner who is assigned to the project
site or any part thereof.
31. RESIDENTIAL UNIT: An occupied dwelling (whether a single
family home or a multi-family unit) requiring curbside
collection. A residential unit shall be deemed occupied
when either water or domestic light and power services are
being supplied thereto.
l..
32. SHOP DRAWINGS: All drawings, diagrams, illustrations,
brochures, schedules, and other data which are prepared by
the Contractor, a Subcontractor, Manufacturer, Supplier or
Distributor, which illustrate how specific portions of the
work shall be fabricated or installed.
33. SOLID WASTE: Is defined as garbage and trash, and may
include glass jars, bottles, aluminum cans, steel cans,
plastic soda and liquor bottles, newspapers and inserts,
plastic soda, milk and water bottles and spiral paper cans,
and other solid waste including yard waste. Residential
solid waste shall not include discarded building materials,
trees, brush and other material resulting from the
acti vi ties of building contractors, commercial tree trimmers
GC-4
.
or commercial lawn services, large quantities of sod, dirt
and trash from land clearing, and other materials requiring
special handling.
34. SPECIfICATIONS: A part of the Contract Documents consisting
of written descriptions of a technical nature or materials,
equipment, collection systems, standards and workmanship.
.
.
35. SUBCONTRACTOR: An individual, firm or corporation having a
direct contract with the Contractor or any other
Subcontractor for the performance of a part of the work at
the site.
36. SUBSTANTIAL COMPLETION: That date as certified by the
Engineer when the construction of the proj ect or a specified
part can be utilized for the purposes for which it is
intended.
.
37. SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or
additions to the General Conditions of a specific nature
generally aimed at the specific contract of which it is a
part.
.
38. SUPPLIERS: Any person, supplier or organization who
supplies materials or equipment for the work, including
that fabricated to a special design, but who does not
perform labor at the site.
.
39. UNIT: Shall be defined as one (1) residential unit,
individual apartment or condominium in a multiple family
residence, or Designated Non-Residential Location unless
otherwise specified by the City.
40. WRITTEN NOTICE: Any notice to any party of the Agreement
relative to any part of this Agreement in writing and
considered delivered and the service thereof completed, when
posted by certified or registered mail to the said party at
his last given address or delivered in person to said party
or his authorized representative on the work.
41. YARD WASTE: All tree trimmings, dead plants, weeds, leaves,
and dead tree debris not exceeding four feet (4') in length,
four inches (4") in diameter or forty pounds (40 lbs.).
GC-02. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS
1. The Contractor may be furnished additional instructions and
detail drawings, by the Engineer, as necessary to carry out
the work required by the Contract Documents.
2. The additional drawings and instructions thus supplied will
become a part of the Contract Documents. The Contractor
shall carry out the work in accordance with the additional
detail drawings and instructions.
GC-5
.
GC-03.
SCHEDULES, REPORTS AND RECORDS:
.
1. The Contractor shall submit to the Owner such schedule of
quantities and costs, progress schedules, payrolls, reports,
estimates, records and other data as the Owner may request
concerning the work performed or to be performed.
.
2. prior to the first partial payment estimate, the Contractor
shall submit schedules Showing the order in which he
proposes to carryon the work, including dates at which he
will start the various parts of the work, estimated date of
completion of each part and as applicable:
2.1 the dates at which special detail drawings will be
required; and
.
2.2 respective dates for submission of shop drawings, the
beginning of manufacture, the testing and the
installation of materials, supplies and equipment.
3.
The Contractor shall also submit a schedule of payments that
he anticipates he will earn during the course of the work.
.
GC-04. DRAWINGS AND SPECIFICATIONS;
.
1. The intent of the drawings and specifications is that the
Contractor shall furnish all labor, materials, tools,
equipment and transportation necessary for the proper
execution of the work in accordance with the Contract
Documents and all incidental work necessary to complete the
project in an acceptable manner, ready for us, occupancy or
operations by the Owner.
-
2. In case of conflict between the drawings and specifications,
the specifications shall govern. figure dimensions on
drawings shall govern over general drawings.
3. Any discrepancies found between the drawings and
specifications and site conditions or any inconsistencies or
ambiguities in the drawings or specifications shall be
immediately reported to the Engineer, in writing, who shall
promptly correct such inconsistencies or ambiguities in
writing. Work done by the Contractor after his discovery of
such discrepancies, inconsistencies or ambiguities shall be
done at the Contractor's risk.
4. All work that may be called for in the specifications and
not shown on the drawings, or shown and not called for in
the specifications, shall be executed and furnished by the
Contractor as if described in both these ways and should
any work or material be required which is not detailed in
the specifications or drawings, either directly or
indirectly, but which is nevertheless necessary for the
proper carrying out of the intent thereof, the Contractor is
GC-6
.
to understand the same to be implied and required and shall
perform all such work and furnish any such material as fully
as if they were particularly delineated or described.
.
5. It is understood and agreed that the Contractor, by careful
examination, has satisfied himself as to the nature and
location of the work, the conformation of the ground, the
character, quality and quantity of the materials to be
encountered, the character of equipment and facilities
needed preliminary to and during the prosecution of the
work, the general and local conditions and all other matters
which can in any way affect the work under this contract.
No verbal agreement or conversation with any officer, agent
or employee of the Owner, either before or after the
execution of this contract, shall affect or modify any of
the terms or obligations herein contained.
.
.
GC-05. SHOP DRAWINGS:
.
1. The Contractor shall provide shop drawings as may be
necessary for the prosecution of the work as required by the
Contract Documents. The Engineer shall promptly review all
shop drawings. The Engineer's approval of any shop drawings
shall not release the Contractor from responsibility for
deviations from the Contract Documents. The approval of any
shop drawing which Substantially deviates from the
requirement of the Contract Documents shall be evidenced by
a Change Order.
2. When submitted for the Engineer's review, shop drawings
shall bear the Contractor's certification that he has
reviewed, checked and approved the shop drawings and that
they are in conformance with the requirements of the
Contract Documents.
3. Portions of the work that require shop drawing or sample
submission shall not begin until the shop drawing or
submission has been approved by the Engineer. A copy of
each approved shop drawing and each approved sample shall be
kept in good order by the Contractor at the site and shall
be available to the Engineer.
GC-06. MATERIALS, SERVICES AND fACILITIES:
1~ It is understood that, except as otherwise specifically
stated in the Contract Documents, the Contractor shall
provide and pay for all materials, labor, tools, equipment,
water, light, power, transportation, supervision, temporary
construction of any nature and all other services and
facilities of any nature whatsoever necessary to execute,
complete and deliver the work within the specified time.
2. Materials and equipment shall be so stored as to insure the
preservation of their quality and fitness for the work.
GC-7
.
Stored materials and equipment to be incorporated in the
work shall be located so as to facilitate prompt inspection.
.
3. Manufactured articles, materials and equipment shall be
applied, installed, connected, erected, used, cleaned and
conditioned as directed by the manufacturer.
.
4. Materials, supplies or equipment shall be in accordance with
samples submitted by the Contractor and approved by the
Engineer.
.
5. Materials, supplies or equipment to be incorporated into the
work and purchased by the Contractor of the Subcontractor
will be subject to a chattel mortgage or under a conditional
sale contract or other agreement by which an interest is
retained by the seller.
GC-07.
INSPECTION AND TESTING:
.
1. All Materials and equipment used in the construction of the
project shall be subject to adequate inspection and testing
in accordance with generally accepted standards.
2. The Contractor shall provide, at his expense, the necessary
testing and inspection services required by the Contract
Documents, unless otherwise provided.
3. The Owner shall provide all other inspection and testing
services required by the Contract Documents.
4. If the Contract Documents, laws, ordinances, rules,
regulations or orders of any public authority having
jurisdiction require any work to specifically be inspected,
tested or approved by someone other than the Contractor, the
Contractor will give the Engineer timely notice of
readiness.
5. Neither observation by the Engineer or inspections, tests or
approvals by persons other than the Contractor shall relieve
the Contractor from his obligations to perform the work in
accordance with the requirements of the Contract Documents.
6. The Engineer and his representatives will at all times have
access to the work. In addition, authorized representatives
and agents of any participating federal or State Agency
shall be permitted to inspect all work, materials, payrolls,
. records of personnel, invoices of materials and other
relevant data and records. The Contractor will provide
proper facilities for such access and observation of the
work and also for any inspection or testing thereof.
GC-8
.
GC-08.
SUBSTITUTIONS:
.
1. when a material, article or piece of equipment is identified
on the drawings or specifications by reference to brand name
or catalogue number, the performance or other salient
requirements and that other products of equal capacities,
quality and function shall be considered. The Contractor
may recommend the substitution of a material, article or
piece of equipment of equal substance and function for those
referred to in the Contract Documents by reference to brand
name or catalogue number and if, in the opinion of the
Engineer, such material, article or piece of equipment is of
equal substance and function to that specified, the Engineer
may approve its substitution and use by the Contractor. Any
cost differential shall be deducted from the contract price
and the Contract Documents Shall be appropriately modified
by change order. The Contractor warrants that if
substitutes are approved, no major changes in the function
of the contract will result. Incidental changes or extra
component parts required to accommodate the substitute will
be made by the Contractor without a change in the contract
price or contract time.
.
.
.
GC-09.
PATENTS:
-
-
1. The Contractor shall pay all applicable royalties and
license fees. He shall defend all suits or claims for
infringement of any patent rights and save the Owner
harmless from loss on account thereof except that the Owner
shall be responsible for any such loss when a particular
process, design or the product of a manufacturer or
manufacturers is specified, but if the Contractor has
reason to believe that the design, process or product
specified is an infringement of a patent, he shall be
responsible for such loss unless he promptly gives such
information to the Engineer.
