Annual Contract for Easement Herbicide Treatment

Agency: Mobile Water Service System(MAWSS)
State: Alabama
Level of Government: State & Local
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD16874250084653164
Posted Date: Mar 28, 2024
Due Date: Apr 15, 2024
Solicitation No: IFB 24-011
Source: Members Only

Annual Contract for Easement Herbicide Treatment

Attachment Preview

Joyce Sawyer, Buyer II
(251) 694-3110 Office
jasawyer@mawss.com
INVITATION FOR BID
March 20, 2024
Mobile Area Water and
Sewer System
4725 Moffett Rd Suite A
Mobile, AL 36618-2236
PO Box 180249
Mobile, AL 36618-0249
INVITATION FOR BID NUMBER
NAME OF BID
BIDS WILL BE RECEIVED AT
MANDATORY PREBID
IFB 24-011
Annual Contract for Easement Herbicide Treatment
MAWSS Bid Box
Donaghey Business Entrance
4725A Moffett Road
or
Mobile, AL 36618
PO Box 180249
9:00 am on March 27, 2024 in the Operations Center Board Room
BID OPENING DATE
April 11, 2024 April 15, 2024
BID CLOSING TIME
AWARD WILL BE MADE BY
CONTRACT PERIOD
10:30 am Central Time
Total Cost
5/1/24 through 4/30/25 with two 1-year extension options
MATERIAL DELIVERED TO
Various Locations
ADDITIONAL INFORMATION CONTACT Corey McCoy (251) 404-2275 or Email : cmccoy@mawss.com
APPLICABLE SDP POLICY
17-01
Sealed bids must be in the Purchasing Department no later than the time specified in order to be considered. Submissions
received after the deadline will not be considered. Envelopes must bear the name of the supplier, company address and the
words “IFB 24-011 Easement Herbicide Treatment” or “IFB 24-011 NO QUOTE.” Facsimile or email bids will not be accepted.
All bids must be submitted on the attached forms or your bid will be disqualified. Bidder shall furnish all the information
required by the solicitation. The bidder’s name must be typed or printed on the bid sheet, and signed by the bidder or
appropriate authorized executive officer of the bidder’s company. Bidders must initial any changes or erasures. Bidders
should retain a copy of bids for their records.
Bidders shall acknowledge receipt of all addenda to this solicitation by signing and returning each addendum or by identifying
the addendum number and the date on the bid form. Failure to acknowledge receipt of any addendum by a bidder will result
in rejection of the bid if MAWSS determines that the addendum contains information that materially changes the
requirements.
All bids shall be quoted FOB Destination, freight prepaid with no additional charges. Unless otherwise specified in the bid, all
prices will be on a firm-fixed price basis and are not subject to adjustments based on costs incurred. MAWSS reserves the
right to reject any or all bids submitted, to waive any informality in any bid or in the bid process, or to terminate the bid
process at any time, if deemed by MAWSS to be in MAWSS’s best interest.
A Purchase Order and this “Invitation for Bid” with “Specifications,” “Conditions,” “Bid Form,” signed by the successful
bidder’s authorized representative, and all attached drawings and other documents furnished by MAWSS to the bidders with
the Invitation for Bid in order to illustrate the contract requirements, will constitute a contract for the goods and/or services
to be purchased.
IFB 24-011 Easement Herbicide Treatment
Page 1 of 26
IFB 24-011 EASEMENT HERBICIDE TREATMENT
CONDITIONS
The Board of Water and Sewer Commissioners of the City of Mobile will accept bids for Easement Herbicide Treatment in our
Purchasing Department Bid Box located in the Business Entrance at 4725 Moffett Road, Mobile, AL 36618 no later than
10:30 a.m. local time on April 15, 2024. Bids will be opened immediately after bid closing time in the Operations Center
Board room located at the Customer Service entrance. Award will be by Total Cost. The bidder offers and agrees, if this bid is
accepted, to furnish the items/services as defined in the specifications for the unit price set opposite each item. Pricing shall
be FOB Mobile, Alabama. All items shall be delivered to the job site as needed. The bidder shall state the expected length of
delivery time on the Bid Form.
