Full Text
1 Bid Date: 9-3-2013 Bid No. 2013-051 City of Lewiston, Maine Notice to Contractors Proposal: Sealed proposals for Cleaning and Inspection of the Leachate Collection System which includes furnishing all labor, equipment and materials required to clean and inspect the leachate collection system associated with the Attenuated and Secure Landfills and all other incidental work as necessary to satisfactorily complete the project as outlined in the Supplemental and Standard Specifications. All proposals will be received by the City of Lewiston, Maine, at the office of the Director - Purchasing until 2:00 p.m., Tuesday September 3, 2013, and then at said office publicly opened and read aloud. Only sealed bids will be accepted. Faxed bids will not be considered. Each bidder is required to state in his/her Proposal his/her name and place of residence and the names of all persons or parties interested as principals with him/her; and that the proposal is made without any connection with any other bidder making any Proposal for the same work; and that no person acting for, or employed by, the City of Lewiston is directly or indirectly interested in the Proposal or in any contract which may be entered into to which the Proposal relates, or in any portion of the profits therefrom, except as provided by the City. All bidders are required to attend a pre-bid meeting to be held at Lewiston’s Solid Waste Facility, located on River Rd., Lewiston, Maine on Thursday, August 22, 2013 at 10:00 a.m. Attendance at this meeting by the bidder or their qualified representative is a mandatory prerequisite for the acceptance of a bid from that Contractor. The proposal must be signed by the bidder with his/her full name and address and be enclosed in a sealed envelope together with the bid security. The sealed envelope shall be marked with the name and address of the bidder and entitled: Cleaning and Inspection of the Leachate Collection System and addressed to: “Director Purchasing, City Hall, 27 Pine St., Lewiston, Maine 04240”. Any bidder may withdraw his/her Proposal prior to the scheduled time for the opening of Proposals upon presentation to the Director Purchasing of a request, in writing, to do so. Any bidder who withdraws his/her Proposal within thirty (30) days after the actual opening thereof shall be considered to have abandoned his/her Proposal and the bid security accompanying the Proposal will be forfeited to the City of Lewiston. Any Proposal received after the scheduled opening time shall not be considered. The Finance Committee reserves the right to waive any formality and may consider as informal any Proposal not prepared in accordance ---PAGE BREAK--- 2 with these provisions. The Finance Committee reserves the right to accept any Proposal or reject any or all Proposals if it is deemed to be in the public interest to do so. No Proposal will be considered unless it is accompanied by a bid security in the form of a bond or certified check in the amount of ten percent (10%) of the total bid price, made out in favor of the City of Lewiston. All bid securities will be released upon deliverance of a signed Contract or, if no Contract award is made, within forty-five (45) days after the opening of the Proposals, unless forfeited as herein stipulated. The Contract must be signed within ten (10) days, Saturdays, Sundays, and holidays excepted, after the date of notification to the bidder by the Director Purchasing of the acceptance of his/her Proposal and readiness of the Contract to be signed. If the bidder fails or neglects, after such notification, to execute the Contract, the Finance Committee may determine that the Proposal has been abandoned; and, in such case, the bid security accompanying the Proposal shall be forfeited to the City of Lewiston. The work is to be commenced within ten (10) days after the date of the Contract signing, weather permitting, unless otherwise specified in the Supplemental Specifications or directed by the Director Purchasing, in writing, and is to be continued with diligent regularity until its completion within the time limit specified in the bidder’s Proposal. All Proposals must be made on the blank Proposal Form found in these Contract Documents, or as otherwise provided for in the Specifications. Bidders shall state prices for each separate item of work as called for in the Proposal Form. These prices are to cover all the expenses incidental to the completion of the work in full conformity with the Contract Documents. The prices must be stated in both words and figures. Should a discrepancy be found between the prices written in words and the prices written in figures, the prices in words shall govern. Proposals which do not contain prices for all items which are called for or which otherwise are not in conformity with this Notice may be rejected. Each bidder shall make his/her own examinations and estimates, and shall not hold the City, its agents or employees responsible for, or bound by, any schedule, estimate, sounding, boring, or any plan thereof; and shall, if any error in any plan, drawing specifications or direction relating to anything to be done under this Contract comes to his/her knowledge, report it at once, in writing, to the Superintendent – Solid Waste. The Contractor shall supply all equipment, materials and labor required to complete the work unless otherwise provided for in the Supplemental specifications. The cost and expense of all the necessary labor, tools and equipment required to complete the work shall be included in the prices stated in the Proposal. If the Bid Price of any of the bid items submitted with this Proposal appear to be extremely low or high, compared to the actual cost of performing the work, the Bidder may be asked to explain, in writing, how the work in question is to be performed at the price or prices bid before a decision is made by the City to award a Contract or reject the Bid. ---PAGE BREAK--- 3 City of Lewiston Proposal For Cleaning and Inspection of the Leachate Collection System To: Director Purchasing City Hall, Lewiston, Maine Dear Sir/Madam: The undersigned hereby declares that he/she has carefully examined the location of the proposed work, the proposed Contract Form and the Contract Documents therein referred to and that he/she proposes and agrees, if this Proposal is accepted, that he/she will contract with the City of Lewiston, by its City Administrator to provide all machinery, tools, labor, equipment and other means of construction and to do all the work and to furnish all the materials, except those specified in the Supplemental Specifications to be furnished by the City, necessary to complete the work in the manner and time therein prescribed in accordance with the conditions and requirements set forth in the Contract Documents and the requirements of the Superintendent – Solid Waste and/or Director of Public Works as provided for therein. In addition, the Contractor shall provide evidence they have a minimum of five years experience cleaning and inspecting special waste landfill collection systems similar to Lewiston’s Solid Waste Facility or larger and shall provide a minimum of three references of similar projects upon submission of their proposal. The Contractor shall provide unit costs for all labor and equipment and all supplies required to complete the work described in the Supplemental Specifications. All scale weights related to the disposal of the Leachate Collection System residue shall be obtained from the Facility’s truck scales. All work shall be performed on a lump sum basis. Written time sheets, which include labor hours, equipment hours and supplies consumed shall be provided to the Superintendent – Solid Waste on a daily basis. The City shall not provide payment