I. INTRODUCTION GENERAL INFORMATION

Similar documents
I. INTRODUCTION I. GENERAL INFORMATION

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

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

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

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

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

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

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

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

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

PROPOSAL FOR STREET SWEEPING SERVICES

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

REQUEST FOR QUOTATION

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

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

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

BERRIEN COUNTY ROAD DEPARTMENT

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

Environmental Management Dept. ph: U.S. Highway 421 North fax:

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

RFP GENERAL TERMS AND CONDITIONS

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

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

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

City of St. Clair. Request for Proposals. (Lawn Maintenance Services)

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

STATE OF NORTH CAROLINA JACKSON COUNTY RECYCLING & DISPOSAL CONTRACT

REQUEST FOR QUOTATION

NOTICE TO BIDDERS BID #FY150019

REQUEST FOR QUOTATION

Request for Proposal For Scrap Metal Removal

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

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

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

REQUEST FOR PROPOSALS # WAKE COUNTY, NORTH CAROLINA SOLID WASTE MANAGEMENT DIVISION

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

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

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

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

INVITATION TO BID (ITB)

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

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

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

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

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

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

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

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

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

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

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

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

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # )

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Request for Proposal # Scrap Metal, White Goods, & Lead Acid Batteries

City of Loveland, Ohio

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

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

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

Request for Proposal Data Network Cabling

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

REQUEST FOR QUOTATION

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

REQUEST FOR BIDS CHATHAM COUNTY EMERGENCY OPERATIONS AND WATER UTILITY GENERATOR MAINTENANCE AND REPAIR SERVICES

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

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

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PROPOSAL LIQUID CALCIUM CHLORIDE

Proposal No:

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

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

Annual Fuel Bid - #01-09

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

COUNTY OF PRINCE EDWARD, VIRGINIA

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

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

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

Transcription:

FRANKLIN COUNTY SOLID WASTE MANAGEMENT DEPARTMENT LOUISBURG, NORTH CAROLINA REQUEST FOR PROPOSAL CONVENIENCE CENTER HAULING CONTRACT FOR THE FRANKLIN COUNTY SOLID WASTE DEPARTMENT 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 hauling of solid waste and recycling containers for nine county convenience centers. The convenience centers provide solid waste and recycling services to Franklin County residents. II. GENERAL INFORMATION A. Franklin County desires to contract a company that can provide hauling services for nine (Sites 1, 3, 4, 5, 6, 7, 9, 10, and 11,) county convenience centers. Includes all hauls required from Monday through Friday and every third Saturday (Will have daily hauls from various sites). The initial contract will be for a five (5) year period. The contract period will encompass the period of August 1, 2016 to July 31, 2021. 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. B. Franklin County will haul three (3) convenience centers with two county owned rolloff truck (Sites 2, 8, and 12). C. Franklin County requests that the Contractor be available to haul the three county sites (sites 2, 8, and 12), any Saturday, all Holidays as needed, and in the case that the county rolloff truck is out of service. Estimate seventy five (75) hauls per year. This rate will be negotiated with the contractor that receives the proposal award. D. An annual rate adjustment equal to the South Region Consumer Price Index (CPI), published by the U.S. Department of Labor, will be allowed. The compensation shall be adjusted annually by the same percentage as the percentage change in the CPI based on the December CPI as compared to the December CPI for the previous year. The request for the adjustment must be made thirty (30) days prior to the anniversary date of the contract. Please submit a fuel surcharge plan if necessary.

E. The Franklin County Board of Commissioners reserves the right to reject any or all proposals. F. Franklin County will award the contract to the bidder which the county feels will best serve the county s needs in regards to the hauling of the solid waste and recycling containers from the nine convenience centers. G. All proposals shall be sealed. The envelope containing the proposal will be clearly marked and identified as: Proposal For The Convenience Center Hauling Contract for The Franklin County Solid Waste Department. All proposals shall be received by 11:00 A.M. on Thursday, June 23, 2016 in the office of the County Manager, of the Franklin County Administration Building, 113 Market Street, Louisburg, NC 27549. All proposals shall be opened and read aloud. All questions should be directed to the Solid Waste Manager. H. The Contractor selected shall meet all requirements of this proposal. I. The convenience centers will be operated year round, excluding pre-determined holidays as established by Franklin County. Franklin County will provide a holiday schedule. Franklin County operates from 7:00 AM to 1:00 PM on holidays and will require the contractor selected to be able to haul waste on these days. The Contractor is required to finish by 1:00 PM on holidays. The Contractor is also required to work every third Saturday. J. Franklin County reserves the right to close sites during extreme adverse weather conditions. k. A list of estimated hauls for each of the nine sites for August 1, 2015 to July 31, 2016 is listed on Attachment A. K. A Convenience Center Location Sheet showing the location of the twelve (12) county convenience centers is included in the package (See Attachment E). L. Franklin County currently owns all solid waste containers. A total list of containers by site is shown in Attachment B. M. The Contractor will be paid monthly based on the actual hauls per site per month at the rate proposed the Contractor.