A mandatory Pre-Bid meeting will be held between representatives of Contractor and representatives of MAWSS prior to the
bid opening. The Pre-Bid meeting is scheduled for 9:00 am on March 27, 2024 in the MAWSS Operations Center Board
Room.
All items provided shall be for commercial use and for the purposes reflected in the contract documents. Item(s) that have a
determinable shelf life must be disclosed at the time of bid submittal. MAWSS shall not be committed to the purchase of a
pre-established minimum quantity for any one item or service.
Bidder understands that his/her bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the
scheduled closing time for receiving bids.
A bidder may not modify its bid after bid opening. Errors in the extension of unit prices stated in a bid or in multiplication,
division, addition or subtraction in a bid may be corrected by the MAWSS Purchasing Buyer prior to award. In such cases,
unit prices shall not be changed.
It is the responsibility of the bidder to determine prior to the bid opening whether any amendment, additions, deletions or
changes of any type have been made to this Invitation for Bid, Conditions, Specifications, Bid Form or any of the other bid
documents. Bid documents and any amendments made to this bid will be posted on our website at www.mawss.com.
A copy of the SDP (Supplier Diversity Program) policy that applies to this Invitation For Bid can be furnished upon request. It is
the responsibility of the bidder to read and make efforts to meet the goals of this policy. Please contact the Supplier Diversity
Department at supplier.diversity@mawss.com for any questions regarding ths policy. Bidders MUST acknowledge receipt of
this policy by submitting the SDP Policy Acknowledgement and the Subcontracting Plan/Good Faith Effort form with the
bid proposal, regardless if using a Diverse Contractor/Supplier or not.
Contractors are required to use Contractors/Suppliers only in the areas for which the Contractors/Suppliers are certified.
Reporting Requirements, if using a diverse contractor/supplier:
“The Contractor must file a written report with MAWSS’s Supplier Diversity Office with a copy delivered to Accounting once a month
documenting the Contractor’s continuing compliance with the MAWSS Supplier Diversity Program. This report will list all Diverse
Contractor/Supplier’s subcontractors and supplier’s currently performing work or providing supplies for the contract.”
A copy of the SDP (Supplier Diversity Program) policy that applies to this Invitation For Bid can be found on our website by
clicking on the following link: https://www.mawss.com/uploads/final---supplier-diversity-17-01---approved-1-7-21-(updated-changes-2-3-2021).pdf.
Invoicing Requirements: MAWSS is requiring additional information for all work performed and services provided. On the
vendor’s invoice for payment should be a detailed listing of work performed, services provided, dates completed, locations
involved and any other pertinent information needed to verify the work and/or services were completed in accordance to the
bid specs. This additional information can be supplied in the form of detailed invoices, completed work orders with photos
attached, checklists or any other documents used to track the work performed or services provided but details must be
included on the actual invoice. A copy of the invoice and these additional details must be sent to the “ADDITIONAL
INFORMATION CONTACT” found on Page 1 of the bid documents and a copy emailed to Accounts Payable at
AcctsPayable@mawss.com.
END OF CONDITIONS
IFB 24-011 Easement Herbicide Treatment
Page 2 of 26
IFB 24-011 EASEMENT HERBICIDE TREATMENT
GENERAL SPECIFICATIONS
Contractors submitting bids must have all the applicable City, County, and State Licenses.
All bid requirements listed in the Board of Water and Sewer Commissioners Standard Specifications must be
complied with, unless changed by this specific bid document.
Bids must be submitted on the forms furnished in this bid package.
The Board of Water and Sewer Commissioners of the City of Mobile retain the right to reject any and all bids.
Bids will be considered only from Contractors with experience in related type work with a proven record of customer
satisfaction. Proof of experience in Forest Land applications will be required. The bidder must submit, as part of the
bid document, a list of at least four customers where similar work has been performed within the last two (2) years.
Please see page 25. The following information must be included:
1.
Name and address of customer
2.
Contact person and phone number
3.
Description of work performed, including size of area treated
The bidder shall have adequate personnel to complete the required work in the time allowed by Mobile Area Water
& Sewer System. Background checks will be done on successful bidders.