in excess of the budget estimate unless prior written approval is provided by the Superintendent – Solid Waste. ---PAGE BREAK--- 4 ITEM BUDGET ITEM DESCRIPTION & UNIT TOTAL NO. ESTIMATE 1. Lump Sum Clean & Inspect Leachate Collection System – Secure Landfill 2. Lump Sum Clean & Inspect Leachate Collection System – Attenuated Landfill PROJECT TOTAL: The undersigned further agrees that, after notification by the Director Purchasing of the acceptance of his/her Proposal and the readiness of the Contract for signature, he/she will execute the Contract within ten (10) days, Saturdays, Sundays and Holidays, excepted, and that he/she will commence the work within ten (10) days, weather permitting, after the execution of the Contract, unless otherwise specified by the Director of Public Works or the Superintendent – Solid Waste in writing; and that he/she will prosecute the work to its completion within the time limit specified in the Contractor’s Proposal. The undersigned further agrees that the only persons or parties interested in this Proposal, as principals, are named below; that the Proposal is made without any connection with any other person or party making any Proposal for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in this Proposal or in any contract which may be made under it or in profits expected to arise therefrom, except as provided by the City Charter. The full names and addresses of all the persons and parties interested in this Proposal, as principals, are as follows: (Give first and last names in full; and in the case of a Corporation, give names and addresses of President, Treasurer and Manager; and in the case of a Partnership, give names and addresses of members): Accompanying this Proposal is a bid security deposit in the amount of which is to become the property of the City of Lewiston, by forfeiture, if the undersigned fails, after notification by the Director Purchasing of the acceptance of his/her Proposal, to execute a contract with the City and furnish the services agreed to herein, weather permitting; or, in the ---PAGE BREAK--- 5 case the undersigned withdraws his/her Proposal within thirty (30) days, after the opening of the Proposals. Otherwise, the deposit will be returned to the undersigned in accordance with the provisions in the Notice to Contractors. Signature of person, firm, or corporation making bid: Legal Principal place of business: FIRM’S I.R.S. IDENTIFICATION NUMBER: ---PAGE BREAK--- 6 Supplemental Specifications Division 10 10.0 SCOPE OF WORK: It is the intention of these Contract Documents to require the complete and satisfactory cleaning and inspection of the leachate collection system associated with the Attenuated and Secure Landfills, located at the City of Lewiston’s (City) Solid Waste and Recycling Facility (Solid Waste Facility). Cleaning and inspection of the leachate collection system as specified in the Facility’s Operations Manual (OM) is required by the Maine Department of Environmental Protection’s (DEP) Solid Waste Management Regulations (CMR 401.4(C)(12)). The successful contracting firm (Contractor) shall be responsible for supplying all labor, equipment and materials necessary to complete these tasks, as described in these Contract Documents, which includes the Supplemental & Standard Specifications, unless written approval is granted by the Solid Waste Facility’s Superintendent. 10.1 TIME LIMIT: The project will be awarded within thirty (30) days of the bid opening. The Contractor may begin work on the scope of work as soon as the Contract is executed. The Contractor shall complete all of the work outlined in the Contract Documents within 45 days of initiating the project. The Director of Public Works or his authorized representative reserves the right to extend the project completion date, if the Contractor submits in writing that he/she cannot complete the project by the completion date due to unforeseen circumstances or other justifiable reasons. The decision of the Director or his authorized representative regarding the time extension will be final. 10.2 CHANGE IN THE SCOPE OF WORK: The City of Lewiston reserves the right to add or delete portions of the work required under this Contract, using unit prices established in the Proposal. The Contractor’s attention is directed to Sections 22.5 and 22.6 of the Specifications “Extra Work” and “Reduction of Work” respectively. If no unit prices exist, a change order must be negotiated between the City of Lewiston and the Contractor. 10.3 PRE-BID MEETING: A mandatory Pre-Bid Conference will be held on, Thursday, August 22, 2013 at 10:00 A.M. The location will be at the Solid Waste Facility, 424 River Rd., Lewiston in the Solid Waste Facility Conference Room. All Prospective Bidders are required to attend. 10.4 SITE INVESTIGATION: The Contractor shall examine from the Plans, Specifications and site of the work and from his/her own investigation, determine the nature and location of the work, the general and local ---PAGE BREAK--- 7 conditions, particularly those bearing on access, transportation, quality and quantity of surface and sub-surface materials to be encountered, the machinery and services required to complete the Project as required by the Contract Documents, and all other aspects of the work. 10.5 FUNDING: This Project is being funded entirely by the City of Lewiston. No Federal or State funds are proposed to be used in completion of this Project. 10.6 SAFETY: The Contractor shall conform with all work safety requirements of pertinent regulatory agencies, and shall secure the site for the working condition in compliance with the same. Any and all manhole and confined space entry procedures shall conform to City policy, Maine State Department of Labor Regulations, and Occupational Safety and Health Administration (OSHA) regulations. 10.7 QUALIFICATIONS OF BIDDERS: The Contractor shall provide evidence they have a minimum of five years experience cleaning and inspecting special waste landfill collection systems similar to Lewiston’s Solid Waste Facility or larger and shall provide a minimum of three references of similar projects upon submission of the Proposal Form. 10.7 CLEANING & INSPECTION: Flushing & Cleaning of the Leachate Collection System The Contractor shall be responsible for removing all grit and residue from the leachate collection lines and manholes associated with the Attenuated and Secure Landfills. This shall be accomplished through the use of conventional cleaning methods including high pressure flushing and vacuuming equipment. The Contractor is cautioned that mineralized / gravel like material (which is the result of mineral deposits from the Secure Landfill) may require alternate removal procedures. Alternate removal procedures and associated costs shall be provided, by the Contractor, as part of the Proposal. For the Secure Landfill, the Contractor shall be responsible for locating the following manholes and associated leachate collection lines, which shall be cleaned and inspected (refer to the Landfill Site Plan drawings for details of pipe sizes and location, copies of these drawings will be made available at the Pre-Bid meeting): 1) The 12” pipeline (which runs east to west, north side of Cell which discharges into manhole and the 14 – 6” leachate lines connected to this pipeline; 2) the pipeline connecting MHP1 to MHP1A; 3) the pipeline connecting MHP1A to MHP2; 4) the pipeline connecting MHP2 to MHP3; 5) the perforated 12” HDPE leachate collection pipeline located in Cell 1; 6) the perforated 12” HDPE leachate collection pipeline located in Cell 2; ---PAGE BREAK--- 8 7) the perforated 12” HDPE leachate collection pipeline located in Cell 3; 8) the pipeline connecting MHP3 to MHP4; 9) the pipeline connecting MHP4 to MHP5; 10) the lower 18” pipeline connecting MHP5 to MHP6; 11) the pipeline connecting MHS1 to MHS1A; 12) the pipeline connecting MHS1A to MHS3; 13) the pipeline connecting MHS3 to MHS5; (manholes MHS1, MHS1A, and MHS3 shall be sealed using a high quality silicon caulk upon completion of cleaning and inspection of these sections of the pipeline) 14) the upper 12” pipeline connecting MHS5 to MH6; 15) the pipeline connecting MH6 to MH7; 16) the pipeline connecting MH7 to MH8; 17) the pipeline connecting MH8 to MH9; (Note: the leachate pipeline between MH9 and MH14 includes specialized valves associated with the leachate collection and sedimentation ponds. Recommendations regarding cleaning and inspection of these sections of the pipeline should be reviewed with the Superintendent and considered as part of the proposal). 