GC-10. PERMITS AND REGULATIONS:
1. Permits and licenses of a temporary nature necessary for the
prosecution of the work shall be secured and paid for by the
Contractor. The Contractor shall give all notices and
comply with all laws, ordinances, rules and regulations
bearing on the conduct of the work as drawn and specified.
If the Contractor observes that the Contract Documents are
at variance therewith, he shall promptly notify the Engineer
in writing and any necessary changes shall be adjusted as
provided in Section 13, Changes in the work.
GC-11. PROTECTION Of WORK, PROPERTY AND PERSONS:
1. The Contractor will be responsible for initiating,
maintaining and supervising all safety precautions and
programs in connection with the work. He will take all
GC-9
.
necessary precautions for the safety of and will provide the
necessary protection to prevent damage, injury or loss to
all employees on the work and other persons who may be
affected thereby, all the work and all material or equipment
to be incorporated therein, whether in storage on or off the
site or other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements, roadways,
structures and utilities.
.
.
2. The Contractor will comply with all applicable laws,
ordinances, rules, regulations and orders of any public body
having jurisdiction. He will erect and maintain, as
required by the conditions and progress of the work, all
necessary safeguards for safety and protection. The
Contractor will remedy all damage, injury or loss to any
property caused, directly or indirectly, in whole or in
part, by the Contractor and subcontractor or anyone whose
acts any of them are liable, except damage or loss
attributable to the fault of the Contract Document or to the
acts or omissions of the Owner or the Engineer or anyone
employed by either of them or anyone for whose acts either
of them may be liable and not attributable, directly or
indirectly, in whole or in part, to the fault or negligence
of the Contractor.
.
.-
-
3. The work under this Contract in every respect shall be at
the risk of the Contractor, except to damage or injury
caused directly by the Owner's agents or employees.
GC-12. SUPERVISION BY CONTRACTOR:
1. The Contractor will supervise and direct the work. He will
be solely responsible for the means, methods, techniques,
sequences and procedures. The Contractor will employ and
maintain on the work, a qualified supervisor or
superintendent who shall have been designated in writing by
the Contractor as the Contractor's representative. The
supervisor shall be present on the site at all times as
required to perform adequate supervision and coordination of
the work.
GC-13. CHANGES IN THE WORK:
1. The Owner may at any time as the need arises, order Changes
within the scope of the work without invalidating the
Agreement. If such changes increase or decrease the amount
due under the Contract Documents or in the time required for
performance of the work, an equitable adjustment shall be
authorized by Change Order.
2. The Engineer, also, may at any time, by issuing a field
order, make changes in the details of the work. The
Contractor shall proceed with the performance of any changes
in the work so ordered by the Engineer unless the Contractor
GC-IO
.
.
believes that such field order entitles him to a change in
the contract price or time or both, in which event he shall
give the Engineer written notice thereof within ten (10)
days after the receipt of the ordered change pending the
receipt of an executed change order or further instruction
from the Owner.
GC-14.
CHANGES IN CONTRACT PRICE
.
1. The contract price may be changed only by a change order.
The value of any work covered by a change order or of any
claim for increase or decrease in the contract price shall
be determined by one or more of the following methods in the
order of precedence listed below:
.
1.1 Unit prices previously approved.
1.2 An agreed lump sum.
1.3 The actual cost for labor, direct overhead, materials,
supplies, equipment and other services necessary to
complete the work. In addition there shall be added an
amount to be agreed upon but not to exceed fifteen (15)
percent of the actual cost of the work to cover the
cost of general overhead and profit.
..
~
GC-15.
TIME fOR COMPLETION AND LIQUIDATED DAMAGES:
1. The date of beginning and the time for completion of the work
are essential conditions of the Contract Documents and the
work embraced shall be commenced on the date specified in the
Notice to Proceed.
2. The Contractor will proceed with the work at such rate of
progress to insure full completion within the contract time.
It is expressly understood and agreed, by and between the
Contractor and the Owner, that the contract time for the
completion of the work described herein is a reasonable time,
taking into consideration the average climatic and economic
conditions and other factors prevailing in the locality of
the work.
3. If the Contractor shall fail to complete the work within the
contract time or extension of time granted by the Owner, then
the Contractor will pay to the Owner the amount for
liquidated damages as specified in the bid for each calendar
day that the Contractor shall be in default after the time
stipulated in the Contract Documents.
4. The Contractor shall not be charged with liquidated damages
or any excess cost when the delay in completion of the work
is due to the following and the Contractor has promptly given
written notice of such delay to the Owner or Engineer.
GC-ll
.
4.1 To any preference, priority or allocation order duly
issued by the Owner.
.
4.2 To unforeseeable causes beyond the control and without
the fault of negligence of the Contractor, including but
not restricted to, acts of God or of the public enemy,
acts of the Owner, acts of another Contractor in the
performance of a contract wi th the Owner, fires, floods,
epidemics, quarantine restrictions, strikes, freight
embargoes and abnormal and unforeseeable weather; and
.
4.3 To any delays of subcontractors occasioned by any of the
causes specified in Paragraphs 4.1 and 4.2 of this
Article.
GC-16.
SUSPENSION Of THE WORK, TERMINATION AND DELAY:
.
1. The Owner may, at any time and without cause, suspend the
work or any portion thereof for a period of not more than
ninety days or such further time as agreed upon by the
Contractor, by written notice to the Contractor. The
Engineer shall fix the date on which work shall be resumed.
The Contractor will resume that work on the date so fixed.
The Contractor will be allowed an increase in the contract
price, an extension of the contract time, or both, directly
attributable to any suspension.
-.
--
-.
2. If the Contractor is adjudged bankrupt or insolvent, or if
he makes a general assignment for the benefit of his
creditors or if a trustee or receiver is appointed for the
Contractor or for any of his property or if he files a
petition to take advantage of any debtor's act to reorganize
under the bankruptcy or applicable laws or if he repeatedly
fails to supply sufficient skilled workmen or suitable
materials or equipment, or if he repeatedly fails to make
prompt payments to subcontractors or for labor, materials or
equipment or if he disregards laws, ordinances, rules,
regulations or orders of any public body having jurisdiction
of the work or if he disregards the authority of the
Engineer, or if, in the opinion of the Engineer, the
Contractor fails to make satisfactory progress in
prosecuting the work, or if he otherwise violates any
provision of the Contract Documents, then the Owner may,
without, prejudice to any other right or remedy and after
giving the Contractor and his Surety a minimum of ten (10)
days from delivery of a written notice, terminate the
services of the Contractor and take possession of the
project and of all materials, equipment, tools, equipment
and machinery thereon owned by the Contractor and finish the
work by whatever method he may deem expedient. In such
case, the Contractor shall not be entitled to receive any
further payment until the work is finished. If the unpaid
balance of the contract price exceeds the direct and
indirect costs of completing the project, including
GC -12
.
.
compensation for additional professional services, such
excess shall be paid to the Contractor. If such costs
exceed such unpaid balance, the Contractor will pay the
difference to the Owner. Such costs incurred by the Owner
will be determined by the Engineer and incorporated in a
Change Order.
.
3. Where the Contractor's services have been so terminated by
the Owner, said termination shall not affect any right of
the Owner against the Contractor then existing or which may
thereafter accrue. Any retention or payment of monies by
the Owner due the Contractor will not release the Contractor
from compliance with the Contract Documents.
.
4. After ten (10) days from delivery of a written notice to the
Contractor and the Engineer, the Owner, may, without cause
and without prejudice to any other right or remedy, elect to
abandon the Project and terminate the Contract. In such
case, the Contractor shall be paid for all work executed and
any expense sustained plus reasonable profit.
.
5. If, through no act or fault of the Contractor, the work is
suspended for a period of more than ninety (90) days by the
Owner or under an order of court or other public authority
of the Engineer fails to act on any request for payment
within thirty (30) days after it is submitted or the Owner
fails to pay the Contractor substantially the sum approved
by the Engineer within thirty (30) days of its approval and
presentation, then the Contractor may after ten (10) days
from delivery of a written notice to the Owner and the
Engineer, terminate the Contract and recover from the Owner
payment for all work executed and all expenses sustained.
In addition, and in lieu of terminating the Contract, if the
Engineer has failed to act on a request for payment or if
the Owner has failed to make any payment as aforesaid, the
Contractor may, upon ten (10) days notice to the Owner and
the Engineer, stop the work until he has been paid all
amounts then due, in which event and upon resumption of the
work, Change Orders shall be issued for adjusting the
contract price or extending the contract time or both to
compensate for the costs and delays attributable to the
stoppage of the work.
~
~
...
...
6. If the performance of all or any portion of the work is
suspended, delayed, or interrupted as a result of a failure
of the Owner or the Engineer to act within the time
specified in the Contract Documents, or if no time is
specified, within reasonable time, an adjustment in the
contract price or an extension of the contract time or both,
shall be made by Change Order to compensate the Contractor
for the costs and delays necessarily caused by the failure
of the Owner or the Engineer.
GC-13
.
GC-17.
PAYMENTS TO THE CONTRACTOR:
.
1. The Contractor shall submit a monthly payment request to the
City for services performed the previous month. The City
shall pay the Contractor within thirty (30) days of receipt
of a correct payment request by the Augusta-Richmond County
Finance Department. Payment shall be based on the monthly
prorated share of the annual cost listed in the contract.
The City shall deduct any assessments due from the payment
owed the Contractor. The price paid shall be the sum of:
the price proposal for curbside refuse collection in the
contract area, plus the price proposal for yard waste
collection in the contract area, plus the unit price proposal
for bulky waste collection as authorized by the City, less
any assessments, plus any approved special services performed
during the payment period.
.
.
.
Payment requests shall be accompanied by (1) data supporting
the payment request, as necessary, in the City'S opinion, to
substantiate the Contractor's right to remittance of the
amounts requested; (2) a certification from the Contractor
that it has fully and properly performed al items of work
covered by the payment request, that all insurance and bonds
required hereunder are in full force and effect, that all
subcontractors and suppliers have been paid from previous
requests, and that it is not in default under any provision
of this Contract.