Site visitation to review the locations to be treated is strongly encouraged and can be arranged at the pre-bid
meeting on March 27, 2024 at 9:00 AM or by contacting Corey McCoy at (251) 404-2275 or Steve Davis (for areas
IV-VII) at (251) 463-7021.
After awarding this bid, but prior to any work being performed, a pre-construction meeting will be held between the
bidder and representatives of the Mobile Area Water & Sewer System. The purpose of the meeting will be to review
all matters concerning the project. This meeting will be scheduled as soon as possible after the Bid Award
Notification. The Contractor is responsible for coordinating the scheduled work with Corey McCoy at (251) 404-
2275 or Steve Davis (for areas IV-VII) at (251) 463-7021.
Work Orders: After awarding this bid, MAWSS shall provide log-on credentials to (Hexagon – HxGN EAM), the
MAWSS work order system. A work order shall be completed for each site completed on a weekly basis. A work
order must be completed with photos attached of completed work, and work inspected by MAWSS before approval
of payment.
One (1) Original Invoice for work completed may be submitted at the end of each month to the Accounts Payable
Department to MAWSS, P.O. Box 180249, Mobile, AL 36618-0249, ATTN: Accounts Payable or emailed to
acctspayable@mawss.com and one (1) copy of the Original Invoice marked “RECEIPT” is to be emailed to the
Contract Manager. All work must be itemized, per site, on the pay estimate (Invoice) and must be completed and
inspected by MAWSS before any payment will be approved.
NOTE: The vendor’s invoice for payment should be a detailed listing of work performed, services provided, dates completed, locations
involved and any other pertinent information needed to verify the work and/or services were completed in accordance to the bid
specs. This additional information can be supplied in the form of detailed invoices, work orders, checklists or any other documents
used to track the work performed or services provided but details must be included on the actual invoice.
All field personnel working on this project shall wear uniforms identifying themselves as employees of the
Contractor. All personnel working for Contractor must be permitted to work in the United States.
The bidder shall provide an emergency telephone number where a company representative can be reached twenty-
four (24) hours per day for the duration of the contract.
END OF GENERAL SPECIFICATIONS
IFB 24-011 Easement Herbicide Treatment
Page 3 of 26
IFB 24-011 EASEMENT HERBICIDE TREATMENT
SCOPE AND SPECIFICATIONS
I.
SCOPE OF WORK:
1.
The contractor shall furnish all herbicides, equipment, materials, personnel, qualified supervision and
insurance to apply herbicides to vegetation growing on sewer and water main easements and/or rights-of-
way within the Board’s water and sewer service area.
2.
Prospective bidders must make a complete inspection of all areas to receive treatment and failure to do so
will not relieve the bidder of any of the provisions of the specifications herein. All supervisory personnel
employed by the bidder to be involved in this project must be present with a Board representative at all
inspections of areas to be treated within this project.
3.
All rights-of-way/easements to receive herbicide treatment are further defined as being an average of
fifteen to twenty feet in width but may be as small as ten feet or as large as forty feet in width. In the event
that fences or other privately-owned appurtenances border the right-of-way, treatment shall extend only to
these appurtenances. In any and all cases where the limits of the easement are in question, refer to the
Board’s representative for confirmation.
4.
The intent of this contract is for herbicide spraying services to be performed in cycles (treatments) of
varying amounts of herbicide and for different types of treatment over the course of a year. This contract
may cover the same easements being treated, but the actual coverage area will vary. More than one
treatment may overlap, contractor shall have the ability to perform with the required personnel and
equipment to perform two different treatments at one time, as needed.
II.
INSPECTION OF WORK:
1. All listed areas will have an herbicide treatment to some degree. All treatments will commence within ten (10)
working days after written notice to proceed is issued. A representative of the bidder, qualified and knowledgeable
in vegetation/herbicide work will be required to survey the easement coverage areas prior to the notice to proceed
being issued to determine when a treatment cycle should start. This representative shall have a Custom Pesticide
Applicator’s License issued by the Alabama Department of Agriculture and Industries.
A. One treatment will be broadcast-brush treatment and will be applied in a uniform rate to the grass areas
along the right-of-way. The exact amount of acres to be treated will be determined by field inspection and
documentation prior to herbicide treatment by contractor and MAWSS representatives. This treatment is
for control of woody brush and weeds. Brush is treated on the entire width of the easement and side trim.
Push back of encroaching brush along edges of easement to a height of ten (10) feet.
B. Another treatment will be a brush-spot treatment, and will be varying in coverage areas, from single small
spot treatments to longer narrow band widths along the edge of the right-of-way. This is a brush control
treatment where the eradication of the vegetation (bushes, small trees, etc.) will be treated along the
easement right-of-way, but does not include grass areas, however it should control Johnson and etc.
grasses. This will include treatments six feet around all manholes. The exact amount of acres to be treated
will be determined by field inspection and documentation prior to herbicide treatment by contractor with a
MAWSS representative. The treated areas will be logged by each location, which will include dimensions.
C. Another treatment will be a Bermuda Glyphosate release application. This application is to enhance the
maintenance of grass while controlling the weed and vines. This is a broadcast treatment.
D. For the Water Supply area of work, the contractor shall provide application of aquatic non-selective
systematic control herbicides to woody vegetation growth and all aquatic vegetation and invasive species
control.
E. For Control of Vegetation – Various Sites, the contractor shall use aquatic labeled glyphosate and brush mix
with zero soil activity.
IFB 24-011 Easement Herbicide Treatment
Page 4 of 26
IFB 24-011 EASEMENT HERBICIDE TREATMENT
SCOPE AND SPECIFICATIONS (Cont’d)
2. The Contractor shall be required to inspect each area prior to application for the location of any livestock along
with any desirable vegetation such as gardens, landscaped lawns, crops, or tree orchids adjacent to the treated
areas. Prior to an application, the Contractor shall provide the MAWSS representative with a list of locations to
be skipped, address, telephone number, and reason for skipping the particular location. The Contractor shall
control the operation in order to avoid damage to the areas not specified for treatment and the Contractor shall
be responsible for any and all damages. No work will be permitted without the notification of the MAWSS
representative.
3. No later than 30 days after the completion of each application a joint inspection by representatives of the
contractor and MAWSS shall be made to determine the effectiveness of the herbicide treatment.
4. In cases where the herbicide application is not totally effective, follow-up treatments will be applied as required.
A subsequent inspection of areas that receive spot treatments shall be conducted to determine effectiveness of
the treatment for further treatment. This follow-up treatment shall be at Contractor’s Expense.
III. SCHEDULE OF WORK:
1.
All areas defined in scope of work should receive one herbicide spray treatment during the year as follows:
First Treatment - To commence within ten days of notice to proceed.
Follow-up Treatment - As required within thirty (30) days following completion of first treatment reflected
above, when necessary to secure effective control as required by these specifications.
2.
The Contractor will submit a work schedule including a detailed explanation of what and when the areas
will be treated for the MAWSS review. The schedule will need to be submitted prior to the Contract being
awarded. In the event of disagreement, the contractor will adhere to the schedule of MAWSS.
3.
Herbicide application will not be performed when weather, wind, and/or temperature would be adverse to
safe, effective herbicide application.
IV. MATERIAL REQUIREMENTS:
1.
The herbicides used in the treatment of vegetation, except aquatics, shall consist of a combination of
herbicide products that will effectively control all vegetation, except lawn grass. Any lawn grass that is
killed or permanently damaged shall be replanted, by the Contractor, by means of seeding, and growth will
be assured. Replanting shall be done at no additional cost to the Board of Water and Sewer Commissioners
of the City of Mobile.
2.
Herbicides to be used for treatment of rights-of-way shall be as follows or an approved equal:
Use Monsanto’s Round Up Pro herbicide combined with Dow Elanco’s GARLON 3A herbicide and Dupont’s
OUST at manufacturer’s recommended rates, or approved equal. No substitutions will be accepted without
prior written permission from Board. Use Monsanto’s RODEO herbicide in clean water with ADHERENT 90
surfactant for all aquatic or wetlands growth or vegetation growing in the water, or approved equal.
For treatment of Cogongrass, Glyphosate shall be used or an approved equal.
IFB 24-011 Easement Herbicide Treatment
Page 5 of 26
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.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >