OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

Size: px
Start display at page:

Download "OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE"

Transcription

1 OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017

2 1.0 Overview The Outagamie County Department of Recycling & Solid Waste, Recycling Division is seeking a Contractor to provide hauling service of recyclable plastic bales. The recycling facility currently sorts and bales post consumer recyclables into various commodities, including plastic, paper and metal. There are two loading docks at the North West corner of the recycling facility where semi tractors back up to be loaded by a forklift which is operated by either county staff or subcontracted staff. Each of the plastic bales weighs approximately 1500 pounds. 2.0 Mandatory Requirement for Bid Submittal In order to submit a bid, the Contractor must have a minimum of three (3) years experience in hauling similar commodities. 3.0 Scope of Work The awarded Contractor will provide hauling of the recyclable plastic bales from the Outagamie County Material Recovery Facility located at 1419 Holland Rd in Appleton, WI to Clean Tech Inc. located at 500 Dunham St. in Dundee MI. Based upon 2016 numbers, on average, there were four loads a week, one a day (Monday Friday) for hauling. The payloads per trip are estimated to be approximately tons. As stated, these numbers are an estimate based upon past information. Amounts for this contract are not guaranteed and does not obligate Outagamie County to provide any specific amount of material or number of loads. The awarded Contractor is expected to meet the service requirements whether recyclable volume exceed or fall below averages provided. Service Requirements of the Awarded Contractor Most service must be provided during the loading hours of 7:00 am 11:00 pm (Monday Friday), unless otherwise agreed upon by both parties. The days of work and hours of operation will be modified during holiday periods. Contractor shall accommodate the holiday schedule provided in advance each year by the County. Secondary service may be requested for Saturday hauling. Contractor shall indicate willingness to haul during these secondary time periods as well as price variations (plus or minus) for each from the primary service time. Contractor shall furnish, operate and maintain adequate equipment in proper working order to haul recyclable scrap plastic under this contract. In case of equipment failure, or any delay related to equipment repairs, the Contractor is required at their sole expense, to provide replacement equipment so the flow of material is not interrupted. Semi tractor trailer units shall be used that are suitable for the applications. Contractor shall perform operations in a neat and clean manner. The semi tractor trailer units shall be licensed for a minimum gross vehicle weight of 80,000 pounds. The awarded Contractor must submit an inspection report that

3 certifies proper working order for both the tractors and trailers used under this contract. Contractor and drivers shall abide by all rules and regulations for hauling. Which includes, but not limited to, operating within the legal weight limits. Contractor shall obtain all permits and licenses, including those needed from the Division of Motor Vehicles, Department of Natural Resources, and other agencies. The selected Contractor shall comply with all applicable laws, regulations, and requirements, including but not limited to those related to traffic, safety, health, and accident prevention. Contractor shall be solely and completely responsible for working conditions, including safety of all persons and property during performance of work. Contractor shall make their own judgments regarding inclement weather operations, considering traffic safety and the requirement to satisfy the contractual obligation to haul recyclable scrap paper materials from Outagamie County. If Contractor s schedule is to be impacted by inclement weather, they shall immediately notify Outagamie County of any hauling schedule delays and provide a plan to catch up on the schedule. No scavenging or salvaging of solid waste or recyclable materials from any of the loads will be allowed. 4.0 Contract Term, Pricing and Billing The contract shall commence on October 1, 2017 and shall continue for a six month term. Outagamie County, at its sole option, may extend the term of the agreement prior to the end of the contract term for up to four (4) additional 6 month extensions with mutually agreed upon terms. The prices set forth in the Bid Schedule shall remain in effect during the initial six month term. No fuel surcharges will be accepted, the County will only pay the rate listed on the bid for during the initial six month agreement. The Contractor shall supply Outagamie County an itemized listing of all loads hauled each month. Outagamie County will issue payments monthly for the hauling services rendered. 5.0 Site Visit & Information Bidders are responsible for familiarizing themselves with the service areas and requirements. Contractors are encouraged to view and inspect the facilities to be familiar with all conditions before submitting a Bid. To view the County s Material Recovery Facility, contact Ryan McNichols, Operations Supervisor at (cell). 6.0 Subcontracting The awarded Contractor shall not subcontract any work without the prior written consent of Outagamie County. If any subcontractors are proposed as part of this Bid, they shall be identified in your bid submittal. If any subcontractors are utilized, Contractor shall be fully responsible for their work and shall make available to Outagamie County upon request the current written list of all subcontractors.

