OPERATIONS OF THE PINE TREE CORNERS, MILFORD AND ROUTE 5 TRANSFER STATIONS

Sealed Proposals, in quintuplicate (5), in response to the Request for Proposals for Operations of the Pine Tree Corners Transfer Station, Operations of the Milford Transfer Station, and/or Operations of the Route 5 Transfer Station, for the Delaware Solid Waste Authority will be received by the Delaware Solid Waste Authority (DSWA) at the Delaware Solid Waste Authority’s Dover Administrative Office, 601 Energy Lane, Dover, Delaware, 19901, until 2:00 p.m. on January 14, 2026.  DSWA may extend the time and place for the receipt of Proposals by providing at least two (2) calendar days’ notice by certified mail, fax, or email to any PROPOSERS who DSWA has recorded as having received a Request for Proposal (RFP).  If the Proposal is submitted by mail or other personal delivery system, the sealed envelope containing the Proposal shall be enclosed in a separate envelope plainly marked on the outside with the notation “Proposal Enclosed.”  Proposals delivered by any means other than by mail or personal delivery shall be rejected.

 

Proposer may submit a proposal for just the Operations of the Pine Tree Corners Transfer Station, just the Operations of the Milford Transfer Station, and/or just the Operations of the Route 5 Transfer Station. Proposers may also submit proposals for one or more of the above Transfer Stations.

 

Subject to the terms of the RFP, the contract term shall be for a period of three (3) years commencing September 1, 2026 and ending on August 31, 2029, unless DSWA exercises in its sole discretion, the right to extend the contract(s) for a fourth and fifth year under the same terms and conditions. Such operation shall include, but not be limited to, daily operation, loading of waste, general maintenance, cleaning, and all repairs, necessary for the continued operation of the transfer stations.  Additional details and information regarding the project is described in the Project Manual.

 

Additional requirements and description of work are set forth in the RFP as are the criteria for evaluation and determination of the successful proposal.  DSWA may award the contract to one or more responsible proposer(s) submitting the most responsive proposal(s) which serves the best interests of DSWA and the citizens of the state of Delaware, and not necessarily at the lowest cost.

 

Every Proposal prepared in response to this RFP shall be prepared by the PROPOSER with the expressed understanding that any and all claims to reimbursement for the cost and expense of its preparation is waived. The submittal of a Proposal in response to this Notice shall constitute an agreement of the Proposer to all of the conditions in this Notice and the RFP.

 

A copy of the RFP for Contract O-24-914-NT, O-24-915-CM and/or O-24-916-SR may be obtained by emailing smg@dswa.com or submitting a request at https://dswa.com/resources/rfpbids/request-for-bidsproposals/ on or after Wednesday, November 19, 2025.  DSWA will not be responsible for full or partial sets of the Project Manual obtained from any sources other than stated above, or in the project manual, nor shall PROPOSER rely upon such other sources or information.

 

A non-mandatory Pre-Proposal Meeting has been scheduled for Wednesday, December 10, 2025, at 10:45 a.m. at the DSWA Administration Building, 601 Energy Lane, Dover, Delaware 19901.

 

The PROPOSER must submit, with its Proposal, documentation indicating it is licensed to conduct business in the State of Delaware and PROPOSER must meet and comply with all state, local, and federal laws, regulations, ordinances, codes, and requirements in the scope of their Work and comply with any and all licensing and permitting requirements.

 

The successful PROPOSER will be required to execute the Agreement, to furnish a performance bond and a payment bond as security for the performance and payment of all CONTRACTOR’S obligations under the contract documents if the total proposal amount is more than $200,000, and to execute a Hold Harmless Agreement on forms provided in the Project Manual.  The successful proposer will also be required to furnish evidence of insurance coverage as required by the Project Manual and otherwise comply with terms and requirements of the Project Manual.

