Pump-Out Services and Lease of Portable Toilets for Festival and Events - RFP# 2021-011

Page created by Max Ortega
 
CONTINUE READING
Pump-Out Services and Lease of Portable Toilets for Festival and Events - RFP# 2021-011
Pump-Out Services
                               and
                     Lease of Portable Toilets
                     for Festival and Events

RFP# 2021-011
Date: May 12, 2021         CHARLESTON COUNTY PARK
                           & RECREATION COMMISSION
Table of Contents
Introduction-------------------------------------------------------------------------------------------------------2

Scope of Service – Pump-Out----------------------------------------------------------------------------------2

                       Portable Toilet----------------------------------------------------------------------------3

Selection Process-------------------------------------------------------------------------------------------------7

Qualification and Evaluation of Proposals- ---------------------------------------------------------------9

Criteria for Selecting based on Qualifications ----------------------------------------------------------10

Basis of Award---------------------------------------------------------------------------------------------------10

Evaluation Criteria---------------------------------------------------------------------------------------------10

Basic of Evaluation for each Factor------------------------------------------------------------------------11
       Factor 1 Cost
       Factor 2 Past Performance
       Factor 3 Corporate Experience
       Factor 4 Project Approach and Performance Differentiators
       Factor 5 Capacity

Submittals--------------------------------------------------------------------------------------------------------13

Addendum--------------------------------------------------------------------------------------------------------15

Attachments
      1a – SC Dept. of Revenue Form I-312, if applicable
      1b – Equal Employment Opportunity Certification
      1c – Non- Collusion Oath
      1d – Drug Free Workplace Certification
      1e – Compliance with Illegal Immigration Act
      1f – Insurance Requirement
      1g – Certification/Qualification Questionnaire/References
      1h – W-9

Attachment 2 – Price Proposal

Contract Document

                                                                                                         RFP No. 2021-011
                                                                                               Pump-Out Services & Lease of
                                                                                                           Portable Toilets
                                                           2
Introduction
Charleston County Park and Recreation Commission (CCPRC) is requesting proposals from
qualified Contractors to provide pump-out service at James Island County Park and the lease of
portable toilets and service for CCPRC’s festival and events. Upon receipt and evaluation of the
proposals submitted, it is the intent of CCPRC to select a vendor to provide the Scope of
Services listed in this RFP in accordance with CCPRC’s Procurement Policy. The Vendor shall
provide, maintain, manage and support all aspects of the system in accordance with the RFP.

It is the intent of CCPRC to award this contract to one Contractor for a period of three years,
beginning August 1, 2021, with options for renewal for up to two additional one-year options,
totally five years. In accordance with CCPRC’s contract and policies, CCPRC reserves the
option to purchase additional services; however, no guarantee is expressed as to the total
quantities of services to be purchased, and CCPRC will not be obligated to purchase any services
in the absence of a written order, in accordance with the contract documents. CCPRC reserves
the right to issue purchase orders to other contractors for the same services. No order shall
become due or be acceptable without a written order by CCPRC, which shall contain quantity,
date of time and delivery, and other pertinent data required by the Contractor to perform the
work in question.

Transition Period: During the “transition period”, not to exceed 30 days from the date of the
Contract, Contractors shall cooperate with the previous/new Contractor in order to assure a
smooth transition between equipment and services and Contractor(s) acknowledges that there
may be times when both Contractors provided services at CCPRC facilities and the presence of
service during the “transition period” shall not be considered a breach or violation of any
commitment pursuant to the contract.

Background
CCPRC operates over 11,000 acres of property, including regional parks, beach parks, a historic
plantation site, fishing piers, waterparks, a skate park, boat landings, a climbing wall, a challenge
course, an interpretive center, an equestrian center, cottages, a campground, a marina, and event
facilities. We also offer a variety of recreational services – festivals, camps, classes, programs,
and more. Additional information may be found at www.CharlestonCountyParks.com.

