Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Similar documents
Appendix A - Technical Specifications RFQ Emergency WasteWater Cleanup Services

1. SCOPE 2. MODEL: 3. CHASSIS. 3.1 Base Curb Weight: not to exceed 5,500 lbs. 3.3 WB: All Units Short Wheel Base. 3.5 Height: Not to exceed 76.

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

1. SCOPE 2. MODEL: THURMAN C MCGLOTHLIN

COUNTY OF ROCKLAND Department of General Services Purchasing Division

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

JEA Distributed Generation Policy Effective April 1, 2018

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

Request for Bids. Elko County. Solid Waste Refuse Hauling and Disposal in the Salmon Falls Solid Waste Management District

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

NAME OF BIDDER MERCER GROUP INTERNATIONAL OF NJ, INC CALHOUN STREET CITY, STATE, ZIP TRENTON, NJ 08638

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

May 11, 2018 On or before 2:00pm

Public Utilities HILLSBOROUGH COUNTY GREASE HAULER PERMIT APPLICATION

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

INDUSTRIAL HAUL AGREEMENT

TERMS AND CONDITIONS

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES

Application for Commission Approval to Construct a Generating Station Pursuant to Public Utilities Article Section and

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

Otsego County Road Commission

INVITATION TO BID (ITB)

Consumer Guidelines for Electric Power Generator Installation and Interconnection

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

Invitation for Quote (IFQ) For the Supply and Delivery of Sodium Bisulfite IFQ

CONTRACT TERM: APRIL 28, 2018 THROUGH APRIL 27, 2020 RES. NO

(a) Administrator means Clearwater's Public Works Administrator or his or her designee.

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

INVITATION TO BID (ITB)

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

Tractor/Trailer Lease Bid No. PR-08-P1A

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

ATTACHMENT 3: SPECIFICATION FOR SEWER CLEANING

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY (SWA)

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

City Title. . Is System Owner interested in being contacted about energy efficiency opportunities at this site? Title. City. Site Contact.

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment

REQUEST FOR QUOTATION

DELETE first sentence of first paragraph that reads: REPLACE with the following:

PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE

CITY OF DALLAS WATER DEPARTMENT LIQUID WASTE PROGRAM APPLICATION FOR LIQUID WASTE TRANSPORTATION PERMIT

New Ulm Public Utilities. Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR

Town of Springdale Wrecker and Towing Services Agreement

40kW (and under) Solar/Inverter Installations Generation Interconnection Application to Minnesota Power

CHAPTER 20.1 WASTEWATER HAULING. Section Definitions. For the purposes of this article, the following definitions shall apply:

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT

City of Washington, Kansas Electric Department. Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources

KENDALL COUNTY HIGHWAY DEPARTMENT

Tune-up Information. Owners and operators of all biomass-fired and oil-fired area source boilers.

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

THE MUNICIPALITY OF BRIGHTON

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

City of Storm Lake Fire Department Heavy Rescue Specifications

INVITATION TO BID Fort Morgan Golf Course Golf Carts

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

GASOLINE AND DIESEL FUEL

APPLICATION for BUSINESS LICENSE Licensing & Permits City of Williston PO Box 1306, Williston, ND

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING

SOUTH HADLEY ELECTRIC LIGHT DEPARTMENT Net Metering Policy As Amended 03/23/16 By the South Hadley Municipal Light Board

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

REQUEST FOR INFORMATION POLICE TOWING CONTRACTS

Regulation of Commercial Waste Originators, Pumpers, Transporters, Processors, and Disposal Facilities

APPLICATION FOR EMPLOYMENT

QUESTIONS PERTAINING TO RFP FLEET MAINTENANCE AND MANAGEMENT SERVICES CITY OF CARROLLTON, TEXAS

Request for Proposal for Trolley Security Services

BEFORE THE GUAM PUBLIC UTILITIES COMMISSION ) ) ) ) ) ) ) ) ORDER INTRODUCTION

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

City of, Kansas Electric Department. Net Metering Policy & Procedures for Customer-Owned Renewable Energy Resources

SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

DRIVER S APPLICATION

The bid from Modern Chevrolet was the lowest responsive, responsible bidder with a bid of $37, Attachments: Proposal/bid tab sheet RFP

APPENDIX A. Flat Rate Minimum Charges $32.50 Storage Day Rate Minimum Charges $20.00 Per Mile Rate Minimum Charge $9.50

ELECTRICAL DISTRICT # 2

CITY OF DENTON TRANSPORT TRUCK DISCHARGE PERMIT AGREEMENT. January 1, 2019 through December 31, 2019

