REQUEST FOR PROPOSALS (RFP) Pueblo City-County Health Department Household Hazardous Waste (HHW) Collection Event 2016

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS (RFP) Pueblo City-County Health Department Household Hazardous Waste (HHW) Collection Event 2016"

Transcription

1 101 W. 9 TH STREET PUEBLO, COLORADO (719) BOARD OF HEALTH Eileen Dennis, RN, President Michael J. Nerenberg, MD, Vice President Ed Brown Terry A. Hart Donald Moore PUBLIC HEALTH DIRECTOR Sylvia R. Proud, MS, IPMA-CP REQUEST FOR PROPOSALS (RFP) Pueblo City-County Health Department Household Hazardous Waste (HHW) Collection Event 2016 Information for Proposers PCCHD is seeking proposals from qualified and experienced contractors to provide all personnel, equipment, and related services for a Household Hazardous Waste (HHW) Collection event on May 14, Event Description - Overview The HHW is an event where residents of Pueblo County may dispose of and recycle unused and unwanted hazardous waste in an environmentally safe manner. The successful contractor will provide the following services: assisting PCCHD staff in planning the project, staffing the collection site, taking responsibility for the proper handling, transportation, and disposal of household hazardous waste collected from residents and providing follow-up reports on volumes, final disposal and/or recycling locations, methods, and provide an invoice to PCCHD for the materials handled. PCCHD has scheduled the 2016 one-day collection event for the public based on available funding. The collection event will be held at the Colorado State Fairgrounds. The household hazardous waste will be transported to the collection site by individual residents in their vehicles. A specific drive-up station will be setup for household hazardous waste. In addition, separate stations will be set up for alkaline batteries, fluorescent light bulbs, lead acid batteries, latex and oil paint, used tires, old appliances, and electronic scrap such as computers and TVs. Residents will drop-off items at the different stations. Selected vendors will accept and handle these wastes. Materials that are rejected for collection will be left with the resident to take home. PCCHD strongly prefers that recycling be used as the disposal/treatment method for as much of the collected waste as possible. The second tier of treatment preferred is reuse. The third tier is incineration and last is proper land filling. See page 3 of this document for more details. Date, Location, and Event Hours The 2016 collection event will be held on Saturday, May 14, The collection site will be the Colorado State Fairgrounds, Carnival/Midway Lot (accessed by Gate 3), 1001 Beulah Avenue, Pueblo, Colorado. The event will be advertised as opening to the public 8:00 AM and closing at 1:00 PM. See the attached sitelayout in this packet. Waste Removed from Site All hazardous waste collected at the site must be removed from the property by the Contractor by 6:00 PM the day of the collection, Saturday, May 14, At no time shall the Contractor leave the collected hazardous waste unattended. See the attached data table of collected materials from the May 11, 2013 event in Pueblo. It shows that 927 vehicles were serviced in the five-hour timeframe. PCCHD HHW RFP 2016 Page 1

2 Proposal Requirements Terms of Agreement with Successful Proposer The terms and conditions of PCCHD s RFP will be incorporated by reference in its entirety into the Service Agreement. The Service Agreement will set forth the character and quality of the work to be done, services to be rendered, and the materials to be provided by the successful Proposer. Staffing Requirements The Contractor shall provide adequate staffing to ensure that the flow of traffic during the event is not backed- up for more than a 10-minute waiting period at their assigned station. Contractor Training Requirements The Contractor's Project Manager and all chemists working at the collection must provide proof of OSHA 40-hour training and have additional training in spill response, containment, and evacuation techniques as well as in hazardous materials handling. All other workers, including Contractor s agents and subcontractors, must have completed a minimum of 24 hours of training in hazardous materials handling. Copies of the training certificates for each employee, agent, or subcontractor must be provided to PCCHD ten days in advance of the event. Waste Materials to be Collected PCCHD requires that the successful Contractor must be qualified and able to segregate, bundle, manifest, transport and recycle, treat or dispose of all household hazardous materials collected. Contractor will accept all household hazardous waste with the exception of those items listed in waste materials to be rejected. Waste Materials to be Rejected The following items must be rejected: compressed gases, explosives, shock sensitive materials, ammunition, ordnance, radioactive materials, infectious or biohazard materials, electronic wastes, latex and oil paint, water-based stains. If vendor accepts any items listed above, the vendor will be responsible for disposal costs of the items at the Vendor s expense. Vendor should not accept any miscellaneous household trash. In the event that waste is presented by the resident and deemed non-hazardous, the waste shall be disposed of in a solid waste container provided by PCCHD. This non-hazardous waste shall not be included as part of the collection volumes accepted by the contractor, nor included in labor costs. Note that PCCHD reserves the right to refuse any type of waste it chooses from the collection. The Contractor will be notified in advance of all waste or waste streams to be excluded from collection. In addition, PCCHD reserves the right to segregate waste before collection. The separation of waste or the use of another contractor will in no way impact the collection of the hazardous materials. Unknown Chemicals The Contractor will be expected to assist in the classification of any unknown materials during collection to determine whether the materials can be handled. The Contractor is not obligated to accept materials which cannot be identified; should the Contractor accept such materials, the Contractor will be required to handle the materials in accordance with all federal, state and local laws and regulations. Solid Waste Disposal (Non-hazardous Waste) PCCHD will provide suitable containers for the disposal of non-hazardous solid waste received at the collection and will be responsible for the disposal of the solid waste. Containers which have been emptied during bulking operations and meet the criteria of empty below shall be disposed of in the solid waste or recycling containers. Empty containers for this HHW event will be defined as containing less than three tablespoons of material unless that material is acutely toxic or PCCHD agrees that the container shall be accepted for disposal. PCCHD HHW RFP 2016 Page 2

