← Back to Washington County, GA

Document Washingtoncountyga_doc_350b2bec6a

Full Text

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND DISPOSAL WASHINGTON COUNTY BOARD OF COMMISSIONERS 119 JONES STREET SANDERSVILLE, GEORGIA 31082 FEBRUARY 2025 Prepared by: ---PAGE BREAK--- Request for Proposal Page 1 of 11 G028-101 02/10/25 Request for Proposals Solid Waste Collection and Disposal Table of Contents Page Section 1 - Introduction/Overview 3 1.01 Purpose/Objective/Background 3 1.02 Request for Proposal and Appendices 3 Section 2 - Proposal Instructions and Requirements 3 2.01 Submission of Proposals 3 2.02 Compliance with the RFP 4 2.03 Inquiries, Addenda, and Interpretations 4 2.04 Required Performance Outcomes/Functional Specifications 4 2.05 Ambiguity, Conflict or Other Errors in the RFP 4 2.06 Proposals and Presentation Costs 5 2.07 Rejection of Proposals 5 2.08 Acceptance of Proposals 5 2.09 Examination of RFP and Site 5 2.10 Validity of Proposals 5 2.11 Acknowledgment of Insurance Requirements 5 2.12 Proposer Responsibilities 6 2.13 Pre-Proposal Conference 6 2.14 Owner’s Right to Research Proposer’s Experience 6 2.15 Terms and Conditions of Construction Contract 7 Section 3 - Proposal Evaluation and Contractor Selection 7 3.01 Method of Contractor Selection 7 3.02 Projected Timetable 8 3.03 Proposal Evaluation Panel and Evaluation Factors 8 Section 4 - Proposal Format and Contents 8 4.01 General 8 4.02 Tab I – Proposal Affidavit 9 4.03 Tab II – Cost to the Owner 10 4.04 Tab III – Proposer’s Team Experience and Organization 10 4.05 Tab IV – Similar Work Performed 10 4.06 Tab V – Schedule 10 4.07 Tab VI – Acceptance of Conditions 10 4.08 Tab VII – Appendices 11 ---PAGE BREAK--- Request for Proposal Page 2 of 11 G028-101 02/10/25 Appendices Appendix A – Proposal Affidavit Appendix B – Proposal Bond Appendix C – Certificates and Affidavits C-1 Partnership Certificate C-2 Corporate Certificate C-3 Non-Collusion Affidavit of Prime Bidder C-4 Non-Collusion Affidavit of Subcontractor C-5 Contractor E-Verify Affidavit C-6 Subcontractor E-Verify Affidavit Appendix D – Proposal Cost Form Appendix E – Project Reference Form Appendix F – Draft Contract Documents Exhibit A Scope of Work Exhibit B Rate of Compensation Exhibit C Performance Bond Appendix G – Green Box Site Information ---PAGE BREAK--- Request for Proposal Page 3 of 11 G028-101 02/10/25 Solid Waste Collection and Disposal Request for Proposal Section 1 Introduction/Overview 1.01. Purpose / Objective/ Background The Washington County Board of Commissioners (Owner) is soliciting proposals from Proposers to provide the Work associated with Solid Waste Collection and Disposal as described in the documents by Atlantic Coast Consulting, Inc. (Engineer). The Project consists of Solid Waste Collection and Disposal from 31 Green Box sites located throughout Washington County, Georgia. A Table listing the Green Box sites, their location, number of dumpsters, and frequency of collection is provided as Appendix G. These sites service approximately 10,151 residences in the unincorporated portion of the County. 1.02. Request For Proposal and Appendices Each prospective Proposer will be furnished: • Request For Proposal (RFP) • Appendix A – Proposal Affidavit • Appendix B – Proposal Bond • Appendix C – Certificates and Affidavits • Appendix D – Proposal Cost Form • Appendix E – Project Reference Form • Appendix F – Draft Contract Documents • Appendix G - Green Box Site Information Section 2 Proposal Instructions and Requirements 2.01. Submission of Proposals All proposals will be received by 2:00 PM, local time, on March 28, 2025, by the Owner at the Washington County Board of Commissioners Office, Attention: Chris Hutchins, Interim County Administrator/Clerk, 119 Jones Street, Sandersville, GA 31082. The Owner will not accept any proposals received after 2:00 PM and shall return such late proposals to the Proposer unopened. Proposers shall submit one original and four copies of the proposal. Proposals shall be enclosed in a sealed envelope or box. If the Proposal is sent through the mail or other delivery system, the sealed envelope or box shall be enclosed with the notation "PROPOSAL ENCLOSED" on the face of it. The outside of the box containing the PROPOSAL must be plainly marked with the following information: • Proposal for Solid Waste Collection and Disposal ---PAGE BREAK--- Request for Proposal Page 4 of 11 G028-101 02/10/25 • Proposer's correct name and address Proposals will be opened publicly in a manner to avoid public disclosure of contents. Only the names of Proposers will be read aloud. 2.02. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in rejection of Proposal. 2.03. Inquiries, Addenda, and Interpretations A. No interpretation of the meaning of the Request for Proposal, Draft Contract Documents or other pre-proposal documents will be made to any Proposer orally. B. Every request for such interpretation should be made in writing and addressed to Atlantic Coast Consulting, Inc., 11545 Wills Road, Suite 100, Alpharetta, Georgia 30009 (fax:[PHONE REDACTED]), Attn; David Hamilton ([EMAIL REDACTED]), and to be given consideration must be received at least five business days prior to the date fixed for opening Proposals. C. Any and all such interpretations and any supplemental instructions will be in the form of written Addenda to the Request for Proposal which, if issued, will be emailed, mailed, shipped or faxed to all prospective Proposers (at the respective addresses furnished) prior to the date fixed for the opening of Proposals. D. Failure of Proposers to receive or acknowledge any Addendum shall not relieve them of any obligation under the Proposal. All Addenda shall become part of the Contract Documents. 2.04. Required Performance Outcomes/Functional Specifications The Proposer, at a minimum, must achieve and maintain the performance outcomes shown in the referenced Contract Documents, consistent with performance standards agreed to by the Owner through a contract resulting from this RFP. 2.05. Ambiguity, Conflict or Other Errors in the RFP If a Proposer discovers any ambiguity, conflict, discrepancy, omission, or other error in the RFP or any document attached to, incorporated into or referenced by the RFP, they shall immediately notify the Engineer of such error in writing and request modification or clarification of the document as outlined in Paragraph 2.03 above. The Owner will make modifications by issuing a written addendum and will give written notice to all parties who have received this RFP from the Owner. 2.06. Proposals and Presentation Costs The Owner will not be liable in any way for any costs incurred by any Proposer in the preparation of its proposal in response to this RFP, nor for the ---PAGE BREAK--- Request for Proposal Page 5 of 11 G028-101 02/10/25 presentation of its proposal and/or participation in any discussions or negotiations. 2.07. Rejection of Proposals The Owner reserves the right to accept or reject any or all proposals submitted. Reasons for which Proposers may be disqualified and their Proposals not considered include, but are not limited to: • The Owner determines that the Proposer's proposal is not responsive to the RFP. • The Owner determines that the Proposer is not responsible. This may be due to the failure of the Proposer to supply information in connection with an evaluation of responsibility. • The Proposer fails to complete the Proposal in its entirety. • An individual, firm, partnership or corporation under the same or different names files more than one Proposal. • Reasonable grounds exist for believing that any Proposer has a proprietary or pecuniary interest in more than one Proposal, or that collusion exists among the Proposers. • Failure of the Proposer to satisfy any requirements of the RFP. 2.08. Acceptance of Proposals The Owner may accept proposals that are submitted properly and are not rejected for any reason. However, the Owner reserves the right to request clarifications or corrections to proposals. 