23
Solid Waste Request for Proposal November 2020 II-1 REQUEST FOR PROPOSAL CURBSIDE CONTAINER PLACEMENT FOR THE CITY OF THOMASVILLE SOLID WASTE DEPARTMENT RFP # 2020-007

CITY OF THOMASVILLE REMINGTON PARK

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-1

REQUEST FOR PROPOSAL

CURBSIDE CONTAINER PLACEMENT

FOR THE CITY OF THOMASVILLE

SOLID WASTE DEPARTMENT

RFP # 2020-007

Page 2: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-2

City of Thomasville Solid Waste

SPECIFICATIONS & CONTRACT

CURBSIDE CONTAINER

PLACEMENT

Owner:

CITY OF THOMASVILLE, GEORGIA

Page 3: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-3

PROPOSAL PACKAGE

CURBSIDE CONTAINER PLACEMENT

TABLE OF CONTENTS

Request for Proposal

1.1 Statement of Need ................................................................................................. I-4

1.2 Service Agreement ................................................................................................ I-4

1.3 Bidder Instructions ................................................................................................ I-4

1.4 Proposal Preparation ............................................................................................. I-5

1.5 Proposal Delivery.................................................................................................. I-5

1.6 Opening Proposals ................................................................................................ I-6

1.7 Interpretation and Addenda ................................................................................... I-6

1.8 Examination of Site............................................................................................... I-6

1.9 Insurability and Bond-ability ................................................................................ I-6

1.10 Proposal Duration ................................................................................................. I-6

1.11 Pricing Instructions ............................................................................................... I-6

1.13 Price Guarantee ..................................................................................................... I-7

1.14 Contractor Resume................................................................................................ I-7

1.15 Signature and Legibility ........................................................................................ I-7

1.16 Inspection of Contractor’s Facilities ..................................................................... I-7

1.17 Material Quantities................................................................................................ I-7

1.18 Maintenance Personnel Uniforms ......................................................................... I-7

1.19 Maintenance Personnel Behavior ......................................................................... I-8

1.20 Safety .................................................................................................................... I-8

Service Agreement, Statement of Intent and Scope of Work ..............................II-1

Warranties, Liabilities and Indemnification ........................................................II-2

Safety, Insurance ..................................................................................................II-3

Hazardous Materials ............................................................................................II-4

Payments and Termination ..................................................................................II-5

Scheduling and General Conditions.....................................................................II-6

Compliance Laws and Miscellaneous ..................................................................II-7

Signatures ................................................................................................. II-8 & II-9

Exhibit “A” Service Description ........................................................... III-1 & III -2

Exhibit “B” Summary Proposal ......................................................................... III-3

Exhibit “C” Map Route……………………………………………………….III-4

Exhibit “D” Holiday Schedule………………………………………………..III-5

Page 4: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-4

REQUEST FOR PROPOSAL

CURBSIDE CONTAINER PLACMENT

1.1 Statement of Need

The City of Thomasville Solid Waste Division is seeking proposals from qualified

contractors to provide a cost effective and efficient garbage container placement service

without sacrificing community and neighborhood appearance and cleanliness.

The City of Thomasville currently provides curbside container placement from private

property to the curbside for approximately 7,000 containers and intends to offer private

placement to the same customers via the use of the City of Thomasville owned 90 gallon

wheeled garbage containers.

The Contractor will handle all serviced collection containers in a manner that avoids

damage to them. Containers will be returned to the designated setout location at each

residence, standing upright, and will not be thrown or placed in areas where they become

obstructions to pedestrians or traffic flow.

The Contractor will make collections with a minimum of noise and disturbance to the

householder between specified hours. Collection hours are between 7 a.m. and 7 p.m. The

work will be done in a sanitary manner. The Contractor’s employees will pick up waste

spilled by the Contractor immediately. All areas where glass has been broken or dropped

will be swept clean and glass deposited in a bag for disposal in the truck. All solid waste

hauled by the Contractor shall be so contained, tied, covered, or enclosed such that

leaking, spilling, or blowing are prevented. Any leaking fluids from the trucks of the

Contractor will be cleaned up within 24 hours, and notification must be sent to the City’s

staff member in charge of the contract.

Page 5: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-5

1.2 Service Agreement Term

City of Thomasville (“COT”) and the selected CURBSIDE CONTAINER PLACEMENT

Contractor ("Contractor") will execute a Service Agreement for a term of one (1) year.

The Contract term will begin January 4, 2021 and terminate in 2022, beginning January 4, 2022.

This can be extended if directed by the City of Thomasville and prices are adjusted as needed.

Extension of Contract

This contract may be extended by COT at (1-year) periods only under the terms and conditions

of the original contract except as stated in item 1 below. Such written notice shall be given 90

days prior to the expiration date of each contract period.

1.3 Bidder Instructions

Sealed proposals are invited for all work as defined, suggested, or implied in the attached

Service Agreement, entitled "CURBSIDE CONTAINER PLACEMENT” in

THOMASVILLE, GEORGIA, as well as any addenda issued to Bidders prior to the

submission of proposals.