.
Should the City dispute any portion of the payment request,
it shall, within thirty days, furnish a detailed itemized
explanation of such objection, which cites its authority
under the Contract to withhold such payments. All amounts
not in dispute shall be paid within thirty (30) days
following receipt by the City of such payment request,
subject to withholding as otherwise provided herein.
.
Original payment requests shall be sent to:
-
--
Augusta-Richmond County - Finance Department
Accounts Payable Section
Room 108, Municipal Bldg.
530 Greene Street
Augusta,. GA 30911
A duplicate invoice shall be sent to:
Office of the City Engineer
Room 701, Municipal Bldg.
530 Greene Street
Augusta, GA 30911
GC -I 4
.
GC-18.
INSURANCE AND INDEMNITY:
.
1. To the extent permitted by law, the Contractor shall
indemnify and save harmless Augusta-RiChmond County
Commission-Council, its officers, agents, employees and
assigns from the against all loss, cost, damages, expense
and liability caused by an accident or other occurrence
resulting in bodily injury, including death, sickness and
disease to any person; or damage or destruction to property,
real or personal; arising directly or indirectly from
operations, products or services rendered or purchased under
this Contract; or violation of any interlocal agreement,
state or federal rule, regulation or law, or any other
provision of law regulating solid waste collection, hauling
or disposal.
.
-
-
The Contractor shall be held responsible for any damage to
customers' property, real or personal, which occurs by the
Contractor or the Contractor's agent in the performance of
this Contract. If the City, upon an independent
investigation, finds that the Contractor has failed to
completely reimburse the customer for the damaged property,
the City may pay the customer any monetary amount it deems
necessary to make the customer whole and deduct the same
from the Contractor's monthly payment.
2 .
The Contractor shall purchase and maintain during the life
of this Contract such insurance as will protect him from
claims set forth below which may arise out of or result from
the Contractor's execution of the work, whether such
execution by himself or by any Subcontractor or by anyone
directly or indirectly employed by any of them or by anyone
for whose acts any of them may be liable.
2.1 Claims under Workman's Compensation, disability
benefit and other similar employee benefit acts,
2.2 Claims for damages because of bodily injury,
occupational sickness or disease or death of his
employees,
2.3 Claims for damages because of bodily injury, sickness
or disease or death of any person other than his
employees,
2.4 Claims for damages insured by usual personal injury
liability coverage which are sustained (1) by any
person as a result of an offense directly or indirectly
related to the employment of such person by the
Contractor or (2) by any other person; and
2.5 Claims for damages because of injury to or destruction
of tangible property, including loss of use resulting
therefrom.
GC-15
.
.
3. Certificates of Insurance acceptable to the Owner shall be
filed with the Owner prior to commencement of the work.
These Certificates shall contain a provision that coverage
afforded under the pOlicies will not be cancelled unless at
least fifteen (15) days prior written notice has been given
to the Owner.
4. The Contractor shall procure and maintain, at his own
expense, during the life of the Contract, liability
insurance as hereinafter specified.
.
4.1 Contractor's General Public liability and Property
Damage insurance including vehicle coverage issued to
the Contractor and protecting him from all claims for
personal injury, including death, and all claims for
des truction of or damage to property, arising out of or
in connection with any operations under the Contract
Documents, whether such operations be by himself or by
any Subcontractor under him or anyone directly or
indirectly employed by the Contractor or by a
Subcontractor under him. Insurance shall be written
with a limit of liability of not less than $200,000 for
all damages arising out of bodily injury, including
death, at any time resulting therefrom, sustained by
anyone person in anyone accident; and a limit of
liability of not less than $500,000 for any such
damages sustained by two or more persons in anyone
accident. Insurance shall be written with a limit of
liability of not less than $100,000 for all property
damage sus tained by anyone person in anyone accident;
and a limit of liability of not less than $200,000 for
any such damage sustained by two or more persons in any
one accident.
.
.
-
-
--
4.2 The Contractor shall acquire and maintain, if
applicable, fire and Extended Coverage insurance upon
the Project to the full insurable value thereof for the
benefit of the Owner, the Contractor and Subcontractor
as their interest may appear. This provision shall in
no way release the Contractor or Contractor's Surety
from Obligations under the Contract Documents to fully
complete the Project.
5. The Con.tractor shall procure and maintain, at his own
expense, during the life of the Contract, in accordance with
the provisions of the laws of the state in which the work is
performed, Workman's Compensation Insurance, including
occupa tional disease provisions, for all of his employees at
the site of the project and in case any work is sublet, the
Contractor shall require such Subcontractor similarly to
provide Workman's Compensation Insurance, including
occupational disease provision for all of the latter's
employees unless such employees are covered by the
protection afforded by the Contractor. In case any class of
GC-16
.
.
employees engaged in hazardous work under this Contract at
the site of the Project is not protected under Workman'S
Compensa tion s ta tute, the Contractor shall provide and shall
cause each Subcontractor to provide adequate and suitable
insurance for the protection of his employees not otherwise
protected.
GC-19.
CONTRACT SECURITY:
.
1. The Contractor shall, within ten (10) days after the receipt
of the Notice of Award, furnish the Owner wi th a Performance
Bond and a Payment Bond in penal sums equal to the amount of
the contract price, conditioned upon the performance by the
Contractor of all undertakings, covenants, terms conditions
and agreements of the Contract Documents and upon the prompt
payment by the Contractor to all persons supplying labor and
materials in the prosecution of the work provided by the
Contract Documents. Such bonds shall be executed by the
Contractor and a corporate bonding company licensed to
transact business in the state in which the work is to be
performed and named on the current list of "Surety Companies
Acceptable on federal Bonds" as published in the Treasury
Department Circular Number 570. The expense of these bonds
shall be borne by the Contractor. If at any time a Surety
on any such bond is declared a bankrupt or loses its right
to do business in the state in which the work is to be
performed or is removed from the list of Surety Companies
accepted on federal Bonds, Contractor shall within ten (10)
days after notice from the Owner to do so, substitute an
acceptable bond (or bonds) in such form and sum and signed
by such other Surety or Sureties as may be satisfactory to
the Owner. The premiums on such bonds shall be paid by the
Contractor. No further payments shall be deemed due nor
shall be made until the new Surety or Sureties shall have
furnished an acceptable bond to the Owner.
--
GC-20. ASSIGNMENTS:
1. Neither the Contractor nor the Owner shall sell, transfer,
assign or otherwise dispose of the Contract or any portion
thereof, or his right, title or interest therein, or his
obligations thereunder, without written consent of the other
party.
GC-21. INDEMNIfICATION:
1. The Contractor will indemnify and hold harmless the Owner
and the Engineer and their agents and employees from an
against all claims, damages, losses and expenses including
attorney's fees arising out of or resulting from the
performance of the work, provided that any such claim,
damage, loss or expense is attributable to bodily injury,
sickness, disease or death, or to injury to or destruction
of tangible property, including the loss of use resulting
GC-17
.
.
therefrom; and is caused in whole or in part by any
negligent or willful act or omission of the Contractor and
Subcontractor, anyone directly or indirectly employed by any
of them or anyone for whose acts any of them may be liable.
.
2. In any and all claims against the Owner or the Engineer or
any of their agents or employees, by an employee of the
Contractor, Subcontractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of
them may be liable, the indemnification obligation shall not
be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable by or for
the Contractor or any Subcontractor under Workman's
Compensation acts, disability benefit acts or other employee
benefits acts.
.
3. The obligation of the Contractor under this paragraph shall
not extend to the liability of the Engineer, his agents or
employees arising out of the preparation or approval of
maps, drawings, opinions, reports, surveys, change orders,
design or specifications.
.
GC-22. SUBCONTRACTING:
1. The Contractor may utilize the services of specialty
Subcontractors on those parts of the work which, under
normal contracting practices, are performed by specialty
Subcontractors.
.
2. The Contractor shall not award work to Subcontractor(s), in
excess of fifty (50%) percent of the Contract Price, without
prior written approval of the Owner.
...
3. The Contractor shall be fully responsible to the Owner for
the acts and omissions of his Subcontractors, and of persons
either directly or indirectly employed by them, as he is for
the acts and omissions of person directly employed by him.
4. The Contractor shall cause appropriate provisions to be
inserted in all subcontracts relative to the work to bind
the Subcontractors to the Contractor by the terms of the
Contract Documents insofar as applicable to the work of
Subcontractors and to give the Contractor the same power as
regards terminating any subcontract that the Owner may
exercise over the Contractor under any provision of the
Contract Documents.
5. Nothing contained in this Contract shall create any
contractual relation between any Subcontractor and the
Owner.
GC-18
.
GC-23.
ENGINEER'S AUTHORITY:
.
1. The Engineer shall act as the Owner's representative during
the contract period. He shall decide questions which may
arise as to quality and acceptability of materials furnished
and work performed. He shall interpret the intent of the
Contract Document in a fair and unbiased manner. The
Engineer will make visits to the site and determine if the
work is proceeding in accordance with the Contract
Documents.
.
2. The Contractor will be held strictly to the intent of the
Contract Documents in regard to the quality of materials,
workmanship and execution of the work.
...
...
3. The Engineer will not be responsible for the collection
means, controls, techniques, sequences, procedures or
safety.
4. The Engineer shall promptly make decisions relative to
interpretation of the Contract Documents.
GC-24. LAND AND RIGHTS-Of-WAY:
1. Prior to issuance of Notice to Proceed, the Owner shall
obtain all land and rights-of-way necessary for carrying out
and for the completion of the work to be performed pursuant
to the Contract Documents, unless otherwise mutually agreed.
2. The Owner shall provide to the Contractor information which
delineates and describes the lands owned and rights-of-way
acquired.
3. The Contractor shall provide at his own expense and without
liability to the Owner, any additional land and access
thereto that the Contractor may desire for office
facilities, or for storage of materials.
