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

Similar documents
REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

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

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

CHAPTER 53: GARBAGE AND RUBBISH

REQUEST FOR PROPOSALS FOR CONTRACTUAL SERVICES REFUSE AND RECYCLING COLLECTION VILLAGE OF CASSOPOLIS 117 S. Broadway, Suite 100 Cassopolis, MI 49031

Town of Islip Housing Authority Bid Specifications Waste removal

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

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

Town of Lee Septic Tank Pumping Services

Town of Georgetown Request for Quotations Residential Waste Collection

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

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

Request for Proposal. For: Solid Waste & Recycling Collection Services

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

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION

COMMONWEALTH OF KENTUCKY CITY OF LA GRANGE RESOLUTION NO

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

I. INTRODUCTION I. GENERAL INFORMATION

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

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

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

RICE UNIVERSITY SHORT FORM CONTRACT

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

Northbridge Board of Health Code of Regulations

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

PROPOSAL LIQUID CALCIUM CHLORIDE

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

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

REFUSE AND RECYCLING COLLECTION CONTRACT

Beltrami County Natural Resource Management Specifications for Beaver Control 2016 through 2018

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

PURCHASING SPECIFICATION

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

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

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

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

NEW HAMPSHIRE HOUSING FINANCE AUTHORITY MANAGEMENT AGREEMENT. (the AGENT).

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Alabama State Port Authority

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

TOWN OF WALKERSVILLE March 4, 2016 INVITATION FOR BIDS TRASH COLLECTION

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

CITY OF DRYDEN T TENDER FOR THE SUPPLY OF SAND AND GRAVEL 2018

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

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

Invitation to Bid. For. Wastewater Sludge Hauling and Disposal. Radcliff Wastewater Treatment Plant and Fort Knox Wastewater Treatment Plant

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

Putnam Valley Central School District Bid # Athletic Uniform Cleaning Putnam Valley, N.Y NOTICE TO BIDDERS

DRY SWEEPING SERVICES AGREEMENT

RFP GENERAL TERMS AND CONDITIONS

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

SECTION IV CONTRACT BID NUMBER

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

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

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

CONSTRUCTION CONTRACT EXAMPLE

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

Sacramento Regional Solid Waste Authority (SWA)

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

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

HSU Reddie Grill Renovation OFFICIAL BID SHEET

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

Alabama State Port Authority

ANNEX A Standard Special Conditions For The Salvation Army

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

AIA Document A101 TM 2007

Project Name, Improvement District No. Improvement District Number

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

CITY OF SOUTH PORTLAND Purchasing Office Room 105 P.O. Box Cottage Road South Portland, Maine

RESOLUTION EXHIBIT A NON-EXCLUSIVE FRANCHISE AGREEMENT

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID

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

Earnhart Hill Regional Water & Sewer District Resolution

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

ARKANSAS PUBLIC SERVICE COMMISSION

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

City of Bowie Private Property Exterior Home Repair Services

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Village of Upper Brookville Garbage Hauler Business License and Permit Application For the Year 2019

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

Transcription:

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 Sealed proposals will be received by the Commissioners of Thurmont, 615 East Main Street, P.O. Box 17, Thurmont, Maryland 21788 until 3:30 p.m., March 18, 2016. Proposals for the COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH for the Town of Thurmont, Maryland, Contract Number T-16-1, should include all necessary labor, materials, plant and equipment and the performance of all work for a period of two (2) years, with an option for renewal for the third year, upon the mutual approval of the Commissioners of Thurmont and the Contractor. The Commissioners of Thurmont request pricing for the collection of Bulk Trash once per quarter and as a separate collection to be included as an integral part of the overall contract. The right is reserved by the Commissioners of Thurmont to reject any or all proposals or to waive any informality in the proposals received and to accept any proposal deemed to be the most favorable to the interest of the Town of Thurmont. Each proposal must be accompanied by a Bid Bond or a money deposit in the form of a draft or certified check on a solvent bank, payable to the Commissioners of Thurmont, in an amount not less than ten (10) percent of the total bid. The deposits of bidders, other than the one to whom the award is made, will be returned. The successful bidder will be required to execute the contract and furnish a Performance Bond or Irrevocable Letter of Credit and Insurances within ten (10) days from the date the Notice of Award is mailed. The amount of the Performance Bond or Irrevocable Letter of Credit shall be the sum of two (2) month s fees for collection as long as the contract is in effect. The Contract Documents may be obtained at the Thurmont Town Office, 615 East Main Street, Thurmont, Maryland 21788, phone 301-271-7313. THE COMMISSIONERS OF THURMONT, MD