18) the pipeline connecting MH9 to MH10A; 19) the pipeline connecting MH10A to MH10B; 20) the pipeline connecting MH10B to MH11; 21) the pipeline connecting MH11 to MH12; 22) the pipeline connecting MH12 to MH13; 23) the pipeline connecting MH13 to MH14; 24) the pipeline connecting MH14 to MH15; 25) the pipeline connecting MH15 to MH16; 26) the pipeline connecting MH16 to MH17; 27) the pipeline connecting MH17 to MH18; 28) the pipeline connecting MH18 to MH19; 29) the pipeline connecting MH19 to MH20; 30) the pipeline connecting MH20 to MH21; 31) the pipeline connecting MH21 to MH22; 32) the pipeline connecting MH22 to MH23; 33) the pipeline connecting MH23 to MH24: 34) the pipeline connecting MH24 to River Rd. pump station. Collection and disposal of the residue and grit removed from the leachate collection system shall be the responsibility of the Contractor. Material removed from the leachate collection system shall be disposed within the Facility’s Secure Landfill. The Secure Landfill shall be available for disposal of the residue assuming it meets all regulatory and license criteria applicable to the Facility’s Secure Landfill (i.e. there shall be no free liquid placed within the Secure Landfill, subject to approval by the Superintendent or his designee). Facility personnel shall be responsible for testing samples of the leachate collection system residue (residue) prior to commencing with cleaning operations. Each load shall be weighed at the Facility’s Scale House prior to disposal. ---PAGE BREAK--- 9 For the Attenuated Landfill, the Contractor shall be responsible for locating the following manholes and associated leachate collection lines, which shall be cleaned and inspected (refer to the Landfill Site Plan drawings for details of pipe sizes and location, copies of these drawings will be made available at the Pre-Bid meeting): 1) the pipeline connecting MH6 to MH5 (flush clean only); 2) the pipeline connecting MH5 to MH4; 3) the pipeline connecting MH4 to MH3; 4) the pipeline connecting MH3 to MH2; 5) the pipeline connecting MH2 to MH1; 6) the pipeline connecting MH1 to the River Rd. pump station, and; 7) the wet well of the River Rd. pump station (remove grit & sediment only). The Contractor shall document any observations made during flushing procedures – any problems, restrictions/blockages within the pipe, quantity and type of material removed from the pipe, etc. – on the form provided with the Supplemental Specifications. In addition, all results and observations made during the testing procedure shall be reported on this form as well. Draining & Cleaning of the Leachate Equalization Basin Leachate from the landfill flows from a 24” HDPE pipe at MH-9 (refer to the Landfill Site Plan drawings for details of pipe sizes and location, copies of these drawings will be made available at the Pre-Bid meeting) into the Equalization Basin. Typically this Basin (especially during drier times of the year) contains less than one foot of leachate and semi-solid residue. A worst-case estimate of material to be removed (to be verified by the contractor) is less than 48,000 gallons of leachate and approximately 236 yd3 of semi-solid residue. Surface area of the equalization pond to be cleaned and inspected is approximately 22,000 ft2. The Equalization Basin & Sedimentation Ponds were designed and installed as a composite system. These structures are comprised of an 80 mil HDPE primary liner, which covers an HDPE drainage net and overlays an 80 mil HDPE secondary liner. The geo-membrane composite overlies 36” of clay. The Contractor shall block the 18” inlet pipe to the Equalization basin with an inflatable pipe plug and proceed to pump the accumulated leachate from the equalization basin to leachate collection system – MH10B, MH14 or MH15. The transfer volume should not exceed 100 gpm, the capacity of the pump station, located on River Rd. The Contractor shall - • take all necessary precautions to protect the primary liner of the Equalization basin from any hard, sharp or pointed objects on the equipment used transfer leachate from the basin to the leachate collection system. • not allow the discharge of any leachate outside the leachate collection system. • take all available precautions to prevent pumping leachate solids (i.e. slurry) into the leachate collection system. The Contractor shall remove all leachate solids from the base of the Equalization basin through the use of industrial vacuum equipment. The Contractor shall convey these ---PAGE BREAK--- 10 solids to a bermed area, within the secure landfill, for disposal. The bermed area shall be prepared and maintained by solid waste facility staff. The contractor shall clean the surface of the primary liner such that the surface can be visually inspected for cuts, abrasions, or punctures, which are ¼” in diameter or greater in size. The contractor shall be responsible for removing all accumulated water within the Equalization basin prior to inspection of the basin by others. The Superintendent will be responsible for coordinating and scheduling the inspection of the primary liner of the equalization basin. Once the visual inspection has been completed (and any repairs required as a result of the inspection) the Contractor shall remove the inflatable pipe plug, such that leachate can flow freely into and out of the Equalization basin. Inspection of the Leachate Collection System - Pipelines Upon completion of pipeline cleaning, inspection of the leachate collection system shall commence. During the inspection procedure of both the Secure and Attenuated Landfills, leachate can be backed up into the landfill through the use of inflatable pipe plugs. From MH11 through MH24, the leachate can be diverted into the leachate surge pond. This activity shall be coordinated with the Superintendent or his designee. Leachate pipeline inspections shall proceed in the same sequence as cleaning. The leachate pipelines shall be inspected through air pressure testing, with the exception of the 12” HDPE perforated pipelines located in Cells #2 & of the Secure Landfill. The following procedure shall be utilized for inspecting the leachate collection system pipelines. Pipeline openings within the manholes shall be visually inspected for settlement, cracking, joint pull apart, and other deformities. Once this has been completed and documented, inflatable pipe plugs shall be installed into each end of the pipe. Once the plugs have been installed, the pipeline shall be pressurized to 4.5 psi. The Contractor shall allow the pressure and temperature to stabilize within the pipe for 5 minutes followed by a visual and audible check for any leaks from the plugs or around the plugs. At this point the Contractor shall adjust the pressure within the pipe to 4.0 psi and begin timing the pressure test for 20 minutes. At the end of 20 minutes, the Contractor shall document the results of the test on a copy of the form provided with the Supplemental