GC-25. TAXES:
1. The Contractor will pay all sales, consumer, use and other
similar taxes required by the law of the place where the
work is performed.
GC-26. ORDER AND DISCIPLINE:
1. The Contractor shall at all times enforce strict discipline
and good order among his employees and any employee of the
Contractor who shall appear to be incompetent, disorderly or
intemperate or in any other way disqualified for or
unfaithful to the work entrusted to him, shall be discharged
immediately on the request of the Engineer and he shall not
again be employed on the work with the Engineer'S written
consent.
GC-19
.
GC-27.
SPECIAL RESTRICTIONS:
.
1. No work shall be allowed after the hours of darkness or on
Sunday without permission of the Owner.
~
~
GC-20
.
SC-Ol.
.
.
SC-02.
...
..
...
...
SC-03.
SC-04.
5C-05.
SC-06.
SPECIAL CONDITIONS
SCOPE OF WORK:
The work under this Contract shall consist of the items
contained in the Proposal, including all the
supervision, materials, equipment, labor and all other
items necessary to complete said work in accordance with
the Contract Documents.
ADDITIONAL SERVICE:
Pursuant to this Contract, no customer may be provided
additional services by the Contractor which are outside
the scope of this Contract. The Contractor shall not
charge any customer for services provided by the City
under the terms of this Contract. Likewise, the City
shall not be responsible to the Contractor or the
customer for any additional services provided at the
request of the customer by the Contractor.
DESCRIPTION OF CONTRACT AREA:
The Contract Area designated by the City is described
in an attachment to this Contract.
GENERATION OF MATERIALS:
Because future increases or decreases in population,
number of units or generation of residential solid waste
and other materials in the contract area cannot be
guaranteed, it is expected that proposers will formulate
their own projections of amounts of materials to be
generated and collected for the purposes of their
Proposals.
CONTRACT PERIOD:
The initial term of this Contract is for two years and
the City may, at its sole option, renew the Contract
for two successive one-year terms (extensions) under the
conditions set forth in this Contract. The City shall
give the Contractor written notice of its intention to
extend the Contract a minimum of ninety (90) days before
the expiration of the Contract.
Any changes in the Contract terms shall be agreed to and
accepted, in writing, by the City and the Contractor.
NOTICE TO PROCEED:
since no interruption of the existing service is permis-
sible, service transistion (from City-provided to Con-
tractor-provided service) must be coordinated and
.
.
SC-07.
.
SC-08.
.
SC-09.
.
SC-10.
~
..
...
executed on the starting date set forth in the Notice to
Proceed. The City intends to issue the Notice to Pro-
ceed within three months after award of the Contract.
CONTRACT DOCUMENTS PROVIDED:
The Contractor will be provided with three (3) sets of
Contract Documents. Additional sets may be obtained at
the cost of printing.
SOLID WASTE ORDINANCES:
Augusta-Richmond County Solid Waste Ordinances, avail-
able upon request, are hereby incorporated into this
Request for Proposals and the Cotnractor shall comply
with the Ordinances in carrying out the Contractor's
duties and obligations.
SOLID WASTE DISPOSAL FACILITIES INTERLOCAL AGREEMENT:
The Augusta-Richmond County/City of North Augusta, South
Carolina Interlocal Agreement, included as an attachment
and all amendments to such agreement signed by Augusta-
Richmond County and the City of North Augusta, is hereby
incorporated into this Request for Proposals.
CONTRACTOR RESPONSIBILITIES:
1. Compliance with Laws and Ordinances: The Contractor
shall comply with all applicable local, state and
federal ordinances, statutes, laws, rules and regu-
lations governing the collection, transportation
and disposal of solid waste and refuse yard waste
and recyclables. No plea of misunderstanding will
be considered on account of ignorance thereof.
The Contractor shall be in compliance with all
applicable Federal, State and/or Local laws regard-
ing emplOYment practices. Such laws will include,
but shall not be limited to workers' compensation,
the Fair Labor Standards Act (FSLA), the Americans
with Disabilities Act (ADA), the Family and Medical
L~ave Act (FMLA) and all OSHA regulations applicable
to the work.
If the proposers or Contractor discover any pro-
visions in the specifications or Contract Documents
which are contrary to or inconsistent with any law,
ordinance or regulation, they shall immediately
report it in writing to the City Engineer.
2. Taxes: The Contractor shall pay all Federal, State
and Local taxes and fees which may be chargeable
against the performance of the work. No additional
...
...
...
SC-11.
...
...
compensation will be made to the Contractor for
taxes or fees except in the following situation:
the Contractor may pass through to the City those
new taxes and fees levied by the City specifically
on garbage haulers after receipt of the bids.
HUMAN RESOURCE PROVISION:
Personnel Administration:
1. Character and Conduct of Employees:
a. The Contractor's employees who normally and
regularly come into direct contact with the
public shall bear some means of individual
identification such as uniform with name badges,
name tags or identification cards.
b. The Contractor shall assure that employees serve
the public in a courteous, helpful and impartial
manner. All employees of the Contractor in both
field and office shall refrain from belligerent
behavior and/or profanity, to the extent that
such behavior negatively impacts the provision
of service to customers and others with whom the
Contractor and its employees come into contact,
during the performance of the Contract. Cor-
rection of any such behavior and language shall
be the responsibility of the Contractor.
c. In the event a report is received alleging an
employee(s) of the Contractor was wanton, dis-
courteous, belligerent, profane or in any way
intimidating, either physically or verbally, the
Contractor shall submit a written report to the
City Engineer outlining the complete details of
the incident. Said report shall include the
nature of the incident, time, date and location
and name, address and telephone number of the
person alleging the violation. The report shall
also include the name and title of the employee
and what disciplinary action, if any, was taken.
If an employee of the Contractor is the subject
of repeated or egregious allegations of the type
described above, the City may request that the
employee be barred from further work for the
Contractor in connection with this Contract.
Upon the City'S request, the Contractor shall,
within ten days, comply with the City'S request
for the duration of the Contract Time.
d. Personnel shall make collection with as little
noise and as little disturbance to the customer
as possible.
.
e. No employee shall disturb or otherwise interfere
with property that is impertinent to the proper
execution of his duties.
.
f. Care shall be taken to prevent damage to prop-
erty including shrubs, flowers and other plants.
.
g. Additional Contractor Liability: The Contractor
shall be held responsible for any damage to cus-
tomers property, real or personal, which occurs
by the Contractor or the Contractor's agent in
the performance of this Contract. If the City,
upon on independent investigation, finds that
the Contractor has failed to completely reim-
burse the customer for damaged property, the
City may pay the customer any monetary amount
it deems necessary to make the customer whole
and deduct the same from the Contractor's
monthly payment.
.
2. Nondiscrimination:
~
..
a. The Contractor agrees that it has adopted and
will maintain and enforce a pOlicy of nondis-
crimination on the basis of race, color, re-
ligion, sex, age, national origin or disability.
b. The Contractor agrees that on written request,
it will permit access during normal business
hours to its records of employment, employment
advertisements, application forms and other per-
tinent data and records to the City, for the
purpose of investigation to ascertain compliance
with the nondiscriminaiton provisions of this
Contract.
c. The Contractor agrees that it will inform the
City of any alleged violation(s) of employment
practices which its employees file with the
Equal Employment Opportunity Commission, Labor
Department or any other Federal or State compli-
ance agency; also the Contractor will inform the
City of the final disposition of such cases.
3. Drug-Free Workplace: The Contractor will take the
necessary steps to assure that he maintains a drug-
free workplace. These steps shall include but shall
not necessarily be limited to the following: com-
pliance with the Federal Drug-Free Workplace Act,
Substance Abuse and Mental Health Services Admini-
stration (SAMHSA) standards and regulations, Federal
Department of Transportation laws and State law re-
garding drug testing.
.
.
.
.
SC-12.
..
..
4. Displaced City Employees: The Contractor shall
employ a prorated share of displaced City Employees
of the Sanitation Department who choose to work for
the Contractor. Employees will be subject to Con-
tractor hiring policies including drug testing, Com-
mercial Drivers License, etc. Minimum employment
for displaced City Employees shall be for one year
in a similar job within the Augusta Metropolitan
Area.
5. Contractor Benefits for Displaced City Employees:
The Contractor shall have sole responsibility for
determining and providing benefits for the Displaced
City Employees provided that the benefits offered
will be essentially equivalent to or will exceed
those offered by the City to its employees and/or
Contractor's existing employees, whichever is
greater.
SCHEDULES, ROUTES AND PUBLIC INFORMATION:
The Contractor shall submit detailed route maps to the
City Engineer within thirty (30) working days prior to
implementation of service. Those routes will be docu-
mented on detailed route maps which show the area to be
collected, the starting point for collection and the
exact direction of travel and order of travel of streets
to be collected. These routes shall be approved by the
City Engineer prior to the initation of any service de-
livery. Notification to customers will be issued by the
Contractor within ten (10) working days prior to imple-
mentation of service. Notification of customers is the
Contractor's sole responsibility.
Any subsequesnt changes of routing or schedule must be
approved by the City Engineer prior to implementation.
All such changed routes must be documented in the same
detail as the original maps supplied by the Contractor.
Notification of customers in a timely manner about route
and scheduling changes, as well as public education and
community outreach programs, is the Contractor's sole
responsibility. To ensure coordination of public infor-
mation, all materials and information that will be dis-
seminated to customers must be pre-approved by the City
Engineer before dissemination. It is the Contractor's
responsibility to coordinate prOduction and dissemina-
tion of schedules to allow for reasonable review time
by the City Engineer, as well as for revisions, and
coordination of messages, as well as meeting City publi-
cation deadlines, as applicable.
All notices should provide City-wide information to
minimize any confusion that might occur between City and
.
.
SC-13.
.
.
Contract Area customers.
