invitation to bid 2018 dredging, dewatering … · 2018-04-27 · dewatering and disposal project...

27
INVITATION TO BID 2018 DREDGING, DEWATERING AND DISPOSAL PROJECT NO: 1804 DATE OF ISSUANCE: Tuesday, April 24, 2018 PROJECT TYPE: Contractor PRE-BID MEETING: 2:00pm Local Thursday, May 10, 2018 at City Hall PROPOSALS DUE BY: 2:00 P.M Local Time, Thursday, May 17, 2018 CITY PROJECT MANAGER: Andy Peters, Operations Supervisor PM CONTACT INFORMATION: (503) 759-0220; [email protected] CITY OF MOLALLA PUBLIC WORKS 117 N MOLALLA AVENUE , OREGON,

Upload: haduong

Post on 14-Sep-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

INVITATION TO BID

2018 DREDGING, DEWATERING AND

DISPOSAL

PROJECT NO: 18­04

DATE OF ISSUANCE: Tuesday, April 24, 2018

PROJECT TYPE: Contractor

PRE-BID MEETING: 2:00pm Local Thursday, May 10, 2018 at City Hall

PROPOSALS DUE BY: 2:00 P.M Local Time, Thursday, May 17, 2018

CITY PROJECT MANAGER: Andy Peters, Operations Supervisor

PM CONTACT INFORMATION: (503) 759-0220; [email protected]

CITY OF MOLALLAPUBLIC WORKS

117 N MOLALLA AVENUE, OREGON,

CITY OF MOLALLA INDEX OF DOCUMENTS

2018 DREDGING, DEWATERING AND DISPOSAL

Project No. 18­04

INVITATION TO BID

BIDDER’S CHECKLIST

INSTRUCTIONS TO BIDDERS

PROPOSAL

CONTRACTORS EQUIPMENT QUESTIONAIRE

STANDARD PUBLIC CONTRACT

TECHNICAL SPECIFICATIONS

ADVERTISEMENT FOR IDS

CITY OF MOLALLA, OREInvitation to id

2018 DREDGING, DEWATERING AND DISPOSAL Project Number 18­04

Bids Due: Thursday, May 17, 2018 by 2:00 PM, Local T

Sealed bids for the dredging, dewatering, and disposal of City of Molalla Wastewater Treatment Plant biosolid sludge will be received in the Molalla City Hall Public Works Department, 117 N. Molalla Avenue, Molalla, OR 97038 until 2:00 PM, Local Time on Thursday, May 17, 2018, at which time sealed bids will be publicly opened and read. Bids received after the above specified time shall not be considered. A Mandatory Pre­bid meeting is scheduled for 2:00PM Local Time on Thursday, May 10th, 2018 at City Hall.

In general, the contract shall consist of the following: Removal of treated wastewater sludge from two clay lined lagoon and concrete aeration basin at the City of Molalla Wastewater Treatment Plant located at 12424 S. Toliver Road, Molalla, Oregon. The sludge ranges from 7% solid to 14% solid, and shall be dewatered and transported to an approved landfill. Payment will be by the bone dry ton hauled as explained in the bid documents. The contract will be renewable annually through the year 2022, and performed as City Budget allows each year.

Complete bidding documents may be downloaded from the City of Molalla website at www.cityofmolalla.com. Contractors wishing to bid shall contact Andy Peters at [email protected] to be added to the plan­holders list.

All bids shall be submitted on the prescribed form and in the manner described in the Invitation to Bid documents.

The City of Molalla reserves the right to reject any bid not in compliance with all prescribed public bidding procedures and requirements and to reject any or all bids or to cancel the solicitation if the City of Molalla finds it is in the public interest to do so.

