REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE

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

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for CONSTRUCTION SERVICES RFP - GICC GATEWAY CENTER ARENA

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

REQUEST FOR BID JUNE 2014 DUCTILE IRON PIPE. CLAYTON COUNTY WATER AUTHORITY 1600 Battle Creek Road, Morrow, Georgia 30260

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

West Ridge Park Ballfield Light Pole Structural Assessment

SUBCONTRACT CONSTRUCTION AGREEMENT

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

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

Champaign Park District: Request for Bids for Playground Surfacing Mulch

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

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

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

Charlotte-Mecklenburg Schools. Request for Qualifications

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

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

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

SUBCONTRACTOR AGREEMENT

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

City of Bowie Private Property Exterior Home Repair Services

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

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Proposal No:

PROPOSAL LIQUID CALCIUM CHLORIDE

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

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

SAMPLE SUBCONTRACTOR AGREEMENT

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

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

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

2018 Recreation Center Dectron Unit - R22 Refrigerant

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

CONSTRUCTION CONTRACT EXAMPLE

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Request for Proposal Public Warning Siren System April 8, 2014

W I T N E S S E T H:

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

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

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

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

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

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

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

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

Workforce Management Consulting Services

INFORMATION FOR BID. Tee Shirts (School Nutrition)

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

Subcontract Agreement

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

Page of 5 PURCHASE AGREEMENT

OGC-S Owner-Contractor Construction Agreement

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

RFP GENERAL TERMS AND CONDITIONS

Request for Bid/Proposal

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

All responses to quotations must be received by Procurement Services no later than 3:00 p.m. on Thursday, February 3, 2005.

City of Forest Park Request for Proposals. Secure Access Control Systems

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

ADVERTISEMENT FOR BID

construction plans must be approved for construction by the City PBZ department.

MASTER SUBCONTRACT AGREEMENT

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSAL (RFP)

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

ANNEX A Standard Special Conditions For The Salvation Army

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

STAFF LEASING AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

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

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

BUILDING SERVICES AGREEMENT

Transcription:

REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 The City of College Park is accepting sealed proposals from qualified vendors for SOLID WASTE & DISPOSAL SERVICE. Proposals will be received no later than Thursday, May 3, 2018 at 12:30 pm at the City of College Park Purchasing Department, 3667 Main Street, College Park Georgia, 30337. Proposals received after the above date and time, or in any other location other than the Purchasing Department will not be considered. A bid packet may be obtained from the City of College Park Purchasing Department, 3667 Main Street, College Park, Georgia 30337 or www.collegeparkga.com, under the Bids / RFPs section. Timeline Information Conference Pre-Proposal Meeting (on-site visit or review) Q&A and Clarifications (email only to wmoody@collegeparkga.com) Reference : RFP - SOLID WASTE & DISPOSAL SERVICE 050318 NONE April 26, 2018 4:00 pm deadline Addendum(s) published April 30, 2018 4:00 pm Open Sealed Bids May 3, 2018 1:00 pm Begin Contract July 1, 2018 12:00 am End Contract June 30, 2019 11:59 pm Any/all addenda must be signed and dated and made a part of bid packet. It is always the vendor s responsibility to check the City of College Park s website for any/all addenda. The City of College Park reserves the right to reject any or all bids based on past performance and to waive technicalities and informalities and re-advertise. All Minority, Woman and Small Businesses are strongly encouraged to apply. Only responsive bids that are determined to meet the requirements and criteria set forth by the City of College Park will be considered. RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 1