3 Collection, Packaging and Disposal Methods 1. The Contractor will immediately neutralize and/or clean up any spilled or leaking chemicals at the collection site. Upon completion of the collection event, the Contractor shall remove from the premises all collected materials and all items belonging to the Contractor. The area shall be broom-cleaned as a final clean-up of the area and inspected and approved by PCCHD representative. 2. Special considerations will be given to the Contractor who can provide for the preferred methods of treatment which are: Reuse If this method is not possible, explain why not in the detail. Recycling If this method is not possible, explain why not in the detail. RCRA incinerator or chemical treatment Land-filling (the least desirable) The Contractor shall disclose the final disposal site(s) for all materials collected, including the names and locations of any cement kilns or industrial boilers. PCCHD prohibits the use of non-rcra landfills for final disposal. Follow-Up Reports The successful Contractor will be required to submit the following reports to PCCHD: 1) A follow-up written report detailing the size, packing sheet, and manifest category of each waste container. This information shall be provided in an easily readable and understandable format. The report will be due within 30 days after the collection (no later than June 13, 2016). 2) A report summarizing the processing/disposal method used for each type of material (i.e., recycling, fuel blending, incineration, land-filling, neutralization) including the volume handled, and the name and location of the recycling site /ultimate disposal. This report shall be filed within 30 days after the collection (no later than June 13, 2016). Federal, State, and Local Laws The successful Contractor must comply with all applicable Federal, State, and local laws and regulations. The successful Contractor must also obtain all required permits for the handling, transportation, treatment, and disposal of hazardous waste. Indication that the Contractor or its subcontractors, including transporters, transfer and/or storage facilities, and/or recycling facilities, are substantially out of compliance or have a history of failing to comply with federal and state laws will be a basis for rejection of the proposal. Execution of the Service Agreement Within 10 working days after receipt of the award from PCCHD, the successful Contractor shall execute, acknowledge, and deliver (in duplicate) to PCCHD a service agreement pre-approved by PCCHD. The terms and conditions of this RFP will be incorporated by reference into the agreement. The successful Contractor must provide, with the service agreement, written evidence that PCCHD has been named as additionally insured parties for the required insurance coverage. This evidence may be in the form of a letter from the insurance company or a certificate of insurance. The successful Contractor must provide, with the service agreement, copies of all EPA and State permits and licenses for all storage, treatment and disposal facilities. These service agreements will be used for materials generated on the site and will certify that there have been no changes in the status of violations since the proposal was submitted and that none of the facilities have had a permit or license suspension. Any changes in permit status must be documented and discussed with PCCHD staff prior to signing the contract. Subcontractors 1. For purposes of this RFP only, subcontractor shall be defined as any individual, partnership or corporation other than PCCHD holding a contract with the Contractor for working at the collection site or for transporting any waste generated during the collection to a storage, treatment or disposal site. Subcontractor shall also mean any individual, partnership or corporation holding a contract with such a subcontractor for the same services. PCCHD HHW RFP 2016 Page 3

4 2. The Contractor shall assume all liability for any and all subcontractors. 3. All subcontractors must be identified, their qualifications stated, and all information provided as if they were the Contractor. Proposers who offer to use subcontractors who are not considered to be qualified will be considered to have submitted an unqualified proposal. 4. If subcontractors will be used for any phase of the handling or transportation of the waste, the subcontractors must meet and comply with the standards outlined in this RFP. 5. If, after the contract is awarded, it becomes necessary to hire subcontractors, subcontractors may only be hired with the prior written approval of PCCHD. PCCHD shall have the right to determine both the use of subcontractors and the qualifications and competence of subcontractors before they are hired. All subcontractors will be held to the same standards as the Contractor. 6. If the use of subcontractors is anticipated at the time of submitting a proposal, the anticipated use of the subcontractors must be stated, and the subcontractors must be identified along with their qualifications. All qualification forms must be completed for each subcontractor. Contractor compliance history forms must also be completed for each subcontractor. Generator Status The Contractor will be deemed the generator for all waste that is collected by the Contractor at the event. Generator status will be assumed at the time the waste is removed from the participant s vehicle. Indemnification The Contractor shall indemnify, defend, and hold harmless PCCHD s Board of Health, their employees and agents, and PCCHD s approved volunteers from and against all losses and claims, demands, payments, suits, actions, or recoveries and judgments of every nature and description brought or recovered against them by reason of any act or omission of the said Contractor, Contractor's agents, employees, or subcontractors in the execution of its obligations hereunder. Assignment of Rights The Contractor shall not assign, transfer, convey, sublet, or otherwise dispose of the Service Agreement, or Contractor s rights, title or interest in or to the same of any part without consent in writing by PCCHD. If the Contractor does, without previous written consent, assign, transfer, convey, sublet or otherwise dispose of the Service Agreement, in whole or in part, or of Contractor s right, title or interest therein, the Contract may, at the option of PCCHD, be canceled and terminated. Disposal Audit Procedures The Proposer will describe in the proposal its procedures to select and audit hazardous waste disposal facilities. This information shall include audit dates and results for facilities which may be used for the collected waste. Insurance Requirements Proposers must submit as part of the proposal insurance certificates demonstrating that they possess the following minimum limits of insurance: General Liability Two million dollars per claimant/occurrence (includes personal, fire, medical expense, property damage) Automobile Liability Three hundred thousand dollars per occurrence (includes bodily injury, property damage) Environmental Impairment Liability One million dollars per occurrence Workers Compensation Coverage As provided by statute MCS-90 Endorsement for Hazardous Materials Transportation five million dollars coverage The Service Agreement will not be signed by PCCHD until the required insurance is obtained and an acceptable Certificate of Insurance is filed with PCCHD's Purchasing Agent. PCCHD must be named on the Certificate as additional insured with respect to the General Liability, Automobile Liability and Environmental Impairment PCCHD HHW RFP 2016 Page 4

