REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

Similar documents
CITY OF MARSHALL, MINNESOTA

Addendum No. TWO Date:

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)


INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office.

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

SECTION INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to:

2. Clarification: The building address is 801 Henderson Street.

Bidding Conditions Attachment C

PROFESSIONAL SERVICES DESCRIPTION FOR THE POSITION OF: Building Commissioning Services

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

Scott Eagle Attack Thermal Imaging Camera

DOCUMENT BID FORM. Village of Middle Point

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

TOWN OF CHAPIN, S.C. Utilities Department

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

PROPOSAL AND BID FORM (Submit in triplicate)

Both envelopes must have the following information in the lower left hand corner:

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

IMMEDIATE RESPONSE REQUESTED

Request for Quotations Airport Secure Access System

The Bid Date has changed to 03/16/2010 at 2:30 PM.

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

Main Building Auditorium

REQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

Addendum No. 1 Page 1 of 1

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B

Invitation to Negotiate

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

Request For Proposal. Interactive Projectors

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

DEAN + TYLER + BURNS ARCHITECTURE

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

COTULLA-LA SALLE COUNTY AIRPORT TERMINAL BID FORM

SECTION NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30 TH, 2015

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

INVITATION TO BID CITY OF HOPKINSVILLE

ANNEX III - BID FORMS

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

SECTION BID FORM

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM NO. 1. Please acknowledge receipt of this addendum on page 10 of the Invitation for Pre-Qualification of Bidders

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

JUDD STREET LIFT STATION DEWATERING CONTRACT

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

DOOLY COUNTY SCHOOLS. Copier Bid #

Understanding Public Bid Law La. R.S. 38:

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation.

Request for Quotations Arras Weir Maintenance

ADVERTISEMENT FOR BIDS

The Home Depot U.S.A., Inc. Instructions to Bidders

MEMORIAL HERMANN REQUEST FOR PROPOSAL PROJECT:

ADVERTISEMENT FOR BIDS

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

BID ADVERTISEMENT MARANACOOK LAKE OUTLET DAM MODIFICATIONS TOWNS OF READFIELD AND WINTHROP, MAINE

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013

REQUEST FOR PROPOSAL FOR DEVELOPMENT OF CITY-OWNED PROPERTY WITHIN THE BAYBORO HARBOR COMMUNITY REDEVELOPMENT AREA

Notice to Bidders Page 1 of 6

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

BID FORM (LUMP SUM CONTRACT)

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

ADVERTISEMENT FOR BIDS

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS

City of Eagle Point 2017 Paving Instruction to Bidders

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Bidders Name: DOCUMENT 330 BID FORM

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

INVITATION FOR BID. One (1) New or Used Demo Model Air Compressor (Trailer Type)

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Allegany College of Maryland Softball Field Murphy & Dittenhafer Project No Willowbrook Road, Cumberland, MD 21502

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Finance & Technology Administrator (815) ext 223

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

Preparation of Risk Register

Transcription:

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA I. PROJECT DESCRIPTION: The Crisp County Board of Commissioners is seeking proposals from qualified consulting firms with extensive experience in Solid Waste Collection and Landfill Management to conduct a two-part study examining the areas of Solid Waste Collection and Landfill Management, and providing a detailed report of study findings to the Crisp County Board of Commissioners both verbally and in writing. A. Part One of the study should examine all of the Solid Waste Collection methods available to Crisp County to include, but not limited to, unmanned Green Box sites, a limited number (number to be proposed by the study conclusions) of manned Green Box sites with compactors, a limited number (number to be proposed by the study conclusions) of manned Green Box sites without compactors, mandatory curbside pickup, and provisions for white goods, brown goods, tires, yard litter and nonconforming waste such as batteries, used oil, paint etc. The study should include the cost of each alternative, the alternative implementation schedule options and the funding options under each scenario. The study should also include the conclusions reached by the study and recommendations on implementation based on keeping the community clean, a citizen friendly solution and a funding strategy to pay for the implementation and a method of collection of fees, if any. B. Part Two of the study should examine all of the management alternatives for the landfill that are available to Crisp County to include, but not limited to, Owning and Operating the landfill in house with County Forces, maintaining ownership of the landfill, but outsourcing the management of the facility through a management contract, maintaining ownership, but leasing the facility to a private vendor or selling the Landfill outright. The study should include the costs and/or projected revenue potential of each alternative both short and long term,.as well as the risk associated with each alternative to include, but not limited to, the County s liability in each scenario, the Environmental Risk associated with limited or no direct control over the landfill and the alternative implementation schedule options under each scenario. The study should also include the conclusions reached by the study and recommendations on implementation based on keeping the community clean, a citizen friendly solution and minimum impact on the environment and the health and welfare of Crisp County citizens. II. BIDDER S REPRESENTATION: Each Bidder by making as proposal represents that he has visited the site and familiarized himself with the local conditions under which

the work is to be performed. Each bidder by making a proposal represents that he had read and understands the bidding documents. III. SCOPE OF SERVICES: Each Bidder will detail the scope of their services that will be provided under their proposal in order to complete the project as described in paragraph I. PROJECT DESCRIPTION. IV. PROJECT SCHEDULE: Proposals submitted: February 22, 2008 Firm Selection: March 11, 2008 Order to Proceed: March 17, 2008 Study Begins: o/a April 1, 2008 Progress Reports: Monthly (Format as agreed between County and vendor) Draft Report (written only) Submitted: To be proposed by bidder in the submittal. Final Report (verbal & written): Submitted: To be proposed by bidder in the submittal. V. SELECTION CRITERIA: The Vendor s experience in Solid Waste Collection methodology and Landfill Management protocols The Vendor s experience and performance history in cost estimation of similar projects. The specific experience of the actual personnel assigned to the project. The Vendor s ability to communicate effectively with the Board of Commissioners and Staff. The Vendor s methodology for conducting each part of the study. The Vendor s methodology for calculating and proposing fees for services. The Satisfactory performance on other similar projects. The Vendor s proposed fees for conducting the both parts of the study. VI. VENDOR INFORMATION: Vendor name, address, phone number, fax number, and e-mail address. Type organization (partnership, limited partnership, corporation, etc.), city and state where firm is headquartered, city and state of vendor s location providing primary services for this project. Resumes of the firm s principals. Resumes of relevant experience of personnel to be assigned to the project.

List of previous projects showing related experience in Solid Waste Collection and Landfill management. At least three (3) references for which the firm has performed similar work. Information that addresses the selection criteria described above. A sample of the Agreement for Services that you would propose to the County for this project. VII. SUBMITTAL INSTRUCTIONS: Three copies of the Proposal, marked Sealed Bid and Solid Waste Landfill Study marked on the outside, must be received no later than 2:00 p.m. local time in Cordele Georgia on February 22, 2008. At that time proposals will be opened publicly and recorded by the County Clerk. Proposals may be sent to the Crisp County Board of Commissioners, 210 S. 7 th Street, Cordele, GA 31015. Any questions regarding this RFP should be addressed in writing to Gene Crapse, County Administrator, 210 S. 7 th Street, Cordele, GA 31015 no later than 2:00 p.m. on February 8, 2008. Crisp County is an Equal Opportunity Employer and a Drug Free Workplace. Lester E. Crapse, Jr., County Administrator

PROPOSAL FORM Crisp County Solid Waste Collection and Landfill Management Study. Place: Crisp County Board of Commissioners 210 S. 7 th Street Cordele, GA 31015 Date: February 22, 2008 Time: 2:00 p.m. Proposal of (Hereinafter called the Bidder ) organized and existing under the laws of the State of Georgia, doing business as *. To: The Crisp County Board of Commissioners (hereinafter called the Board ). Gentlemen: The Bidder, in compliance with your invitation for proposals from qualified consulting firms with extensive experience in Solid Waste Collection and Landfill Management to conduct a two-part study examining the areas of Solid Waste Collection and Landfill Management in Crisp County, and providing a detailed report of study findings to the Crisp County Board of Commissioners both verbally and in writing, having examined the Request for Proposals, and knowing the site of the proposed work, and being familiar with all the conditions surrounding Solid Waste Collection and Landfill Management in Crisp County, hereby submits the following proposal. * Insert a corporation, a partnership or a individual as applicable. Bidder acknowledges the receipt of the following addendum (if any): Bidder agrees to perform all of the work described in the PROJECT DESCRIPTION, in accordance with the SCOPE OF WORK provided herewith, as presented in the Request for Proposals for the lump sum set forth below: Amounts shall be shown in both words and figures. In case of discrepancy, the amount in words will govern. ($ ) Amount in words

Bidder agrees to commence work upon receipt of a written order to proceed within Fifteen (15) days, and to complete fully all work within the time specified in the bidders proposal, or as agreed to by the Board. Bidder agrees to provide a detailed schedule for the conduct of the two-part Study with specific milestones beginning with the receipt of the Order to Proceed, and ending with the presentation of the study findings to the Board. Bidder agrees to provide Monthly Status Reports in the form agreed to by the Board. Bidder agrees to provide a Draft Report (written only) for review by the County, with a period of Thirty (30) for review and comment. Bidder agrees to present the Final Report to the Board not less than Thirty (30) days and not more than sixty (60) days from receipt of the Boards comments on the Draft Report. The bidder understands that the Board reserves the right to reject any or all bids and to waive any technicality or informality in the Bidding. The bidder understands that this may be a Federally Assisted Contract and compliance with all applicable Federal, State and Local Law, Rules and Regulations is required. The bidder understands that he must comply with the Copeland Anti-Kick Back Act. This act provides that each contractor shall be prohibited from inducing, by any means, any person employed in the conduct of public work to give up any part of the compensation to which he is otherwise entitled. The bidder agrees that this bid shall be valid and may not be withdrawn or revoked for a period of sixty (60) calendar days after the scheduled bid opening time. Respectfully submitted: By: S// (Title) (Seal-if bidder is a corporation) _ (Business address)