2.09. Examination of RFP and Sites It is the responsibility of each Proposer before submitting a Proposal: • To examine thoroughly the RFP and other related data identified in the Proposal Documents. • To visit the sites and to become familiar with and satisfy Proposer as to the general, local and site conditions that may affect cost, progress, performance or furnishing of labor for the Work. 2.10. Validity of Proposals All proposals shall be valid for a period of 60 days from date due. 2.11. Acknowledgment of Insurance Requirements By submitting its proposal to the Owner the Proposer acknowledges that it has read and understands the insurance requirements for the Proposal. The insurance requirements are detailed in the Contract Documents included in Appendix F. ---PAGE BREAK--- Request for Proposal Page 6 of 11 G028-101 02/10/25 2.12. Proposer Responsibilities The Proposer will be required to follow contract requirements in accordance with all conditions of the Contract, provide a responsible account manager, assign qualified persons to the work, provide the equipment required to do the assigned task or accomplish the work, and maintain a clear line of communication for prompt resolution of problems. 2.13. Pre-Proposal Conference A mandatory Pre-Proposal Conference will be held for all Proposers at 10:00 AM, local time, on March 5, 2025 at the Washington County Board of Commissioners Office, 119 Jones Street, Sandersville, GA 31082. All proposers must attend all of the Pre-Proposal Conference. Any proposer that does not attend the Pre-Proposal Conference will be disqualified from proposing and their submittal will not be accepted. 2.14. Owner's Right to Research Proposer’s Experience The Owner prior to or after receipt of the Proposer’s proposal, shall have the right to research work performed by the Proposer. This research effort will be conducted by Owner personnel, and their representatives as deemed appropriate by the Owner, which may include site visits and interviews with anyone involved with such projects. The Owner reserves the right to contact any and all references (including those project references not furnished by the Proposer in their proposal) to obtain, without limitation for the purpose of evaluating the Proposers qualifications, the following minimum information regardless of Proposer's performance on the listed jobs: 1. Was Proposer cooperative during the initiation/start-up of services? 2. Was the Owner satisfied with daily operations? 3. Did Proposer effectively address problems that arose during the term of the contract? 4. Did the Owner consider the number and validity of Proposer generated change orders and Requests for Information, if any, appropriate? 5. Did Proposer manage its subcontractors well? 6. Would the Owner rate the Proposer’s safety record on the project as being adequate? 7. Did Proposer timely address customer complaints? 8. Were Proposer's account manager and other key personnel competent and professional? 9. Was the Owner satisfied with the overall performance of the Proposer? ---PAGE BREAK--- Request for Proposal Page 7 of 11 G028-101 02/10/25 10. Would the Owner look forward to hiring Proposer for another contract? 11. Did the subcontractors selected by the Proposer perform well? 2.15. Terms and Conditions of Construction Contract A contract resulting from this RFP shall be subject to the conditions set forth in the Draft Contract, (Appendix Section 3 Proposal Evaluation and Contractor Selection 3.01. Method of Selection The Owner is using the Competitive Sealed Proposals method of Contractor selection, as authorized by State Law. Proposals will be evaluated using the criteria stated in the RFP. Once the evaluation is complete, all responsive Proposers will be ranked from most advantageous to least advantageous to the Owner, considering the evaluation factors stated in the RFP. Short-listing, interviews and site visits may be a part of this evaluation and ranking process. The Owner will then execute a contract with the highest ranked Proposer. If a satisfactory contract cannot be agreed upon, negotiations may be conducted, in the sole discretion of the Owner, with the second, and then the third, and so on, ranked Proposers. If the Owner is unsuccessful in its first round of negotiations, it may reopen negotiations with any Proposer with whom it previously negotiated. The scope of the work may be changed during this negotiation process at the discretion of the Owner in an effort to reduce the cost and/or to benefit the project in any manner. An award, if made, will be made to the responsible and responsive Proposer whose proposal is most advantageous to the Owner, taking into consideration the evaluation factors set forth in this RFP. The proposals are to be based upon this RFP and the referenced documents that are attached and hereby made a part of this solicitation. The attached documents include specifications & contract documents; when these documents are reviewed with other referenced documents and information, the Proposer acknowledges he has been provided sufficient detail to understand and respond to the intent and Scope of Work to be provided by the Proposer to satisfactorily provide the Solid Waste Collection and Disposal services requested. ---PAGE BREAK--- Request for Proposal Page 8 of 11 G028-101 02/10/25 3.02. Projected Timetable The following projected timetable should be used as a working guide for planning purposes. The Owner reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issuance of RFP Documents 2/19/2025 Pre-Proposal Conference (10:00 A.M., Local Time) 3/5/2025 Inquiry Period Ends 3/19/2025 Proposal Due (2:00 P.M., Local Time) 3/28/2025 Completion of Evaluation & Ranking of Proposals 4/2/2025 Notice of Award Target Date 4/7/2025 Effective Date of Contract, Beginning of Service 7/1/2025 3.03. Proposal Evaluation Panel and Evaluation Factors A panel appointed by the Owner will evaluate proposals and negotiate a contract. Other agencies and consultants of the Owner may, at the sole discretion of the Owner, evaluate the proposals and/or Proposers. The factors to be considered by the panel in the evaluation of proposals and the negotiation of a contract are listed below. The Owner will consider responses to the following items in its evaluation of proposals and Proposers. Evaluation Factors Cost to the Owner (60%) Proposer’s Team Experience and Capacity (15%) Client References for Similar Work Performed (15%) Project Approach (10%) Section 4 Proposal Format and Contents 4.01. General The information listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Proposer to include all listed items may result in the rejection of the proposal. ---PAGE BREAK--- Request for Proposal Page 9 of 11 G028-101 02/10/25 An outline of the required submittal is provided for clarification as follows: Tab I • Proposal Affidavit • Proposal Bond • Partnership Certificate • Corporate Certificate • Non-Collusion Affidavit of Prime Bidder • Non-Collusion Affidavit of Subcontractor • Security and Immigration Affidavit - Contractor • Security and Immigration Affidavit - Subcontractor Tab II • Proposal Cost Form Tab III • Qualifications including ability, capacity, skills and number of years experience • Experience with proposed key subconsultants (if any) • Resumes Tab IV • Project Reference Forms Tab V • Project Approach • List of Facilities and Equipment to be Utilized on This Contract Tab VI • Exceptions • Certification Statement Letter • Audited Financial Report/Annual Report Tab VII • Additional Information 4.02. Tab I - Proposal Affidavit The Proposer shall complete the affidavit (See Appendix A – Proposal Affidavit) and enclose under Tab I. Additionally, a Proposal Bond (See Appendix B – Proposal Bond) shall be included under Tab I, duly executed by the Proposer as principal and having as surety thereon a surety company licensed to do business in the State of Georgia and listed in the current U.S. Treasury Circular 570, in the amount of Twenty-five Thousand dollars ($25,000.00.) Additionally, the Proposer shall complete the following forms and enclose under Tab I as found in Appendix Partnership Certificate, Corporate Certificate, Non- Collusion Affidavit of Prime Bidder, and Non-Collusion Affidavit of Subcontractor, Contractor E-Verify Affidavit, and Subcontractor E-Verify Affidavit. ---PAGE BREAK--- Request for Proposal Page 10 of 11 G028-101 02/10/25 4.03. Tab II - Cost to the Owner Complete the PROPOSAL COST FORM (Appendix D) in its entirety. Pricing submitted indicates that the Proposer has a full understanding of the scope of work based upon a review of all information furnished with this RFP, including the Draft Contract Documents. The price entered reflects the scope of work depicted by the Contract Documents and supplemental information furnished with the RFP. The items of work will be reviewed during the negotiation session solely to confirm that the Proposer’s understanding is in agreement with the Owner’s intent. 