Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

Similar documents
Overview. The deadline for submitting proposals is 4:00 PM, Wednesday, July 8, Scope of Services

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

Request For Proposal (RFP) for

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Invitation To Bid. for

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSALS For Retail Consultant

REQUEST FOR PROPOSALS RFP#75-18

Invitation To Bid. for

Invitation To Bid. for

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

Invitation To Bid. for

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

PROPOSAL FOR STREET SWEEPING SERVICES

Invitation To Bid. for

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Request for Qualifications

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

City of Loveland, Ohio

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

PROPOSAL FOR 2017 MINERAL WELL BRINE

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

REQUEST FOR PROPOSALS RFP-LC Legal Services for Indigent Defendants in Adult Criminal Proceedings. DUE: May 4, 2018 at 2:00 p.m.

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

Invitation To Bid. for

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

Request for Proposal (RFP) For Jail Security System Control Upgrade

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

REQUEST FOR PROPOSAL Compensation Consulting

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

PROPOSAL FOR 2019 MINERAL WELL BRINE

BAY COUNTY LIBRARY SYSTEM

REQUEST FOR PROPOSALS RFP#74-18

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

P R O P O S A L F O R M

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

COUNTY OF PRINCE EDWARD, VIRGINIA

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

RFP GENERAL TERMS AND CONDITIONS

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

ALL TERRAIN SLOPE MOWER

Request for Proposals for Agent of Record/Insurance Broker Services

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

Submit proposals electronically to:

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR PROPOSALS RFP-LC DRUG AND ALCOHOL TESTING SERVICES. DUE: April 30, 2018 at 2:00 p.m. local time

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

Asbestos Survey Services

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

Request for Proposal (RFP) For

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Town of Wareham. Request for Proposals (RFP) AMBULANCE BILLING SERVICE

Transcription:

Request For Proposal City of St. Joseph, Michigan Three Year Cross Connection Control Program City of St. Joseph 700 Broad Street St. Joseph, MI 49085

I. Purpose This Request for Proposal ( RFP ) is to provide interested contractors with sufficient information to submit proposals for consideration by the City of St. Joseph ( City ) for a Three Year Cross Connection Control Program. Favorable pricing will be one element of the selection process, but the experience of the firm, qualifications, experience and ability of assigned staff, completeness of the level of service proposed and timeliness of service proposed by the Bidder will be significant factors in award of this contract. Final decision on selection of the Bidder for this project will be determined by the City Commission. The City reserves the right to reject any proposals or parts of proposals. The City also reserves the right to waive any irregularities, inconsistencies, or take what other action is appropriate as determined by the City to be in the best interest of the City. A complete Request for Proposal may be viewed or downloaded at www.sjcity.com, or mailed by contacting the City Clerk. REQUEST FOR PROPOSAL: Three Year Cross Connection Control Program CLOSING DATE AND TIME: 2:00 p.m. on Wednesday, May 16, 2018 II. Cross Connection Control Program Specifications: SCOPE OF SUPPLY The City of St. Joseph has approximately 400 Commercial Facilities. 1. Provide complete cross-connection control inspections, program and data management including: A. Annually, complete a minimum of 120 Cross Connection Control Inspections, Compliance Inspections and Re-Inspections of facilities within the City using the containment and isolation review approach as supported by State of Michigan, Department of Environmental Quality (DEQ) Water Bureau. Unless otherwise specified, all inspections will be of the entire potable water system. Inspectors will survey all exposed piping and/or use the point-of-use inventory method of inspection. Page 2

B. Coordinate and notify customers of cross-connection control inspections and/or re-inspections in writing. C. All testable & non-testable backflow prevention devices, program requirements and relevant code violations will be documented during an onsite inspection. D. All existing backflow prevention devices, (i.e. testable & non-testable) must be inspected, inventoried and documented. E. Generate all program notifications for users failing initial inspections and/or re-inspections informing them of installation requirements and/or testing requirements. F. Perform re-inspection for each non-compliant location upon notification of completion of compliance requirements. All compliance inspections will be scheduled and completed as required. G. Provide full-time phone support for customer service questions by an ASSE- Series 5000 (or equivalent) trained individual. Phone will be staffed during normal business hours Monday through Friday. An automatic message service will be provided for after hour calls. H. Coordinate and manage the testing of all backflow prevention assemblies in accordance with DEQ requirements. Services to include testing notification, requirements, receipt of executed test report, and maintenance of all testing data. All testing results will be maintained for a period of 7 years. J. Submit comprehensive management reports to the City on a secure website. Status reports will be available on-line and include the number of inspections completed, notices sent, tests overdue, inspections overdue, a listing of inspections and re-inspections scheduled for the upcoming period, upcoming notifications, a list of facilities in, or not in, compliance. Page 3