Project Manager for the City of Molalla is Andy Peters, Operations Supervisor. He may be reached at 503.759.0220 or [email protected]. Please use “2018 DREDGING, DEWATERING AND DISPOSAL PROJECT NUMBER 18­04” in the subject line if emailing. The successful bidder will be required to furnish a Performance bond and a Payment bond from a City approved surety for faithful performance of the contract in the full amount of the contract price. This is a Contract for a Public Works Project subject to ORS 279C.800 to 279C.870 or the Davis Bacon Act (40 U.S.C. 276a) and not less than the higher of the applicable state or federal prevailing wage must be paid on this project. In addition, all bidders shall be compliant with all tax laws. No bid will be received or considered unless the bid contains a statement by the Bidder as part of the bid that the provisions of ORS 279C.840 or 40 U.S.C. 276a will be met.

Advertised April 24, 2018

CITY OF MOLALLA, OREGON

2018 DREDGING, DEWATERING AND DISPOSAL Project No. 18-04

BIDDER’S CHECKLIST

To all Plan Holders and/or Prospective Bidders:

Use the following checklist to ensure that your bid package is complete upon submittal to the City of Molalla on the date listed in the Invitation to Bid:

Complete the Proposal in clearly written ink or typed characters. Changes may be made provided all changes are initialed.

A representative of the Contractor attended the Pre-bid meeting at 2:00PM Local Time on Thursday, May 10th, 2018 at City Hall.

Acknowledge receipt of all Addenda. Bidders are strongly encouraged to contact the City to verify that all addenda are in hand prior to submittal of the bid package.

Submit the bid package, prior to the Bid Closing time, at the place indicated in the Invitation to Bid. The bid package shall be enclosed in an opaque, sealed envelope, marked with the project title, date and time of the Opening, and the name and address of the Bidder.

2018 DREDGING, DEWATERING AND DISPOSAL Project No. 18-04

INSTRUCTIONS TO BIDDERS

Article 1. City’s Project Manager

The City’s Project Manager for the project, who assumes duties and responsibilities and has rights and authority assigned in the Contract Documents in connection with completion of this project in accordance with the Contract Documents, shall be Andy Peters, Operations Supervisor. The City’s Project Manager can be reached at City Hall 117 N. Molalla Avenue Molalla, OR 97038, or by phone (503) 759-0220, email [email protected]. If emailing, please use the project number in the subject line.

Article 2. Copies of Contract Documents

a. Copies of the Contract Documents may be obtained from the City’s website www.cityofmolalla.com. Contractors who are interested in bidding this project shall contact the Public Works Department to be added to the plan-holders list by emailing Andy Peters, Operations Supervisor at [email protected].

b. The Contractor shall use complete sets of Contract Documents in preparing the Proposal; the City assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contact Documents.

c. The City, in making copies of Contract Documents available on the above terms, does so only for the purpose of obtaining Proposals for the project work and does not confer a license or grant for any other use.

Article 3. Qualifications of Bidders

To demonstrate qualifications to perform the project work, each Bidder must be prepared to submit within five days after the Bid opening, upon the City’s request, detailed written evidence such as financial data, previous experience, present commitments and other such data as may be called for below or elsewhere in these documents. Each Proposal must contain evidence of Bidder's qualification to do business in the state of Oregon or covenant to obtain such qualification prior to award of the contract.

Article 4. Examination of Contract Documents and Site

a. It is the responsibility of each Bidder before submitting a Proposal: Article 1. To examine thoroughly the Contract Documents and other related data

identified in the Bidding Documents (including "technical data" referred to below); Article 2. To visit the site 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 project work. All site visits must be scheduled with the City’s project manager in order to avoid disruption to Wastewater Treatment Plant

operations. Article 3. To consider federal, state and local Laws and Regulations that may affect

cost, progress, performance or furnishing of the project work; Article 4. To study and carefully correlate Bidder's knowledge and observations with

the Contract Documents and such other related data; and Article 5. To promptly notify the City’s Representative of all conflicts, errors,

ambiguities or discrepancies that the Bidder has discovered in or between the Contract Documents and such other related documents.

b. Reference is made to the Public Improvement Contract and the Standard Terms and Conditions for Public Improvement Contracts for identification of additional contract provisions required by the State of Oregon in connection with this contract.