Specifications. If the pressure within the pipe has fallen below 3.5 psi, during the pressure test, the Contractor shall repeat the pressure testing procedure to verify the results. Prior to pressurizing the pipe a second time, the Contractor shall check the ends of the pipe and pipe plugs for dirt, cracks in the pipe, etc., which may have caused the test to fail initially. If the test passes the second time, the Contractor shall document the results and move to the next section of pipe. If the test fails the second time, the Contractor shall document the results and inform the Facility’s Superintendent of the findings. Follow up procedures may include additional testing or repairs as necessary. These follow up procedures are not to be considered part of the Scope of Work, although the Contractor shall provide unit labor and equipment costs as part of the Supplemental Specifications – 10.10 Responsibility of the Contractor. ---PAGE BREAK--- 11 The Contractor shall inspect the 12” HDPE perforated pipes, located in Cells #2 & through the use of a video camera and recording equipment. The video inspection will commence once cleaning of the pipeline has been completed. Video recording equipment shall be capable of observing and recording cracks and other damage present in all sections of the pipeline, which are not currently submerged in water. Copies of all inspection forms and video tapes related to the inspection of the leachate collection system shall be provided to the Superintendent upon completion of the inspection. All results and findings reported on the inspection forms shall be typed, by the Contractor. Inspection of the Leachate Collection System – Manholes Upon completion of pipeline cleaning and inspection, inspection of the leachate collection system manholes shall commence. During the inspection procedure, leachate can be backed up into the Secure Landfill through the use of inflatable pipe plugs. Leachate manhole inspections shall proceed in the same sequence as cleaning. The following manholes shall be inspected: 1) 2) MHP1 3) MHS1 4) MHP1A 5) MHS1A 6) MHP2 7) MHP3 8) MHS3 9) MHP4 10) MHP5 11) MHS5 12) MH6 13) MH7 14) MH8 15) MH9 16) MH10A 17) MH10B 18) LD1 19) LD2 20) MH11 21) MH12 22) MH13 23) MH14 24) MH15 25) MH16 26) MH17 27) MH18 28) MH19 29) MH20 30) MH21 31) MH22 32) MH23 33) MH24 The following procedure shall be utilized when inspecting the integrity of the manholes: 1) The interior of the manhole shall be visually inspected for settlement, cracking, presence and condition of all pipe seals and any other observations. Visual observations shall be recorded on the attached inspection form. 2) The Contractor shall check the ends of the pipe and pipe seals for cracks or any other damage / deformities, which could lead to leachate seepage from the manhole. The Contractor shall note these observations on the attached inspection form and inform the Solid Waste Facility Superintendent of the findings. Follow up procedures may include additional testing or repairs as necessary. These follow up procedures are not to be considered part of the Scope of Work, although the Contractor shall provide unit labor and equipment costs as part of the contract. 10.8 HOURS OF OPERATION: Facility hours are from 7:15AM to 2:45PM, Monday through Friday. Work shall be performed during these hours unless prior arrangements have been approved, in writing, by the Facility’s Superintendent. ---PAGE BREAK--- 12 10.9 RESPONSIBILITY OF THE CITY 1) Provide documentation and drawings related to the location and materials used in the construction of the leachate collection system. 2) Perform Waste Characterization analysis of the residuals within the leachate collection system and obtain regulatory approval for its disposal prior to the commencement of cleaning activities. 3) The City will assume all costs associated with disposal of the residuals removed from the leachate collection system. The Contractor shall use the Facility’s scales for determining weights and potential charges for disposal of the leachate collection system residue. 4) The City will provide water for vehicles/equipment used for flushing and inspection of the leachate collection system. 5) The City will coordinate and fund inspection and repair of the leachate Equalization basin. 10.10 RESPONSIBILITY OF THE CONTRACTOR: 1) Provide a brief narrative outlining the approach to be taken, which addresses item 10.7 Cleaning & Inspection. 2) Provide lump sum bid price to complete the work described in section 10.7 – Cleaning & Inspection – for the attenuated landfill. 3) Provide lump sum bid price to complete the work described in section 10.7 – Cleaning & Inspection – for the secure landfill (includes the Equalization basin). 4) Provide an estimate of the total number of hours required to complete the work described in these contract documents. 5) Provide a Table of Costs, which includes the hourly labor rate for each of the employees, equipment rate, and estimated cost of materials, required to complete the work described in these contract documents. The Contractor shall note and respond to all requirements specified in Standard Specifications as described in Division 20. 10.11 SUBMISSION OF PROPOSALS: Proposals shall be received by the City of Lewiston, Maine, at the office of the Director Purchasing, City Building, Pine St.., Lewiston, Maine, 04240, until 2:00 p.m., Tuesday September 3, 2013. The envelope shall be marked “Quotation – Landfill, Leachate Collection System”. For more information, please call Rob Stalford, Solid Waste Superintendent, at 513-3147. ---PAGE BREAK--- 13 ---PAGE BREAK--- 14 City of Lewiston Solid Waste & Recycling Facility Leachate Collection System – Inspection Form Attenuated or Secure Landfill (circle one) Pipeline Segment being Flushed/Inspected: From MH to MH Manhole being Inspected: MH Length of pipe segment flushed/inspected Notes from flushing (i.e. problems encountered, quantity and consistency of residue Comments from Manhole Inspection (any observed damage, presence of sediment, damage/seal quality to pipe connections, etc.): Hydrostatic Testing of Manholes: Initial Water Level from Top Of Cone: (inches). Water Level from Top Of Cone After Stabilization: (inches). Water Level from Top Of Cone at Completion of Test: (inches). Time Elapsed After Stabilization to Completion of Test: (hours). Pressure Testing of Pipeline Segments – Time of Manhole Entry: Time Pressure Test Started: Initial Pressure: Time Pressure Test Stopped: Final Pressure: Repeat Test (if required) Time Pressure Test Started: Initial Pressure: Time Pressure Test Stopped: Final Pressure: Time of Manhole Exit: Comments/Observations During Testing Procedure: ---PAGE BREAK--- 15 STANDARD SPECIFICATION DIVISION 20 GENERAL PROVISIONS 20.0 SCOPE: These Standard specifications and Addenda, if any, are to govern Cleaning and Inspection of the Leachate Collection System and other related work, for the City of Lewiston, and they shall become part of any contract with the City for the completion of said work. Provisions of these Specifications shall be modified or changed only in writing. These standard specifications will be amended with supplemental specifications as necessary, and with the Contract Plans. The Supplemental Specifications delineate the particular project to which the Contract Documents pertain. Should any discrepancy be found to exist between the Standard Specifications and the Supplemental Specifications, the Supplemental Specifications shall govern. 