Trash, Recycling and Debris Removal Services for Jordan Lake State Recreation Area

expired opportunity(Expired)
From: North Carolina Department of Natural and Cultural Resources(State)
46-DNCR-23-1809

Basic Details

started - 06 Mar, 2023 (14 months ago)

Start Date

06 Mar, 2023 (14 months ago)
due - 20 Mar, 2023 (13 months ago)

Due Date

20 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
46-DNCR-23-1809

Identifier

46-DNCR-23-1809
Department of Natural and Cultural Resources

Customer / Agency

Department of Natural and Cultural Resources
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

STATE OF NORTH CAROLINA Department of Natural and Cultural Resources Invitation for Bid #: 46-DNCR-23-1809 Trash, Recycling and Debris Removal Services for Jordan Lake State Recreation Area Date of Issue: March 6, 2023 Bid Opening Date: March 20, 2023 At 11:00 AM ET Direct all inquiries concerning this IFB to: Dwayne Alston Procurement Specialist Email: dwayne.alston@ncdcr.gov Phone: 919-814-6734 mailto:dwayne.alston@ncdcr.gov Ver: 11/2021 STATE OF NORTH CAROLINA Invitation for Bid # 46-DNCR-23-1809 ______________________________________________________ For internal State agency processing, including tabulation of bids, provide your company’s eVP (Electronic Vendor Portal) Number. Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement
file is made available for public inspection. This page shall be filled out and returned with your bid. Failure to do so may subject your bid to rejection. ___________________________________________________ Vendor Name ______________________________ Vendor eVP# Note: For your bid to be considered, your company (you) must be a North Carolina registered vendor in good standing. You must enter the vendor number assigned through eVP (Electronic Vendor Portal). If you do not have a vendor number, register at https://vendor.ncgov.com/vendor/login https://vendor.ncgov.com/vendor/login Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 1 Refer ALL Inquiries regarding this IFB to: Dwayne Alston dwayne.alston@ncdcr.gov Invitation for Bid #: 46-DNCR-23-1809 Bids will be publicly opened: March 20, 2023, at 11:00 AM ET Using Agency: DNCR, Jordan Lake State Recreation Area Commodity No. and Description: 761215 - Refuse collection and disposal Requisition No.: PR12493120 EXECUTION In compliance with this Invitation for Bid (IFB), and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, the undersigned Vendor understands that false certification is a Class I felony and certifies that:  this bid is submitted competitively and without collusion (G.S. 143-54),  none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and  it is not an ineligible Vendor as set forth in G.S. 143-59.1. Furthermore, by executing this bid, the undersigned certifies to the best of Vendor’s knowledge and belief, that:  it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143-48.5, the undersigned Vendor certifies that it, and each of its sub-Contractors for any Contract awarded as a result of this IFB, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public contracts; or awarding or administering public contracts; or inspecting or supervising delivery of the public contract of any gift from anyone with a contract with the State, or from any person seeking to do business with the State. By execution of this response to the IFB, the undersigned certifies, for Vendor’s entire organization and its employees or agents, that Vendor is not aware that any such gift has been offered, accepted, or promised by any employees of your organization. By executing this bid, Vendor certifies that it has read and agreed to the INSTRUCTION TO VENDORS and the NORTH CAROLINA GENERAL TERMS AND CONDITIONS. These documents can be accessed from the Ariba Sourcing Tool. Failure to execute/sign bid prior to submittal shall render bid invalid and it SHALL BE REJECTED. Late bids shall not be accepted. COMPLETE/FORMAL NAME OF VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #21): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR’S AUTHORIZED SIGNATURE*: DATE: EMAIL: STATE OF NORTH CAROLINA Department of Natural and Cultural Resources mailto:dwayne.alston@ncdcr.gov Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 2 VALIDITY PERIOD Offer shall be valid for at least 60 days from date of bid opening, unless otherwise stated here: ______ days, or if extended by mutual agreement of the parties. Any withdrawal of this offer shall be made in writing, effective upon receipt by the agency issuing this IFB. ACCEPTANCE OF BIDS If your bid is accepted, all provisions of this IFB, along with the written results of any negotiations, shall constitute the written agreement between the parties (“Contract”). The NORTH CAROLINA GENERAL TERMS AND CONDITIONS are incorporated herein and shall apply. Depending upon the Goods or Services being offered, other terms and conditions may apply, as mutually agreed. FOR STATE USE ONLY: Offer accepted and Contract awarded this________ day of __________, 20____, as indicated on The attached certification, by ____________________________________________________________________. (Authorized Representative of the Department of Natural and Cultural Resources) Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 3 Contents 1.0 PURPOSE AND BACKGROUND ............................................................................................. 5 1.1 CONTRACT TERM .................................................................................................................. 5 2.0 GENERAL INFORMATION ....................................................................................................... 5 2.1 INVITATION FOR BID DOCUMENT ........................................................................................ 5 2.2 E-PROCUREMENT FEE ......................................................................................................... 5 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS ................................. 5 2.4 IFB SCHEDULE ...................................................................................................................... 6 2.5 SITE VISIT ............................................................................................................................... 6 2.6 BID QUESTIONS ..................................................................................................................... 7 2.7 BID SUBMITTAL ..................................................................................................................... 7 2.8 BID CONTENTS ...................................................................................................................... 7 2.9 ALTERNATE BIDS .................................................................................................................. 8 2.10 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ............................................................ 8 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS .................................................... 8 3.1 METHOD OF AWARD ............................................................................................................. 8 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION......... 8 3.3 BID EVALUATION PROCESS ................................................................................................ 8 3.4 PERFORMANCE OUTSIDE THE UNITED STATES ............................................................... 9 3.5 INTERPRETATION OF TERMS AND PHRASES .................................................................... 9 4.0 REQUIREMENTS ................................................................................................................... 10 4.1 PRICING ................................................................................................................................ 10 4.2 ESTIMATED QUANTITIES .................................................................................................... 10 4.3 INVOICES .............................................................................................................................. 10 4.4 FINANCIAL STABILITY ........................................................................................................ 10 4.5 HUB PARTICIPATION .......................................................................................................... 10 4.6 REFERENCES ...................................................................................................................... 11 4.7 PERSONNEL ......................................................................................................................... 11 4.8 COMMERCIAL LIABILITY INSURANCE .............................................................................. 11 4.9 VENDOR’S REPRESENTATIONS ........................................................................................ 11 4.10 AGENCY INSURANCE REQUIREMENTS MODIFICATION ................................................. 11 5.0 SPECIFICATIONS AND SCOPE OF WORK .......................................................................... 12 5.1 GENERAL ............................................................................................................................. 