Publicly Funded
Privately Funded
Bidding Soon
Documents Available
Addenda Available
Post-Bid
Post-Bid
Saving Project...
Full details on over 250,000 Projects including 2000 updated daily available to subscribers
October 15, 2024
November 14, 2024
November 15, 2027
16015 Race Track Rd
Service, Maintenance and Supply
No Information to Display
No Information to Display
Public - City
16015 Race Track Rd, Odessa, FL
Plans and Specifications are not available for this project. If that changes, they will be made available here.
The Work in includes furnishing all labor, materials, tools, and equipment for Excavation, removal and disposing of leftover material, and furnishing and placing off-site fill. Sludge Removal Removal of up to 9,999 CY of dry sludge from pond. Estimated removal per day: 400-500 CY Supervision, manpower, equipment, hauling, and disposal included. The City of St. Petersburg (COSP) will be responsible for Excavating Permit. All other Permits such as Hauling Permit will be the responsibility of the Contractor. Question Deadline 10/01/2024 at 12:00 PM ET All questions must be submitted via City's online sourcing system The City of St. Petersburg is seeking responses from qualified vendors to provide Excavating, Hauling and Disposal of lime sludge removal from the Cosme Water Treatment Plant located at 16015 Race Track Rd. Odessa, FL 33556. The initial request will be for a project to remove 9,999 Cubic Yards from the Sludge Lagoon, but will be on-going on an as needed basis for initial term. 4.2. Term The initial term of this contract will be for three (3) years from the date of contract execution with a mutually agreed second term not to exceed three (3) years. 4.3. Vendor Requirements Potential bidders shall consider all applicable regulatory requirements, industry standards, best practices regarding past professional experience in their responses to this bid. A. The work under this contract will require the contractor to and remove and dispose of all lime sludge from the City's Water Plant. Sludge removal will be performed in accordance with all rules and regulations promulgated by D.E.P., D.N.R.P. and all other Federal, State and local regulating agencies which govern these activities. B. Vendor shall have the expertise to perform the services required by these specifications. C. Vendor shall be responsible for payment of any and all dumping fees and/or permits required (Except Excavation Permit). D. Vendor must submit at least three business references including the contact person and telephone numbers to show reliability of operational experience. E. Removal will be required after the sludge has been allowed to dry for a minimum of seven (7) days, except for major rains or similar acts of God. F. The vendor's operations as to the frequency of removal shall be agreed upon beforehand and subject to approval of the Water Plant Chief Operator or his designee. G. The entire Water Plant site falls under wellfield protection rules and the contractor shall conduct his operations in a manner which will prevent any ground contamination with diesel fuel, hydraulic fluid or any other substance whose presence or contact with the ground by spill, leakage, etc. would be detrimental in any way to the treatment process or wellfields or in contravention with established regulations governing such activity. H. All invoicing will require supervisor or designee approval of loads slips or other verifiable means of removal. I. All sludge removed by truckload will be verified by the Senior Plant Maintenance Coordinator or his designee. J. There will be no separate or direct payment to the contractor for mobilization or demobilization of equipment. K. Operations within or mandated requirements pursuant to this contract, the City reserves the right to cancel and/or invalidate the contract for lack of performance on the part of the contractor. Notice to this effect shall be tendered not to exceed seven (7) days. L. Lime Sludge will be hauled from designated locations to approved disposal site(s). M. All permit requirements ( Excluding Excavation Permit)will be the responsibility of the vendor and he shall be responsible for supplying all equipment, materials, and manpower necessary for the excavation, loading, transporting and disposal of the lime sludge. N. The vendor will be responsible for payment of all dumping charges. O. Any damage to plant piping, valves or any equipment associated with the polishing pond, shall be repaired by the contractor at no cost to the City. P. Vendor shall agree that each vehicle used for the hauling of lime sludge from the City shall undergo a vehicle certification process to verify the capacity of the dump bed of each vehicle. Contractor shall notify City at least forty-eight (48) hours in advance of being on-site with trucks, in order to arrange for City personnel to be