+ All Categories
Home > Documents > Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for...

Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for...

Date post: 30-Mar-2018
Category:
Upload: trinhdung
View: 215 times
Download: 1 times
Share this document with a friend
25
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.
Transcript
Page 1: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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.

Page 2: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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,

Page 3: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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.

Page 4: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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.

Page 5: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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

Page 6: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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,

Page 7: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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.

Page 8: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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

Page 9: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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].

Page 10: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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.

Page 11: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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)

Page 12: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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.

Page 13: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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

Page 14: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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.

Page 15: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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,

Page 16: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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:

Page 17: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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

Page 18: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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

Page 19: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells
skenned1
Text Box
Attachment No. 1 Sludge Removal & Disposal Request For Proposal March 2013
Page 20: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells
Page 21: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells
Page 22: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells
Page 23: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells
Page 24: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

Air Header Valve Numbers

Typical Air Header Valve Market

Attachment No. 2 Sludge Removal & Disposal

Request For Proposal March 2013

Page 25: Request for Proposals Sludge Removal and Disposal ...C84DE958-9EE4-4CFE-90E3...1 Request for Proposals Sludge Removal and Disposal Dillingham Waste Water Treatment Plant Lagoon Cells

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


Recommended