CITY OF COLLEGE PARK PURCHASING DEPARTMENT GENERAL INSTRUCTION TO PROPOSER 1. The following instructions are to be considered an integral part of this proposal. Unless otherwise requested, one (1) marked Original and one (1) marked Copy of the proposal form need be submitted and MUST BE TYPEWRITTEN OR PRINTED IN INK. The person signing the bid form must initial any changes or corrections made to this proposal, using blue ink. 2. The person, firm or corporation making the proposal shall submit their bid in the YELLOW ENVELOPE provided with this proposal. The envelope must be complete with the bidding company s name, bid title, bid number and bid date. Should a larger envelope be required, the YELLOW ENVELOPE must be attached to the outside. No proposal may be withdrawn or modified in any way after the bid-opening deadline. NOTE: PROPOSAL DOCUMENTS DOWNLOADED FROM THE COLLEGE PARK WEBSITE MAY USE THE ATTACHED MAILING LABEL TO SUBMIT YOUR PROPOSAL. SEE PAGE FOUR (4) FOR LABEL. 3. Please provide the original and one (1) copy of a proposal unless otherwise stated in the documents. 4. If descriptive literature is attached to the bid, bidding company s name, bid title, bid number and bid date must appear on all sheets. 5. If there is any question whatsoever regarding any portion of the instructions or specifications, it shall be the bidding company s responsibility to seek clarification immediately from the City of College Park Purchasing Department during the question period stated herein. It shall be the bidder s responsibility to check the City s website (www.collegeparkga.com) for any/all addenda(s). Answer(s) to all questions will be answered after the deadline for questions has expired, and posted on the City s web site, if applicable, within the specified timeline on page one (1). 6. Any variation from the specifications must be clearly stated by the bidding company in writing and submitted with his/her proposal. 7. The apparent silence of the specifications and any supplement specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship is to be of first quality. All interpretations of this specification shall be made upon the basis of this statement. 8. The following bid shall be awarded to one responsible bidder on a total lump sum price basis. An award shall be made to one vendor for the total bid. Unit prices and extensions will be verified and total checked. Unit price extension and net total must be shown. Unit price SHALL prevail. 9. In most cases, proposals shall be evaluated on the following items, but not necessarily in this order: a. Lowest Price RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 2

b. Adherence to specifications c. Delivery of good/service(s) a. If Applicable To Scope of Work b. Though delivery will be a large consideration, please be as truthful and precise with your date(s) as possible. d. Past record of vendors delivery/performance to the City Of College Park 10. The City of College Park desires delivery of the material or services specified at the earliest possible time after the date of award. An unreasonable delivery proposal may be cause for disqualification of a bid. Each bidder shall state a definite time and avoid using the terms ASAP or approximately so many days. 11. The bidder or contractor shall provide copies of Workers Compensation Insurance with a limit of not less than required by the State of Georgia or otherwise stated in the bid instructions. In addition, a copy of your Commercial General Liability Insurance (if applicable) shall be provided. 12. All prices shall be for delivery, our destination, and F.O.B. freight prepaid and allows, College Park, Georgia unless otherwise shown. (if applicable) 13. Federal or State Sales Tax is inapplicable a. The City of College Park Federal tax identification number (FIN) is 58-6000542 b. The City of College Park is tax-exempt under the code of Georgia, Charter 88-18 14. Cash discounts or end of month terms should be shown separately, even if terms are net. 15. The City of College Park reserves the right to accept or reject any and all bids, due to past performance, etc. and waive any informality. The City of College Park will accept or reject all bids within 90 days from the date of the bid opening. THE UNDERSIGNED ON THE BID PROPOSAL CERTIFIES THAT HE/SHE HAS CAREFULLY EXAMINED THE INSTRUCTIONS TO BIDDERS, TERMS AND SPECIFICATIONS APPLICABLE TO AND MADE A PART OF THIS PROPOSAL. HE/SHE FURTHER CERTIFIES THE PRICES SHOWN IN THE SCHEDULE OF ITEMS ON WHICH HE/SHE IS BIDDING, ARE IN ACCORDANCE WITH THE CONDITIONS, TERMS AND SPECIFICATIONS OF THE PROPOSAL AND THAT ANY EXCEPTION TAKEN SIGNATURE: DATE: PLEASE NOTE THAT THIS RFP DOCUMENT IS A STANDARD, BOILER-PLATE FORM. PLEASE TAKE INTO CONSIDERATION THAT IT IS NOT NECESSARILY MODIFIED FOR EACH AND EVERY REQUEST FOR PROPOSAL. RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 3

RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 4

CITY OF COLLEGE PARK PURCHASING DEPARTMENT REFERENCE: RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 SIGNATURE: DATE: RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 5

