2016-2018 Recycling Drop-Off Service

2016-2018 Recycling Drop-Off Service

REQUEST FOR BIDS

2016-2018 RECYCLING DROP-OFF SERVICE

ISSUED BY:

DELAWARE, KNOX, MARION, MORROW

SOLID WASTE DISTRICT

PRE-BID MEETING

June 9, 2015

10:00 a.m. EST

Knox County Service Building

117 E. High Street

Mt. Vernon, Ohio 43050

BID DEADLINE

July 17, 2015

4:00 p.m. EST
Delaware, Knox, Marion, Morrow Solid Waste District

Request for Bid for Drop-off Service Agreement

LEGAL NOTICE

The Delaware, Knox, Marion, Morrow Solid Waste District is solicitingbids for the transportation, processing and recycling of materials from its existing 35 recycling drop-off locations in Delaware, Marion, and Morrow Counties. Bids will be awarded on a county-by-county basis. Companies submitting bids must have a minimum fiveyears’ experience in servicing recycling drop-offs and marketing recyclable materials. An optional pre-bid meeting will be held on Tuesday, June 9, 2015, at10:00 a.m. at the Knox County Service Building, 117 E. High Street, Suite 251, Mt. Vernon, Ohio 43050. For a copy of the proposal package, contact Jenna Hicks at 740-393-4600 or visit the DKMM Solid Waste District website at

Advertising Dates:

Columbus Dispatch – May 21, 2015

REQUEST FOR BIDS

DELAWARE, KNOX, MARION, MORROW SOLID WASTE DISTRICT

2016-2018 Recycling Drop-Off Service

The Delaware, Knox, Marion, MorrowSolid Waste District (the District) is a public agency formed in 1989 by the Boards of County Commissioners from the above counties in response to House Bill 592, a Solid Waste Management law passed in 1988. The District’s current population, per the United State Census Bureau 2013 Population estimates, is 325,149 (subtracting areas annexed to Franklin County). In accordance with the requirements of Chapter 3734 O.R.C., the DKMM Solid Waste Management Amended Plan was approved by the Ohio Environmental Protection Agency on February 12, 2013.

The DKMM Solid Waste District is soliciting bids for the transportation, processing, and recycling of materials from its recycling drop off locations in three counties. These drop-off locations are available 24 hours a day. The contract shall begin on January 1, 2016, and will terminate December 31, 2018. Contract renewal shall be at the sole discretion of the District for the calendar years 2019, 2020, and 2021. Contracts will be awarded on a county-by-county basisfor all identified sites in each county.

The minimum Recycled Materials to be collected are to include aluminum beverage containers, container glass, old corrugated cardboard, newspaper, mixed office paper, plastic containers - # 1 and # 2, and steel cans.

Bid costs shall be made on the blank “Bid Forms”, which are a part of this package. Drop-off site lists and collection history are also part of this package. The District reserves the right to negotiate with more than one bidder or reject any or all bids. The District reserves the right to waive irregularities and technicalities.

Bids shall remain binding for one hundred twenty(120) days after opening. Three separate contracts will be awarded. The successful contractor(s) shall execute contracts within thirty (30) days after award by the Board of Directors. Each contract shall incorporate the prescribed location and the successful contractor’s proposal into the contract.

Optional Pre-Bid Meeting

June 9, 2015 at 10:00a.m.

Knox County Service Building

117 E. High Street, Suite 251

Mt. Vernon, Ohio 43050

Sixcopies of bid package shall be printed double-sided, on recycled paper and submitted in a sealed envelope marked on the outside “DKMM Drop-Off Bid.”

Bids must be received or postmarked by July 17, 2015, by 4:00 p.m. at

Jenna Hicks, District Director

DKMM Solid Waste District

117 E. High Street, Suite 257

Mt. Vernon, Ohio 43050

Bids submitted to the District will become the property of the District and will not be returned.

Requirements for thebid packet:

  1. Cover Page - shall contain the name, address, and telephone number of the company and individual(s) submitting the bid (Attachment A).
  1. Company Identification –note the type of organization (corporation, partnership, etc.). Specify the key contact person that will be responsible for directly dealing with District inquiries/concerns/issues, if awarded the contract. Provide documentation that the company has all required licenses and permits to do business in the State of Ohio and assure the District that all collected recyclable materials will be delivered to/processed at a licensed/permitted recycling facility. Upon selection the company must also meet contract requirements for defined insurance coverage (outlined in Section V. Other Terms)
  1. Qualifications/References– provide information you deem appropriate to demonstrate to the District that your company has the qualifications and experience necessary to provide the required service. Include a minimum of three references to whom you provided similar services in the last two years. Include information to show that your company has a successful history of marketing recyclables.
  1. Recycling Container Description– the District owns 40 yard roll-off containers which are currently being used in the Marion and Morrow County recycling drop-off programs. The containers are standard forty cubic-yard roll-offs, divided 40% containers and 60% fiber stock, with four doors, two doors in each compartment. Contractors have the option to bid Marion and Morrow counties two ways. One, using the District owned and maintained 40 yard roll-off containers OR providing contractor owned and maintained containers of the shape and size of contractor’s choice. Delaware County can only be bid using contractor owned and maintained containers. Please specify what type of containers you propose to use for each county. If using contractor owned and maintained containers outline size, shape and dimensions of containers.
  1. Recycling Separation Requirements – outline all recyclable materials that are acceptable through your recycling program. Detail how residents must separate recycling prior to placing materials into recycling containers. This information will be used for educational purpose if you are awarded a contract(s).
  1. Bid Forms– contractors may submit a bid for one, two or all three of the counties. In bidding, identify a cost per pull for each site listed. For any County that is not being bid place a “NB” (no bid) in the Cost Per Pull column. Bid sheets for all three counties must be included even if contractor is not bidding on all three counties. Marion and Morrow Counties have two bidding options available. The first, is to bid using the District owned 40 yard roll-off containers. The containers are standard forty cubic-yard roll-offs, divided 40% containers and 60% fiber stock, with four doors, two doors in each compartment. The second is to bid using contractor owned containers (size and shape to be outlined by contractor). Delaware County has one bid option which is to bid using contractor owned containers (size and shape to be outlined by contractor).
  2. Attachment B- Three (3) separate bid forms, one for each county program.
  1. Other Forms (4 total) – the following forms must be filled out, signed and included in bid packetAttachment C.
  2. Non-Collusion Affidavit
  3. Certificate of Compliance with Sect.3517.13 ORC
  4. W-9 Form

Information to note -

  • A nominal annual rate increase per pull will be considered but must be submitted with your bid, including for any renewal periods.
  • Bid documents become property of the District.
  • All prices are valid for one hundred twenty (120) days from the date of the bid opening.
  • Contractor shall enter into a contract with the District within thirty (30) days of contract award.
  • Contractors must have at least fiveyears’ experience in servicing recycling drop-offs and marketing recyclable materials.
  • Contractors shall retain revenue for recycled commodities collected.
  • Sites may be pulled multiple times per week.

I. Contractor’s Responsibilities

  • The Contractor must submit six copies of all required information and documentation as outlined under section “Requirements for the Bid Package” no later than July 17, 2015 by 4:00 p.m. to

DKMM Solid Waste District

Jenna Hicks, District Director

117 E. High Street, Suite 257

Mt. Vernon, Ohio 43050

  • The Contractor shall be responsible for picking up and removing all recyclables deposited at the site, both in and around the containers.
  • The Contractor must market all materials received at the drop-off sites and document the receipt of all materials to the District quarterly(Attachment D). No material, with the exception of contaminants received at the sites, shall be disposed by any other method other than to a valid (licensed/permitted) recycling, processing, marketing, brokering, or material use facility.
  • The Contractor must be able to safely house the District’s empty roll-off switch containers (for Marion and/or Morrow counties if the contractor chooses to use these roll-offs) and have them available to transport to a site needing service.
  • The Contractor must be able to provide service, to identified sites, within 24 hours of notification from the District.
  • The Contractor understands the Limitations upon subcontracting and Assignment. The experience, knowledge, capability, and reputation of the contractor and its principal employees will be a factor. The contract may not be assigned voluntarily or by operation of lawwithout the prior written consent of the District.

II. District’s Responsibilities

  • The District will hold a Pre- Bid Meeting which is optional for contractors to attend. Bid questions will be addressed and if an answer cannot be provided a written response will be sent to all bidders within three (3) business days. The Pre-Bid Meetingwill be heldon

June 9, 2015 at 10:00 a.m.

Knox County Service Center

117 E. High Street, Suite 251

Mt. Vernon, Ohio 43050

  • Provide accurate program data for Bidder’s review–Attachment E.
  • Conduct a fair selection process evaluating all bids submitted, which meet the District’s bid requirements.
  • Complete the contract process with the winning contractor within thirty days of the selection of the contractor.
  • The District will make available the 40 yd. containers to any bidder for Marion and Morrow Counties if a bidder so chooses to use this option.