4 7.0 Insurance and Indemnification Complete and return Attachment A. This will become part of the contract. However, only the awarded Contractor needs to submit their Certificate of Insurance. 8.0 Bidder References Bidders must provide a minimum of three and maximum of five references that similar services are provided for. Include company name, contact name, telephone number and brief scope of work. 9.0 Purchasing Policy & Procedure Information For questions regarding the County s process, contact Nicole Schoultz Purchasing Coordinator, Outagamie County (920) Nicole.Schoultz@outagamie.org 10.0 Clarification and/or Revisions to the Specifications and Requirements Bidder must examine the documents carefully and before submitting a Bid, may request from the County's contact person(s) additional information or clarification by the date specified in the document timetable. A Bidder's failure to request additional information or clarification shall preclude the Bidder from subsequently claiming any ambiguity, inconsistency, or error. The County will issue responses to inquiries and any other corrections or amendments it deems necessary in written addendum prior to the Bid due date. Bidders should rely only on the representations, statements or explanations that are contained in this document and any written addendum to this document. Where there appears to be a conflict between the document and any addendum issued, the last addendum issued will prevail. It is the Bidder's responsibility to assure receipt of all addenda. All documents will be posted online at then Bids / Proposals. Upon posting, such addenda shall become part of the document and binding on Bidder(s). Any questions that come up and require additional information will be posted online at then Bids / Proposals County Reservation a. This bid request does not commit Outagamie County to make an award or to pay any costs incurred in the preparation of a proposal in response to this bid. b. The bid will become part of Outagamie County's files without any obligation on Outagamie County's part. c. The bidder shall not offer any gratuities, favors, or anything of monetary value to any official or employee of Outagamie County for any purpose. d. Outagamie County has the sole discretion and reserves the right to cancel this bid

5 and to reject any and all bids received prior to award, to waive any or all informalities and or irregularities, or to re advertise with either an identical or revised specification. e. Outagamie County reserves the right to request clarifications for any bid Closing Date Outagamie County will receive sealed bids up to 2:00 p.m. Central Time (CT), August 3, Deliver or mail bids to Outagamie County Purchasing Attn: Nicole Schoultz 410 S Walnut St Appleton, WI The sealed envelope containing your bidder shall show the name of the bidder and must be clearly marked "Bid Hauling Services". Any bid or unsolicited amendments to a bid received after the closing date and time will not be considered Facsimile or of Bids Facsimile or bids are not acceptable Method of Procurement The method for this procurement is pursuant to Chapter 22 of the Outagamie County Code of Ordinances Taxes Bid pricing must include all pertinent taxes.

6 OUTAGAMIE COUNTY BID FORM Hauling Services of Recyclable Plastic Bales Bid Due: Mail / Delivery Bids To: August 3, :00 p.m. CT Outagamie County Purchasing Attn: Nicole Schoultz 410 S Walnut St Appleton, WI Mandatory Requirement to Submit a Bid Bidding contractor must have a minimum of three (3) years experience in hauling similar commodities. Comply (check one) YES NO Price per Load $ (Primary Work, 7 am 11 pm) Willingness to haul on Saturday Yes No Price Differential from Primary Price (if any) $ ( + or ) (Circle one.) Willingness to stage trailers for quick swaps Yes No Include Subcontractor Information (if applicable) as Requested in Section 6.0 Include Attachment A as Requested in Section 7.0 Include References as Requested in Section 8.0 Firm Name: Authorized Signature: Print Name / Title: Date: Address: Telephone: E mail: