request for proposals sludge removal and disposal ...c84de958-9ee4-4cfe-90e3...1 request for...
TRANSCRIPT
1
Request for Proposals
Sludge Removal and Disposal
Dillingham Waste Water Treatment Plant Lagoon Cells
City of Dillingham
P.O. Box 889
Dillingham, AK 99756
Tel: 907-842-4323; Fax: 907-842-2060
Sludge Removal and Disposal Project
The purpose of this Request for Proposals (RFP) is to identify a firm for a one-time removal of
accumulated sludge from the treatment lagoons at the City of Dillingham’s Waste Water
Treatment Plant (WWTP), transport of the removed sludge to the City’s landfill, and disposal
of the sludge in a monofill constructed at the landfill.
All Proposers information and Forms are available on the City of Dillingham Website
(http://www.dillinghamak.us ). Potential Proposers must email the City’s Project Manager @
[email protected] (NOTE underscore between “steve” and “cropsey”) of interest in the
project and will in turn get confirmation from Steve Cropsey that notice of interest has been
received. Any subsequently issued Addenda to this RFP will be posted on the City’s Website and
Notice of Addenda will be sent to all confirmed Proposers that have indicated interest in the project
to the Project Manager. It will be the Proposer’s responsibility to make the Project Manager aware
if confirmation has not been received of the Proposer’s interest. The Project Manager can also be
contacted @ (760) 567-6868 or @ (907)842-3423
The WWTP is an aerated lagoon system constructed in 1987 comprised of two cells operated in
series: the first cell is aerated and the second cell is operated in a facultative mode. Influent to the
treatment works is comprised of domestic waste water and septage. The plant has an Alaska
Department of Environmental Conservation (ADEC) permitted capacity of .273 million gallons per
day with average discharges of approximately 200,000 gallons per day (gpd).
Recent investigations have indicated that the volume of accumulated sludge in the lagoon cells is
negatively affecting the treatment process. In 2009, a sludge blanket survey of the sewage cells by
the City reported that the sludge depth in Cells 1 and 2 varies from 1.5 to 6 feet deep. Based on that
survey data, the estimated volume of sludge in the two cells was approximately 10,000 wet cubic
yards. The Contractor shall assume the minimum quantity of dry tons of sludge that will be
removed from the lagoon cells, transported to the landfill, and disposed in the monofill will be 400
dry tons.
The City’s objective is to remove and dispose of the sludge from both lagoon cells. In light of this,
the City is requesting proposals to include a lump sum price for mobilization and demobilization, a
lump sum price for construction of the monofill, a unit cost per dry ton to remove accumulated
sludge, and a unit cost per dry ton to transport and dispose removed sludge at the monofill. The
transport distance is approximately 9.8 miles each way.
2
The sludge removal project is outlined in the RFP Scope of Work. The City will consider
expanded or modified project activities or alternative project approaches. The proposed work
plan should clearly explain proposed modifications and how these modifications will achieve
comparable or improved results compared to those identified in the RFP. Interested contractors
are encouraged to visit the work site. Visits can be arranged by calling Steve Cropsey, Project
Manager at 907-842-3423 or 760-567-6868.
Preproposal Teleconference
A preproposal teleconference will be held at 2:00 p.m. Alaska Daylight Time on April 16, 2013.
Representatives of the City and engineer will be present to discuss the project. Proposers are
encouraged to attend and participate in the teleconference. The City will transmit to prospective
proposers of record such addenda as the City considers necessary in response to questions arising at
the teleconference. Oral statements may not be relied upon and will not be binding or legally
effective. The call-in information for the teleconference is as follows: Dial-in No. 866-203-7023,
Conference Code 7733934314.
Proposal Submission and Acceptance
Any proposal not meeting the requirements of the proposal directions shall be considered non-
responsive.
Proposals must be received by 5:00 PM Alaska Daylight Time, Wednesday, April 25, 2013 at
the Dillingham City Hall. This is a request for proposals not a request for bids. There will not be a
formal bid opening. It is the sole responsibility of the submitter to see that their proposal is
submitted on time. Any proposal received after the deadline will not be considered and will be held
unopened. No responsibility will be attached to any officer or City employee for the premature
opening of or failure to open a proposal not properly addressed and identified.