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

ROADSIDE PARK CONTRACT JANITORIAL AND GROUNDS MAINTENANCE SERVICES

PROPOSAL FORM 2014 FUEL BID

A. Basic Customer Charge: $ B. Energy Charge: $.09316/kWh

Florida Department of Revenue

Transcription:

Appendix A 075-18 Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling INTENT JEA is soliciting proposals for industrial services to remove & dispose of sand, grit, grease, and other entrained debris from various 1,425 class I, II, III, IV influent pump station wet wells. The accumulation of these residuals in the pump stations can become malodorous, interfere with pumping operations and exacerbate the risk of a sewage spill or overflow. JEA intends to award this solicitation in two (2) parts, part one (1) is for class I, II and III pump stations and part two (2) is for class IV pump stations. SCOPE Removal will be scheduled on an as-needed basis by JEA Water/Wastewater staff. The removal and cleaning of the sand, grit, grease, and other entrained debris must be accomplished by the contractor and must be scheduled to commence within three (3) business days after it is requested. The removal and cleaning of the material must be accomplished in a timely manner (usually no more than three (3) business days) or as otherwise deemed acceptable by a Water/Wastewater manager or designee. For the prevention of noise complaints from adjacent residences, work must generally begin no earlier than 8:00 AM and should not continue past 4:00 PM, Monday through Friday. If special conditions warrant, work hours outside those specified may be authorized with the approval of the facility s manager or his designee. The Company shall coordinate with JEA on the proper transmission of all procurement and shipping documents. The Company shall take all reasonable actions including, but not limited to, use of overtime and shipment by expedited means, all at Company's expense, to meet promised delivery. Removal operations may employ vacuum (Vactor or equivalent) truck and/or other effective means and equipment as agreed upon with the JEA Water/Wastewater staff. All prospective bidders must have adequate personnel and the necessary inventory of effectively operating equipment for performance of this work. All bidders shall provide documentation itemizing the assets available for performance of these services. For class I, II and III pump stations, the contractor is responsible for transportation of the removed material to Buckman Biosolids Disposal Facility located in the Jacksonville city center at 2221 Buckman Street, Jacksonville, FL 32206 for further processing. It is expected that 80% of this contract usage will be used on cleaning these types of wet wells. For class IV pump stations, the contractor is responsible for transportation of the removed material and the disposal of said material also to include all disposal fees. Removed material shall be disposed of at the Contractor s expense and discretion. Removal work will have to be conducted over open access hatches above the wet well liquid surface while pumping equipment is in operation. Contractor personnel are required to utilize all necessary safety equipment to ensure the safety of their workers. Contractor personnel will be required to have JEA safety pre-qualification. All bidders will be required to attend a mandatory pre-bid meeting to inspect the preselected pump station wet well and normal grease and grit accumulation.

Appendix A 075-18 Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling REPAIR OF WORK AREAS In the event of any damages to JEA equipment or structures, the Contractor shall replace with new or repair any damaged JEA equipment or structures immediately to the satisfaction of JEA. The intent of this paragraph is to ensure the safe and continuous operations of JEA processes. ACCESS TO CONTRACTOR'S OPERATING RECORDS The Contractor shall provide immediate access to its operating records as required by JEA and applicable regulatory agencies. PUMP STATION CLASSES Class I - lift stations that pump 0 440 gallons per minute Class II lift stations that pump 441 1000 gallons per minute Class III lift stations that pump 1001 2000 gallons per minute Class IV lift stations that pump 2001 gallons per minute and above FACILITY LOCATIONS Services rendered by the Contractor may involve all 1,425 JEA owned class I, II, III or IV influent pump station within our service area (primarily in Duval County, but includes St. Johns and Nassau Counties). JEA s service territory is separated into 4 different grids on the included map. EQUIPMENT REQUIREMENTS Contractor will own at least four (4) vacuum (Vactor or equivalent) trucks with a minimum capacity of 1500 gallons that also have a compaction and dewatering feature. The Contractor does not need to keep these pieces of equipment on standby status for JEA, however, in the event that JEA, requests equipment in an emergency basis, the company shall not commit these assets to other projects until the JEA emergent work has been completed. WORK AND QUANTITIES In part 1 below, payment shall be based on a price per call per vacuum (Vactor or equivalent) truck. Payment for mileage, travel time or mobilization fees are not allowed (cost for those items should be factored in the price quotes). The job typically consists of pumping up to 2000 gallons from one of the various JEA-owned class I, II or III lift stations and transporting the removed materials safely to Buckman Biosolids Disposal Facility located in the Jacksonville city center at 2221 Buckman Street, Jacksonville, FL 32206 for further processing. In part 2 below, payment for mileage and travel time is not allowed (cost for those items should be factored in the price quotes). Payment shall be based ONLY on the unit price listed below, which is price per ton removed. Price quotes to be submitted for each equipment type: PART 1: Class I, II, III pumping stations (price/call) a) Vacuum (Vactor or equivalent) truck PART 2: Class IV pumping stations (price/ton) a) Vacuum (Vactor or equivalent) truck