III. SCOPE OF SERVICES AND CONTRACT REQUIREMENTS A. The Contractor must comply with all rules and regulations established by local, state and federal laws. The Contractor shall be responsible for all permits required to provide this service. B. Franklin County will provide all equipment needed for the operation of the county convenience centers. C. The Contractor will provide all hauling services. All solid waste or recycling containers must be hauled at a frequency that will prevent the storage capacity of the containers from being exceeded. All containers that need to be emptied will be reported by 4:00 PM on each day to the contractor s representative and the container must be emptied by the end of next working day (3:30 PM). D. The Contractor agrees to designate a contact person and provide telephone numbers where the contact person can be reached at all times including weekends and holidays. The contact person will be called daily or have a schedule faxed to them to schedule the containers to be hauled. The contact person will be called to report any type of complaint. E. The Contractor shall be required to keep records and submit reports to comply with Franklin County requirements on tonnage. F. The Contractor must be equipped and ready to initiate the hauling contract at the nine county convenience centers beginning August 1, 2016. G. The Contractor shall not sublet or assign this contract in whole or part without the written authorization of Franklin County. J. The Contractor shall be responsible for the hauling of all solid waste and recycling containers as required by this proposal. It is anticipated that all solid waste containers and recycle containers will be transported to the Franklin County Solid Waste Transfer Station. K. The Contractor will provide hauling for the three convenience centers that Franklin County hauls in the event that the county rolloff truck is down and cannot haul the site containers. Franklin County also requests that the contractor be available to help with hauls at the three county sites (sites 2, 8, and 12) during the Christmas season (December 22 to January 4). Estimate 75 hauls per year. A rate for this service will be negotiated with the Contractor who receives the award bid. L. Protection to 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 indemnify, 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 willful 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 and 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 certify 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) Automotive Bodily Injury Liability Automotive Property Damage Liability $1,000,000 each occurrence $3,000,000 aggregate $1,000,000 each occurrence $3,000,000 aggregate $1,000,000 each person $3,000,00 each occurrence $1,000,000 each occurrence Excess Property and Accident Liability $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.

M. Agreement 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 a full amount equal to one fourth of the annual contract. 1. Term of Contract The term of this agreement shall be for a five (5) year period, beginning August 1, 2016 and ending July 31, 2021. 2 Amendment to the Contract An amendment to the contract is allowed with the mutual agreement of both parties. The requested amendment will be presenting in writing by either party. 3. Extension of the Contract An extension of the current contract may be accomplished with a written agreement of both parties. Such agreement shall be made in writing at least 90 days prior to expiration of the current term subject to the above. 4. Change in Cost of Doing Business Any request for compensation adjustment, including the Consumer Price Index adjustment, must be submitted, in writing, 90 days prior to the beginning of the contract year. See Section II. D. A fuel surcharge plan must be submitted if necessary. 5. Failure to Appropriate Funds All contracts shall be considered null and void if county appropriations to fund the implementation or continuance of a contract are not approved by the Franklin County Board of Commissioners. 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 proposal price will include a hauling price that is per container hauled per site for all solid waste containers. Please use the provided form (Attachment C) to record your quotation/bid prices. The estimated totals (August 1, 2015 to July 31, 2016) for the solid waste and recycling hauls per site is listed on Attachment A. C. The total proposal price will include the hauling and recycling totals. Please use the enclosed Quotation Bid Sheet (Attachment C). D. The Contractor must provide a list of references (businesses, county government, residents, industry, etc). List the names and telephone numbers of the references listed. E. A complete description of how the Contractor will provide the hauling service for the county convenience centers, 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. Read the Requirements for all Franklin County Contracts (Attachment D), sign, and return with your proposal. This is required for bid acceptance. H. 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: John G. Faulkner Solid Waste Department 113 Market Street Louisburg, NC 27549 Office-919-496-5002 Cellular-919-496-9690 Fax-919-496-4468 INSTRUCTIONS TO BIDDERS Please complete the enclosed forms and return to the office of the County Manger, Franklin county Administration Building, located at 113 Market Street in Louisburg, North Carolina not later than 11:00 A.M., Thursday, June 23, 2016, at which time proposals shall be opened and read aloud.