c. Concerning those reports of conditions at or contiguous to the site which have been utilized by the City in preparation of the Contract Documents; the bidder may rely upon the general accuracy of the "technical data" contained in such reports but not upon other data, interpretations, opinions or information contained in such reports or otherwise relating to the conditions at the site, nor upon the completeness thereof for the purposes of bidding or construction.

d. Concerning those drawings utilized by the City in preparation of the Contract Documents; the Bidder may rely upon the general accuracy of the "technical data" contained in such drawings but not upon other data, interpretations, opinions or information shown or indicated in such drawings or otherwise relating to such structures, nor upon the completeness thereof for the purposes of bidding or construction. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any such data, interpretations, opinions or information. The Bidder is responsible for obtaining any investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise, which may affect cost, progress, performance or finishing of the project work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Bidder and safety precautions and programs incident thereto or which Bidder deems necessary to determine its Bid for performing and finishing the project work in accordance with the time, price and other terms and conditions of the Contract Documents.

e. The submission of a Bid will constitute an incontrovertible representation by the Bidder. Article 1. That the Bidder has complied with every requirement of this Article 4; Article 2. That without exception the Bid is premised upon performing and

furnishing the project work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents;

Article 3. That the Bidder has given the City written notice of all conflicts, errors, ambiguities and discrepancies that Bidder has discovered in the Contract Documents and that the written resolutions thereof by the City are acceptable to the Bidder;

Article 4. That the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work.

Article 5. Availability of Lands for Work

The lands upon which the project work is to be performed, rights-of-way and easements

for access thereto, and other lands designated for use in performing the project work, shall be supplied by the City.

Article 6. Interpretations and Addenda

All questions about the meaning or intent of the Contract Documents are to be directed to the City or City’s Project Manager. Interpretations or clarifications considered necessary by the City in response to such questions will be issued by Addenda emailed or delivered to all parties recorded by the City as having received the Bidding Documents. Questions received less than five days prior to the date for opening of Bids may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City or City’s Project Manager.

Article 7. Proposal Form

The Proposal Form is included with the Bidding Documents; additional copies may be obtained from the Public Works Department by emailing Andy Peters, Operations Supervisor at [email protected]. All blanks on the Proposal must be completed by clearly printing in ink or by typewriter. Changes may be made provided that the Bidder initials all changes.

All items in the proposal form shall be completed in full showing a lump sum price or prices for each and every item. The price per item shall be clearly shown in the space provided. The pricing shall be extended to show the total when required.

The extensions in the column headed “TOTAL COST” are made for the sole purpose of facilitating bid comparisons and if there are any discrepancies between the unit prices and the total amount shown, the unit prices shall govern.

Article 8. Submission of Bids

Bids shall be submitted, prior to the Bid Closing time, at the place indicated in the Invitation to Bid. The Bid shall be enclosed in an opaque sealed envelope, marked with the Project title, date of opening, name and address of Bidder, and other required documents.

Facsimile Bids and/or Electronic Data Interchange bids will not be accepted, and Bids received after the scheduled Bid Closing time will not be opened or considered by the City.

Article 9. First-tier Subcontractor Disclosure

In accordance with ORS 279C.370, bidders are required to disclose information about certain first-tier subcontractors when the contract value for a public improvement is greater than $100,000. Specifically, within two working hours after the date and time of the deadline when the bids are due, the Bidder shall submit to the City a disclosure of the first-tier subcontractors that: a. Will be furnishing labor or will be furnishing labor and materials in connection with the

public improvement; and b. Will have a contract value that is equal to or greater than five percent (5%) of the total

project bid or $15,000, whichever is greater, or $350,000 regardless of the percentage of the total project bid.

The Bidder shall use the “First-tier Subcontractor Disclosure Form” provided with the Contract Documents, and shall list the name of each first-tier subcontractor, and the category of work that they will be performing.

If the Bidder will not be using any subcontractors that are subject to the above disclosure requirements, the Bidder shall indicate “NONE” on the First-tier Subcontractor Disclosure Form.