075-18 APPENDIX B - MINIMUM QUALIFICATIONS FORM Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling Services for JEA GENERAL THE MINIMUM QUALIFICATIONS SHALL BE SUBMITTED ON THIS FORM. IN ORDER TO BE CONSIDERED A QUALIFIED BIDDER BY JEA YOU MUST MEET THE MINIMUM QUALIFICATIONS LISTED BELOW, AND BE ABLE TO PROVIDE ALL THE SERVICES LISTED IN THIS SOLICITATION. THE BIDDER MUST COMPLETE THE BIDDER INFORMATION SECTION BELOW AND PROVIDE ANY OTHER INFORMATION OR REFERENCE REQUESTED. THE BIDDER MUST ALSO PROVIDE ANY ATTACHMENTS REQUESTED WITH THIS MINIMUM QUALIFICATIONS FORM. BIDDER INFORMATION COMPANY NAME: BUSINESS ADDRESS: CITY, STATE, ZIP CODE: TELEPHONE: FAX: E-MAIL: PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE OF AUTHORIZED REPRESENTATIVE: NAME AND TITLE OF AUTHORIZED REPRESENTATIVE: MINIMUM QUALIFICATIONS: Respondent shall own a minimum of four (4) vacuum trucks with a minimum capacity of 1,500 gallons Respondent shall have performed one (1) similar projects in the last three (3) years, ending March 30, 2018. o A similar project is defined a wastewater pump station or wet well cleaning services contract, where greater than 25 tons of debris has been removed. o A Respondent may use multiple purchase orders to fulfill the project requirements as long as the volume of work performed and time frames have been met.

075-18 APPENDIX B - MINIMUM QUALIFICATIONS FORM Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling Services for JEA REFERENCE 1 Customer Name Customer Address Reference Name Reference Phone Number Reference E-Mail Address Contract Year/Amount Tons of Debris Removed Description of Service Contract

075-18 APPENDIX B BID FORM CLASS I, II, III, IV SEWAGE PUMPING LIFT STATION WET WELL CLEANING AND HAULING SERVICES FOR JEA Submit an original, two (2) copies and one (1) CD or thumb drive along with other required forms in a sealed envelope to: JEA Procurement Dept., 21 W. Church St., Bid Office, Customer Center, 1 st Floor, Room 002, Jacksonville, FL 32202-3139. Company Name: Company s Address License Number Phone Number: FAX No: Email Address: BID SECURITY REQUIREMENTS Certified Check or Bond Five Percent (5%) SAMPLE REQUIREMENTS Samples required prior to Response Opening Samples may be required subsequent to Bid Opening TERM OF CONTRACT One Time Purchase Annual Requirements Five (5) Yrs w/one (1) 1 Yr. Renewal Other, Specify- Project Completion SECTION 255.05, FLORIDA STATUTES CONTRACT BOND Bond required 100% of Bid Award QUANTITIES Quantities indicated are exacting Quantities indicated reflect the approximate quantities to be purchased Throughout the Contract period and are subject to fluctuation in accordance with actual requirements. INSURANCE REQUIREMENTS Insurance required PAYMENT DISCOUNTS 1% 20, net 30 2% 10, net 30 Other None Offered Item No. ENTER YOUR BID FOR THE FOLLOWING DESCRIBED ARTICLES OR SERVICES TOTAL BID PRICE 1 Total Bid Price (from the Bid Workbook) $ I have read and understood the Sunshine Law/Public Records clauses contained within this solicitation. I understand that in the absence of a redacted copy my proposal will be disclosed to the public as-is. BIDDER CERTIFICATION By submitting this Bid, the Bidder certifies that it has read and reviewed all of the documents pertaining to this Solicitation, that the person signing below is an authorized representative of the Bidding Company, that the Company is legally authorized to do business in the State of Florida, and that the Company maintains in active status an appropriate contractor s license for the work (if applicable). The Bidder also certifies that it complies with all sections (including but not limited to Conflict of Interest and Ethics) of this Solicitation. We have received addenda through Handwritten Signature of Authorized Officer of Company or Agent Date Printed Name and Title