 

DSWA reserves the right to accept or reject any or all Proposals which in its judgment is in the best interest of DSWA and to award the contract to one or more PROPOSERS submitting the most responsive proposal(s) that serves the best interest of DSWA and the citizen’s of Delaware and not necessarily at the lowest cost.  DSWA further reserves the right to waive any informalities or irregularities in the Proposal or Proposal process, and all PROPOSERS are notified that such acceptance or rejection or waiver shall be without liability on the part of DSWA for any action brought against DSWA, any or all of its directors, or any DSWA officer or employee, brought by any PROPOSER because of such acceptance or rejection or waiver, nor shall any PROPOSER seek any recourse of any kind against such entity or individuals because of such acceptance or rejection or waiver.

 

Five (5) copies of the Proposal shall be submitted to DSWA.  The Proposals shall be sealed, marked, and addressed as follows:

 

Delaware Solid Waste Authority

601 Energy Lane

Dover, DE 19901

Attn: EmmaLee Paugh

Proposal for:    Operations of the Pine Tree Corners Transfer Station

Contract No: O-24-914-NT

Operations of the Milford Transfer Station

Contract No: O-24-915-CM

Operations of the Route 5 Transfer Station

Contract No: O-24-916-SR

 

No PROPOSER may withdraw their Proposal within one hundred twenty (120) days after the actual date of opening thereof, except as may be authorized by the Project Manual.

 

The Project Manual explains the process by which prospective Proposers may submit questions about the meaning or intent of the Project Manual.  Please contact DSWA prior to the Proposal opening if you wish to schedule a site tour.

 

All other inquiries regarding this work shall be directed to:

EmmaLee Paugh                                 and                              Simone George

Facility Engineer                                                                     Administrative Assistant

Phone: 302-739-5361                                                             Phone: 302-739-5361

Fax: 302-739-4287                                                                 Fax: 302-739-4287

Email:  evp@dswa.com                                                          Email:  smg@dswa.com

HAULING OF MATERIALS FROM THE PINE TREE CORNERS, MILFORD, AND ROUTE 5 TRANSFER STATIONS

Sealed Proposals, in quintuplicate (5), in response to Hauling of Materials from the Pine Tree Corners, Milford and Route 5 Transfer Stations, Contract No. S-24-917-SW for the Delaware Solid Waste Authority shall be delivered to the Delaware Solid Waste Authority (DSWA)’s Administrative Office, 601 Energy Lane, Dover, Delaware, 19901, no later than 2:00 p.m. on Wednesday, January 14, 2025.  DSWA may extend the time and place of the due date for Proposals by providing at least two (2) calendar days’ notice by certified mail, fax, or email to any Proposers who DSWA has recorded as having received a copy of the RFP.  If the Proposal is sent by mail, or other personal delivery system, the sealed envelope containing the Proposal shall be enclosed in a separate envelope plainly marked on the outside with the notation, “Proposal Enclosed.”  Proposals delivered by any means other than mail or personal delivery shall be rejected.

 

The Work under this contract is generally described as the furnishing of all labor, materials, transportation, equipment, and incidentals necessary to safely and legally haul solid waste and recycling material from the Pine Tree Corners Transfer Station (PTCTS), the Milford Transfer Station (MTS) and the Route 5 Transfer Station (RT5TS).  The services include but are not limited to:

 

  1. Supplying a sufficient number of leakproof walking floor trailers. The open top, walking floor trailers shall be at least 100 cubic yards in volume. All walking floor trailers shall be designed and maintained to prevent leaks. The floors and seals for the slats in the floors must be maintained in excellent condition.

 

  1. Hauling of loaded transfer trailers to the appropriate destination facility, which will include the Northern Solid Waste Management Center (NSWMC) located at 1706 E. 12th Street, Wilmington; the Central Solid Waste Management Center (CSWMC) located at 1007 Willow Grove Road, Felton; and the Southern Solid Waste Management Center (SSWMC) located at 28560 Landfill Lane, Georgetown. Trailers loaded with solid waste should be taken to the designated landfill and trailers loaded with recycling should be taken to the Delaware Recycling Center (DRC) located at 1101 Lambson Lane, New Castle.