Purchasing Department Vendor Questionnaire The City of College Park Purchasing Department is seeking vendor information to create a database of current and new businesses doing business with the City of College Park. We ask that all vendors take this time to provide the following information so that we can update our records and develop a process to benefit the needs of the community. The information collected from this questionnaire will not be used in the award of bids. The City will continue to utilize a fair, equitable and impartial process and award bids based upon the lowest responsible bidder. Vendor Name: Vendor Category: Physical Address: City, State, Zip: Telephone: Fax: Alternate Phone: Remit To: City, State, Zip: A Minority Business Enterprise (MBE) is a business which is an independent and continuing operation for profit, performing a commercially useful function, which is owned and/or controlled by one or more minority group member(s). African American Business Enterprise (AABE), Hispanic Business Enterprise (HBE), Female Business Enterprise (FBE), Asian Business Enterprise (ABE), Native American Business Enterprise (NABE) An Owned is a minority or female owner which possesses an ownership interest 51% of the business A Controlled is a minority or female which possess and exercise the legal authority and power to manage business assets, good will and daily operations of the business and actively and continuously exercise such managerial authority and power in determining the policies and directing the operations of the business. Classification of your MBE Company (optional): Vendor Contact Name (print) Title Vendor Contact Signature Date RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 6

CONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned contractor/subcontractor/sub-subcontractor who is engaged in the physical performance of services under The City of College Park contract verifies its compliance with The Georgia Illegal Immigration Reform and Enforcement Act of 2011 that they are enrolled in and use E-Verify or, in the case of a contractor/ subcontractor/ subsubcontractor who has no employees and does not intend to hire employees during the term of the contract, will provide a copy of a state-issued driver s license or ID Card issued by a U.S. state that will verify lawful immigration status. E-Verify User Identification Number E-Verify Date of Authorization Name of Contract/Project Name of Contractor/ Subcontractor/ Sub-subcontractor (Circle one) Name of Authorized Officer Signature of Authorized Officer SUBSCRIBED TO AND SWORN BEFORE ME ON THIS THE DAY OF, 20. Notary Public My commission expires on: RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 7

RFP DOCUMENT REQUIREMENTS & CHECKLIST Complete, sign and submit the following RFP documents in the order listed below. The proposal shall be submitted using the forms included in the RFP document. 1. Section V, Fee Schedule, including the final page completed, signed and dated 2. Georgia ITS Certification documentation 3. RFP document requirements & checklist completed, signed and dated 4. Four (4) signature pages signed and witnessed by authorized company personnel 5. Bid Bond (5%) 6. Exceptions Sheet 7. Vendor Questionnaire 8. Contract Affidavit 9. Proofs of Insurance (all requirements must be met before execution of contract) 10. List of subcontractors 11. Reference Request pages 12. Any/All Addenda must be signed, dated and made a part of bid packet 13. Successful bidder acknowledges requirement to provide Performance and Payment Bond before execution of contract 1. Is the vendor located in College Park? 2. Has the vendor previously conducted business with College Park? 3. Has your company ever been debarred from doing business with any federal, state or local agency? (If yes to question 3, on a separate sheet of paper, provide details including: agency name, date(s) and reason for debarment.) Vendor Contact Name (print) Vendor Contact Signature Title Date Faxed, emailed or late proposals will not be accepted. The City of College Park is not responsible for submissions not properly identified, late or undelivered mail or courier service(s). RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 8

Insurance Requirements Within ten (10) days of Notice of Award, and at all times that this contract is in force, the contractor shall obtain, maintain and furnish the City of College Park, Certificates of Insurance from licensed companies doing business in the State of Georgia and acceptable to the City of College Park covering: 1. Worker s Compensation Insurance 2. Comprehensive General Liability Insurance 3. Automobile Liability 4. Umbrella Liability Insurance Copies of these Certificates of Insurance shall be furnished to the City of College Park prior to execution of the contract. Such policies shall be non-cancellable except on thirty (30) days written notice to the City of College Park. LOCAL PREFERENCE POLICY Local Preference may be given to businesses that have a business location within the geographic boundaries of the City of College Park as long as all requirements of the bid have been met. Should a local vendor submit a bid proposal that is not more than three percent (3%) greater than the bid of the lowest non-local vendor for bids up to $150,000 or not more than three percent (3%) greater than the bid of the lowest non-local vendor for bids in excess of $150,000, then the local vendor s bid shall be recommended for approval provided all requirements of the bid proposal/process have been met. This policy shall not apply to any purchases of materials, equipment or services in excess of $1,000,000. The term business location means that the business has a staffed, fixed, physical place of business located within City of College Park City Limits and has had the same for at least one (1) year prior to the date of the business submission of its proposal or bid, as applicable and has held a valid business license from the City of College Park. RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 9

