Oil-Water Separator Services - Disposal of Non-Hazardous Waste

Agency: State Government of Louisiana
State: Louisiana
Type of Government: State & Local
Category:
  • F - Natural Resources and Conservation Services
  • S - Utilities and Training Services
Posted: Mar 27, 2024
Due: Apr 17, 2024
Solicitation No: 40006-127
Publication URL: To access bid details, please log in.
bid number description date issued bid open date/time help
40006-127 Oil-Water Separator Services - Disposal of Non-Hazardous Waste
Non-Mandatory Prebid-Jobsite visit scheduled for April 4, 2024 at 2PM
Original: 40006-127
03/27/2024 04/17/2024
2:00:00 PM CT
40006

Attachment Preview

Delgado Community College
Purchasing Department
501 City Park Avenue, Bldg. 37
New Orleans, Louisiana 70119
(504) 762-3027
Invitation to Bid
Bid Name:
40006-TC #127 – Oil-Water Separator Services – Disposal of Non-Hazardous Waste
Due By & To Be Opened On:
Wednesday, April 17, 2024 at 2:00PM CST
Contact Person:
Wendy Boesch
Senior Buyer
(504) 762-3031
________________________________________________________________
NAME OF COMPANY
________________________________________________________________
ADDRESS
____________________________ / ____________ / _____________________
CITY, STATE, ZIP
_________________ / _______________ / _____________________________
PHONE NUMBER FAX NUMBER
EMAIL
________________________________________________________________
SIGNATURE OF COMPANY REPRESENTATIVE
________________________________________________________________
NAME (PRINTED) & TITLE OF COMPANY REPRESENTATIVE
*TITLE PAGE*
1
GENERAL INFORMATION
1. Any questions regarding this Invitation to Bid shall be in writing and shall be addressed to Wendy
Boesch, Senior Buyer-Purchasing Department at the following address:
Delgado Community College
O’Keefe Administration Building
501 City Park Avenue, Building 37
New Orleans, La 70119
**Questions ONLY may be emailed or faxed to: wboesc@dcc.edu or Fax: (504) 762-3089
Any additional information resulting from such inquiries shall be distributed to all bidders via
addenda. The College will not be responsible for any other explanation of the documents.
2. Sealed bids must be submitted by mail or in person. (All bids must be identifiable PRIOR to
any envelope/package opening). Faxed or emailed bids NOT accepted.
Mailed bids and hand carried bids shall be sealed and delivered to the person/address in item #1.
The BID NAME and NUMBER must be on the OUTSIDE of the packaging, including any
express mail/shipping packaging. If hand carried, Bids are to be delivered directly to the
Purchasing Department. Do not leave on counter unattended. Please note that express mail or
USPS carriers may not deliver directly to 501 City Park Avenue. The bidder/proposer is solely
responsible for ensuring that its courier service provider makes inside deliveries to 501 City Park
Avenue.
**Bids received without this information, Not identifiable, and/or after the due date and time on the
title page shall be automatically disqualified.**
3. Each bidder is solely responsible for the accuracy and completeness of its bid. Errors or omissions
may be grounds for rejection, or may be interpreted in favor of the College.
4. Each bidder is solely responsible for the timely delivery of its bid. Delgado Community College will not
be responsible for any delays in the delivery of bids, whether delayed in the mail, or for any reason
whatsoever.
5. Only the issue of a purchase order or a signed acceptance of a proposal constitutes acceptance on
the part of the College.
6. Assuming there is no prompt payment discount provision, payment will be made within 30 days from
receipt of products in satisfactory condition, or within 30 days from receipt of invoice, whichever is
later.
7. Proposer or bidder, contractor, etc. certifies, by signing and submitting a proposal for
$25,000 or more, that their company, any subcontractors, or principals are not suspended or debarred
by the General Services Administration (GSA) in accordance with the requirements in OMB Circular
A133. (A list of parties who have been suspended or debarred can be viewed via the internet at
www.epls.gov .)
*END OF GENERAL INFORMATION SECTION*
2
SCOPE and SPECIFICATIONS
40006-TC #127 – Oil-Water Separator Services – Disposal of Non-Hazardous Waste
SCOPE and SPECIFICATIONS:
This open solicitation is for a Term Contract Bid for the provision of labor, equipment, materials, supplies, and
personnel, etc. necessary for Oil/Water Separator Services and disposal of Non-Hazardous Waste, such as
petroleum related sludge from oily water separation and settling, materials used for spill containment, and other
materials from operating services at Delgado Community College, Maritime, Fire and Industrial Training Center,
