Appendix A - Technical Specifications RFQ Emergency WasteWater Cleanup Services

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

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.

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

COUNTY OF ROCKLAND Department of General Services Purchasing Division

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

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

1. SCOPE 2. MODEL: THURMAN C MCGLOTHLIN

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

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

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

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

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

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

TERMS AND CONDITIONS

JEA Distributed Generation Policy Effective April 1, 2018

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

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

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

CHATSWORTH WATER WORKS COMMISSION GREASE AND OIL CONTROL ORDINANCE

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

KENDALL COUNTY HIGHWAY DEPARTMENT

Public Utilities HILLSBOROUGH COUNTY GREASE HAULER PERMIT APPLICATION

INVITATION TO BID FUEL PRODUCTS

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

REQUEST FOR INFORMATION POLICE TOWING CONTRACTS

FITCHBURG GAS AND ELECTRIC LIGHT COMPANY NET METERING SCHEDULE NM

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

To complete the process for a net metering interconnection, please follow the steps below:

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD,

PORTER TOWNSHIP CASS COUNTY, MICHIGAN PUBLIC WORKS SECTION PART 60 SEPTAGE RECEIVING ORDINANCE ORDINANCE #

EASTERN ILLINI ELECTRIC COOPERATIVE REGULATION NO. 26A

COUNTY OF ROCKLAND Department of General Services Purchasing Division

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

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

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

Municipality Generator Interconnection Application Single Meter Application Part I

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

PROPOSAL FORM 2014 FUEL BID

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Form UST FP-290 Notification for Underground Storage Tanks Regulated Under 527 CMR 9.00

THE CONNECTICUT LIGHT AND POWER COMPANY dba EVERSOURCE ENERGY AND THE UNITED ILLUMINATING COMPANY

EXHIBIT A EAST VALLEY WATER DISTRICT SCHEDULE OF WATER AND WASTEWATER RATES AND CHARGES

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

May 11, 2018 On or before 2:00pm

Albany County Water Purification District. General Permit Rules and Regulations for Sanitary Hauled Waste

INDUSTRIAL HAUL AGREEMENT

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

SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER

Liquid Waste Haulers Stakeholders Meeting

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

Otsego County Road Commission

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

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

Please Refer to Attached Sample Form

SANTA ROSA TELEPHONE COOPERATIVE, INC HWY 287 EAST P.O. BOX 2128 VERNON, TX 76385

2018 Clean Diesel Rebate Program

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

MENARD ELECTRIC COOPERATIVE POLICY MANUAL. SECTION IV Operating Rules for Cooperative Members

PURCHASING DEPARTMENT

Sewerage Service Regulation, Fees and Charges Bylaw

DRIVER QUALIFICATION FILE CHECKLIST

Town of Springdale Wrecker and Towing Services Agreement

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

To complete the process for a net metering interconnection, please follow the steps below:

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES

ATTACHMENT 3: SPECIFICATION FOR SEWER CLEANING

Brown Trucking Company COMPANY DRIVER APPLICATION 6908 Chapman Road Lithonia, GA Fax: (770)

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

IC Chapter 8. School Bus Drivers

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

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

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

FUEL PROVISIONS FOR DREDGING PROJECTS

D.P.U A Appendix B 220 CMR: DEPARTMENT OF PUBLIC UTILITIES

SYNOPSIS OF PROPOSED GEORGIA DEPARTMENT OF PUBLIC SAFETY RULES CHAPTER TRANSPORTATION NETWORK COMPANIES AND TAXI SERVICES

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

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

ANNE ARUNDEL COUNTY, MARYLAND Annapolis, Maryland ADDENDUM NO. 4 June 8, 2017

GASOLINE AND DIESEL FUEL

Distributed Generation Interconnection Policy

National Association of Wastewater Transporters (NAWT) Onsite Treatment Tank Pumping & Cleaning Code of Practice

Application for Permit to Install Underground Storage Tanks (Petroleum or Hazardous Substances) 1. Owner Information 2. Installation Site Information

REQUEST FOR QUOTATION

SAN JOAQUIN VALLEY AIR POLLUTION CONTROL DISTRICT OFF-ROAD FORKLIFT COMPONENT

DRIVER S APPLICATION

Driver's Application For Employment

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

Marina Bay Sands Guidelines for Electrical and Wiring Service

FITCHBURG GAS AND ELECTRIC LIGHT COMPANY NET METERING SCHEDULE NM

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

To facilitate the extension of departmental services through third party testing organizations as provided for by CRS (b)