20.1 DEFINITIONS: Contract Documents: Whenever the term Contract Documents, or a pronoun in its stead, is used, it shall mean and include, but not necessarily limited to, these items: The Notice to Contractors, the Proposal, the Contract, the Supplemental Specifications, the Standard Specifications, the Contract Plans, the Request for Proposal, any other documents included with these specifications and attached thereto, and any Addenda to the above issued prior to the date of this Contract. Contractor: Whenever the term Contractor, or a pronoun in its stead, is used, it shall mean the person or persons, or co-partnership or corporation which has entered into this agreement or their legal representative. Owner: Whenever the term Owner, or a pronoun in its stead, is used, it shall mean the City of Lewiston, acting through its designated officials and/or employees. Superintendent – Solid Waste: Whenever the term Superintendent – Solid Waste, or a pronoun in their stead, is used, it shall mean the Superintendent for Solid Waste of the City of Lewiston or his/her assistants acting under him/her, limited to the particular duties entrusted to them. Director of Public Works or Director: Whenever the term Director of Public Works, Director, or a pronoun in their stead, is used, it shall mean the Director of Public Works of the City of Lewiston or his/her assistant or inspectors acting under him, limited to the particular duties entrusted to them. Specification: Whenever the term Specification, or a noun in its stead, is used, it shall mean and include the Standard Specifications as herein set forth and any Supplemental Specifications included in the Contract Documents. Contract Plans: Whenever the term Contract Plans, or a pronoun in their stead, is used, it shall mean and include all the drawings, graphic representations, diagrams and any notes or explanations thereon supplied to the Contractor before the date of this Contract. Lump Sum Bid Price: Whenever the term Lump Sum Bid Price, Lump Sum Bid, Lump Sum, or a pronoun in their stead, is used, it shall mean the amount of money mutually agreed to by the Contractor and City for labor, machinery, equipment, tools, apparatus, supplies, and other means of performing all the work and performing all the services called for by the ---PAGE BREAK--- 16 Contract Documents except for those items specifically stated as being considered extra work or for which unit prices have been established in the Contract and Proposal. Unit Bid Price: Whenever the term Unit Bid Price, Unit Bid, Unit Price, or a pronoun in their stead, is used, it shall mean the amount of money mutually agreed to by the Contractor and the City as full payment to the Contractor to furnish all necessary labor, materials, and equipment (except that which is specifically excluded in the Supplemental and Standard Specifications, and the Contract Plans) necessary to do one unit of work, i.e., the unit price for one linear foot of cleaning/inspection multiplied by the total number of linear feet cleaned/inspected, yields the total payment for the work done. 20.2 INSURANCE AND LIABILITY: The Contractor shall take all responsibility of the work and take all precautions for preventing injuries to persons and property in or about the work; shall bear all losses resulting to him/her on account of the amount or character of the work, or because the nature of the land in or on which the work is done is different from what was estimated or expected on account of the weather, elements or other cause; and he/she shall assume the defense of, and indemnify and save harmless, the City and its officers, agents and servants, from all claims relating to labor and materials furnished for the work; to inventions, patents and patent rights used in doing the work; to injuries to any person or corporation received or sustained by or from the Contractor and his/her employees in doing the work, or in consequence of any improper materials, implements or labor used therein; and to any act, omission or neglect of the Contractor and his/her employees therein. The Contractor shall procure and maintain for the life of this Contract insurance of the types and to the limits specified below. Certificates of such insurance showing policies and adequacy of protection shall be filed with the Director Purchasing for his/her approval before permission to commence work will be granted. INSURANCE REQUIREMENTS Workmen’s Compensation Insurance for all individuals employed at the site of the project; and, in case any work is sublet, the Contractor shall require the sub-contractor similarly to provide coverage for the latter’s employees unless such employees are covered by the protection afforded the Contractor; all coverages to be in accordance with State of Maine laws in effect and the requirements of the Industrial Accident Commission. General Liability Insurance with minimum limits of liability for bodily injury in the amount of $500,000 combined single unit and minimum limits of liability for property damage in the amount of $100,000 combined single limit. General liability coverage shall include Owners’ or Contractors’ Protective, Product and Completed Operations, Comprehensive, Explosion Collapse(C), and Underground coverages. Automotive Liability Insurance with minimum limits of liability for bodily injury in the amount of $500,000 for each occurrence and minimum limits of liability for property damages in the amount of $100,000. Automobile liability coverage shall include owned, hired and non- owned vehicles. ---PAGE BREAK--- 17 20.3 DISPUTE RESOLUTION COSTS AND EXPENSES: In the event of any dispute between or involving the City of Lewiston and Contractor, whether resolved by arbitration, litigation or some other mechanism of dispute resolution, in the event that the City shall be a prevailing party, Contractor shall reimburse the City for its attorney’s fee and costs reasonably incurred in connection with the resolution of the dispute. 20.4 LAWS AND REGULATIONS: The Contractor shall keep himself/herself informed of all existing and future State and Federal laws and municipal ordinances and regulations which in any way affect those engaged or employed in the work, or the materials used in the work; or in any way affect the conduct of the work and of all orders and decrees of bodies of tribunals having any jurisdiction is discovered in the Plans or Specifications or Contract for this work in relation to any such law, ordinance, regulation, order or decree, he/she shall forthwith report the same to the Director in writing. He/she shall at all times himself/herself observe and comply with all such existing and future laws, ordinances, regulations, orders and decrees; and shall protect and indemnify the City and its officers and agents against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order or decree, whether by himself/herself or his/her employees. 20.5 ESTIMATES AND PAYMENTS: The Superintendent may, if he/she deems it expedient to do so, cause estimates to be made of work completed and he/she may approve payments to be made to the Contractor, based on these estimates. Payment may at any time be withheld if the work is not proceeding in accordance with the provisions of this Contract. The Superintendent may at his/her option retain, temporarily or permanently, a smaller amount than aforesaid, and may approve payment to the Contractor, either temporarily or permanently from time to time during the progress of the work, of such portion of the retained amount as he/she may deem prudent. The City, may keep any money which would otherwise be payable at any time hereunder, and apply the same, or so much as may be necessary therefore, to the payment of any expenses, losses, or damage incurred by the City and determined as herein; and may retain, until all claims are settled, so much of such money as the Director shall be of the opinion will be required to settle all claims against the City, its officers, agents or servants. 