Upload
others
View
6
Download
0
Embed Size (px)
Citation preview
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
Solid Waste Request for Proposal November 2020
II-2
City of Thomasville Solid Waste
SPECIFICATIONS & CONTRACT
CURBSIDE CONTAINER
PLACEMENT
Owner:
CITY OF THOMASVILLE, GEORGIA
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
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.
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.
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.
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.
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.
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
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.
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.
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
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.
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.
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
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 __________________.
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:
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.
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.
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
Solid Waste Request for Proposal November 2020
III-4
APPENDIX “C” ROUTE MAPPING
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)
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