4.04. Tab III - Proposer’s Team Experience and Organization Provide information that documents the firm's and selected subcontractors' qualifications to produce the required outcomes, including its ability, capacity, skill, and number of years of experience in providing the required services. Describe the various team members' successful experience working with one another on previous projects. Include resumes of all key individuals who will be committed to the project providing the required work. 4.05. Tab IV - Similar Work Performed It is the goal of the Owner that all Proposers have had experience a minimum of five years experience in collecting solid waste. Prospective Contractors must provide a minimum of three references with their proposal of similar or greater size service areas that has been serviced within the last 24 months. Information for each project shall be provided on the Project Reference Form (Appendix E) provided with this proposal or a reasonable facsimile. The Proposer shall make additional copies of the form as required. Only one project shall be listed on each form. All information requested in the form shall be provided in the order requested. 4.06. Tab V – Project Approach Proposers shall describe their approach to this contract including the staffing and equipment requirements, and facilities to be utilized. 4.07. Tab VI - Acceptance of Conditions Indicate any requested exceptions to the requirements listed in the RFP, General Conditions and form of Agreement in the attached Contract Documents (reference Appendix F) and any other requirements or documents of the RFP and the Project. The Proposer should provide a written certification statement on their company letterhead that they have the financial capabilities, sufficient personnel and equipment to execute the services in this contract. Proposers shall provide a copy of their most recent annual audited financial report/ annual report. ---PAGE BREAK--- Request for Proposal Page 11 of 11 G028-101 02/10/25 4.08. Tab VII - Appendices The content of this tab is left to the Proposer's discretion. However, the Proposer should limit materials included here to those that will be helpful to the Owner in understanding the Proposal. ---PAGE BREAK--- G028-101 Appendix A-1 02/10/25 APPENDIX A Proposal Affidavit TO: WASHINGTON COUNTY BOARD OF COMMISSIONERS FROM: (Proposer's Name) FOR: SOLID WASTE COLLECTION AND DISPOSAL Submitted:__________ The undersigned Proposer, in compliance with your Request for Proposal for this Project, having examined the Request for Proposal Documents and the site of the proposed work, and being familiar with all of the conditions surrounding the proposed Project, including the availability of materials and labor, hereby proposes to provide the services requested for the Project in accordance with the said Documents. The Proposer proposes and agrees, if this Proposal is accepted, to contract with Washington County Board of Commissioners in the form of Contract Agreement specified, to furnish all necessary products, machinery, tools, apparatus, means of transportation and labor necessary to complete the Work in full and complete accordance with the reasonably intended requirements of the Contract Documents for Solid Waste Collection and Disposal with a definite understanding that no money will be allowed for extra work except as set forth in the Contract Documents. The Proposer agrees hereby to commence Work under this Contract, with adequate personnel and equipment, on a date to be specified in a written order of the Owner. The Proposer declares an understanding that the quantities shown for unit price items are subject to either increase or decrease, and that should the quantities of any of the items of Work be increased, the Proposer proposes to do the additional Work at the unit prices stated herein; and should the quantities be decreased, the Proposer also understands that payment will be made on the basis of actual quantities at the unit price proposed and will make no claim for additional costs or anticipated profits for any decrease in quantities; and that actual quantities will be determined upon completion of Work, at which time adjustment will be made to the Contract amount by direct increase or decrease. In case of discrepancies between the figures shown in the unit prices and the totals, the unit prices shall apply and the totals shall be corrected to agree with the unit prices. In case of discrepancies between written amounts and figures, written amounts shall take precedence over figures and the sum of all Proposal extensions (of unit prices) plus lump sum items shall take precedence over PROPOSAL TOTAL. The Proposer furthermore agrees that, in the case of a failure to execute the Contract Agreement and Bonds within thirty (30) days after receipt of conformed Contract Documents for execution, the attached Proposal Bond accompanying this Proposal and the monies payable thereon shall be paid into the funds of the Owner as liquidated damages for such failure. ---PAGE BREAK--- g G028-101 Appendix A-2 02/10/25 Attached hereto is a Proposal Bond for Twenty-five Thousand Dollars ($25,000.00). Proposer acknowledges receipt of the Following Addenda: Addendum No. 1, dated: Addendum No. 5, dated: Addendum No. 2, dated: Addendum No. 6, dated: Addendum No. 3, dated: Addendum No. 7, dated: Addendum No. 4, dated: Addendum No. 8, dated: PROPOSER: By: Title: Address: Phone: Attest: (Signature) Title: Note: Attest for a corporation must be by the corporate secretary; for a partnership by another partner; for an individual by a notary. Note: If the Proposer is a corporation, the Proposal shall be signed by an officer of the corporation; if a partnership, it shall be signed by a partner. If signed by others, authority for signature shall be attached. ---PAGE BREAK--- g G028-101 Appendix B-1 02/10/25 APPENDIX B Proposal Bond STATE OF COUNTY OF KNOW ALL MEN BY THESE PRESENTS, that we, , as Principal, and , as Surety, are held and firmly bound unto Washington County Board of Commissioners in the sum of Twenty-five Thousand Dollars ($25,000.00) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted to the Owner a Proposal for Solid Waste Collection and Disposal NOW THEREFORE, the conditions of this obligation are such that if the Proposal be accepted, the Principal shall, within thirty (30) days after receipt of conformed Contract Documents, execute a Contract in accordance with the Proposal upon the terms, conditions and prices set forth therein, and in the form and manner required by the Contract Documents and execute sufficient and satisfactory separate Performance and Payment Bonds payable to the Owner, each in an amount of 100 percent of the total Contract Price, in form satisfactory to the Owner, then this obligation shall be void; otherwise, it shall be and remain in full force and effect in law; and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to the aforesaid Owner, upon demand, the amount hereof in good and lawful money of the United States of America, not as a penalty, but as liquidated damages. This bond is given pursuant to and in accordance with O.C.G.A. §36-91-1 et.seq. and all the provisions