20.6 FINAL ESTIMATE AND PAYMENT: It is further mutually agreed that whenever, in the opinion of the Superintendent and the Director, the Contractor shall have completely performed all the work embraced in this Contract, the Superintendent shall proceed with all reasonable diligence to measure the work and shall make out the final estimate for the same and shall certify the same in writing; and his/her certificate shall state the whole amount of the payments previously paid and the amount retained in all previous estimates. Within the term of thirty (30) days after the date of such final estimate, the City will pay to the said Contractor the amount due. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. ---PAGE BREAK--- 18 Provided that nothing herein contained shall be construed to affect the right of the City by its Director of Public Works hereby reserved, to reject the whole or any portion of the aforesaid work should the said certificate or certificates be found or known to be inconsistent with the terms of this Agreement or otherwise improperly given. 20.7 LAST PAYMENT TO TERMINATE LIABILITY OF CITY: No person or corporation other than the signer of this Contract as Contractor now has any interest hereunder, and no claim shall be made or be valid; and neither the City, nor its Mayor, nor any member or agent thereof, shall be liable for, or be held to pay any money, except as provided for in Sections 20.5, 20.6, 21.3, and 22.7 of the Standard Specifications and in the Contract. The Acceptance by the Contractor of the last payment aforesaid shall operate as and shall be a release to the City, its Mayor, and every member or agent thereof, from all claim or liability to the Contractor for anything done or furnished for, or relating to the work, or for any act or neglect of the City, or of any person relating to or affecting the work, except the claim against the City for the remainder, if any there be of the amount kept or retained as provided for in Section 20.5. 20.8 SITE INVESTIGATION: The Contractor shall examine the Plans, Specifications and site of the work and from his/her own investigation, determine the nature and location of the work, the general and local conditions, particularly those bearing on access, transportation, quality and quantity of surface and sub-surface materials to be encountered, and all other aspects of the work, machinery and services required to complete the project as required by the Contract Documents. The City will not be responsible for any understanding or representation made by any City employee during or prior to negotiation and execution of the Contract, unless such understanding or representation shall be in writing and become a part of the Contract Documents. 20.9 BORINGS AND ESTIMATE OF QUANTITIES NOT WARRANTED: It is expressly understood and mutually agreed to by the parties hereto that the quantities of the various classes of work to be done and materials to be furnished under this Contract have been estimated and are approximate and only for the purpose of comparing on a uniform basis the bids offered for the work. It is also understood that the Contractor has made his/her proposal from his/her own examinations and estimates and shall not hold the City, its agents or employees responsible for or bound by any schedule, estimate, sounding, boring or any plan thereof as being even approximately correct; and should the Contractor encounter any difficulties, he/she shall have no claim on that account; and he/she shall, if any error in any plan, drawing, specification or direction relating to anything to be done under this Contract comes to his/her knowledge, report it at once to the Superintendent. The Contractor further agrees that neither the City of Lewiston, nor the Director of Public Works, the Superintendent, nor either of them separately or together are to be held responsible that any of the quantities be found even approximately correct in the construction of the work, and that the Contractor ---PAGE BREAK--- 19 will make no claim for anticipated profits or for loss of profit because of a difference between the quantities of the various classes of work actually done, or of the materials actually delivered, and any estimated quantities stated in the bids. The Contractor hereby agrees that he/she will complete the entire work to the satisfaction of the Superintendent and in accordance with the Specifications and Plans herein mentioned and at the prices agreed upon and fixed therefore. 21.0 COMMENCEMENT OF WORK: The Contractor agrees to commence the work required in the Contract Documents within ten (10) days after the signing of the Contract, unless otherwise specified in the Supplemental Specifications or directed by the Director of Public Works; and at his/her own cost and expense do and complete all the work and furnish all the labor, machinery, tools and materials, except as specified in the Supplemental Specifications, and to do everything required to build and put into complete working order for the City of Lewiston the work described in the Contract Documents. 21.1 TIME AND ORDER OF DOING WORK: The Contractor agrees that the work shall be commenced and carried on at such points and in such order of precedence and at such times and seasons as may from time to time be directed by the Superintendent. It is further agreed that no work shall be done under this Contract on Saturdays or Sundays or on days declared by the State Legislature as Legal Holidays, except in cases of emergency and then only with the consent in writing of the Director of Public Works; nor shall any work be done at night unless authorized in writing by the Director. The Contractor shall make his/her work week conform to that of the Public Works Department. When permission is granted to perform work during times other than this work week, the Contractor shall reimburse the City for any costs for inspection during these periods. 21.2 COMPETENT PERSONNEL TO BE EMPLOYED: The Contractor shall employ only competent personnel to do the work; and whenever the Director shall notify the Contractor, in writing, that any person on the work is, in his/her opinion, incompetent, unfaithful, disorderly or otherwise unsatisfactory, such person shall be discharged from the work and shall not again be employed on it except with the consent of the Director. 21.3 NOT TO SUBLET OR ASSIGN: The Contractor shall give his/her personal attention constantly to the faithful prosecution of the work, shall keep the same under his/her personal control and shall not assign, by power of attorney or otherwise, nor sublet the work or any part thereof, without the previous written consent of the Director; and shall not, either legally or equitably, assign any of the money ---PAGE BREAK--- 20 payable under this Agreement or his/her claim thereto, unless by and with the like consent of the Director. 21.4 DIRECTIONS AND EXPLANATIONS, CORRECTIONS OF ERRORS: The Plans and Specifications are understood to be explanatory of each other, but should any discrepancy appear or any misunderstanding arise as to the import of anything contained in either of them, the parties hereto further agree that the explanation and decision of the Superintendent shall be final and binding on the Contractor; and all directions or explanations required or necessary to complete any of the provisions of this Contract and these Specifications and give them due effect shall be given by the Superintendent. Correction of any error in the Plans or Specifications may be made by the Superintendent, when such correction is necessary for the proper fulfillment of the intention of such Plans or Specifications, the effect of such correction to date from the time that the Superintendent gives due notice in writing to the Contractor. 