MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

Similar documents
Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

RFQ #2766 Sale of Surplus Scrap Metal

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

TOWN OF WALKERSVILLE March 4, 2016 INVITATION FOR BIDS TRASH COLLECTION

REQUEST FOR QUOTATION

CLAIMS ADMINISTRATION SERVICES AGREEMENT

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

REQUEST FOR PROPOSAL RFP #14-03

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

RFP NO COPIERS. DATE DUE: July 21, 2011 at 2:00 p.m.

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR QUOTATION

COUNTY OF OSWEGO PURCHASING DEPARTMENT

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

Town of Highlands Board Approved as of May 17, 2012

CONEXUS TRANSPORTATION AGREEMENT

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

ACCEPTANCE OF CONTRACT/TERMS AND CONDITIONS

PURCHASING DEPARTMENT

7/14/16. Hendry County Purchase Order Terms and Conditions

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

HAZARDOUS WASTE AGREEMENT

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

INSTRUCTIONS TO BIDDERS

G&D NORTH AMERICA, INC. 1. TERMS & CONDITIONS OF SALE

PURCHASING DEPARTMENT

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

INSTRUCTIONS TO BIDDERS

INDEPENDENT CONTRACTOR AGREEMENT FOR TRUCKING SERVICES THE PARTIES:

INSTRUCTIONS TO BIDDERS

MUSICAL INSTRUMENT PURCHASE

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

SURPLUS BID ATTACHMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

B. The Bid is made in compliance with the Bidding Documents.

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

FleetPride, Inc. Standard Terms and Conditions of Purchase

General Purchase Order Terms and Conditions (Pro-buyer)

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT

Biosolids Handling Facility Project at the Hailey Wastewater Treatment Plant

Customer Propane Service Agreement

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

Request for Bid/Proposal

AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

Invitation to Bid. For. Wastewater Sludge Hauling and Disposal. Radcliff Wastewater Treatment Plant and Fort Knox Wastewater Treatment Plant

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility.

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

City of Beverly Hills Beverly Hills, CA

BZS TRANSPORT INC. BROKER-SHIPPER TERMS AND CONDITIONS

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Champaign Park District: Request for Bids for Playground Surfacing Mulch

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS

HEMET UNIFIED SCHOOL DISTRICT BID NUMBER 2015/ MT

TERMS AND CONDITIONS

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

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

BROKER/SHIPPER TRANSPORTATION AGREEMENT Revision Revision Date: January 1 st, 2013

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

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

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

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

NTT Electronics AMERICA, INC. GENERAL TERMS AND CONDITIONS OF SALE

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

West Ridge Park Ballfield Light Pole Structural Assessment

PURCHASE OF REFURBISHED CENTRAL PLANT COOLING TOWER

SECTION INSTRUCTIONS TO BIDDERS

Barrington Community Unit School District E. James Street Barrington, IL 60010

MT DIABLO UNIFIED SCHOOL DISTRICT PURCHASING/WAREHOUSE DEPARTMENT 2326 Bisso Lane Concord, CA RFP NO DISTRICT WIDE COPIERS

STANDARD TERMS AND CONDITIONS OF SALE. Everight Position Technologies Corporation

Dayton Truck Meet 2019 Vendor Agreement

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

TERMS AND CONDITIONS

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-02 Fire Sprinkler Inspection and Maintenance

STATE OF NORTH CAROLINA JACKSON COUNTY RECYCLING & DISPOSAL CONTRACT

AIA Document A701 TM 1997

TERMS AND CONDITIONS OF SALE (REV. 11/16)

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

BAR PROCESSING CORPORATION ( BPC ) TERMS AND CONDITIONS FOR SERVICES

Purchase Order Terms and Conditions

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified.