III. Method of Bid Evaluation

A. The District will evaluate all bids using the following criteria:

  1. Experience of the firm based on evaluation of references.
  2. Did the submitted bid meet the District’s specifications as set forth in the Request for Bids?
  3. Service History - quality of service within the District and in other Districts.
  4. Price of service and the number of counties a bidder wishes to service.
  5. Proximity of intended use facilities - licensed/permitted recycling/processing facilities - to District counties.

B. The District will inform all bidders of the results of the evaluation and will immediately initiate contract discussions with the awarded contractor.

IV. Term of Contract

A.The initial term of the contract shall be from January 1, 2016ending on December 31, 2018. The District hassole discretion of contract renewal for 2019, 2020, and 2021.

V. Other Terms

  1. Civil Rights:

The DKMM Solid Waste District and Contractor agree that as a condition of this contract, there shall be no discrimination against any employee, agent, subcontractor because of race, color, sex, religion, national origin, handicap, or any other factor as specified in Title VI of the Civil Rights Act of 1964, Rehabilitation Act of 1973, and subsequent amendments. It is further agreed that the Contractor will comply with all appropriate federal and state laws regarding such discrimination and the right to and method of appeal shall be made available to all persons under this contract. Any agency found to be out of compliance with this paragraph might be subject to termination of this contract.

B. American with Disabilities Act Compliance

The Contractor states that it complies with all rules and regulations of the Americans with Disabilities Act and agrees to sign a statement to this effect, which is incorporated and attached to this contract.

C. Insurance Coverage:

Contractor shall maintain the following insurance for the duration of this Agreement: Comprehensive general liability and automobile liability with minimum limits of $1,000,000 for injury or death of one person and an aggregate total of not less than $3,000,000 per occurrence. Contractor shall have the District added to its certificate of insurance as an additional named insured, a copy of which Contractor shall provide to the District within ten (10) days after the execution of the contract Agreement. Further, Contractor shall include all District grant financed equipment in its insurance coverage which shall be treated the same as other equipment for insurance purposes.

D. The District reserves the right to reject any or all bids. The District reserves the right towaive irregularities and technicalities.

Attachment A

COVER PAGE

Delaware, Knox, Marion, Morrow Solid Waste District

Drop-off Service Bid

Company Name:______

Type of Organization:______

Street Address:______

Mailing Address:______

Telephone Number:______

Email Address:______

Key Contact Person if awarded contact:______

Contact Telephone Number:______

Contact Email Address:______

Attachment B (county 1)

Delaware County Bid Sheet

In bidding for a county award you must identify bid cost per pull for each listed site. These sites allow the District to meet OEPA access requirements. An incomplete form may be construed that the submitted bid proposal is incomplete and then may be eliminated from consideration.

* For any county that is not being bid please place a NB (No Bid) in the Cost Per Pull column.

Briefly outline type of bin you plan to use.______

______

______

Site Location / # 8 Yd. Containers Currently
on Site / Estimated Annual Pulls / Pounds Collected in 2014 / Cost Per Pull Using Contractor Containers
Ashley/Oxford Twp.- 522 East High St., Ashley / 1 / 52 / 105,065 / $
Bershire Twp. - PJ’s Restaurant, 576 W. Cherry St., Sunbury / 10 / 104 / 647,498 / $
Berlin Twp. – Arrowhead Elementary, 2385 Hollenback Rd., Lewis Center / 5 / 104 / 288,992 / $
Brown Twp.- 5563 State Route 521, Kilbourne / 4 / 52 / 115,527 / $
Genoa Twp. – Maintenance Garage, 7049 Big-Walnut Rd., Galena / 6 / 104 / 356,771 / $
Harlem Twp. -Maintenance Garage, 605 E. Water St., Galena / 7 / 52 / 188,836 / $
Kingston Twp. – Maintenance Garage, 5755 Blue Church Rd., Sunbury / 2 / 52 / 60,207 / $
Liberty Twp.- Olentangy Liberty High School, 3584 Home Road, Powell / 14 / 104 / 866,007 / $
Liberty Twp.- Wyandot Run Elementary, 2800 Carriage Rd., Powell / 8 / 104 / 473,891 / $

Delaware locations continued on the next page.

Orange Twp.- Olentangy High School, 675 Lewis Center Rd., Lewis Center / 5 / 52 / 148,375 / $
Porter Twp. – Township Hall, 12826 McKay St. (Olive Green), Sunbury / 4 / 52 / 124,244 / $
Radnor Twp. – Buckeye Valley North Elementary 4230 St. Rte. 203, Radnor / 5 / 52 / 160,265 / $
Scioto Twp. – Township Hall, 3737 Ostrander Road, Ostrander / 3 / 104 / 149,913 / $
Troy Twp. – Township Hall, 4293 US Rte. 23, North, Delaware / 2 / 52 / 58,593 / $
Trenton Twp.- 15495 Hartford Road, Condit / 2 / 52 / 69,185 / $

TOTAL ANNUAL COUNTY BID (contractor containers) $ ______

NOTE: the District would expect to be able to negotiate rates for site and frequency of service (pulls) changes using the submitted bid quotes.