CONTRACT DOCUMENTS COVERING CONTRACT NO. T-16-1 COLLECTION AND DISPOSAL SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND 2

COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NUMBER T-16-1 PREPARATION OF PROPOSAL Sealed bids must be made upon the blank form of proposal furnished, and must not be detached from this volume and must give the price for the work proposed, both in words and figures. Proposals submitted by mail shall be addressed to the Town Office and marked Proposal for the Collection and Disposal of Solid Waste and Bulk Trash. DESCRIPTION OF THE WORK It is the intent and purpose of these specifications to procure the collection and disposal of solid waste and bulk trash from the residential units located within the corporate limits of the Town of Thurmont, Maryland. The Contractor shall furnish all labor and equipment for the collection of the refuse and shall supply a suitable State and County approved disposal area outside the corporate limits of the Town of Thurmont. TIME OF CONTRACT The successful bidder will execute the contract within ten (10) days after the notice of acceptance of the bid. The contract term is for a period of two (2) years, beginning May 1, 2016 and running until April 30, 2018 and shall be renewable, for the third year, upon the mutual agreement of the Commissioners of Thurmont and the Contractor. SUPERVISION The work shall be subject at all times to inspection by an authorized representative of the Board of Commissioners. The authorized representative shall answer all questions that may arise relative to the performance of this contract. INSURANCES AND BONDS The following insurances and bonds will be required: (a) Performance Bond or Irrevocable Letter of Credit - With the execution and delivery of the contract, the successful bidder will be required to furnish a Performance Bond or Irrevocable Letter of Credit covering faithful and satisfactory performance of the work contracted, in an amount not less than the sum of two (2) month s fees for collection as long as the contract is in effect. (b) Public Liability and Property Damage Insurance - The Contractor shall take out and maintain during the life of contract, Public Liability and Property Damage Insurance in the amount specified herein, to protect all parties from all claims of damages for personal injury, including accidental death, as well as from claims for property 3

damages, which may arise from operations under this contract. The Public Liability Insurance shall indemnify and hold harmless, the Town of Thurmont from all liability arising from the operations under this contract. PLANS With each proposal the bidder must furnish a general plan setting forth the equipment and methods proposed for collecting, receiving, transporting, conveying, handling, treating and disposing of the solid waste and bulk trash. Each bidder shall indicate the size and location of the disposal area - apparatus and equipment for the elimination and control of nuisance that may arise during the process of collection, treating or disposal of the materials and shall be shown and described in sufficient detail to enable the Commissioners of Thurmont to judge their adequacy and sufficiency. STATE PERMIT The successful bidder shall submit with the insurances and bonds, a copy of the permit for the disposal site as evidence of compliance with State and/or County rules and regulations. OWNER S OBLIGATION The Owner shall reimburse the Contractor for any tariffs that are collected by the Frederick County Commissioners for the use of the disposal area for the disposal of the solid waste and bulk trash collected from the Town of Thurmont. This reimbursement will be noted separately on the billing and will be based on the actual weight of the trash collected. Weight tickets will be submitted on a monthly basis. In the case of disposal at the Frederick County Landfill, the Town of Thurmont will be billed directly by Frederick County. 4