Scope of Service
Pump – Out Service:
CCPRC is seeking proposals to provide Pump-Out Service for the dates and times listed in the
anticipated schedule listed above for daily, as well as during, special events and high peak
visitation. CCPRC will notify selected Contractor of dates and times of special events.
Contractor’s submitting proposals should consider the following requirements and procedures
when proposing pricing for pump-out service:
                                                                                       RFP No. 2021-011
                                                                             Pump-Out Services & Lease of
                                                                                         Portable Toilets
                                                  3
a. Contractor must have a minimum of 50’ hose and proper connection hook-ups
                     to extract liquids from holding tanks;
                  b. Contractor will enter each restroom facility and thoroughly extract all solids
                     and liquids from each toilet and tank;
                  c. Contractor will record and turn in signed receipt of pump-out service
                     indicating, at a minimum, the date, time of services, location and tank;
                  d. Contractor will be required to provide services to CCPRC at pre-determined
                     scheduled times approved by CCPRC to limit liability and avoid conflict with
                     park activities;
                  e. Contractor will follow all safety and OSHA standards for bloodborne
                     pathogens.
                  f. Contractor will flush out tank to ensure no solid or debris build-up and block
                     the waste lines each time tanks are serviced;
                  g. Contractor will be required to report any abnormal deficiencies from standard
                     operating procedures. The Contractor will be liable for damage to all property
                     and equipment;
                  h. Contractor will be required to follow all traffic signs, regulations, and speed
                     limits are to be strictly observed. Drivers to show extreme caution when park
                     patrons and employees are in the area;
                  i. Contractors will be required to perform in accordance with Local and State
                     laws, and all appropriate permits, licenses and insurance will be the
                     responsibility of the Contractor.

It shall be the Contractor’s responsibility to become familiar with the site conditions prior to
submitting a proposal. Listed below are the location and capacity of current Restroom Units that
require Pump-Out Service:

                  James Island County Park - Wappoo Shelter (700 gallon holding tank)
                  The anticipated Pump-Out schedule for James Island County Park is as follows:
                  April 1 through Labor Day – Wappoo Shelter serviced monthly

Portable Toilet

Contractors are requested to submit pricing for lease of portable toilets to include with selected
festivals and events (listed below) at a variety of CCPRC facilities. Prices should be submitted as
indicated on the price proposal form.

All portable toilet requirements will be provided prior to the event. Proposers may include in
their proposal any additional services/items that they may be able to provide as part of their
proposal package that may be of interest to the event. CCPRC reserves the right in increase the
number of restroom facilities to be serviced.

                    Festival and Event Portable Toilet Needs (Anticipated dates)

January 16 – Off Road Duathlon – Laurel Hill County Park
                                                                                       RFP No. 2021-011
                                                                             Pump-Out Services & Lease of
                                                                                         Portable Toilets
                                                   4
•   4 Regular, 1 Accessible, hand wash station

February 6 - Save The Light Half Marathon and 5K – Folly Beach
         • 7 Regular, 2 Accessible, hand wash station

March 17 – Wine Down Wednesday – Old Towne Creek County Park – West Ashley
         • 1 Regular, 1 Accessible, 1 Hand Washing
         • 1400 Old Towne Rd. Charleston, SC 29407
         • Please service for all the Wine Down Wednesday dates.

March 20 – Pet Fest – Palmetto Islands County Park – Mount Pleasant
         • 3 Regular, 1 Accessible, 1 Hand Washing

March 31 – Wine Down Wednesday – Old Towne Creek County Park – West Ashley
         • 1 Regular, 1 Accessible, 1 Hand Washing

April 1 - Starlight Yoga – Mt. Pleasant Pier
1 Accessible

April 10 – Cajun Festival – James Island County Park
           • 17 Regular, 2 Accessible, 5 Hand Washing

April 14 – Wine Down Wednesday – Old Towne Creek County Park – West Ashley
           • 1 Regular, 1 Accessible, 1 Hand Washing

April 20-22 - East Coast Outdoor Festival- James Island County Park
           • 8 Regular, 2 Accessible, 4 Hand Washing
April 24 – The Mullet Haul- Johns Island County Park
           • 1 Accessible, hand wash station

April 24-25 – Shaggin’ on the Cooper/Blessing of the Fleet – Mount Pleasant Pier
          • 2 Regular, 1 Accessible, 1 Hand Washing
          • Please service in the AM on Sunday, April 29.
          • TOMP pays half of the invoice.

April 28 – Wine Down Wednesday – Old Towne Creek County Park – West Ashley
           • 1 Regular, 1 Accessible, 1 Hand Washing
           • Pick up porta lets after this date.