The City reserves the right to reject any or all proposals, to waive any informalities in the
procedures, or to cancel the solicitation if it is in the best interest of the City. The City shall have
the right to reject any proposal from a firm determined by the City at its discretion, to be not
responsible or not qualified to perform the proposal specifications. A determination that a firm is
not responsible may be made solely on the basis of previous failure to perform properly or to
complete contracts.
If any addenda are issued pertaining to the proposal documents and subject addenda are not
acknowledged, the proposal will be considered non-responsive. The Proposal Form provides a
space for acknowledgement of receipt of addenda.
Telegraphic or electronic submissions of proposals will not be accepted except to withdraw,
modify, or correct a previous hard copy that was submitted on time.
Proposals shall be made on the forms provided by the City or copy thereof and shall be signed by
the submitter with signature in full. Each proposal shall be enclosed in an envelope and clearly
marked “Sludge Removal and Disposal 2013 – City of Dillingham”, “Request for Proposal,
3
DO NOT OPEN”. Attention: City Clerk, 141 Main Street (or P.O. Box 889), Dillingham, Alaska
99756, (907)842-5212
Any submitter may withdraw, modify, or correct his/her proposal after it has been deposited with
the City. Such requests for withdrawal, modifications, or correction must be received by the City in
writing, fax, or by electronic telecommunication before the time set for opening proposals. The
original proposal, as modified by such written or electronic telecommunications will be considered
as the proposal submitted by the submitter; provided that written confirmation of any telegraphic
withdrawal, modification, or correction over the signature of the submitter is sent prior to the time
set for the proposal opening. It is the sole responsibility of the submitter to verify timely receipt by
the City. The City expressly reserves the right to reject any and all proposals and to not award the
proposed agreement, if it is in the City’s best interest.
A copy of the submitter’s current Alaska Business License (as issued by the State Department of
Commerce) shall be submitted with the proposal.
This RFP is not to be construed as a commitment of any kind; nor does it commit the City to pay
for any costs incurred in the preparation or submission of a proposal or for any other costs incurred
prior to the execution of a formal contract.
Project Funding Sources
This project is being funded by a variety of funding sources that may include federal, state and
local sources. Contractors for the City are required to meet all relevant federal, state and local
statues and regulations of funding agencies.
Wage Rates
The work under this RFP is to be paid for by public funds; therefore, minimum prevailing wage
rates apply.
The minimum wages to be paid various classes of mechanics, laborers, or field surveyors shall be
not less than the prevailing wage rates and non-resident per diem rates established by the
Commissioner of the Department of Labor and Workforce Development of the State of Alaska in
accordance with the provision of AS 36.05.010 through AS 36.05.120 and as specified herein.
The most recent determination of wage rates prior to the RFP date shall remain in effect and shall
be re-evaluated in accordance with AS 36.05.010.
In accordance with the provisions of AS36.05.070(c), employees shall be paid unconditionally and
not less that once a week. No employee shall be paid less than the minimum published rate,
regardless of the contractual relationship between the Contractor or Subcontractor and laborers,
mechanics, or field surveyors. Rates of pay shall be posted at the Site in a prominent and
accessible location.
4
The City doesn’t guarantee that labor can be procured for the minimum wages in the wage scale.
The rates of wages listed are minimum only, below which Contractor cannot pay, and they do not
constitute a representation that labor can be procured for the minimum listed. The City may
terminate Contractor if found to be paying less that rate of wages specified.
The City will not recognize and Claim for additional compensation because of the payment by the
Contractor of any wage rate in excess of the prevailing wages set from in the Contract Documents.
The possibility of wage increases is one of the elements to be considered by the Contactor in
determining its Bid, and will not under any circumstances be considered as the basis of a Claim
against the City.
Employment Preference
Attention is directed to the provisions of AS 36.10.010 through AS 36.10.180 concerning the
employment of residents, apprentices, aliens, and prisoners on public projects.
Work Hours
Except as otherwise required for the safety or protection of persons or the Work or property at the
Site or adjacent thereto, the Contractor will be permitted to work 7 days per week during daylight
hours.