REQUEST FOR PROPOSALS EAGLE COUNTY RECYCLE DROP-OFF COLLECTION CONTAINER HAULING

RESOLUTION TOWNSHIP OF SUMPTER SEWER, WATER, RUBBISH RATES, CAPITAL BENEFIT CHARGES

DIESEL TO DIESEL ENGINE REPOWER OPTION

INVITATION TO BID Fort Morgan Golf Course Golf Carts

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

THE EMPIRE DISTRICT ELECTRIC COMPANY P.S.C. Mo. No. 5 Sec. 4 1st Revised Sheet No. 23

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

Transcription:

Appendix A - Technical Specifications RFQ 91795 - Emergency WasteWater Cleanup Services SCOPE The biosolids, sand, sewage, debris, grit and /or grease may be malodorous. When required, biosolids, sand, sewage, debris, grit and/or grease shall be removed from various JEA-owned wastewater system structures and pipe break locations such as, but not limited to: pump stations, manholes, wet wells, etc. The scope of this work is not intended to include the cleanout of large wet wells and process treatment basins. Where applicable, biosolids, sand, sewage, debris, grit and/or grease, may be either in a liquid (pumpable) state or in a solid (non-pumpable) state, which may require excavation by personnel and equipment, provided by the Contractor (also referred to as Company ). Contractor may be required to perform removal operations on private property, such as in backyards and easements. The Planned Service portion of the contract may be used by JEA, when due operational issues JEA finds the need for planned services with greater than twenty-four (24) hours notices. This shall not be the primary use of this contract, it is expected that eighty percent (80%) of this contract usage is emergency in nature. ACCESS TO CONTRACTOR'S OPERATING RECORDS The Contractor shall provide immediate access to its operating records as required by JEA and applicable regulatory agencies. FACILITY LOCATIONS Services rendered by the Contractor may involve all JEA owned facilities within our service area (primarily in Duval County, but includes St. Johns and Nassau Counties) EQUIPMENT REQUIREMENTS Contractor will own at least four (4) vacuum trucks with a minimum capacity of 3,500 gallons and at least two (2) tanker trucks with a minimum capacity of 7,000 gallons. 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 Payment for mileage and travel time is not allowed. Unit prices entered on the Bid Workbook should encompass the cost of all work performed to complete each job assigned. PART 1 Item 1. Unplanned (Emergency) Services (Less than 24 hour notice) The work in this Item is characterized as uncontained cleanup of pumpable materials. Remove and haul raw sewage and related debris on an as-needed basis from various spill sites to a location within JEA service territory as directed by JEA (likely to be a nearby pump station to minimize haul time). Work may be performed in right-of-way or on private property such as in backyards and easements. Contractor shall be responsible for providing any specialty equipment, such as pumps and hose or piping necessary to complete operations.

Appendix A Technical Specifications REQUEST FOR QUOTE 91795 - Emergency Waste Water Cleanup Services Respond within one (1) hours of notification with the first vacuum truck or tanker (as directed by JEA) and as directed by JEA, provide additional tankers at the rate of one (1) per hour thereafter. If the contractor fails to respond to an emergency call within the required hour three times, they will be considered in breach of contract and may have the contract revoked. The contractor is required to respond within one hour of JEA s notification, however we will pay them from the time they arrive until the time the truck/tanker has been dismissed. No truck/tanker will be dismissed until after all loads have been delivered and the truck/tanker is empty. Item 2. The work in this Item is characterized as contained cleanup of pumpable materials. Remove and haul raw sewage and related debris from various locations within the collection system such as manholes, pump stations, retention ponds, etc. to a location within JEA service territory as directed by JEA (likely to be a nearby pump station to minimize haul time). Work may be performed in right-of-way or on private property such as in backyards and easements. Contractor shall be responsible for providing any specialty equipment, such as pumps and hose or piping necessary to complete operations. Respond within one (1) hours of notification with first vacuum truck or tanker (as directed by JEA) and as directed by JEA, provide additional tankers at the rate of one (1) per hour thereafter. PART 2 Item 1. Planned Services (24 hour notice) The work in this Item is characterized as uncontained cleanup of pumpable materials. Remove and haul raw sewage and related debris on an as-needed basis from various spill sites to a location within JEA service territory as directed by JEA (likely to be a nearby pump station to minimize haul time). Work may be performed in right-of-way or on private property such as in backyards and easements. Contractor shall be responsible for providing any specialty equipment, such as pumps and hose or piping necessary to complete operations. Respond after notification with the first vacuum truck or tanker (as directed by JEA) and as directed by JEA, provide additional vacuum trucks or tankers as needed. Item 2. The work in this Item is characterized as contained cleanup of pumpable materials. Remove and haul raw sewage and related debris from various locations within the collection system such as manholes, pump stations, retention ponds, etc. to a location within JEA service territory as directed by JEA (likely to be a nearby pump station to minimize haul time). Work may be performed in right-of-way or on private property such as in backyards and easements. Contractor shall be responsible for providing any specialty equipment, such as pumps and hose or piping necessary to complete operations. Respond after notification with the first vacuum truck or tanker (as directed by JEA) and as directed by JEA, provide additional vacuum trucks or tankers as needed.