Article 10. Drug Testing Program

By signing and submitting a Bid to the City, the Bidder shall certify that it has an employee drug testing program in place.

Article 11. Non-discrimination Certification

By signing and submitting a Bid to the City, the Bidder shall certify that, per OAR 137-030-0100, it has not discriminated against minority, women, or emerging small business enterprises in obtaining any subcontracts.

Article 12. Modification and Withdrawal of Bids

a. Bids may be modified or withdrawn at any time prior to the opening of Bids. This may be done by the Bidder in person or upon his/her written request delivered to the place where Bids are to be submitted. A telephoned request for withdrawal of a Bid will not be recognized as a legitimate means for withdrawal of a Bid.

b. If, within twenty-four hours after Bids are opened, any Bidder files a duly signed, written notice with the City’s Project Manager and promptly thereafter demonstrates to the reasonable satisfaction of the City 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 project work to be provided under the Contract Documents.

Article 13. Opening of Bids

Bids will be opened and (unless obviously non-responsive) read aloud publicly at the place where Bids are to be submitted, Molalla City Hall, 117 N Molalla Avenue, Molalla, OR 97038, at the time for the Bid Opening stated in the Invitation to Bid.

Article 14. Bids to Remain Subject to Acceptance

All Bids will remain subject to acceptance for sixty (60) days after the day of the Bid opening, but the City may, in its sole discretion, release any Bid and return the Bid security prior to that date.

Article 15. Award of Contract

a. The City reserves the right to reject any or all Bids, including without limitation the rights

to reject any or all nonconforming, non-responsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if the City believes that it would not be in the best interest of the City 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 the City. The City also reserves the right to waive all informalities not involving price, time, or changes in the project work and to negotiate contract terms with the Successful Bidder. Discrepancies between words and figures will be resolved in favor of the words.

b. In evaluating Bids, the City will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Proposal or prior to the Notice of Award.

c. The City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the project work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents. The City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the project work when such data is required to be submitted prior to the Notice of Award.

d. The City may conduct such investigations as it 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 project work, in accordance with the Contract Documents, to the City’s satisfaction, within the prescribed time.

e. If the contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder whose evaluation by the City indicates that the award will be in the best interests of the City.

f. If the contract is to be awarded, the City will give Successful Bidder a Notice of Award within thirty (30) days after the day of the Bid opening.

Article 16. Signing of Public Improvement Contract

When the City gives a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Public Improvement Contract with all other written Contract Documents attached. Within seven (7) days thereafter, the Contractor shall sign and deliver the required number of counterparts of the Public Improvement Contract and attached documents to the City with the required liability and workers compensation insurance certificates. Within thirty (30) days thereafter, the City shall deliver one fully signed counterpart to the Contractor. Each counterpart is to be accompanied by a complete set of the Drawings, if applicable, with appropriate identification.

Article 17. Certificate of Insurance

Successful Bidder shall submit a certificate of comprehensive general liability insurance and auto liability insurance naming the City of Molalla as an additional insured for the project duration. The minimum limit of general liability insurance required is $2,000,000 per occurrence comprehensive general liability. The minimum limit of auto liability insurance required is $2,000,000 per occurrence combined single limit. The certificate of insurance must be received within ten (10) calendar days after receiving Notice of Award. Successful Bidder may not commence work on the project until all required insurance coverage has been

approved and Notice to Proceed has been issued.

Article 18. Prevailing Wage and Performance Bond

Prevailing wages and Bonds – The successful bidder will be required to furnish a Performance bond and a Payment bond from a City approved surety for faithful performance of the contract in the full amount of the contract price. This is a Contract for a Public Works Project subject to ORS 279C.800 to 279C.870 or the Davis Bacon Act (40 U.S.C. 276a) and not less than the higher of the applicable state or federal prevailing wage must be paid on this project. In addition, all bidders shall be compliant with all tax laws. No bid will be received or considered unless the bid contains a statement by the Bidder as part of the bid that the provisions of ORS 279C.840 or 40 U.S.C. 276a will be met.