5 Liability. The certificate must be provided to PCCHD within the timeframe for delivering the Service Agreement noted previously. Insurance Coverage for Disposal Facilities All disposal facilities must have the minimum federally required insurance coverage in effect. Demonstration of the insurance coverage must be submitted to PCCHD at least 10 days prior to the event. Report of Insurance Claims The Contractor will report to PCCHD, immediately, any accident or occurrence resulting in injury to any person including any subcontractors' employees, or any property damage arising out of, or during, the course of performance of this Contract including site setup, collection, packing, site closure, transportation, storage, processing, and disposal. The Contractor and any subcontractors must provide PCCHD with a copy of any and all reports made by the Contractor's insurers, or other appropriate parties of any such accidents and occurrences. Event Responsibilities Delegation of Duties - The following responsibilities will be applicable, as indicated, for the Contractor and PCCHD: Contractor's Responsibilities: 1. Assist and agree to meet with PCCHD in the planning and final organization of the event three weeks prior to the event. This includes answering questions and being available to visit the site before the collection. 2. Cooperate with PCCHD and city/county public safety officers to develop a site contingency plan by May 2, The plan shall include procedures to minimize the risk of spill or fire during on-site activities as well as procedures for notification of emergency response personnel and evacuation. PCCHD must have an opportunity to review and comment on these plans before the collection. PCCHD will be responsible for contacting the local government and emergency response personnel. The Contractor will be responsible for developing the contingency plan. 3. Provide all manpower, equipment and supplies (including, at a minimum, barrels, absorbent, fencing, labels, tables, tents, polyethylene tarps, tape, and drop boxes) necessary for collection, handling, packaging, transportation, and disposal of the collected waste including safety equipment (including, at a minimum, neoprene inner gloves, cloth outer work gloves, chemical resistant boots, OSHA approved protective suits and safety glasses, hard hats, portable showers, first aid kits, portable eye washes, fire extinguishers, traffic cones, respirators, spill absorption materials, and emergency spill equipment). 4. Line all waste containers with plastic to prevent contamination or leaking during transport. 5. Erect tents and/or other needed facilities without making any holes into the pavement or damage permanent structures of the Colorado State Fairgrounds. 6. Storm drains, which could potentially become contaminated due to an accidental release of household hazardous waste, shall be sealed by the Contractor prior to the start of the collection. Such seals shall be removed after the site is free of hazardous waste and before the Contractor leaves the site. 7. Assemble and disassemble those portions of the collection site devoted to collection, handling, and transportation of the collected waste. 8. Supervise the sorting and unloading of acceptable materials from participants vehicles; segregate hazardous, non-hazardous, and rejected materials; package and transport all hazardous waste in accordance with state and federal requirements; prepare container sheets, manifests, notifications, certification, and other shipping documents. 9. Provide properly trained and qualified staff to review, identify, segregate, package, manifest, and transport incoming waste. 10. Assist members of the public with information on their waste including the reasons for any waste rejection. In all cases where waste is rejected, the Contractor will provide satisfactory instruction and information to the participant on methods of environmentally safe disposal. No participant is to be dismissed without receiving this information. PCCHD HHW RFP 2016 Page 5

