Addendum 1 - San Antonio Water System

advertisement
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT
Issued By: D. Anthony Rubin
BID NO.: 14-14066
Date Issued: July 11, 2014
FOR FORMAL INVITATION FOR BIDS
CONTRACT FOR CLEAN – UP SERVICES OF SAWS PROPERTY ALONG ELM CREEK
ADDEMDUM NO. 1
Sealed bids addressed to the Purchasing Director, San Antonio Water System, 2800 US Hwy 281 North, Administration
Bldg., 5th Floor, San Antonio, TX 78212 will be received until 3:00 p.m., July 23, 2014 and then publicly opened and
read aloud for furnishing materials or services as described herein below,
The San Antonio Water System Purchasing Department is willing to assist any bidder(s) in the interpretation of bid
provisions or explanation of how bid forms are to be completed. Assistance may be received by visiting the Purchasing
Office in the SAWS Main Office, 2800 US Hwy 281 North, San Antonio, TX 78212, or by calling (210) 233-3819.
This invitation includes the following:
Invitation for Bids
Terms and Conditions of Invitation for Bids
Specifications and General Requirements
Price Schedule
The undersigned, by his/her signature, represents that he/she is authorized to bind the Bidder to fully comply with the
Specifications and General Requirements for the amount(s) shown on the accompanying bid sheet(s). By signing below,
Bidder has read the entire document and agreed to the terms therein.
Signer’s Name: ________________________________ Firm Name: ___________________________________
(Please Print or Type)
Address: ______________________________________
_____________________________________________
Signature of Person Authorized to Sign Bid
City, State, Zip Code: ___________________________
Email Address: _______________________________ Telephone No.: ________________________________
Fax No.: _____________________________________
Please complete the following:
Prompt Payment Discount: ______% _______days. (If no discount is offered, Net 30 will apply.)
Please check the following blanks which apply to your company:
Ownership of firm (51% or more):
___Non-minority ____Hispanic ___African-American ____Other Minority (specify) ____________________
___Female Owned ___Handicapped Owned ___Small Business (less than $1 million annual receipts or 100 employees)
Indicate Status: ___Partnership ___Corporation ____Sole Proprietorship ____Other (specify) _______________
Tax Identification Number:____________________
To report suspected ethics violations impacting the San Antonio Water System, please call 1-800-687-1918.
Page 1 of 4
Revised 02/14/14
This addendum as submitted revises the scope of work for bid no. 14-14066. A Mandatory Pre-bid/Site visit
conference will be held at SAW Headquarters located at 2800 US Highway 281 North, San Antonio, Texas on
July 17, 2014, 9:00 am. This project will not require an environmental survey or a SWPPP (Stormwater
Pollution Prevention Plan). Site clean-up will be done in accordance with the scope of work as stated below.
The bid opening date is changed from July 16, 2014 to July 23, 2014 by 3:00 pm.
THIS ADDENDUM DOES NEED TO BE RETURNDED WITH BID
PURCHASE OF PROFESSIONAL
CLEAN – UP SERVICES OF SAWS PROPERTY ALONG ELM CREEK
SCOPE OF WORK:
The San Antonio Water System (“SAWS”) is soliciting bids for the clean - up of SAWS various property sites
along Elm Creek to include the removal, collection, handling, containment, transportation, management, and
disposal of all waste materials at the identified sites.
GENERAL SITE INFORMATION:
The property is located at East Fest Road, San Antonio, TX, Bexar County in the general vicinity of Highway
16 South (See attached Map for reference) and is landlocked by private adjoining residential properties.
Additionally, the property is located on a flood plain. Access to the property is through 3628 East Fest Road
(See Right of Entry for reference). The property is densely vegetated with various plants, cacti, weeds as well
as hardy trees. The materials are mostly concentrated on the north side bank of Elm Creek, a tributary to
Medina River. The majority of the waste materials are composed of abandoned tires. There are various piles of
tires in the property. Tires may include rims and contain dirt and debris. The tires are of various sizes and
various vehicle types which may include but not limited to, cars, trucks, tractors, trailers, etc. The tires are
strewn throughout the property and some may be firmly lodged on cliff sides, steep ravines, and in tree roots.
Various household wastes such as furniture, electronic devices, ceramic toilets, and appliances are scattered
around the property as well. Construction and demolition debris includes shingle and tin roofing materials, wall
structures, bricks, and concrete materials. Abandoned shingle roofing materials may contain friable and non friable asbestos containing materials. The property supports three (3) small dilapidated barn structures with
concrete surfaces and rotten wooden materials. Extra precaution must be observed when removing materials in
or around the barns so as not to disturb the structural integrity from further damage. Two of the structures do
not contain any wall materials. One (1) of the structures contains household furniture, and a stove.
MANDATORY PRE-BID CONFERENCE AND SITE VISIT:
A Mandatory Pre-Bid Conference and Site Visit will be held at SAW Headquarters located at 2800 US
Highway 281 North, San Antonio, Texas on July 17, 2014, 9:00 am for all prospective bidders to clarify any
questions pertaining to the specifications.
The site will be toured immediately following the Pre – Bid Conference. This tour will enable the Bidders to
better understand the needs as they relate to this Bid.
RSVP for the Pre – Bid Conference and Site Visit to Mr. Anthony Rubin at 210 233 – 3815, or by e – mail at
Anthony.Rubin@saws.org by July 16, 2014, by 2:00 pm
Page 2 of 4
Revised 4/16/13
SPECIAL REQUIREMENTS:
Bidders are hereby put on notice that all items required in the following bid form are mandatory for
consideration as a qualified bid. Bidder must submit documentation as an attachment to bid to support criteria.
Any bidder that does not meet the following criteria may be deemed “non – responsive” and may be eliminated
as a Bidder.
The following factors shall be considered the minimum qualification for prospective bidders:
1. Experience: Bidder must provide a description of its operational structure, including resumes of Project
Supervisory Personnel, which reflects that it has been actively engaged for a minimum of three (3)
consecutive years as a contractor for the building demolition and for the removal, collection, handling,
containment, transportation, management, and disposal services of hazardous and non – hazardous
wastes.
2. References: Bidder must provide a minimum of at least (3) references (utility references are preferred).
Each reference must include the company name, address, contact person’s name, phone number, and a
brief description of the service(s) provided.
3. Resources: A brief description of how the proposed work/services will be performed, and a description
of all equipment and vehicles that will be used.
4. Subcontractors: A list of names and addresses of all Subcontractors to be used, if any. Subcontractors
must meet the approval of SAWS.
5. Permits: Copies of all permits, licenses, and registrations (including Environmental Protection Agency
(EPA), Department of Transportation (DOT), Occupational Safety & Health Administration (OSHA),
and the Texas Commission on Environmental Quality (TCEQ), including, but not limited to, those
related to the removal, collection, handling, transportation, and disposal of waste materials under which
Bidder’s company currently operates.
6. Spill Plan: A Spill Contingency Plan for the transportation and for the disposal of said waste materials.
STANDARD REQUIREMENTS:
1. Award will be made to one overall low responsive bidder.
2. It is anticipated that award of this contract will be made within sixty (60) days following the date of the
bid opening.
3. Questions will be answered by Mr. Anthony Rubin, Contracting and Purchasing Specialist, at (210) 233
– 3815, or by e – mail at Anthony.Rubin@saws.org. Questions are due by July 18, 2014 before 2:00
pm.
Page 3 of 4
Revised 02/14/14
SCOPE OF WORK:
 The Contractor shall provide personnel, equipment, tools, and materials required for the removal, collection,
handling, containment, transportation, management, and disposal or recycling of all waste materials
described herein. The management of the materials by the Contractor, and by any Subcontractor, shall be in
accordance with all Federal, State, and local statutes and regulations, including, but not limited to, those
regulations promulgated by the EPA, DOT, TDSHS, TCEQ, and City of San Antonio City Codes and any
predecessor or successor agency; and shall be to the satisfaction of SAWS.
 The Contractor shall procure at its expense all necessary permits and licenses and other forms of
documentation required relating to the waste materials to be transported and disposed hereunder. The
Contractor shall submit all applicable permits, licenses or other documents prior to commencing any activity
related to this Agreement.
 The Contractor shall manage the materials, and shall manage the containers used for the materials, in
accordance with the law and the contract documents. The materials shall be disposed only at facilities
properly licensed and/or permitted by agencies having jurisdictions over the respective materials. Waste
materials shall be removed and collected but not limited to the following locations described herein.
 All services shall be coordinated with Floramie Welch, Environmental Analyst II at (210) 233 – 3744 or by e
– mail at Floramie.Welch@saws.org prior to waste material removal and collection.
 Due to the geologic compositions of the sites, manual removal maybe compulsory. Contractor must take all
necessary precautions to protect the site from any environmental damage(s) from equipment use.
 If and when the Contractor discovers that some materials may be suspect of hazardous and residue thereof,
the Contractor must observe extra precaution as not to spill any of the materials, and must notify Floramie
Welch immediately at (210) 233 – 3744 or by e – mail at Floramie.Welch@saws.org.
 The Contractor must properly describe, profile/classify, package, mark, and label all waste materials, and
they are in proper condition for transportation in accordance to all DoT, EPA, and TCEQ standards and
regulations. Containers to be provided by Contractor shall be constructed and lined in order to comply with
standards and regulations. The Contractor must seek approval from SAWS representative and SAWS will
ensure all documentations such as waste manifests and bill of ladings (BOLs) are properly filled out prior to
transporting waste materials.
 SAWS reserves the right to refuse loading of the waste materials if it reasonably finds that the means of
providing transportation of the materials, including the personnel to be used, the transport vehicle, transport
tank, or waste containers do not meet standards for transportation of waste materials. By this provision,
SAWS assumes no obligation to assure, in all respects, the condition of the transportation. That obligation
rests solely with the Contractor.
 Preferred removing, collecting, and loading of the waste materials shall be between 8:30 a.m. and 4:30 p.m.,
Monday through Friday, except SAWS recognized holidays, as scheduled by SAWS.
 The Contractor shall dispose all waste materials, including empty containers, and waste residues in facilities
approved by the EPA, and State and local environmental regulatory agencies where applicable, including
SAWS. Recycling will be considered as the preferred method of waste management as the technology and
procedures employed in the recycling process meet the approval of all Federal, State, and local
environmental regulatory agencies, as well as SAWS.
 The Contractor shall provide completed waste manifests, certificates of disposal (CODs) and/or Bill of
Ladings (BoLs) to SAWS within 30 days of project completion. Each invoice will include all supporting
documents necessary to verify the billed charges. Payment will be retained by SAWS pending submission of
aforementioned documents.
THIS ADDENDUM DOES NEED TO BE RETURNDED WITH BID
Page 4 of 4
Revised 02/14/14
Download