Contract Terms
The Contractor’s duties begin on the date the City issues a Notice to Proceed. All work shall be
completed no later than August 5, 2013. If the contract work is not complete on time the contractor
shall pay the City liquidated damages for the delay (but not as a penalty) in the amount of eight
hundred dollars ($800.00) for each calendar day that expires after the time specified above until the
contract work is complete.
Bid Security
Proposal shall be accompanied by Bid security made payable to the City in an amount of 5 percent
of the Bidder’s maximum Bid price and in the form of a certified check or bank money order or a
penal Bid Bond (on the attached form), issued by a surety.
The bid security of the Successful Bidder will be retained until such Bidder has executed the
contract Documents, furnished the required contract security and met the other conditions of the
Notice of Award, whereupon the Bid security will be returned. If the Successful Bidder fails to
execute and deliver the Contract Documents and furnish the required contract security within 5
days, the City may annul the Notice of Award and the Bid security of that Bidder will be forfeited.
Bid security of other Bidders whom the City believes to have a reasonable chance of receiving the
award may be retained by the City until the earlier of the 7th
day after the Effective Date of the
Agreement or the 60 days after bid opening, whereupon Bid security furnished by such Bidders
will be returned.
5
Bid security of other Bidders whom the City believes do not have a reasonable chance of receiving
the award will be returned within 7 days after Bid opening.
Bids to Remain Subject to Acceptance
Bids shall remain subject to acceptance for 45 days after the bid opening, or for such longer period
of time that the Bidder may agree to in writing upon request of the City.
Proposal Format
All proposals are required to address each of the Evaluation Criteria. Proposals must be complete
as to the requested information. Failure to follow this format in a proposal or failure to include
complete information as requested will result in a lower score and may result in disqualification of
the proposal. Each submission must include one original signed and six additional copies of the
proposal. Proposals must be in a sealed envelope with the following information clearly identified
on the outside of the envelope:
Submitting firm’s name
Project name: “Sludge Removal and Disposal 2013 – City of Dillingham”, “Request for
Proposal, DO NOT OPEN”. Attention: City Clerk, 141 Main Street (or P.O. Box 889),
Dillingham, Alaska 99756
Required Documents to be Submitted with Proposal
Proposal Narrative (see page 8 of this RFP for Proposal Narrative content requirements)
Contractor Information Form
Proposal Fee Schedule
Bid Security
Alaska Business License
Required Supplemental Information
Certificate of Insurance submitted within ten (10) days of receipt of Notice-of-Intent to
Award (See Insurance Requirements below.)
Performance Bond. A performance bond submitted within ten (10) days of receipt of
Notice-of-Intent to Award (See Performance and Payment Bond requirements below.)
Insurance Requirements
Contractor must furnish a certificate of insurance within (10) days of receipt of the Notice-of-Intent
to Award and must provide for a sixty (60) day prior notice of cancellation, non-renewal or
material change of the policies. Failure to furnish satisfactory evidence of insurance or lapse of
policy is a material breach of the contract and grounds for termination of this agreement. Each
policy shall be endorsed with a waiver of subrogation in favor of the Owner. All other insurance
policies required of the Contractor by this agreement shall be endorsed to provide that such
6
insurance shall apply as primary insurance and that any insurance or self-insured carried by the
Owner will be excess only and will not contribute with the insurance required by this agreement.
All other insurance policies required of the Contractor and subcontractors by this Agreement shall
be endorsed to name the Owner as additional insured. All insurance shall be on an occurrence from
acceptable to the Owner and having an A.M. Best rating of “A” or better.
Workers’ Compensation and Employers’ Liability Insurance as required by any applicable law or
regulation. Employers’ liability insurance shall be in the amount no less than $500,000 each
accident for bodily injury, $500,000 policy limit for bodily injury by disease and $500,000 each
employee for bodily injury by disease. The Contractor shall be responsible for Workers’
Compensation Insurance for any subcontractor who directly or indirectly provides services under
this contract. This coverage must include statutory coverage for states in which employees are
engaging work. If there is an exposure of injury to Contractor’s employees under the U.S.
Longshoremen’s Harbor Workers’ Compensation Act, the Jones Act, or under laws, regulations or
statutes applicable to maritime employee, coverage shall be included for such injuries or claims.