May 22 –Shaggin’ on the Cooper – Mount Pleasant Pier
         • 1 Regular, 1 Accessible, 1 Hand Washing

May 23- Charleston Sprint Triathlon Series (CSTS) Race 1 – James Island County Park (JICP)
         • 6 Regular, 1 Accessible, 2 hand wash stations

                                                                                  RFP No. 2021-011
                                                                        Pump-Out Services & Lease of
                                                                                    Portable Toilets
                                               5
June 4 – Summer Reggae Series – James Island County Park
           • 6 Regular, 1 Accessible, 2 Hand Washing
June 19 –Shaggin’ on the Cooper – Mount Pleasant Pier
           • 1 Regular, 1 Accessible, 1 Hand Washing
June 20 - Charleston Sprint Triathlon Series (CSTS) Race 2 – James Island County Park (JICP)
           • 6 Regular, 1 Accessible, 2 hand wash stations

June 25 – Summer Reggae Series – James Island County Park
          • 6 Regular, 1 Accessible, 2 Hand Washing

July 4 – Uncle Sam Jam – Mount Pleasant Pier
          • 6 Regular, 1 Accessible, 1 Hand Washing
                 o Place 3 Regular next to the Pier Shop near the permanent restrooms.

July 11- Charleston Sprint Triathlon Series (CSTS) Race 3 – James Island County Park (JICP)
          • 6 Regular, 1 Accessible, 2 hand wash stations

July 24 –Shaggin’ on the Cooper – Mount Pleasant Pier
          • 1 Regular, 1 Accessible, 1 Hand Washing

July 16– Summer Reggae Series – James Island County Park
          • 6 Regular, 1 Accessible, 2 Hand Washing

July 25 - Charleston Sprint Triathlon Series (CSTS) Race 4 – James Island County Park (JICP)
           • 6 Regular, 1 Accessible, 2 hand wash stations

August 13 – The Reckoning in the Park – James Island County Park
           • 6 Regular, 1 Accessible, 2 Hand Washing

August 21 – Shaggin’ on the Cooper – Mount Pleasant Pier
          • 1 Regular, 1 Accessible, 1 Hand Washing

August 8 - Charleston Sprint Triathlon Series (CSTS) Race 5 – James Island County Park (JICP)
          • 9 Regular, 1 Accessible, 2 hand wash stations

August 18 – Special Olympics Kayak Competition – James Island County Park
          • 1 Accessible, 1 Hand Washing

September11 – Shaggin’ on the Cooper – Mount Pleasant Pier
         • 1 Regular, 1 Accessible, 1 Hand Washing

September 16 - Starlight Yoga – Mount Pleasant Pier
         • 1 Accessible

September 25 – Motown in the Moonlight – Mount Pleasant Pier

                                                                                 RFP No. 2021-011
                                                                       Pump-Out Services & Lease of
                                                                                   Portable Toilets
                                                 6
•   1 Regular, 1 Accessible, 1 Hand Washing

October 9 – Lowcountry Trail Half Marathon and 5K – Johns Island County Park – Johns Island
          • 1 Accessible, hand wash station

October 10– Latin American Festival – Wannamaker County Park
          • 7 Regular, 1 Accessible, 3 Hand Washing

November 6 – Harvest Festival – Johns Island County Park – Johns Island
        • 8 Regular, 2 Accessible, 2 Hand Washing
        • 2662 Mullet Hall Road Johns Island, SC 29455
November 6 –Chili 5K – Laurel Hill County Park
        • 3 Regular, 1 Accessible, 1 hand wash station

November 8 – Starlight Yoga – James Island County Park – James Island
        • 1 Accessible, 1 Hand Washing

November 10 – Holiday Festival of Lights Fun Run 1– James Island County Park
        • 1 Accessible, hand wash station

November 11 – Holiday Festival of Lights Fun Run 2– James Island County Park
        • 1 Accessible, hand wash station

Other new events could be added in which the Contractor will be given plenty of advance
notice. If the selected Contractor cannot fulfill any additional dates CCPRC reserves the
right to use another company.

Contractors may submit such data, as they deem appropriate; however, failure to submit all
required information or a complete proposal may be cause for rejection.

Only those items specified herein or any items added to the contract may be furnished. Any
substitution of material will require prior approval. The successful offeror shall assume all
liability for the portable toilets. CCPRC will exercise its usual care for protection but will not be
held liable for any damage, loss or vandalism. CCPRC requires that in such cases of damage,
loss or vandalism that the successful offeror respond within 24 hours with a cleanup crew and/or
a replacement unit.