of the law referring to this character of bond as set forth in said Sections or as may be hereinafter enacted and these are hereby made a part hereof to the same extent as if set out herein in full. IN WITNESS WHEREOF, the said Principal has hereunder affixed its signature and seal, and said Surety has hereunto caused to be affixed its corporate signature and seal, by its duly authorized officers, on this day of , 2025. ---PAGE BREAK--- g G028-101 Appendix B-2 02/10/25 CONTRACTOR – PRINCIPAL: By: (name signed) (name printed or typed) Title: Address: Attest: (name signed) (name printed or typed) Title: (SEAL) Note: Attest for a corporation must be by the corporate secretary; for a partnership by another partner; for an individual by a notary. SURETY: By: (name signed) (name printed or typed) Title: Address: Attest: (name signed) (name printed or typed) Title: (SEAL) Note: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the Project is located. ---PAGE BREAK--- g G028-101 Appendix C-1 02/10/25 APPENDIX C Certificates and Affidavits ---PAGE BREAK--- g G028-101 Appendix C-2 02/10/25 C-1 Partnership Certificate STATE OF COUNTY OF On this day of 2025, before me personally appeared known to me to be the person who executed the above instrument, who, being by me first duly sworn, did depose and say that he or she is a general partner in the firm of and that said firm consists of himself or herself and and that he or she executed the foregoing instrument on behalf of said firm for the uses and purposes stated therein, and that no one except the above named members of the firm have any financial interest whatsoever in said proposed Contract. Partner Partner Partner Partner Subscribed and sworn to before me, of Notary Public My Commission Expires: (Date) (SEAL) NOTE: If only one partner signs, a Power of Attorney executed by all other partners authorizing him or her to act in the name of the company must be attached; otherwise, all partners must sign. ---PAGE BREAK--- g G028-101 Appendix C-3 02/10/25 C-2 Corporate Certificate I, certify that I am the Secretary of the corporation named as Contractor in the foregoing proposal; that who signed said proposal on behalf of the Contractor was then of said corporation; that said proposal was duly signed for and in behalf of said corporation by authority of its Board of Directors, and is within the scope of its corporate powers; that said corporation is organized under the laws of the State of This day of Corporate Secretary: (name signed) (name printed or typed) (SEAL) ---PAGE BREAK--- g G028-101 Appendix C-4 02/10/25 C-3 Non-Collusion Affidavit of Prime Proposer STATE OF COUNTY I, being first duly sworn, deposes and says that: He or she is (Owner, Partner, Officer, Representative or Agent) of the Proposer that has submitted the attached Proposal; He or she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; Such Proposal is genuine and is not a collusive or sham Proposal; Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this Affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Proposer, firm or person to submit a collusive or sham Proposal in connection with the Contract for which the attached Proposal has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer, firm or person to fix the price or prices in the attached Proposal or of any other Proposer, or to fix any overhead, profit or cost element of the Proposal price or the Proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against Washington County Board of Commissioners or any person interested in the proposed Contract; and The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any of its agents, representatives, owners, employees, or parties in interest, including this Affiant. PROPOSER: By: (name signed) (name printed or typed) Title: Date: Subscribed and sworn to me this day of 2025 NOTARY PUBLIC: (name signed) (name printed or typed) Commission Expires: (SEAL) ---PAGE BREAK--- g G028-101 Appendix C-5 02/10/25 C-4 Non-Collusion Affidavit of Subcontractor State County of being first duly sworn, deposes and says that: He or she is (Owner, Partner, Officer. Representative, or Agent) of hereinafter referred to as the “Subcontractor”; He or she is fully informed respecting the preparation and contents of the Subcontractor’s Proposal submitted by the Subcontractor to ,the Contractor for certain work in connection with the Contract pertaining to the Project in Such Subcontractor’s Proposal is genuine and is not a collusive or sham Proposal; Neither the Subcontractor nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Proposer, firm or person to submit a collusive or sham Proposal in connection with such Contract or to refrain from submitting a Proposal in connection with such Contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other Proposer, firm or person to fix the price or prices in said Subcontractor’s Proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against Washington County Board of Commissioners or any person interested in the proposed Contract; and The price or prices quoted in the Subcontractor’s Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Proposer or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. By: (name signed) (name printed or typed) Title: Date: Subscribed and sworn to me this day of 2025. NOTARY PUBLIC: (name signed) (name printed or typed) Commission Expires: ---PAGE BREAK--- g G028-101 Appendix C-6 02/10/25 C-5 Contractor E-Verify Affidavit By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is proposing to engage in the physical performance of services on behalf of Houston County has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicability provisions and deadlines established in 0.C.G.A 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by 0.C.G.A 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Contractor Name of Project Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on , , 2025 in , (City) (State) Signature of Authorized Officer or Agent (Title of Authorized Officer or Agent of Contractor) (Printed Name of Authorized Officer or Agent) Subscribed and sworn to me this day of 2025. NOTARY PUBLIC: (name signed) (name printed or typed) Commission Expires: ---PAGE BREAK--- g G028-101 Appendix C-7 02/10/25 C-6 Subcontractor E-Verify Affidavit By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of service under a proposed contract with on behalf of Washington County has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicability provisions and deadlines established in 0.C.G.A 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by 0.C.G.A 13-10-91(b). Additionally, the undersigned subcontractor will forward notice of the receipt of affidavit from a sub-subcontractor to the contractor within five business days of receipt. If the undersigned subcontractor receives notice that a sub- subcontractor has received an affidavit from any other contracted sub-subcontractor, the undersigned subcontractor must forward, within five business days of receipt, a copy of the notice to the contractor. Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Subcontractor Name of Project Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on , , 2025 in , (City) (State) Signature of Authorized Officer or Agent (Title of Authorized Officer or Agent of Contractor) (Printed Name of Authorized Officer or Agent) ---PAGE BREAK--- g G028-101 Appendix C-8 02/10/25 Subscribed and sworn to me this day of 2025. NOTARY PUBLIC: (name signed) (name printed or typed) Commission Expires: ---PAGE BREAK--- g G028-101 Appendix C-9 02/10/25 APPENDIX D PROPOSAL COST FORM Notes: 1. Annual price adjustment for year 2 and each of the following years will be based on the most recent month published 12-month percentage change in Consumer Price Index for Garbage and Trash collection in U.S. City average, All Urban consumers, not seasonally adjusted. A. RATE OF COMPENSATION FOR COLLECTION AND DISPOSAL OF SOLID WASTE FROM 31 DUMPSTER SITES AS DEFINED IN APPENDIX G. 1st Year per Month ---PAGE BREAK--- g G028-101 Appendix E-1 02/10/2025 APPENDIX E Project Reference Form Reference Form Owner’s Name: Owner’s Contact Name: Owner’s Contact Title: Owner’s Phone Number Description of Services Provided Contract Start Date: Contract End Date: Brief Description of Staffing and Equipment Utilized to Provide Services: ---PAGE BREAK--- g G028-101 Appendix F-1 02/10/25 APPENDIX F DRAFT AGREEMENT FOR RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL SERVICE [TO BE FINALIZED UPON NEGOTIATION WITH SELECTED PROPOSER] This Agreement is made this day of , 2025, between the Washington County Board of Commissioners, (“Client”), and (“Contractor”), with a principal place of business at Contractor is:  An individual;  A partnership or LLP;  A corporation or LLC whose full legal name is ARTICLE 1 TERM OF CONTRACT The Term of this Agreement shall begin on June 1, 2025 and terminate on June 1, 2028 (the "Term") This Agreement may be automatically renewed for two additional one year terms (the "Renewal Term") upon the same terms and conditions as set forth herein unless either party provides a written notice of non­ renewal to the other party at least ninety (90) days prior to the end of the Term. ARTICLE 2 SERVICES TO BE PERFORMED BY CONTRACTOR For good and valued consideration, the receipt, sufficiency, and adequacy of which is hereby acknowledged, and including the mutual promises and Covenants hereinafter set forth, the parties hereby agree to include, but not united to the following: The Contractor shall provide collection and disposal of solid waste from 31 Green Box Sites located throughout Washington County. Once construction is completed and operations begin, all waste shall be disposed at the transfer station located at the Washington County Landfill at 4700 Kaolin Road, Sandersville, Georgia. Prior to transfer station beginning operations, the Contractor is responsible for disposal at a properly permitted facility. ---PAGE BREAK--- g G028-101 Appendix F-2 02/10/25 Contractor agrees to perform the “The Work” to be defined and specified as those items contained in the “Description of Services” attached to this Agreement as Exhibit and incorporated in this Agreement by reference. Independent Contractor Contractor hereby covenants and declares that it is an independent business and agrees to perform the Work as an independent contractor and not as the agent or employee of the Client. The Contractor agrees to be solely responsible for its own matters relating to the time and place the services are performed; the instrumentalities, tools, supplies, and/or materials necessary to complete the Work; hiring of consultants, agents, or employees to complete the Work; and the payment of employees, including compliance with Social Security, withholding, and all other regulations governing such matters. The Contractor agrees to be solely responsible for its own acts and those of its subordinates and subcontractors during the life of this Agreement. Any provisions of this Agreement that may appear to give the Client the right to direct Contractor as to the details of the services to be performed by Contractor or to exercise control over such services will be deemed to mean that Contractor shall follow the directions of the Client with regard to the results of such services. ARTICLE 3 COMPENSATION In consideration for the services to be performed by Contractor, Client agrees to pay Contractor as per the prices outlined in Exhibit B. Client agrees to pay the consideration set forth above as set forth in Exhibit attached hereto, which is hereby incorporated by reference. ARTICLE 4 OBLIGATIONS OF CONTRACTOR Contractor agrees to perform the Work described in “Exhibit A” to the satisfaction of Client in a timely manner. Licenses, Permits, Etc. The Contractor covenants and declares that it has obtained all diplomas, certificates, licenses, permits, or the like required by any and all national, state, regional, county, or local boards, agencies, commissions, committees or other regulatory bodies in order to perform the Work contracted for under this Agreement; provided that some permits or licenses related to the Project may be obtained as part of the Work and shall be obtained as required. All work performed by Contractor under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily expected of competent professionals. The Contractor shall furnish copies of all such permits, licenses, or approvals to the Client’s Representative within ten (10) days after issuance. Neither this Agreement nor any duties or obligations under this Agreement may be assigned by Contractor without the prior written consent of Client. ---PAGE BREAK--- g G028-101 Appendix F-3 02/10/25 ARTICLE 5 HOLD-HARMLESS AND INDEMNIFICATION CLAUSE The Contractor covenants and agrees to take and assume all responsibility for the Work rendered in connection with this Agreement. The Contractor shall bear all losses and damages directly or indirectly resulting to it on account of the performance or character of the Work rendered pursuant to this Agreement. Contractor shall defend, indemnify and hold harmless the Client, its officers, boards, commissions, elected and appointed officials, employees, servants, volunteers, agents, and lenders “Client Affiliates”) from and against any and all claims, injuries, suits, actions, judgments, damages, losses, costs, expenses and liability of any kind whatsoever, including but not limited to, attorney’s fees and costs of defense (hereinafter “Liabilities”) which may be the result of willful, negligent or tortious conduct arising out of the Work, performance of contracted services, or operations by the Contractor, any subcontractor, anyone directly or indirectly employed by the Contractor or subcontractor or anyone for whose acts the Contractor or subcontractor may be liable, regardless of whether or not the negligent act is caused in part by a party indemnified hereunder. This indemnity obligation does not include Liabilities caused by or resulting from the sole negligence of the Client or Client Affiliates. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this provision. In any and all claims against the Client or Client Affiliates by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by the Contractor or subcontractor or anyone for whose acts the Contractor or subcontractor may be liable, the indemnification obligation set forth in this provision shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under workers’ or workmen’s compensation acts, disability benefit acts or other employee benefit acts. This obligation to indemnify, defend, and hold harmless the Client and Client Affiliates shall survive expiration or termination of this Agreement, provided that the claims are based upon or arise out of actions that occurred during the performance of this Agreement. ARTICLE 6 INSURANCE REQUIREMENTS General Insurance, Workers’ Compensation Clause Requirements: The Contractor shall have and maintain in full force and effect for the duration of this Agreement, insurance protecting against claims for injuries to persons or damages to property which may arise from or in connection which the performance of the Work by the Contractor, its agents, representatives, employees or subcontractors. All policies shall be subject to approval by the Client’s Attorney to form and content. Minimum Limits of Insurance: Contractor shall maintain insurance policies with coverage and limits no less than: Commercial General Liability of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) aggregate for bodily and personal injury, sickness, disease or death, injury to or ---PAGE BREAK--- g G028-101 Appendix F-4 02/10/25 destruction of property, including loss of use resulting there from. Excess or umbrella liability coverage shall be required for contracts pertaining to road construction or repairs, automotive or motor vehicle repairs, or for contracts over $1,000,000.00. Commercial Automobile Liability (owned, non-owned, hired) of $1,000,000 (one million dollars) per occurrence for bodily and personal injury, sickness, disease or death, injury to or destruction