12 5.2 SPECIFICATIONS ................................................................................................................. 12 Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 4 5.3 DEVIATIONS ......................................................................................................................... 16 6.0 CONTRACT ADMINISTRATION............................................................................................. 17 6.1 PROJECT MANAGER AND CUSTOMER SERVICE ............................................................ 17 6.2 CONTINUOUS IMPROVEMENT ............................................................................................ 17 6.3 ACCEPTANCE OF WORK .................................................................................................... 17 6.4 TRANSITION ASSISTANCE ................................................................................................. 18 6.5 DISPUTE RESOLUTION ....................................................................................................... 18 6.6 CONTRACT CHANGES ........................................................................................................ 18 6.7 ATTACHMENTS .................................................................................................................... 18 ATTACHMENT A: PRICING FORM ................................................................................................... 19 Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 5 1.0 PURPOSE AND BACKGROUND The Department of Natural and Cultural Resources (hereinafter, “Department”) requires a qualified Vendor to provide trash pick-up, recycling services and dumpster and emergency storm debris removal services if needed for Jordan Lake State Recreation Area (hereinafter, “Park”). The awarded vendor will also be responsible for providing 30 cubic yard dumpsters for storm debris removal if needed. It will be the responsibility of the awarded vendor to provide, deliver, off- load and service each type of requested dumpster as outlined in this IFB. Jordan Lake State Recreation Area is located at 280 State Park Road, Apex, NC 27523. The intent of this solicitation is to award an Agency Term Contract. 1.1 CONTRACT TERM The Contract shall have a term of one (1) year, beginning on the date of final Contract execution (the “Effective Date”). At the end of the Contract’s initial term, the State shall have the option, in its sole discretion, to renew the Contract on the same terms and conditions for up to two (2) additional one-year terms. The State will give the Vendor written notice of its intent to exercise each option no later than thirty (30) days before the end of the Contract’s then-current term. In addition to any optional renewal terms, and with the Vendor’s concurrence, the State reserves the right to extend the Contract after the last active term. Bids shall be submitted in accordance with the terms and conditions of this IFB and any addenda issued hereto. 2.0 GENERAL INFORMATION 2.1 INVITATION FOR BID DOCUMENT This IFB is comprised of the base IFB document, any attachments, and any addenda released before Contract award, which are incorporated herein by reference. 2.2 E-PROCUREMENT FEE ATTENTION: This is an NC eProcurement solicitation facilitated by the Ariba Network. The E-Procurement fee may apply to this solicitation. See the paragraph entitled ELECTRONIC PROCUREMENT of the North Carolina General Terms and Conditions. General information on the E-Procurement Services can be found at: http://eprocurement.nc.gov/. What is the Ariba Network? The Ariba Network is a web-based platform that serves as a connection point for buyers and vendors. Vendors can log in to the Ariba Network to view purchase orders, respond to electronic requests for quotes, participate in Sourcing Events, and collaborate with buyers on contract documents. For training on how to use the Sourcing Tool to view solicitations, submit questions, develop responses, upload documents, and submit offers to the State, Vendors should go to the following site: http://eprocurement.nc.gov/training/vendor-training. 2.3 NOTICE TO VENDORS REGARDING IFB TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions to Vendors, the North Carolina General Terms and Conditions, all relevant exhibits and attachments, and any other components made a part of this IFB and comply with all requirements and specifications herein. Vendors are also responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this IFB. If Vendors have questions, issues, or exceptions regarding any term, condition, or other component of this IFB, those must be submitted as questions in accordance with the instructions in the BID QUESTIONS Section. If the State determines that any changes will be made as a result of the questions asked, then such decisions will be communicated in the form of an IFB addendum. The State may also elect to leave open the possibility for later negotiation and http://eprocurement.nc.gov/ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 6 amendment of specific provisions of the Contract that have been addressed during the question-and-answer period. Other than through this Q and A process or negotiation under 01 NCAC 05B.0503, the State rejects and will not be required to evaluate or consider any additional or modified terms and conditions submitted with Vendor’s bid or otherwise. This applies to any language appearing in or attached to the document as part of the Vendor’s bid that purports to vary any terms and conditions or Vendors’ instructions herein or to render the bid non-binding or subject to further negotiation. Vendor’s bid shall constitute a firm offer that shall be held open for the period required herein (“Validity Period” above). By execution and delivery of this IFB Response, the Vendor agrees that any additional or modified terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s bid as nonresponsive. The State may exercise its discretion to consider Vendor proposed modifications. 2.4 IFB SCHEDULE The table below shows the intended schedule for this IFB. The State will make every effort to adhere to this schedule. Event Responsibility Date and Time Issue IFB State March 6, 2023 Hold Pre-Bid Meeting/Site Visit State March 10, 2023, at 10:00 AM ET Submit Written Questions Vendor March 13, 2023, by 12:00 PM ET Provide Response to Questions State March 14, 2023, by 5:00 PM ET Submit Bids Vendor March 20, 2023, by 11:00 AM ET Contract Award State To be Determined Contract Effective Date State To be Determined The Department of Natural and Cultural Resources will be conducting live bid openings over conference call. Below is the call-in information for this procurement’s bid opening scheduled for Monday, March 20, 2023, at 11:00 AM ET. Call-in telephone number: 1-984-204-1487 Phone Conference ID number: 689 645 694# 2.5 SITE VISIT Urged and Cautioned Site Visit Date: March 10, 2023 Time: 10:00 AM Eastern Time Location: 280 State Parks Road Apex, NC 27523 Phone: (919) 362-5391 Instructions: Vendor representatives are URGED and CAUTIONED to visit the site and apprise themselves of the conditions and requirements which will affect the performance of the work called for by this IFB. A non-mandatory Site Visit is scheduled for 10:00 AM ET on March 10, 2023, for this IFB. Submission of a bid shall constitute sufficient evidence of this compliance and no allowance will be made for unreported conditions which a prudent Vendor would recognize as affecting the performance of the work called for in this IFB. Vendor is cautioned that any information released to attendees during the site visit other than that involving the physical aspects of the facility referenced above, and which conflicts with, supersedes, or adds to requirements in this IFB, must be confirmed by written addendum before it can be considered to be a part of this IFB and any resulting contract. Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 7 2.6 BID QUESTIONS Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order to submit the best bid possible. To accommodate the Bid Questions process, Vendors shall submit any such questions by the “Submit Written Questions” date and time provided in the IFB SCHEDULE Section above, unless modified by Addendum. Questions related to the content of the solicitation, or the procurement process should be directed to the person on the title page of this document via the Sourcing Tool's message board by the date and time specified in the IFB SCHEDULE Section of this IFB. Vendors will enter “IFB # 46-DNCR-23-1809 – Questions” as the subject of the message. Question submittals should include a reference to the applicable IFB section. This is the only manner in which questions will be received. Questions or issues related to using the Sourcing Tool itself can be directed to the North Carolina eProcurement Help Desk at 888-211-7440, Option 2. Help Desk representatives are available Monday through Friday from 7:30 AM ET to 5:00 PM ET. Questions received prior to the submission deadline date, the State’s response, and any additional terms deemed necessary by the State will be posted in the Sourcing Tool in the form of an addendum and shall become an Addendum to this IFB. No information, instruction or advice provided orally or informally by any State personnel, whether made in response to