This RFP does not guarantee that a Service Agreement will be awarded. The City of

Thomasville reserves the exclusive right to reject any or all proposals, in whole or in part, that it

deems to be in the best interest of the COT, and to waive any formalities or technicalities in any

proposal received. The COT reserves the right to request modification of any or all proposals.

The COT does not represent that it intends to accept the lowest price Proposal; award will be

made to the lowest price Bidder that COT deems to be qualified. The COT reserves the right to

award by items, groups of items, or total Proposal.

Proposals may be held by the COT for a period not to exceed 60 days from the date of submittal

for the purposes of reviewing the proposals and investigating the qualifications of the Bidders,

prior to executing the Service Agreement.

a. Intent

It is intended that the Instructions to Service Providers, General Conditions and

Detailed Schedules/Specifications shall define and describe the complete services

to which they relate.

b. Examination

The Service Provider is advised to examine all documents and current parameters

of the services in becoming fully informed as to their conditions. This includes the

conformity with specific standards and the character, quality and quantity of the

reports and services provided. Failure to examine these areas will not relieve the successful Service Provider of the obligation to furnish all products and services

necessary to carry out the provisions of the contract.

Page 6: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-6

c. Determination of Successful Service Provider

An award will be made to the responsible contractor, whose proposal is most

advantageous to the city, taking into consideration the factors set forth in this

RFP.

d. Responsiveness

The COT will consider the degree to which each Service Provider has submitted a

complete Technical and Fee Proposal without irregularities, excisions, special

conditions, or alternative proposals for any item unless specifically requested in

the RFP.

1.4 Proposal/RFQ Preparation

This RFP includes a complete set of Proposal Forms (see Exhibit “B” of the Service Agreement)

which are for the convenience of the Bidders and are to be filled out and executed completely.

As part of the bidding process, Contractor shall complete a Request for Qualifications (RFQ),

which must be furnished simultaneously with the delivery of the Proposal.

Failure to supply any requested information may result in disqualification. The Owner reserves

the right to request additional information if clarification is needed.

1.5 Proposal/RFQ Delivery

Sealed proposals will be received by the City of Thomasville, Georgia, in the City of

Thomasville offices, 111 Victoria Place, Thomasville, Georgia, until 2:00 P.M. November, 20,

2020.

Sealed proposals should be mail to the City of Thomasville entitled as follows:

PURCHASING DEPARTMENT

City of Thomasville

Purchasing Department

111 Victoria Place

Thomasville, Georgia 31792

RFP #2020-0007

Attention: Anthony Choice

All completed Proposal Forms and Addenda shall be submitted in a sealed opaque envelope

which states on the outside: "SEALED PROPOSAL FOR THE CURBSIDE CONTAINER

PLACEMENT." Proposals communicated by Bidders orally, electronically or via facsimile

will be rejected.

Page 7: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-7

Questions or comments pertaining to this bid must be presented in writing, sent as

E-mail to the attention of the Manager Purchasing/Fleet; Anthony Q. Choice, e-

mail: [email protected], no later than Five (5) working days prior

to the bid opening or will be forever waived.

The Service Provider will submit one (1) original and three (3) copies of its

technical proposal and one (1) original and three (3) copies of its price proposal,

as well as an electronic version of both on a separate flash drive. Proposals must

be in strict compliance with this Request for Proposal. Failure to comply with all

provisions of the RFP or to provide complete responses to all options may result

in disqualification.

No proposals will be accepted after the above stated time.

Page 8: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-8

1.6 Opening Proposals

All proposals received prior to the scheduled opening time will be securely kept until the time

and date stated above for opening the proposals at which time all proposals will be publicly

opened with participant names called only.

1.7 Interpretation and Addenda

No oral interpretations will be made to any Bidder as to the meaning of the Service Description

and Specifications (see Service Agreement – Exhibit “A”). Interpretations, if made, will be

written in the form of an addendum and sent to all Bidders on the contractor list.

1.8 Examination

Each Bidder shall visit the community of Thomasville and thoroughly familiarized itself with all

conditions pertinent to the work in total as is indicated in the Service Description and

Specifications (see Service Agreement – Exhibit “A”).

No additional compensation nor relief from any obligations of the Service Agreement will be

granted because of lack of knowledge of the site or conditions under which the work will be

performed, i.e., general working conditions, labor requirements, weather conditions,

accessibility, condition of the premises, any obstructions, drainage conditions and the actual

grades.

1.9 Insurability and Bondability

Each Bidder shall supply with its proposal, evidence of insurability and/or bondability

commensurate with the requirements specified in the Service Agreement (see Article Three –

Warranties, Liabilities, Indemnities, Insurance, and Bonds).

1.10 Proposal Duration

The Proposal must be in effect for a minimum of 90 calendar days starting with the day

following the Proposal Delivery Date (see Section 1.5, Proposal Delivery). During this time, all

provisions of the Proposal must be in effect, including prices.

1.11 Pricing Instructions

Bidders shall submit their price information on the "Summary Proposal Form" and the "Itemized

Proposal Forms" (see Service Agreement – Exhibit “B”) with all blank spaces completed.

Bidders shall also sign the Summary Proposal Form and complete the Bidder name and address

information.

Each line item price identified on all Itemized Proposal Forms (see Service Agreement – Exhibit

“B”) shall be clearly stated and cover all charges (including incidental expenses, applicable

taxes, insurance, overhead and profit.