of property, including loss of use resulting therefrom. Workers’ Compensation limits as required by the State of Georgia and Employers Liability limits of $1,000,000 (one million dollars) per accident or disease. Professional Insurance (Errors and Omissions) is required for CPA’s, attorneys, architects and insurance agents. Self-Insured Retentions: Any self-insured retention must be declared to and approved by the Local Government so that the Local Government may ensure the financial solvency of the Contractor; self-insured retention should be included on the certificate of insurance. Other Insurance Provisions: The policy is to contain, or be modified or endorsed to contain, the following provisions: General Liability and Automobile Coverage. i. The Client and Client Affiliates shall be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, leased, or used by the Contractor; automobiles owned, leased, hired, or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Client or Client Affiliates. ii. The Contractor’s insurance coverage shall be primary and noncontributing insurance as respects to any other insurance or self-insurance available to the Client or Client Affiliates. Any insurance or self-insurance maintained by the Client or Client Affiliates shall be in excess of the Contractor’s insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Client or Client Affiliates. iv. Coverage shall state that the Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought. v. Coverage shall be provide on a “pay on behalf” basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion. ---PAGE BREAK--- g G028-101 Appendix F-5 02/10/25 vi. The insurer shall agree to waive all rights of subrogation against the Client or Client Affiliates for losses arising from work performed by the Contractor for the Client. vii. All endorsements to policies shall be executed by an authorized representative of the insurer. Workers’ Compensation Coverage. The insurer providing Workers’ Compensation Coverage will agree to waive all rights of subrogation against the Client and Client Affiliates for losses arising from work performed by the Contractor for the Client Affiliates. All Coverages. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, or canceled except after thirty (30) days prior written notice (or 10 days if due to non- payment) has been given to the Client. Such notice shall be sent directly to: Washington County Board of Commissioners Attn: County Administrator/Clerk P. O. Box 271 119 Jones Street Sandersville, GA 31081 Acceptability of Insurers. Insurance is to be placed with insurers with an A.M. Best Rating of no less than VII. Verification of Coverage. Contractor shall furnish the Client with certificate of insurance and endorsements to the policies evidencing coverage required by this Article prior to the start of work. The certificates of insurance and endorsements for each insurance policy are to be signed by a person authorized by that insure to bind coverage on its behalf. The certificate of insurance and endorsements shall be on a form utilized by Contractor’s insurer in its normal course of business and shall be received and approved by the Client prior to execution of this Agreement by the Client. The Client reserves the right to require complete, certified copies of all required insurance policies at any time. The Contractor shall provide proof that any expiring coverage has been renewed or replaced prior to the expiration of the coverage. Claims-Made Policies: Contractor shall extend any claims-made insurance policy for at least six years after termination or final payment under the Agreement, whichever is later. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the ---PAGE BREAK--- g G028-101 Appendix F-6 02/10/25 requirements stated in this Agreement, including, but not limited to, naming the parties as additional insureds. ARTICLE 7 OBLIGATIONS OF CLIENT Client agrees not to withhold approval and acceptance of Contractor’s services unreasonably. Client agrees to comply with all reasonable requests of Contractor necessary to the performance of Contractor’s duties under this Agreement. Neither this Agreement nor any duties or obligations under this Agreement may be assigned by Client without the prior written consent of Contractor. ARTICLE 8 DAMAGES It is acknowledged and agreed upon that the Contractor’s failure to achieve completion of the Work by the deadline agreed upon by the parties (insert date), or failure to begin the Work on the date agreed upon by the parties (insert date), will cause the County to incur substantial economic damages and losses of types and in amounts which are impossible to compute and ascertain with certainty as a basis for recovery by the County at the time of signing of this contract. The parties agree and stipulate that liquidated damages represent a fair, reasonable and appropriate estimate thereof. Accordingly, in lieu of actual damages for such delay, the Contractor agrees that liquidated damages may be assessed and recovered by the County as against Contractor and its Surety, in the event of delayed completion and without the County being required to present any evidence of the amount or character of actual damages sustained by reason thereof; therefore, the Contractor shall be liable to the County for payment of liquidated damages in the amount of One-Thousand Dollars ($1,000.00) for each day that completion of the Work is delayed beyond the deadline, or for each day after the date that the Work is to begin, as adjusted for time extensions provided by this agreement. Such liquidated damages are intended to represent estimated actual damages and are not intended as a penalty, and Contractor shall pay them to County without limiting County’s right to terminate this agreement for default as provided elsewhere herein. ARTICLE 9 TERMINATION OF AGREEMENT This Agreement may be terminated by the Contractor upon one hundred eighty (180) days prior written notice to the County in the event of substantial failure by the Board to perform in accordance with the terms of this Agreement through no fault of the Contractor. It may also be terminated by the Board, in the exercise of the Board's rights therefore as provided in this Agreement, within one hundred eighty (180) days upon ---PAGE BREAK--- g G028-101 Appendix F-7 02/10/25 written notice to the Contractor. After receipt of Termination Notice and except as otherwise directed by the Board, the Contractor shall: A. Stop work on the date to the extent specified. B. Continue and complete all parts to the work that have not been terminated. ARTICLE 10 TERMINATION FOR BREACH OF AGREEMENT Upon delivery of written notice to the Contractor, the Client may immediately terminate the whole or any part of this Agreement if: 1. The Contractor fails to provide services called for by this Agreement within the time specified herein or any extension thereof; or 2. The Contractor fails to perform any of the other provisions of this Agreement, or so fails to pursue the work as to endanger performance of this Agreement in accordance with its terms, and after receipt of written notice from the Client, fails to correct such failures within ten days or such longer period as the Client may authorize in writing. The rights and remedies of the Client provided in the above clause related to defaults (including breach of contract) by the Contractor shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. Any such termination of this Agreement, other than from breach of contract, shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination. ARTICLE 11 WAIVERS AND EXCEPTIONS No failure by Client to enforce any right or power granted under this Agreement, or to insist upon strict compliance by Contractor with this Agreement, and no custom or practice of Client at variance with the terms and conditions of this agreement shall constitute a general waiver of any future breach or default or affect the Client’s right to demand exact and strict compliance by Contractor with the terms and conditions of this Agreement. ARTICLE 