Appendix A Technical Specifications REQUEST FOR QUOTE 91795 - Emergency Waste Water Cleanup Services PART 3 Standby Pay If the Contractor is prepared to begin work at a scheduled time and an Owner representative instructs the contractor to not physically commence work within thirty (30) minutes of scheduled start time, the Contractor may bill for standby time for each of the Contractor's tankers on-site from thirty (30) minutes after scheduled start time until work begins, to be billed in 0.25 hour increments. Contractor is deemed to be prepared to begin work if contractor has personnel and equipment staged at the work site ready and able to commence work.

APPENDIX B BID FORM RFQ 91795 - EMERGENCY WASTEWATER CLEAN UP SERVICES Submit a copy along with other required forms in to: moorea@jea.com Company Name: Company s Address Phone Number: FAX No: Email Address: BID SECURITY REQUIREMENTS None required Certified Check or Bond (Five Percent (5%) SAMPLE REQUIREMENTS None required Samples required prior to Bid Opening Samples may be required subsequent to Bid Opening TERM OF CONTRACT One Time Purchase Annual Requirements 3 yrs, w/ 2 optional renewal Other, Specify- Project Completion SECTION 255.05, FLORIDA STATUTES CONTRACT BOND None required 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 1 Unplanned (Emergency) Sevice Rates (less than 24 hours notice) $ Total Price 2 Planned Service Rates (24 hours notice) $ 3 Standby Pay Service Rates Normal and Other than Normal Business $ hours: (within 30 minutes notice) 4 TOTAL BID PRICE -(TRANSFER FROM BID WORKBOOK ) $ BIDDER'S CERTIFICATION 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. 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 Bidder s 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, and that the Bidder is an authorized distributor or manufacturer of the equipment that meets the Technical Specifications stated herein. We have received addenda Handwritten Signature of Authorized Officer of Company or Agent Date through Printed Name and Title

APPENDIX B MINIMUM QUALIFICATIONS FORM RFQ 91795 - EMERGENCY WASTE WATER CLEAN UP SERVICES 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. PLEASE SUBMIT THIS COPY OF THIS FORM AND ANY REQUESTED ADDITIONAL DOCUMENTATION WITH THE BID SUBMISSION TO: MOOREA@JEA.COM 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: Bidders must have performed two (2) similar projects in the last two (2) years, ending September 6, 2017. o A similar project is defined as pumping and transporting a minimum of 150,000 gallons of wastewater per year.

APPENDIX B MINIMUM QUALIFICATIONS FORM RFQ 91795 - EMERGENCY WASTE WATER CLEAN UP SERVICES REFERENCE 1 Customer Name Customer Adderss Reference Name Reference Phone Number Reference E-Mail Address Contract Year/Amount Gallons of Wastewater Description of Service Contract

APPENDIX B MINIMUM QUALIFICATIONS FORM RFQ 91795 - EMERGENCY WASTE WATER CLEAN UP SERVICES REFERENCE 2 Customer Name Customer Adderss Reference Name Reference Phone Number Reference E-Mail Address Contract Year/Amount Gallons of Wastewater Description of Service Contract