21.5 DUTY TO NOTIFY ENGINEER IF AMBIGUITIES DISCOVERED: The Contractor shall not take advantage of any ambiguity, error, omission, conflict, or discrepancy (“ambiguity, etc.”) contained in the Plans and Specifications that may significantly affect the cost, quality, conformity, or timeliness of the work. If the Contractor discovers any such ambiguity, etc., for which the contractor may seek adjustments to compensation, time, or other Contract requirements, the Contractor shall provide a written notice stating the nature of the ambiguity, etc. within 48 hours of discovering or being notified of the ambiguity and before performing any work related to the ambiguity, etc., as provided in Section 21.6 – Early Negotiation. Failure to provide such written notice in compliance with the contract shall constitute a waiver of all claims related to the ambiguity, etc. 21.6 EARLY NEGOTIATION: Notice Required: When the Contractor becomes aware of facts or circumstances that may cause the Contractor to seek additional compensation, time, or any other change in the requirements of the Plans and Specifications (“Issue”), then the Contractor shall notify the Superintendent in writing within 48 hours of identification of the issue and at least 48 hours before commencing any part of the Work relating to the Issue. The notice must describe the basic nature and extent of the Issue. The written notice or confirmation will be known as a “Notice of Issue for Consideration”. The Contractor will not be entitled to any additional compensation, time, or any other change to the requirements of the Plans and Specifications without a timely Notice of Issue for Consideration. Negotiation: When the Superintendent receives the Notice of an Issue for Consideration conforming to Section 21.6 Notice Required, the Superintendent and the Contractor will negotiate in good faith to attempt to resolve the Issue. Any resolution will be noted in the Progress Meeting minutes or confirmed otherwise in writing by the Superintendent. Any ---PAGE BREAK--- 21 changes to the Plans and Specifications that effect compensation, time, quality, or other requirements of the Plans and Specifications shall be by written Change Order. 21.7 SUPERINTENDENCE BY CONTRACTOR: At the site of the work, the Contractor shall employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Superintendent and shall be one who can be continued in that capacity for the particular job involved unless he/she ceases to be on the Contractor's payroll. All directions given to such representative in the Contractor's absence shall be as binding as if given to the Contractor. 21.8 ALTERATIONS: It is further agreed that the Superintendent may make alterations in the line, grade, form, position, dimension or material of the work herein contemplated, or any part thereof, either before or after the commencement of the work; and that the Director may at any time, order an alterations increase in the amount of work. Such increase shall be paid for according to the quantity actually done as extra work as provided for in Section 22.5. If such alterations diminish the quantity of work to be done, they shall not constitute a claim by the Contractor for damages or for anticipated profits on the work dispensed with and payment will be reduced in an amount determined as provided for in Section 22.6. 21.9 NO CITY EMPLOYEE TO BE INTERESTED: It is further agreed that this Contract shall be utterly void as to the City if any person employed in any capacity by the City of Lewiston is either directly or indirectly interested therein, except as provided by the City Charter. 22.0 WAIVER: No order by the Superintendent or any of his/her employees, nor any order, measurement or certificate by the Superintendent, nor any order by him/her for the payment of money, nor any payment for, or acceptance of, the whole or any part of the work by the Director, nor any extension of time, nor any possession taken by the Director or his/her employees, shall operate as a waiver of any provision of this Contract, or of any power herein reserved by the Director, or of any right to damages herein provided; nor shall any waiver of any breach of this Contract be held to be a waiver of any other or subsequent breach. Any remedy provided in this Contract shall be taken and construed as cumulative, that is, in addition to each and every other remedy herein provided and the City and the Director shall also be entitled to a writ of injunction against any breach of any of the promises of this Contract. 22.1 ACCESS TO WORK: The Superintendent and Director, their assistants and inspectors may, for any purpose, enter upon the work and premises used by the Contractor, and the Contractor shall provide safe and ---PAGE BREAK--- 22 proper facilities therefore. Other City contractors may also, for all the purposes which may be required by their contracts, enter upon the work and premises used by the Contractor. Any difference or conflicts which may arise between the Contractor and other contractors of the City in regard to their work shall be adjusted and determined by the Director. 22.2 ENGINEER TO DETERMINE AMOUNT AND QUANTITY OF WORK, INSPECTION OF MATERIALS: To prevent all disputes and litigations, it is hereby agreed by and between the parties to this Contract that the Superintendent shall in all cases determine the amount and quality of the various classes of work which are to be paid for under this Contract; and that the Superintendent by himself/herself, or his/her representatives acting under him/her, shall inspect all the materials to be furnished and all work to be done under this Contract to see that the same corresponds to the Specifications herein set forth. The Contractor further agrees that he/she will furnish the Superintendent with such information and vouchers relating to the work, the materials therefore, and the persons employed thereon, as he/she shall from time to time request, and will give to the Superintendent or his/her representatives all necessary labor, tools and facilities for inspecting the material to be furnished and the work to be done under this Contract. The Superintendent has the authority to stop the work whenever such a stoppage may be necessary to insure proper execution of this Contract. He/she also has the authority to reject all work and materials which do not conform to the Specifications or Plans, to direct application of forces to any portion of the work and to order the force increased or diminished as in his/her judgment is required. 22.3 DEFECTIVE WORK AND MATERIALS: The inspection of the work shall not relieve the Contractor of any of his/her obligations to fulfill this Contract as herein prescribed and defective work shall be made good and unsuitable materials may be rejected, notwithstanding that such work and materials have been previously overlooked by the Superintendent and accepted or estimated for payment. If the work or any part thereof shall be found defective at any time before the final acceptance of the whole work, the Contractor shall forthwith make good such defect, in a manner satisfactory to the Superintendent, and if any materials brought upon the ground for use in the work, or selected for the same, shall be condemned by the Superintendent as unsuitable or not in conformity with the Specifications, the Contractor shall forthwith remove such materials from the vicinity of the work. Nothing in this Contract shall be construed as vesting in the Contractor any right of property in the materials used after they have been attached or affixed to the work or the soil; but such materials shall, upon being so attached or affixed, become the property of the City. 22.4 NO INTOXICATING DRINKS: The Contractor shall neither permit or suffer the introduction or use of intoxicating substances upon