13200 Old Gentilly Road, New Orleans, LA 70129.
The bidder agrees that by submitting a bid and acceptance of an award, all terms and conditions as stated in this
bid document will become a contractual agreement between the College and the Bidder.
All services shall be coordinated with either: Rick Schwab, 504-671-6626, rschwa@dcc.edu or Regina Radosta,
504-671-6624 rrados@dcc.edu. It will be the responsibility of the successful bidder to acquire the signature from
either of them or their designee each time a visit is made to provide the services described in this bid.
1. TERM OF CONTRACT FOR SERVICES: This contract will begin on July 1, 2024 and commence on June
30, 2025.
2. PREBID/JOBSITE VISIT:
a. A pre-bid jobsite visit is not required, however, if Bidder wishes to make a visit to more fully
ascertain the scope of the work a Non-Mandatory pre-bid/jobsite visit is scheduled for Thursday,
April 4, 2024 at 2:00PM CST. Bidders are to meet at Delgado Community College, Maritime, Fire
and Industrial Training Center, 13200 Old Gentilly Rd, New Orleans, LA 70129.
b. If, upon visiting site, Bidder has questions or finds concerns with the details of this Bid document
Bidder is to submit those questions in writing by the deadline date on Page 8. Otherwise it will be
interpreted that you are quoting as specified.
c. Although impromptu questions will be permitted and spontaneous answers will be provided
during the pre-bid jobsite visit, the only official answer or position of DCC will be stated in
writing in response to written questions submitted from bidders to the Purchasing Department
and answered via an Addendum.
3. PRICING: Must be listed on this Bid Form.
a. Bidder is to include all costs per line items, including but not limited to: material cost, discounts,
rebates, warranty, shipping, delivery, labor or any other charges necessary for completion of this
job/bid. No additional charges or other costs after the fact are allowed. Price must be firm and
not subject to change. Additional costs disclosed later will be at the expense of the Bidder. There
shall be no surcharge whatsoever for weekend/holiday pickup.
b. All line items shall be bid or if zero dollars notate an explanation: i.e. “Not able to supply” or
“included in a different line item number”, etc.
c. Bids submitted in any other manner will not be accepted. Quotes prepared on the vendors own
form are not an allowable substitute for completing the bid on this required Bid Form.
3
4. FREQUENCY: These services will be provided on an “as needed” basis during the agreement period.
No specific volume, quantities or number of pickups can be guaranteed by the College. For estimating
purposes, quantities listed are estimated to be the amounts needed and are not a guarantee of purchase.
Orders/services may be placed at any time during the course of the contract in varying quantities.
5. SERVICES: Bidder is to provide services in accordance with this Bid Document and provide the
required documents timely to the Delgado Maritime designee.
a. The Bidder is advised to carefully consider all College physical features and activities and
occupancies by faculty, staff and students, and to plan activities so as not to disrupt the normal
operations and activities of the College except as expressly permitted by the College in writing.
The Bidder shall be especially aware of existing electric, gas, water, telephone and/or other
utilities and facilities which may be in the way of or adjacent to the work, and shall take
appropriate action to protect these utilities during the work.
b. Bidder is to use caution in performing the service so as not to damage adjacent buildings,
building elements, including trees, shrubs, vegetation and lawn areas. Where damage occur,
Bidder agrees to restore the damaged area to original condition replacing vegetation and lawn
with equal size and species.
c. Bidder is to schedule delivery vehicles which will interfere with normal campus traffic. When
deliveries are made from the street curb, provide sufficient properly attired and equipped flagmen
to safely control and maintain the flow of traffic. It is the policy of Delgado Community College to
provide full access to all disabled individuals in all areas possible. Bidders, vendors must ensure
their staff is aware of this policy and park accordingly, ensure no sidewalks or access ways are
blocked at any time. If temporary blocking is required, the Bidder, shall assume the responsibility
for the safe transit of all disabled persons.
d. Clean up of the area for any spills which are due to the negligence of the vendor during the
performance of work will be the responsibility of the vendor.
e. The successful bidder must warrant firm’s compliance with all applicable federal, state and local
laws, rules, regulations and any and all other requirements in connection with the packaging,
pick-ups, transportation and disposal of said materials. Likewise, the successful bidder must
warrant that disposal method and site are compliant with all above mentioned laws, rules,
regulations and requirements. The successful bidder must possess all necessary licenses,
permits, etc. and pay all fees in connection therewith.
f. The College reserves the right to have representatives conduct a site visit at any TSF (including
recycling or reuse sites) where the College’s wastes are processed or stored.
g. No interest shall be assigned or transferred in this contract without prior written consent from the
College, provided, that claims for money due or to become due from the College under this
contract may be assigned to a bank, trust company or other financial institution without such
approval. Notice of such assignment or transfer shall be furnished promptly in writing to the
College.
h. If any part of the work is incomplete or not performed satisfactorily, the Bidder must agree to
complete the work to the satisfaction of the College with no additional charges.
4
6. SPECIFICATIONS:
a. Bids are to be based on the furnishing of all labor, containers, packaging materials and
equipment necessary for pick-up and dispose of waste under Department of Transportation
(DOT) and Environmental Protection Agency (EPA) regulations. The successful bidder shall
transport and treat/recycle/reuse all wastes according to state and federal rules, regulations and
laws. For materials which cannot be treated due to the facility’s permit or the materials
themselves, the successful bidder will provide preparation of the waste for landfilling in
accordance with all Federal, state and local regulations.
b. All waste shall be packed, transported, and disposed of following all state and federal regulations
for waste handling as appropriate. The following documents shall be supplied and/or completed
by the successful bidder and signed by the College’s Representative upon inspection of
documents:
i. The waste data sheet shall be supplied by the successful bidder and completed by the
College in order to profile all waste to be disposed of by the transport, storage and
disposal facility (TSDF).
ii. The uniform non-hazardous waste manifest shall be supplied and completed by the
successful bidder and signed by the College’s Representative, the transporter and the
TSDF, as well as any others required by regulations.
iii. The successful bidder shall return the proper copy of the terminated manifest to the
college within thirty (30) days of the manifest date. College waste shall not be held in
storage prior to disposal for more than ninety (90) days. If this time frame cannot be met
by bidder, such shall be so stated in the technical proposal document, and the reason for
this delay.
c. The College reserves the right to “self-pack” non-regulated materials, contaminated soils, and
contaminated material resulting from spills. The successful bidder has the right to “QC”, i.e.
quality control, these “self-packs” at its convenience. Documentation of these “self-packs” shall
be supplied and completed by the successful bidder.
d. Bidders shall list on a separate sheet recycling method(s) and facilities at which recycling
activities are available.
7. DESCRIPTION FOR PRICING ON THE BID FORM:
a. Bidder shall specify the price, per gross gallon to dispose of liquid material. (Based on a quantity
of 8,000).
b. Bidder shall specify the price, per gross gallon to dispose of material greater than 2% solid.
(Based on a quantity of 1,000).
c. Bidder shall specify the price, per gross gallon to dispose of material w/ flash point greater than
115F. (Based on a quantity of 4,000).
d. Bidder shall specify a price for one (1) 55gallon drum of non-hazardous material.
e. Bidder shall specify a price for one (1) 55gallon DOT approved drum.
f. Bidder shall specify a price for one (1) over-pack 55gallon DOT approved drum.
g. Bidder shall specify a TOTAL PRICE for one (1) ROUNDTRIP/TRANSPORTATION CHARGE,
(including mileage, fuel, fuel surcharges, and/or any other Trip Charges, etc. for a pickup.
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

bid number description date issued bid open date/time help 3000022280 Lead & Copper

State Government of Louisiana

Bid Due: 12/28/2024

Follow Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge

Federal Agency

Bid Due: 3/01/2026

Follow Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging,

Federal Agency

Bid Due: 2/02/2026

Follow Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging,

Federal Agency

Bid Due: 2/02/2026

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.