CCPRC requires that in case of emergency the Contractor shall be able to supply toilets within a
four-hour time frame once contacted. CCPRC requires that the units be delivered in clean and
good mechanical condition with no broken or missing parts and free of graffiti or markings.

Selection Process
The RFP will be available to any qualified company choosing to respond. CCPRC reserves the
right to waive any irregularities and to reject any or all proposals. CCPRC will determine whether
                                                                                        RFP No. 2021-011
                                                                              Pump-Out Services & Lease of
                                                                                          Portable Toilets
                                                  7
the evidence of ability to perform is satisfactory and will make awards only when such evidence is
deemed satisfactory. Also reserves the right to accept the proposal as a whole, or any items listed
under the Scope of Services. No Proposal may be withdrawn for a period of 60 days after date
proposals are due. Listed below is the anticipated schedule for the project:

       A.      Deadline for Questions                Tuesday, May 25, 2021
       B.      Addendum Issued, if deemed necessary  Friday, May 27, 2021
       C.      Proposals Due                    Wednesday, June 9, 2021 2:00PM, ET

Proposals shall be available for public inspection after the contract award; however, proprietary
or confidential information marked as such in each proposal shall not be disclosed without prior
written consent of the Vendor(s). It is the responsibility of the Vendor(s) to identify any
information deemed proprietary or confidential. Upon submission, all proposals become the
property of the Commission and are subject to public record laws. It is the Vendor’s
responsibility to notify the Commission of any proprietary information listed in proposals
submitted. If a proposal contains proprietary information, the Vendor shall include a cover
letter indicating such information. In addition, any information in which the Vendor
considers proprietary MUST be clearly marked “proprietary” next to the relevant part of
the text in order for it to be treated as such.

CCPRC reserves the right to inspect the plant or place of business if a Vendor, Contractors, or
any subcontractor at reasonable time, which is to the performance of any contract awarded or to
be awarded by CCPRC as well as the books and records of such vendor, contractors and
subcontractors in accordance with CCPRC’s Procurement Policy.

Proposals for services shall include all charges including, but not limited to deliveries, taxes, and
duties of any kind levied by federal, state, municipal, or other governmental authority which
either party is required to pay with respect to services covered under this agreement. There is no
expressed or implied obligation for CCPRC to reimburse responding Vendor for any expenses
incurred in preparing the proposals submitted for consideration.

The successful vendor(s) shall be notified following CCPRC approval. Contract awards shall be
posted on CCPRC’s website.

In selection of the successful solution, CCPRC reserves the right to:
    1. Waive any irregularities and/or reject any and/or all proposals that do not adequately
        meet the desired quality or that cannot meet the schedule or are not within CCPRC’s
        budget constraints;
    2. Accept the proposal as a whole or any items listed in the Proposal;
    3. Purchase the appropriate product from other vendors as needed, if listed requirements are
        not available in the proposed solution;
    4. Negotiate terms of the contract with the intended firm pursuant to Procurement Policy;
    5. Inspect the plant or place of business of a Vendor, contractor, or any subcontractor at
        reasonable time, which is related to the performance of any contract awarded or to be
        awarded by CCPRC as well as the books and records of such contractors and
        subcontractors in accordance with CCPRC’s Procurement Policy
                                                                                       RFP No. 2021-011
                                                                             Pump-Out Services & Lease of
                                                                                         Portable Toilets
                                                  8
Qualification and Evaluation of Proposals
While CCPRC’s is concerned about the ultimate cost, the proposals will not be based solely on
the lowest price for products. Proposals will be evaluated on criteria listed and requested in the
Request for Proposal and demonstration of product and services and what is deemed most
advantageous to the Commission and in accordance with CCPRC’s Procurement Policy.
Contract will be awarded to one vendor.

Proposals will be evaluated and independently scored based upon the following factors, listed in
order of importance:

       1)   Cost
       2)   Past Performance/Reference
       3)   Corporate Experience
       4)   Project Approach & Performance Differentiator’s
       5)   Capacity

CCPRC will determine the best value based upon these criteria and recommend the selection of
Vendor.