 

Additional requirements and description of work are set forth in the RFP as are the criteria for evaluation and determination of the successful proposal.  DSWA may award the contract to the responsible PROPOSER submitting the most responsive proposal which serves the best interests of DSWA and the citizens of the state of Delaware, and not necessarily at the lowest cost.  Subject to the terms of the RFP, the Contract will be for a period of three (3) years, unless DSWA exercises in its sole discretion, the right to extend the contract for a fourth and/or fifth year under the same terms and conditions.  The contract will begin September 1, 2026.

 

Every Proposal prepared in response to this RFP shall be prepared by the PROPOSER with the expressed understanding that any and all claims to reimbursement for the cost and expense of its preparation is waived. The submittal of a Proposal in response to this Notice shall constitute an agreement of the PROPOSER to all of the terms and conditions in this Notice and the RFP.

 

A copy of the RFP for Contract S-24-917-SW may be obtained by emailing smg@dswa.com or submitting a request at https://dswa.com/resources/rfpbids/request-for-bidsproposals/ on or after Wednesday, November 19, 2025.  DSWA will not be responsible for full or partial sets of the Project Manual obtained from any sources other than stated above, or in the project manual, nor shall PROPOSER rely upon such other sources or information.

 

A non-mandatory Pre-Proposal Meeting has been scheduled for Wednesday, December 10, 2025, at 10:00 a.m. at the Delaware Solid Waste Authority (DSWA)’S Administrative Office, located at 601 Energy Lane, Dover, Delaware, 19901.

 

The PROPOSER must submit with their Proposal, documentation indicating they are licensed to conduct business in the State of Delaware and PROPOSER must meet and comply with all state, local, and federal laws, regulations, ordinances, and requirements in the scope of their Work and complying with any licensing and permitting requirements.

 

The successful Proposer will be required to execute the Agreement, to furnish a performance bond and a payment bond as security for the performance and payment of all HAULER’S obligations under the contract documents if the total proposal amount is more than $200,000, and to execute a Hold Harmless Agreement on forms provided in the Project Manual.  The successful proposer will also be required to furnish evidence of insurance coverage as required by the Project Manual and otherwise comply with terms and requirements of the Project Manual.

 

The Delaware Solid Waste Authority reserves the right to accept or reject any or all Proposals which in its judgment is in the best interest of DSWA, and all PROPOSERS are notified that such acceptance or rejection shall be without liability on the part of DSWA for any action brought by any PROPOSER because of such acceptance or rejection.  Likewise, DSWA reserves the right to waive any requirement or irregularity in the RFP process without liability on the part of DSWA.  The submittal of a proposal in response to this Notice shall constitute an agreement of the PROPOSER to all the provisions set forth in this Notice and the RFP.

 

Five (5) copies of the Proposal shall be submitted to DSWA.  The Proposals shall be sealed, marked, and addressed as follows:

 

Delaware Solid Waste Authority

601 Energy Lane

Dover, DE 19901

Attn: EmmaLee Paugh

Proposal for: HAULING OF MATERIALS FROM THE PINE TREE CORNERS, MILFORD AND ROUTE 5 TRANSFER STATIONS S-24-917-SW

 

No PROPOSER may withdraw their Proposal within one hundred twenty (120) days after the actual date of opening thereof, except as may be authorized by the Project Manual.

 

The Project Manual explains the process by which prospective PROPOSERS may submit questions about the meaning or intent of the Project Manual.  Please contact DSWA prior to the Proposal opening if you wish to schedule a site tour.

 

All other inquiries regarding this work shall be directed to:

EmmaLee Paugh                                 and                              Simone George

Facility Engineer                                                                     Administrative Assistant

Phone: 302-739-5361                                                             Phone: 302-739-5361

Fax: 302-739-4287                                                                 Fax: 302-739-4287

Email:  evp@dswa.com                                                          Email:  smg@dswa.com

 

GEOTECHNICAL MONITORING SERVICES FOR THE CHERRY ISLAND LANDFILL

Sealed Proposals, in copies of four (4) and one (1) complete electronic copy in PDF format on a flash drive, for the Request for Proposals (RFP) for Geotechnical Monitoring Services for the Cherry Island Landfill (CIL), Contract No. S-25-929-NC for the Delaware Solid Waste Authority shall be delivered to the Delaware Solid Waste Authority (DSWA)’s Administrative Office, 601 Energy Lane, Dover, Delaware, 19901, no later than 2:00 p.m. on Tuesday, November 18, 2025, DSWA may extend the time and place of the due date for Proposals by providing at least two (2) calendar days’ notice by certified mail, fax, or email to any PROPOSERS who DSWA has recorded as having received a copy of the RFP.  If the Proposal is sent by mail, or other personal delivery system, the sealed envelope containing the Proposal shall be enclosed in a separate envelope plainly marked on the outside with the notation, “Proposal Enclosed.”  Proposals delivered by any means other than mail or personal delivery shall be rejected.

 

The Work under this contract is generally for geotechnical monitoring services at CIL but also includes annual Mechanically Stabilized Earth berm inspections and Culvert inspections.  At a minimum, the services include but are not limited to:

 

  1. Review of Design and Geotechnical Data
  2. Quarterly and annual monitoring of all geotechnical instrumentation, including piezometers, inclinometers, shape accelerometer arrays, settlement plates and sensors adjacent to or within landfill areas of the CIL
  3. Quarterly and annual reports evaluating and summarizing the data obtained with recommendations for CIL
  4. Additional monitoring events required for earthquakes, storm surges, and damaged geotechnical instruments
  5. Replacement of geotechnical instruments
  6. Stability Analyses to include recommendation, performance and analysis of foundation testing in and around the CIL
  7. Preparation of future filling plans
  8. Visual Inspection and documentation of external features that could affect the structural integrity of the MSE berm
  9. Visual Inspection and documentation inside the culverts to assess the structural integrity of the entire length of the culverts
  10. Construction Quality Assurance during culvert construction
  11. Final Culvert Evaluation and Final Report

 

Additional requirements and description of work are set forth in the RFP as are the criteria for evaluation and determination of the successful proposal.  DSWA may award the contract to the most responsible PROPOSER submitting the most responsive proposal which serves the best interests of DSWA and the citizens of the state of Delaware, and not necessarily at the lowest cost.

 

Every Proposal prepared in response to this RFP shall be prepared by the PROPOSER with the expressed understanding that any and all claims to reimbursement for the cost and expense of its preparation are waived. No PROPOSER may withdraw the Proposal within one hundred twenty (120) days after the Proposal due date.

 

The Contract will be for a period of five (5) years beginning April 1, 2026, and shall expire March 31, 2031.

 

A copy of the RFP for Contract S-25-929-NC may be obtained by emailing smg@dswa.com or submitting a request at https://dswa.com/resources/rfpbids/request-for-bidsproposals/ on or after Tuesday, October 14, 2025. DSWA will not be responsible for full or partial sets of the Project Manual obtained from any sources other than stated above, or in the project manual, nor shall BIDDER rely upon such other sources or information.

 

A non-mandatory Pre-Proposal Meeting has been scheduled for Tuesday, October 28, 2025, at 10:00 a.m. at the Cherry Island Landfill located at 1706 East 12th Street Wilmington, Delaware, 19809. PROPOSERS are encouraged to attend as PROPOSERS are solely responsible for understanding and being aware of site conditions.

 

The PROPOSER must submit, with its Proposal, documentation indicating it is licensed to conduct business in the State of Delaware and PROPOSER must meet and comply with all state, local, and federal laws, regulations, ordinances, codes and requirements in the scope of their Work and comply with any and all licensing requirements. PROPOSER shall provide a copy of its Certificate of Authorization (COA) to practice engineering in the State of Delaware from the Delaware Association of Professional Engineers (DAPE). All work associated with this project shall be supervised by a Delaware Registered Professional Engineer with a high degree of experience in geotechnical monitoring.