a question or otherwise in connection with this IFB, shall be considered authoritative or binding. Vendors shall rely only on written material contained in the IFB and an addendum to this IFB. 2.7 BID SUBMITTAL IMPORTANT NOTE: This is an absolute requirement. Vendor shall bear the risk of late submission due to unintended or unanticipated delay. It is the Vendor’s sole responsibility to ensure its bid has been received as described in this IFB by the specified time and date of opening. Failure to submit a bid in strict accordance with instructions provided shall constitute sufficient cause to reject a Vendor’s bids(s). Solicitation responses are subject to Sealed Bidding requirements. Vendor’s bids for this procurement must be submitted through the Sourcing Tool. For training on how to use the Sourcing Tool to view solicitations, submit questions, develop responses, upload documents, and submit offers to the State, Vendors should go to the following site: https://eprocurement.nc.gov/training/vendor-training Questions or issues related to using the Sourcing Tool itself can be directed to the North Carolina eProcurement Help Desk at 888-211-7440, Option 2. Help Desk representatives are available Monday through Friday from 7:30 AM EST to 5:00 PM EST. Tips for Using the Sourcing Tool 1. Vendors should review available training and confirm that they are able to access the Sourcing Event, enter responses, and upload files well in advance of the date and time response are due to allow sufficient time to seek assistance from the North Carolina eProcurement Help Desk. 2. Vendors may submit their responses early to make sure there are no issues, and then submit a revised response any time prior to the response due date and time. The State will only review the most recent response. 3. Vendors should respond to all relevant sections of the Sourcing Event. Certain questions or items are required in order to submit a response and are denoted with an asterisk. The Sourcing Tool will not allow a response to be submitted unless all required items are completed. The Sourcing Tool will provide error messages to help identify any required information that is missing when response is submitted. 4. Simply saving your response in the Sourcing Tool is not the same as submitting your response to the State. Vendors should make sure they complete the submission process and receive a message that their response was successfully submitted. 2.8 BID CONTENTS Vendors shall provide responses to all questions and complete all attachments for this IFB that require the Vendor to provide information and upload them to the Sourcing Event in the Sourcing Tool. Vendor may not be able to submit its response in the Sourcing Tool unless all required items are addressed. Vendors shall provide authorized signatures https://eprocurement.nc.gov/training/vendor-training Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 8 where requested. Failure to provide all required items, or Vendor’s submission of incomplete items, may result in the State rejecting Vendor’s bid, in the State’s sole discretion. a) Completed and signed version of all EXECUTION PAGES, along with the body of the IFB. b) Signed receipt pages of any addenda released in conjunction with this IFB, if required to be returned. c) Vendor’s Response for Sections 5.2 SPECIFICATIONS and 6.1 PROJECT MANAGER AND CUSTOMER SERVICE d) Completed version of ATTACHMENT A: PRICING e) Completed and signed version of ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION f) Completed and signed version of ATTACHMENT E: CUSTOMER REFERENCE FORM 2.9 ALTERNATE BIDS Unless provided otherwise in this IFB, Vendor may submit alternate bids for comparable Goods, various methods, or levels of Service(s), or that propose different options. Alternate bid must specifically identify the IFB requirements and advantage(s) addressed by the alternate bid. Each bid must be for a specific set of Goods and Services and must include specific pricing. If a Vendor chooses to respond with various offerings, Vendor shall follow the specific instructions for uploading Alternate Bids in the Sourcing Tool. 2.10 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS Relevant definitions for this IFB are provided in 01 NCAC 05A .0112 and in the Instructions to Vendors found in the Sourcing Tool, which are incorporated herein by this reference. 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS 3.1 METHOD OF AWARD North Carolina G.S. 143-52 provides a general list of criteria the State shall use to award contracts, as supplemented by the additional criteria herein. The Goods or Services being procured shall dictate the application and order of criteria; however, all award decisions shall be in the State’s best interest. All responsive bids will be reviewed, and an award or awards will be based on the responsive bid(s) offering the lowest price that meets the specifications provided herein. While the intent of this IFB is to award a Contract(s) to a single Vendor, the State reserves the right to make separate awards to different Vendors for one or more line items, to not award one or more line items, or to cancel this IFB in its entirety without awarding a Contract if it is considered to be most advantageous to the State to do so. The State reserves the right to waive any minor informality or technicality in bids received. 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION While this IFB is under evaluation, the responding Vendor, including any subcontractors and suppliers, is prohibited from engaging in conversations intended to influence the outcome of the evaluation. See the Paragraph of the Instructions to Vendors entitled Confidential Information. 3.3 BID EVALUATION PROCESS Only responsive submissions will be evaluated. The State will conduct an evaluation of responsive Bids, as follows: Bids will be received according to the method stated in the Bid Submittal section above. All bids must be received by the issuing agency not later than the date and time specified in the IFB SCHEDULE Section above, unless modified by Addendum. Vendors are cautioned that this is a request for offers, not an offer or Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 9 request to contract, and the State reserves the unqualified right to reject any and all offers at any time if such rejection is deemed to be in the best interest of the State. At the date and time provided in the IFB SCHEDULE Section above, unless modified by Addendum, the bids from each responding Vendor will be opened publicly and the name of the Vendor and total cost offered may be announced. Interested parties are cautioned that these costs and their components are subject to further evaluation for completeness and correctness and therefore may not be an exact indicator of a Vendor’s pricing position. If negotiation is anticipated under 01 NCAC 05B.0503, pricing may not be public until award. At their option, the evaluators may request oral presentations or discussions with any or all Vendors for clarification or to amplify the materials presented in any part of the bid. Vendors are cautioned, however, that the evaluators are not required to request presentations or other clarification—and often do not. Therefore, all bids should be complete and reflect the most favorable terms available from the Vendor. Prices bid cannot be altered or modified as part of a clarification. Bids will generally be evaluated, based on completeness, content, cost, and responsibility of the Vendor to supply the requested Goods and Services. Specific evaluation criteria are listed in Section 3.1 METHOD OF AWARD. Upon completion of the evaluation process, the State will make Award(s) based on the evaluation and post the award(s) under the IFB number for this solicitation. Award of a Contract to one Vendor does not mean that the other bids lacked merit, but that, all factors considered, the selected bid was deemed most advantageous and represented the best value to the State. The State reserves the right to negotiate with one or more Vendors, or to reject all original offers and negotiate with one or more sources of supply that may be capable of satisfying the requirement, and in either case to require Vendor to submit a Best and Final Offer (BAFO) based on discussions and negotiations with the State. 3.4 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT F: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this IFB, the State may also consider, for purposes of evaluating proposed or actual contract performance outside of the United States, how that performance may affect the following factors to ensure that any award will be in the best interest of the State: a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State’s information and intellectual property e) Availability of pertinent skills f) Ability to understand the State’s business requirements and internal operational culture g) Particular risk factors such as the security of the State’s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues 3.5 INTERPRETATION OF TERMS AND PHRASES This IFB serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the State; and (2) to provide (together with other specified documents) the terms of the Contract resulting from this procurement. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the State will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the State’s needs as described in the IFB. Except as specifically stated in the IFB, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement may result in the State exercising its discretion to reject a bid in its entirety. Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 10 4.0 REQUIREMENTS This Section lists the requirements related to this IFB. By submitting a bid, the Vendor agrees to meet all stated requirements in this Section as well as any other specifications, requirements, and terms and conditions stated in this IFB. If a Vendor is unclear about a requirement or specification or believes a change to a requirement would allow for the State to receive a better bid, the Vendor is urged to submit these items in the form of a question during the question and answer period in accordance with the Bid Questions Section above. 4.1 PRICING Bid price shall constitute the total cost to the State for complete performance in accordance with the requirements and specifications herein, including all applicable charges for handling, transportation, administrative and other similar fees. Complete ATTACHMENT A: PRICING FORM and upload in the Sourcing Tool. The pricing provided in ATTACHMENT A, or resulting from any negotiations, is incorporated herein and shall become part of any resulting Contract. 4.2 ESTIMATED QUANTITIES The quantities indicated herein are annual estimates only and are provided for informational purposes based on the anticipated usage during the previous one (1)-year period. No maximum or minimum quantities are guaranteed. The State shall not be obligated to purchase more than its normal requirements. The State will be responsible only for services requested and received. 4.3 INVOICES Vendor shall invoice the Purchasing Agency. The standard format for invoicing shall be Single Invoices meaning that the Vendor shall provide the Purchasing Agency with an invoice for each order. Invoices shall include detailed information to allow Purchasing Agency to verify pricing at point of receipt matches the correct price from the original date of order. The following fields shall be included on all invoices, as relevant: Vendor’s Billing Address, Customer Account Number, NC Contract Number, Order Date, Buyer’s Order Number, Service Descriptions, Price, Quantity, and Unit of Measure. Invoices must be submitted to the following address: NC State Parks Department of Natural and Cultural Resources PO#?? 1615 Mail Service Center Raleigh, NC 27699-1615 Invoices can be emailed to: DPR-AccountsPayable@ncparks.gov INVOICES MAY NOT BE PAID UNTIL THE SERVICES HAVE BEEN ACCEPTED. 4.4 FINANCIAL STABILITY As a condition of contract award, the Vendor must certify that it has the financial capacity to perform and to continue to perform its obligations under the Contract; that Vendor has no constructive or actual knowledge of an actual or potential legal proceeding being brought against Vendor that could materially adversely affect performance of this Contract; and that entering into this Contract is not prohibited by any contract, or order by any court of competent jurisdiction. Each Vendor shall certify it is financially stable by completing ATTACHMENT G: CERTIFICATION OF FINANCIAL CONDITION. The State is requiring this certification to minimize potential issues from contracting with a Vendor that is financially unstable. From the date of the Certification to the expiration of the Contract, the Vendor shall notify the State within thirty (30) days of any occurrence or condition that materially alters the truth of any statement made in this Certification. The Contract Manager may require annual recertification of the Vendor’s financial stability. 4.5 HUB PARTICIPATION Pursuant to North Carolina General Statute G.S. 143-48, it is State policy to encourage and promote the use of small, minority, physically handicapped, and women contractors in purchasing Goods and Services. As such, this IFB will serve to identify those Vendors that are minority owned or have a strategic plan to support the State’s Historically Underutilized Business program by meeting or exceeding the goal of 10% utilization of diverse firms as 1st or 2nd tier subcontractors. Vendor shall complete ATTACHMENT D: HUB SUPPLEMENTAL VENDOR INFORMATION. mailto:DPR-AccountsPayable@ncparks.gov Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 11 4.6 REFERENCES Vendor shall upload to the Sourcing Tool at least three (3) references, using ATTACHMENT E: CUSTOMER REFERENCE FORM, for which it has provided Services of similar size and scope to those proposed herein. The State may contact these users to determine whether the Services provided are substantially similar in scope to those proposed herein and whether Vendor’s performance has been satisfactory. The information obtained may be considered in the evaluation of the Bid. 4.7 PERSONNEL Vendor warrants that qualified personnel shall provide Services under this Contract in a professional manner. “Professional manner” means that the personnel performing the Services will possess the skill and competence consistent with the prevailing business standards in the industry. Vendor will serve as the prime contractor under this Contract and shall be responsible for the performance and payment of all subcontractor(s) that may be approved by the State. Names of any third-party Vendors or subcontractors of Vendor may appear for purposes of convenience in Contract documents; and shall not limit Vendor’s obligations hereunder. Vendor will retain executive representation for functional and technical expertise as needed in order to incorporate any work by third party subcontractor(s). Should the Vendor’s bid result in an award, the Vendor shall be required to agree that it will not substitute key personnel assigned to the performance of the Contract without prior written approval by the Contract Lead. Vendor shall further agree that it will notify the Contract Lead of any desired substitution, including the name(s) and references of Vendor’s recommended substitute personnel. The State will approve or disapprove the requested substitution in a timely manner. The State may, in its sole discretion, terminate the Services of any person providing Services under this Contract. Upon such termination, the State may request acceptable substitute personnel or terminate the contract Services provided by such personnel. 4.8 COMMERCIAL LIABILITY INSURANCE The Vendor shall have commercial liability insurance and provide proof of current insurance within five (5) days of award. 4.9 VENDOR’S REPRESENTATIONS If Vendor’s bid results in an award, Vendor agrees that it will not enter any agreement with a third party that may abridge any rights of the State under the Contract. If any Services, deliverables, functions, or responsibilities not specifically described in this solicitation are required for Vendor’s proper performance, provision and delivery of the Service and deliverables under a resulting Contract, or are an inherent part of or necessary sub-task included within such Service, they will be deemed to be implied by and included within the scope of the Contract to the same extent and in the same manner as if specifically described in the Contract. Unless otherwise expressly provided herein, Vendor will furnish all of its own necessary management, supervision, labor, facilities, furniture, computer and telecommunications equipment, software, supplies and materials necessary for the Vendor to provide and deliver the Services and/or other Deliverables. 4.10 AGENCY INSURANCE REQUIREMENTS MODIFICATION A. Default Insurance Coverage from the General Terms and Conditions applicable to this Solicitation: ☐ Small Purchases ☒ Contract value in excess of the Small Purchase threshold, but up to $1,000,000.00 ☐ Contract value in excess of $1,000,000.00 The remainder of this page intentionally left blank. Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 12 5.0 SPECIFICATIONS AND SCOPE OF WORK 5.1 GENERAL Jordan Lake State Recreation Area has three (3) sites for regular trash pick-up services. The sites are: • Site 1 – Maintenance Shop, located at 280 State Park Road, Apex, NC requires service of one (1) 8 cubic yard Hot Ash Bins and one (1) 15 cubic yard Enclosed Roll-off Recycle Dumpster. • Site 2 – Warehouse, located at 467 State Park Road, Apex, NC requires service of two (2) 35 cubic yard Compactors with two (2) Cans. • Site 3 – Construction Dumpsters, located at 467 State Park Road, Apex, NC requires service of one (1) 30 cubic yard dumpster. Jordan Lake State Recreation Area also requires the service of Emergency Debris Removal when needed. It will be the responsibility of the awarded Vendor to deliver, service, and empty an estimated six (6), 30 cubic yard dumpsters for debris and trash removal. Each location will be specified by the Park Superintendent the day the dumpsters are brought in. 5.2 SPECIFICATIONS The specific items and any specifications that the Purchasing Agency is seeking are listed below. Items offered by the Vendor must meet or exceed the listed Specifications to be considered for award. The Vendor shall: VENDOR’S RESPONSE Item # Specifications Product/Service Offered Meets Specification 1. Collect, transport, and dispose of items from trash pick-up, recycling pick-up and dumpster and emergency storm debris removal services if needed for three (3) site locations. YES NO 2. Adhere to State Park Hot Ash Bin Guidelines: A. Collect all ashes and place in metal trash cans or barrels and allowed to sit and cool for at least five (5) days. All cooling cans or barrels MUST be clearly marked, ASHES ONLY, NO TRASH. B. After five (5) days, Vendor should utilize a cold trailing to test to ensure that all possibility of fire is eliminated, and the ashes are cool to touch. The cold trailing test consists of determining the heat of the ashes by carefully inspecting and feeling (not touching) with the hand for heat to detect any remaining fire or hot ashes. The Vendor will check beneath the surface of the ashes for any hot spots by stirring the ashes using a shovel. C. If the ashes pass the cold trailing test, dump the ashes into one of the trash dumpsters provided on-site. The dumpster will be clearly marked NO HOT ASHES. If ashes are still hot and do not pass the test, they should remain in the cooling can/barrel until they are cold. No hot ashes are to be placed in the dumpster. If necessary, staff may use water to cool ashes. D. Establish an ash collection in the cabin area for contracted cleaning staff to dispose of the ashes they collect from the cabins. 