REQUEST FOR SEALED BID PROPOSAL

Similar documents
REQUEST FOR SEALED BID PROPOSAL

INSTRUCTIONS TO BIDDERS

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA

SECTION INSTRUCTIONS TO BIDDERS

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019.

CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN (989)

Demolition of Water Ground Storage Tanks

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

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

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

Glenn Road US 36 to Mill Run Crossing Improvements Delaware, Ohio Bid Number 06-15

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

INSTRUCTIONS TO BIDDERS

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

Town of Waldoboro Public Works Department REQUEST FOR BIDS

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

BIDDING AND CONSTRUCTION STANDARDS

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

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

INSTRUCTIONS TO BIDDERS

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. for MANAGEMENT OF BIOSOLIDS RESIDUALS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

Project Manual. For Glenloch Splash Pad And Pool Renovations

PROPOSAL FOR 2019 MINERAL WELL BRINE

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

REQUEST FOR PROPOSAL SUPPLY OF

Snow Removal Services Request for Proposals December 1, April 30, 2019

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

PROPOSAL FOR 2017 MINERAL WELL BRINE

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

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

HARLAN MUNICIPAL UTILITIES

PROPOSAL REQUIREMENTS AND CONDITIONS

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

REQUEST FOR SEALED BID PROPOSAL

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

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

City of Detroit Detroit, Oregon

PROPOSAL LIQUID CALCIUM CHLORIDE

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

INVITATION TO BID. The Sanitary District of Decatur, Illinois will receive bids as follows:

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

CONSTRUCTION DOCUMENTS FOR: City of Lovington. Water Meter Improvements. Lovington, NM. Funding Source:

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

AIA Document A701 TM 1997

2015 HELLWINKEL CHANNEL PROJECT

BERRIEN COUNTY ROAD DEPARTMENT

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

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

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

LONE TREE SCHOOL FLOORING REPLACEMENT

PROJECT MANUAL TO BE RETAINED BY BIDDER STREET PAVING PROJECT

FUEL DELIVERY SERVICE CONTRACT

Insurance Requirements for Contractors

WINDOW WASHING

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at:

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of St. Clair. Request for Proposals. (Lawn Maintenance Services)

St. Charles City County Library District

INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: B CITY OF LAUDERDALE LAKES

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Request for Bid/Proposal

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

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

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

Warner Robins Housing Authority

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

SECTION NOTICE TO BIDDERS

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

CITY OF GREENVILLE Danish Festival City

2015 PATCHINGS MATERIALS - ASPHALT

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

LONE TREE SCHOOL BELL SYSTEM

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT

Warner Robins Housing Authority

INSTRUCTIONS TO VENDORS

Request for Proposal Data Network Cabling

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Transcription:

REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: BIOSOLIDS MANAGEMENT Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan Ave, Saginaw, MI 48638 until 10:00A.M., on April 4, 2014 for biosolids management including but not limited to: removal, transportation, and land application of biosolids from the Saginaw Charter Township Wastewater Treatment Plant. Bid prices shall be provided for three years and the contract may be extended annually thereafter at the discretion of the Township. Qualifications: Contractor shall have a minimum of five (5) years experience with biosolids management. To demonstrate qualifications to perform Work, each Bidder must be prepared to submit within five days of OWNER's request written evidence, such as financial data, previous experience, present commitments and other such data as may be called for below. Each bid must contain evidence of Bidder's qualification to do business in the state where the Project is located or covenant to obtain such qualification prior to award of contract. Contractor shall provide adequate staffing and equipment to be able to effectively remove approximately 1 million gallons of biosolids at a time at a minimum of three times per year. The Township shall determine the acceptability of the experience. Scope: Contractor shall provide the necessary management services relative to the US EPA guidance for 40 CFR Part 503, the MDEQ guidance for Part 24 regulations and any approved Residuals Management Plan which outlines the guidelines and procedures for the proper removal, transportation and land application of biosolids from the Contractor. The biosolids shall constitute primarily liquid 2% to 12% solids residue generated during the treatment of primarily domestic sewage in a treatment works generated by the Saginaw Charter Township WWTP located at 5790 W Michigan Ave, Saginaw, MI 48638. After receipt of notice from the OWNER, the Contractor shall remove, transport and land apply the biosolids and in connection with such activities maintain authorizations and landowner agreements required of the contractor for agricultural land application and or disturbed land reclamation in accordance with all applicable legal requirements which are currently in effect, or which take effect during the term of the contract. Contractor shall efficiently and safely load biosolids into the Contractor's transport vehicles and transport the biosolids to approved application sites in compliance with all applicable transportation regulations. Contractor shall provide equipment including, but not limited to 1

