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

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

CITY OF SOUTHAVEN, MISSISSIPPI RUBBISH COLLECTION SERVICES

I. INTRODUCTION GENERAL INFORMATION

Town of Georgetown Request for Quotations Residential Waste Collection

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS

INSTRUCTIONS TO BIDDERS

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

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

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

COUNTY OF COLE JEFFERSON CITY, MISSOURI

I. INTRODUCTION I. GENERAL INFORMATION

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

RFQ #2766 Sale of Surplus Scrap Metal

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION

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

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

INVITATION TO BID Retaining Wall

HEATING AND COOLING SYSTEM MAINTENANCE

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

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

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

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

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

COMMONWEALTH OF KENTUCKY CITY OF LA GRANGE RESOLUTION NO

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

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

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

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR PROPOSALS FOR CONTRACTUAL SERVICES REFUSE AND RECYCLING COLLECTION VILLAGE OF CASSOPOLIS 117 S. Broadway, Suite 100 Cassopolis, MI 49031

Dayton Truck Meet 2019 Vendor Agreement

ST. LOUIS COMMUNITY COLLEGE E-BID FORM

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

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

MASTER SUBCONTRACTOR AGREEMENT

CITY OF CITRONELLE REQUEST FOR PROPOSAL INVITATION TO BID FOR SOLID WASTE COLLECTION OF RESIDENTIAL GARBAGE FOR THE CITY OF CITRONELLE

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

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

M E M O R A N D U M. March 13, 2019

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

INSTRUCTIONS TO BIDDERS

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

Champaign Park District: Request for Bids for Playground Surfacing Mulch

REQUEST FOR QUOTATION

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

REQUEST FOR PROPOSALS BID SPECIFICATIONS FOR WASTE AND RECYCLING SERVICE

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WASTE CONTRACTS BOOTCAMP Aug. 23, 2018 Discussion Material Contract Language

TOWN OF LINCOLN GENERAL SPECIFICATIONS

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INSTRUCTIONS TO BIDDERS

BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL

INSTRUCTIONS TO BIDDERS

SAFETY FIRST GRANT CONTRACT

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

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

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

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

RFP GENERAL TERMS AND CONDITIONS

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents-

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

MASTER SUBCONTRACT AGREEMENT

DRY SWEEPING SERVICES AGREEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

Core Technology Services Division PO Box Grand Forks, ND

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

SUBCONTRACTOR AGREEMENT

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

P u b l i c N o t i c e F r a n c h i s e A w a r d. Ocean Pines Association, Inc. Ocean Pines, Maryland

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

2018 WASTE REMOVAL SERVICES CONTRACT

Transcription:

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 of Byrnes Mill, Missouri 2018-2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections The City of Byrnes Mill, Missouri, is requesting bid proposals for the following services throughout the City: 2018 2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections Please see the attached Project Special Provisions, Instructions to Bidders, Project Area Map, Specifications and Itemized Bid Form for further details pertaining to the proposed scope of work. The Contractor shall provide a minimum of two (2) project and contact references from area projects to the City and provide experience documentation showing a minimum of three (3) years of contracting experience with their bid. Bids shall be provided to Deborah LaVenture, at the City of Byrnes Mill, by May 2 nd, 2018 before 3:00 p.m. at Byrnes Mill City Hall located at 141 Osage Executive Circle Byrnes Mill, MO 63051. The bid proposal shall be delivered in a sealed envelope clearly marked on the outside 2018 2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections on or before the time specified above. No facsimiles will be accepted. At 7:00 p.m. the bids will be opened and read. Mrs. LaVenture can be reached by phone at 636-677-7727. 2 P a g e

Bid proposals shall be submitted to the following address: Deborah LaVenture Administrator City of Byrnes Mill c/o Byrnes Mill City Hall 141 Osage Executive Circle Byrnes Mill. MO 63051 All questions pertaining to the content of the Project Bid Documents should be forwarded to the Administrator using the following contact information: Deborah LaVenture Administrator City of Byrnes Mill administrator@byrnesmill.org 636-677-7727 This Letter and the attached Project Special Provisions, Instructions to Bidders, Project Area Map, and Itemized Bid Form shall be made part of the Contract between the Contractor and the City of Byrnes Mill. 3 P a g e