SPECIFICATIONS DEFINITIONS: The following terms when used in this Contract shall have the meanings described to them in this section: TOWN: Town of Thurmont, Frederick County, Maryland or the Commissioners of Thurmont. COLLECTOR: A person or persons engaged in the collection of solid waste and bulk trash in the Town of Thurmont, Maryland. AUTHORIZED REPRESENTATIVE: The management team of the Town of Thurmont. SOLID WASTE: Domestic solid waste generated from residential premises including garbage consisting of all putrescible and non-putrescible solid and semisolid wastes. Solid waste shall not include hazardous materials as regulated under Title 49 of the Code of Federal Regulations. BULK TRASH: Large items of solid waste, including, but not limited to, appliances, furniture, and mattresses, which cannot be handled by normal municipal waste processing, collection or disposal methods. HOUSEHOLD: Each family dwelling and multi-family dwellings of four or less units. In all cases, the determination by the Town of Thurmont, as to what constitutes a separate household or dwelling unit, shall be final. SCOPE OF WORK: The Contractor shall empty all trash receptacles located at households, Thurmont Public Works Offices, Thurmont Senior Center, the Thurmont Ambulance Company, and the Guardian Hose Fire Company (Station House and Activities Building) whether the trash receptacles are owned by the Contractor or are privately owned. The work to be done under this contract consists of the collection by the use of packer type truck units from the curb of the residential units within the Town of Thurmont, and the disposal, in an approved manner, of all solid waste and bulk trash. The requirements of the Thurmont Code, Chapter 63, Solid Waste and Recyclable Material Collection, are incorporated herein. PROVISION FOR PLACE OF DISPOSAL: The Contractor shall provide a disposal or dumping area during the entire term of this contract. If dumping areas are closed for any reason, the Contractor shall locate new approved sites for dumping, and no extra compensation will be allowed for travel to new site. All solid waste and bulk trash disposed of at the Contractor s plant or area shall be handled and disposed of so as to prevent the emissions of offensive odors or any kind in said plant, and said plant shall at all times be operated so as to not cause conditions detrimental to the public health or which otherwise in any way may constitute a public nuisance. 5

METHODS OF COLLECTION: The Contractor shall make collections of all solid waste and bulk trash from either the curb or the property or the alley way if the residence front is on the alley and is located in an area accessible by collection vehicles. The Contractor shall replace all covers on the containers when returned to the curb. All materials collected shall be removed without spilling, loaded in the truck and delivered to the disposal area. Trucks for the removal of refuse shall be of metal, securely covered, water tight, kept thoroughly cleansed and well painted, and must have the name of the Contractor and the number painted on each side. Open trucks or trucks covered with tarps will not be acceptable for this work. TIME OF COLLECTION: The Contractor shall begin the collection as stated in this contract, Tuesday through Friday of every week. Should the collection day fall on a holiday, trash will be collected on the following day. The Contractor may submit a schedule of collection different from that proposed subject to the approval of the Town of Thurmont. The contractor shall submit a schedule of collection for bulk trash, subject to the approval of the Town of Thurmont. HOURS OF COLLECTION: All collections shall be made between the hours of 6:00 a.m. and 6:00 p.m. CONTAINERS/RECEPTACLES: Garbage receptacles will be of metal or plastic. The receptacles must be water tight and provided with tight fitting cover and handles and not have a capacity of more than ninety (90) gallons. All garbage receptacles will be kept clean, neat and sanitary condition at all times. Receptacles will be of suitable kind, which can be easily handled by one person. All receptacles will be provided by the owner, tenant, lessee or occupant of the premises. Receptacles that do not conform to the provisions of the Town, that may have ragged or sharp edges, or any other defects liable to hamper or injure the person collecting the contents thereof, shall be promptly replaced upon notice being given by the Contractor, by tagging the container. The Contractor shall provide printed tags for this purpose. Failure to comply with the notice will permit the Contractor to remove the defective receptacle as refuse. The use of plastic refuse bags is permitted. All receptacles shall be handled with reasonable care and shall not willfully be broken, defaced or injured. All covers will be replaced on cans when the cans are returned to the property. The Contractor at the Contractor s expense shall replace all receptacles broken or destroyed by improper or careless handling, by the collector. Each person shall cause receptacles to be kept covered at all times and to be placed and remain in a convenient location while collection is made and in a location easily accessible to the collector. INVESTIGATION AND REPORTING OF COMPLAINTS: It shall be the duty of the Contractor to report to the Town of Thurmont, any complaints of failure on the part of the owners, tenants, lessee or occupant of the premises. The Town of Thurmont shall investigate all complaints and prosecute all offenders under such provisions. The Contractor shall ensure that the drivers report into the Town Office upon completion of the trash collection for the day. 6