CCPRC may request additional information from one or more Vendors after the submission of the
initial proposals in order to clarify, confirm, or properly evaluate any proposal. Vendor may be
asked to provide an oral discussion of the proposal. This presentation shall be limited to the
subject matter part of the proposal response and shall be limited to a clarification, explanation, or
more extensive description of the proposal. Answers from the oral discussion may be reflected in
a revised score for the submitted proposal due to a better understanding of a specific proposal
evaluation item. There is no expressed or implied obligation for CCPRC to reimburse Vendor for
any expenses incurred in preparing the proposal and/or any subsequent interviews and/or requests
for additional information. CCPRC will not be obligated for any services without a written executed
contract by both parties.

Proposals for services shall include all charges including deliveries, taxes, and duties of any kind
levied by federal, state, municipal, or other governmental authority which either party is required
to pay with respect to services covered under this agreement. There is no expressed or implied
obligation for CCPRC to reimburse responding Contractor for any expenses incurred in
preparing the proposals submitted for consideration.

The successful Contractor shall be required to execute a formal contract. The Contract shall be
virtually identical in substance and form which is identified as, Sample Contract. The only
anticipated changes in the Sample Contract, will be to fill in the blanks to identify the successful
Contractor, and terms relating to compensation, or to revise the contract to accommodate
corrections, changes in the scope of work, or changes pursuant to addenda issued prior to the
qualification opening. Contractors should raise any questions regarding the terms of the
Contract, or submit requested changes in said terms, in the form of written questions or
                                                                                       RFP No. 2021-011
                                                                             Pump-Out Services & Lease of
                                                                                         Portable Toilets
                                                  9
submittals, subject to the deadline for questions. Because the signed contract will be derived
from Sample Contract, Contractor is urged to seek independent legal counsel as to any questions
about the terms, conditions or provisions contained in Sample Contract, before submitting a
qualification. Again, the Sample Contract, contains important legal provisions and is considered
part and parcel of this RFP

Criteria for Selecting based on Qualifications
Each Vendor, by submitting proposals, represents that:
       1. The Vendor has read and understands this solicitation (including all Attachments) and
          that its offer is made in accordance therewith.
       2. The Vendor has reviewed the solicitation, has become familiar with the local
          conditions under which the product/service is to be provided, and has correlated
          personal observations with the requirements of the proposed Contract Documents.
       3. The Vendor is qualified to provide the product/services required under this
          solicitation and, if awarded the Contract, will do so in a professional, timely manner
          using successful Vendor’s skill and attention.

Basis of Award
The award determination shall be based on technical and price factors, not necessarily the lowest
price. Following the deadline for submittal of proposals, a selection committee will review,
analyze, and rank all submittals based on their response to the information requested. It is the
intent of CCPRC to award this contract to one Contractor. Dependent on the results of the cost
estimates and budgetary availability. If desired, the selection committee may short list the
number of qualified Contractors. CCPRC reserves the right to determine the number of
Contractor(s) that will be on the short list.

CCPRC reserves the right to reject any or all submittals and to waive defects, technicalities,
and/or irregularities in any submittal. CCPRC reserves the right to finalize a contract based on
all factors involved in the written qualification submittal without further discussion or
interviews.

Evaluation Criteria
Each response to this Request for Proposal will be subject to the same review and assessment
process. Submittals will be evaluated on the basis of the Proposal’s technical capability and
experience. All Vendors submitting qualifications must provide at a minimum, their expertise
and capabilities as they relate to the Factors outlined by the RFP.

The distinction between corporate experience and past performance is corporate experience
pertains to the types of work and volume of work completed by a Vendor that is comparable to

                                                                                     RFP No. 2021-011
                                                                           Pump-Out Services & Lease of
                                                                                       Portable Toilets
                                                10
the types of work covered by this requirement, in terms of scope and complexity. Past
performance relates to how well a Vendor has performed.

Basis of Evaluation for each Factor

Factor 1- Cost
Basis of Evaluation: CCPRC will evaluate cost based on the total price proposal submitted for
all items requested by name in the Price Proposal Form.
Analysis will be performed by one or more of the following techniques to ensure a fair and
reasonable price:

•      Prices received in response to the RFP
•      Cost realism analysis performed

Factor and Solicitation Submittal Requirements:

The Contractor will be evaluated based on the cost in items 1 thru 85. The award determination
shall be based on technical and price factors, not necessarily the lowest price. It is the intent of
CCPRC to award this contract to one Contractor.