INVITATION FOR BIDS Sealed Bids, in duplicate, for the 2018 2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections in the City of Byrnes Mill, Missouri, will be received by City Clerk s office until 3:00 pm CST May 2 nd, 2018, thereafter be publicly opened and read at 7:00 p.m. The scope of work for this project includes, but is not limited to city wide Residential Solid Waste, Yard Waste and Recycling Collection. The City reserves the right to revise the project scope to match the City s needs. Each service contract will be awarded for a period of two (2) years, with the City reserving the option to extend each contract by one (1) year subject to annual appropriation. OPENING OF BIDS All bids will be opened at Byrnes Mill City Hall, 141 Osage Executive Circle, Byrnes Mill, Missouri, at 7:00 p.m. on Wednesday, May 2nd, 2018. The City reserves the right to reject any and all bids, offers, or proposals submitted, or to advertise for new bids. Collusion between bidders is sufficient cause to disqualify all bidders so involved. ITEMIZED BID FORM All bids must be made on the attached Itemized Bid Form. Bid blanks must be completed and clearly filled in and must be free from alteration either by erasure or interlineations, or otherwise the bid proposal may be voided. Bidders are requested to state the annual cost of service each year of a two (2) year period on a per household basis with an option of a one (1) year extension. BASIS OF AWARD Bids will be compared by the extension and summation of the unit prices submitted in the proposal. The quantities as shown on the proposal form are estimated and are furnished to be used as a basis for calculations and for the preparation of the bid. The quantities are not necessarily exact. The City plans to award the contract to the lowest, responsive, responsible bidder. In determining "lowest, responsive, responsible bidder", in addition to price, the City shall consider: the ability, capacity or skill of the bidder to perform the contract or provide the service required; whether the bidder can perform the contract or provide the service promptly or within the time specified, without delay or interference; the reputation, experience and efficiency of the bidder; 4 P a g e

the quality of performance of previous contracts or services; and the sufficiency of the financial resources and ability of the bidder to perform the contract or provide the services RIGHT RESERVED TO REJECT BIDS The City reserves the right to reject any and all bids, offers, or proposals submitted, or to advertise for new bids. EXECUTION OF CONTRACT The bidder to whom the contract has been awarded shall sign and return the contract to the City within seven (7) days after receipt of the contract. Failure to execute and return the contract to the City within seven (7) days after receipt of the contract shall be cause for the annulment of the contract award and the forfeiture of the bid guaranty to the City. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself/herself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. INSURANCE Contractor shall furnish to the city, and maintain during the term of the contract, a performance bond acceptable to City in a penal sum of $10,000 with good and sufficient surety acceptable to City and conditioned upon Contractor performing his duties and obligations provided for in this agreement. Contractor shall provide for each vehicle used in the work covered by this agreement liability insurance in companies satisfactory to the City in a sum of not less than $300,000 for any one person and the sum of $1,000,000 for any two or more persons who may be injured in any one accident, and the sum of $50,000 for any property damage at any time by 5 P a g e

reason of carelessness or legally recognizable negligence of the driver or operator of each such vehicle used in the work covered by this agreement. Such insurance shall specifically name the City as an insured party under said policies, and said insurance shall be carried in a firm or corporation which has been duly licensed to carry on such business in the State of Missouri. A verified copy of such insurance policy or policies shall be filed with City, together with a certificate of the insurer that the policy or policies are in full force and effect and that same will not be altered, amended or terminated without thirty (30) days written notice having been given to City.. Contractor will also obtain and maintain worker s compensation insurance, employer s liability insurance and automobile liability insurance, evidence of which shall be provided to the City within ten (10) days of the date a contract is entered into between the Contractor and City and prior to construction operations starting. PREVAILING WAGE The Contractor shall comply with, and is bound by, the provisions of Missouri law pertaining to the payment of wages on public works projects contained in ROMs. Sections 290.210 through 290.340. In accordance with Missouri law, the Contractor shall not pay less than the prevailing hourly rate of wages specified by the Missouri Department of Labor and Industrial Relations Division of Labor Standards to all workmen performing work under a contract entered into with the City. SAFETY The Contractor is responsible for all job site safety and shall follow all governmental rules and regulations particularly those of the Occupational Safety and Health Administration (OSHA). CONTRACTOR PREQUALIFICATION The Contractor shall provide a minimum of two (2) project and contact references from area projects to the City and provide experience documentation showing a minimum of three (3) years of contracting experience with its bid. SCOPE OF WORK The schedule of rates, predicated on a starting time of no earlier than 7:00 a.m., shall be as follows during the initial term. Refuse collections shall perform their duties in a quiet, orderly and sanitary manner. In case of spillage during collection, the refuse collector shall pick up the 6 P a g e

spillage and restore the premises to a clean and sanitary condition. The applicable rates for the one-year extension term are included and will go into effect if the City exercises such option. Cost, per dwelling unit collection, including yard waste, recycling, and large bulky items, at curbside. Cost, per dwelling unit collection, including yard waste, recycling, and large bulky items, at curbside. Residential trash container will be provided by the Contractor at no cost to the resident. Recycling bins will be provided by the Contractor at no cost to the resident. LOCATION The City of Byrnes Mill consists of City Hall, Public Works Department, Jefferson County Public Sewer Plant, homes, apartment complexes, and agriculture, (the city park property will be excluded from pickup/proposal). FAILURE OR REFUSE TO PERFORM Contractor shall pay the sum of Two Hundred Dollars (200.00) as liquidated damages to the City for each and every day that the Contractor shall fail or refuse to perform his duties and obligations or comply with the provisions of the contract documents, which said damages shall be deducted from any sums of money that may be due or shall become due to the Contractor under this agreement, and the contractor shall further pay as liquidated damages the sum of ($5.00) for each dwelling unit collection point which, after investigation by City, has been determined by it to have been missed on any collection day, provided however, that Contractor shall not be penalized for a missed collection point if a collection at any such collection point is made with 24 hours of the appointed collection date, and provided further that Contractor shall not be so penalized, as hereinabove provided, if such failure shall be caused by fire, riots, civil commotion or acts of God. In the event that Contractor shall fail or refuse to perform his duties and obligations, or shall become insolvent or shall become the subject of a proceeding in bankruptcy (including any proceeding under Chapter 10 or Chapter 11 of the Bankruptcy Act), or shall become the subject of any proceeding for the appointment of a receiver, or in the event of an assignment by Contractor for the benefit of its creditors, or the taking of its trucks, equipment, vehicles or other facilities used in connection with the performance of the work under any execution against Contractor, in such events, City may at its option upon five (5) days written notice declare the Contractor to be in breach of his agreement and City may terminate the agreement and declare 7 P a g e

same cancelled and terminated and shall, in addition be entitled to recover damages and take such other actions and seek other remedies as may be permitted by law. HOLIDAYS If a holiday occurs, or falls on weekdays on which the employees of the Contractor are not working, then the collection ordinarily made on that day by said Contractor shall be made by said Contractor on the next succeeding day, it being the intent of this agreement that the occurrence of said holiday shall not excuse the said Contractor from making one (1) collection per week from each dwelling unit. Applicable holidays are New Year s Day, Memorial Day, July 4, Labor Day, Thanksgiving Day and Christmas Day. ADVERSE WEATHER The bidder is authorized to treat an event of adverse weather as a Holiday schedule and shall notify the City and residents as soon as practical. An event of adverse weather is a climatic change that creates hazardous road conditions, including but not limited to snow, ice, sleet, heavy rainfall, or high winds. INDEMNITY AND HOLD HARMLESS Contractor shall indemnify, hold harmless and defend the City from any liability claim, damage or cause of action which may be sustained or asserted against said city that is caused or alleged to be caused by a negligent or willful act or omission of the Contractor; provided, however, the Contractor shall not be liable for any claim, damage, or cause of action caused by a negligent or willful act or omission of the City. The parties acknowledge and agree that, except for the Contractor s own negligence, the Contractor shall not be responsible for damage to any private pavement or accompanying sub-surface of any route reasonably necessary to perform the services herein contracted. NON-TRANSFERABLE The contract shall not be assignable or transferable by Contractor, nor shall any services be performed by a subcontractor for Contractor without the written consent of the City. 8 P a g e