6 11. Provide for the safe treatment, incineration, recycling, and disposal of collected waste in compliance with all applicable Colorado and Federal regulations. Hazardous waste will be treated, incinerated, and disposed of at fully permitted EPA or State approved hazardous waste treatment, storage and disposal facilities, recycling facilities, or facilities that have been given interim approval status by the EPA. No waste shall be disposed of by underground liquid injection. PCB (Polychlorinated biphenyl) waste is to be incinerated. Non- hazardous waste will be placed in the lined solid waste containers and removed from the site by PCCHD. 12. Ensure that the collection site is ready for operation by 7:30 AM on May 14, Any delay resulting from the failure of the Contractor to have its staff, equipment and materials ready for operation may be considered a breach of Contract and subject to financial penalty. 13. Ensure that all waste is removed and the collection site is in the same or better condition than it was before the event by 6:00 PM on May 14, The Contractor shall have personnel on site at all times until the collected waste has been removed from the site. This includes overnight personnel, if necessary. 14. The Contractor shall identify a single person as Event Liaison to work with PCCHD. The Contractor shall be responsible for managing any subcontractor work. 15. The Contractor shall, no later than 30 days after the event (June 13, 2016), provide PCCHD with the following: Copies of all final manifests, attached sheets to each manifest and packing slips from Contractor s disposal vendors; A written description of each type of waste including the U.S. Department of Transportation classification and a list of the quantity within each shipping package; A tally of the total amount of each type of waste collected in gallons (U.S. units). 16. A written description of the mode of transportation and disposal methods to be used for each type of waste. 17. Within 90 days after the event (August 12, 2016), the Contractor shall present a written description of the transportation mode and certification of destruction or treatment method for each type and amount of waste. This must be signed by an official of the contracting company. 18. All services shall be performed in a professional manner and in accordance with the highest industry standards. Unless the means or methods of performing a task are specified elsewhere in the Contract, the Contractor must employ methods generally accepted and used by the industry. Failure to meet the performance requirements will constitute a breach of contract and subject to financial penalty. 19. The Contractor must assume generator status and obtain a generator EPA I.D. number, which must be provided to PCCHD no later than 10 days before the event (May 4, 2016). Event Management by the Contractor 1. If storage will occur after collection, the Contractor shall store all materials collected at a fully permitted (federal, state, or local) Transfer, Storage, and Disposal Facility until final disposal. 2. Smoking, tobacco use and eating by Contractor employees and agents will be prohibited in the participant unloading area, waste segregation, packing, consolidation, and bulking areas. 3. All Contractor employees and agents working in the participant unloading area, waste segregation, packing, consolidation, and bulking areas must wear personal protective equipment consisting at a minimum of neoprene inner gloves, cloth outer work gloves, Tyvek suits, and OSHA approved safety glasses. Such equipment must be provided by the Contractor and comply with OSHA requirements. 4. The ground surface where all waste segregation, packing, consolidation, and bulking areas takes place shall be covered with poly sheeting. 5. All packing, labeling, manifest preparation, and waste transportation shall be in accordance with state and federal guidelines and laws. 6. Any waste being stored or accumulated at a transfer or storage facility before final disposal must be in sealed containers. Bulk material or any other material not in a form of secondary containment will be stored in a covered area with secondary containment equal to that provided for RCRA waste. PCCHD HHW RFP 2016 Page 6

7 7. To the maximum extent that is practical, the policy of the PCCHD is to encourage waste management in the following hierarchy: reduction, reuse, recycling, resource recovery, landfill. Household hazardous waste disposal should reflect this hierarchy. PCCHD's Responsibilities: 1. Provide suitable site location. 2. Traffic control by PCCHD staff, and municipal staff and volunteers. 3. Contact local governments and public safety officers concerning contingency planning. 4. Arrange for on-site emergency and hazardous-materials response team from Pueblo Fire Department. 5. Verify residency and household generator status of participants. 6. Collection of all fees and donations from event participants. 7. Provide identification signage at each collection station. 8. Provide roll-off containers for solid waste. 9. Work with Contractor to coordinate and plan the event. 10. Provide advance publicity describing hours, location, types of waste to be accepted and not accepted. 11. Provide all media contact. 12. Provide worker break tent where food and drink may be provided. PCCHD HHW RFP 2016 Page 7

8 Pueblo City-County Health Department RFP HHW Submission Requirements Proposal Format In order to be considered a responsive proposal, the Proposer must provide PCCHD one (1) original and two (2) copies of the proposal if sent via the US Post Office or other means of mail. The Household Hazardous Waste Collection proposals should be placed in an envelope marked "Proposal HHW " in the lower left corner, sealed and mailed or hand delivered to Pueblo City-County Health Department, Purchasing Office, 101 W. 9 th Street, Pueblo, CO The proposals will be accepted until Monday, March 21, 2016, at 3:00 p.m. All proposals must contain the following information in the order indicated below: Title Page: Name, address and telephone number of Contractor, date of proposal, name and title of contact person(s). Type of license and date issued. Please provide a brief history of the company including number of years in business, staff size and experience. Provide statements that respond to any negative reports regarding the company since 2013, including bankruptcy, loss of contract for failure to complete contracted work, etc. References: Provide two references of organizations/events you ve worked with that are similar in size and scope to the PCCHD event. These organizations/events should be in the Rocky Mountain Region, United States during Include contact(s) name, address, and phone number for each of the references. List of Fees: Submit a line-item expense budget with your proposal describing your Company s fees for each of the following: cost for site set-up, including but not limited to, equipment, supplies and personnel (standard rates and overtime rates); hourly and overtime rates for all personnel categories and provide the number of each type of personnel (i.e. chemist, technician, driver); list supplies/materials to be used; line item costs for bonds (if applicable); disposal costs per each type of waste expected (include anticipated quantity, method and cost of disposal). Limitations on Waste to Be Accepted: Specify and all limitations, restrictions or exclusions regarding your Company s acceptance of materials and explain why. Auditing Procedures: List the Company s auditing procedures and standards for disposal facilities. Describe the procedure, frequency of audit, and date of the most recent audit for each disposal location to be used under this contract. Provide any significant findings from the audit results for each disposal location. Transporter and Facility Identification: Provide a list of all transporters, recycling facilities, and treatment, storage, and disposal facilities that may be used in the performance of this project. The list must include the name, address, service provided and EPA Identification or permit number for each transporter or facility. Licenses and Permits: Contractors are required to possess all necessary State and Federal license or permits required for the collection, transportation and disposal of hazardous waste. Provide evidence of such permits and subcontractors as defined in this RFP. Complete list of any subcontractor(s) or partners: Include the following information for each of those companies: describe specific experience and number of years they have been providing services. Describe how each sub-contractor(s) will be used in this project. Include a contact name and phone number for each project cited. Site Setup: Proposers shall submit a generic organizational diagram of their preferred collection station. The diagram must include traffic flow, positioning of sorting tables and tent(s); fire, spills and other safety equipment; and the minimum area required to perform the project. A brief description of site activities PCCHD HHW RFP 2016 Page 8