Technical Factors:
The Vendor shall be rated higher during evaluations if their proposal exceeds the following
items:

Factor 2 - Past Performance
Basis of Evaluation: The degree to which past performance evaluations and all other past
performance information reviewed (i.e., performance recognition documents and information
obtained for any other source) reflects a trend of satisfactory and/or an outstanding level of
performance, considering:

            •    Successful completion of tasks;
            •    Timely product delivery;
            •    Quality products and services;
            •    Cooperativeness and teamwork at all levels (task managers, contracting officers,
                 procurement office, auditors, etc.); and
            •    References

Factors and Solicitation Submittal Requirements:

Ensure correct phone numbers and email addresses are provided for all client points of contact.
Submit a copy of references as indicated in Certification/Qualification Questionnaire/References,
Attachment 1g which contains the point of contact information for each of the five required
client references.
1. Provide five recent client references (from within the past three years);

                                                  11
2. Provide the client’s name, as well as address and telephone number for a point of contact
who can provide information regarding the Contractor’s role on the providing products;
3. The Contractor is encouraged to submit any other information they believe
will enhance their position in the evaluation criteria;
4. Reputation and previous experience of Contractor, products

In addition to the above, CCPRC may review any other sources of evaluation information of past
performance. Other sources may include, but are not limited to, inquiries of Contractor
representative(s), and any other known sources not provided by the Contractor. While CCPRC
may elect to consider data from other sources, the burden of providing detailed, current, accurate,
and complete past performance information rests with the Contractor. Based on the trend and
satisfactory and/or outstanding ratings, performance may be rated higher

Factor 3- Corporate Experience
Basis of Evaluation: The responding institution will be evaluated in order to determine if its
company has demonstrated the necessary corporate experience to meet CCPRC’s needs.

Factors and Solicitation Submittal Requirements:

1. Proposals shall identify the qualified, knowledgeable contact person who will be the point
person for the entire project. Proposals shall also provide a statement of the Contractor’s
commitment that the identified individual(s) will be involved throughout the entire project and
must address, at a minimum, the organizational strength and stability of the responding firm.

2.   Provide documentation of the firm’s capability and experience which includes:

a. Demonstration of Contractor’s ability to perform the indicated services;
b. Description of previous work; and
c. Responsiveness and compliance with the items listed in request for proposal
Factor 4- Project Approach and Performance Differentiators
Basis of Evaluation: The Contractor may be rated higher during evaluations if their proposal
meets and/or exceeds the following items:

•       Capability to provide products
•       Provide supplies, product
•       Timely response to requests for onsite support

Factor and Solicitation Submittal Requirements:
1.     Detailed description of Contractor’s approach in providing the service
2.     The reason Contractor proposal should be selected
3.     Explain your response time to correct the failure of service as scheduled

Factor 5 – Capacity
Basis of Evaluation: The Contractor will be evaluated to determine if their proposal has sufficient
capacity to meet and maintain orders.
                                                                                            RFP No. 2021-011
                                                                                  Pump-Out Services & Lease of
                                                                                              Portable Toilets
                                                    12
Factor and Solicitation Submittal Requirements:
1.      Ability to meet a schedule
2.      Description of Contractor’s approach to timelines and scheduling

Submittals
All technical questions shall be submitted by email no later than 2:00 PM ET on May 25, 2021
to the attention of Ms. Lanna Wright CPPB, Procurement Coordinator, at
prcprocurement@ccprc.com.

An addendum, if deemed necessary, will be posted on the website, www.ccprc.com/bids.

Proposals will be ranked based on the information outlined in this RFP and on the Price Proposal
Form. The following must be completed in its entirety and submitted in order to be considered
for evaluation:

