Georgia Local Government Access Marketplace

The leading source of local government job opportunities in Georgia.

Listing< Detail
All listings

Solid Waste Collection, Transport, and Disposal

Johnson County


Listing Summary

JOHNSON COUNTY BOARD OF COMMISSIONERS

PO BOX 269

Wrightsville, GA 31096

478-864-3388, ext. 4

478-864-9441 – fax

 

Request for Proposal

For

Solid Waste Collection, Transport and Disposal

 

The request is issued to establish a contract to supply Johnson County, Georgia with a commodity or service in accordance with the accompanying specification.

 

Specifications for:       Solid Waste Collection, Transport and Disposal

 

Due Date:                    October 27, 2023 at 5:00 pm

 

Contract Period:          Three (3) years = three (3) one (1) year terms (with an additional two (2)     one (1) year options)

 

Submit Proposals To:  William F. Lindsey, County Administrator

                                    P.O. Box 269

                                    Wrightsville, GA 31096

                                    Phone:  478-864-3388, ext. 4

                                    Fax:  478-864-9441

                                    Email:  wflindsey@johnsonco.org

                                    Physical Address:  2484 West Elm Street, Wrightsville, Georgia

 

Scope of Service:

 

Johnson County will accept proposals from interested Solid Waste disposal companies to provide

collection, transportation, and disposal services for the County.  Proposals should be received at

the Office of the County Administrator no later than 5:00 p.m. on Friday, October 27, 2023.  All

proposals shall be sealed and clearly marked “Solid Waste Contract Proposal” on the outside. 

Bids will be opened on Monday, October 30, at 2:00 p.m. in the Board Room at the Johnson

County Annex.  Bids will be voted on at the meeting of the Johnson County Board of

Commissioners on Monday, November 13 at 6:00 p.m.

 

The County reserves the right to reject any or all proposals and waive any formalities or

deficiencies during the RFP process.  The County may make such investigations as deemed

necessary to ensure that the companies have the requisite experience, skills, and resources to

serve the needs of the County throughout the term of the contract.  In all cases, the needs and

requirements of the County will be considered first.  The proposal will be used for the purpose of

generating a negotiated agreement with the County.

 

The initial term of the contract is contemplated to begin no later than January 1, 2024 and may

be renewed each year for an additional term, up to two (2) consecutive terms of one (1) year

each.  The initial term, if renewed, shall be three (3) years.  At the end of the initial three (3) one

(1) year terms, the County reserves the right to exercise a maximum term, if renewed, up to two

(2) additional one (1) year terms.  The agreement will be pursuant to and compliant with Georgia

Const., Art. IX, Section 2, Paragraphs 1 & 3, O.C.G.A. § 36-60-13, O.C.G.A. § 12-8-20, et. seq.,

all other relevant sections of Georgia law and any other legal requirements.

 

The agreement is intended to provide for the collection, transportation, and disposal of all

Residential Solid Waste, Brown Goods, White Goods, and Yard Waste in the unincorporated

areas of Johnson County at seven (7) existing manned disposal sites designated as follows:  Old

Landfill, Bill Oliver Road, Donovan, Kite, Meeks, Scott, and Oaky Grove Church Road.  The

precise locations of the sites may be obtained from the County Administrator.  NOTE:  The

County shall provide staffing of any and all disposal sites as deemed necessary by the County,

at its expense and no site staffing expense shall be included in any proposal.  The sites may be

inspected by prospective bidders at any time.  All sites must be serviced in their present

condition.  The County shall not be responsible for the modification or improvement of any site

to allow servicing.  Bidders shall be deemed to have inspected and to have knowledge of all

sites.  Collection, transport, and disposal services under any proposal shall provide the County, at

a minimum, the following:

  • Once per week collection and disposal of all waste deposited at all sites with additional collection and disposal to be provided on an as needed basis.
  • Company shall provide additional collection and disposal equipment to sites as needed at no additional charge beyond the normal rental rates.
  • Company shall provide an adequate number of collection vehicles meeting standards and inspection requirements as set forth by state law.
  • Company shall provide and continually maintain all licenses and permits as required by law at its expense complying with all Federal, State, Environmental, and DOT guidelines.
  • Company shall be responsible for monthly billing to include per activity disposal site detail, tonnage per container, date of each service, address of each service, type of service.