K. Provide a comprehensive, bound annual report that includes a program summary, copy of the annual DEQ report, a detailed listing of all inspection locations, and individual listing of those facilities in, or not in, compliance, inspections completed, sites never inspected, and notifications sent. L. Provide progress review meetings with the City s designated representative to discuss program status and specific recommendations as requested. M. Provide a minimum of one (1) onsite MDEQ Approved Operator Training class annually providing continuing education credits for licensed water operators employed by the City. N. The inspector will check-in/out with the City contact person on a daily basis or as requested during the inspection period. The check in will include a list of inspections scheduled for the day. The check-out will include a verbal summary and the number of inspections completed for the day. O. All expenses related to time and travel for completion of job scope is to be included in request for proposal. P. Contractor will help to coordinate and provide a minimum of one Public Informational Meeting and one Backflow Prevention Assembly Tester Meeting on an annual basis to explain the City Cross-Connection Control Program and provide procedures/certification requirements to Testers. Q. Contractor will assist the City with a community wide public relations/education program including general awareness brochures, local press releases, public access television announcements and customized web site cross connection control program overview content and resources. 2. Provide and/or Review a Cross-Connection Control Plan specific to the City as required by State of Michigan, Department of Environmental Quality. The plan must include code adaptation, references, program intent, standard operational procedures, all program and notice documentation, reporting procedures (including daily, monthly & annually), backflow prevention devices including detailed installation schematics, piping identification, and preference standards. Page 4

The plan must include a detailed re-inspection schedule for all facilities. The frequency for re-inspection of each facility will be influenced by the degree of hazard existing within the facility. The re-inspection frequency of each facility will be based on a 1 to 5 year time period for commercial/industrial and every 15 years for residential. Contractor must work with the City and DEQ to get the plan approved. Contractor must submit plan to DEQ for approval. 3. The contractor must use a cross connection control software package for program management. The software package must be approved by the City and able to produce at a minimum the following reports and notices: A. Standard notices and reports to include, inspection, re-inspection, testing, non-compliance and compliance notices. B. Produce management reports for notices, inventory of devices, device tests, inspection schedules, device test schedules, overdue inspections, and device test forms. C. Schedule cross-connection control survey inspections and backflow prevention assembly testing notices from internal records, standard procedures, and timing as required by DEQ & approved City CCC Plan. D. Track testable and non-testable devices & backflow prevention assemblies and compliance requirements. E. Automatically access all data relevant to a particular facility or period of time. F. Generate the Annual DEQ Water Supply Cross Connection Control Report and supporting documents. G. On-line access for City to monitor and download reports and individual facility information. Page 5

CITY OF ST. JOSEPH RESPONSIBLITIES A. Supply of letterhead, envelopes and City forms or City logo as required by program. B. A complete and accurate account listing. C. Primary & Secondary City Contact Information. GENERAL SECTIONS A & B 1. Notification of Cancellation - The CONTRACTOR shall notify the City prior to the cancellation of, or any changes in, any such insurance required herein. If any of the insurance is cancelled, the CONTRACTOR shall cease operations on the date of termination and shall not resume operations until new insurance is reinstated. 2. The CITY may arrange for an on-site visit and tour of CONTRACTOR office facilities at the discretion of the City. 3. Hold Harmless Clause - The contractor shall, upon execution of the agreement, agree to assume all liability to protect, indemnify and save the City, its agents, officers, and employees harmless from and against all actions and attorney fees for the injuries to, or death of, any person or persons whomsoever, including the parties hereto, and their agents. The CONTRACTOR shall pay, settle, compromise, and procure the discharge of any and all claims and losses, damages, and expenses. No employee of the CONTRACTOR shall at any time be considered an agent or employee of the City. 4. Subletting - The CONTRACTOR shall not sublet or assign any portion of the contract without City approval. Page 6

5. Safety - The CONTRACTOR shall comply with all Federal, State and local laws and regulations governing the furnishing and use of all safeguards, safety devices, and protective equipment, and take any other needed actions on his own responsibility as necessary to protect the life and health of employees on the job and the safety of the public and to protect property during the performance of the agreement. 6. Workmanship - Only personnel trained and experienced in the various aspects of applicable operation as required herein shall perform all contractual services. 7. Qualifications - The following criteria will be used as a minimum for approval of this proposal: - Contractor must provide American Society of Sanitary Engineers (ASSE) 5120 certified inspectors. - Contractor must have a State of Michigan S-1 operator on staff. - Contractor must provide American Society of Sanitary Engineers (ASSE) 5150 certified Administrative/Office Staff in order to answer technical questions from water customers and/or City personnel. - Contractors must provide written documentation from previous cross connection control survey and municipal inspection work, and show that they have been employed in cross- connection control surveying and municipal inspections on a regular basis in municipalities and/or facilities of similar characteristics. - Have a minimum five; (5) years experience of continuous like sized Michigan Municipal Cross-Connection Control program, inspection/survey experience. - Provide a minimum of five like sized Michigan municipal references where contractor is currently providing cross connection services. - Contractor will provide a listing of all staff that will be engaged in this contract with their experience, certifications and education level with respect to cross connection control. Page 7