Page 9: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-9

Each line item price shall identify, in each case, the amount which is to be added or deducted

from the Total Proposal Price amount.

1.13 Price Guarantee

Contractor agrees that its pricing to the COT shall not increase throughout the term of this

Service Agreement.

1.14 Contractor Resume

Each Bidder shall submit with its proposal a complete resume of experience and qualifications.

The information shall include at least the following: years the Bidder's company has been in

business, customer references for comparable jobs. Bidder shall have a minimum of two (2)

years of experience providing services for a municipality.

1.15 Signature and Legibility

The name, address and signature of the Bidder and the price information shall be clearly and

legibly written on the Summary Proposal Forms and Itemized Proposal Forms (see Service

Agreement – Exhibit “B”). Bidder's Proposal shall be signed by a person legally authorized to

bind the Bidder to a contract.

1.16 Inspection of Contractor's Facilities

Owner may, upon selecting a Contractor for this work, within 10 days send his representative(s)

to visit the Contractor's facilities before executing a Service Agreement.

1.17 Material Quantities

It is the Contractor's responsibility to confirm all material quantities.

1.18 Maintenance Personnel Uniforms

All laborers and foremen of the Contractor shall perform all work on the premises in a uniform

to be designed by the Contractor. The Contractor shall have a reasonable time within which to

obtain uniforms for new employees. The shirt and pants shall be matching and consistent. At

the start of each day, the uniform shall be reasonably clean and neat. Worn and tattered uniforms

shall be promptly replaced.

1.19 Maintenance Personnel Behavior

No smoking in or around the residential properties will be permitted. Rudeness or discourteous

acts by Contractor employees towards tenants, guest, management, etc will not be tolerated. No

Page 10: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-10

Contractor solicitation of any kind is permitted on property. Contractor may be asked to park in

designated areas.

1.20 Safety

Contractor shall maintain an adequate safety program to ensure the safety of employees and any

other individuals working under this agreement. Contractor shall comply with all OSHA

standards. Contractor shall take precautions at all times to protect any persons and property

affected by Contractor’s work under this agreement, utilizing safety equipment such as bright

vests, latex gloves, eyewear, etc.

CURBSIDE CONTAINER PLACEMENT – SERVICE AGREEMENT

This Service Agreement is made and entered into this day of , 2020, by and

between the , THE CITY OF THOMASVILLE, GEORGIA (‘COT"), located at 111 Victoria

Place, Thomasville, Georgia 31792 and

(“Contractor”) located at , COT and Contractor being

collectively referred to as the "Parties". Owner's property to be maintained by Contractor is

located in Georgia. The COT’s Representative is the Solid Waste & Landfill Superintendent or

their designee.

ARTICLE ONE – STATEMENT OF INTENT

Contractor is hereby made aware that the COT anticipates that the cart placement within the city

limits of Thomasville herein shall be of the very highest quality. All work to be performed

within the scope of these specifications shall be strictly managed, executed, and performed by

personnel with clean backgrounds or meet the COT’s Human Resources guidelines.

Page 11: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-11

ARTICLE THREE – WARRANTIES, LIABILITIES, INDEMNITIES, and INSURANCE

2.1 Warranties

Contractor warrants that work performed and all goods delivered under this Service

Agreement, shall be free from any defects in workmanship and material, and shall

conform strictly to these specifications. Contractor further warrants that all work shall be

performed using Contractor's best efforts and shall be in conformance with industry

standards for workmanship.

By executing this Service Agreement, Contractor represents that they have examined

carefully, all the contract documents acquainted with the premises where the work is to

be performed and all conditions relevant to the work, and has made all evaluations and

investigations necessary to a full understanding of any difficulties which may be

encountered in performing the work. Contractor acknowledges that the contract

documents are sufficient for the proper and complete execution of the work.

2.2 Liabilities

It is the responsibility of the Contractor to notify the COT in writing of any conditions

beyond the control of the Contractor or scope of work.

2.3 Indemnification

Contractor will indemnify and hold harmless the COT and their agents and employees

from and against all claims, damages, losses and expenses including attorney’s fees

arising out of or resulting from the performance of the work, provided that any such

claims, damages, loss or expense is attributable to bodily injury, sickness, disease or loss

of use resulting therefrom; and is caused in whole or in part by any negligent or willful

act or omission of the Contractor, and anyone directly or indirectly employed by the

Contractor for whose acts any of them may be liable.

In any and all claims against the COT, or any of their agents or employees, by an

employee of the Contractor or anyone directly or indirectly employed by the Contractor

for whose acts any of them may be liable, the Indemnification obligation shall not be

limited in any way by any limitation on the amount of type of damages, compensation or

benefits payable by or for the Contractor under Worker’s Compensation Acts, Disability

Benefit Acts or other Employee Benefits Acts.

2.4 Insurance

The successful Contractor shall not commence work under this contract until all

insurance requirements described below have been obtained and such insurance has been

approved by the COT.

Page 12: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-12

The City of Thomasville requires that The City of Thomasville, Georgia be listed on each

of the insurance policies as “additional insureds”. This inclusion must appear on the

certificates that are provided to the Owner. The insurance certificate shall include the

following statement:

The City of Thomasville, Georgia is included as additional insured with respect to any

claim, demand, suit or action brought against the City of Thomasville and arising from

or related to the performance of the contract to which this certificate is attached.