The public education program shall include information on
recycling and waste reduction, in support of the City'S,
County's and State's Waste Reduction Programs and Goals.
SERVICE FREQUENCY:
The Contractor shall provide regularly scheduled service
for all collections from the curb (or other Designated
Collection Area) to each unit within Contract Area.
Frequency of collection will be determined by City prior
to an award of the Contract. Alternatives as listed in
the bid schedule will be the basis on the frequency of
collection.
SC-14. DAYS OF COLLECTION:
.
...
..
Scheduled days of collection are limited to Monday thru
Saturday. No regularly scheduled collection shall be
allowed on Sunday without the prior approval of the City
Engineer.
HOLIDAYS:
Collection by the Contractor will be suspended on the
observed day of City HOlidays as shown below:
NEW YEAR'S DAY
M.L.K. 'S BIRTHDAY
GOOD FRIDAY
MEMORIAL DAY
INDEPENDENCE DAY
LABOR DAY
THANKSGIVING DAY
DAY AfTER THANKSGIVING
CHRI STMAS EVE
CHRISTMAS DAY
The Contractor shall submit to the City within thirty
(30) days prior to the starting date, a schedule of
alternate days of collection for customers whose normal
collection day falls on a hOliday. The schedule will be
approved by the City and the Contractor will notify
customers along with regular schedule.
.
SC-15.
.
.
OFFICE:
The Contractor shall maintain an office or such other
facilities through which it can be contacted. It shall
be equipped with sufficient telephones and shall have a
responsible person in charge from 8:00 am to 5:30 pm on
regular collection days. The Contractor shall also
provide a telephone number where the Contractor may be
contacted at all other times.
SC-16. COMPLAINTS:
.
SC-17.
..
,.
All complaints shall be made directly to the Contractor
and shall be given prompt and courteous attention. In
the case of alleged missed scheduled collections, the
Contractor shall investigate and if such allegations are
verified, shall arrange for the collection of the refuse
not collected within 24 hours after the complaint is
received.
CARE AND DILIGENCE:
The Contractor shall exercise all reasonable care and
diligence in collecting solid waste, yard waste and
bulky waste. Every effort must be make to prevent
spilling, scattering or dropping solid waste during the
collection process. However, in the event that solid
waste is spilled, scattered or dropped, the collector
shall immediately clean up the material.
Containers must be replaced in an upright position. If
the container falls over, the collector must immediately
reset the container.
The Contractor aCknowledges that solid waste collection
easements are frequently co-located with other utility
easements, Therefore, particular attention must be given
to the location of water meters, mailboxes, transformers,
wires, utility poles and irrigation structures.
Authorization to use the easement does not abrogate the
Contractor's responsibility to exercise caution in
relationship to the property of other authorized users or
owners,.
The Contractor shall be solely responsible for all
damages to containers and property resulting from the
Contractor's actions or omissions.
SC-18. COLLECTION VEHICLES:
The Contractor shall provide and maintain during the en-
tire period of this Contract a fleet of solid waste col-
lection vehicles sufficient in number and capacity to per-
form the work and render the service required by this
.
.
contract. The vehicles must contain the solid waste,
yard waste, bulky waste and recyclables so that no
material is spilled, leaked or blown from the vehicle
during its transit to the appropriate disposal site as
specified by the City. The fleet must be sufficient to
handle the special requirements of adverse weather and
holiday overloads.
.
The Contractor's vehicles and other equipment must be
clearly identified. This identification shall be affixed
to each vehicle and piece of equipment. All vehicles and
equipment used in the provision of collection and removal
service shall be in good repair, clean, well-maintained
and free of excessive noise, odor or emissions. The
Contractor shall maintain collection equipment in good
repair at all times. All parts and systems of the
collection equipment shall be operated and maintained
properly. Contractor shall take reasonable care to
prevent damage to rollout containers during collection.
.
...
The Contractor shall provide an adequate number of
vehicles for regular collection services. All vehicles
and other equipment shall be kept in good repair,
appearance and in a sanitary condition at all times.
Each vehicle shall have clearly visible on each side, the
vehicle number along with the identity and telephone
number of the Contractor.
The Contractor shall supply the City with a list of all
equipment, including equipment identification numbers,
that shall be used in fulfilling this Contract and shall
notify the City of additions or deletions as they occur.
It is the City'S intent to control the use of the
Designated Disposal Facilities by ensuring that no
materials from outside the Contract Area are delivered to
those Facilities. It is expressly forbidden for the
Contractor to deliver any materials, even partial loads,
not collected in performance of this Contract, to
Designated Disposal Facilities and present them as
materials collected as part of this Contract. The City
therefore reserves the right to require the affixation of
specific identification on Contractor vehicles and other
vehicles used to perform services in this Contract. In
addition, the City reserves the right to monitor the
performance of the Contractor's duties, including the
routes and collections made, customer reports, trips to
Designated Disposal Facilities and other
destinations, the content of individual loads or portions
of loads disposed of at Designated Disposal Facilities
and the Contractor's records at any time, in order to
ensure the Contractor's compliance with this Contract.
Accordingly, each vehicle used by or on behalf of the
Contractor in the Contract Area shall collect materials
only from Units in the Contract Area while in the
.
SC-19.
.
.
SC-20.
...
~
SC-21.
performance of its duties under this Contract.
TIME OF COLLECTION:
The Contractor shall not start materials collection prior
to 7:00 a.m. nor continue collections after 7:00 p.m. In
an emergency, the Contractor may request authorization
from the City Engineer to work beyond 7:00 p.m. The
Contractor may start solid waste, yard waste and bulky
waste collection at 6:30 a.m. during the summer (defined
as that time period during which Daylight Savings Time is
in effect) .
DISPOSAL:
Prior to the commencement of services hereunder, the City
shall provide and designate to the Contractor, a solid
waste disposal facility or landfill for the disposal of
the refuse collected and removed by the Contractor during
the term of this Contract. The Contractor shall be
required to dispose of all such refuse collected at the
designated solid waste disposal facility or landfill
site. The City reserves the right to change or alter the
disposal facility or landfill from time to time. Should
the City change any Designated Disposal Facility to one
in an area of greater distance than that previously
designated and provided such new Designated Disposal
Facility results in documented increased costs to
the Contractor, the Contractor may request additional
compensation from the City for its increased costs.
Additional costs will be listed in the bid schedule. No
additional cost will be considered for change of disposal
location other than those listed in the bid schedule.
HAULING:
All refuse hauled by the Contractor shall be so
contained, tied or enclosed that leaking, spilling or
blowing are prevented. The Contractor shall be fully
and SOlely responsible for any consequential cleanup.
SC-22. RESPONSIBILITY FOR MATERIALS COLLECTED:
"
Upon placement of materials collected in performance of
this Contract into the Contractor's vehicle, transport of
those materials to the Designated Disposal Facility
become the sole and complete responsibility of the
Contractor. The foregoing, however, shall not be
construed to prejudice any rights the City may have to
control the disposal of such refuse, including the
designation of a disposal facility or the manner or type
of refuse disposal. The foregoing, also, shall not be
construed to prejudice any rights Contractor may have
against any container customer who places in a
.
.
SC-23.
.
..
..
SC-24:
...
container, refuse other than non-hazardous solid waste
which is permitted to be collected in Contractor's
vehicles and disposed of in a non-hazardous solid waste
sanitary landfill.
WORK:
It is the Contractor's responsibility to supervise the
work in progress and to provide direction to employees in
the field. The City does, however, intend to monitor the
Contractor's performance, through data tracking and
analysis and through on-site monitoring and inspection.
If the monitor records deficiencies which must be
corrected, the Contractor shall notify the City when
these deficiencies have been corrected. The monitor will
recheck the work to determine that it has been completed
satisfactorily.
DESIGNATED DISPOSAL FACILITIES:
a. All refuse including bagged recyclables collected as
part of this Contract shall be delivered to:
Materials Recovery Facility (MRF)
101 Clay Pit Road
North Augusta, South Carolina 29841
(803) 441-4242
CONTRACTOR WILL NOT BE RESPONSIBLE FOR DISPOSAL FEES.
Contractor will provide in bid schedule any
additional cost for alternate disposal facilities
after April 30, 1998 should the Intergovernmental
Agreement with the City of North Augusta not be
renewed. Alternate disposal facility will be:
Augusta/Richmond County Landfill
4330 Deans Bridge Road
Blythe , GA 30805
(706) 592-9634
CONTRACTOR WILL NOT BE RESPONSIBLE FOR DISPOSAL FEES.
.'
b. All yard waste collected as part of this Contract
shall be delivered to:
Augusta/Richmond County Landfill
4330 Deans Bridge Road
Blythe, GA 30805
(706) 592-9634
CONTRACTOR WILL NOT BE RESPONSIBLE FOR DISPOSAL FEES.
c. All bUlky waste collected as part of this Contract
.
shall be delivered as follows:
1. Furniture and related items:
.
.
Augusta/Richmond County Landfill
4330 Deans Bridge Road
Blythe, GA 30805
CONTRACTOR WILL NOT BE RESPONSIBLE FOR DISPOSAL
FEES.
2 .
Stoves, refrigerators, water tanks, washing
machines and related items commonly known as
white goods:
...
Contractor shall submit his choice of disposal
facility for approval.
CONTRACTOR WILL BE RESPONSIBLE FOR DISPOSAL FEE
AND/OR SALVAGE VALUE. NO ADDITIONAL COST WILL BE
CHARGED TO CITY OTHER THAN THAT LISTED IN BID
SCHEDULE.
3. Tires and related items:
CONTRACTOR WILL BE RESPONSIBLE. FOR DISPOSAL FEE
AND/OR SALVAGE VALUE. NO ADDITIONAL COST WILL BE
CHARGED TO CITY OTHER THAN THAT LISTED IN BID
SCHEDULE.
The Contractor shall observe the hours of
operation of these facilities.
SC-25. EMERGENCY PLAN:
No later than ten (10) working days prior to initiation
of service, the Contrator shall submit an emergency plan
to the City Engineer which shall detail those actions
which the Contractor will take to deal with emergency
situations such as extreme cold temperatures, snow/ice,
fire or natural disaster which would require a deviation
from n.ormal operating procedures. The Emergency Plan
shall also include emergency phone numbers for the key
headquarters and for key contact persons such that a
responsible contact person is available to the City at
all times.
SC-26. REPORTING REQUIREMENTS:
The Contractor shall be responsible for maintaining and
submitting reports on a weekly, monthly, quarterly and
semi-annual basis. The Contractor shall maintain and
provide to the City throughout the entire term of the
.
agreement a report containing a complete file of service
recipients coded by category. The Contractor may also
provide all reports on computer disk in a compatible
database format approved by the City.
.
.
Weekly reports shall be transmitted to the City no later
than the Wednesday morning fOllowing the reporting
period. For the purposes of the weekly report, a weekly
reporting period shall be defined as Monday, Tuesday,
Wednesday, Thursday, Friday and Saturday. Each week's
report shall consist of the following information:
.
- Route operational data form
- Vehicle identification number/corresponding landfill
permi t number
- Daily staffing summary
- Weekly complaint/unserviced location, complaint
resolution and timing of complaint resolution
- Daily landfill ticket
- Daily route sheet
.
Monthly reports shall include all of the information
described in this Section and shall be submitted with a
cover letter that abstracts the report and highlights
major accomplishments, problems, trends and other
pertinent information during the preceding month.
The Contractor shall provide data on customer
participation rates of refuse, yard waste and bulky
waste services for the Contract Area. All reports shall
be submitted on a semi-annual basis in accordance with
the City'S fiscal year (Jan. 1 to Dec. 31). For
purposes of reports, the first reporting period shall be
defined as: January, February, March, April, May and
June. The second reporting period shall be defined as:
July, August, September, October, November and December.
The Contractor shall submit reports within thirty (30)
calendar days after the end of each reporting period.
No later than thirty (30) calendar days after the end of
the second reporting period, the Contractor shall submit
to the City an annual report covering the immediate
preceding Contract year and include the following
information:
- A collated summary of the information contained in
the weekly, monthly and quarterly reports, including
reconciliation of any and/or ajustments from prior
reports.
- A discussion of highlights and other noteworthy
experiences along with measures to resolve problems,
increase efficiency and increase participation.
.
- A description of all public information programs
undertaken with audiences reached and methods of
public information programs.
.
The obligation to submit an annual report shall
survive the termination or expiration of this
agreement. The Contractor shall submit an annual
report for the final Contract year of this agreement
no later than thirty (30) calendar days after the end
of each year of the agreement. The City may withhold
payment of balances due the Contractor at the end of
the Contract until such final report is received and
accepted by the City.
.
.
All reports shall be submitted in approved format to:
Office of the City Engineer
701 Municipal Bldg.
530 Greene Street
Augusta, GA 30911
SC-27. COLLECTION REQUIREMENTS:
. 1. It is the purpose of the specifications to provide a
framework for accomplishing the tasks which result in
maintaining a sanitary environment for the residents
of the City. This section addresses the collection of
refuse from the Collection Area of the City as
described in these specifications. The intent of the
_ work is to collect all refuse placed out for
collection within the Contract Area.
a. Time of Collection:
The Contractor shall collect all refuse placed on
streets or easements in rollout containers
provided by the Contractor. Contractor collection
days will be determined from the bid schedule base
bid or alternate bid.
b. Containers:
The Contractor will provide both initial rollout
containers, any replacement containers and
additional containers to customers to be served.
The number of containers distributed shall be
solely the decision of the Contractor, however,
the Contractor is required to provide a minimum of
one rollout container per unit. Minimum rollout
size will be 90 - 95 gallons. Specifications for
rollout containers will be submitted for approval.
Repairs to containers shall be performed by the
Contractor. This includes replacements of
wheels, lids, hinges, axles and handles.
.
c.
Places of Collection:
.
Normal Collections - Normal collection points for
residential solid waste shall be curbside
(adjacent to roadway) accessible to mechanized
solid waste collection equipment. Customers shall
be notified by the Contractor, using materials
pre-approved by the City, that: (1) rollout
containers should be placed within two feet of
curb with handles facing away from the street, (2)
the container should be at least three feet from
trees, mailboxes, cars, other rollout containers,
yard waste, recyclables and other obstructions,
(3) the collection vehicle should have clear
access to the container, (4) all refuse shall be
placed within the rollout container. Normal
collection points will also include Designated
Collection Areas in Multi-Family Housing Units and
Designated Non-Residential Units.
.
.
.
Rollout containers shall be carefully handled by
the personnel and shall be throughly emptied and
left at the premise where they are found, standing
upright and with covers placed back on the rollout
container. This work shall be done in a sanitary
manner and any waste spilled by the Collector
shall be immediately picked up by the Collector.
..
...
2. Yard Waste Collection:
The Contractor shall provide curbside collection of
yard waste which is composed of grass clippings,
leaves, tree and shrubbery trimmings including
branches, tree limbs, bushes, shrubbery cuttings and
clippings of trees, shrubs or bushes.
a. Time of Collection:
The Contractor shall collect all yard waste
placed on streets or easements on days as
determined from the bid schedule base bid or
alternate bid.
b. Place of COllection:
Normal collection points for residential yard
waste shall be at curbside (adjacent to roadway) .
c. Materials to be Collected:
The Contractor shall collect all Christmas trees
placed for collection.
.
.
The Contractor shall collect all yard waste such
as tree limbs not larger than four (4) inches in
diameter nor longer than five (5) feet and
stacked in piles not to exceed four (4) feet in
height. Tree trunks larger than four (4) inches
in diameter will not be collected.
.
The Contractor shall have the authority to
decline to collect any tree or tree limbs where
service has been performed for a fee by person(s)
other than the property owner.
...
..
The Contractor shall collect all yard waste
placed in plastic bags. Such bags, if closed,
shall be clear or transparent; customers may use
opaque bags as long as they are left open. In no
case may bags weight more than seventy-five (75)
pounds. No more than twenty (20) bags will be
collected each collection day at each dwelling
unit. In addition, the Contractor shall collect
yard waste which is placed in twenty (20) or
thirty-two (32) gallon refuse containers without
affixing a lid. All yard waste shall be bagged
at curbside. Contractor shall properly dispose
of plastic bags to avoid contamination of the
yard waste stream.
...
The Contractor shall take yard waste collected to
the Designated Disposal Facility as specified.
In the event of yard waste set out at a unit in
the Contract Area that does not meet the
specifications above, the Contractor shall leave
a clearly explanatory printed or hand written
notice for the customer and notify the City
within two hours.
Following notification by the Contractor, the
City will investigate the matter and advise the
Contractor of its decision and of any action that
is required by the Contractor. If the City finds
that the material set out did meet the
specifications, the Contrctor will be notifed by
the City and must return and pick up the yard
waste within eight working hours of notification.
If the City finds that the material set out did
not meet specifications, the Contractor will not
be required to return to the unit until the next
regularly scheduled pick-up. If, at the next
regularly scheduled pick-up, the material set out
meets specifications, the Contractor shall pick
up the material.
3. Bulky Waste Collection:
The Contractor shall provide curbside collection of
furniture, appliances, tires, other items as
identified in Contract Documents.
a. Time and Place of Collection:
The Contractor shall provide collection of bulky
items within one week of notification by City.
The City shall be given a date on which
collection will occur. Collection point will be
at curbside.
b. Disposal:
Bulky waste shall be delivered to Designated
Disposal Facilities as specified in this
document.
4. Container Collection - Dumpsters:
The Contractor shall provide collection of refuse
container at various locations as identified in
attachment.
a. Containers:
Existing containers will be provided by City at
no charge to the Contractor. Any replacement
and/or repair of containers will be the
responsibility of the Contractor.
b. Time of Collection:
The Contractor shall collect all refuse from
containers placed at various locations two (2)
times per week. The Contractor is to provide a
written schedule to customer after approval by
the City.
c. Place of Collection:
All existing placements of existing containers
, will be considered as points of collection.
SC-28. COLLECTION IMPEDIMENTS:
A number of collection impediments may require special
efforts to accomplish this level of service.
1. On Street Parking:
Certain neighborhood streets permit "on street
parking" which may present impediments to curbside
collection services, especially automated services.
.
.
The Contractor shall perform collection services even
if the curb is blocked. No additional fees shall be
payable to the Contractor for services provided under
these conditions.
2 .
Infrastructure Renovation/Streets Blocked by
Construction:
.
Periodically major renovation is necessary to
maintain the infrastructure of the City. This
includes such activities as replacing gas, water and
sewer lines, surfacing or resurfacing streets and
replacing wiring for telephone, electricity or cable
television. Alternate collection service must be
provided during this period of disruption. The
Contractor should evaluate each circumstance
individually to determine the appropriate
alternative. The City shall be notified of the
nature of the disruption, its location and the
alternative employed to provide service. No
additional fees shall be payable to the Contractor
for services provided under these conditions.
.
SC-29. CUSTOMER COMPLAINTS AND NON-PERFORMANCE:
1. Complaint Receipt and Handling:
All customer complaints shall be directed to the
Contractor for handling. The Contractor shall notify
City of each complaint reported to the City in the
Contract Area. It shall be the duty of the
Contractor to take whatever steps may be necessary to
remedy the cause of the complaint and notify the City
of its disposition within one working day (eight work
hours) after receipt of the complaint by the
Contractor.
2. Damage Claims Resolution:
The Contractor shall provide the City with a full
explanation of the disposition of any complaint
involving a customer's claim of damage to private
property as a result of actions of the Contractor's
employees, agents or subcontractors.
