Loading...
Grinding Services Bid 9-30-2014/ COUNTY OF HARNETT INFORMAL BID DATE: September 5, 2014 QUOTE DUE NO LATER THAN 4:00 PM on Tuesday, September 30, 2014 BUYER: Renea Warren-Ford Bid price shall include services to be provided at:    rwarren-ford@harnett.org COUNTY OF HARNETT   Pursuant to General Statutes of North Carolina, Section 143-129, as amended, bids and proposals subject to the conditions and specifications herein, are invited for furnishing all labor, supervision, materials and equipment for the project described herein. Prices or any other entry made hereon by the bidders shall be considered firm and not subject to change or withdrawal. Bidders certify under penalty of perjury that this bid has not been arrived at collusively and that no Federal or North Carolina antitrust laws have been violated. State and County sales taxes shall not be included in the bid prices on any materials to be used in this contract. The Contractor will be reimbursed for sales taxes in addition to the prices bid upon submission of an invoice showing as a separate item the amount of tax paid. Sales tax will be reimbursed only on items that are annexed to, affixed to, or in some manner have become a part of the building or structure being erected, altered or repaired. Bidders shall sign this form and return it with additional bid documents on or before the above date and time, to the County of Harnett Purchasing Division, PO Box 760, Lillington, NC 27546. Bids may be scanned and returned by e-mail. ITEM DESCRIPTION COST/PER TON      ________________________________________________ _______________________________________________ Company Name Signature _________________________________________________ _______________________________________________ Address Above (typed or printed) _____________________________________________ ____ _______________________________________________ City State Zip Date _________________________________________________ _______________________________________________ E-Mail Telephone Fax ___ By checking this box, I acknowledge that I have read and accept the terms and conditions associated with this bid. SPECIFICATIONS LCID YARD WASTE GRINDING SERVICES SCOPE OF WORK The County of Harnett is seeking qualified contractors to provide the County with debris grinding services for LCID and Yard Waste until June 30, 2017. The Contractor shall schedule his operations, arrange for delivery of equipment and supplies to the building, and regulate the arrival or leaving of his personnel in accordance with written instructions from the Owner’s representative. Mobilization & De-Mobilization of Equipment: This includes mobilizing grinding equipment, loading equipment, and staff to the Dunn-Erwin Landfill and the Anderson Creek Landfill. Payment for this work shall be included in the cost per ton for grinding LCID Debris to 3”-4”. This item consists of grinding storm debris into wood mulch, 3” to 4” in size. The debris consists of natural woody material ranging from small limbs to large logs and stumps. Some pallets may be ground as well. The contractor may use a tub or horizontal grinder. The equipment to be utilized shall be of adequate size to process/grind 300-400 C/Y per hour (minimum) of debris material. The contractor shall submit certification that proposed equipment shall meet this minimum production processing rate. This shall include the following: All equipment needed for grinding, loading, and move mulch to stockpile areas; All personnel costs All fuel costs Safety equipment All maintenance costs All other incidental costs The County will provide areas to stockpile wood mulch materials after grinding. The payment for this item will be by the ton as reported in the County’s Solid Waste Materials Analysis Software Report. The Contractor shall mobilize three (3) times per year at Dunn-Erwin Landfill (DELF) and one (1) time per year at Anderson Creek Landfill (ACLF). It is estimated that there will be approximately 1200 tons per mobilization at DELF and 600 tons per mobilization at ACLF. These tonnages are approximate and are not guaranteed. CONTRACT PERIOD The period of this contract shall be from date of contract award through June 30, 2017. The County will allow the contractor work Monday through Saturday, 7:30-4:30. No work shall take place on Sundays. Either party may terminate this contract, in whole or in part at any time by 30-day written notice to the other. If the Contractor does not deliver services in accordance with the contract delivery schedule, or, the Contractor fails to perform services in the manner called for in the contract, or if the Contractor fails to comply with any other provision of the contract, the County with a 7-day written notice, terminate this contract for default. The Contractor will be paid the contract price for services performed in accordance with the manner of performance set forth in the contract. Such notification shall be made in writing. CONTRACT PRICING Prices quoted herein shall remain firm and not be subject to increase for a period of three (3) years. Thereafter, prices may increase to reflect any increases in the minimum wage during the contract year and only by that amount. This proposal shall be irrevocable after the time of the public opening and cannot be withdrawn after that time. Payment shall be made by the tons based on County of Harnett Material Analysis Report. CONTRACT AWARD The County will award the Contract to the lowest, responsive, bidder, taking into consideration quality, performance and past experience. The County reserves the right to reject all bids. The County reserves to reject any and all proposals and to waive any formalities that may be permitted by law. REFERENCES Only bids from companies established in performing this type service and qualified to handle accounts of this size may be considered. Prior to award, the County reserves the right to investigate a bidder’s ability to fulfill the requirements of the contract. References should be listed on the attached Bidders Qualification Form and returned with the bid. INSURANCE AND LICENSES Successful Contractor shall procure and maintain, for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work by the Contractor, his agents, representatives, employees or, if