No change or cancellation in insurance shall be made without thirty (30) days' written

notice to the COT. Insurance coverage required in these specifications shall be in force

throughout the contract term. Should any contractor fail to provide acceptable evidence

of current insurance within five (5) days of receipt of written notice at any time during

the contract term, the COT shall have the right to consider the contract breached and

justifying the termination thereof.

a. Comprehensive General Liability - The contractor shall procure and shall

maintain during the life of the Contract Agreement, such Comprehensive General

Liability insurance as shall protect the COT, Contractor and any Subcontractors or

others working on the premises of the COT in connection with this project, or

performing work covered by this contract from claims for damages for bodily

injury, including accidental death, as well as from claims for property damages,

which may arise from operations under the Contract Agreement, whether such

operations are by himself or by anyone directly or indirectly employed or

contracted with, by him.

The amount of insurance shall not be less than the following:

$1,000,000 Bodily injury, including death, each occurrence.

$ 500,000 Property Damage, each occurrence

$1,000,000 Property Damage, in the aggregate

b. Vehicle Liability - The contractor shall procure and shall maintain during the life

of the Contract Agreement, Comprehensive Automobile (Motor Vehicle) Liability

insurance in amounts not less than the following:

$ 500,000 Bodily injury or death to any one person

$1,000,000 Bodily injury, each occurrence

$ 300,000 Property damage, each occurrence

The insurance shall be the greater of the above shown figures or that as required

by the State of Georgia. The insurance shall include coverage for owned, leased,

and rented vehicles, as well as equipment, trailers, etc.

c. Worker’s Compensation - The Contractor shall procure and shall maintain during

the life of the Contract Agreement, Worker’s Compensation insurance for all of

Page 13: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-13

his employees to be engaged in work on the project under this Contract. This

insurance should be for the amount required by the State of Georgia.

2.5 Hazardous Materials

Contractor shall comply with all federal and state, laws, rules, and regulations pertaining

to the storage, handling, and disposal of hazardous materials. The service company is

responsible for the safe disposal and maintaining the appropriate records indicating the

proper disposal of all hazardous materials. The Contractor must make every effort to

relieve the COT of any liability pertaining to the storage, handling, and disposal of

hazardous materials.

ARTICLE FOUR - PAYMENT

The City will be responsible for billing its residential customers and collecting all

payments for collection, transportation and disposal of the materials collected. Invoices

submitted to the COT by contractor shall be paid on a monthly basis according to the

terms and conditions of the Agreement resulting from this proposal.

CURBSIDE CONTAINER PLACEMENT

Twelve(12) Month Contract to (January - December) for 7000 containers. Total $

3.1 Payment for CURBSIDE CONTAINER LACEMENT (Category A) from the Summary

Proposal Form (see Service Agreement – Exhibit “B”), will be based on 12 equal

monthly payments.

3.2 Contractor shall submit to the COT an invoice based upon the price schedule for

Category A from the Summary Proposal Form (Exhibit “B”) and a detailed statement of

all services rendered to the COT by the Contractor in the preceding month. Within 30

days of receipt of said invoice and statement, the COT shall remit to the Contractor one

hundred (100%) of the "Base Payment", or $ , hereinafter referred to as the

"Base Payment Fixed Amount".

3.3 Payments by Owner to Contractor for work performed shall be based on the dollar

amounts described in Category A from the Summary Proposal Form comprise the Base

Payment amount which is paid monthly and described in 3.2.

ARTICLE FIVE - TERMINATION

4.1 COT may terminate the Service Agreement with 30 days’ written notice with or without

cause and must be received by the Contractor by Certified Mail. The 30-day notice shall

commence on the day of actual receipt of said written notice by Contractor.

Page 14: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-14

4.2 Contractor may terminate the Service Agreement with 90 days’ written notice with or

without cause and must be received by the Owner by Certified Mail. The 90-day notice

shall commence on the day of actual receipt of said written notice by COT.

ARTICLE SIX – SCHEDULING

5.1 Timing

Container placement is performed on Monday, Tuesday, Thursday & Friday with a

designated day for specific sections of the city. The intent is for refuse collection to be

collected on the same day as containers are placed at the curbside for the given section of

city. See Appendix “C” for route mapping.

COT may at any time request alterations to the general service provided that the

Contractor may accomplish the request without incurring additional expense for

equipment, materials or labor.

ARTICLE SEVEN - GENERAL CONDITIONS

6.1 Contractor shall park in areas designated by COT’s representative. Contractor shall not

drive or park on any premises not own by the Contractor unless specific arrangements

have been made with COT’s representative.

6. 2 Contractor is responsible for securing work area.

6.3 Contractor‘s employees must maintain safe and ethical behavior at all times when

providing services on any premises.

6.4 No hazardous materials to include pesticides, paints, antifreeze, cleaning solvents are to

be poured into sanitary or storm sewers. No hazardous materials are to be placed in any

dumpsters whether provided by the contractor or not.

6.5 Contractor is responsible for cleaning up any miscellaneous waste created by

performance of the work. Examples are glass, food, clothing, paper, plastics, etc.

a. Contractor agrees that all persons working for or on behalf of the Contractor

whose duties bring them upon any premises shall obey the rules and regulations

that are established by the COT and shall comply with the reasonable directions

of the COT’s representative and other officials.

b. Contractor shall be responsible for the acts of its employees while on any

premises. Accordingly, contractor agrees to take all necessary measures to

prevent injury and loss to persons or property located on the premises. Contractor

shall be responsible for all damages to persons or property caused by Contractor

or any of its employees.

Page 15: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-15

c. Contractor agrees that, in the event of an accident of any kind, Contractor will

immediately notify the COT’s Police Department and thereafter furnish a full

written report of such accident.

d. Contractor shall perform the services under this Agreement without interfering in

any way with the activities of COT & property owners.

6.6 Contractor must comply with all applicable building codes, all State and Federal

regulations, all State, Federal, and local laws, and purchase all appropriate permits.

ARTICLE NINE - COMPLIANCE WITH LAWS

Contractor shall, at its own expense, obtain all necessary permits and licenses required by any

federal, state, county or local codes, laws, ordinances and regulations. Contractor will comply

with all applicable state, federal, county and local laws, orders and judicial decisions, including,

but not limited to matters regarding occupational health and safety.

ARTICLE TEN - MISCELLANEOUS

This Service Agreement, together with all Exhibits, shall supersede any and all agreements, both

oral and written, between the Parties with respect to the rendering of services by the Contractor

for the Owner. The invalidity in whole or in part of any provision of this Service Agreement

shall not affect the validity of any other provision.

The rights and remedies of the Parties shall be cumulative and in addition to any other rights and

remedies provided by law or equity. A waiver of a breach of any provision hereof shall not

constitute a waiver of any other breach. This Service Agreement shall be governed and

construed in accordance with the laws of the State of Georgia. The parties also agree that

jurisdiction and venue of any dispute between them regarding any aspect of this Service

Agreement shall be proper in Thomas County, Georgia and with any of the state or local courts

seated therein, including the Magistrate Court if the jurisdictional amount in controversy is met.

No subsequent agreement concerning the service provided shall be effective unless made in

writing and executed by authorized representatives of the Parties.

Notices shall be in writing, effective upon receipt, if mailed or faxed to :

COT: Company Name: CITY OF THOMASVILLE

Street Address: Solid Waste

Street Address : 925 Davenport Drive (P.O. Box 1540)

City, State, Zip: Thomasville, Georgia 31792

ATTN: Jimmy Smith, Jr.

Tel: (229) 227-6992

Fax: (229) 227-3397

Page 16: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-16

Contractor: Company Name:

Street Address :

City, State, Zip:

ATTN:

Tel:

Fax:

Any subcontractor utilized by Contractor shall be the total responsibility of the Contractor. All

terms and conditions of this Service Agreement imposing responsibilities and obligations on

Contractor shall apply to any and all subcontractors as if they were the responsible Contractor.

In the event suit is brought or an attorney is retained by either Party to enforce the terms of this

Service Agreement, the prevailing Party shall be entitled to recover, in addition to any other

remedy to which that Party may be entitled, reimbursement for reasonable attorney's fees.

The terms and provisions of this Service Agreement that by their sense and context are intended

to survive the performance thereof by the Parties shall survive the completion of performance

and termination of this Service Agreement, which terms and provisions shall include, but not be

limited to, all indemnification and hold harmless terms and provisions.

This Service Agreement shall not be assigned by the Contractor without prior written consent of

the Owner. Contractor is and shall be responsible and liable for all actions, inactions and

liabilities of any subcontractor in the performance of the duties of Contractor hereunder, as

implied in the first sentence of this paragraph.

ARTICLE ELEVEN – SIGNATURES

Having carefully examined this Service Agreement, as well as the premises and the conditions

affecting the work outlined herein, the undersigned Contractor agrees to furnish all services,

equipment, labor and materials called for in said documents. The term of this Service

Agreement shall begin on ______________ and will expire on __________________.

Page 17: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

II-17

The parties hereto signing this Service Agreement hereby represent that each is a duly authorized

representative with the express authority to enter into this Service Agreement on behalf of their

respective companies.

IN WITNESS WHEREOF, the Parties hereto have executed this Service Agreement as of the

day and year first written above.

CITY OF THOMASVILLE, GEORGIA CONTRACTOR

By: By:

Name: Name:

Title: Title:

Date: Date:

Page 18: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

III-1

EXHIBIT “A”

SERVICE DESCRIPTION AND SPECIFICATIONS

CURBSIDE CONTAINER PLACEMENT – CITY OF THOMASVILLE

I. Container placement is performed on Monday, Tuesday, Thursday & Friday with a

designated day for specific sections of the city. The intent is for refuse collection to be

collected on the same day as carts are placed at the curbside for the given section of city.

See Appendix “C” for route mapping.

II. Limited Access Locations: There are a number of townhouses, apartment complexes, and

limited access areas where carts are placed in designated areas away from the physical

address to allow collection. It is the responsibility of the contractor to become

familiarized with the unique access locations.