or about the works embraced in this Contract or upon any grounds occupied by him/her. ---PAGE BREAK--- 23 22.5 EXTRA WORK: The City of Lewiston reserves the right to add portions of the work required under this contract, using the unit prices established in the proposal. The City will determine if all work outlined in the plans or portions thereof shall be built under this Contract prior to the Contact signing. The form Extra Work as used herein refers to and includes work required by the City which, in the judgment of the Director, involves changes in or additions to that are required by the Plans and Specifications; provided, however, such changes or additions do not result from the fault of the Contractor. The Contractor shall do any extra work when and as ordered in writing by the Director or his/her agents specially authorized thereto in writing, and shall, when requested by the Director to do so, furnish itemized statements of cost of the extra work ordered and give the Director access to the accounts, bills and vouchers relating thereto. If the Contractor claims compensation for extra work not ordered as aforesaid, or for any damage sustained, he/she shall, within one week after the beginning of any such work or of the sustaining of any such damage, make a written statement to the Director of the nature of the work performed or damage sustained and shall, on or before the fifteenth (15th) day of the month succeeding that in which any such extra work shall have been done or any such damage sustained, file with the Director an itemized statement of the details and amount of such work or damage; and unless such statements shall be made as so required, his/her claim for compensation shall be forfeited and invalid and he/she shall not be entitled to payment on account of such work or damage. The determination of the Superintendent and Director shall be final upon all questions of the amount and value of extra work. If a unit price does not exist, payment for extra work will be actual cost plus fifteen per cent No allowance will be made for overhead costs. 22.6 REDUCTION OF WORK: The City of Lewiston reserves the right to delete portions of the work required under this contract, using the unit prices established in the proposal. The City will determine if all work outlined in the plans or portions thereof shall be built under this Contract prior to the Contact signing. The Contractor shall omit and not perform any portion of the work required by the Contract Documents when ordered in writing by the Director or his/her agents specially authorized thereto in writing. If no unit price exists, it will be an estimate to be made by the Director and the Superintendent. Their estimate will be final and binding. These reductions shall not constitute a claim by the Contractor for damage or for anticipated profit on the work dispensed with. ---PAGE BREAK--- 24 22.7 CONDITIONS UNDER WHICH DIRECTOR MAY COMPLETE WORK: The Contractor hereby agrees that if the work to be done under this Contract shall be abandoned or if this Contract or any part thereof shall be sublet without the previous written consent of the Director, or if the Contract or any claim thereunder shall be assigned by the Contractor otherwise than as herein specified, or at any time the Director shall be of the opinion that the work is unnecessarily or unreasonably delayed, or that the Contractor is willfully violating any of the conditions or agreements of this Contract, or is not executing the Contract in good faith, or is not making such progress in the execution of the work as to indicate its completion within the required time, the Director shall have the power and right to notify the Contractor to discontinue all work or any part thereof under this Contract. Thereupon the Contractor shall discontinue the work or any such parts thereof as the Director shall have the power, by contract with or without advertising, day labor or otherwise as he/she may determine, to employ such labor and obtain such tools and appliances as he/she may deem necessary to work at and be used to complete the work herein described or such parts thereof as the Director may deem necessary, and to use such tools and materials of every description as may be found upon the line of work, and to procure other materials for the completion of the same, and to charge the expense of said labor, tools and materials to the Contractor; and the expense so charged shall be deducted and paid by the City out of such monies as may be due or may become due the Contractor under this Contract or any part thereof. In case such expense is more than the sum which would have been payable under this Contract, if the same had been completed by the Contractor, then the Contractor shall pay the amount owed by the City under this Contract at the time the Contractor is notified in writing to discontinue the work or any part thereof. 22.8 PAYMENT FOR MATERIALS: Payments will be made in accordance with the price stated in the Contract. The Contractor may include requests for payment of material delivered to the job site when such requests are accompanied by invoices substantiating the requests for material payment satisfactory to the City. 22.9 GUARANTEE: The Contractor guarantees that the work to be done under this Contract will be done in a good and workmanlike manner and all materials, whether furnished by him/her or the City used in the construction of the work, will be free from defects and flaws and in conformity with the Plans and Specifications in all respects. This guaranty will be for a period of one year after the date of acceptance of the whole work by the City of Lewiston. The Contractor shall at all times, until the final acceptance of the whole work, keep the operating area of the Solid Waste Facility in the position and condition required by these Plans and Specifications. If at any time within the period of the guaranty, any other part of the work constructed under the terms of this Contract shall in the opinion of the Director of Public Works require repairing, the Director shall notify the Contractor in writing to make the required repairs. If the Contractor shall neglect to make such repairs to the satisfaction of the Director within the ---PAGE BREAK--- 25 time limit as set forth in the notice in writing to the Contractor of the required repairs, then the Director of Public Works may make the necessary repairs, by contract or otherwise, and the City shall have a claim against the Contractor in the amount of the expense incurred by the City in making such repairs. It is hereby, however, specifically agreed and understood that this guaranty shall not include any repairs made necessary by any cause or causes other than defective work or materials. 23.0 WORK DAY: A work day shall be any day, other than a State of Maine legal holiday or Sunday, on which weather and working conditions permit the Contractor to make effective use of not less than seventy-five (75%) per cent of the hours during the regular work day. In the event the Contractor is granted permission to engage in work on a legal holiday or Sunday, such a day will be considered and counted as a work day. ---PAGE BREAK--- 26 List of Vendors 1) Allen’s Environmental Services P.O. Box 109 Presque Isle, ME. 04769 - 0109 Contact: Chris Allen 2) Walker Industrial Services, Inc. 29 Pennell St. Skowhegan, ME. 04976 Contact: Mike Walker 3) Ted Berry Co. 521 Federal Rd. Livermore, ME. 04253 Contact: Matt Timberlake ---PAGE BREAK--- 27 City of Lewiston Solid Waste & Recycling Facility Pre – Bid Meeting, August 22, 2013 Cleaning and Inspection of the Leachate Collection System Contractor Sign – In Sheet: (Please include your name and the name of your firm). 1) 2) 3) 4) 5) 6) 7) 8) 9) 10) 11) 12) 13) 14) 15)