applicable. MINIMUM LIMITS OF INSURANCE General Liability – No less than $1,000,000 per occurrence for bodily injury, personal injury and property damage. No less than $5,000,000 aggregate for bodily injury, personal injury, and property damage. Auto Liability – No less than $1,000,000 per accident for bodily injury and property damage. To include owned, non-owned and hired automobile coverage to protect the City against injuries resulting from a third party. Workers Compensation and Employers Liability – Workers’ Compensation as required by the State of North Carolina and Employers’ Liability limits of no less than $1,000,000 for bodily injury per accident. Successful Contractor will be required to provide a Certificate of Insurance. Successful Contractor will be required to obtain a County of Harnett Business License. OSHA REQUIREMENTS The Contractor shall conform to the rules and regulations of the Occupational Safety and Health Act in their performance of the work in this contract. Performance of work includes storage of equipment and supplies and all aspects of the work performed by his employees. All chemicals must be properly labeled. The Contractor is responsible for required OSHA training for their employees not limited to but to include Hazard Communication, OSHA.1200. The Contractor is responsible for providing their employees with the proper personal protective equipment. Contractors will be expected to comply with all OSHA standards and provide Material Safety Data Sheet (MSDS) for all products used and or stored that contain hazardous components. The Contractor shall be responsible for reimbursements to the Owner for any fines levied against the Owner due to the Contractor not abiding by OSHA regulations. SAFETY AND HEALTH All work shall comply with applicable Federal, State and County safety and health requirements. Where there is a conflict between the applicable regulations, the most stringent will apply. The Contractor shall assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work, and shall hold the County harmless for any action on its part or that of its employees that result in illness or death. DAMAGE TO FACILITY a) The Contractor shall be responsible for any damage caused by staff or workers to property of the Owners. He shall make good in approved manner at his own expense any such loss, damage, or injury without cost to the Owner. The Contractor shall also assume responsibility to maintain all such additional protection as required by the governing laws, regulations, ordinances, and safety of personnel and visitors. Owner will repair any damage done by the Contractor or their staff and deduct the cost from their contract. The Contractor shall be responsible for any lost keys and for reimbursement to the County for any cost incurred for re-keying the facility due to the Contractor’s employees losing key. 10) EQUIPMENT a) All supplies, materials, and equipment used in performance of the contract must be capable of performing the operation. b) Contractor shall supply on the attached Equipment Listing Form a complete listing of all equipment it will be using in performance of this contract. 11) RESPONSIBILITY FOR DAMAGE The Contractor shall repair and restore to its original condition any material or surface damaged by their operations. All materials, supplies, and equipment used by the Contractor shall be suitable and not harmful to the surface on which they are applied. 12) INSPECTION BY OWNER The Owner may provide for inspection at any time a part of the Contractor’s work, and any of the materials, supplies, or equipment which the contractor may have on hand or on County property. The Contractor shall provide adequate cooperation with the Inspector assigned by the Owner to permit him to determine the Contractor’s conformity with these specifications and adequacy of the cleaning work being performed. If during an inspection the quality of work is found to be unacceptable, the Contractor will be notified of the unacceptable work and given one (1) WORKING DAY TO CORRECT THE PROBLEM. Failure to correct the problem in a timely and satisfactory manner could result in a written, certified warning letter for the first two (2) offenses. Any subsequent failure could be considered as not meeting specifications and grounds for Terminating for Default in this contract. 13) UNAUTHORIZED PERSONNEL The Contractor’s employees are not to be accompanied in their work areas on the premises by acquaintances, family members, assistants, or any other person unless said person is an authorized working Contractor employee. 14) EMERGENCY TELEPHONE NUMBERS The Contractor shall provide an emergency telephone number where he can be reached during normal operating hours and after normal operating hours. 15) SPECIFICATION INQUIRES Questions regarding specifications shall be directed to Renea Warren-Ford – Purchasing Agent, Harnett County, 910-814-6101, rwarren-ford@harnett.org 16) DEPARTMENT CONTACTS Randy Smith, Solid Waste Manager, Harnett County, 910-984-4701 Andrew Holland, Solid Waste Crew Leader, Harnett County, 910-984-4702 BIDDER’S QUALIFICATIONS Bidder must demonstrate that he has a successful record of experience in the type service specified. Otherwise, his proposal may not be considered. The Request for Proposals is for providing Grinding Services. Therefore, list below at least three (3) accounts of comparable size that you are now serving within this general area. COMPANY NAME & ADDRESS PERSON TO CONTACT TELEPHONE NUMBER YEARS SERVICED                  BIDDER’S EQUIPMENT LIST EQUIPMENT TYPE MAKE & MODEL MODEL YEAR                                                                           Attach Additional Sheets if Necessary ___________________________________________________________________ Company Name Signature List of Contractors: 1-Bryant’s Grading & Landfill, Inc. 305 Spence Mill Road Fuquay Varina, NC 27526 919-552-3420 Fax: 919-567-1833 2- Robert’s Excavation 1135 Big Branch Rd. Sanford, NC 27332 919-499-7311 Fax: 919-498-0836 3- Guy Shavender Trucking, Inc. 1-800- 682-2447 Ext. 230 Fax: 252-943-3330 4- Martin Edwards & Associates, Inc. PO Box 35 Erwin, NC 28339 910-694-2058 Fax: 910-892-6219 5- Trevor Johnson Double E Farms 502 White Road Erwin, NC 28621 336-366-9773 Fax: 336-386-0886