1. Commercial General Liability Insurance: The Contractor is required to provide Commercial
General Liability (CGL) insurance with limits not less than $2,000,000 combined single limit
per occurrence and $2,000,000 in the aggregate not excluding premises operations, independent
contractors, products, and completed operations, broad form property damage, blanket
contractual, explosion, collapse and underground hazards. Limits may be a combination of
primary and excess (umbrella) policy forms.
2. Comprehensive Automobile Liability Insurance: Covering all owned, hired and non-owned
vehicles with coverage limits not less than $1,000,000 single limit per occurrence bodily injury
and property damage.
3. Property Insurance: The Contractor shall submit to the Owner evidence of All Risk Builder’s
Risk Insurance for all physical loss, including earthquake and flood (100% completed value
basis) upon the entire work naming the Owner, the Contractor and the subcontractors as
additional insured parties and as their interests may appear to the full contract sum thereof, until
the project is completed by the Contractor and accepted by the Owner. The policy, by
endorsement, shall specifically permit partial or beneficial occupancy at or prior to substantial
completion or final acceptance of the entire work.(Only if applicable
Proof of Insurance: The Contractor shall furnish the Owner with a Certificate of Insurance or
where requested by the Owner, the policy declaration page with required endorsements attached
thereto showing the type, amount, effective dates and dates of expiration of all policies. All
endorsements shall reference policy number and the project name and project number. The Owner
is and is to be identified on all certificates and endorsements and shall be listed as an additional
insured.
To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless
Owner its officers, and employees from and against any and all loss, expense, damage, claim,
demand, judgment, fine, charge, lien, liability, action, cause of action, or proceedings of any kind
whatsoever (whether arising on account of damage to or loss of property, or personal injury,
7
emotional distress or death) arising directly or indirectly in connection with the performance or
activities of the Contractor hereunder, whether the same arises before or after completion of the
contractor’s operations or expiration of this Agreement, except for damage, loss or injury resulting
from the Owner’s gross negligence or willful misconduct.
Without limiting its indemnification, the Contractor shall maintain, until acceptance of the project
by the Owner, occurrence type coverage of the kinds and minimum amounts set forth above. All
insurance limits are minimums. If the Contractor’s policy contains higher limits, the Owner shall be
entitled to coverage to the extent of such higher limits. The Owner, at its sole discretion, may raise
or lower the limit.
Performance and Payment Bonds
Proposals are not being solicited based upon a lump sum cost but instead the proposed sludge
removal methodology and the unit cost/dry ton to remove and dispose of accumulated sludge. A
contract amount will be negotiated with the selected bidder.
1. Contractor shall furnish performance and payment bonds, each in an amount at least equal
to the Contract Price as security for the faithful performance and payment of all of
Contractor’s obligations under the Contract Documents. These bonds shall remain in effect
until one year after the date when final payment becomes due, except as provided otherwise
by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such
other bonds as are required by the Contract Documents.
2. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in
the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended)
by the Financial Management Service, Surety Bond Branch, U.S. Department of the
Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a
certified copy of that individual’s authority to bind the surety. The evidence of authority
shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
3. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent
or its right to do business is terminated in any state where any part of the Project is located
or it ceases to meet the requirements of Paragraph 2 above, Contractor shall promptly notify
City and shall, within 20 days after the event giving rise to such notification, provide
another bond and surety, both of which shall comply with the requirements of Paragraphs 2
above.
8
Proposal Evaluation Process
The selection of a contractor to perform the requested services will be made by a committee which
will evaluate the proposal in accordance with the Evaluation Criteria specified below according to
the weights listed. Evaluators will independently assess each proposal according to the evaluation
criteria as listed below. The evaluator’s proposal scores will be tallied for each proposal. The
evaluation committee will make a recommendation to the Dillingham City Council regarding its
assessment of the proposals. Awarding contracts is a function of the City Council. After completion
of negotiations with the selected contractor, a Notice of Intent to Award will be provided to the
selected contractor. If contract negotiations are unsuccessful with the selected contractor, the City
may either cancel the solicitation or negotiate with other submitters as authorized by the City
Council.