 

DSWA reserves the right to accept or reject any or all Proposals which in its judgment is in the best interest of DSWA, and to waive any irregularities or informalities in the Proposal or Proposal process, and all PROPOSERS are notified that such acceptance or rejection or waiver shall be without liability on the part of DSWA for any action brought against DSWA, any or all of its directors, or any DSWA agent, officer or employee, brought by any PROPOSER because of such acceptance or rejection or waiver, nor shall any PROPOSER seek any recourse of any kind against such entity or individuals because of such acceptance or rejection or waiver.  Every PROPOSAL prepared in response to this notice shall be prepared at the sole cost and expense of the PROPOSER and shall be prepared by the PROPOSER with the express understanding that any and all claims to reimbursement for the cost and expense of its preparation are waived.  The submittal of a Proposal in response to this notice shall constitute an agreement of the PROPOSER to all the provisions set forth in this notice and the Project Manual.

 

Four (4) copies and one (1) complete electronic copy in PDF format on a flash drive of the Proposal shall be submitted to DSWA.  The Proposals shall be sealed, marked, and addressed as follows:

 

Delaware Solid Waste Authority

601 Energy Lane

Dover, Delaware 19901

Attn: Bob Roth

Proposal for:    Geotechnical Monitoring Services for the Cherry Island Landfill

Contract S-25-929-NC

 

No PROPOSER may withdraw their Proposal within one hundred twenty (120) days after the proposal due date of opening thereof, except as may be authorized by the Project Manual.

 

The Project Manual explains the process by which prospective Proposers may submit questions about the meaning or intent of the Project Manual.  Please contact DSWA prior to the Proposal opening if you wish to schedule a site tour.

 

 

All other inquiries regarding this work shall be directed to:

Bob Roth                                and                                          Simone George

Project Engineer                                                                      Administrative Assistant

Phone: 302-739-5361                                                             Phone: 302-739-5361

Fax: 302-739-4287                                                                 Fax: 302-739-4287

Email:  rr@dswa.com                                                             Email:  smg@dswa.com

 

STATEWIDE ELECTRONIC GOODS RECYCLING PROGRAM

 Sealed Proposals, in copies of four (4) and one (1) complete electronic copy in PDF format on a flash drive, for the STATEWIDE ELECTRONIC GOODS RECYCLING PROGRAM, Contract No.

S-25-927-SW for the Delaware Solid Waste Authority shall be delivered to the Delaware Solid Waste Authority (DSWA)’s Administrative Office, 601 Energy Lane, Dover, Delaware, 19901, no later than 2:00 p.m. on Tuesday, October 14, 2025.  DSWA may extend the time and place of the due date for Proposals by providing at least two (2) calendar days’ notice by certified mail, fax, or email to any Proposers who DSWA has recorded as having received a copy of the RFP.  If the Proposal is sent by mail, or other personal delivery system, the sealed envelope containing the Proposal shall be enclosed in a separate envelope plainly marked on the outside with the notation, “Proposal Enclosed.”  Proposals delivered by any means other than mail or personal delivery shall be rejected.

 

Title 7, Section 6452.8 of the Delaware Code directs DSWA to develop “a program to source separate materials from the solid waste stream which are harmful to the environment including, but not limited to, used oil and filters, batteries, household hazardous wastes, electronic wastes, etc., as long as economically sustainable in the judgment of the Authority for purposes of separate authorized disposal.”

 

The Work under this Contract includes, but is not limited to, the following: services to recycle Electronic Goods through refurbishing for resale, deconstruction or other means of processing to recycle material/components and to minimize landfilling.  The Electronic Goods includes but is not limited to: computers, monitors and all associated computer hardware and electronic equipment (fax machines, copiers, printers, phones, television sets, VCRs, etc.).  This program is being undertaken by DSWA so that Delawareans can recycle their Electronic Goods easily while at the same time providing a program that will be cost effective.  Additional details as to the scope of the work are set forth in this RFP.

 

The Contract/Agreement will be for a period of five years beginning April 1, 2026 and shall expire immediately after March 31, 2031, and is subject to any termination provisions set forth in the RFP.

 

A copy of the RFP for Contract S-25-927-SW may be obtained by emailing smg@dswa.com or submitting a request at https://dswa.com/resources/rfpbids/request-for-bidsproposals/ on or after Tuesday, September 16, 2025. DSWA will not be responsible for full or partial sets of the RFP, including any addenda, obtained from any sources other than stated above, or in the project manual, nor shall any PROPOSER rely on such other sources or information.

 

The PROPOSER must submit, with its Proposal, documentation indicating it is licensed to conduct business in the State of Delaware and PROPOSER must meet and comply with all state, local, and federal laws, regulations, ordinances, codes, and requirements in the scope of their Work and comply with any and all licensing requirements.

 

The Delaware Solid Waste Authority reserves the right to accept or reject any or all Proposals which in its judgment is in the best interest of DSWA, and all PROPOSERS are notified that such acceptance or rejection shall be without liability on the part of DSWA for any action brought by any PROPOSER because of such acceptance or rejection.  Likewise, DSWA reserves the right to waive any requirement of the RFP or the RFP process without liability on the part of DSWA.  Every Proposal prepared in response to this RFP shall be prepared at the sole cost and expense of the PROPOSER and shall be prepared by the PROPOSER with the express understanding that any and all claims to reimbursement for the cost and expense of its preparation are waived.  The submittal of a Proposal in response to this Notice shall constitute acceptance of the PROPOSER to the provisions set forth in this Notice and the RFP.

 

DSWA shall award the contract to the PROPOSER submitting the most responsive Proposal which serves the best interest of DSWA and the citizens of the State of Delaware, and not necessarily at the lowest cost. The criteria for the evaluation of proposals is set forth in the RFP.  Performance and payment bonds shall be required of the successful PROPOSER in accordance with the terms of the RFP.

 

All Proposals shall be submitted in quintuplicate (5), sealed, marked, and addressed as follows:

Delaware Solid Waste Authority

601 Energy Lane

Dover, DE 19901

Attention:  Robert A. Ziegler

Proposal for: Statewide Electronic Goods Recycling Program

Contract: S-25-927-SW

 

The Project Manual explains the process by which prospective PROPOSERS may submit questions about the meaning or intent of the Project Manual.

 

All other inquiries regarding this work shall be directed to:

Robert Ziegler                                     and                  Simone George

Statewide Manager of Recycling                               Administrative Assistant

Phone:  302-739-5361                                                Phone:  302-739-5361

Cell:  302-272-2324                                                    Fax: 302-739-4287

Fax:  302-739-4287                                                    Email:  smg@dswa.com

Email:  raz@dswa.com

 

 

 

 

Environmental Monitoring Services for the Pigeon Point and Cherry Island Landfills

Sealed Proposals, in copies of four (4) and one (1) complete electronic copy in PDF format on a flash drive, for Environmental Monitoring Services for the Pigeon Point and Cherry Island Landfills – Contract No S-25-919-NPNC, Contract No. S-25-919-NPNC for the Delaware Solid Waste Authority shall be delivered to the Delaware Solid Waste Authority (DSWA)’s Administrative Office, 601 Energy Lane, Dover, Delaware, 19901, no later than 2:00 p.m. on Tuesday, August 19, 2025.  DSWA may extend the time and place of the due date for Proposals by providing at least two (2) calendar days notice by certified mail, fax, or email to any Proposers who DSWA has recorded as having received a copy of the RFP.  If the Proposal is sent by mail, or other personal delivery system, the sealed envelope containing the Proposal shall be enclosed in a separate envelope plainly marked on the outside with the notation, “Proposal Enclosed.”  Proposals delivered by any means other than mail or personal delivery shall be rejected.