9 including sorting, receipt, segregating, packaging, testing, loading, etc, must be attached to the diagram. Proposers must be able to incorporate their station diagram into the overall PCCHD event map, included in this RFP. On-site Equipment List: Provide a list of Contractor safety equipment, that will be at the collection station including all fire prevention, safety, personal protective equipment, and other supplies or equipment the Contractor deems suitable or necessary for this project. Spill and Fire Prevention Plan: Provide a plan describing procedures to minimize the risk of spill or fire during on-site activities at the collection. Spill/Accident Contingency Plan: Provide a sample contingency plan including a description of the Proposer s emergency response to a spill, fire or release of toxic or hazardous substances and a description of notification procedures for on-site emergencies and evacuation of participants and site workers, if necessary. Waste Packaging: Submit a description of packaging methods used for HHW collected, including safety procedures, if any materials are consolidated or bulked on site. List any waste which cannot be accepted at a HHW collection, and provide possible alternatives for managing this waste. Include a detailed description of reuse, recycling and other methods of disposal for the rejected HHW. Describe how unknown waste, inclement weather and vehicle accidents will be handled. Equipment: List all equipment and supplies the Proposer requires or expects PCCHD or other public and private agencies to bring to or provide at the site. Support: Describe how you will coordinate services with the PCCHD and/or what level of support you would require of the PCCHD in the performance of the services outlined in this RFP. Your responses will provide information, which will enable the Pueblo City-County Health Department to evaluate the qualifications of your firm and staff, with regard to the requirements of this Request for Proposal. Cost Proposal and Acknowledgment: Attachment A of this document must be completed, signed and returned with proposal. By submitting a proposal, you represent that you have (1) thoroughly examined and become familiar with the Scope of Services outlined in this RFP, and (2) are capable of performing quality work to achieve the PCCHD s objectives. RFP Schedule and Selection RFP electronically mailed to prospective contractors. Wednesday, March 2, 2016 Proposal questions accepted until....thursday, March 17, 2016 Proposal Due Date.. Monday, March 21, 2016, 3 PM Proposals opened and recorded.. Monday, March 21, 2016, 4 PM Evaluation of Proposals Tuesday/Wednesday, March 22-23, 2016 Interview/Negotiations, if necessary.. Monday, March 28, 2016 in afternoon Award of Contract...no later than April 1, 2016 at 3:00 PM Note: The above dates are approximate, not binding and subject to change. Evaluation and Award Process A Proposal Evaluation Committee (PEC) comprised of personnel in the Environmental Health Division at PCCHD will read and score all proposals. Proposals will be evaluate for completeness and the proposer s ability to meet all specifications as outlined in this RFP. The PEC may then short list the specific proposers whose proposals best meet all the criteria required for interviews. Negotiations and award process will follow this evaluation process. PCCHD HHW RFP 2016 Page 9

10 Selection Criteria 1. Ability of the contractor(s) to meet or exceed the requirements defined in the RFP. 2. Qualifications, certifications, experience and training. 3. References. 4. Collection, treatment, disposal methodology. 5. Violations in last three years. 6. Total project cost, including list of fees. 7. Immediate start-up ability. 8. Appropriate licenses and permits. 9. Completeness of response to RFP. Basis of Award The Contract will be awarded to the best qualified Proposer that offers the best price and yet is the most responsible and responsive to the needs of PCCHD. The contract shall be for the 2016 Collection event. PCCHD retains the right to reject any and all proposals and to waive any formality or technicality. Terms of Contract Issuance of this RFP and receipt of proposals does not commit PCCHD to award a contract. The PCCHD reserves the right to postpone opening, to accept or reject any or all proposals received in response to this RFP, or to negotiate with other than the highest ranked Proposers should negotiations with the highest ranked Proposers be terminated, or to cancel all or part of this RFP. The term of the contract for the successful Contractor(s) will be from date of award through December 31, Any contract(s) awarded between PCCHD and the successful firm will consist of a Service Agreement signed by both parties, this RFP and any addendums, the submitted proposal, negotiations, and original certificates of insurance. Any questions regarding this RFP should be directed to Shannon Roybal, Purchasing Agent, Purchasing Office, by to shannon.roybal@co.pueblo.co.us. PCCHD HHW RFP 2016 Page 10

11 Pueblo City-County Health Department Attachment A RFP HHW Cost Proposal Company Name: This proposal must be completed for purposes of determining the proposed collection cost for On this form submit the final price per waste based on previous event information. Provide a line item expense/budget that includes the list of fees, not to exceed $40,000 total. Proposers can propose alternative billing methods. When proposing alternatives, the proposal will fully respond to this RFP by completing this Form and shall then detail the alternative and why the alternative benefits PCCHD. If an alternative billing method is proposed and approved by PCCHD, a substitute for this Form will be agreed upon within two days of the bid opening. Total Cost Proposal for Household Hazardous Waste Event: Submitted by Signature: Name and title (please print): Date: Company Name: Acknowledgement I, (the undersigned), agree that the information contained in the RFP Proposal is complete, accurate, and correct to the best of my knowledge. I also certify that the storage, treatment and disposal facilities provided, which will be utilized for materials generated through this collection program are permitted/licensed by the U.S. Environmental Protection Agency and the appropriate State agency to accept the materials listed on the form and there are no current violations or suspensions. Submitted by Signature: Name and title (please print): Date: PCCHD HHW RFP 2016 Page 11

Introduction: Program Description:

Introduction: Program Description: REQUEST FOR PROPOSALS HANDLING, TRANSPORTATION AND DISPOSAL FOR HOUSEHOLD HAZARDOUS WASTE COLLECTION EVENTS THREE RIVERS SOLID WASTE MANAGEMENT AUTHORITY Introduction: The Three Rivers Solid Waste Management

More information

Request for Proposals for A Household Hazardous Waste Collection Day. Contracting Authority:

Request for Proposals for A Household Hazardous Waste Collection Day. Contracting Authority: Request for Proposals for A Household Hazardous Waste Collection Day Contracting Authority: Waste Management District Board of Directors Darke County Commissioners Matthew W. Aultman Michael E. Stegall

More information

REQUEST FOR PROPOSAL. Household Hazardous Waste (HHW) (RFP 18-01)

REQUEST FOR PROPOSAL. Household Hazardous Waste (HHW) (RFP 18-01) REQUEST FOR PROPOSAL Household Hazardous Waste (HHW) (RFP 18-01) REQUEST FOR PROPOSALS The City of Chamblee, Georgia requests qualified individuals and firms with experience in household hazardous waste

More information

REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE. Addison County Solid Waste Management District

REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE. Addison County Solid Waste Management District REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE ISSUED BY: Addison County Solid Waste Management District DATE ISSUED: May 12, 2017 BID DUE DATE: June 6, 2017, by 4:00 PM BID OPENING:

More information

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

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 REQUEST FOR PROPOSAL (RFP) FOR: RFP # 18-040-57 LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 RESPONSE DEADLINE: DECEMBER 4, 2018 4:00 P.M. CENTRAL STANDARD TIME (CST) TO: PAUL KLOSE

More information

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool TOWNSHIP OF PALMER NORTHAMPTON COUNTY, PA Municipal Building, 3 Weller Place, Palmer, PA 18045-1975, Tel. 610-253-7191, Fax 610-253-9957 Website: palmertwp.com REQUEST FOR PROPOSALS Lease and Operate the

More information

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

More information

RECYCLING & DISPOSAL OF WHITE GOODS

RECYCLING & DISPOSAL OF WHITE GOODS REQUEST FOR PROPOSAL (RFP) RECYCLING & DISPOSAL OF WHITE GOODS Issued: August 13, 2018 Due: 10 a.m., September 3, 2018 I. INTRODUCTION Metro Waste Authority (MWA) is seeking proposals from experienced,

More information

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

More information

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

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

More information

COMMUNITY SERVICES 520 BOND PARK POLICIES & PROCEDURES

COMMUNITY SERVICES 520 BOND PARK POLICIES & PROCEDURES Effective Period: Until superseded Review Schedule: Annually Effective Date: 01/01/2017 COMMUNITY SERVICES 520 BOND PARK POLICIES & PROCEDURES 1. PURPOSE To standardize and regulate the use of Bond Park

More information

MISSAUKEE COUNTY REQUEST FOR PROPOSALS HAZARDOUS WASTE COLLECTION SERVICES

MISSAUKEE COUNTY REQUEST FOR PROPOSALS HAZARDOUS WASTE COLLECTION SERVICES MISSAUKEE COUNTY REQUEST FOR PROPOSALS HAZARDOUS WASTE COLLECTION SERVICES December 3, 2018 REPLY TO: Precia L. Garland, Administrator Missaukee County 111 S. Canal St. PO Box 800 Lake City, MI 49651 231-839-4967

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY DISTRICT BOARD Megan Clark Russ Greenfield Larry Loder Craig K. Murray Judy Schriebman DISTRICT ADMINISTRATION Mark R. Williams, General Manager Michael Cortez, District Engineer Janice Mandler, Collection

More information

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager: REQUEST FOR QUALIFICATIONS & PROPOSALS PROJECT NAME: Continuing Professional Engineering Services DESCRIPTION: DATE ISSUED: 8/22/2018 The City of Greenwood is soliciting proposals from professional engineering

More information

TOWN OF GLOCESTER RFP FIREWORKS

TOWN OF GLOCESTER RFP FIREWORKS TOWN OF GLOCESTER RFP 2015-03 FIREWORKS Sealed bids, in quadruplicate, plainly marked ASealed Bid B RFP-2015-3 FIREWORKS@ will be received until 4:00 p.m. prevailing time, June 1, 2015 at the Office of

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department RFP #11-12 REQUEST FOR PROPOSAL

City of Portsmouth Portsmouth, New Hampshire Public Works Department RFP #11-12 REQUEST FOR PROPOSAL City of Portsmouth Portsmouth, New Hampshire Public Works Department RFP #11-12 REQUEST FOR PROPOSAL Invitation: Sealed proposals, plainly marked with Household Hazardous Waste Collection Services RFP

More information

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

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

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

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

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

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope.