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

OPERATIONS AND MAINTENANCE AGREEMENT

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

AGREEMENT FOR SERVICES

Transcription:

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department, until December 13, 2016 at 2:00 pm local time, at which time they will be publicly opened and read for the furnishing of services to: Hauling of Wastewater Biosolids In accordance with the MRWPCA plans, specifications and contract documents. Proposals shall be delivered and addressed to the MRWPCA, Dan Deeth, 5 Harris Court Building D, Monterey, CA, 93940, and shall be labeled Hauling of Wastewater Biosolids, December 13, 2016. Any Proposer who wishes their proposal be considered is responsible for making certain that their proposal is received in the Finance Department by the proper time. No oral, telegraphic, electronic, facsimile, or telephonic proposals or modifications will be considered unless specified. Proposals received after the scheduled Proposal Submittal Deadline will be returned unopened. It is the responsibility of the Proposer to see that any proposal submitted shall have sufficient time to be received by the Procurement Specialist before the Proposal Submittal Deadline. Late proposals will be returned to the Proposer unopened. The receiving time in the Finance Department will be the governing time for acceptability of proposals. Proposals will not be accepted by telephone or facsimile machine. Proposals must bear original signatures and figures. Specifications. Specifications are included in Exhibit A. 1

INSTRUCTIONS TO PROPOSER PROPOSAL FORMS. Proposal must be submitted on preprinted Proposal Forms supplied by the Finance Department. PROPOSAL OPENING AND PROPOSAL RESULTS. Proposals are to be opened publicly in the Regional Treatment Plant Conference Room, 14811 Del Monte Blvd., Marina, CA 93933. Proposals are scheduled to be opened at 9:00 am on December 15, 2016. Interested parties are invited to attend the proposal opening. A tabulation of proposals received will be available within a reasonable time after the proposal opening. Proposal results will be faxed or mailed to interested parties upon request. PROPOSAL SUBMITTAL DEADLINE. The Proposal Submittal Deadline is December 13, 2016 at 2:00 pm. Proposal must be submitted in sealed envelopes and should be properly identified with the proposal number and Proposal Submittal Deadline. Proposals must arrive in the Finance Department, 5 Harris Court Building D, Monterey, CA 93940, by December 13, 2016, 2:00pm. Telephone, telegraphic, facsimile, electronic, and late proposals will not be accepted or considered. It is the Proposers' responsibility to see that their proposals have sufficient time to be received by the Finance Department before the Proposal Submittal Deadline. PROPOSAL WITHDRAWAL. Proposers authorized representatives may withdraw proposals only by written request received by the Procurement Specialist before the Proposal Submittal Deadline. After that time, Proposers may not withdraw their proposals for a period of ninety (90) days from the Proposal Submittal Deadline. At no time may the successful Proposer(s) withdraw their proposal. INFORMED PROPOSERS. Before submitting proposals, Proposers must fully inform themselves of the conditions, requirements and specifications of the work or materials to be furnished. Failure to do so will be at Proposers own risk and they cannot secure relief on the plea of error. LATE PROPOSALS. Proposals not received by the Proposal Submittal Deadline are late. Late proposals will be returned to Proposers unopened. PRICES, NOTATIONS, AND MISTAKES. All prices and notations must be in ink or typewritten. Mistakes may be crossed out and corrections typed or printed adjacent to the mistake and initialed in ink by the person who signs proposal. Prices shall be stated in units and quotations made separately on each item. In case of conflict, unit prices will govern. Where there is a conflict between words and figures, words will govern. 2

INSTRUCTIONS TO PROPOSER - Continued QUESTIONS, INTERPRETATION, OR CORRECTION OF QUOTE DOCUMENTS. Proposers shall notify the Procurement Specialist promptly of any error, omission, or inconsistency that may be discovered during examination of the solicitation. Requests for interpretation, correction, or clarification shall be made in writing to the Procurement Specialist. Questions regarding this solicitation must be submitted in writing, by email or fax to Dan Deeth, Procurement Specialist at dand@mrwpca.com or by fax (831) 647-1766 and shall arrive at least four (4) working days before the Submittal Deadline. Any questions received after the deadline will not be addressed. Proposer s company name, address, phone and fax number, and contact person must be included with the questions or comments. CLARIFICATION, CORRECTIONS, OR CHANGES TO SPECIFICATIONS. All clarifications, corrections, or changes, to the solicitation documents will be made by Addendum only. Proposers shall not rely upon interpretations, corrections, or changes made in any other manner, whether by telephone, in person, or at a pre-proposal conference. Interpretations, corrections, and changes shall not be binding unless made by Addendum. All Addenda issued shall become part of the Agreement documents. Addenda will be sent to all known solicitation holders by facsimile or US mail. It is the Proposers sole responsibility to ascertain that it has received all Addenda issued for this solicitation. All Addenda must be acknowledged and returned on or before the Submittal Deadline, unless otherwise directed by an Addendum. TERMS OF THE OFFER. Agency s acceptance of Proposer s offer shall be limited to the terms herein unless expressly agreed in writing by the Agency. Proposals offering terms other than those shown herein will be declared non-responsive and will not be considered. 3