The Work under this contract includes, but is not limited to:

  • Collection, preservation, certified laboratory analysis, and reporting on groundwaters, surface waters, leachates, and solids from DSWA’s Northern Solid Waste Management Center at Pigeon Point in New Castle, Delaware;
  • Collection, preservation, certified laboratory analysis, and reporting on groundwaters, surface waters, leachates, and solids from DSWA’s Northern Solid Waste Management Center at Cherry Island in Wilmington, Delaware;

Additional requirements and description of work are set forth in the RFP as are the criteria for evaluation and determination of the successful proposal.  DSWA may award the contract to the responsible proposer submitting the most responsive proposal which serves the best interests of DSWA and the citizens of the state of Delaware, and not necessarily at the lowest cost.

Every Proposal prepared in response to this RFP shall be prepared by the PROPOSER with the expressed understanding that any and all claims to reimbursement for the cost and expense of its preparation is waived. The submittal of a Proposal in response to this Notice shall constitute an agreement of the Proposer to all of the conditions in this Notice and the RFP.

The Contract/Agreement will be for a period of three years beginning February 1, 2026, and shall expire on January 31, 2029, and is subject to any termination provisions set forth in the RFP.

A copy of the RFP for Contract S-25-919-NPNC may be obtained by emailing smg@dswa.com or submitting a request at https://dswa.com/resources/rfpbids/request-for-bidsproposals/ on or after Tuesday, July 1, 2025.  DSWA will not be responsible for full or partial sets of the Project Manual obtained from any sources other than stated above or in the project manual, nor shall BIDDER rely upon such other sources or information.

A non-mandatory Pre-Proposal Meeting has been scheduled for Tuesday, July 15, 2025, at 10:00 a.m. at the Cherry Island Administration Building located at 1706 East 12th Street, Wilmington, DE, 19809.  It is the responsibility of the PROPOSER to obtain an understanding of site conditions before preparing a proposal.  Accordingly, PROPOSERS are encouraged to attend the pre-proposal meeting.

The PROPOSER must submit, with its Proposal, documentation indicating it is licensed to conduct business in the State of Delaware and PROPOSER must meet and comply with all state, local, and federal laws, regulations, ordinances, codes, and requirements in the scope of their Work and comply with any and all licensing requirements.  All subsurface exploration and investigations shall be supervised by, and all conclusions, drawings, and documents resulting therefrom shall be prepared by, attested to, and certified by a Registered Professional Geologist qualified to practice geology under Chapter 36, Title 24, Delaware Code, or a person authorized under Chapter 28, Title 24, Delaware Code to practice engineering in Delaware.

The Delaware Solid Waste Authority reserves the right to accept or reject any or all Proposals which in its judgment is in the best interest of DSWA, and all PROPOSERS are notified that such acceptance or rejection shall be without liability on the part of DSWA for any action brought by any PROPOSER because of such acceptance or rejection.  Likewise, DSWA reserves the right to waive any requirement or irregularity in the RFP process without liability on the part of DSWA.  The submittal of a proposal in response to this Notice shall constitute an agreement of the PROPOSER to all the provisions set forth in this Notice and the RFP.

Four (4) copies and one (1) complete electronic copy in PDF format on a flash drive of the Proposal shall be submitted to DSWA.  The Proposals shall be sealed, marked, and addressed as follows:

Delaware Solid Waste Authority

601 Energy Lane

Dover, DE 19901

Attn:  Alex Steuerwald

Proposal for:   Environmental Monitoring Services for the Pigeon Point and Cherry Island Landfills

Contract S-25-919-NPNC

 

No PROPOSER may withdraw their Proposal within one-hundred eighty (180) days after the actual date of opening thereof, except as may be authorized by the Project Manual.

The Project Manual explains the process by which prospective Proposers may submit questions about the meaning or intent of the Project Manual.  Please contact DSWA prior to the Proposal opening if you wish to schedule a site tour.

All other inquiries regarding this work shall be directed to:

Alex Steuerwald                                             and                  Simone George

Facility Manager                                                                    Administrative Assistant

Phone:  302-739-5361                                                            Phone:  302-739-5361

Fax:  302-739-4287                                                                Fax:  302-739-4287

Email:  acs@dswa.com