PROPOSALPAGE 2

2018 DREDGING, DEWATERING AND DISPOSAL Project No. 18-04

PROPOSAL FORM

This Proposal is submitted as an offer by the undersigned, having examined the Contract Documents and considered all conditions to be encountered, to enter into a Public Improvement Contract with the City of Molalla (City) to furnish all labor, materials, and equipment, and to perform all work necessary to complete this project, in accordance with the Contract Documents, in consideration of the amounts stated in this Proposal.

PROPOSAL AMOUNTS:

The Bidder will provide the following items in accordance with the specifications, for the prices listed. Further, the Bidder acknowledges that the following price bid is submitted with the understanding that the quantity of biosolids to be hauled disposed of is known.

DESCRIPTION OF SERVICES

Activity

Estimated Bone Dry Tons to Be Hauled over 5 years

Unit Price (Cost per dry ton)

Total Estimated Bid Cost

Mobilization $__________

Processing (pumping, polymerization, dewatering, analytics and lab)

6000 tons $__________ $__________

Hauling and Landfilling 6000 tons $__________ $__________ Demobilization $__________

*will only be billed or invoked by Contractor for change orders per contract specifications

TOTAL BID: DOLLARS AND /100

All blanks on the Proposal must be completed by clearly printing in ink or by typewriter. The undersigned declares by the signing of the Proposal that the bid price includes the entire cost of each item of work set forth in the Contract Documents, and the bidder has prepared the Proposal so that the bid for each item is complete.

RESIDENT/NONRESIDENT BIDDER STATUS:

Oregon law requires that the Owner, in determining the lowest responsive bidder, must add a percent increase on the bid of a nonresident bidder equal to the percent, if any, of the preference given to that bidder in the state in which that bidder resides. Consequently, each bidder must indicate whether it is a resident or nonresident bidder. A resident bidder is a bidder that has

PROPOSALPAGE 3

paid unemployment taxes or income taxes in the state of Oregon during the 12 calendar months immediately preceding submission of this bid, has a business address in Oregon, and has stated in its bid whether the bidder is a "resident bidder". A "nonresident bidder" is a bidder who is not a resident bidder.

The bidder listed above is (check one):

1. A resident bidder

2. A nonresident bidder

Indicate state in which bidder resides:

NON-DISCRIMINATION STATEMENT:

By signing and submitting this Proposal to the City, the Bidder certifies that, per OAR 137-046-0210, it has not discriminated against any minority, women, or emerging small business enterprises in obtaining any subcontracts.

ADDENDA:

By signing and submitting this Proposal to the City, bidder represents that it has examined and carefully studied the Contract Documents, and other data identified in the Contract Documents, and the following Addenda, receipt of which is hereby acknowledged:

ADDENDUM NO. ADDENDUM DATE

PROPOSALPAGE 3

SIGNATURE OF BIDDER:

Name of Bidder:

Signature of Authorized Agent: (Date)

Title:

(SEAL) Business Address:

Phone #:

Email Address:

Construction Contractors Board Registration No.:

Workers Comp. Insurance Company:

Workers Comp. Policy/Binder Number:

Equipment Questionnaire Page 1 of 3

2018 DREDGING, DEWATERING AND DISPOSAL

Project No. 18-04

CONTRACTOR’S EQUIPMENT QUESTIONNAIRE

DATE:

APPLICATION OF: (Name of Applicant)

TYPE OF FIRM:

Individual Co-partnership Corporation

Joint Venture Member of a Joint Venture

ADDRESS (to which all of applicant’s correspondence is to be mailed):

Telephone No. Fax No.

IF A CORPORATION, registered agent for service of process:

Telephone No. Fax No.

Equipment Questionnaire Page 2 of 3

1. List names of previous and current assumed business names and the state or states in which such names were registered, of any:

2. BIDDER’S EQUIPMENT QUESTIONNAIRE

List equipment owned by the bidder for the particular type of work for which qualification is sought. List only major items. List make and model numbers of any large dewatering equipment.

Description, Quantity, and Capacity of Items Age in years /condition

Estimated Total Value of Equipment: $

Does the applicant intend to rent equipment? If so, provide a general description of the types of equipment, and note where it is available:

Equipment Questionnaire Page 3 of 3

3. The following space may be used for general remarks and explanations pertaining to the foregoing statements.

4. SIGNATURE OF APPLICANT:

Signature:

Printed Name: (Date)

Title:

(SEAL)

FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM

PROJECT NAME 2018 DREDGING,DEWATERINGANDDISPOSAL

PROJECT NUMBER 18-04

Bid Submittal Deadline Date: Thursday, May 17, 2018 Time: 2:00 PM

Note: You must enter “NONE”, sign and submit the form if there are no subcontractors that need to be disclosed. (Attach additional sheets if needed.)

Firm Name CCB Number

Address Category of Work

City, State, Zip Subcontract Amount

Firm Name CCB Number

Address Category of Work

City, State, Zip Subcontract Amount

Firm Name CCB Number

Address Category of Work

City, State, Zip Subcontract Amount

Signature of Bidder Date

AGREEMENT

2018 DREDGING, DEWATERING AND DISPOSAL Project No. 18-04

THIS AGREEMENT, made and entered into this , day of , 2018 by and between the City of Molalla in Clackamas County, Oregon, hereinafter referred to as Owner, and NAME OF CONTRACTOR, hereinafter referred to as Contractor.

WITNESS TO

WHEREAS, the Owner intends to have the Contractor DEWATER AND HAUL BIOSOLIDS FROM THE WASTEWATER TREATMENT PLANT TO PERMITTED SITE and such additional and incidental work as called for by the Contract Documents. This is herein called the Project, in accordance with the Specifications and other Contract Documents prepared by the City of Molalla for Project #18-04

NOW, THEREFORE, the Owner and Contractor for the considerations hereinafter set forth, agree as follows:

THE CONTRACTOR AGREES to furnish all the necessary labor, materials, equipment, tools, and services necessary to perform and complete in a workmanlike manner all work required for the completion of the Project, in a strict compliance with the Contract Documents herein mentioned, which are hereby made a part of the Contract.

1. Contract Time – Work under this Agreement will commence as specified in the Notice to Proceed, and shall be completed within of the commencement of the contract time as defined in the Technical Specifications, or as specified in the Notice to Proceed each year.

2. Subcontractors – Contractor agrees to bind every subcontractor to the terms of the Contract Documents and the provisions made in ORS 279.314 (revised January 1, 2000). The Contract Documents shall not be construed as creating any contractual relation between any subcontractor and Owner.

3. Authority and Responsibility of the Project Manager – All work shall be done under the general supervision of or designated representative of the Owner. Any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, rate of progress of work, interpretation of Specifications and all questions as to the acceptable fulfillment of the Contract on the part of Contractor shall be decided by the Owner.

4. Successors and Assigns – This Agreement and all of the covenants hereof shall insure to the benefit of and be binding upon Owner and Contractor respectively and his partners, successors, assigns, and legal representatives. Neither Owner nor Contractor shall have the right to assign, transfer, or sublet his interests or obligations hereunder without written consent of the other party.

5. Special Provisions – Owner and Contractor mutually agree that this Agreement shall be subject to the following Special Provisions, which shall supersede other conflicting provisions of this Agreement.

6. Contract Duration – At the digression of the City, the Contract will be renewable for 5 years.

7. Prevailing wages and Bonds – The successful bidder will be required to furnish a Performance bond and a Payment bond from a City approved surety for faithful performance of the contract in the full amount of the contract price. This is a Contract for a Public Works Project subject to ORS 279C.800 to 279C.870 or the Davis Bacon Act (40 U.S.C. 276a) and not less than the higher of the applicable state or federal prevailing wage must be paid on this project. In addition, all bidders shall be compliant with all tax laws. No bid will be received or considered unless the bid contains a statement by the Bidder as part of the bid that the provisions of ORS 279C.840 or 40 U.S.C. 276a will be met.