MATERIALS COLLECTED TO BE PROPERTY OF CONTRACTORS: The Contractor, for the collection and disposal of any material mentioned in these specifications will become the owner of such material from the time of its collection. INSPECTION OF TRUCKS: The Contractor will be required to present collection trucks for inspection within the Town limits at such reasonable times and places as may be designated by the authorized representative of the Town. INSURANCE: The Contractor shall indemnify and hold harmless the Town, its agents and employees from all liabilities arising out of the performance of the contract herein specified and to that end the Contractor shall not commence work under this contract until all insurances required under this paragraph have been obtained and approved by the Town. (a) Workmen s Compensation Insurance: The Contractor shall take out and maintain during the life of the contract, Workmen s Compensation Insurance for all employees employed on the project. (b) Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this contract, such Public Liability and Property Damage Insurance as shall protect all parties from claims for damages for personal injury, including death, as well as from claims for property damages, which may arise from the operations under this contract and the amount of such insurance shall be as follows: General Liability Insurance: Each Occurrence $1,000,000.00 Damages to Rented Premises (Ea. Occurrence) $100,000.00 Med Exp(Any one person) $5,000.00 Personal & ADV Injury $1,000,000.00 General Aggregate $2,000,000.00 Products Comp/Op AGG $2,000,000.00 Automobile Liability Insurance: Combined Single Limit (Ea accident) $1,000,000.00 The Contractor shall submit certificates and other documentary evidence to the Town of Thurmont for approval, covering Workmen s Compensation Insurance and Public Liability and Property Damage Insurance as well as any other insurance required by the contract. Each certificate or other documentary evidence presented, shall contain therein or have contained in a rider attached thereto and made a part thereof, a clause to the effect that the insurer will notify the insured and the Town in writing five (5) days prior to cancellation of the policy. The certificate for each policy shall be executed in triplicate. 7

CONTRACT TIME: The contract shall run for a period of two (2) years, beginning May 1, 2016 and ending April 30, 2018. PAYMENT: The Town of Thurmont will make payment to the Contractor on a monthly basis for collection and disposal of solid waste and bulk trash. CONTRACT CANCELLATION OR TERMINATION: The Town of Thurmont, after having given written notice to the Contractor and surety of delay, neglect or default on the part of the Contractor shall have full power and authority without violating the contract, to declare the Contractor in default on any of the following counts: (a) (b) (c) (d) (e) (f) (g) Failure to begin work within the time specified. Failure to perform the work with sufficient properly skilled workmen and/or proper equipment. Halting prosecution of work without approval of the Town. Insolvency, bankruptcy or committing any act of bankruptcy or solvency. Making an assignment for benefit of creditors. Failure to protect, repair or make good any damage or injury to property. If the Contractor shall fail or refuse to regard laws, ordinances or instructions of the Town or otherwise be guilty of a substantial violation of any of the provisions of this Contract. After the Town has declared the Contractor in default and given three (3) days written notice, the Town shall have authority to take the prosecution of the work out of the hands of the Contractor and appropriate or use any equipment of the Contractor and may enter into a contract for the completion of the work. Should the Town elect to take the prosecution of the work out of the hands of the Contractor, the Town may, at its option, notify and require the surety to complete the contract according to contract terms or the Town may, at its option, complete the contract with its own forces, in which case the Town may take all right, title and interest in and to the equipment and materials owned by the Contractor and assembled for use in the execution of the contract. If the completion of the contract by any of the methods described above results in financial loss to the Town, the Town may dispose of any of the remaining equipment and materials taken over without further legal processes. Any equipment or materials not required for completion or recoupment of loss or for legal charges against the contract, or any balance remaining from the disposition of materials and equipment, after deducting losses by the Town, shall be turned over by the party legally and equability entitled thereto. 8