Submit Technical Factors in the following format:
• Title Page:
  Title page showing the Request for Proposal subject; the Team name; the name, addresses,
  and telephone number of a contact person; and the date of the submittal.
• Table of Contents:
  Provide Table of Contents to aid the evaluation of the qualifications.
• Transmittal Letter:
  A signed letter of transmittal briefly states the Offeror's understanding of the work to be done,
  the commitment to perform the work, a statement why the Team believes it to be best
  qualified to perform the engagement, and a statement that the submittal is a Team and
  irrevocable offer for sixty (60) days.
• Detailed Submittal:
  The purpose of the detailed submittal is for the Offeror to demonstrate their qualifications,
  competence, and capacity to provide service to CCPRC in conformity with the requirements
  of this solicitation. Offeror shall submit a qualification for this project meeting the minimum
  requirements listed. Address each item listed in the Evaluation Criteria based on the ability of
  your Team as required. Offerors should address all the points outlined herein including
       1) Cost
       2) Past Performance/Reference
       3) Corporate Experience
       4) Project Approach & Performance Differentiator’s
       5) Capacity
• Attachment #1a: I-312: Please sign and return with proposal if applicable.
• Attachment #1b: Equal Employment Opportunity Certification: Please sign the Equal
  Opportunity Certification.
• Attachment #1c: Non-Collusion Oath: Please sign and return with proposal the Non-
  Collusion Oath.
• Attachment #1d: Drug-Free Workplace Certification: Please sign the Drug-Free
  Workplace Act

                                                                                      RFP No. 2021-011
                                                                            Pump-Out Services & Lease of
                                                                                        Portable Toilets
                                                   13
• Attachment #1e: Compliance with Illegal Immigration Form: Please sign the Compliance
  with Illegal Immigration Form.
• Attachment #1f: Insurance Requirement.
• Attachment #1g: Certification/Qualification Questionnaire/Reference.
• Attachment #1h: Product Specifications Form: Please complete the form as specified.

Submit Price Proposal separately in the following format as ONE FILE:
• Attachment #2: Price Proposal

ALL ATTACHMENTS ARE AVAILABLE AS A SEPARATE DOWNLOAD

How to Submit
Proposals can be submitted mail or hand delivery or electronical:

A) Technical Factors:

Submit one original proposal clearly marked “Original” and three (3) copies in 8-1/2 x 11
format, font size 12. Provide the proposals in three ring binders with a cover page including
name of contractor, address, phone, email and fax numbers, contract number and point of
contact. Submit an electronic copy of your technical proposal (in PDF) on a flashdrive.

Proposals must be received no later than 2:00 PM, ET Wednesday June 9, 2021. All proposals
must be sent to the attention of Ms. Lanna Wright CPPB, 861 Riverland Drive, Charleston, SC
29412 and clearly marked on the bottom left hand corner, “Technical Proposal - Pump-Out
and Portable Toilet Service #2021-011 and name of firm”.

B) Price:

Solicitation Submittal Requirements: Submit an original clearly marked “Original” and one (1)
copy of the price proposal in a separate sealed envelope with a cover page including name of
prime contractor, address, phone, email and fax numbers, contract solicitation number and point
of contact. Submit the price proposal at the same time as the technical proposal. Submit an
electronic copy of your price proposal (in PDF) on a flashdrive.

Price proposals are to be submitted by closing. All Price/Price Structure proposals must be sent
in a SEPARATE SEALED ENVELOPE to the attention of Ms. Lanna Wright CPPB, 861
Riverland Drive, Charleston, SC 29412 and clearly marked on the bottom left hand corner “Price
Proposal – Pump-Out and Portable Toilet Service #2021-011 and name of firm”.
                                                Or

Proposals can be submitted electronically following the instructions below:
   1. Click the following link to access the submittal form
          a. https://ccprc.com/FormCenter/Procurement-35/Bid-Proposal-Submission-173
   2. Complete the required fields on the form.
          a. Bid Number = 2021-011

                                                                                     RFP No. 2021-011
                                                                           Pump-Out Services & Lease of
                                                                                       Portable Toilets
                                                14
3. Click File Upload to attach your Technical Requirements with all required attachments
      (except the price proposal).
          a. Upload the proposal as one file.
                  i. The name of the file should include the vendor name and the Bid Name:
                      “2021- Pump-Out and Portable Toilet Service"
   4. Click the other File Upload to attach the Price Proposal (Attachment #2)
          a. Upload the price proposal as one file
                  i. The name of the file should include the vendor name, the bid number and
                      the title “Price Proposal”

Addenda
Submitter acknowledges that it is the submitter’s responsibility to determine whether an
Addendum has been issued. If so, the submitter must obtain copies of such Addendum from the
Commission’s website and agrees to be bound by all Addenda that have been issued for this
Request for Proposal. If an addendum is issued, the submitter shall sign and return each
addendum with the proposal submitted.

                                                                                RFP No. 2021-011
                                                                      Pump-Out Services & Lease of
                                                                                  Portable Toilets
                                             15
You can also read