The total proposal price including all waste hauling and recycling hauling will be evaluated. All correct forms must be used and filled out completely. Franklin County will award the contract to the bidder which the county feels will best serve the county s needs in regards to the hauling of the solid waste and recycling containers from the nine convenience centers. Bids must be sealed, with the envelope clearly marked: PROPOSAL FOR THE CONVENIENCE CENTER HAULING CONTRACT FOR THE FRANKLIN COUNTY SOLID WASTE DEPARTMENT 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 bid 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 successful 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 begin fulfilling the terms of the bid or proposal on August 1, 2016. All proposals must be submitted on the forms provided by the Office of the County Manager (Attachment C). Franklin County reserves the right to reject any or all bids and proposals in their entirety. Direct any inquiries about the specifications for the bid to John Faulkner, Solid Waste Manager at 919-496-5002

ATTACHMENT A This is a list of the nine sites and the number of solid waste and recycling container hauls (August 1, 2015 to July 31, 2016-estimated): Site Number Solid Waste Container Hauls #1 966 #3 287 #4 450 #5 219 #6 162 #7 246 #9 852 #10 663 #11 579 Totals 4499 Franklin County will haul three convenience centers with a county owned rolloff truck. It will involve approximately 1168 hauls.

Attachment B---Page 1 List of containers at each convenience center: #1-Youngsville Site 1 Self Contained Compactor-Solid Waste. 1 Self Contained Compactor-Commingled Recycling. 1 40 cubic yard enclosed container-commingled Recycling. 5 open top rolloff containers for bulky solid waste. #3-Rocky Ford Site 1 2.25 cubic yard stationary compactor. 1 40 cubic yard round receiver container-solid Waste 1 40 cubic yard enclosed container-commingled Recycling. 3 open top rolloff containers for bulky solid waste. #4-Moulton Site 1 Self Contained Compactor-Solid Waste. 1 40 cubic yard enclosed container-commingled Recycling. 4 open top rolloff containers for bulky solid waste. #5-Gupton Site 1 2.25 cubic yard stationary compactor. 1 40 cubic yard round receiver container-solid Waste 1 40 cubic yard enclosed container-commingled Recycling. 3 open top rolloff containers for bulky solid waste. #6-Highway 58 Site 1 3.0 cubic yard stationary compactor. 1 40 cubic yard round receiver container-solid Waste 1 40 cubic yard enclosed container-commingled Recycling. 3 open top rolloff containers for bulky solid waste. #7-Highway 56 East Site 1 Self Contained Compactor-Solid Waste. 1 Self Contained Compactor-Commingled Recycling. 4 open top rolloff containers for bulky solid waste. #9-Five Points Site 1 Self Contained Compactor-Solid Waste. 1 Self Contained Compactor-Commingled Recycling. 1 40 cubic yard enclosed container-commingled Recycling. 6open top rolloff containers for bulky solid waste.

Attachment B-Page 2. #10-Lake Royal Site 1 Self Contained Compactor-Solid Waste. 1 Self Contained Compactor-Commingled Recycling. 1 40 cubic yard enclosed container-commingled Recycling. 5 open top rolloff containers for bulky solid waste. #11-Pilot Site 1 Self Contained Compactor-Solid Waste. 1 Self Contained Compactor-Commingled Recycling. 1 40 cubic yard enclosed container-commingled Recycling. 5 open top rolloff containers for bulky solid waste. Spare units-3 40 cubic yard compactor containers, 4-30 cubic yard open top rolloff containers, and 3-25 cubic yard open tops.

ATTACHMENT C Quotation/ Bid Sheet Please fill in the following table to show your proposal cost for the solid waste containers. Site Number *Number Of Hauls Per Site Price Per Haul #1 966 #3 287 #4 450 #5 219 #6 162 #7 246 #9 852 #10 663 #11 579 Total 4499 ------------------------------- Total Cost Per Site *Reference-Attachment A The following is a summary of the totals above. Please fill in total cost: Material Total Solid Waste Container and Recycling Hauls (9 sites) Total Cost Per Annum. $ *Hauls per site are estimates and total annual payments to the contractor will be paid based on actual hauls