TERMS AND CONDITIONS TERM OF CONTRACT. This contract shall be for a term of three years from the date of adoption by the MRWPCA Board. ATTORNEY FEES. In the event a suit or action is instituted in connection with any controversy arising out of this contract, the prevailing party shall be entitled to receive, in addition to its costs, such sum as the court may adjudge reasonable as to attorney s fees and costs. PROPOSER AGREEMENT TO TERMS AND CONDITIONS. Submission of a signed proposal will be interpreted to mean Proposer has agreed to all the terms and conditions set forth in the pages of this solicitation. CANCELLATION OF CONTRACT. The Agency may cancel this contract WITHOUT CAUSE at any time by giving thirty (30) days written notice to the supplier/contractor. The Agency may cancel this contract WITH CAUSE at any time by giving ten (10) days written notice to the supplier/contractor. Cancellation for cause shall be at the discretion of the Agency and shall be, but is not limited to, failure to supply the materials, equipment or service specified within the time allowed or within the terms, conditions or provisions of this contract. The successful Proposer may not cancel this contract without prior written consent of the Procurement Specialist. COMPLIANCE OR DEVIATION TO SPECIFICATIONS. Proposer hereby agrees that the material, equipment or services offered will meet all the requirements of the specifications in this solicitation unless deviations from them are clearly indicated in the Proposer s response. Proposer may submit an attachment entitled, Exceptions to Specifications, which must be signed by Proposer s authorized representative. An explanation must be made for each item to which an exception is taken, giving in detail the extent of the exception and the reason for which it is taken. Proposals failing to comply with this requirement will be considered non-responsive. Submittal of brochure or other manufacturer literature is desirable but shall not be an acceptable substitution for this requirement. COMPLIANCE WITH LAWS. All proposals shall comply with current federal, state, local and other laws relative thereto. FORCE MAJEURE. If execution of this contract shall be delayed or suspended and if such failure arises out of causes beyond the control of and without fault or negligence of the Contractor, the Contractor shall notify the Agency, in writing, within twenty-four (24) hours, after the delay. Such causes may include but are not limited to acts of God, war, acts of a public enemy, acts of any governmental entity in its sovereign or contractual capacity, fires, floods, epidemics, strikes and unusually severe weather. FORMATION OF CONTRACT. Proposer s signed proposal and Agency s written acceptance shall constitute a binding contract. 4

