This is an invitation for bids for refuse collection services for small boat harbors and ramp facilities on the island of Maui. The contract will be for a twelve (12) month period, with options for extension. The contractor shall provide labor, transportation, equipment, and refuse containers. The contractor must have a permanent office location and cannot use an answering service. A site inspection prior to submittal of an offer is mandatory. Offers must be submitted electronically through HIEPRO. Award will be made to the responsive, responsible offeror submitting the lowest total sum bid price. No performance or payment bond is required. The contract term begins upon written notice to proceed. Liability insurance is required. The contractor shall procure all necessary permits and licenses. Invoicing instructions are provided. Subcontracting requires written approval. Reexecution of work is required for non-conforming work. Liquidated damages will be assessed for failure to perform. The bid price must include all applicable taxes and fees.
The term of the contract shall be for the twelve (12) month period commencing from the date of written notice to proceed. The state reserves the right to unilaterally relocate, add container stations and change collections schedule during the period of this contract. Any changes in the location or size of the containers or pickup days and times must have prior approval from the contract administrator.
The bid price per cubic yard shall include labor, equipment, installation, transportation, storage, training, all applicable taxes and any other costs incurred to provide services specified including the transaction fee for processing this procurement electronically. Payment for excess refuse/bulky items will only be paid upon receipt of a separate invoice for excess refuse/bulky items accompanied with a description and quantity of the excess refuse/bulky items and dated photo documentation of said excess refuse/bulky items.
Award, if made, shall be to the responsive, responsible offeror submitting the lowest total sum bid price. Offeror must bid on all items specified on the offer form pages to be considered for award.
Offeror is advised that if awarded a contract under this solicitation, offeror shall, upon award of the contract, furnish proof of compliance with the requirements of ****, HRS: chapter 237, tax clearance; chapter 383, unemployment insurance; chapter 386, workers compensation; chapter 392, temporary disability insurance; chapter 393, prepaid health care and chapter ****, certificate of good standing (COGS) for entities doing business in the state. Contractor shall have a permanent office location from where he conducts business and where he will be accessible to telephone calls for complaints or requests that need immediate attention. An answering service is not acceptable.
If the contractor should fail to properly service any container during his regular scheduled collection, the following assessment will be made against him as liquidated damages: $50 per calendar day for each container scheduled for service but not serviced. Before imposing liquidated damages, the state will notify the contractor by phone of his deficiency or failure to perform. If the contractor does not take remedial action within two (2) hours after such notification, he will be charged liquidated damages. Makeup collection shall be made at no additional cost to the state. Further, the state will not pay for any missed collection which the contractor fails to makeup within the allowed two (2) hour period.
Prior to submittal of an offer, offeror shall inspect the various public facilities to become thoroughly familiarized with existing conditions and the amount and kind of work to be performed. Submission of an offer shall be evidence the offeror understands the scope of work and shall comply with these specifications.
The allowance for additional waste collection/disposal and miscellaneous work is $100,000. 00. This allowance shall be included in the total sum bid.