Loading...
Schneider Equipment, Inc Dba Schneider Water Services ~ CP21009 CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM Contract Overview Contract/Amendment Number: CP21009a2 Contract Start Date: 2/10/2021 Contract End Date: 12/31/2023 Contract Title: ASR Wells 2 & 3 Refurbishment Contractor Name: Schneider Equipment, Inc dba Schneider Water Services Contract Manager: Shasta Billings-Beck Department: PW Engineering Contract Costs Original Contract Amount: $1,273,579.00 Total All Previous Amendments: 0 Total of this Amendment: 0 Total Contract Amount: $1,273,579.00 Procurement Authority Contract Type: Public Improvement Procurement Type: Formal ITB >$150K Solicitation Number: 2021-15 LCRB Date: 2/9/2021 Account String: Fund-Division-Account Work Order – Activity Type Amount FY FY FY FY FY Contracts & Purchasing Approval Purchasing Signature: Comments: Extend Contract DocuSign Routing Route for Signature Name Email Address Contractor Patrick Schneider, Vice President pat@schneiderwater.com City of Tigard Steve Rymer stever@tigard-or.gov Final Distribution Contractor Patrick Schneider, President Kriss Schneider, Vice-President pat@schneiderwater.com Kriss@schneiderwater.com Project Manager Shasta Billings-Beck Shauna Large Laura Barrie shastab@tigard-or.gov Shauna@tigard-or.gov laurab@tigard-or.gov Buyer Toni Riccardi tonir@tigard-or.gov CITY OF TIGARD,OREGON-CONTRACT SUMMARY FORM THIS FORM MUST ACCOMPANY EVER Y CONTRACT Contract Title: ASR Wells 2 & 3 Refurbishment Number: CP21009 Contractor: Schneider Equipment. Inc dba Schneider Water Services Contract Total: $1,273,579.00 Contract Overview: Schneider Equipment will be completing work on Aquifer Storage and Recovery (ASR) #3 to make operational and will be completing 12umping and electrical improvements to ASR#2. Initial Risk Level: ❑ Extreme ❑ High ® Moderate ❑ Low Risk Reduction Steps: Risk Comments: Risk Signature: Contract Manager: Shasta Billings-Beck Ext: 2698 Department: Engineering Type: ❑ Personal Svc ❑ Professional Svc ® Public Imp ❑ General Svc ❑ Coop Purchase ❑ Other: Start Date: 02/10/2021 End Date: 10/31/2021 Quotes/Bids/Proposal: FIRM AMOUNT/SCORE Schneider Equipment.Inc dba Schneider Water Services $1,273,579.00 Holt Services.Inc. $1,384.517.00 Account String: Fund-Division-Account Work Order—Activity Type Amount FY 21 532-8000-56005 96053-130 $1,000,000.00 FY 22 532-8000-56005 96053-130 $273.579.00 FY FY FY Approvals - LCRB Date: 02/09/2021 Department Comments: Department Signature: Purchasing Comments: Purchasing Signature: z2� — City Manager Comments: City Manager Signature: After securing all required approvals, forward original copy to the Contracting and Purchasing Office along with a completed Contract Checklist. City of Tigard 13125 SW Hall Blvd Tigard,Oregon 97223 Phone: (503)639-4171 Fax: (503) 684-7297 CONTRACT DOCUMENTS for the construction of ASR Wells 2 & 3 Refurbishment Project No.: CIP 2020 — 96053 Solicitation No.: 2021-15 Approved by: Lori Faha,P.E.,City Engineer Bid Due& Bids Open: December 29,2020-2:00 pm 2020 ITB—ASR Wells 2&3 Refurbishment 1 Page ADVERTISEMENT FORBIDS CITY OF TIGARD ASR WELLS 2&3 REFURBISHMENT The City of Tigard will receive sealed Bids from qualified firms submitted electronically to the Contracts and Purchasing Department at contractspurcliasirc�: d-or,gov until 2:00 pm local time,Tuesday,December 29,2020 for the ASR Wells 2&3 Refurbishment project. Bids will be opened and publicly read aloud immediately after the Bid Closing time and date via conference call at(971) 203-2862. Conference ID 335 568 396#. The project generally consists of the following: 1. Mobilization/Demobilization 2. Rehabilitation of ASR Well 3 3. Aquifer Testing of ASR Well 3 4. Removal of Pumping Equipment from ASR Well 2 5. Refurbishing ASR Well 2 Pump and ASR Downhole Valve 6. Rehabilitation of ASR Well 2 7. Reinstallation of ASR Well 2 Pumping Equipment 8. Performance of additional and incidental work as called for by the specifications Basis of Bid Award shall incorporate all items identified on the Bid Schedule. Pursuant to Tigard Public Contracting Rule 30.055,all Bidders must submit a Bid security to the City along with their Bid in an amount equal to ten percent (10%) of their Bid. Because the City's estimate of contract value exceeds $100,000,Bidders must submit a First Tier Subcontractor Disclosure Form,provided in this Bid Booklet,to the City no later than 4:00 pm local time,Tuesday,December 29,2020. The provisions of ORS Chapters 279A and 279C and all other Oregon and Federal provisions pertaining to minimum salaries and wages shall be incorporated by reference as if fully set forth in any Contract resulting from this Advertisement for Bid. Contractor shall provide proof to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of$30,000 with the Construction Contractors Board as required under Oregon Prevailing Wage Rate (PWR) law. No Bid will be considered unless fully completed in a manner provided in the Bid Packet. Facsimile Bids will not be accepted nor will Bids be accepted after the stated Bid Closing. Bids received after the Bid Closing will be returned to the submitting firm unopened after a Contract has been awarded for the required services. Bid Documents may be downloaded from the City of Tigard website at www.ti mrd-or. v/bids. The City may reject any Bid not in compliance with all prescribed public bidding procedures and requirements,and may reject for good cause any