available to perform the certification process when a non-certified vehicle is to be used. Once a vehicle has been certified by the City, there will be no further need to request additional certification for the vehicle, unless there is mechanical alteration to the vehicle dump bed, in which case, the vehicle dump bed capacity must be re-certified. Q. Vendor and an authorized representative of the City will inspect each loaded vehicle, and mutually agree upon the number of cubic yards of material contained in each vehicle dump bed. Upon agreement, that amount shall be documented in writing, and the Contractor shall invoice the City for only the number of cubic yards contained in the vehicle dump bed as agreed upon and documented for that specific load. 4.4. Minimum Qualifications At a minimum, Vendor must meet the following qualifications: Have been in the business of providing lime-sludge removal and disposal services as described herein for a minimum of three years. Own or have immediate access to the equipment required to provide services. If subcontractor(s) are to be utilized, provide a detailed list including the company name, type of work they will perform, what equipment they will be providing, and % of the overall job they will complete. Have the ability to obtain the minimum insurance requirements set forth in this Agreement 4.5. Contractor Responsibilities A. Contractor shall provide a single point of contact to administer the Agreement. If this person isn't your on-site project manager, you will be required to name an on-site manager/supervisor that will be available at all times while the job is in progress. Contractor will need to provide after hour phone numbers for emergency contact. B. Contractor shall obtain all applicable State, County and Local Licenses, Permits necessary excluding Excavating, and shall adhere to all requirements. It will be the Contractors responsibility to know the requirements and follow them. All fees for Permits or Licenses will be the responsibility of the contractor. C. Contractor is responsible for all fees related to the disposing of lime sludge and all other waste materials generated during the contract. D. Contractor shall submit a plan to prevent the entry of any accidental spillage of any materials or any discharge into the stormwater drain system or basin. The plan shall include any materials from the tanks, equipment, fuel, oil and any reportable spill. Any spill shall be the responsibility of the contractor. E. Contractor shall take pictures of the plant site before work begins and restore any damage to the site caused from the work performed on this project. 4.6. City's Responsibilties A. City shall provide a single point of contact (Project Manager) to administer the Agreement. Project Manager or his designee will respond to any inquiries in a timely manner as to not hinder the progress of the project. B. City Project Manager shall assist with planning, strategy and objectives prior to performance of the Work. C. The City will provide access to the work area. The Plant is manned and has locked gates. The City will provide personnel to man the gates and give the contractor access to the plant. D. The City will provide uninterrupted access to the site for all equipment and personnel necessary for contractor to perform the work. E. City will be responsible for Excavating Permit. 4.7. Working Schedule Contractor shall provide services during regular business hours, 7:00 a.m. to 4:30 p.m., Monday through Friday, excluding city holidays. 4.8. Safety Contractor shall be responsible for ensuring that Contractor's staff follow all established safety regulations pertaining to the work to be performed per OSHA and/or City standards.
Trades
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Starting At
- All Starter Product functionality
- One license and one market (additional available after purchase)
- Full access to bidding and planning projects' details, documents and contacts
- Comprehensive planholders list coverage on bidding projects
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
Related Projects
Odessa, FL
Bid Date: Jan 19 2024
Odessa, FL
Bid Date: Jul 14 2023
Pensacola, FL
--
Cantonment, FL
Bid Date: Sep 26 2024
Crawfordville, FL
--
Tallahassee, FL
Bid Date: Oct 10 2024
Jacksonville, FL
--
Okeechobee, FL
Bid Date: Jul 31 2024
Haines City, FL
Bid Date: Sep 30 2024
Wildwood, FL
Bid Date: Oct 17 2024
Navarre, FL
Bid Date: Oct 21 2024
Lake Hamilton, FL
Bid Date: Sep 24 2024
Recently Viewed
--
--
--
--
--
--
--
--
--
--
The data you need to build the relationships you want. Try it free.
Sign up now to get free company and project data. No payment required.
You're one step away from industry‑leading commercial construction data.
What is your business type?
We have a wide variety of products that are purpose built for certain business types.