12 GENERAL PROVISIONS Any notices to be given under this Agreement by either party shall be in writing and delivery shall be affected either by personal service or by registered or certified mail. Notices delivered personally will be deemed communicated at the time of delivery. Mailed notices will be deemed communicated three business days after mailing. This Agreement supersedes any and all agreements, both oral and written, between the parties with respect to the rendering of services by Contractor for Client and contains all of the covenants and agreements between the parties with respect to the rendering of these services in any matter whatsoever. Each party acknowledges that no representations, inducements, promises, or agreements, written or oral, have been ---PAGE BREAK--- g G028-101 Appendix F-8 02/10/25 made by either party, or by anyone acting on behalf of either party, that are not embodied in this Agreement. Any modification of this Agreement will be effective only if set forth in writing and signed by the party to be charged. Contractor warrants that Contractor will not, in the performance of this contract, illegally discriminate on the basis of race, color, sex, or national origin. This Agreement will be governed by and construed in accordance with the laws of the State of Georgia. If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions will continue in full force and effect without being impaired or invalidated in any way. If Contractor dies or is dissolved prior to the completion of this Agreement, any moneys that may be due to Contractor from Client for services rendered prior to the date of death or dissolution shall be paid to Contractor’s executors, administrators, heirs, personal representative, successors, or assigns. If any action at law or in equity, including an action for declaratory relief, is brought to enforce or interpret the provisions of this Agreement, the prevailing party will be entitled to reasonable attorney’s fees in addition to any other relief to which that party may be entitled. The attorneys’ fees may be set by the court in the same action or in a separate action brought for that purpose. ARTICLE 13 PERFORMANCE BOND For all contracts with a value in excess of $500,000, a performance bond shall be required that shall cover the contractor’s fulfillment of its performance and payment obligations arising under this Agreement. The cost of the bonds shall be included in the contract price. The amount of said bond shall be equal to 100% of the contract price. Bonds shall be accepted only as original, fully-executed documents on the form adopted by Client and shall be obtained through a surety authorized and licensed by the Georgia Insurance Commissioner and rated at least by A. M. Best. ARTICLE 14 AUTHORITY TO EXECUTE AND ENTER AGREEMENT By his, her, or their signature(s) below, the person or persons signing on behalf of Contractor warrant that they are authorized to sign on behalf of Contractor; that to the extent Contractor is an entity rather than an individual, the entity is currently in existence and is validly registered with appropriate government officials; and that the individual and entity contracting herein are in compliance with all Georgia requirements related to federal and state immigration laws and the use of E-Verify and shall remain in compliance during the term of this Contract. Executed in Sandersville, Georgia, on the date first written above. ---PAGE BREAK--- g G028-101 Appendix F-9 02/10/25 CLIENT Washington County Board of Commissioners By: Horace Daniel, Chairman ATTEST CONTRACTOR By: ATTEST ---PAGE BREAK--- g G028-101 Appendix F-10 02/10/25 EXHIBIT A SCOPE OF WORK The Contractor will provide waste collection services. The Contractor's responsibility under this Agreement is to provide for the collection and disposal of solid waste from the 31 Green Box Sites listed in Exhibit A. Services of the Contractor shall be under the general direction of the Washington County Public Works Director or his designee who shall act as the County's representative during the performance of this Agreement. The Contractor shall schedule collection and disposal of solid waste from the front load containers at the Green Box Sites at the frequency listed In Exhibit A. The Contractor shall provide the Department with a schedule for collection of solid waste from the Green Box sites LEVEL OF SERVICE Collection Services 1. Contractor is not required to collect and dispose of Tires and White Goods Items collected at the Collection Center. 2. Contractor shall be required to collect and dispose of all Solid Waste collected at the 31 Green Box sites provided that the solid waste has been placed in approved containers. 3. Contractor shall not be responsible for the collection or disposal of Hazardous Waste other than normal small quantities as may be conservatively generated as part of Residential Waste and which fall within the definition of Municipal Solid Waste. 4. Contractor shall make collections with a minimum of noise and disturbance. Any spillage by the Contractor during the collection and disposal process shall be picked up and removed immediately by Contractor provided Contractor shall not be required to pick-up spillage caused by the County's Customers or overfill of a Container. 5. All vehicles used for collection in the fulfillment of the Contractor duties as defined herein shall be leak proof, packer body or non-removable covered body, and shall pass periodic safety and sanitary inspection conducted by the County and/or State. 6. Contractor shall paint all collection service vehicles uniformly with the name of the Contractor and the unique identification number of the vehicle in letters not less than six ( 6) inches high of each side and the read of the vehicle. All collection service vehicles shall be uniquely numbered, and a record kept of the vehicle to which each number is assigned. 7. Contractor shall provide all collection services pursuant to this Agreement with collection vehicles of less than ten (10) years of age. ---PAGE BREAK--- g G028-101 Appendix F-11 02/10/25 COST OF CONTRACT. 1. Rates a) Initial Rates. The initial rates as defined in Exhibit B for collection and disposal services as of the date of this Agreement are hereby established and shall not be increased for any reason other than as stated and agreed herein. b) Rate Adjustments. The Contractor shall be entitled to an annual rate adjustments based on changes in the Consumer Price index as follows: i. Beginning on January 1, 2025, and each January 1 during the Term and any Renewals thereof, Contractor's rate shall be adjusted by the same percentage as the Consumer Price Index for Water, Sewer, and Trash CPI, Not Seasonally Adjusted, All Areas, WST CPI shall have increased or decreased during the most recently available preceding twelve months period. In the event the U.S. Department of Labor, Bureau of Labor Statistics ceases to publish the C.P.I., the parties hereto agree to substitute another equally authoritative measure of change in the purchasing power of the U.S. dollar as may be then available so as to carry out the intent of this provision. ii. Furthermore, the Contractor may petition the Board for rate adjustments on the basis of unusual changes in its costs of doing business, severe and unavoidable natural catastrophes such as fires, floods, epidemics, and earthquakes, Abnormal weather conditions, Acts of war or terrorism, or significantly increased fuel prices (in the case of fuel, upon proof that all existing fuel reserves at the lower rates have been depleted). iii. Fuel Rate Adjustments. The Contractor may petition the Board for rate adjustments on the basis of significantly increased fuel prices (upon proof that all existing fuel reserves at the lower rates have been depleted). Contractor may petition the Board if prices rise more than 15% from the diesel price at project letting based on the GDOT Fuel price index. Any price increase or decrease shall be applied only to the portion of costs directly related to fuel consumption, as mutually agreed upon between the County and the Contractor. 