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope. Request for Proposals (RFP): RPF Number 17-0731-0003 RFP Title: Electrical Line Crew for Normal and Emergency Restoration Work Issue Date: July 18,2017 Bid Due Date: July 25,2017 Bid Opening Date: July

More information

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 Sealed proposals will be received by the Commissioners of Thurmont, 615 East

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,

More information

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

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # )

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # ) 1 INTRODUCTION: Oklahoma Turnpike Authority 3500 Martin Luther King Ave. Oklahoma City, OK 73111 Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB #2017-003) The Oklahoma Turnpike Authority

More information

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Request for Proposal (RFP) The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes. Bids are due January 4, 2018 at 12:00 pm CST.

More information

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

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C) Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

Request for Proposal

Request for Proposal Request for Proposal White Goods Recycling and Disposal Service For five (5) solid waste facilities in the East Central Iowa Council of Governments (ECICOG) Solid Waste Planning Area including: Benton

More information

City of Rolling Hills INCORPORATED JANUARY 24, 1957

City of Rolling Hills INCORPORATED JANUARY 24, 1957 City of Rolling Hills INCORPORATED JANUARY 24, 1957 NO. 2 PORTUGUESE BEND ROAD ROLLING HILLS, CA 90274 (310) 377-1521 FAX (310) 377-7288 Permit requirements and application for collection and disposal

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

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

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA TABLE OF CONTENTS Section Number/Description 1.0 Introduction/Overview 1.1 Purpose/Objective 1.2 Background

More information

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386 2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336,fax 218.727.7471, www.wlssd.com Western Lake Superior Sanitary District REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

More information

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City

More information

WHITE GOODS RECYCLING AND DISPOSAL SERVICES REQUEST FOR PROPOSALS

WHITE GOODS RECYCLING AND DISPOSAL SERVICES REQUEST FOR PROPOSALS WHITE GOODS RECYCLING AND DISPOSAL SERVICES REQUEST FOR PROPOSALS LANDFILL OF NORTH IOWA SOLID WASTE PLANNING AREA COMPRISED OF CERRO GORDO AND FRANKLIN COUNTIES, COMMUNITIES OF FOREST CITY, GARNER, GRAFTON,

More information

HOUSEHOLD HAZARDOUS WASTE PROGRAM

HOUSEHOLD HAZARDOUS WASTE PROGRAM MINIMUM SPECIFICATIONS FOR HOUSEHOLD HAZARDOUS WASTE PROGRAM FOR CATTARAUGUS COUNTY DEPARTMENT OF PUBLIC WORKS REFUSE DIVISION OFFICE OF THE CLERK CATTARAUGUS COUNTY LEGISLATURE 303 Court Street Little

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

COMMUNITY SERVICES 524 PERFORMANCE PARK POLICIES & PROCEDURES

COMMUNITY SERVICES 524 PERFORMANCE PARK POLICIES & PROCEDURES Effective Period: Until superseded Review Schedule: Annually Effective Date: 01/01/2017 COMMUNITY SERVICES 524 PERFORMANCE PARK POLICIES & PROCEDURES 1. PURPOSE To standardize and regulate the use of Performance

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

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

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9

Request for Qualifications #9709RFQ. Architectural Services for Dawson County Fire Station #9 Dawson County Board of Commissioners Dawson County, GA Request for Qualifications #9709RFQ Architectural Services for Dawson County Fire Station #9 Schedule of Events This Request for Qualifications will

More information

REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN

REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN REQUEST FOR QUOTATIONS Scrap Metal Processing, Transportation and Marketing December 5, 2018 1. INTRODUCTION The Regional District of Okanagan-Similkameen (RDOS)

More information

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

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated

More information

BUILDING SERVICES AGREEMENT

BUILDING SERVICES AGREEMENT BUILDING SERVICES AGREEMENT THIS BUILDING SERVICES AGREEMENT (the Agreement ) is made this day of, 2015, by and between the City of Panama City, a municipality of the State of Florida (the City ) and E.