III. Holidays: There are holidays when our local Landfill is either closed or are open only

half days. At this time collection services are not provided on these days. See Appendix

“D” for the COT holiday schedule and collection make up days. COT reserves the right

to adjust the schedule as necessary to provide a sufficient service to the residents.

IV. Collection/Transportation Equipment: All vehicles and equipment used in providing

services shall meet all Department of Transportation and COT code requirements and

shall be appropriate for their intended use on Thomas County public roads, private roads,

and parking lots within the service area. It is the responsibility of the contractor to

become familiar with any unique road surface, width, or other access limitations within

the service area.

V. Representation: The contractor shall provide a local representative to act as the COT

primary point of contact in the coordination of services, resolution of complaints, and

general information sharing. This employee shall be able to respond to problems in the

field in a timely manner and shall be available by phone during the normal hours of

providing these services.

VI. Proposals may include services other than those currently being offered, for consideration

by the COT such as recycling and container maintenance of 90 gallon rolling carts,

dumpsters and roll-offs. Proposed services shall apply with the Thomasville Municipal

Code Chapter 15 and any other applicable sections.

Page 19: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

III-2

VII. Prior to the commencement of any work, the contractor shall provide performance and

payment bonds to secure the performance of services of the contract and to insure

payment for all labor, materials and equipment furnished for use in the performance of

the contract. The securities shall be 100% of the contract amount and shall be submitted

upon award of contract and annually upon contract renewal.

Page 20: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

III-3

EXHIBIT “B”

SUMMARY PROPOSAL FORM

CURBSIDE CONTAINER PLACEMENT – CITY OF THOMASVILLE THOMASVILLE, GEORGIA

This Summary Proposal Form totals the Itemized Proposal Form for Category A. This total is defined as

the "Total Proposal Price".

A. CURBSIDE CONTAINER PLACMENT (City limits

only):

12 MONTH CONTRACT (January – December) $

CONTRACTOR NAME

CONTRACTOR ADDRESS

CONTRACTOR SIGNATURE

TITLE

TELEPHONE NUMBER

DATE

Page 21: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

III-4

APPENDIX “C” ROUTE MAPPING

Page 22: CITY OF THOMASVILLE REMINGTON PARK

HIGHWAY 19 S

HIGHWAY 84 BYP

HALL

RD

SMITH AVE

MILL

POND

RD

METCALF RD

S PINETREE BLVD

E JACKSON ST

CASS

IDY R

D

MAGN

OLIA

RD

HIGHWAY 19 N

HIGH

WAY 3

19 BY

P

SOUT

H ST

W JACKSON ST

HIGH

WAY 3

HIGHWAY 319 S

W CLAY ST

OLD CASSIDY RD

FLET

CHER

ST

GLEN

WOOD

DR

METCALF AVE

MAGN

OLIA

ST

CAMPBELL ST

SPRI

NGHI

LL R

D

HIGHWAY 319 N

W PINETREE BLVD

YOUNG ST

OLD ALBANY RD

LEST

ER ST

OLD MONTICELLO RD

WRIG

HT ST

S BROAD ST

GORDON AVE

N MADISON ST

HIGHWAY 84 W

WOLF ST

N BROAD ST

ROSE

WAY D

R

N STEVENS ST

OAK HILL RD

WADE LN

SKYL

INE D

R

FELIX ST

N SPAIR ST

LOWER CAIRO RD

CAIRO RD

HILL RD

E WALCOTT ST

BLUEBIRD AVE

VINE ST

OAK ST

HIGHWAY 122

LABRAH PLANTATION LN

N PINETREE BLVD

GRADY ST

COUN

TY LI

NE R

D

TUXEDO DR

SHADY LN

CINDY DR

SPRING LAKE RD

POWELL DR

NEEL ST

SALLY ST

E MONROE ST

N MITCHELL ST

COVI

NGTO

N AV

E

HABERSHAM RD

FERN ST

PATT

ERSO

N ST

ILL R

D

JONES ST

SUNSET DR

2ND AVE

FORREST ST

MIMOSA DR

SIMEO

N ST

REID ST

N DA

WSON

ST

INDU

STRI

AL BL

VD

HIGHWAY 84 E

BARTOW ST

COLTON AVE

BJ'S RD

MCKINLEY ST

E WASHINGTON ST

E WEBSTER ST

DAVENPORT DR

ALEXANDER ST

DEESE LN

CHATHAM DR

ERNEST ST

W CALHOUN ST

HARRIS ST

N MA

RTIN

LUTH

ER KI

NG JR

DR

WOODS GATE LN

WOOD

LAND

DR

LEE ST

PATTERSON ST

E CLA

Y ST

VICTORIA PL

COLONIAL DR

LAW

ST

ORIOLE DR

HOPKINS ST

PARK AVE

LIBERTY ST

DONNA LN

CLARK RD

ROSEDALE AVE

E JEFFERSON ST

S COLLEGE ST

TUCWAL ST

GINGER LN

ORAN

GE ST

ROBIN DR

AUGUSTA AVE

PEAR ST

4TH AVE

GENE

SIS PK

Y

3RD AVE

SHORTLEAF PL

REMINGTON AVE

RALE

IGH

AVE

5TH AVE

PALM

AVE

6TH AVEBAYTREE DR

DOGW

OOD

DR

OAK TRACE DR

N COLLEGE ST

VARNEDOE ST

NORTH BLVD

ACACIA BLVD

HAYES ST

PARK

WAY D

R

BLAC

KSHE

AR S

T

CHARLIE WARD BLVD

BAY D

R

PLANTATION OAKS DR

KERN

ST

JUNIUS ST

BELMONT DR

COMMERCIAL DR

CLAIRE DR

LONGLEAF DR

CLANTON ST

KINGS DR

E PINETREE BLVD

TUXEDO DR

RUTH LN

WHEE

T ST

PERSIMMON ST

SWAN

ST

PEACH ST

NOTT

INGH

AM D

R

GRAY

DON

AVE

BIBB ST

TIMBE

R RIDG

E DR

PHEA

SANT

RID

GE

BROOKWOOD DR

CEDA

R TR

L

AVALON WAY

TANG

LEWO

OD D

R

BAYB

ROOK

ST

WOOD

LAKE

S RD

NORM

AL LN

BIG STAR DR

S MADISON ST

CANNON ST

GLEN

ARVE

N DR

ROYAL AVE

ORCHARD LN

CAITLIN LN

PALL BEARER RD

ELY ST

MAURY ST

CECI

L ST

ROBI

N HO

OD D

R

CRESTWOOD DR

WILLOW CREEK DR

W WALCOTT ST

N CRAWFORD ST

1ST AVE

BEN GRACE DR

EUCLID DR

MEANDER TRC

HIGHLAND ST

ROUNDTREE RD

MARS

HALL

ST

LILLIQUIN DR

ALTM

AN AV

E

IVANHOE DR

LL PINES DR

BETH DR

STRATFORD WAY

WATSON ST

TOM

ST

MCLEAN AVE

V V CURTIS LN

HORRIX ST

HUNTERS PL

HOLLYWOOD DR

BRENTWOOD DR

WEST

OVER

AVE

SCOTT DR

FOREST HILLS DR

TEDDY STDE

VERE

AUX

DR

PLAI

N ST

PLAN

TATIO

N DR

BELLINGHAM DR

BENT OAK CIR

WILDWOOD LN

FEATHERGRASS LN

TRIPLET AVE

ROCK SPRINGS LN

WALL ST

FLEMING ST

IMPERIAL DR

ALLEN ST

WIMB

LEDO

N DR

EDGEWOOD DR

PARN

ELL S

T

MARTY DR

HAYDEN WAY

GREE

N ST

HUGH ST

FRIAR TUCK LN

W MERRILL ST

W HILL ST

DAVI

S ST

HAMP

TON

CT

EDGE

WOOD

CIR

SHOR

ELIN

E DR

HARDAWAY ST

BENNETT ST

TOWN CT

BAMB

OO LN

PAYN

E ST

CHARNIE DR

LOVER'S LN

EAST CLUB DR

PINEWOOD PL

FLOY

D AV

E

STRONG ST

TWIN ACRES DR

BURN

S ST

FAIRFAX ST

W MONROE ST

FAIR

BANK

S AVE

LAKE

EAGL

E DR

DUNEDIN DR

RYAN LN

BRAN

CH H

EAD

LN

WARREN AVE

BLAI

RSTO

NE LN

MISS

ISSIP

PI AV

E

KENLEY LN

WOOD

RIDG

E TRL

FALC

ON D

R

SPRINGDALE CIR

BAY S

T

PAGE'S LN

COVE

LAND

ING

DR

GROVE POINTE DR

SCHLEY ST

BRIAR

WOOD

DR

GRAN

DVIEW

TR

OLD BOSTON RD