2A. YES NO 2B. YES NO 2C. YES NO 2D. YES NO Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 13 3. Provide trash and recycling services for Site 1, the Maintenance Shop, located at 280 State Park Road, Apex, NC: A. One (1) 8 cubic yard Hot Ash Bin. Pick-up shall occur weekly April 1, 2023 – September 30, 2023, and every other week October 1, 2023 – March 31, 2024. If the Contract is renewed for 2024, the Vendor shall pick-up weekly April 1, 2024 – September 30, 2024, and every other week October 1, 2024 – March 31, 2025. If the Contract is renewed for 2025, the Vendor shall pick-up weekly April 1, 2025 – September 30, 2025, and every other week October 1, 2025 – March 31, 2026. B. One (1) 15 cubic yard Enclosed Roll-off Dumpster for co- mingled recycling (paper and plastic). Pick-up shall occur weekly April 1, 2023 – September 30, 2023, and every other week October 1, 2023 – March 31, 2024. Pick-ups must be on Mondays only. If the Contract is renewed for 2024, the Vendor shall pick-up weekly April 1, 2024 – September 30, 2024, and every other week October 1, 2024 – March 31, 2025. If the Contract is renewed for 2025, the Vendor shall pick-up weekly April 1, 2025 – September 30, 2025, and every other week October 1, 2025 – March 31, 2025. 3A. YES NO 3B. YES NO 4. Provide trash and recycling services for Site 2, Warehouse, located at 467 State Park Road, Apex, NC: A. Two (2) 35 cubic yard Compactors powered by one (1) hydrologic pump. These must be animal proof. 1. Pick-up one compactor once per week April 1, 2023 – May 23, 2023, on Mondays only. If the Contract is renewed for 2024, the Vendor shall pick-up once per week March 1, 2024 – May 23, 2024, on Mondays only. If the Contract is renewed for 2025, the Vendor shall pick-up once per week March 1, 2025 – May 23, 2025, on Mondays only. 2. Pick-up one (1) compactor twice per week May 24, 2023 – September 30, 2023, on Mondays and Fridays only and pick-up one (1) compactor once per week October 1, 2023 – October 31, 2023, on Mondays only. If the Contract is renewed for 2024, the Vendor shall pick up twice per week May 24, 2024 – September 30, 2024, on Mondays and Fridays only and pick-up once per week October 1, 2024 – October 31, 2024, on Mondays only. If the Contract is renewed for 2025, the Vendor shall pick up twice per week May 24, 2025 – September 30, 2025, on Mondays and Fridays only and pick-up once per week October 1, 2025 – October 31, 2025, on Mondays only. 3. Pick-up one (1) compactor once (1) every other week November 1, 2023 – February 29, 2024, on Mondays only. If the Contract is renewed for 2024, the Vendor shall pick up once (1) every other week November 1, 2024 – February 28, 2025, on Mondays only. If the Contract is renewed for 2025, the Vendor shall pick up once (1) every other week November 1, 2025 – February 28, 2025, on Mondays only. 4A. YES NO Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 14 5. Provide trash and recycling services for Site 3, General Waste Dumpsters (OPTIONAL AND UPON REQUEST), located at 467 State Park Road, Apex, NC: A. One (1) 30 cubic yard dumpster that must be animal proof. Pick-up shall be April 1, 2023 – December 31, 2023, by request only. If the Contract is renewed in 2024, the Vendor shall pick up January 1, 2024 – December 31, 2024, by request only. If the Contract is renewed in 2025, the Vendor shall pick-up January 1, 2025 - December 31, 2025, by request only. B. Provide three (3) 30 cubic yard extra trash dumpsters for Memorial Day Weekend. The delivery schedule shall be to deliver on May 26, 2023, and pick-up on May 31, 2023. If the Contract is renewed for 2024, the dates for 2024 are to deliver on May 24, 2024, and pick-up May 29, 2024. If the Contract is renewed for 2025, the dates are to deliver on May 23, 2025, and pick-up May 28, 2025. C. Provide three (3) 30 cubic yard extra trash dumpsters for July 4th Weekend. The delivery schedule shall be to deliver on June 30, 2023, and pick-up on July 6, 2023. If the Contract is renewed for 2024, the dates for 2024 are to deliver on July 2, 2024, and pick-up July 8, 2024. If the Contract is renewed for 2025, the dates for 2025 are to deliver on July 2, 2025, and pick- up July 7, 2025. D. Provide two (2) 30 cubic yard extra trash dumpsters for Labor Day Weekend. The delivery schedule shall be to deliver on September 1, 2023, and pick-up on September 6, 2023. If the Contract is renewed for 2024, the dates are to deliver on August 30, 2024, and pick-up September 4, 2024. If the Contract is renewed for 2025, the dates are to deliver on August 29, 2025, and pick-up on September 03, 2025. 5A. YES NO 5B. YES NO 5C. YES NO 5D. YES NO 6. Provide flood debris removal when requested (OPTIONAL AND UPON REQUEST). There shall be six (6), 30 cubic yard dumpsters – three (3) each located at two (2) drop sites at Jordan Lake State Recreation Area. These dumpsters shall not be moved to any other location until notification is received from the Department Contract Administrator. Debris pick-up shall be performed twice daily. The first pick-up at 10:00 am and the second no later than 4:00 pm. YES NO Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 15 7. Provide, deliver, off-load and service each dumpster. The Department Contract Administrator Shederick Mole, (919) 362- 0586, shederick.mole@ncparks.gov, will determine the location of the dumpsters. This location cannot be changed by the Vendor without prior approval from the Department Contract Administrator. YES NO 8. Provide dumpsters that are dark green, dark brown or grey. These are the only acceptable colors. Dumpsters must have and be kept in a well-maintained appearance. All dumpsters must have drain plugs. YES NO 9. Provide containers that are rodent-proof, animal-proof, wind-proof, leak-proof and rust-proof. YES NO 10. Repair and maintain containers in good working order and appearance. Good working order and appearance includes containers that do not leak and/or rust. YES NO 11. Provide a replacement container at no additional cost to the Department if the Department Contract Administrator determines container is unsightly, damaged, or unusable. Vendor must repair or replace damaged dumpster within 48 hours of notification by the Contract Administrator. YES NO 12. Properly remove solid waste and dispose in a State approved sanitary landfill. The removal must occur during regular business hours, 8:00 am to 4:00 pm. The Area is closed on Christmas Day YES NO 13. Communicate with the Department Contract Administrator upon arrival before beginning work under this Contract. YES NO 14. Contact the Department Contract Administrator to schedule pick- up. Vendor shall notify the Contract Administrator by phone with a vital reason if the Vendor will be tardy or miss a pick-up. YES NO 15. Furnish all labor, supervision, equipment, supplies and materials to perform the services of waste removal, cold ash removal and recycling services in a professional manner that is satisfactory to the Department. YES NO 16. Maintain a clean area around the dumpster. The Vendor must pick- up and remove any debris created as a result of the collection activity. YES NO 17. Immediately report any property damage found while performing the duties of this Contract. Vendor shall assume liability for damage or loss resulting from the wrongful act(s) and/or negligence of its employees while engaged in the performance of this Contract or on Area property. Vendor shall reimburse the Department for any damages or losses within 30 days after claim is submitted. YES NO 18. Abide by the rules and regulations set forth by the State of North Carolina which affect the performance of the work under this Contract. YES NO 19. Be in compliance with all laws, ordinances, codes, rules, and regulations bearing on the work called for in this Contract, including those of the Board of Fire Underwriters, Federal, State, and local agencies having jurisdiction. This shall include but not limited to minimum wages, labor, and equity opportunity laws. YES NO 20. Adhere to State Park