Proposal Narrative Format
The proposal’s narrative should respond to each of the items listed below. The content to be
addressed in each criterion can be found below in the Evaluation Criteria.
Project Services
Methods
Proposed Project Staff
Business History
Geographic Location
Proposal narrative shall be a maximum of 5 single-sided pages, exclusive of resumes and exhibits.
Other proposal narrative format requirements include:
Page size: 8 ½ by 11 inches
Margins, minimum 1 inch
Font Size: Minimum 12 point
Tabs, to delineate sections of the proposal narrative
Proposal Evaluation Criteria
1. Project Services ...........................................................................................................................5
The firm states, in a concise manner, its interpretation and understanding of the project. Proposal
demonstrates the firm’s comprehension of the objectives and services of the proposed project. The
firm also clearly identifies what aspects of the project it believes will prove to be the most
challenging and how such challenges will be overcome by the firm.
2. Methods........................................................................................................................................5
The proposal outlines the methods for accomplishing the proposed contract. The proposal describes
what, when, where, how and in what sequence the work will be done and identifies the amount and
type of work to be performed by any subcontractors. The proposal explains how each task will be
carried out, what services or interaction will be required from/with the City, etc. The proposal will
suggest alternatives, if appropriate. The proposal identifies any distinct and substantive
9
qualifications for undertaking the proposed contract such as the availability of specialized
equipment or unique approaches or concepts relevant to the required services which the firm may
use.
3. Proposed Project Staff .................................................................................................................5
The proposal names the key individuals who will perform the following functions, and
professional/technical functions deemed essential to the performance of the project.
a. Project Management (Single point of contact directly engaged in contract performance
and compliance.)
b. On-Site Project Supervision (If same as Project Manager, state such.)
The proposal describes the work to be performed by the individuals named in the proposal who will
perform essential functions and details their specific qualifications and substantive experience
directly related to the proposed project.
4. Project cost ................................................................................................................................70
Proposal provides a lump sum price for mobilization and demobilization, a lump sum price to
construct and close the a monofill at the City’s landfill, and an inclusive unit cost per dry ton to
remove sludge from the lagoon, and an inclusive unit cost per dry ton to transport, and dispose of
sludge removed from the City’s WWTP lagoons in the monofill at the City’s landfill. The
Contractor shall assume that a minimum of 400 dry tons of sludge will be removed from the lagoon
cells, transported to the landfill, and disposed in the monofill.
5. Business History...........................................................................................................................5
The proposal identifies the period of time the firm has been in business under the current
organization and name. The proposal discusses not more than three (3) prior contracts that were
similar to the work proposed by this RFP. For each contract discussed, summarize the work
performed, identify the contracting entity and provide a reference (contact person’s name, title
and telephone number).
6. Geographic Location ...................................................................................................................5
The proposal identifies offices and staff responsible for the project and their proximity to the
project site. Proximity is a criterion to the degree that familiarity and experience with local
conditions may affect the conduct of the project services.
7. Quality of Proposal......................................................................................................................5
Submitters do not respond to this criterion. Evaluation Committee members will rate this criterion
based upon their evaluation of the clarity, completeness and presentation of the proposal. Note:
This criterion is NOT used to evaluate color, graphics or other visual techniques except as they
may detract from legibility.
Inquiries
Proposal submission and technical questions should be directed to Steve Cropsey, Project Manager,
Telephone : 907-842-3423 or 760-567-6868, Email: [email protected].
10
Scope of Work
Sludge Removal and Disposal
Dillingham Waste Water Treatment Plant Lagoon Cells City of Dillingham
P.O. Box 889
Dillingham, AK 99576
Tel: 907-842-4323; Fax: 907-842-2060
Scope of Work
Remove, dewater, transport and dispose biosolid materials (sludge), grit and other solids from the
treatment lagoon cells at the City of Dillingham’s Waste Water Treatment Plant (WWTP) in a
Contractor constructed monofill located at the City’s landfill. The City’s goal is to remove the
maximum amount of sludge from the lagoons within the budget allocated for the project. The
method of sludge removal is at the contractor’s discretion with the limitation that the sludge
removal process does not require draining the lagoons. The City also strongly prefers that the
sludge removal method used will permit the lagoons to remain operational during the sludge
removal process.
The monofill shall be constructed in Area “G” of the landfill and as shown in the attached drawing.
The landfill is located northeast of Dillingham on the Aleknagik Lake Road (Township 12 South,
Range 55 West, Sections 32 and 33, Seward Meridian Alaska). The landfill is approximately 9.8
road miles from the WWTP.
The monofill consists of a trench excavated to a depth no greater than 8 feet below existing grade.
The Contractor shall slope or support the sides of the trench as required by the ground conditions
and shall be solely responsible for conformance with the local, state, and federal codes governing
shoring, sheeting and bracing of excavations and trenches, and for protection and safety of workers
and other construction related and landfill operations personnel. Hydrated lime or quicklime shall
be added in a dry form so that a pH of 12 is maintained in the sludge for at least 30 minutes. The
sludge may not be allowed to overflow the trench. A final cover must be placed over the sludge that
is at least 24 inches thick. Excess material excavated from the trench may be used as final cover.
The cover must be graded to promote drainage without erosion or ponding. The monofill will be
located in an active landfill. Construction, operation, and closure of the monofill shall not interfere
with landfill operations.
It shall be the Contractor’s responsibility to determine the condition of the Site as required to
accommodate the Contractor’s sludge removal and hauling operation. The method of sludge
removal from the lagoons shall protect and not damage any existing component of the WWTP
facility including, but not limited to, air lines and diffusers, influent or effluent header piping,
embankments, valves, valve cans, bollards, and piping. The contractor shall be responsible for any
damage to the same.
The Contractor shall schedule and coordinate his Work as needed to minimize interference with the
City’s operation of the lagoon and to allow the City to maintain continuous operation of the lagoon.
11
The contractor shall provide all labor, equipment, materials and supplies to complete the project
within the budget limitations that include, but are not limited to:
1. Provide necessary linings, berms, containers or other methods for legally containing the
removed sludge material, and any leachate produced from the sludge removal process,
within the WWTP site. Leachate will be returned to the lagoon from which it was removed..
2. Any polymer/flocculent additives will be pre-approved by the city and must be properly
dosed to ensure that there is minimum residual polymer returned to the cells.
3. Sludge will be dewatered to a minimum of 15% as according to the Paint Filter Test.
Payment for Sludge removal, hauling, disposal, and testing will be based on the unit price per dry
ton of total solids as stated in the Bid Form. All other costs will be included in lump sum pay
items, including but not limited to mobilization/demobilization and temporary facilities.
Sludge sampling and testing shall be conducted by an independent laboratory, contracted and paid
for by the Contractor, to determine percent total solids content (%TS). Percent total solids content
is to be determined following established laboratory procedures as specified in Test 2540G of the
19th Edition of “Standard Methods.” Percent total solids content of dewatered sludge is to be
analyzed as a daily composite consisting of one sample from each truck leaving the Site on that
day.
The Contractor shall weigh each truck onsite when empty and loaded. The Contractor shall use
portable scales, furnished by the Contractor, which are to be calibrated by the Contractor prior to
beginning work. The Contractor must provide written statement certifying calibration to the City.
The City retains the right to verify the calibration at its own expense. Any other means of
determining the weight of the sludge may be proposed by the Contractor and requires approval by
the City’s Project Manager.
The dry tonnage of residuals eligible for payment during any period will be calculated as the sum
of the dry tonnage disposed over the Contract period. Dry tonnage will be calculated as the
residuals wet weight in each truckload multiplied by the %TS. Payment will be determined
according to the following payment formula:
[TW - EW] x %TS x C x UP = Payment to Contractor
Where:
TW = Weight of loaded truck (pounds)
EW = Weight of empty truck (pounds)
%TS = Percent total solids as determined by the Contractor’s laboratory
analysis
C = 5 x 10-6
(units conversion factor)
UP = Unit price from Bid Form (dollars per dry ton)
12
Solids Verification: If so desired, the City may verify the Contractor solids testing procedure
through the use of a separate independent laboratory. Residuals sampling shall be arranged so
that split samples can be obtained at the same time by both the Contractor and City’s Project
Manager. Established sampling procedures (that is, storing, shipping, etc.) shall be utilized to
maintain the integrity of the samples. Given the precision of the solids determination procedure,
only solids content values that deviate by more than 5 percent for the same split sample will be
taken into consideration when verifying the City's Project Manager's method. For cases of
greater than 5 percent variation in solids content for the same split sample, the City's Project
Manager's and Contractor’s values will be averaged and the resultant mean will be used in
determining the dry weight of residuals removed for that day only.
The following figures and attachments are included with the RFP:
Record drawings of the City’s WWTP (Figures 1 through 4)
Landfill Site Plan (Figure 5)
Sludge Volume Determination, dated 2/25/10 from Bristol Environmental & Engineering
Services Corp. (Attachment No. 1)
Photos (Attachment No. 2)
A lay down site for temporary sludge storage and equipment storage will be designated by the City
and will be located within 1,500 feet of the WWTP.
The contractor shall dispose of removed sludge in accordance with all federal, state and local
laws and regulations.
The contractor shall complete all project activities by August 5, 2013 including removal of any
dewatered sludge at the lay down site, removal of all equipment and repair/restoration of any
damaged city property or facilities. A liquidated damages fee of $800 per day shall be assessed
should the sludge removal not be substantially completed by August 5, 2013. The successful
contractor shall be permitted to commence work when the lagoons are free of ice and the grounds
surrounding the lagoon cells are stable, typically early June.
13
Contractor Form Sludge Removal and Disposal
Dillingham Waste Water Treatment Plant Lagoon Cells City of Dillingham
P.O. Box 889 Dillingham, AK 99576
Tel: 907-842-4323; Fax: 907-842-2060
Company name
Address
City/State/ZIP
Telephone number Fax number
Authorized individual’s name (print) Authorized individual’s title
Authorized individual’s signature Date
Addenda Submitter has received and examined the Addenda listed below, receipt of which is hereby
acknowledged by listing the Addendum Number and Addendum Date.
Addendum Number Addendum Date
14
Proposal Fee Schedule Sludge Removal and Disposal
Dillingham Waste Water Treatment Plant Lagoon Cells City of Dillingham
P.O. Box 889 Dillingham, AK 99889
Tel: 907-842-4323; Fax: 907-842-2060
Description Proposal price in words Proposal price
numerically
Lump sum price for mobilization
and demobilization
Lump sum price to construct and
close the monofill
Unit Cost/dry ton to remove
sludge from the lagoon cells1
Unit Cost/dry ton to transport and
dispose sludge in the monofill at
the landfill1
Notes:
1. The Contractor shall assume that a minimum of 400 dry tons of sludge will be removed from the lagoon,
transported to the landfill, and disposed in the monofill.
15
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,_____________________ as
Principal, and , __________________________________________ as Surety, are hereby held and
firmly bound unto the City Of Dillingham as the OWNER in the penal sum of
______________________dollars ($____________) payment of which, well and truly made, we
hereby jointly and severally bind ourselves, successors, and assigns. Signed this _____________ day of
___________, 2013. The Principal has submitted to the City of Dillingham a certain BID, attached
hereto and hereby
made a part hereof to enter into a contract in writing for the SLUDGE REMOVAL AND DISPOSAL
PROJECT.
NOW, THEREFORE,
Then this obligation shall be void; otherwise the same shall remain in force and effect; it being
expressly understood and agreed the liability of the Surety for any and all claims hereunder shall, in no
event, exceed the penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its
BOND shall be in no way impaired or affected by any extension of the time within which the OWNER
may accept such BID; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and
such of them as are corporations have caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers, the day and year first set forth above.
Principal (L.S.)
Surety
By
IMPORTANT – Surety companies executing BONDS must appear on the Treasury Department’s most current list
(Circular 570 as amended) and be authorized to transact business in the state where the project is located.
a. If said BID shall be rejected or
b. If said BID shall be accepted and the principal shall execute and deliver a contract in the
Form of Contract attached hereto (properly completed in accordance with said BID), and
shall furnish a BOND for his faithful performance of said contract, and for the payment
of all persons performing labor or furnishing materials in connection therewith, and shall
in all other respects perform the agreement created by the acceptance of said BID,
16
CONTRACT PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, ____________________ of
________________________________ as Principal(s), and __________________________ of , as
Surety, are hereby held and firmly bound unto the City of Dillingham as the OWNER in the penal sum
of ____________________________ dollars ($______________ ) for the payment of which, well and
truly made, we hereby jointly and severally bind ourselves, successors, and assigns firmly by these
presents.