Attachment B (county 2)

Marion County Bid Sheet

In bidding for a county award you must identify bid cost per pull for each listed site. These sites allow the District to meet OEPA access requirements. An incomplete form may be construed that the submitted bid proposal is incomplete and then may be eliminated from consideration.

* For any county that is not being bid please place a NB (No Bid) in the Cost Per Pull column.

Briefly outline type of bin you plan to use.______

______

Site Location / # 40 Yd. Containers Currently
On Site / Estimated Annual Pulls / Pounds Collected 2014 / Cost Per Pull Using DKMM Containers / Cost Per Pull Using Contractor Containers
Claridon Twp.- Caledonia Town Square, Caledonia / 1 / 12 / 97,260 / $ / $
Claridon Twp.- River Valley Bus Garage, 4280 Marion-Mt. Gilead Rd., Caledonia / 1 / 104 / 243,100 / $ / $
Grand Prairie Twp.- Ridgedale School, 3165 Hillman-Ford Rd., Marion / 1 / 36 / 142,080 / $ / $
Green Camp Twp.- Green Camp Village, 447 S. High St., Green Camp / 1 / 24 / 70,080 / $ / $
Montgomery Twp.-LaRue Village, 350 N. High St., LaRue / 1 / 23 / 81,140 / $ / $
Montgomery Twp.-New Bloomington Hall, 202 Buell St., New Bloomington / 1 / 12 / 34,100 / $ / $

Marion locations continued on the next page.

Pleasant Twp.- Senior Citizens Center, 1036 Owens Rd. W., Marion / 1 / 156 / 306,600 / $ / $
Prospect Twp.- Senior Citizens Center, 318 N. Elm St., Prospect / 1 / 30 / 98,060 / $ / $
Waldo Twp.- Waldo Park, West Main St., Waldo / 1 / 12 / 76,800 / $ / $

TOTAL ANNUAL COUNTY BID(DKMM Containers) $ ______

(Contractor Containers) $ ______

NOTE: the District would expect to be able to negotiate rates for site and frequency of service (pulls) changes using the submitted bid quotes.

Attachment B (county 3)

Morrow County Bid Sheet

In bidding for a county award you must identify bid cost per pull for each listed site. These sites allow the District to meet OEPA access requirements. An incomplete form may be construed that the submitted bid proposal is incomplete and then may be eliminated from consideration.

* For any county that is not being bid please place a NB (No Bid) in the Cost Per Pull column.

Briefly outline type of bin you plan to use.______

______

Site Location / # 40 Yd. Containers Currently
On Site / Estimated Annual Pulls / Pounds Collected 2014 / Cost Per Pull Using DKMM Containers / Cost Per Pull Using Contractor Containers
Bennington Twp.- Fishburn Parking Lot, 49 North Hickory St., Marengo / 1 / 52 / 123,540 / $ / $
Cardington Twp.-Township Hall, 4064 C.R. 132, Cardington / 1 / 36 / 91,880 / $ / $
Chester Twp.- Highland North Elementary, 3675 St. Rte. 314, Chesterville / 1 / 26 / 79,000 / $ / $
Congress Twp.- Northmor High School, 5355 C. R. 29, Galion / 1 / 52 / 112,060 / $ / $
Franklin Twp.- Township Hall, 5380 St. Rte. 95 East, Mt. Gilead / 1 / 25 / 67,880 / $ / $
Lincoln Twp.- Disciple Shop, 109 E. Main St., Fulton / 1 / 18 / 44,640 / $ / $
Perry Twp.-Johnsville Village Elementary, 7478 C.R. 242, Shauck / 1 / 52 / 146,480 / $ / $
South Bloomfield Twp.- Highland High School, 6506 St. Rte. 229, Sparta / 1 / 36 / 95,880 / $ / $

Morrow locations continued on the next page.

Peru Twp. – Township Hall, 1031 C. R. 24, Marengo / 1 / 12 / 24,160 / $ / $
Washington Twp.- Iberia Elementary, 8587 C. R. 30, Iberia / 1 / 26 / 79,240 / $ / $
Westfield Twp.- Westfield Township Hall, 848 C. R. 21, Westfield / 1 / 18 / 43,700 / $ / $

TOTAL ANNUAL COUNTY BID (DKMM Containers) $ ______