speed limits, state traffic laws and State Park rules while on Park property. YES NO mailto:shederick.mole@ncparks.gov Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 16 21. Remain alcohol and drug free while on State Property. YES NO 22. Provide a supervisor with the ability to communicate in English and any other language of crewmembers employed by the Vendor. YES NO 23. Assure continuity of effective service when changing personnel. YES NO 24. Not engage in idle or unnecessary conversations with Park employees or visitors to the Park. YES NO 25. Not go into any area not designated by this Contract. YES NO 26. Hold current commercial liability insurance throughout the term of the Contract. Failure to maintain commercial liability insurance shall be sufficient grounds for declaration of default by the Vendor and immediate termination of the Contract. YES NO 27. Contact the Department Contract Administrator by phone if inclement weather conditions beyond the control of the Vendor interrupt or delay service. The Vendor must provide the Department Contract Administrator with an alternate collection date. YES NO 28. Not bill any service fees, fuel charges, environmental or regulatory fees or any other fee other than that stated in the Cost Proposal. YES NO 5.3 DEVIATIONS The nature of all deviations from the Specifications listed herein shall be clearly described by the Vendor. Otherwise, it will be considered that items offered by the Vendor are in strict compliance with the Specifications provided herein, and the successful Vendor shall be required to supply conforming goods and/or services. Deviations shall be explained in detail below or on an attached sheet. However, no implication is made or intended by the State that any deviation will be acceptable. Do not list objections to the North Carolina General Terms and Conditions in this section. ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ The remainder of this page intentionally left blank. Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 17 6.0 CONTRACT ADMINISTRATION All Contract Administration requirements are conditioned on an award resulting from this solicitation. This information is provided for the Vendor’s planning purposes. 6.1 PROJECT MANAGER AND CUSTOMER SERVICE The Vendor shall be required to designate and make available to the State a project manager. The project manager shall be the State’s point of contact for Contract related issues and issues concerning performance, progress review, scheduling, and service. Vendor Project Manager: _________________________________________________________________________________ Name _________________________________________________________________________________ Address _________________________________________________________________________________ Address _________________________________________________________________________________ Email _________________________________________________________________________________ Phone Number Department of Natural and Cultural Resources Contract Administrators For All Day-To-Day Activities Described in Section 5.1 Specifications For All Other Contract Issues Shederick Mole Park Superintendent Jordan Lake State Recreation Area 280 State Parks Road Apex, NC 27523 Phone: (919) 362-5391 Email: shederick.mole@ncparks.gov Dwayne Alston Procurement Specialist NC DNCR, Purchasing Office 109 East Jones Street Raleigh, NC 27601-2807 Phone: (919) 814-6734 Email: dwayne.alston@ncdcr.gov 6.2 CONTINUOUS IMPROVEMENT The State encourages the Vendor to identify opportunities to reduce the total cost the State. A continuous improvement effort consists of various ways to enhance business efficiencies as performance progresses. 6.3 ACCEPTANCE OF WORK Performance of the work and/or delivery of Goods shall be conducted and completed at least in accordance with the Contract requirements and recognized and customarily accepted industry practices. Performance shall be considered complete when the Services or Goods are approved as acceptable by the Contract Administrator. Acceptance of Vendor’s work product shall be based on the following criteria: The work shall be performed to the satisfaction of the Department Contract Administrator. The State shall have the obligation to notify Vendor, in writing ten (10) calendar days following completion of such work or delivery of a deliverable described in the Contract that it is not acceptable. The notice shall specify in reasonable detail the reason(s) it is unacceptable. Acceptance by the State shall not be unreasonably withheld; but may be conditioned or delayed as required for reasonable review, evaluation, installation, or testing, as applicable to the work mailto:shederick.mole@ncparks.gov mailto:dwayne.alston@ncdcr.gov Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 18 or deliverable. Final acceptance is expressly conditioned upon completion of all applicable assessment procedures. Should the work or deliverables fail to meet any specifications, acceptance criteria or otherwise fail to conform to the Contract, the State may exercise any and all rights hereunder, including, for Goods deliverables, such rights provided by the Uniform Commercial Code, as adopted in North Carolina. 6.4 TRANSITION ASSISTANCE If a Contract results from this solicitation, and the Contract is not renewed at the end of the last active term, or is canceled prior to its expiration, for any reason, Vendor shall provide transition assistance to the State, at the option of the State, for up to one (1) month to allow for the expired or canceled portion of the Services to continue without interruption or adverse effect, and to facilitate the orderly transfer of such Services to the State or its designees. If the State exercises this option, the Parties agree that such transition assistance shall be governed by the terms and conditions of the Contract (notwithstanding this expiration or cancellation), except for those Contract terms or conditions that do not reasonably apply to such transition assistance. The State shall agree to pay Vendor for any resources utilized in performing such transition assistance at the most current rates provided by the Contract for performance of the Services or other resources utilized. 6.5 DISPUTE RESOLUTION During the performance of the Contract, the parties agree that it is in their mutual interest to resolve disputes informally. Any claims by the Vendor shall be submitted in writing to the State’s Contract Manager for resolution. Any claims by the State shall be submitted in writing to the Vendor’s Project Manager for resolution. The Parties shall agree to negotiate in good faith and use all reasonable efforts to resolve such dispute(s). During the time the Parties are attempting to resolve any dispute, each shall proceed diligently to perform their respective duties and responsibilities under this Contract. The Parties will agree on a reasonable amount of time to resolve a dispute. If a dispute cannot be resolved between the Parties within the agreed upon period, either Party may elect to exercise any other remedies available under the Contract, or at law. This provision, when agreed in the Contract, shall not constitute an agreement by either party to mediate or arbitrate any dispute. 6.6 CONTRACT CHANGES Contract changes, if any, over the life of the Contract shall be implemented by contract amendments agreed to in writing by the State and Vendor. 6.7 ATTACHMENTS All attachments to this IFB are incorporated herein and shall be submitted by responding in the Sourcing Tool. These attachments can be found at the following Vendor Forms link for reference purposes only: https://ncadmin.nc.gov/documents/vendor-forms 6.8 PRICE ADJUSTMENTS Prices bid by the Vendor shall be held constant for the entire duration of the contract. Price adjustments will not be allowed. The remainder of this page is intentionally left blank. ATTACHMENT A: PRICING FORM begins on the next page. https://ncadmin.nc.gov/documents/vendor-forms Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 19 ATTACHMENT A: PRICING FORM FURNISH AND DELIVER: The Bid Price shall be submitted ONLY on the form and in the format provided. The Vendor shall not alter the pricing sheet in any way, or the bid shall be deemed non-responsive and shall not be evaluated further. Items 1-6 in Tables 1, 3, and 5 will be evaluated. Items 1-10 in Tables 2, 4, and 6 are optional services and will not be evaluated. TABLE 1: YEAR 1 (2023-2024) PRICING FOR TRASH, RECYCLING AND DEBRIS REMOVAL SERVICES ITEM # QTY. UOM (PICKUPS, MONTH, WEEK) DESCRIPTION SERVICE RATE (PER SERVICE, PER MONTH) TOTAL EXTENDED COST ANNUAL SERVICE RATE (QTY. X MONTHLY SERVICE RATE) 1. 39 PICK UPS Provide trash and recycling services for Site 1, the Maintenance Shop, located at 280 State Park Road, Apex, NC: A. One (1) 8 cubic yard Hot Ash Bin. Pick- up shall occur weekly April 1, 2023 – September 30, 2023 (26 pickups) and every other week October 1, 2023 – March 31, 2023 (13 pickups). $_________ per service $___________ 2. 39 PICK UPS Provide trash and recycling services for Site 1, the Maintenance Shop, located at 280 State Park Road, Apex, NC: A. One (1) 15 cubic yard Enclosed Roll-off Dumpster for co-mingled recycling (paper and plastic). Pick-up shall occur weekly April 1, 2023 – September 30, 2023 (26 pickups) and every other week October 1, 2023 – March 31, 2024 (13 pickups). Pick-ups must be on Mondays only. $_________ per service $___________ 3. 