Owner agrees to pay and Contractor agrees to accept, in full payment for the performance of this Contract at the bid price of $ for the removal, dewatering and disposal of biosolids in accordance with the Technical Specifications.

Progress payments will be made in accordance with the Technical Specifications of the Contract Documents.

IN WITNESS WHEREOF, the parties have made and executed this Agreement, the day and year first above written.

Owner Contractor

City of Molalla Name of Construction Company

(Signature of Authorized Person) (Signature of Authorized Person)

(Print Name and Title of Authorized Person) (Print Name and Title of Authorized Person)

CITY OF MOLALLA, OREGON

WASTEWATER TREATMENT PLANT

2018 DREDGING, DEWATERING AND DISPOSAL Project No. 18-04

TECHNICAL Contractor shall provide to the City the following services:

1. Scope of Work. a. The Contractor will provide labor, materials, supplies, and equipment to dredge,

dewater, haul away, and dispose of an estimated 6000 Bone Dry Tons from Lagoon 1, Lagoon 2, and the Aeration basin. Contractor will dredge and screen the solids prior to use of dewatering equipment. Contractor will then transport the dewatered solids to a designated disposal site.

2. Process Description a. CONTRACTOR will draw the slurry from screening tank to at least two (2) belt presses

which measure at least 1.7­meters. Each belt press shall be fed using a its own feed pump capable of at least 300­350 gallons per minute. Contractor will use a variable frequency drive (VFD), and regulate the speed control of these feed pumps, in order to achieve continuously optimum pumping rate to the belt press. The belt press equipment itself must also have its own onboard feed pump to allow for process optimization.

b. A polymer make down system shall be used, allowing for the mixing and hydration of polymer flocculent, which shall be used to aid the separation process. The hydrated and aged polymer shall be metered using a VFD driven positive displacement pump. The VFD shall be used to achieve a precise flow regulation of the polymer so that the correct dose is added for optimal separation while minimizing waste.

c. The slurry and polymer flow will both be measured using magnetic flow meters and the polymer will be added to the slurry with a static in­line mixer to blend the two, based on the flows. The polymerized slurry will then be injected into the belt press where the separation will take place.

d. The CONTRACTOR will maximize Belt Press output, cake dryness and capture, while minimizing polymer dosage during all phases of the project.

e. The liquid portion of the dredged material will exit the belt press and will drain by gravity through at least one polishing tank, and finally back into Lagoon 1 (no water will be pumped directly into Lagoon 2). The cake or solids portion will drop onto a conveyor and be transported in 20 yd. bins or 2 axle trucks. The Contractor is responsible for ensuring trucks and transfer equipment is able to be used on the lagoon dikes, and no equipment shall at any time pose a risk to the dikes.

3. Schedule and Personnel on site a. CONTRACTOR may plan to operate 10 hours per day. No work shall be performed on

Saturday or Sunday. No labor, parts, or assistance from the City will be supplied, and the Contractor shall not request such from city Staff. Interactions with the Wastewater Treatment Plant operators will be limited to coordination for the purpose of adjusting, or cease, de­watering processes to meet the Treatment goals of the plant.

b. Contract schedule compliance is critical. For the year 2018 the Contractor will execute the contract with the City within five (5) working days of July 1st 2018. The Contractor shall be on site with all machinery, tool, apparatus and working no later than July 10th. For the remaining years of this contract, the contractor will perform work within the schedules noted in that year’s notice to proceed.

4. Measurement of Bone Dry Tons a. Two samples of cake or solids will be taken from each load. One sample will be analyzed

by CONTRACTOR using a Moisture Analyzer to determine the % solids content. The other sample will be retained for the City’s Wastewater Treatment Plant Operators to test in the City’s laboratory. Contractor will mark all samples given to the City with time and date it was drawn. If there are any discrepancies between the solids content derived by CONTRACTOR and that found by the City’s lab, the City’s lab will be assumed to be correct. The % solids will be multiplied by the net weight of each drop box load as shown on the landfill truck scale tickets to determine the dry tonnage per load. CONTRACTOR will compile a truck log that will sum the dry material removed on a daily basis with a running total showing project to date. Each log entry will also show the TAIL NUMBER and GROSS VEHICLE WEIGHT that hauled the load. The following formula will be used:

Dry tons = Net Drop box weight (lbs.) x Cake Dryness (%)

___________________________________

2000 lbs. /ton

5. References a. Contractor will supply references for at least the Project Manager who will be on

site during the whole project, and who has attended the pre-bid meeting. 6. Special Conditions

a. The contractor will provide analysis and testing of biosolids required by the landfill of choice, and be approved for disposal of dewatered biosolids by that landfill. The Contractor will supply copies off all analytic results, permits, and letters of permission generated.

b. All operations by the contractor will be done in such a way as to minimize or eliminate odor.

c. All precautions necessary to protect the earthen dikes from any operations, including trucking, dewatering, or returning water back to the lagoons, shall be observed by the contractor.

d. The contractor will coordinate with City Forces during all phases of the contract to ensure any actions taken do not disrupt the treatment plant or cause problems with the plants’ NPDES permit compliance.

e. The contractor shall plan and methods and means of transporting all equipment into position onto the lagoon levies. NOTE: temporary access road construction from HWY 211 will not be possible due to wetlands.

f. The Contractor may plan to use the 460v, 300 amp power located at the inlet of Lagoon 1.

g. The contractor shall haul all biosolids per bid Schedule to approved landfill. h. Contractor will be responsible for all site cleanup, leaving the plant in good

condition at the end of each years dewatering and hauling operations.

i. The City’s Project Manager will have the authority to halt work due to City operations, weather, spillage, mechanical or treatment problems at the wastewater treatment plant.

j. The OAR 340 Division 50 rules and EPA’s 40 CRF Part 503 regulations regulate the City’s biosolids program. All biosolids to be hauled and applied are Class ”B” biosolids.

k. A Project Manager for the Contractor shall be designated and be responsible for biosolids hauling and application coordination. The Project Manager will be on site during the project.

l. The Contractor is responsible for any and all coordination, communication, and work performance of its subcontractors. Under no circumstances will the City be asked to work directly with a subcontractor unless the City determines it is in its best interest to do so. Subcontractors must be approved by the City and supply the city with all insurance documents specified by the City.

m. Biosolids shall be dewatered, polymerized, and hauled to the landfill using in such a way and to such a level as to provide the most economic benefit to the City.

n. Contractor will communicate directly with the plant operations staff on an ongoing basis throughout each day to ensure treatment processes and NPDES compliance is not interrupted by the dredging and dewatering processes.

o. All trucking and hauling manifests will be supplied to the City at the end of each day. Manifests will include the typical truck identification, driver name and signature, time and date of haul, destination, and hauled volume for each load.

p. Contractor will provide experienced, competent drivers. Drivers must hold the necessary current CDL license, and comply with applicable ODOT drug and alcohol testing requirements.

q. Contractor is responsible to ensure that trucks are not overloaded and would pay any and all fines or penalties resulting from an overweight load.

r. Contractor shall use leak-proof trucks suitable for hauling liquid biosolids on public roadways to avoid spillage. Use of any equipment that allows leakage or damage to streets is prohibited. All costs associated with cleanup of spillage or damage at the wastewater treatment plant or the landfill or public roadways shall be the responsibility of the Contractor.

7. Lagoon 1 sludge depth Map and % solids are attached on the following pages, as well as a map of the Aeration Basin sludge Depths, and site plant of the Waste Water Treatment Plant. Lagoon 2 sludge depths are to be determined.

TECHNICAL SPECIFICATIONS

CONTRACTOR CERTIFICATION

I, the undersigned, have read and understand the TECHNICAL SPECIFICATIONS for the 2018 DREDGING, DEWATERING AND DISPOSAL Project. I understand that the TECHNICAL SPECIFICATIONS are an integral part of the Contract for the project and agree to perform the work in accordance with the terms and conditions as described above.

Signed by Contractor:

Printed Name:

Date: