I. INTRODUCTION I. GENERAL INFORMATION

Similar documents
I. INTRODUCTION GENERAL INFORMATION

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

ADVERTISEMENT City of Raleigh Solid Waste Services Request for Proposals Processing and Marketing of Recyclables

REFUSE AND RECYCLING COLLECTION CONTRACT

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

PROPOSAL LIQUID CALCIUM CHLORIDE

RFP GENERAL TERMS AND CONDITIONS

PROPOSAL FOR STREET SWEEPING SERVICES

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF SOUTHAVEN, MISSISSIPPI RUBBISH COLLECTION SERVICES

Snow Removal Services Request for Proposals December 1, April 30, 2019

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

CITY OF CITRONELLE REQUEST FOR PROPOSAL INVITATION TO BID FOR SOLID WASTE COLLECTION OF RESIDENTIAL GARBAGE FOR THE CITY OF CITRONELLE

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

STATE OF NORTH CAROLINA JACKSON COUNTY RECYCLING & DISPOSAL CONTRACT

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

AGREEMENT FOR RECYCLABLE MATERIALS PROCESSING SERVICES

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

NOTICE TO BIDDERS BID #FY150019

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

PROPOSAL GRANULAR FILL (BANK RUN GRAVEL)

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

City of Loveland, Ohio

Champaign Park District: Request for Bids for Playground Surfacing Mulch

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO

AUTHORIZED RECYCLER CERTIFICATE OF OPERATION BUSINESS RECYCLING REQUIREMENT PURSUANT TO SWA CODE TITLE IV

REQUEST FOR PROPOSALS SOLID WASTE AND RECYCLING SERVICES WLSSD RFP #1382

COUNTY OF PRINCE EDWARD, VIRGINIA

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

M E M O R A N D U M. March 13, 2019

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

Request for Quote RFQ# Date: 02/01/2017

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

CONTRACT for PLUMBING REPAIR SERVICES

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

BIDDING DOCUMENTS TOWN OF FORTVILLE, INDIANA RESIDENTIAL SOLID WASTE, YARD WASTE, RECYCLING COLLECTION AND DISPOSAL December 1, 2017, 10:00 am

TOWN OF RICHMOND 26 Gardiner Street Richmond, ME INVITATION TO BID REMOVAL AND CLEANUP OF JUNKYARD/AUTOMOBILE GRAVEYARD

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

Request For Proposal Bid # Solid Waste Collection, Disposal And Recycling Services

City of Rolling Hills INCORPORATED JANUARY 24, 1957

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

COUNTY OF LOUISA, VIRGINIA

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For Overhead Garage Door Replacement. KATHLEEN L. LING Mayor. Nancy Ridley City Manager

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

CONSULTANT SERVICES AGREEMENT

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

COOLING SYSTEM DESIGN BUILD FOR THE SULLIVAN COUNTY ITS SERVER ROOM

REQUEST FOR QUOTATION

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Proposal No:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

P u b l i c N o t i c e F r a n c h i s e A w a r d. Ocean Pines Association, Inc. Ocean Pines, Maryland

Transcription:

FRANKLIN COUNTY SOLID WASTE MANAGEMENT DEPARTMENT LOUISBURG, NORTH CAROLINA REQUEST FOR PROPOSAL MANAGEMENT/SUPERVISION OF THE FRANKLIN COUNTY SOLID WASTE CONVENIENCE CENTERS I. INTRODUCTION The Franklin County Solid Waste Department, Louisburg, North Carolina, herein referred to as Franklin County, hereby request proposals from firms or organizations to provide for the management/supervision of the twelve county convenience centers. The convenience centers provide solid waste and recycling services in the unincorporated areas of Franklin County. I. GENERAL INFORMATION A. Franklin County desires to contract a company that can provide for the management/supervision of all twelve county convenience centers. The Contractor will also include an optional maintenance and service program for the compactor unit at each site. B. The initial contract will be for a three (3) year period, with options to renew for two (2) additional one (1) year periods. The initial contract period will encompass the period of February 1, 2000 to January 3 1, 2003. The terms of the contract will be reviewed on an annual basis and contract revisions will be implemented based on the mutual consent of the Contractor and Franklin County. C. An annual adjustment rate equal to the South Region Consumer Price Index (CPI) published by the U. S. Department of Labor will be allowed. The request for the adjustment must be made sixty (60) days prior to the anniversary date of the contract. D. This contract can be canceled for unsatisfactory performance with a thirty (30) day written notice. E. The Franklin County Board of Commissioners reserves the right to reject any or all proposals. F. The contract award will be based on the most responsible proposal that is in the best interest of Franklin County.

G. All proposals shall be sealed. The envelope containing the proposal shall be clearly marked and identified as: Proposal For The Management/Supervision Of The Franklin County Solid Waste Convenience Centers. All proposals shall be received by 2:OO PM on Thursday, November 18, 1999, at which time they will be opened and read aloud. H. The Contractor selected will meet all requirements of this proposal. I. The management/supervision of the convenience centers will be provided year round, excluding predetermined holidays established by Franklin County. Franklin County exercises the right to close sites during extreme adverse weather conditions. J. Franklin County has twelve (1 2) convenience centers. Eleven of the convenience centers are positioned in strategic locations around the county, and one convenience center is located at the Franklin County Solid Waste Transfer Station. (See Attachment A for the location of all 12 convenience centers). K. Franklin County currently owns all solid waste and recycling containers with the exception of the containers for newspaper and magazines. They are provided by the News and Observer. Each convenience center has a minimum of equipment as follows: a compactor unit, a 40 cubic yard enclosed solid waste container, 2 open top rolloffs (25 or 30 cubic yards), for bulky solid waste, a 25 cubic yard three sectioned glass recycling container, a 40 cubic yard enclosed plastic bottle recycling container, one 8 cubic yard container for aluminum and multiple 8 cubic yard containers for cardboard. There are additional containers available to be used as switch out units (A detailed list of containers by site is shown in Attachment B). 111. SCOPE OF SERVICES AND CONTRACT REQUIREMENTS A. The contractor must comply with all rules and regulations established by the local, state and federal laws. The contractor shall be responsible for all permits required to operate this service. B. Franklin County will provide all equipment needed for the management/supervision of the county convenience centers, with the exception of the newspaper and magazine containers that are currently provided by The News & Observer.

C. The Contractor will be responsible for the managementhpervision of the convenience centers. Management/Supervision includes a site attendant on duty during all hours of operation at each site. The site attendant duties will include the supervision of the separation of all recycled materials, monitoring the disposal of all solid waste, operation of the compactor, dumping of all full containers (call the county solid waste department to report full containers), reporting needed repairs for equipment, keeping the site clean (inside the fence), and giving instructions to the users of the facility in regard to proper sorting methods and materials preparation. The Contractor will also provide all utilities for the site (telephone, electricity, portable bathroom, and uniforms)the convenience centers will be open 69 hours per week. The Hours of Operation are: Monday through Saturday 7:OO AM to 6:30 PM. The Contractor will assure compliance with all county ordinances and policies governing the operation of the convenience centers. D. The Contractor shall be required to keep records and submit reports to comply with Franklin County s reporting requirements. Reports include maintenance and repair records for the compactor unit per site, the need for repairs on county containers per site, and complaints or problems per site. E. The contractor shall designate a contact person or persons and provide a telephone number where the contact person can be reached at all times, including weekends. The contact person will be called to report any problems or to request needed repairs for the compactor unit.. F. The Contractor must be equipped and ready to initiate the hauling contract at all twelve (12) convenience centers beginning February 1, 2000. G. The Contractor shall not sublet or assign this contract in whole or part without the written authorization of Franklin County. I. Protection to the Franklin County 1. Compliance with laws: The Contractor shall conduct operations under this contract in compliance with all applicable laws. 2. The Contractor shall not discriminate against any person because of race, sex, age, color, religion, or national origin. 3. The Contractor will indemnifl, save harmless, and exempt the county, its officers, agents, and employees from and against any and all suits, actions, legal proceedings, claims, demands, costs, expenses, and attorney s fees incident to any work done in the

performance of the contract arising out a willhl or negligent act or omission of the Contractor, its officers, agents, and employees; provided, however, that the Contractor shall not be liable for any suits, actions, legal proceedings, claims, demands, damages, costs, expenses, and attorney s fees arising out of a willful or negligent act or omission of the County, its officers, agents, and employees. 4. The Contractor shall obtain all licenses and permits (other than the license and permit granted by the Contract) and promptly pay all taxes required by the State of North Carolina or Franklin County. 5. The Contractor shall at all times during the Contract maintain in full force and effect Employer s Liability, Worker s Compensation, Public Liability, and Property Damage insurance, including contractual liability coverage for the provisions of the 3 items above. All insurance shall be by the insurers and for the policy limits acceptable to Franklin County. Before commencement of work hereunder the Contractor agrees to furnish Franklin County certificates of insurance or other evidence satisfactory to Franklin County to the effect that such insurance has been procured and is in force. The certificates shall contain the following express obligations. This is to certifjr that the policies of insurance described herein have been issued to the insured for whom this certificate is executed and are in force at this time. In the event of cancellation or material change in policy affecting the certificate holder, thirty (30) days prior written notice will be given to Franklin County. For the purposes of the contract, the Contractor shall carry the following types of insurance in at least the limits specified below: Coverage Worker s Compensation Limits of Liability Statutory Employer s Liability $100,000 Bodily Injury Liability (except automotive) Property Damage Liability (except automotive) $1,000,000 each occurrence $3,000,000 aggregate $1,000,000 each occurrence $3,000,000 aggregate

Automotive Bodily Injury Liability Automotive Property Damage Liability Excess Property and Accident Liability $1,000,000 each person $3,000,00 each occurrence $1,000,000 each occurrence $3,000,000 each occurrence The above coverage may be provided by the Contractor s parent corporation. 6. a. No proposal from a private contractor shall be considered or accepted unless at the time of its filing it is accompanied by a deposit equal not less than 5% of the proposed annual cost. The deposit may be in the form of cash, cashiers check, certified check, or a bid bond executed by a corporate surety authorized to do business in North Carolina. This deposit shall be retained if the successful bidder fails to execute the contract within 10 days after the award or fails to give satisfactory surety as required herein. b. Premium for the bond described above shall be paid by the Contractor. A certificate from the surety company showing that the bond premiums are paid in full shall accompany the bond. c. The surety on the bond shall be a duly authorized corporate surety company authorized to do business in this state. d. The company to whom the contract is awarded will be required to furnish a performance and payment bond, executed by a corporate surety authorized to do business in North Carolina, in the full amount of the contract as provided in Article 3 of Chapter 44A of the N.C. General Statutes.

J. Agreement 1. Term of Contract The term of this agreement shall be for the period beginning February 1, 2000 and ending January 3 1, 2003, with options to renew for two (2) additional one (1) year periods, unless canceled due to unsatisfactory performance by the Contractor, or due to nonappropriation of funds by the Franklin County Board of Commissioners. The parties hereto may modify or amend the scope of services by mutual agreement. Such agreement shall be made in writing at least 30 days prior to expiration of the current term. This agreement may be terminated by either party hereto at the end of the initial term or any extension thereof, any giving written notice not less than 30 days prior to the expiration of the current term. 2. Change in Cost of Doing Business Any request for compensation adjustment, including the Consumer Price Index adjustment, must be submitted, in writing, sixty (60) days prior to the anniversary date of the contract. 3. Failure to Appropriate Funds All contracts shall be considered null and void if county appropriations to hnd the implementation or continuance of a contract are not approved by the Franklin County Board of Commissioners. 4. Liquidated Damages Franklin County shall notify the Contractor of each reported violation of the contract. Such notice shall be given in writing and reported to the contractor s representative by telephone. It shall be the duty of the contractor to take whatever steps necessary to remedy the cause of the complaint and notify Franklin County within twenty four (24) hours after the receipt of complaint, confirming action taken. Failure to remedy the cause of the complaint shall be considered a breach of this agreement for the purposes of computing damages under this section, and it is agreed that Franklin County may deduct from payments due or to become due to the contractor, the following amounts as liquidated damages:

a. Failure to provide adequate management/supervision services for any or all of the twelve convenience centers. Each occurrence $200.00 liquidated damages. b. Failure or neglect to correct chronic problems will be considered as a breach of the contract. Chronic complaints shall be three or more similar instances within a 30 day period. IV. Proposals (Minimum Inclusions) A. All proposals shall contain explicit assurance that all conditions of service and contract requirements contained herein will be met. B. The price quote will include a price listing the cost for the onsite management/supervision of the convenience centers. This includes the cost of the site attendant and all necessary cost involved in operating the site. C. A separate quote price will be listed for a maintenance and service program for the compactor unit only. This will include a service schedule plus all cost listed, and labor price (per hour) for repairs with additional cost for parts to be added. Franklin County reserves the right to consider this program separate from the management/supervision fee., Franklin County reserves the right to accept or reject thts proposal separate from the management/ supervision contract. D. The Contractor must show by past performance that their company is capable of performing a contract of this magnitude. A listing of other cities, towns, or communities, including contact persons (indicate title, and telephone numbers), where your organization now provides similar services must be included in the proposal. E. A complete description of how the Contractor will provide for the operation of the convenience center, to include equipment and personnel to be used, and a complete schedule to provide all necessary services. F. Any exemptions to the conditions or specifications required by this proposal shall be listed.

G. These are the minimum qualifications that a response must fulfill. However, exceptions to any conditions may be submitted as alternatives to the base proposal. For more information contact: R.G. Leary County Manager 1 13 Market Street Louisburg, NC 27549 Office-9 19-496-5994 Fax -9 19-496- 1683 John G. Faulkner Solid Waste Department 1 13 Market Street Louisburg, NC 27549 Office-9 19-496-5002 Cellular-9 19-496-9690 Fax-9 19-496- 1683

INSTRUCTIONS TO BIDDERS Please complete the enclosed form and return to the ofice of the County Manger, located at 113 Market Street in Louisburg, North Carolina, not later than 2:OO PM, on Thursday, November 20, 1999, at which time all proposals shall be opened and read aloud. Award will be made on the basis of the lowest responsible bidder who, in the opinion of the Franklin County Board of Commissioners, is best qualified to fulfill the terms of the proposal, taking into consideration the past history of its quality and performance. Proposals must be sealed, with the envelope clearly marked: PROPOSAL FOR THE MANAGEMENT/SUPERVISION OF THE FRANKLIN COUNTY CONVENIENCE CENTERS No proposal shall be considered or accepted unless at the time of its filing, it is accompanied by a deposit equal to not less than 5% of the proposal. The proposal deposit may be in the following forms: Cash, Cashier s Check, Certified Check or a bid bond by a surety licensed in North Carolina. This deposit shall be retained if the successhl bidder fails to execute the contract within 10 days after the award or fails to give satisfactory surety as required herein. After formal acceptance by the Franklin County Board of Commissioners, the successful bidder will be notified promptly in writing and will be expected to immediately begin hlfilling the terms of the bid or proposal. All proposals must be submitted on forms provided by the Office of the County Manager. Franklin County reserves the right to reject any or all bids and proposals in their entirety or portions thereof where the bids are severable. Direct any inquiries about the specifications for the bid to John Faulkner, Solid Waste Manager at 9 19-496-5002 Attachment B---Page 1

List of containers at each convenience center: #1-Youngsville Site 1 40 cubic yard enclosed compactor container for bagged or soft garbage. 0 1 40 cubic yard enclosed rolloff container for plastic bottle recycling (sliding side 1 25 cubic yard three sectioned rolloff container for glass recycling. 4-8 cubic yard slant top front end containers for corrugated cardboard #2-Mitchiner s Cross Roads Site 0 1 40 cubic yard enclosed compactor container for bagged or soft garbage. 0 1 40 cubic yard enclosed rolloff container for plastic bottle recycling (sliding side 1 25 cubic yard three sectioned rolloff container for glass recycling. 3-8 cubic yard slant top front end containers for corrugated cardboard #3 -Rocky Ford Site 1 40 cubic yard enclosed compactor container for bagged or soft garbage. 1 40 cubic yard enclosed rolloff container for plastic bottle recycling (sliding side 1 25 cubic yard three sectioned rolloff container for glass recycling. 2-8 cubic yard slant top front end containers for corrugated cardboard #.l-moulton Site 1 40 cubic yard enclosed compactor container for bagged or soft garbage. 1 40 cubic yard enclosed rolloff container for plastic bottle recycling (sliding side 1 25 cubic yard three sectioned rolloff container for glass recycling. 3-8 cubic yard slant top front end containers for corrugated cardboard Attachment B-page 2

#5-Gupton Site 0 0 1 40 cubic yard enclosed compactor container for bagged or soft garbage. 140 cubic yard enclosed rolloff container for plastic bottle recycling (sliding side 0 1 25 cubic yard three sectioned rolloff container for glass recycling. 1-8 cubic yard slant top front end containers for corrugated cardboard #6-Highway 58 Site 0 1 40 cubic yard enclosed compactor container for bagged or soft garbage. 1 40 cubic yard enclosed rolloff container for plastic bottle recycling (sliding side 0 1 25 cubic yard three sectioned rolloff container for glass recycling. 1-8 cubic yard slant top front end containers for corrugated cardboard #7-Highway 56 Site 1 40 cubic yard enclosed compactor container for bagged or soft garbage. 1 40 cubic yard enclosed rolloff container for plastic bottle recycling (sliding side 1 25 cubic yard three sectioned rolloff container for glass recycling. 3-8 cubic yard slant top front end containers for corrugated cardboard #S-Highway 39 Site 1 40 cubic yard enclosed compactor container for bagged or soft garbage. 1 40 cubic yard enclosed rolloff container for plastic bottle recycling (sliding side 1 25 cubic yard three sectioned rolloff container for glass recycling. 3-8 cubic yard slant top front end containers for corrugated cardboard Attachment B-Page 3

.- #9-Five Points Site 0 0 1 40 cubic yard enclosed compactor container for bagged or soft garbage. 0 1 40 cubic yard enclosed rolloff container for plastic bottle recycling (sliding side 0 1 25 cubic yard three sectioned rolloff container for glass recycling. 0 0 5-8 cubic yard slant top front end containers for corrugated cardboard #lo-lake Royal Site 0 0 1 40 cubic yard enclosed compactor container for bagged or soft garbage. 0 0 1 40 cubic yard enclosed rolloff container for plastic bottle recycling (sliding side 0 1 25 cubic yard three sectioned rolloff container for glass recycling. 0 0 1-8 cubic yard slot top front end container for corrugated cardboard # 11 -Pilot Site 0 1 40 cubic yard enclosed compactor container for bagged or soft garbage. 0 0 1 40 cubic yard enclosed rolloff container for plastic bottle recycling (sliding side 0 1 25 cubic yard three sectioned rolloff container for glass recycling. 0 0 4-8 cubic yard slant top front end containers for corrugated cardboard # 12-Landfill Site 0 0 1 30 cubic yard enclosed compactor container for bagged or soft garbage. 0 4 40 cubic yard open top rolloff containers for bulky solid waste. 0 1 25 cubic yard three sectioned rolloff container for glass recycling. 0 1 25 cubic yard open top container for aluminum recycling. 0 4-8 cubic yard slant top front end containers for corrugated cardboard 0 1 30 cubic yard open top for corrugated cardboard recycling. Spare units-4 40 cubic yard compactor containers, 4 open top rolloff containers, 7-8 cubic yard containers, and 1 40cubic yard enclosed container (for plastic-sliding side

c MANAGEMENT/SUPERVISION OF THE FRANKLIN COUNTY SOLID WASTE CONVENIENCE CENTERS QUOTATION SHEET Please list the proposal cost in the following table: Management and $ Supervision Cost Maintenance and Service Cost