12 MONTH Provide lease for One (1) 8 cubic yard Hot Ash Bin for Site 1, the Maintenance Shop. Pick-up shall occur weekly April 1, 2023 – September 30, 2023 (26 pickups) and every other week October 1 – March 31 (13 pickups). This price includes pick-up, delivery, and lease of the ash bin. $_________ per month $___________ 4. 12 MONTH Provide lease for One (1) 15 cubic yard Enclosed Roll-off Dumpster for co-mingled recycling (paper and plastic) for Site 1, the Maintenance Shop. Pick-up shall occur weekly April 1, 2023 – September 30, 2023 (26 pickups) and every other week October 1, 2023 – March 31, 2024 (13 pickups). This price includes pick-up, delivery, and lease of the dumpster. $_________ per month $___________ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 20 5. 56 PICK UPS Provide trash and recycling services for Site 2, Warehouse, located at 467 State Park Road, Apex, NC: A. Two (2) 35 cubic yard Compactors powered by one (1) hydrologic pump. These must be animal proof. 1. Pick-up one compactor once per week April 1, 2023 – May 24, 2023, on Mondays only (7 pickups). 2. Pick-up one (1) compactor twice per week May 25, 2023 – September 30, 2023, on Mondays and Fridays only (36 pickups). 3. Pick-up one (1) compactor once per week October 1, 2023 – October 31, 2023, on Mondays only (4 pickups). 4. Pick-up one (1) compactor every other week November 1, 2023 – February 29, 2024, on Mondays only (9 pickups). $_________ x 2 per service $___________ 6. 11 MONTH Provide lease for Site 2 Warehouse: A. Two (2) 35 cubic yard Compactors powered by one (1) hydrologic pump These must be animal proof. 1. Pick-up one compactor once per week April 1, 2023 – May 24, 2023, on Mondays only (7 pickups). 2. Pick-up one (1) compactor twice per week May 25, 2023 – September 30, 2023, on Mondays and Fridays only (36 pickups). 3. Pick-up one (1) compactor once per week October 1, 2023 – October 31, 2023, on Mondays only (4). 4. Pick-up one (1) compactor every other week November 1, 2023 – February 29, 2024, on Mondays only (9 pickups). $_________ per month. $___________ Total Extended Cost (Add Lines 1-6) $__________ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 21 TABLE 2: YEAR 1 (2023-2024) OPTIONAL PRICING FOR TRASH, RECYCLING AND DEBRIS REMOVAL SERVICES ITEM # QTY. UOM DESCRIPTION SERVICE RATE (PER SERVICE, PER MONTH, PER WEEK) TOTAL EXTENDED COST ANNUAL SERVICE RATE (QTY. X MONTHLY SERVICE RATE) 1. 6 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: A. One (1) 30 cubic yard dumpster that must be animal proof. Pick-up shall be April 1, 2023 – December 31, 2023, by request only. This price includes pick-up, delivery, and lease of the dumpster. $_________ per service $__________ 2. 9 MONTH OPTIONAL SERVICE Provide lease for one (1) 30 cubic yard dumpster that must be animal proof for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: Pick-up shall be April 1, 2023 – December 31, 2023, by request only. This price includes pick-up, delivery, and lease of the dumpster. $_________ per month $__________ 3. 1 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: A. Provide three (3) 30 cubic yard extra trash dumpsters for Memorial Day Weekend. The delivery schedule shall be to deliver on May 26, 2023, and pick-up on May 31, 2023. $_________ x 3 per service $__________ 4. 1 WEEK OPTIONAL SERVICE Provide lease for Site 3, General Waste Dumpsters, for three (3) 30 cubic yard extra trash dumpsters for Memorial Day Weekend. The delivery schedule shall be to deliver on May 26, 2023, and pick-up on May 31, 2023. $_________ x 3 per week $__________ 5. 1 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: A. Provide two (2) 30 cubic yard extra trash dumpsters for July 4th Weekend. The delivery schedule shall be to deliver on June 30, 2023, and pick-up on July 6, 2023. $_________ x 3 per service $__________ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 22 6. 1 WEEK OPTIONAL SERVICE Provide lease for trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: for three (3) 30 cubic yard extra trash dumpsters for July 4th Weekend. The delivery schedule shall be to deliver on June 30, 2023, and pick-up on July 6, 2023. $_________ x 3 per week $__________ 7. 1 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: A. Provide two (2) 30 cubic yard extra trash dumpsters for Labor Day Weekend. The delivery schedule shall be to deliver on September 1, 2023, and pick-up on September 6, 2023. $_________ x 3 per service $__________ 8. 1 WEEK OPTIONAL SERVICE Provide lease for trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: for three (3) 30 cubic yard extra trash dumpsters for Labor Day Weekend. The delivery schedule shall be to deliver on September 1, 2023, and pick-up on September 6, 2023. $_________ x 3 per week $__________ 9. 60 PICKUPS OPTIONAL SERVICE Provide flood debris removal with six (6), 30 cubic yard dumpsters – three (3) each located at two (2) drop sites. Debris pick-up shall be performed twice daily. $_________ x 6 per service $__________ 10. 12 MONTH OPTIONAL SERVICE Provide lease for six (6), 30 cubic yard dumpsters for flood debris removal – three (3) each located at two (2) drop sites. Debris pick- up shall be performed twice daily. $_________ x 6 per month $__________ TABLE 3: YEAR 2 (2024-2025) PRICING FOR TRASH, RECYCLING AND DEBRIS REMOVAL SERVICES ITEM # QTY. UOM (PICKUPS, MONTH, WEEK) DESCRIPTION SERVICE RATE (PER SERVICE, PER MONTH) TOTAL EXTENDED COST ANNUAL SERVICE RATE (QTY. X MONTHLY SERVICE RATE) 1. 39 PICK UPS Provide trash and recycling services for Site 1, the Maintenance Shop, located at 280 State Park Road, Apex, NC: B. One (1) 8 cubic yard Hot Ash Bin. Pick-up shall occur weekly April 1, 2024 – September 30, 2024 (26 pickups) and every other week October 1, 2024 – March 31, 2025 (13 pickups). $_________ per service $___________ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 23 2. 39 PICK UPS Provide trash and recycling services for Site 1, the Maintenance Shop, located at 280 State Park Road, Apex, NC: B. One (1) 15 cubic yard Enclosed Roll- off Dumpster for co-mingled recycling (paper and plastic). Pick-up shall occur weekly April 1, 2024 – September 30, 2024 (26 pickups) and every other week October 1, 2024 – March 31, 2025 (13 pickups). Pick-ups must be on Mondays only. $_________ per service $___________ 3. 12 MONTH Provide lease for One (1) 8 cubic yard Hot Ash Bin for Site 1, the Maintenance Shop. Pick-up shall occur weekly April 1, 2024 – September 30, 2024 (26 pickups) and every other week October 1, 2024 – March 31, 2025 (13 pickups). This price includes pick-up, delivery, and lease of the ash bin. $_________ per month $___________ 4. 12 MONTH Provide lease for One (1) 15 cubic yard Enclosed Roll-off Dumpster for co-mingled recycling (paper and plastic) for Site 1, the Maintenance Shop. Pick-up shall occur weekly April 1, 2024 – September 30, 2024 (26 pickups) and every other week October 1, 2024 – March 31, 2025 (13 pickups). This price includes pick-up, delivery, and lease of the dumpster. $_________ per month $___________ 5. 61 PICK UPS Provide trash and recycling services for Site 2, Warehouse, located at 467 State Park Road, Apex, NC: B. Two (2) 35 cubic yard Compactors powered by one (1) hydrologic pump. These must be animal proof. 1. Pick-up one compactor once per week March 1, 2024 – May 24, 2024, on Mondays only (12 pickups). 2. Pick-up one (1) compactor twice per week May 25, 2024 – September 30, 2024, on Mondays and Fridays only (36 pickups). 3. Pick-up one (1) compactor once per week October 1, 2024 – October 31, 2024, on Mondays only (4 pickups). 4. Pick-up one (1) compactor every other week November 1, 2024 – February 28, 2025, on Mondays only (9 pickups). $_________ x 2 per service $___________ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 24 6. 11 MONTH Provide lease for Site 2 Warehouse: B. Two (2) 35 cubic yard Compactors powered by one (1) hydrologic pump These must be animal proof. 1. Pick-up one compactor once per week March 1, 2024 – May 24, 2024, on Mondays only (12 pickups). 2. Pick-up one (1) compactor twice per week May 25, 2024 – September 30, 2024, on Mondays and Fridays only (36 pickups). 3. Pick-up one (1) compactor once per week October 1, 2024 – October 31, 2024, on Mondays only (4). 4. Pick-up one (1) compactor every other week November 1, 2024 – February 28, 2025, on Mondays only (9 pickups). $_________ per month $___________ Total Extended Cost (Add Lines 1-6) $__________ TABLE 4: YEAR 2 (2024-2025) OPTIONAL PRICING FOR TRASH, RECYCLING AND DEBRIS REMOVAL SERVICES ITEM # QTY. UOM DESCRIPTION SERVICE RATE (PER SERVICE, PER MONTH, PER WEEK) TOTAL EXTENDED COST ANNUAL SERVICE RATE (QTY. X MONTHLY SERVICE RATE) 1. 6 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: B. One (1) 30 cubic yard dumpster that must be animal proof. Pick-up shall be January 1, 2024 – December 31, 2024, by request only. This price includes pick-up, delivery, and lease of the dumpster. $_________ per service $__________ 2. 9 MONTH OPTIONAL SERVICE Provide lease for one (1) 30 cubic yard dumpster that must be animal proof for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: Pick-up shall be January 1, 2024 – December 31, 2024, by request only. This price includes pick-up, delivery, and lease of the dumpster. $_________ per month $__________ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 25 3. 1 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: B. Provide three (3) 30 cubic yard extra trash dumpsters for Memorial Day Weekend. The delivery schedule shall be to deliver on May 24, 2024, and pick-up on May 29, 2024. $_________ x 3 per service $__________ 4. 1 WEEK OPTIONAL SERVICE Provide lease for Site 3, General Waste Dumpsters, for three (3) 30 cubic yard extra trash dumpsters for Memorial Day Weekend. The delivery schedule shall be to deliver on May 24, 2024, and pick-up on May 29, 2024. $_________ x 3 per week $__________ 5. 1 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: B. Provide two (2) 30 cubic yard extra trash dumpsters for July 4th Weekend. The delivery schedule shall be to deliver on July 1, 2024, and pick-up on July 8, 2024. $_________ x 3 per service $__________ 6. 1 WEEK OPTIONAL SERVICE Provide lease for trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: for three (3) 30 cubic yard extra trash dumpsters for July 4th Weekend. The delivery schedule shall be to deliver on July 1, 2024, and pick-up on July 8, 2024. $_________ x 3 per week $__________ 7. 1 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: B. Provide two (2) 30 cubic yard extra trash dumpsters for Labor Day Weekend. The delivery schedule shall be to deliver on August 30, 2024, and pick-up on September 4, 2024. $_________ x 3 per service $__________ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 26 8. 1 WEEK OPTIONAL SERVICE Provide lease for trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: for three (3) 30 cubic yard extra trash dumpsters for Labor Day Weekend. The delivery schedule shall be to deliver on August 30, 2024, and pick-up on September 4, 2024. $_________ x 3 per week $__________ 9. 60 PICKUPS OPTIONAL SERVICE Provide flood debris removal with six (6), 30 cubic yard dumpsters – three (3) each located at two (2) drop sites. Debris pick-up shall be performed twice daily. $_________ x 6 per service $__________ 10. 12 MONTH OPTIONAL SERVICE Provide lease for six (6), 30 cubic yard dumpsters for flood debris removal – three (3) each located at two (2) drop sites. Debris pick- up shall be performed twice daily. $_________ x 6 per month $__________ TABLE 5: YEAR 3 (2025-2026) PRICING FOR TRASH, RECYCLING AND DEBRIS REMOVAL SERVICES ITEM # QTY. UOM (PICKUPS, MONTH, WEEK) DESCRIPTION SERVICE RATE (PER SERVICE, PER MONTH) TOTAL EXTENDED COST ANNUAL SERVICE RATE (QTY. X MONTHLY SERVICE RATE) 1. 39 PICK UPS Provide trash and recycling services for Site 1, the Maintenance Shop, located at 280 State Park Road, Apex, NC: C. One (1) 8 cubic yard Hot Ash Bin. Pick-up shall occur weekly April 1, 2025 – September 30, 2025 (26 pickups) and every other week October 1, 2025 – March 31, 2026 (13 pickups). $_________ per service $___________ 2. 39 PICK UPS Provide trash and recycling services for Site 1, the Maintenance Shop, located at 280 State Park Road, Apex, NC: C. One (1) 15 cubic yard Enclosed Roll- off Dumpster for co-mingled recycling (paper and plastic). Pick-up shall occur weekly April 1, 2025 – September 30, 2025 (26 pickups) and every other week October 1, 2025 – March 31, 2026 (13 pickups). Pick-ups must be on Mondays only. $_________ per service $___________ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 27 3. 12 MONTH Provide lease for One (1) 8 cubic yard Hot Ash Bin for Site 1, the Maintenance Shop. Pick-up shall occur weekly April 1, 2025 – September 30, 2025 (26 pickups) and every other week October 1, 2025 – March 31, 2026 (13 pickups). This price includes pick-up, delivery, and lease of the ash bin. $_________ per month $___________ 4. 12 MONTH Provide lease for One (1) 15 cubic yard Enclosed Roll-off Dumpster for co-mingled recycling (paper and plastic) for Site 1, the Maintenance Shop. Pick-up shall occur weekly April 1, 2025 – September 30, 2025 (26 pickups) and every other week October 1, 2025 – March 31, 2026 (13 pickups). This price includes pick-up, delivery, and lease of the dumpster. $_________ per month $___________ 5. 61 PICK UPS Provide trash and recycling services for Site 2, Warehouse, located at 467 State Park Road, Apex, NC: C. Two (2) 35 cubic yard Compactors powered by one (1) hydrologic pump. These must be animal proof. 5. Pick-up one compactor once per week March 1, 2025 – May 24, 2025, on Mondays only (12 pickups). 6. Pick-up one (1) compactor twice per week May 25, 2025 – September 30, 2025, on Mondays and Fridays only (36 pickups). 7. Pick-up one (1) compactor once per week October 1, 2025 – October 31, 2025, on Mondays only (4 pickups). 8. Pick-up one (1) compactor every other week November 1, 2025 – February 28, 2026, on Mondays only (9 pickups). $_________ x 2 per service $___________ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 28 6. 11 MONTH Provide lease for Site 2 Warehouse: C. Two (2) 35 cubic yard Compactors powered by one (1) hydrologic pump These must be animal proof. 5. Pick-up one compactor once per week March 1, 2025 – May 24, 2025, on Mondays only (12 pickups). 6. Pick-up one (1) compactor twice per week May 25, 2025 – September 30, 2054, on Mondays and Fridays only (36 pickups). 7. Pick-up one (1) compactor once per week October 1, 2025 – October 31, 2025, on Mondays only (4). 8. Pick-up one (1) compactor every other week November 1, 2025 – February 28, 2026, on Mondays only (9 pickups). $_________ per month $___________ Total Extended Cost (Add Lines 1-6) $__________ TABLE 6: YEAR 3 (2025-2026) OPTIONAL PRICING FOR TRASH, RECYCLING AND DEBRIS REMOVAL SERVICES ITEM # QTY. UOM DESCRIPTION SERVICE RATE (PER SERVICE, PER MONTH, PER WEEK) TOTAL EXTENDED COST ANNUAL SERVICE RATE (QTY. X MONTHLY SERVICE RATE) 1. 6 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: C. One (1) 30 cubic yard dumpster that must be animal proof. Pick-up shall be January 1, 2025 – December 31, 2025, by request only. This price includes pick-up, delivery, and lease of the dumpster. $_________ per service $__________ 2. 9 MONTH OPTIONAL SERVICE Provide lease for one (1) 30 cubic yard dumpster that must be animal proof for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: Pick-up shall be January 1, 2025 – December 31, 2025, by request only. This price includes pick-up, delivery, and lease of the dumpster. $_________ per month $__________ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 29 3. 1 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: C. Provide three (3) 30 cubic yard extra trash dumpsters for Memorial Day Weekend. The delivery schedule shall be to deliver on May 24, 2025, and pick-up on May 29, 2025. $_________ x 3 per service $__________ 4. 1 WEEK OPTIONAL SERVICE Provide lease for Site 3, General Waste Dumpsters, for three (3) 30 cubic yard extra trash dumpsters for Memorial Day Weekend. The delivery schedule shall be to deliver on May 24, 2054, and pick-up on May 29, 2025. $_________ x 3 per week $__________ 5. 1 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: C. Provide two (2) 30 cubic yard extra trash dumpsters for July 4th Weekend. The delivery schedule shall be to deliver on July 1, 2024, and pick-up on July 8, 2024. $_________ x 3 per service $__________ 6. 1 WEEK OPTIONAL SERVICE Provide lease for trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: for three (3) 30 cubic yard extra trash dumpsters for July 4th Weekend. The delivery schedule shall be to deliver on July 1, 2024, and pick-up on July 8, 2024. $_________ x 3 per week $__________ 7. 1 PICK UPS OPTIONAL SERVICE Provide trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: C. Provide two (2) 30 cubic yard extra trash dumpsters for Labor Day Weekend. The delivery schedule shall be to deliver on August 30, 2024, and pick-up on September 4, 2024. $_________ x 3 per service $__________ 8. 1 WEEK OPTIONAL SERVICE Provide lease for trash and recycling services for Site 3, General Waste Dumpsters, located at 467 State Park Road, Apex, NC: for three (3) 30 cubic yard extra trash dumpsters for Labor Day Weekend. The delivery schedule shall be to deliver on August 30, 2024, and pick-up on September 4, 2024. $_________ x 3 per week $__________ 9. 60 PICKUPS OPTIONAL SERVICE Provide flood debris removal with six (6), 30 cubic yard dumpsters – three (3) each located at two (2) drop sites. Debris pick-up shall be performed twice daily. $_________ x 6 per service $__________ Bid Number: 46-DNCR-23-1809 Vendor: __________________________________________ Ver: 11/2021 30 10. 12 MONTH OPTIONAL SERVICE Provide lease for six (6), 30 cubic yard dumpsters for flood debris removal – three (3) each located at two (2) drop sites. Debris pick- up shall be performed twice daily. $_________ x 6 per month $__________

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

HAUSER LAKE AREA GARBAGE REMOVAL

Due: 31 Mar, 2028 (in about 3 years)Agency: BUREAU OF LAND MANAGEMENT

SOLID WASTE / GARBAGE / TRASH AND RECYCLING REMOVAL AT NORTHPORT VAMC

Due: 30 Sep, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

20/0198 - Mowing and Debris Removal in the Clear Lake Area

Due: 31 Aug, 2024 (in 4 months)Agency: Harris County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.