COLLECTION OF PAYMENT/CUSTOMER SERVICE Contractor agrees that it shall be solely responsible for collection of payment for the services provided herein from each resident of the City. Contractor further agrees that the City shall have no obligation or liability for payment of any cost or fee incurred in connection with this Agreement and in no way does the City guarantee payment with respect to any amounts owed to Contractor. Service hereunder shall be extended to all new or additional dwelling units immediately upon request for the same unit price as specified in the Schedule of rates mentioned. The number of dwelling units may also be reduced when it is determined by the City that such units are no longer generating solid waste or yard waste. Bidder shall operate and maintain a Customer Service Center. All calls shall be answered during the hours of operation by a Customer Service Representative. DISPOSAL REQUIREMENTS All solid waste and yard waste collected by Contractor shall be disposed of at a processing facility or disposal area in compliance with all requirements of the Missouri Solid Waste Management Act, of 1972 (Sections 260.200 to 260.245, RSMo.), as amended, and officially adopted rules and regulations thereunder. CONTRACTUAL DOCUMENTS The agreement, the performance bond and applicable City Ordinance shall comprise the contract between the awarded bidder and the City. The Contractor shall fully comply with all of the requirements of each such document whether same is contained in the other document or not. 9 P a g e

PRICE QUOTATION FOR RESIDENTIAL SOLID WASTE TRASH AND YARD WASTE COLLECTION 2018 2020 RESIDENTIAL SOLID WASTE, TRASH, RECYCLING AND YARD WASTE COLLECTIONS A. Fee Structure Services to be charged directly to Customer.. No pricing of services by Contractor contained in this contract shall escalate for any reason. 1.) Monthly Base Charge per residential customer for solid waste collection as set forth in the Scope of Work one (1) time per week shall be $ per month. 2.) Monthly Base Charge per residential customer for solid waste collection as set forth in the Scope of Work two (2) times per week shall be $ per month. 3.) Monthly Base Charge per residential customer for curbside recycling collection as set forth in the Scope of Work one (1) time per week shall be $ per month. B. Fees for Additional Services to be Charged Directly to Customer These services shall be ordered directly by the customer. 1.) Fee for special collection of appliances shall be $ per appliance. 2.) Fee for special collection of bulky items (in addition to the once per month collection provided under the Base Charge) shall be $ per item. 3.) Fee for special collection of yard waste (in addition to the once per month collection provided under the Base Charge) shall be $ per bag and/or bundle. (Initials- Authorized Representative:.. _

PRICE QUOTATION FOR OPTIONAL SERVICE TO BE BILLED TO RESIDENT Cost of Services per Residential Dwelling Unit/Per Month 1. Special Pick-Up of Appliances and Banned Landfill Items 2. Special Pick-Up of Large Household Items 3. Rental of an additional Toter for Trash/Service 4. Rental of an additional Toter for Recycling/Service Page 11 of 12

2018 2020 RESIDENTIAL SOLID WASTE, TRASH, RECYCLING AND YARD WASTE COLLECTIONS Name of Bidder: Mailing Address: Telephone Number: Fax Number: E-Mail Address: This proposal quote has been prepared and submitted by: Contractor s Authorized Representative (Print) Contractor s Authorized Representative (Signature) Page 12 of 12