WHEREAS, the said principals have entered into written contract with the City of Dillingham on this
________ day of ____________, 2013, for the construction of the Sludge Removal Waste Water
Treatment Plant Lagoons, said work to be done according to the terms of said contract.
NOW THEREFORE, the conditions of the foregoing obligations are such that if said principals shall
comply with all the requirements of law and pay, as they become due, all just claims for labor
performed and materials and supplies furnished upon or for the work under said contract, whether said
labor be performed and said material and supplies be furnished under the original contract, and
subcontract, or any and all duly authorized modifications as set for in the specifications, and shall
indemnify and save harmless the City of Dillingham and employees thereof against any damage or loss
which they or any of them may suffer or for which they or any of them become liable for the default of
said principals or by any neglect or carelessness on the part of said principals, their agents, servants, or
employees, then those presents shall become null and void, otherwise they shall remain in full force and
effect.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and
such of them as are corporations have caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers, the day and year first set forth above.
Principal:
Surety:
By:
17
CONTRACT PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, ___________________
of ___________________________ as Principal(s), and _______________________________
of ___________________________, as Surety, are hereby held and firmly bound unto the City
of North Pole as the OWNER in the penal sum of ________________________________dollars
($ __________________) for the payment of which, well and truly made, we hereby jointly and
severally bind ourselves, successors, and assigns firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION IS SUCH, THAT WHEREAS, the said principals
have entered into written contract with the City of Dillingham (City) on this _____________ day
of _______________, 2013, for the Waste Water Treatment Plant Sludge Removal Project
2013, said work to be done according to the terms of said contract. This contract is herby referred
to and made part hereof as fully and to the same extent as if copied at length herein.
NOW THEREFORE, the conditions of the foregoing obligations are such that if said principals shall
comply with all the requirements of law and shall well and truly perform and fulfill all the undertaking
covenants, terms, conditions, and agreements of said contract with any and all duly authorized
modifications, during the original term of said contract and any extensions or modifications thereof that
may be granted by the City, with or without notice to the Surety, then this obligation shall become null
and void, otherwise the obligation shall remain in full force and effect.
The said Surety, for the value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the contract or to the Work to be performed thereunder or the
specifications accompanying the same, shall in anywise affect its obligations under this bond, and it
does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of
the contract or to the work or to the specifications.
Whenever Principal shall be, and be declared by the City to be in default under the Contract the City
having performed its obligations thereunder, the Surety may promptly remedy the default or shall
promptly:
1 Complete the Contract in accordance with its terms and conditions, or
2 Obtain a bid or bids for submission to City for completing the Contract in accordance with its terms
and conditions. Upon determination by Surety of the lowest responsible bidder, or, if the City elects,
upon determination by the City and Surety jointly of the lowest responsible bidder, the Surety shall
arrange for a contract between such bidder and the City and make available as Work progresses
(even though there should be a default or a succession of defaults under the contract or contracts of
completion arranged under this paragraph) sufficient funds to pay the cost of completion less the
balance of the contract price but not exceeding, including other costs and damages for which the
Surety may be liable hereunder the amount set forth in the first paragraph hereof. The term “balance
of the contract price,” as used in this paragraph, shall mean the total amount payable by the City to
18
Principal under the Contract and any amendments thereto, less the amount properly paid to the
Principal by the City.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and
such of them as are corporations have caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers, the day and year first set forth above.
Principal (L.S.)
Surety
By
Air Header Valve Numbers
Typical Air Header Valve Market
Attachment No. 2 Sludge Removal & Disposal
Request For Proposal March 2013
Cell No. 1 Valve Markers – Looking South from the NW Corner of Cell No. 1
Cell No. 1 Valve Markers – Looking North from the SW Corner of Cell No. 1