pumps, mixers, hoses, etc to remove biosolids from the storage tanks at the wastewater treatment plant. Contractor shall provide the Township with load sheets that include, but are not limited to the following information: the date of removal, time truck left facility, truck number, driver name, gallons of biosolids loaded in the vehicle, farmer name, and approved field identification number. Contractor shall provide labor and equipment to properly apply the biosolids to acceptable application sites at agronomic rates outlined in the MDEQ approved Residuals Management Plan (RMP). Contractor shall be responsible for meeting vector attraction reduction requirements through injection as defined in 40 CFR Part 503 and Part 24 regulations. Contractor shall provide management services that include locating and MDEQ permitting suitable farmland for the exclusive use of the Township's biosolids. Application sites shall meet the requirements for land application sites as determined by MDEQ. A copy of the Contractor's approved RMP shall be on file with the Township. Contractor shall complete all required MDEQ documentation as stated in the approved MDEQ RMP. Reports shall be submitted to the Township within 30 days of the completion of biosolids hauling and land application. Contractor shall provide all necessary current and cumulative application and analytical information to the Township and such other information as necessary for the Township to fulfill its record keeping and reporting requirements under applicable legal requirements. Contractor shall prepare the annual biosolids land application report no later than October 15th of each year. Contractor shall sample biosolids prior to land application. Contractor shall perform required analyses on each sample. Contractor shall be responsible for all routine soil fertility analyses associated with land application of the Township's biosolids during the term of the agreement. All samples, sampling protocols, chains of custody, etc, associated with this activity shall be approved by the Township. Contractor shall allow the Township to inspect any and all proposed or approved land application sites used for the disposal of the Township's biosolids and allow the Township to monitor the daily operations. In the event of a spill or regulatory problem involving the Township's biosolids, the Contractor shall notify the Township immediately. The Contractor shall provide for prompt clean up of any spills or reimburse the Township for any costs of cleaning up spills which at the Township's option are cleaned up by the Township. Contractor shall submit a spill prevention plan and an emergency response plan to the Township for review and approval. The cost for all sampling, analytical, permitting, reporting, administration, fuel, equipment, labor, etc. associated with the biosolids management shall be incorporated into the unit price listed in the Bid Form. 2

Insurance Requirements: The successful bidder shall carry the following insurances with a carrier authorized to do such business in the state of Michigan and prior to commencing any work shall provide the Township proof of said insurance and include Saginaw Charter Township as an additional insured. WORKERS' COMPENSATION LIMITS Part One: Compensation Statutory Part Two: Employers' Liability: accident $ 100,000 disease $ 100,000 aggregate disease $ 500,000 COMMERCIAL GENERAL LIABILITY General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate Limit $1,000,000 Personal/Advertising Injury $1,000,000 Each Occurrence Limit $1,000,000 COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury-Each Occurrence Limit $ 500,000 Property Damage-Each Occurrence Limit $ 250,000 OR Combined Single Limit $1,000,000 No Fault Statutory OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY Aggregate Limit $1,000,000 Each Occurrence Limit $1,000,000 OR In lieu of the Owner's and Contractor's Protective Liability, the Contractor may provide an endorsement to their policy for a per project aggregate coverage with the following limits: Aggregate Limit $1,000,000 Each Occurrence Limit $1,000,000 (ISO form CG2503 or it's equivalent) A copy of this endorsement must accompany the Certificate of Insurance, the Certificate will clearly state the additional insured requirement and the policy contains the per project aggregate endorsement. UMBRELLA or EXCESS LIABILITY $1,000,000 CONTRACTOR'S POLLUTION LEGAL LIABILITY INSURANCE AND ERRORS AND OMISSIONS PROFESSIONAL $10,000,000 3

Bid Requirements: The term "Bidder" means one who submits a Bid directly to OWNER, as distinct from a subbidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. It is the responsibility of each Bidder before submitting a Bid to: To examine the Request for Proposal (RFP). To visit the site and to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. To consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. On request in advance, OWNER will provide each Bidder access to the site to conduct such explorations, examinations, investigations, studies, and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the site to its former condition upon completion of such activities. Interested bidders may contact John Henning at SCT WWTP at 989-793-1361 to make arrangements to visit the site. The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this bidding document, that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and the specific means, methods, techniques, sequences or procedures of biosolids management. Bid Form: Bids by corporations must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. Evidence of authority to conduct business as an out-of-state corporation in the state where the Work is to be performed shall be provided. State contractor license number, if any, must also be shown. Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. All names must be typed or printed below the signature. The "Legal Status of Bidder" data must be filled out and included with the Bid Form. Submission of Bids: Bids shall be submitted at the time and place indicated and shall be enclosed in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. Faxed bids shall not be accepted. 4

Modification and Withdrawal of Bids: Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. If, within twenty-four hours after Bids are opened, any Bidder files a duly signed, written notice with OWNER and promptly thereafter demonstrates to the reasonable satisfaction of OWNER that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid and the Bid security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. Opening of Bids: Bids will be opened and (unless obviously non-responsive) read aloud publicly at the place indicated. An abstract of the amounts of the Bids will be made available to Bidders after the opening of Bids. All bids will remain subject to acceptance for 60 days after the day of the Bid opening, but OWNER may, in its sole discretion, release any Bid prior to that date. Award of Contract: OWNER reserves the right to reject any and all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. OWNER also reserves the right to waive all informalities not involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, unit prices and other data, as may be requested prior to the Notice of Award. OWNER may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Bid Form. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to OWNER's satisfaction within the prescribed time. If the contract is to be awarded, it will be awarded to the lowest Bidder whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of the Project. If the contract is to be awarded, OWNER will notify the Successful Bidder during the Bid hold period. The OWNER reserves the right to waive any informality in any bid, to reject any or all bids, or accept any bid which is considered most favorable to the OWNER. 5

BID FORM The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER to perform and furnish all Work as indicated in RFP for the Bid Price and within the Bid Times indicated in this Bid. BIDDER accepts all of the terms and conditions included in this RFP. This Bid will remain subject to acceptance during the Bid hold period. BIDDER will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within fifteen days after the date of OWNER's Notice of Award. Terms used in this Bid which are defined in the General Conditions or Instructions will have the meanings indicated in the General Conditions or Instructions. Total cost of loading, hauling, land application, permits, soil and biosolids analysis, administration, reporting and other requirements of the RMP and land application program shall be included in the price per gallon bid amount. Year 1 Cost: April 2014-March 2015 Est. Qty Description Cost/Gal. Total Cost 3 MG* Stabilized Biosolids $ Year 2 Cost: April 2015-March 2016 Est. Qty Description Cost/Gal. Total Cost 3 MG* Stabilized Biosolids $ Year 3 Cost: April 2016-March 2017 Est. Qty Description Cost/Gal. Total Cost 3 MG* Stabilized Biosolids $ * Note 3 Million Gallons (MG) is an estimated annual volume. Amount paid will be based on actual volumes of biosolids measured, hauled and land applied. Dated and signed at State of this day of 20 Name of Bidder: : (Authorized Officer's Name) Its: 6

Business Address: (Officer's Title) (Zip Code) Telephone Number: ( ) Fax Number: ( ) Federal I.D. Number: If BIDDER is: (Note to BIDDER - Fill out appropriate section.) AN INDIVIDUAL (Individual's Name) doing business as A PARTNERSHIP (Firm Name) (General Partner) A CORPORATION (Corporation Name) (State of Incorporation) (Name of Person Authorized to Sign) (Corporate Seal) (Title) Attest (Secretary) Date of Qualification to do business is 7

A JOINT VENTURE (Name) (Address) (Name) (Each joint venturer must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above). 8