 

The vendor will provide all trucks, equipment, personnel, expertise, facilities, financial resources, and management for the project.  The minimum receptacles and equipment to be supplied by vendor for each site are as follows:

  • Bill Oliver Road – One 34-yard self-contained compactor; One 40-yard open-top container
  • Donovan – One 34-yard self-contained compactor; One 30-yard open-top container
  • Old Landfill – One 34-yard self-contained compactor; Five 40-yard open-top containers (One for C&D waste, one for yard waste, and three for residential waste)
  • Kite – One 34-yard self-contained compactor; One 40-yard open-top container
  • Meeks – One 40-yard open-top container; One 30-yard open-top container
  • Scott – One 34-yard self-contained compactor; One 40-yard open-top container
  • Oaky Grove Church Road – One 40-yard open-top container

 

Proposal shall include the following items in your sealed bids at the time of submittal:

  • Brief company overview including number of years experienced in the waste industry
  • Company Organizational Chart
  • Most recent 2 years of audited financial statements
  • Number of years of Roll Off Waste Disposal Services experience
  • Average age of Roll Off Fleet/Trucks
  • List percentage or number of spare Roll Off Fleet/Trucks
  • Listing of all Roll Off Fleet/Trucks that will be used providing services including GVW, year, make, model, and color
  • All Roll Off Fleet/Trucks and Equipment shall be identified with Company name, phone number, container number, and truck with a minimum size 8” font
  • Listing of all compaction equipment that will be used and to be installed at each site including capacity, size, year, make, and model
  • Five (5) current business references with billings larger than $10,000.00 per month
  • Listing of all current County, Military, Federal, or State contracts in Georgia
  • Listing of all subcontractors to be utilized in performing contract
  • Location (physical address) of the hauling company performing contract
  • Location (physical address) of the customer service department of the hauling company performing contract
  • Location (physical address) of dispatch for the hauling company performing contract
  • Primary and Secondary MSW disposal sites to be used performing contract
  • Primary and Secondary C&D disposal sites to be used performing contract
  • Primary and Secondary Yard Waste disposal sites to be used performing contract
  • Compactor equipment repair company, address, and response time
  • Natural Disaster and/or FEMA emergency response plan supporting the county with unforeseen tragic events

 

Proposals will include, at a minimum, a description of all services and related costs that will be billed to the County.  The proposal shall state the total obligation of the County for the calendar and/or fiscal year of execution and shall further state the total obligation which will be incurred in each calendar or fiscal year renewal term, if renewed. 

All prospective bidders shall provide proof of the following minimum insurance requirements:

            Workers Compensation – Statutory Limits as required by law.

            Employer’s Liability $1,000,000 each occurrence.

            Bodily Injury $1,000,000 per occurrence, $2,000,000 aggregate.

            Property Damage Liability $1,000,000 each occurrence.

            Automobile Property Liability $1,000,000 each occurrence.

            Excess Umbrella Liability $1,000,000 each occurrence.

 

The County shall be named as additional insured on all liability policies.  Any resulting contract shall include appropriate language suitable to the County providing that Contractor shall hold harmless and indemnify the County in the event of any suit, action, or claim for injuries or damages resulting from the negligence of contractor’s employees.

 

Requests for additional information and questions may be addressed to:  William F. Lindsey, County Administrator, P.O. Box 269, Wrightsville, GA 31096, (478) 864-3388, ext. 4, wflindsey@johnsonco.org.  A specimen contract shall be provided upon request and a successful bidder shall execute the same within one (1) week of award of bid.

 

Listing ends on:

10/27/2023