3. Public Information Regarding Complaint Procedures:
The Contractor shall notify all customers about
complaint procedures, rules and regulations on an
annual basis and whenever there is a change of
service, day(s) of collection, procedures, etc.
Notice is to be in the form of printed matter
distributed by the Contractor to all units served by
the Contractor. All notices must be pre-approved by
.
the City prior to use.
4.
Failure to Remedy Complaints:
.
Failure to remedy the cause of the complaint as
provided for in the paragraphs above shall be
considered a breach of contract. The City will have
the right to send a monitor out to check on the
resolution of any complaints. If a monitor records
deficiencies, they will notify the Contractor of such
deficiencies. The Contractor shall notify the City
when these deficiencies have been corrected. The
monitor will recheck the work to determine that it
has been completed satisfactorily.
.
If the monitor finds that the deficiencies
previously noted were not corrected, a charge of
current monitor time at actual cost for the
monitor's time and associated other costs will be
deducted from the payment to the Contractor for each
inspection until all noted deficiencies have been
corrected.
The foregoing does not preclude any other remedies
associated with failure to collect or other
contractural requirement.
SC-30. SURPLUS EQUIPMENT:
Surplus equipment of the Sanitation Department will be
offered for sale as a part of this Contract. Surplus
equipment is listed in the attachment. Equipment may be
inspected by appointment at the Sanitation Department.
Contact person for appointment:
Harry Hartley
1568 Broad Street
Augusta, GA 30904
(706) 722-8762
Surplus' equipment will be offered for sale to the highest
bidder.
Surplus equipment will be sold in an "as is" condition.
An alternate deduct listed in the bid schedule may be
accepted as payment for surplus equipment. Total bid
price may be deducted for a maximum of two years. Deduct
listed in the bid schedule will be prorated into monthly
payments to the successful bidder.
.
.
.
...-
1",,,2
00
~..~
~
.
"'t.
"'0
Co -9~
('" s,.
C' 0 -'II
V-9 ((
.S' eo s
\.
.
-
-
...
-
SECTION 1:
.
.
.
.
.
...
...
SECTION
II
.
.
.
.
1I
. :
.
~
2
J
.
~
..
-
SECTION
III
.
.
-RIVER
-
.
-
~
-
~,
<.-
=-
.
.
(,0
:-I
...
...
SECTION
:oz:
.
.
I
\
I
\
\
\
I
I
I
,
I
I
I
/
I I
I /
./ p/J
i ( \
I I ;:
L
I
I
I
I
I
I
I
I
\
\ ~ " -
~
\
.
.
....
.
~ .~
~ . ~ I
;. ~:
: ~-.J
~ ,. j
'"
,I
I I
!/ft=~~
II
11
(Ir
~ 1 ,;
i II~
~ ::
.,
-,
I
/
I
----~~~...--~' '.
~ ,.' '>.'" _~'r..
~ -~-..-- ---
-1 _ \ '"~,, __~.::......
\ \0\ "\''\.. ,~
. \ ',' "\ "
\ y \ ',"
\/"" .
f 1 ......,
~I ~~
IFjJ ',-., G",..,. .{TIJ
0.: ~l ;11~<7~~
I .. c. o..4y ~
i ~ :; t ~
. C- i-..J ~~ .:J 1'''''';0'''
, I ,.0." I" I ; ~ .."".. "I
- 1,!T1 - I :'v ;Cl,'~ ~\
".., t....;r; ;.'S.f, ~f)"""'h ..,
;:; , ~ ,"0 ' IT ~ I
I . ! " I
i.; g~~; !; ,
- C"." ",; In
I ' ;1 n
: !' o~ ~i ~
1-",\ o. '~., .... IT 'e,'"T 1t~.-r '" . .... J~
I ;;:;..........~-f !!~"'-
snt :lE t: !t :I.~ I
.,. .no ; ; fT ~"4 pl~
I TT. !t -;:.. ;; ~ /- , .
I tf~l."/r,, / ,~!
I -.,. ",oci ~
.... IT, . /= q;/)'.~
;;. ;:~::';l, ~....~;: jL:... '- ~f'<t~\7~~,-~
... rr- :.v , ~I.~ ~ ~ ..J.9~ ___
I : i ~ r )~ ~ .. -a: ~ ~ sri. ... - i(}1;J 'llifZ..[ '/
10" ~ ~ ~,.., /l'Y 't" " ~'n_ .~, :-; ~."f~ ~~ :; i'l" ~~';r 11/'- ...
, '\r ~ ..~ o.,n ~ ~ ' 1/ ,.. 3 I
.. : : l;: "",I - ~~~sf. ..../
I ,.". / fT} \ :; ~ ..~ ,,7. [~IJ,. ~ ~
i. Iv - .~ ""'.,
I If;! ~ '. ..-;; ~ ~ '<::,l:; , "'0
,_ Ii ill: f ~ ~ '" S 1._ Sf_ ~!!:.a:,..,~. ~ ~ ~i
, ~.. .. ..-,. . ""Ii~~~Z j~l.n_ ~ == i:: _ . Jj:~~~4-' .
It ~.". '''f'7I':'~_! -ii,..... - J '~;..+' .'
I..........,.. ......; --r Q.
,. ....w1_ ~ -...,~_ ::'~"''\f:~
'.~"n -~~'-~" :~~
<, 11 ~ 7. 1uJ~'l
'." ,i ., ~ ;;/I. ,ucorr' ~t
~ I ~sr i-..
). 8fr IS T"tIf 'tf
. ...:J - ~
~,,_ ::::I.iI
1ft;
"
SECTION JZ:
~~'t'\
~o
~~
n~
~ . /1
.
~
;:,
....
illD-
~
.
.
CONTAINER (DUMPSTER) LOCATIONS
ADDRESS
NUMBER OF
DUMPSTERS
CUSTOMER
.
~
OL.I,-lSTED HOMES (AHA)
OAK POINT (AHA)
DOGWOOD TE.~RACE (AHA)
RICHARD E. ALL::N, JR. HOMES (AHA)
CLEO P. UNDERWOOD HOMES (AHA)
M.M. SCOTT REGENCY COMPLEX (AHA)
CHERRY TREE CROSSING (AHA)
GIL8ERT MANOR (AHA)
AUGUSTA TRANSIT COMPANY
AUGUSTA-RICHMOND COUNTY UBRARY
AUGUSTA PU8UC WORKS (STABLES)
CENTRAL SHOP
CLEAN COMMUNITY COMMISSION
AUGUSTA POUCE DEPARTMENT
STATE CRIME U,B
AUGUSTA ~RE HEADQUARTERS
FlRE ST AnON No. 7
~RE STA nON No. 6
AUGUSTA GOLF COURSE
JOINT LAW ENFORCEMENT CENTER
CITY JAIL (STOCKADE)
AUGUSTA TREES AND PARKS DEPT.
PENDLETON KJNG PARK
RIVERWALK
WA TER WORKS OPERA nONS
ELECTRICAL DEPARTMENT
EISENHOWER BALL PARK
GARY PLACE CONDOMIN/MUN ASSOC.
OLD GOVERNMENT HOUSE
ONE MIll.. PLACE
COUNTRY CLUB HOME OWNERS ASSOC.
GEORGE TOWN CONDOMINIMUMS
PORT ROYAL
ARC (WESTVlEW CEMETERY)
BROAD STREET AT MILLEDGE ROAD
EAST 30UNDARY AT EAST TAYLOR S1REET
SAVANNAH ROAD AT 15.th. AVENUE
NEVI SAVANNAH ROAD AT LANEY-WALKER BLVD.
F AJRHOPf.: ST. AT SAND BAR FERRY RD.
SUMME.~ STREET AT U,NEY-WALKER BLVD.
151h AVENUE AT TUTT AVENUE
UNIVERSITY PLACE AT GOSS ALLEY
1516 WAU. STREET
902 GREENE STREET
1568 BROAD STREET
1568 BROAD STREET
5JO GREENE STREET
.w0 BL WALTON WAY (BEHIND REO LOBSTER)
912 8.tll. STREET
1099 REYNOLDS STREET
CENTRAL A VENUE AT TROUPE STREET
WAL TON WAY AT OLD BAIUE STREET
2023 HIGHLAND A VENUE
4.th STREET AT WALTON WAY
WOOD STREET AT MILLEDGE ROAD
fI1 8.tll. STREET
TROUPE STREET
18 Bill STREET
2822 CENTRAL A VENUE
1708 HIGHLAND AVENUE
EISENHOWER DRIVE
2132 GARY STREET
4ih STREET AT COURT HOUSE U,NE
51 S ONE MILL PLACE
APT. 1-A COUNTRY CLUB CONDO.
2848 WALTON WAY
7.th STREET AT REYNOLDS STREET
WESTVlEW A VENUE AT DIVISION STREET
15
10
16
8
10
6
22
11
1
1
1
1
1
1
1
1
,
,
,
,
,
,
1
,
,
1
1
1
,
,
,
1
,
,
TOTAL
-1li...
.
.
REVISED AGREEMENT BETWEEN THE
CITY OF NORTH AUGUSTA. SOUTH CAROLINA.
AND
RlCHMOND COUNTY, GEORGIA
.
THIS AGREEMENT. made and entered into this /fd day of
all, J-
. 1996, by and among the City of North Augusta, South Carolina.
hereinafter referred to as "North Augusta." and Richmond County. Georgia, hereinafter
.
referred to as "Riclunond County. "
WITNESSETH
.
WHEREAS, North Augusta has constructed and is operating a Material
Recovery Facility (MRF) at a site provided by and located in North Augusta, South
Carolina, with said facility designed for the recycling of portions of household solid waste
collected within the City of North Augusta, South Carolina, and certain nearby cities and
counties; and
WHEREAS, North Augusta and the City of Augusta, Georgia, initially
entered into a contract dated November 6, 1992, and amended on June 6, 1994, wherein the
City of Augusta would furnish "co-collected" solid waste and recyclable materials to the
North Augusta MRF for recycling purposes. Said contract was for five years from initial
startup (May 1, 1993-April 30, 1998); and
~
,.