Subcontractor I will / will not propose to subcontract some of the work on this project? (response) I propose to subcontract work to the following: Subcontractor Print Name Brief Description of Work to be Performed by Subcontractor Percent of Work 1 2 3 4 5 6 7 8 9 10 Vendor Contact Name (print) Vendor Contact Signature Title Date Note: The City of College Park requires the (primary) contracted vendor to complete no less than fifty-one (51) percent of the proposed projected RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 10

Reference Request The following references are from current and past government, educational and/or commercial accounts of similar size and scope. Your list should consist of a minimum of five (5) references, and will not include the City of College Park. Nor should your references be current of former City of College Park employees. REFERENCE # 1: Name of Company/Entity: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Brief Description of Work Performed REFERENCE # 2: Name of Company/Entity: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Brief Description of Work Performed RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 11

REFERENCE # 3: Name of Company/Entity: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Brief Description of Work Performed REFERENCE # 4: Name of Company/Entity: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Brief Description of Work Performed REFERENCE # 5: Name of Company/Entity: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Brief Description of Work Performed RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 12

By signing below, I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I understand that collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid, and certify that I am authorized to sign this bid for the bidder. Vendor Name: Vendor Category: Physical Address: City, State, Zip: Telephone: Fax: Alternate Phone: Remit To: City, State, Zip: RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 13

GENERAL PURPOSE The City of College Park (the City) provides solid waste collection services for its residential and commercial customers located within the city limits. The average quantity collected is approximately 1,300 tons of solid waste per month. The City of College Park does not operate a landfill or solid waste transfer facility and plan to enter into a contract for services with a private firm. REQUIREMENTS A. The firm selected to provide solid waste transfer and landfill disposal services must agree to accept and dispose in a lawful manner solid waste generated and collected by the City of College Park. B. The delivery site for the City of College Park s solid waste shall be within a reasonable distance of the city limits in addition the distance to the site will be considered as part of the bid evaluation process. C. The delivery site shall consist of a fully enclosed and under roof facility accessed by a paved roadway. D. The delivery site must have a current operating permit from the Georgia EPD. E. The delivery site shall be open to receive solid waste material between the hours of 4:00 am 5:00 pm, Monday through Friday and from 4:00 am 11:30 am on Saturdays. The transfer station will be in operation from 4:00 am 11:30 am on all City approved holidays, excluding Thanksgiving Day and Christmas Day. F. The delivery site shall be capable of receiving solid waste during inclement weather conditions. G. The selected firm shall weigh all solid waste material delivered by the City and provide the hauler with an appropriate weight receipt indicating date, time and weight. In addition the firm selected shall maintain delivery records so as to provide a monthly invoice detailing the quantity of solid waste delivered in the month including date, time, and weight of each delivery by the City. ASSURANCE of LANDFILL CAPACITY The selected firm shall provide with the bid and thereafter annually to the City of College Park written assurance the firm has sufficient landfill capacity to accommodate the expected solid waste volume delivered by the City of College Park for a period of one (1) year. RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 14

RESPONSIBILITIES of SOLID WASTE A. The selected firm shall be solely responsible for all solid waste transfer and disposal activity conducted under the service contract issued under this specification, including the techniques sequences, procedures, means and coordination of all work. The selected firm shall provide all labor, material(s) and equipment to provide solid waste transfer and disposal services to the City of College Park. B. The selected firm shall supervise and direct the work in a professional manner and provide all daily and continuous attention necessary for such proper supervision and direction. C. The selected firm shall comply with all laws, ordinances, rules, regulations and orders of all public authorities relating to the operation of solid waste transfer and disposal facilities. If any terms of the specification are at variance with any such law, ordinances, rules, regulation or order, the City of College Park shall be notified promptly on discover of such variance. D. All firms responding shall submit to the City of College Park a copy of all state permits issued for or authorizing solid waste transfer and disposal operations. RECORDING KEEPING AND PAYMENT REMITTANCES SERVICES A. The City of College Park must be billed on a monthly basis by the contractor for the actual tonnage of solid waste delivered by the City of College Park to the solid waste transfer station. B. Weight slips must accompany invoices from a certified scale documenting the actual net weight of the solid waste delivered to the solid waste transfer station, the date of delivery and the vehicle number used by the City of College Park. C. Invoices will be due and payable within thirty (30) days of receipt of a properly completed invoice. PRICING of SOLID WASTE Indicate the price per ton in dollars and cents to be charged for solid waste transfer and disposal services. Bid prices must include all cost related to the receipt, transfer, and disposal of solid waste delivered by the City of College Park to the solid waste transfer station, including all landfill charges and all applicable local and state governmental fees. Contract Year Price $ per ton RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 15