LUCY

ST

LINWO

OD LN

BROADNAX ST

CHES

TNUT

ST

FORB

ES D

RRO

CKY L

N

PATTEN ST

SPRING RIDGE RD

KINGS F

RST

EDDIE LN

MAPLE ST

LAWRENCE DR

MYRTLE DR

MARCIA AVE

CLERMONT DR

TRACY LN

CELESTE CT

KELLY ST

S HAN

SELL

ST

BRIARCLIFF DR

PHELPS ST

TALL

TIMB

ERS R

D

SUMMERCREEK CV

KELO

N DR

HARR

OGAT

E LN

CASSIDY ROAD EXT

MARISA CT

WEST CLUB DR

SHUMAKE AVE

NORTHWOODS DR

BARNES ST

OAKWOOD LN

CIRCLE DR

MAGG

IE D

R

FANN ST

PINECREST BLVD

WINS

LOW

DR

PINE ST

INWOO

D PL

S CRAWFORD ST

E HILL ST

EAGLES LANDING DR

CHUKKARS DR

GEORGIA AVE

BUTT

ON W

OOD

LN

MEADOW STN HANSELL ST

PETTIGREW LN

WHITE

OAK

TRL

ARTZI DR

GRANT ST

MORN

INGS

IDE D

R

RABKKN LN

DIXON ST

WILL

IS ST

HOLLY HILL DRHOLLY HILL LN

Ashley P

ark Pl

TEXA

S AVE

PLUM ST

WINDINGWOOD LN

OAK CIR

MULBERRY ST

BROOKHAVEN LN

PINE LAKE DR

REBECCA ST

Brighton Street

GALE ST

HAMBLETON ST

RIDGECREST DRCR

OSS S

T

FAIRWAY DR

BUSH ST

WRAY

ST

CAMELLIA DR

PATTERSON STILL SPUR E

LUTEN LN

EXEC

UTIV

E DR

DONCASTER DR

KNOTTED PINE LNHE

ISMAN

WAY

JORDAN DR

GRIBBEN ST

PECAN ST

MONT

ROSE

DR

STEWART ST

W LOOMIS ST

MCKENZIE LN

HANN

A ST

WILLIAMSBURG AVE

CRIMSON CIR

BUSIN

ESS

CIR

BRYANT ST

AZALEA ST

S DAWSON ST

LAKEWOOD DR

KING DAVID RD

PATT

ERSO

N ST

ILL SP

UR E

EXT

EMILY LN

SUGARWOOD LN

HENDERSON ST

SHORT ST

N SH

ORT M

ADISO

N ST MARGARET ST

HALC

YON

WAY

WASHINGTON PL

HOLLAND ST

FONTAINE DR

MARK

ET S

T

JAME

S ST

DOWDELL ST

STILES LN

STEA

PHON

DR

HICKORY DR

ROUSE ST

W JEFFERSON ST

CAMB

RIDGE

FORE

ST

BURD

ETTE

'S LN

PONY CIR

CARROLL ST

WISE ST

CONSTITUTION AVE

YATE

S ST

SUSA

N AVE

DIXON LN

SUSIE

WAY

AYRIES DR

FEINBERG ST

BALCOM AVE

MCRAE AVE

LYNNE MARIE DR

ARDEN DR

E MERRILL ST

E JERGER ST

LOOM

IS ST

S STEVENS ST

N PA

STIM

E DR

SHEP

ARD'S

WAY

WALTERS LN

THOMAS TECH LN

HADLEY DR

RUBY ST

SCHOOL AVE

FORSYTH ST

SEABOARD DR

ALLE

Y

CHERRY ST

COTTAGE LN

W HANSELL ST

HUNTERS G

CULP

EPPE

R ST

E CALHOUN ST

BROWN ST

SEWELL ST

SOUT

HPAW

DR

BECKY ST

WAYNE ST

HORN

E ST

BUCKTON WAY

TRAMEL LN

OAK PL

PAST

IME A

VE

LUKE

ST

ALLISON LNPHILLIP LN

RYLEE CT

VIRGINIA ST

ABBE

Y DR

BRANCH ST

VASHTI AVE

ELLINOR ST

POND HOUSE LN

PARK ALY

MARTHA'S LN

ROBU

CK AV

E

ANN'S CV

PINE NEEDLES

WISTERIA LN

OAK ST

FLET

CHER

ST

N DAWSON ST

SPRIN

GHILL

RD

S HANSELL ST

N PINET

REE BL

VD

PARN

ELL S

T

MYRTLE DR

HIGHWAY 84 BYP

GORDON AVE

SUNSET DR

ROSEDALE AVE

JUNIUS ST

OAK ST

GENE

SIS P

KY

1ST AVE

PINE ST

AUGUSTA AVE

NORTH BLVD

HIGH

WAY 3

19 BY

P

REMINGTON AVE

S STEVENS ST

HIGHWAY 319 S

E CALHOUN ST

HIGHWAY 84 W

E PIN

ETRE

E BLV

D

EUCLID DR

ORAN

GE ST

S HAN

SELL

ST

FERN ST

N PINETREE BLVD

LIBERTY ST

COVE

LAND

ING

DR

PERSIMMON ST

HIGHWAY 19 S

HIGHWAY 19 S

PARK AVE

HIGHWAY 84 BYP

E WASHINGTON ST

S DAW

SON

ST

HIGHWAY 19 N

HIGHWAY 19 NW PINETREE BLVD

PAYN

E ST

LAW

ST

PINE ST

W PINETREE BLVD

JONES ST

E CLAY ST

BLAC

KSHE

AR S

T

REMINGTON AVE

LUCY

ST

COUN

TY LI

NE R

D

E PINETREE BLVD

E WASHINGTON ST

WIMBLEDON DR

HIGHWAY 319 N

Friday

Thursday

Mond

ay

Wednesday

Tuesday

Tues

day

Tuesday

Thursday

Tuesday

Friday

TuesdayFriday

Tues

day

Monday

Mond

ay

Friday

Monday

Wednesday

Monday

Wednesday

Friday

Tuesday

Friday

Thursday

Tuesday

DOW Pickup ZonesMondayTuesdayThursdayFriday

±

Solid Waste DOW Collection Zones(Inside City Limits)

Page 23: CITY OF THOMASVILLE REMINGTON PARK

Solid Waste Request for Proposal November 2020

III-5

APPENDIX “D” HOLIDAY SCHEDULE

SOLID WASTE HOLIDAY SCHEDULE

2021

Friday, January 1: New Year’s Day 2021

Thursday, November 25: Thanksgiving Day

Saturday, December 25: Christmas Day

2022

Saturday, January 1: New Year's Day 2022

Monday, July 4: Independence Day

Thursday, November 24: Thanksgiving Day