- Contractor shall not provide backflow prevention assembly testing, installation or repair services within the City nor be engaged/affiliated in backflow prevention assembly testing/repair business. - Shall maintain local Michigan office for support and have the ability to respond to suspected backflow events/customer water complaints within one hour of notification. - Shall maintain/provide detailed information & procedures for secure OFF-SITE data management back up system to protect all city information and client list. - Contractor should provide detailed information on quality control and customer service approach. Proposal Pricing Contractor will provide total, annual & monthly contract pricing. Contract price will be a lump sum, not-to-exceed, amount. Personnel A. List personnel who will be responsible for performance of the contract and specific qualifications. B. Provide Certification documents for all personnel listed. C. Indicate office location, staffing, emergency phone numbers. D. Indicate On-Staff I/T department and qualifications/experience. Issuing Officer, (Point of Contact) Questions regarding the scope of work to be accomplished may be directed to Greg Alimenti, Water Plant Superintendent at (269) 983-1240 or email galimenti@sjcity.com. Page 8

Addenda In the event it becomes necessary to modify any part of this Request for Proposal, addenda will be issued to all parties who received the original RFP. III. Instructions to Bidders 1) Sealed bids are due at the at the St. Joseph City Clerk s Office no later than 2:00pm, Wednesday, May 16, 2018. 2) Proposals may be mailed or delivered to the City of St. Joseph City Clerk, 700 Broad Street, St. Joseph, Michigan 49085. Sealed envelopes should be plainly marked: Attention: City Clerk Re: City of St. Joseph Three Year Cross Connection Control Program 700 Broad Street St. Joseph, MI 49085 It is the sole responsibility of the Bidder to see that its proposal is received within the required time period. The City is not responsible for any errors or irregularities with the delivery method utilized for submittal of the Proposal. Any proposals received after the closing date and time will be returned unopened. IV. Incurring Costs The City is not liable for any costs related to respondents preparation of their proposal. V. Withdrawal of Proposal Any Bidder may withdraw its proposal in person, by facsimile, or by letter, any time prior to the scheduled closing time for receipt of proposals. Each proposal shall be considered binding and in effect for a period of Sixty (60) days after the closing date. VI. Opening of Proposals Proposals will be opened and evaluated as soon as practical after the closing date. Page 9

VII. VIII. IX. Evaluation of Proposals It is the intent of the City to evaluate all proposals quickly and be prepared to recommend an award at the first regularly scheduled City Commission meeting following the evaluation process. Negotiations The City reserves the right to reject any and all proposals and negotiate with any source, in any manner necessary, deemed to be in its best interest. Award of Contract / Acceptance of Proposal (Terms and Conditions) The contents of this RFP and the respondent s proposal, as submitted and/or modified, shall become contractual obligations to be executed by the authorized contracting agents of both parties. During the term of the services provided as part of this RFP, the successful bidder must procure and maintain the following insurance with carriers acceptable to the City and admitted to do business in the State of Michigan, and provide proof of the same to the City: Worker s Compensation Insurance, including employers Liability coverage, in accordance with Michigan law. Commercial General Liability Insurance on an Occurrence Basis with limits of liability not less than $3,000,000 per occurrence and aggregate. Coverage shall include the following extensions: A). contractual liability, B) Broad form general liability extensions or equivalent. Motor Vehicle Liability Insurance, including Michigan No-Fault coverages, with limits not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage. Coverage shall include all owned vehicles, non-owned vehicles, and hired vehicles. Page 10

The Commercial General Liability Insurances shall include an endorsement naming as an additional insured the City of St. Joseph, all elected and appointed officials, employees, volunteers, boards, commissions, and/or authorities and boards, including members, employees and volunteers thereof. All insurance shall include an endorsement that contains a 30-day advance written notice of cancellation to the City Manager, City of St. Joseph, Michigan, 700 Broad Street, St. Joseph, Michigan 49085. X. Nondiscrimination The successful bidder shall not discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex, height, weight, marital status, or because of a disability that is unrelated to the individual's ability to perform the duties of a particular job or position. Breach of this covenant may be regarded as a material breach of this Agreement. XI. Payment Terms: The City shall make payments to the successful bidder for actual services rendered within thirty (30) days following receipt of an acceptable invoice; or as otherwise mutually agreed. XII. Term of Contract: This RFP will establish pricing for a three year contract term. The agreement may be extended for two additional years on a year by year basis by mutual agreement at the sole discretion of the City of St. Joseph. Page 11

CITY OF ST. JOSEPH THREE YEAR CROSS CONNECTION CONTROL PROGRAM BID FORM My proposal to provide the expertise, labor, supervision, insurance and material necessary to perform a Three Year Cross Connection Control Program per City of St. Joseph specifications is as follows: $ Monthly Amount $ Annual Amount $ Contract Total Name of Contractor: Address: Phone: Email: Fax: Cell Phone: Signature of Authorized Representative: Printed name of Authorized Representative: Page 12