CONTRACTOR S RIGHT OF TERMINATION: Failure by the Town to make payment to the Contractor within thirty (30) days of the due date of such payment, shall give the Contractor the right to suspend work until payment is made, or at the Contractor s option, after seven (7) days notice in writing, should the Town continue in default, to terminate this contract. The Town shall be barred from making any claim against the Contractor for delay in the completion of the work due to the suspension or failure to pay. In the event of such contract termination, the Contractor shall be paid as provided in the contract for all work done and completed in accordance therewith and shall also be paid for all extra costs incurred due to termination of the contract, but shall not be paid any amount for loss anticipated profit on any work not done or not completed. 9

COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NUMBER T-16-1 PROPOSAL TO: THE TOWN OF THURMONT, MARYLAND FOR: THE COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FROM RESIDENTIAL UNITS. THE ESTIMATED NUMBER OF COLLECTIONS, PER WEEK ARE: May 1, 2016 until April 30, 2017 Estimated total number of residential unit collections: 2,400 May 1, 2017 until April 30, 2018 Estimated total number of residential unit collections: 2,400 Total residential/apartment unit collections: 4,800 Dumpsters at the following locations are to be dumped weekly: Public Works Offices Senior Center Different locations 1-8 yard and 1-4 yard 1-2 yard 2-2 yard Condos: 125 Cody Dr. 12 units 131 Cody Dr. 12 units 113 Easy St. 12 units 115 Easy St. 12 units 117 Easy St. 12 units 10

Pursuant to and in compliance with the request for bids dated March 18, 2016, the undersigned hereby offers to furnish all plant, labor, materials, supplies, equipment and other facilities and things necessary or incidental to the collection and disposal of all solid waste and bulk trash from the residential units of the Town of Thurmont, with the material being placed at the curb, as required by and in strict accordance with the specifications and Chapter 63 of the Town of Thurmont Code and to perform all other obligations imposed by the Contract No. T-16-1 for a period of two (2) years: from May 1, 2016 until April 30, 2017; and from May 1, 2017 until April 30, 2018: BID PRICE, FIRST YEAR, WITH BULK TRASH COLLECTION ONCE PER QUARTER - IN FIGURES: IN WORDS: BID PRICE, SECOND YEAR, WITH BULK TRASH COLLECTION ONCE PER QUARTER - IN FIGURES: IN WORDS: Other additional and extra work, if any, performed other than in this contract will be paid for by others than the Commissioners of Thurmont. The specifications and all papers required by it and submitted herewith, the contract, and all papers made part thereof by its terms, are hereby made a part of this Proposal. The undersigned bidder hereby represents as follows: (a) That bidder has visited the areas of collection and is familiar with the areas to be included in the contract, and has carefully examined the Proposal, the Contract and the Specifications. (b) That no officer, agent or employee of the Town of Thurmont, is personally interested, directly or indirectly, in this Proposal and the accompanying contract of the compensation to be paid hereunder. (c) That this Proposal is made without connection with any person, firm or corporation making a proposal for the same work, and is in all respects fair and without collusion or fraud; and (d) That should this Proposal be accepted by the Commissioners of Thurmont, the Contractor will execute the contract and furnish the properly executed surety and insurance certificate(s) within the time and in the forms and amounts required by the contract or specifications, and that upon the Contractor s failure, neglect or refusal to do so, the Contractor shall forfeit to the Commissioners of Thurmont, the Proposal Security accompanying this Proposal, not as a penalty but as liquidated damages. 11

NAME OF BIDDER: Corporation, Firm or Individual By: Title: Address: Date: Phone: 12