STATE OF GEORGIA COUNTY OF FULTON AGREEMENT FOR PROVISION OF ONGOING SERVICES This Agreement made and entered into this day of 2018, between the City of College Park, Georgia (hereinafter "the City") and, (hereinafter the Contractor), witnessed: WHEREAS, the City is contracting with the Contractor to provide the services described below for the term specified herein; NOW THEREFORE, the parties agree as follows: 1. DESCRIPTION OF SERVICES: the Contractor shall provide the following services on an as needed basis as requested by the City: See Request for Proposal attached to this Contract as Exhibit B and hereby incorporated into this Contract. 2. COSTS: Upon completion of each individual construction project, the City shall pay and the Contractor shall receive the prices stipulated in the Request for Proposal (Exhibit B) hereto attached as full compensation for everything furnished by the Contractor, relative to the above described services, which prices shall be paid in the manner and under the terms specified by the City. The Contractor agrees to be reimbursed on a monthly basis per the price or prices listed in the Request for Proposal, with the understanding that the City guarantees no maximum or minimum quantity of work. 3. TERM OF AGREEMENT: The term of this Agreement shall commence on the first day of July, 2018. The Agreement shall remain in effect until June 30, 2019. 4. RENEWAL PROVISIONS: This agreement contains no renewal agreement. The terms of this Agreement are outlined in paragraph 3 above and described in the Request for Proposal, Section I Services Required, paragraph 4. 5. INITIATION OF INDIVIDUAL PROJECTS: Each individual construction project shall begin with a Task Order as described in the Request for Proposal (Exhibit B) and incorporated into the terms hereby agreed to. The Contractor agrees to the terms and conditions contained in Task Order; however, in the event of a conflict between the terms of this Agreement and the terms of the Task Order, the terms of this Agreement shall control. 6. CONTRACTOR S AFFIDAVIT: The Contractor, as a condition of final payment, shall issue an affidavit attesting that Contractor has paid in full all subcontractors and material men utilized by Contractor in the performance of this Agreement for services rendered and/or goods provided by said subcontractors and material men. RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 16

7. WARRANTY ON SERVICES: The Contractor warrants its workmanship to be free from defects as follows: As set forth in the Request for Proposal (Exhibit B) The Contractor further warrants that its workmanship will conform to all specifications and will perform as specified. Upon receipt of written notice of a defect in workmanship, the Contractor shall repair the defect in a timely manner at no expense to the City. 8. RISK MANAGEMENT REQUIREMENTS: The Contractor shall abide by the City s applicable Risk Management Requirements, attached to this Contract as Exhibit A and hereby incorporated into this Contract. 9. HOLD HARMLESS AGREEMENT: To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City, and its employees from and against claims, damages, losses and expenses, including but not limited to attorney s fees, arising out of or resulting from performance of this Agreement, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the performance of the Agreement itself) including loss of use resulting thereof, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity, which would otherwise exist as to a party or person described in the paragraph. In claims against any person or entity indemnified under this paragraph by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this paragraph shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under worker s or workmen s compensation acts, disability benefit acts or other employee benefit acts. 10. DEFAULT PROVISIONS: In the event that the Contractor defaults, the parties agree that the City may procure the above described services from an alternative source. A default by the Contractor shall occur in the event the Contractor: 1) fails to perform reasonably or in accordance with the terms of this Agreement; 2) fails to provide services of a reasonable quality; 3) fails to perform within a reasonable time; 4) fails to adhere to the insurance requirements listed in the Risk Management Requirements. 11. ATTORNEY S FEES: The Contractor shall pay reasonable attorney's fees to the City should the City be required to incur attorney's fees in enforcing the provisions of this Contract or in the collection of any monies herein required to be paid by the Contractor to the City. RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 17