ATTACHMENT D. REQUIREMENTS FOR ALL CONTRACTS WITH FRANKLIN COUNTY Every contract for work, services or materials with Franklin County must contain the following certifications which must be included with all bids and contracts. 1. IRAN DIVESTMENT ACT CERTIFICATION: Pursuant to N.C.G.S. 143C-6A-5(a) the Contractor hereby certifies that it is not listed on the Final Iran Divestment List as created by the North Carolina State Treasurer pursuant to N.C.G.S. 143-6A-4 as of the date of this certification; that further, the Contractor certifies that it will not utilize, employ or contract with any contractor, any supplier, sub-contractor, agent or other person or entity found on the North Carolina Treasurer s Final Divestment List in carrying out its obligations and responsibilities under this contract. 2. E-VERIFY CERTIFICATION: Pursuant to N.C.G.S 143-133.3 and 95(g) and N.C.G.S. 143-48.5 the Contractor hereby certifies that the Contractor, the contractor s sub-contractors, employees and agents utilized in carrying out the responsibilities and obligations of this contract must E- verify the work authorization of its employees through the Federal E-Verify system. The Contractor understands that any person who knowingly submits a false certification in response to the requirements of N.C.G.S. 143-59.1 and.2 shall be guilty of a Class 1 felony. 3. PRIVACY AND HIPPA COMPLIANCE: The Contractor hereby certifies that it will comply with all Federal and State laws and regulations as they pertain to the right of privacy pertaining to all confidential personal or health information which may come into its hands or knowledge as a result of carrying out its duties, obligations and responsibilities under the contract. Specifically it will comply with all HIPPA regulations and individual privacy laws and regulations. 4. INDEPENDENT CONTRACTOR: The parties stipulate and agree that the Contractor is an independent contractor and is not an agent or employee of the County. Except as expressly set forth in the Contract the Contractor does not act for nor bind the County without its expressed written authorization. The undersigned bidder certifies that he/she/it in full compliance with the above and will comply with each requirement this the day of, 2016. Signature of Bidder

ATTACHMENT E. SITE 1-Youngsville 8.60 2-Mitchner s X Roads FRANKLIN COUNTY CONVENIENCE CENTERS SITE TELEPHONE LOCATION ADDRESS ATTENDANT NUMBER 919-556-8832 NC Hwy 1A 529 Park Avenue, Youngsville 27596 919-494-7752 SR 1211 2765 West River Road, Franklinton 27525 7.84 3-Rocky Ford 252-492-9086 SR 1003 & SR 1239 3308 Sims Bridge Road, Kittrell 27544 13.83 4-Moulton 919-496-3004 SR 1002 & SR 1414 787 Trinity Church Road, Louisburg 13.00 5-Gupton 919-853-6616 SR 1436 & SR 1407 1289 Laurel Mill Centerville Road, Louisburg 18.08 6-Highway 58 919-853-6617 NC Hwy 58 1945 NC 58 Hwy, Castalia 27816 21.82

7-Highway 56 919-853-3167 NC Hwy 56 3811 NC 56 Hwy E., Louisburg 14.11 8-Highway 39 919-496-7192 SR 1701 37 Otis Burrows Road, Lsbg 5.39 9-Five Points 919-496-7282 SR 1717 102 John Winstead Road, Louisburg 13.59 10-Lake Royal 919-478-4218 SR 1611 1715 Sledge Road, Louisburg 16.49 11-Pilot 919-269-5074 SR 1770 5105 Old US 64 Hwy, Zebulon 27597 19.88 12-Landfill 919-496-5177 SR 1109 & SR 1153 5 Landfill Road, Franklinton 0.25

FRANKLIN COUNTY SOLID WASTE DEPARTMENT 113 MARKET STREET LOUISBURG, NORTH CAROLINA 27549 Date: Thursday, May 26, 2016 To: All Potential Bidders/Contract Proposals From: John G. Faulkner, Solid Waste Manager Re: Additional Information. Current Contract Rates (Rate is cost per haul). Site 1-Youngsville-$100.57 Site 2-Mitchners Cross Roads-$100.57 Site 3-Rocky Ford-$127.41 Site 4-Moulton-$117.34 Site 5-Gupton-$189.49 Site 6-Highway 58-$202.91 Site 7-Highway 56-$169.37 Site 8-Highway 39-$122.42 Site 9-Five Points-$117.34 Site 10-lake Royale-$137.47 Site 11-Pilot-$147.53 Site 12-Landfill-$92.24 Compactor Hauls (per year). Site 1-Youngsville Waste-156 Site 1 Youngsville Recycle-104 Site 2-Mitchners Cross Roads Waste-52 Site 2 Mitchners Cross Roads Recycle-12 Site 3-Rocky Ford Waste-52 Site 4-Moulton Waste-52 Site 5-Gupton Waste-52 Site 6-Highway 58-17 Site 7-Highway 56 Waste-104 Site 7-Highway 56 Recycle-12 Site 8-Highway 39 Waste-52 Site 9-Five Points Waste-156 Site 9 Five Points Recycle-52 Site 10-Lake Royale Waste-78 Site 10 Lake Royale Recycle-52 Site 11-Pilot Waste-52 Site 11-Pilot Recycle-26

Site 12-Landfill Waste-26 Sites 3,4,5,6 Waste Compactors are break away units. All others are self-contained units. Contact John G. Faulkner Telephone-919-496-5002. Cell-919-496-9690.