;/
WHEREAS, effective January 1, 1996, the City of Augusta, Georgia, and
;! Richmond County, Georgia, consolidated governments, and the newly created governing
body of the Richmond County goverrunent and the City Council for the City of North
.
Augusta wish to enter into a revised contract that recogmzes the needs and desires of
Richmond County and conditions as they now exis[.
.
'!
NOW THEREFORE. in consideration of the premIses and the murual
promises by and among the parties hereto made, the benefits and detriments f10wing to and
:'
.
from each of the parties hereto. it is agreed as follows:
1. Richmond County Responsibilities:
A.
Richmond County shall deliver to the North Augusta MRF for recycling all
.
residential "co-collected" solid waste and recyclable materials collected by
Richmond County Urban Services District. and such delivery shall be
.
continued thereafter during the term of this agreement. The term "Richmond
,.
I!
CountY" shall include any agent of Richmond County authorized to collect
and di~pose of solid waste on behalf of Richmond County. The term "Urban
.
Services District" shall mean the former Augusta corporate limits. The term
"co-collected household solid waste and recvclable materials" as used herein
...
...
shall mean all solid waste exclusive of yard wastes and hazardous wastes
collected from the Urban Services District by Richmond County from
households and other non-industrial and non-corrunercial facilities within the
Richmond County Urban Service District, along with source separated
recyclable materials placed in 2.5 mil. blue plastic bags. Richmond County
will deliver an ample supply of blue bags to its citizens wi.lhin the Urban
Services District on a regular basis and will encourage them to place their
household recyclable materials in said bags. The blue bags, along with the
recyclable contents, shall then. be "co-collected" by Richmond County along
:1
.;
'I
it
:' DOCLIBRY/AGRAUGRC.DOC
2
6/6/96
...
...
.
.
...
...
with the remammg household garbage for delivery (0 the MRF In North
Augusta.
B. Richmond County shall coordinate the delivery of its .co-collected" solid
waste to the MRF with. North Augusta to facilitate the efficient operation of
the MRF and the avoidance of mixing non-Richmond County waste with the
Richmond C(}unty waste stre::lm.
2. North Augusta Resoonsibilities:
A. North Augusta shall maintain full responsibility for the uninterrupted
operation of said MRF. North Augusta shall be responsible for all costs
associated with the initial and subsequent construction. modification.
operation, and maintenance of the MRF.
B. During the recycling process. North Augusta shall remove said blue bags
from the Richmond County waste stream. North Augusta shall also make a
reasonable effort to recycle other loose readily visible recyclable materials
which are present in the waste stream. It is realized by both parties,
however. that even though reasonable efforts are made, not all recyclable
materials will be recovered in this process. Cans (both ferrous and
aluminum), newsprint, magazines, H.D.P.E. plastic. P.E.T. plastic, and
glass shall then be removed from the blue bags and processed for recycling.
c.
Upon completion of removal of such materials, North Aug~ta shall reload
"
;
and compact the non-recyclable residue of said household solid waste
furnished by Richmond County into compaction trailers to be provided by
:,
'I
!I
North Augusta. Said residue shall then be transported by North Augusta to
"
,.
:1
: ~
6/6/96
DOCUBRY/AGRAUGRC.DOC
3
the Richmond Coumy LJndfilI. All Richmond Coumy Landfiil tipping fees
pe:1aining to said residue shall be billed direc(ly (0 and paid for by Richmond
...
...
Coum)'.
!i
..
I:
3.
Costs:
...
~
A.
The sole compensauon to be received by North Augusta for fulfilling its
obligations during the term of this agreement (and Richmond County's sole
.;
obligation for making any payment hereunder) shall be the sum of .$1.44 per
month to be paid by Richmond Couney for each "customer" served by
Richmond Couney Urban Services District during the initial term of this
Agreement.
B. The number of customers within Richmond Couney's urban service district
for which Richmond Couney shall be billed shall be 16,500 for the duration
of the initial period of this Agreement.
4. Billing/Pavment:
North Augusta shall bill Richmond County on a monthly basis. All bills are due and
payable within 30 days of receipt.
5. Term/Renewal:
A. This Agreement shall commence upon its execution by both parties and shall
continue until April 30, 1998.
.,
B. This Agreement may be renewed on a year-to-year basis (M'ay I-April 30)
.,
,.
upon written agreement by the parties no later than 30 days prior to the
scheduled end of the Agreement or any renewal term thereof.
:i
II
I,
!;
:1
J! DOCLIBRY/AGRAUGRC.DOC
4
6/6/96
. .,
';
C.
.,
.
In the e'/ent that the Agreement is re~ewed during the renewal term. the rates
provided for herein may be adjusted by the adjustme:1t in the previous ye:lr's
U. S. Department of Labor Consumer Price Index--All Urban Consumers-
Southeast Region. North Augusta shall advise Richmond Couney no later
.
than Septembl~r 1 prior to the scheduled end of the Agreement or any
renewal term thereof of any rate so adjusted.
6. The terms and provisions of this Agreement shall be binding upon and inure to the
...
..
benefit of the parties herem and their respective officers. directors, members,
servants, employees, successors. legal representatives, and assigns.
...
...
7.
Both parties are individually responsible for any hazardous or similar wastes
delivered to the facility by such party. Any additional costs related to the handling
of such wastes shall be the total responsibility of the party delivering same to the
facility .
8. This Agreement shall be governed and interpreted according to the laws of the State
of South Carolina.
I
;!
DOCUBRY/AGRAUGRC.DOC
5
6/6/96
.
"
9
"
I,
.
This Agreemenc representS the emire agreement of the parties and supersedes all
previous agreements between the parties relating to its subjec: matter. There are no
orner understandings or agreemems among (he panies nO( specifically set forth
herein.
.
.
WITNESS:
d~~
,
~~c11~
CITY OF NORTH AUGUSTA,
SOUTH CAROLINA
BY: ~~~.~
Thomas W" Greene, Mayor
ATIEST~_~/ 9~j'- ;/
.
WITNESS:
~
...
...
,
. Ji.."(. /. '1::'.~ )
at. 1.,/.:.-6::
, /
~
DOCLlBRY/AGRAUGRC.DOC
6
6/6/96
.
~~ISTING SANITATION EMPLOYEES
.
SECTION I
C. Collins, Truck Driver
A. Henley, Collector
w. Baker, Collector
.
SECTION II
.
E. Ramsey, Truck Driver
W. Rhodes, Collector
R. Pugh, Collector
c. Brown, Truck Driver
C. Coates, Collector
R. Williams, Collector
.
SECTION III
~
L. Strensrub, Truck Driver
W. Lynn, Collector
K. Dunn, Collector
C. Ivey, Truck Driver
S. Huff, Collector
E. Watkins, Collector
E. Hughes, Heavy Equipment
Operator
H. Robinson, Collector
A. Mitchell, Collector
B. Cradle, Collector
TO BE PLACED
3ECTION IV
T. Allen Truck Driver
E. Alley, Collector
T. Dougherty, Collector
W. Johnson, Truck Driver
SECTION V
J. Harris, Truck Driver
M. Mathis, Collector
R. Green, Collector
D. Boatright, Truck Driver
J. Mealing, Collector
A. Herndon. Collector
Q. Jordan, Truck Driver
D. D'Antignac, Heavy
Equipment Operator
S. Goggins, Collector
D. Lester, Collector
SECTION VI
J. Boatright, Heavy
Equipment Operator
.
SURPLUS EQUIPMENT INVENTORY
.
TYPE
VEH I CLE
NUMBER
DESCRIPTION
SERIAL No.
.
FLA iBED DUM? 1RUCK
33200
33204
1983 FORD :=LA 1BED DUMP TRUCK
1983 FORD FLA 1BE!) DUM? TRUCK
1FDNFiOHSDVA17500
1FDNFiOH7DVA17501
.
MEDIUM GRA??U: TRUCK
33205
33210
1 992 INTERNATIONAL GRAPPLE TRUCK
199.3 INTERNATIONAL GRAPPLE TRUCK
1HTSCPHP6PH487701
1 HTSCPHP1PH487704
-
...
REFUSE 1RUCK 33217 1987 INTERN A TIONAL REFUSE GETTER 1HTLKTYR8HH471362NBODY
33223 1990 INTERNATIONAL REFUSE GETTER 1 HTS'riZ7R3MH340201
33224 1990 FORD REFUSE GETTER 1 FDYU82AXL VA.34736NBODY
33225 1989 INTERNATIONAL REFUSE GETTER 1 HTLKTYR4KH665409NBODY SHOP
33226 1989 INTERNATIONAL REFUSE GETTER 1H~H665408NBODY
33229 1981 INTERNA110NAL REFUSE GETIER 2~T~955BCA13044
33233 1983 INTERN A TIONAL REFUSE GETIER 2HTAF1954DCA12518
33234 1984 lNTERNA 110NAL REFUSE GETTER 1 HT AF1956EHA20260
33235 1984 INTERNA 110NAl REFUSE GETTER 1HTAF1958EHA20244
33238 1986 INTERNATIONAl REFUSE GETTER 1 HTI.KYR9GHA26579
33227 1994 Ford Refuse Getter 1FDZW~2E9SVA39619
33231 1994 Ford Refuse Getter IFDZW~2E5SVA39617
33232 1994 Ford Refuse Getter 1FDZW82E7SVA39618
33237 1994 Ford Refuse Getter 1FDZW82EOSVA55398
33239 1994 Ford Refuse Getter 1FDZW82E5SVA39620
FRONT 00 WADER 3'3221 1993 International Front End
Loader lHTGHN6T5PH523759
33230 1993 International Front End
Loader 1HTGHN6TXPH536197