12. WORK ON THE CITY S DESIGNATED PREMISES: In the event that the Contractor, the Contractor's employees or agents or the Contractor's subcontractors enter the City's designated premises, which includes any job site and travel to and from such job site, for any reason in connection with this Agreement, the Contractor and such other parties shall observe all security requirements and all plant safety, plant protection, and traffic regulations. The Contractor shall defend, indemnify, and hold the City harmless from all claims, actions, demands, loss, and causes of action, arising from injury, including death, to any person, or damage to any property, when such injury or damage results in whole or in part from the acts or omissions of the Contractor, the Contractor's employees or agents or the Contractor s subcontractors, save and except damage caused by the sole negligence of the City. The Contractor, and any subcontractor used by the Contractor in connection with this Agreement, shall carry Workmen's Compensation and Employees' Liability Insurance to cover the Contractor's and any subcontractor's legal liability on account of accidents to their employees. The Contractor and any subcontractor shall carry adequate Comprehensive General Liability and adequate Comprehensive Automobile Liability Insurance covering accidents to their employees. The Contractor and any subcontractor shall carry adequate Comprehensive General Liability and adequate Comprehensive Automobile Liability Insurance covering legal liability of the Contractor and any subcontractor on account of accidents arising out of the operations of the Contractor or any subcontractor and resulting in bodily injury, including death, being sustained by any person or persons, or in any damage to property. At the City's request, the Contractor shall furnish to the City certificates from the Contractor's insurers showing such coverage in effect and agreeing to give the City ten (10) days' prior written notice of cancellation of the coverage. IN WITNESS WHEREOF this date, said parties have hereunto set their seals the day and year above first written. Executed on behalf of: ATTEST: DATE: CITY OF COLLEGE PARK, GEORGIA BY: TITLE: THE CONTRACTOR: BY: TITLE: ATTEST: DATE: RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 18

EXHIBIT A CITY OF COLLEGE PARK, GEORGIA RISK MANAGEMENT REQUIREMENTS CONTRACTS FOR MORE THAN $100,000 A. For public works contracts, surety performance and payment bonds each in the amount of at least the total amount payable by the terms of the contract. B. Insurance Required (only if Contractor or any agent or employee of Contractor will be: driving a vehicle during the performance of the contract; acting on behalf of the City; or performing any part of the contract on the premises of the City) 1. Workers Compensation Workers Compensation coverage on a statutory basis for the State of Georgia with an Employer s Liability limit of $1,000,000. The increased Employer s Liability limit may be provided by an Umbrella or Excess Liability policy. 2. Automobile Liability Automobile liability coverage for owned, hired, and nonowned vehicles in the amount of $1,000,000 combined single limit. 3. Commercial General Liability Coverage to be provided on occurrence not claims made basis. The coverage is to include Contractual liability, Per Project Limit of Liability, losses caused by Explosion, Collapse and Underground ( XCU ) perils, the City of College Park, Georgia is to be added as an Additional Insured and Products and Completed Operations coverage is to be maintained for three (3) years following completion of work. LIMITS OF LIABILITY $1,000,000 Per Occurrence $1,000,000 Personal and Advertising $50,000 Fire Damage* $5,000 Medical Payments* $1,000,000 General Aggregate $1,000,000 Products/Completed Operations per Occurrence and Aggregate *These are automatic minimums 4. Umbrella and/or Excess Liability The umbrella or Excess Liability Policy may be used to combine with underlying policies to obtain the limits required. The Management of the City may elect to require higher limits. 5. Owners Protective Liability The City Management may in its discretion require Owners Protective Liability in some situations. RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 19