More information

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Critical Spare Parts for General Electric LM6000 PC Sprint Gas Turbines at the Canyon Power Plant, Anaheim, California RFP Date: October

More information

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 Wilmington, NC 28403 Telephone: (910) 798-7187 Fax: (910) 798-7806 Lisa Wurtzbacher, CPA Chief Financial Officer Barbara D. McClure,

More information

DRY SWEEPING SERVICES AGREEMENT

DRY SWEEPING SERVICES AGREEMENT DRY SWEEPING SERVICES AGREEMENT This DRY SWEEPING SERVICES AGREEMENT (this Agreement ) is made and entered into this day of, 200_ (the Effective Date ), by and between STANDARD PARKING CORPORATION, a Delaware

More information

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY COUNTY SOLID WASTE AUTHORITY, INC. HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting qualified firms to provide a turnkey service for the disposal of household hazardous waste. Specifications

More information

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina REQUEST FOR PROPOSALS (RFP) Marina Management Services Docktown Marina Date of Issue: Friday, October 2, 2015 Proposal Due Date: Wednesday, October 28, 2015 by 2:00 p.m. PST PROJECT OVERVIEW The City of

More information

HAZARDOUS WASTE AGREEMENT

HAZARDOUS WASTE AGREEMENT HAZARDOUS WASTE AGREEMENT This Agreement, made and entered into as of this day of, 20, by and between Alaska Marine Lines, Inc., a Washington corporation, ("Carrier") with its principal place of business

More information

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana Joe C. Despino Purchasing Manager City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071 Office: (318) 441-6180 Fax: (318) 619-3412 Requests for Proposals will be received

More information

TRANSIENT CAMP REMEDIATION RFP#P2017(18) - 15

TRANSIENT CAMP REMEDIATION RFP#P2017(18) - 15 TRANSIENT CAMP REMEDIATION RFP#P2017(18) - 15 PROPOSAL INFORMATION Proposal Name: Transient Camp Remediation RFP#P2017(18)-15 Date Issued: 1/30/17 Contact Person: Mary Anderson, Natural Resources Manager

More information

Request for Quote RFQ# Date: 02/01/2017

Request for Quote RFQ# Date: 02/01/2017 Request for Quote RFQ#2016-11 Recycling and Trash Removal Services Date: 02/01/2017 Page 1 of 9 Table 1, Key Dates in the RFQ Schedule Date Wednesday, February 1, 2017 Wednesday, February 15, 2017 @ 2:30

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

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

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

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

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN 1. Introduction The City of Jonesville, Michigan (City) is soliciting proposals from qualified contractors for the provision

More information

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals Solar/ Renewable Energy - Alternative Power Source Richmond, NH Cheshire County Sheriff s Office Request for Proposals The County of Cheshire (Sheriff s Office) is requesting a Letter of Intent, followed

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT

CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT CHEROKEE NATION DEPARTMENT OF TRANSPORTATION UTILITY RELOCATION AGREEMENT PROJECT NAME: PROJECT NO.: COUNTY: UTILITY COMPANY: THIS AGREEMENT, made and entered into by and between the Department of Transportation,

More information

INSTRUCTIONS TO BIDDERS DEICING FLUID

INSTRUCTIONS TO BIDDERS DEICING FLUID ISSUED: 09-06-2017 REVISED: 10-02-2017 INSTRUCTIONS TO BIDDERS The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations, who meet the qualifications hereinafter set

More information

MAINE RESIDENTIAL LAMP RECYCLING PROGRAM RETAILER PARTICIPATION AGREEMENT

MAINE RESIDENTIAL LAMP RECYCLING PROGRAM RETAILER PARTICIPATION AGREEMENT Manufacturers of household mercury-containing lamps are sponsoring a program in Maine to collect waste compact fluorescent lamps (waste CFLs) from residential households at participating retail stores.

More information

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For Iredell County BID AND PROJECT REQUIREMENTS AND CONTRACT For MISC. BUILDING IMPROVEMENTS Iredell County Solid Waste 354 Twin Oaks Road Statesville, NC 28625 I N F O R M A L B I D I N V I T A T I O N #16-750-IC-03

More information

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal

More information

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017 I. SUMMARY Montrose County is seeking proposals from qualified firms for Marketing

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: BIOSOLIDS MANAGEMENT Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL Request for Proposals (RFP) SAU #44 and the Nottingham School District REQUEST FOR PROPOSAL ( RFP ) RFP NOTT 05-17 INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL SAU #44 and the Nottingham School District

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

TRANSFLO MOTOR CARRIER OPERATING PROVISIONS

TRANSFLO MOTOR CARRIER OPERATING PROVISIONS Purpose The purpose of this document is to establish operating and safety requirements, policies and procedures for motor carriers conducting operations within a TRANSFLO terminal. Motor Carrier Access

More information

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch

More information

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL for Construction & Demolition Waste Characterization Study JUNE 2018 TABLE OF CONTENTS Section Page 1. Request for Proposal 3 2. Definitions

More information

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843 REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843 July 27, 2017 1. is seeking bids for Snow Removal of district facilities. 2. A Mandatory pre-bid meeting will

More information

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections PROJECT MANUAL 2018-2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections. This Proposal to be Publicly Opened and Read: May 2, 2018 Dated: April 4, 2018 Page 1 of 12 Subject: City

More information

AGREEMENT FOR TRANSPORTATION SERVICES

AGREEMENT FOR TRANSPORTATION SERVICES AGREEMENT FOR TRANSPORTATION SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws

More information

Permit for Filming within the Municipality of Skagway Borough

Permit for Filming within the Municipality of Skagway Borough Permit for Filming within the Municipality of Skagway Borough This Filming Permit Agreement ( Agreement ) is between a ( Permittee ) and the Municipality of Skagway Borough (the MOS ) with regard to an

More information

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

More information

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

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 The Central Valley Opportunity Center ( CVOC ) is soliciting

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03 REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03 The Board of Trustees of Illinois Valley Community College District No. 513 is seeking a Proposal for Food

More information