TERMS AND CONDITIONS - Continued LAWS GOVERNING CONTRACT. This contract shall be in accordance with the laws of the state of California. The parties stipulate that this contract was entered into in the County of Monterey in the state of California. The parties further stipulate that the County of Monterey, California is the only appropriate forum for any litigation resulting from a breach hereof or any questions risen here from. NOMENCLATURES. The terms Successful Proposer, supplier, vendor, and contractor may be used interchangeably in this solicitation and shall refer exclusively to the person, company, or corporation with whom the Agency enters into a contract as a result of this solicitation. REJECTION OF PROPOSALS. The Agency reserves the right to reject any proposals, all proposals, or any part of a proposal. The Agency reserves the right to reject the proposal of any Proposer who previously failed to perform adequately for the Agency or any other governmental agency. The Agency expressly reserves the right to reject the proposal of any Proposer who is in default on the payment of taxes, licenses, or other monies due to the Agency. SAFETY. All articles delivered under this contract must conform to the Safety Orders of the State of California, Division of Industrial Safety. SELL OR ASSIGN. The successful Proposer shall not have the right to sell, assign, or transfer, any rights or duties under this contract without the specific written consent of the Agency. SEVERABILITY. If any provisions, or portions of any provisions, of this contract are held invalid, illegal, or unenforceable, they shall be severed from the contract and the remaining provisions shall be valid and enforceable. TAXES, FEDERAL EXCISE. The Agency is exempt from Federal Excise Tax. TAXES, SALES. California Sales Tax should be shown separately on the Proposal Form, when and where indicated. The current California Sales Tax rate for unincorporated Monterey County where the facility is located is 7.625%. WAIVER OF INFORMALITIES. The Agency reserves the right to waive informalities or technicalities in proposals. HOLD HARMLESS. Successful Proposer agrees to indemnify, defend, and hold harmless the MRWPCA, it s governing body, officers, employees, and insurance carriers, individually and collectively, from all losses, claims, suits, demands, expenses, subrogation, attorneys fees, or actions of any kind in nature resulting from personal injury to any person (including bodily injury and death), or damage to any property, arising or alleged to have arisen out of Proposer s negligent acts, errors, omissions, for provision of the services specified under the contract. The amount and type of insurance coverage requirements set forth herein, or lack thereof, will in no way be construed as limiting the scope of indemnity in this paragraph. 5

WASTEWATER BIOSOLIDS HAULING SPECIFICATIONS 1. The RTP has in operation a Sludge Dewatering Facility. This facility contains two screw presses, which dewater sludge from anaerobic digesters. Polymer is added to digested solids to promote solid coagulation and separation which will then be pumped to the screw presses. Both screw presses operate twenty-four hours per day, seven days per week, with down time only for maintenance or repairs. Dewatered biosolids are then conveyed via a conveyor belt to the biosolids storage pad or discharged to trucks. The biosolids storage pad has an estimated capacity of 12 to 13 10-yard truckloads. CONTRACTOR shall receive biosolids at the RTP s Screw Press Facility or Sludge Drying Beds and transport it to the Regional Waste Management District (WMD) Landfill for disposal, generally between the hours of 6:30am and 1:30pm Monday through Friday and, if necessary, weekends as needed (contingent upon both MRWPCA and WMD written approval). The CONTRACTOR shall be responsible for the loading of their vehicles. The CONTRACTOR shall provide a proposal for loading biosolids utilizing the MRWPCA s loader (fuel provided by Agency for Agency loader) and/or a CONTRACTOR-supplied loader. 2. The biosolids received and transported by CONTRACTOR will include approximately 32,000 to 40,000 wet tons of the biosolids generated annually by the RTP. MRWPCA, however, makes no guarantee on tonnages of biosolids to be anticipated by CONTRACTOR. The actual requirement of MRWPCA may be more or less than such approximate number of wet tons and it shall, however, remain CONTRACTOR s offer to transport up to a maximum 40,000 wet tons of biosolids per year. The biosolids to be hauled will generally have a solids concentration of 15% to 18%, however, biosolids with a higher solids concentration (drier material) may be hauled as needed. 3. The CONTRACTOR shall be responsible for compliance with all legal and regulatory requirements associated with the transportation of such material whether mandated by federal, state, and local jurisdictions. This includes any vehicle weight or cover requirements. The contractor will utilize the MRWPCA scale to produce a weight ticket to include both tare and gross weight. 4. The CONTRACTOR shall be responsible to ensure any spilled or lose material is removed from the vehicle prior to departing the loading area and that no biosolids are tracked off the loading site or the disposal site. 5. The CONTRACTOR shall be responsible for coordinating the logistics of the disposition of biosolids at the landfill with WMD representatives. Such logistics shall include, but are not limited to, unloading location, truck routing, frequency and number of trucks, and allowable haul hours. Contractor is advised that the disposal of biosolids at the WMD landfill is governed by permit requirements of the WMD s Solid Waste Facility Permit (SWFP) and Waste Discharge Requirements (WDRs) and that there may be on occasion a temporary cessation of biosolids disposal due to climatic, site, permit, or other consequential conditions.