2. Billing and Payment Schedule The Contractor shall bill the Department by the 10th day of the following month for service rendered during the preceding month. The billing shall be based upon the services provided pursuant to this Agreement as of the last day of the month for which billing is issued. Payment from the Board to Contractor shall be due upon receipt by the Board of Contractor's bill and will be made no later than the 10th day of the month following receipt of said billing. 3. Disposal Fees The Contractor shall dispose of all Solid Waste collected under the terms of the Agreement at disposal facilities selected by the County. The Contractor shall pay all disposal fees incurred by or on behalf of the Contractor arising out of Contractor's performance under this Agreement. 4. Annual Audit Report. The Contractor shall maintain all of its books and records relating to the Agreement in accordance with generally accepted accounting principles. The Department may conduct a quarterly review for the purpose of reconciling accounts versus tonnage disposed of. ---PAGE BREAK--- g G028-101 Appendix F-12 02/10/25 CONTRACTOR OBLIGATIONS 1. Contractor Performance. The Contractor shall at all times conduct each and every aspect of his/her business in strict accord with the laws, ordinances, rules and regulations of Washington County, the State of Georgia and of the United States of America. 2. General Conditions a. Care shall be taken to prevent damage to County property including Green Boxes, roll off containers, and fences. b. Collection shall be done in a sanitary manner and any spillage by Contractor shall be immediately picked up and disposed in the collection vehicle unless boxes are overloaded at no fault of Contractor. 3. Record keeping and Reporting The Contractor shall submit a report by the fifteenth (15th) of each month to the Department that includes the following information: a. tons of solid waste collected and delivered to the County’s Designated Disposal Facilities located at 4700 Kaolin Road, Sandersville, Georgia; b. calls/complaints from County citizens to include citizen's address, time and date, reason, and resolution; The successful Proposer shall submit electronic reports of the above records, using software and formats approved by the County, All records shall be available to County at reasonable times and places throughout the term of this Agreement and for a period of five years after last or final payment. The Contractor shall be available to review these reports with the Department if so requested. ---PAGE BREAK--- g G028-101 Appendix F-13 02/10/25 Exhibit B RATE OF COMPENSATION Notes: 1. Annual price adjustment for year 2 and each of the following years will be based on the most recent month published 12-month percentage change in Consumer Price Index for Garbage and Trash collection in U.S. City average, All Urban consumers, not seasonally adjusted. A. RATE OF COMPENSATION FOR COLLECTION AND DISPOSAL OF SOLID WASTE FROM 31 DUMPSTER SITES AS DEFINED IN APPENDIX G. 1st Year per Month ---PAGE BREAK--- g G028-101 Appendix F-14 02/10/25 EXHIBIT C PERFORMANCE BOND STATE OF GEORGIA BOND NO. COUNTY OF WASHINGTON KNOW ALL MEN BY THESE PRESENTS, that we ,as Principal, (hereinafter known as Contractor), and we, as Surety, do hereby acknowledge ourselves indebted and firmly bound and held unto the Washington County Board of Commissioners, (hereinafter known as Owner), for use and benefit of those entitled thereto, in the sum of Five Hundred Thousand Dollars ($500,000.00) for the payment of which will and truly to be made, in lawful money of the United States of America, we do hereby bind ourselves, successors, assigns, heirs and personal representatives. BUT THE CONDITION OF THE FOREGOING OBLIGATION OR BOND IS THIS: WHEREAS, the Owner has engaged the said Contractor for the sum of Five Hundred Thousand Dollars ($500,000.00) for Solid Waste and Recyclable Materials Collection as more fully appears in a written Contract Agreement bearing the date of , 2025, a copy of which Contract Agreement is by reference hereby made a part hereof. NOW, THEREFORE, if said Contractor shall fully and faithfully perform all the undertakings and obligations under the said Contract Agreement hereinbefore referred to and shall fully indemnify and save harmless the said Owner from all costs and damage whatsoever which it may suffer by reason of any failure on the part of said Contractor to do so, and shall fully reimburse and repay the said Owner any and all outlay and expense which it may incur in making good any such default, then this obligation shall be null and void, otherwise, it shall remain in full force and effect. PROVIDED HOWEVER, That this bond is subject to the following conditions: 1. This bond is for the term beginning 2025 and ending June 30, 2025. 2. In the event of a default by the Principal, Owner shall deliver to Surety by certified mail, a written statement of the facts of such default, within thirty (30) days of occurrence. In the event of default, the Surety will have the right and opportunity, at its sole discretion, to a) cure the default; b) assume the remainder of the Contract and to perform or sublet same; c) or to tender to the Owner funds sufficient to pay the cost of completion less the balance of the Contract price up to an amount not to exceed the penal sum of the bond. In no event shall the surety be liable for fines, penalties, liquidated damages, or forfeitures assessed against the Principal. 3. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrator or successors of Owner. 4. This bond may be extended for additional terms at the option of the Surety, by continuation certificate executed by the Surety. 5. No claim, action, suit, or proceeding, except as hereinafter set forth, shall be had or maintained against the Surety on this instrument unless same be brought or instituted upon the Surety within two years from the termination or expiration of the bond term. This bond is given pursuant to and in accordance with the provisions of O.C.G.A. Section 36-91-1 et. seq. and all the provisions of the law referring to this character of Bond as set forth in said Sections or as may be hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in full. ---PAGE BREAK--- g G028-101 Appendix F-15 02/10/25 IN WITNESS WHEREOF, the said Contractor has hereunder affixed its signature and seal, and said Surety has hereunto caused to be affixed its corporate signature and seal, by its duly authorized officers, on this day of , 2025, executed in six counterparts. CONTRACTOR – PRINCIPAL: By: (name signed) (name printed or typed) Title: Address: Attest: (name signed) (name printed or typed) Title: (SEAL) SURETY: By: (name signed) (name printed or typed) Title: Address: Attest: (name signed) (name printed or typed) Title: (SEAL) Note: Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the Project is located. ---PAGE BREAK--- g G028-101 Appendix G-1 02/10/25 APPENDIX G Green Box Site Information Site No. Location/Address No. Boxes Pickups/Week 1 2306 Joiner Road 18 3 2 921 East South Central Ave. 17 3 3 5130 Sun Hill Grange Road 18 3 4 Peach Farm Road (9133 Hwy 24 E 6 1 5 2884 Henderson Grove Road 10 2 6 7266 South Sparta Davisboro Road 8 2 7 16451 North Sparta-Davisboro Road 18 3 8 4359 Mills-Lindsey Road 5 1 9 754 Church Road 7 2 10 16 Pleasant Grove Road 8 2 11 2151 Linton Road 10 1 12 3414 Ridge Road 16 3 13 44 Yank Brown Road 13 2 14 Hamburg St. Park 3 1 15 11781 SR 272 7 2 16 Smith Store (861 Hazard Road) 3 1 17 Oconee ( 22 Gardner Circle) 7 2 18 11759 SR68 South 5 3 19 1850 Hurst Road 6 1 20 1887 Old Savannah Road @ Johnston Cochra 10 2 21 765 Hartsford Road 5 1 22 3349 New Tennile Road 8 3 23 5970 SR 231 at Road 5 2 24 373 Price Road 6 1 25 5028 South Bartow Road 3 1 26 3823 Salter Road 5 2 27 5627 Heards Bridge Road 5 2 28 1406 Francis Bridge Road 7 2 29 12982 SR 231 at Old Savannah Road 5 2 30 Riddlesville (9764 Hwy 24) 10 2 31 2122 Kaolin Rd. (County Maintenance Shop) 2 On-Call Service 256