CONTRACTS FOR UP TO $100,000 A. For public works contracts, surety performance and payment bonds in the City s discretion where the contract amount is greater than $20,000.00. B. Insurance Required (only if Contractor or any agent or employee of Contractor will be: driving a vehicle during the performance of the contract; acting on behalf of the City; or performing any part of the contract on the premises of the City) 1. Workers Compensation Workers Compensation coverage on a statutory basis for the State of Georgia with an Employers Liability limits of $100,000 each Accident, Disease $100,000 each employee, $500,000 Disease policy limit. 2. Automobile Liability Automobile liability coverage for owned, hired, and nonowned vehicles in the amount of $500,000 combined single limit. 3. Commercial General Liability Coverage to be provided on occurrence not claims made basis. The coverage is to include Contractual liability, Per Project Limit of Liability, losses caused by Explosion, Collapse and Underground ( xcu ) perils, the City of College Park, Georgia is to be added as an Additional Insured and Products and Completed Operations coverage is to be maintained for three (3) years following completion of work. LIMITS OF LIABILITY $1,000,000 Per Occurrence $1,000,000 Personal and Advertising $50,000 Fire Damage* $5,000 Medical Payments* $1,000,000 General Aggregate $1,000,000 Products/Completed Operations per Occurrence and Aggregate *These are automatic minimums 4. Owners Protective Liability The City Management may in its discretion require Owners Protective Liability in some situations. Before the start of any work, the Contractor shall furnish to the City: A. Certificates of Insurance manifesting that the applicable above mentioned requirements have been met, all certificates to contain: 1. The name of the Insurance Company 2. Policy Number 3. Policy inception and expiration dates 4. Name and address of insured RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 20

5. Name and address of agent 6. Limits of liability 7. Type of insurance coverage 8. Any amendment that expands or reduces standard Insurance Service Office (ISO) policy coverage. 9. Statement that the policy applies to the project number or job concerned. 10. Attach copy of Endorsement that shows that each of the policies have been amended to provide thirty (30) days notice to certificate holders prior to termination or non-renewal and that the General Liability Policy has been endorsed to show certificate holder as additional insured. B. An endorsement incorporating the Hold Harmless Agreement assumed by the Contractor under the terms of this Contract; The Contractor shall be wholly responsible for securing Certificates of Insurance coverage as set forth above from all Subcontractors who are engaged in this work. RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 21

EXHIBIT B SECTION I SERVICES REQUIRED The service capabilities required are for projects that include overhead and underground line construction services, as well as substation low side construction and maintenance. Examples of substation low side work would be breaker or regulator replacement, and other standard line maintenance items such as switch, lightning arrestor, etc replacement. Projects may vary in scope from small maintenance jobs requiring 1 5 days to complete, to major construction projects requiring several weeks to several months to complete. These projects may include any or all construction types from simple overhead or direct bury underground construction, to complex multi-circuit overhead and/or concrete encased duct system underground construction. Generally, a minimum of one week notice, more on larger projects, will be given between a specific request for services and expected start times. The specific request for services will include the definition of the scope of work for the project, including drawings and plans when available, as well as a desired project schedule. The Contractor will define the personnel and equipment required to meet the desired completion schedule, subject to review and approval by the City. Upon agreement, a start time will be defined for the work to begin. When possible, the City will schedule multiple assignments to be continuous to minimize crew movement. However, there will be times when the schedule of work does not allow continuity between assignments. No minimum or maximum quantity of work is guaranteed or implied by the City. The City reserves the right to request additional personnel and equipment for any task or to reduce the personnel and equipment assigned to a work task with reasonable notice to the Contractor. Such added or reduced personnel and equipment will be billed hourly as defined in the fee schedule. The work assignments will occur in individual Task Orders, which will be on an hourly basis or by mutually agreed upon lump sum amounts for each Task Order. While working on an hourly basis, the City reserves the right to change assignments between Orders as needed to meet project schedules. The period to be covered by this agreement shall be the 12 - month period from a date on or after July 01, 2016 through June 30, 2017. For any projects on which significant work has been started by the contractor and not completed prior to the end of the contract period, a contract extension may be granted where the City and the Contractor agree that the prices and conditions covered under the current contract shall remain in force covering the period required to complete the projects in question. SECTION II CONTRACT With the Proposal, the Contractor shall submit four copies of the attached Contract with original signature to cover the defined services, executed by an authorized person for the Contractor and ready for selection and execution by the City. The attached Contract Form will become the basis for the final agreement, subject to legal review and final agreement on the terms of the Contract. SECTION III TASK ORDERS A Task Order can be as simple as a verbal assignment to the Contractor s assigned person in charge or as formal as a written agreement with defined work scope and other arrangements defined by that agreement. Each Task Order generally has a specific project name or number that must be used for billing and cost accounting purposes. END OF RFP DOCUMENT RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 Page 22