or all Bids upon a finding of the City if it is in the public interest to do so. All questions about the meaning or intent of the Bid Documents shall be submitted to the Contracts and Purchasing Department at cc)ntractspurcliasiaL a)dLard-or.Wv with any questions. Clarifications to the Bid Documents will be made by addenda only. Oral statements may not be relied upon by Bidders and will not be binding or legally effective. Published: Daily Journal of Commerce Date: December 11,2020 2020 ITB —ASR Wells 2&3 Refurbishment 2 1 Page TABLE OF CONTENTS ADVERTISEMENTFOR BIDS....................................................................................................................................................2 TABLEOF CONTENTS...............................................................................................................................................................3 ATTACHMENT A-BIDDER'S CHECKLIST............................................................................................................................4 ATTACHMENTB-BID............................................................................................................................................................5 ATTACHMENT C-ACKNOWLEDGMENT OF ADDENDA.....................................:..........................................................24 ATTACHMENT D-BID CERTIFICATION...........................................................................................................................25 ATTACHMENT E-FIRST TIER SUBCONTRACTOR DISCLOSURE FORM........................................................................26 ATTACHMENTF-BID BOND.............................................................................................................................................27 ATTACHMENT G-PUBLIC IMPROVEMENT CONTRACT.................................................................................................28 ATTACHMENTH-PERFORMANCE BOND........................................................................................................................33 ATTACHMENTI-PAYMENT BOND...................................................................................................................................35 ATTACHMENT J-OREGON PREVAILING WAGE RATES................................................................................................37 ATTACHMENTK-GENERAL CONDITIONS.....................................................................................................................38 ATTACHMENT L-SPECIAL PROVISIONS............................................................................................................................39 ATTACHMENT M-WATER CONSTRUCTION SPECIAL PROVISIONS.............................................................................49 EXHIBITS A-ASR WELL 3,SITE MAP B-ASR WELL 3,WELL SECTION C-ASR WELL 2,SITE MAP D-ASR WELL 2,WELL SECTION APPENDIX A-ASR WELLS 2 AND ASR 3 REPORTS B-ASR WELL 3 SCREEN DATA C-ASR WELL 2,SELECT RECORD DRAWINGS D-ASR WELLS 2 AND ASR 3 CHEMICAL CLEANING MATERIAL INFORMATION E-ASR WELL 3 VIDEO 2020 ITB—ASR Wells 2&3 Refurbishment 3 Page ATTACHMENT A-BIDDERS CHECKLIST CITY OF TIGARD ASR WELLS 2&3 REFURBISHMENT FORMS TO EXECUTE FOR SUBMISSION OF BID The Bidder's attention is especially called to the following forms which must be executed in full before Bid is submitted: ATTACHMENT B -BID ATTACHMENT C—ACKNOWLEDGMENT OF ADDENDA ATTACHMENT D—BID CERTIFICATION ATTACHMENT E—FIRST TIER SUBContractor DISCLOSURE FORM: within 2 hours of Bid Closing. ATTACHMENT F—BID BOND FORMS TO EXECUTE AFTER AWARD OF BID ATTACHMENT G—PUBLIC IMPROVEMENT CONTRACT—PWR COVERED CONTRACT ATTACHMENT H—PUBLIC IMPROVEMENT CONTRACT—PERFORMANCE BOND ATTACHMENT I—PUBLIC IMPROVEMENT CONTRACT—PAYMENT BOND Certificate of Insurance including Additional Insured Provision in accordance with the Public Improvement Contract. 2020 ITB—ASR Wells 2&3 Refurbishment 4 Page r ATTACHMENT B—BID CITY OF TIGARD ASR WELLS 2&3 REFURBISHMENT This Bid must be signed in ink by an authorized representative of the Bidder;any alterations or erasures to the Bid must be initialed in ink by the undersigned authorized representative. Project: ASR Wells 2&3 Refurbishment Bid Due Date: Tuesday,Dccembcr 29,2020 Name of Submitting Firm: Schneider Equipment, Inc. DBA Schneider Water Services The Undersigned (check one ofthe following and provide additional information): An individual doing business under an assumed name registered under the laws of the State of or A partnership registered under the laws of the State of ;or X A corporation organized under the laws of the State of Oregon :or A limited liability corporation organized under the laws of the State of ; hereby proposes to furnish all material and labor and perform all work hereinafter indicated for the above project in strict accordance with the Contract Documents for the Basic Bid as follows: One-Million Two-Hundred Seventy-Three Thousand Five-hundred Seventy-Nine and 0 /100 Dollars ($1,273,579.00 ) and the Undersigned agrees to be bound by all documents comprising the Contract Documents as defined in the Contract. The Undersigned declares that it has carefully examined the site(s) of the work,the Contract Documents, and forms. Submission of this Bid shall be conclusive evidence that the Undersigned has investigated and is satisfied as to the condition to be encountered,as to the character, quality and scope of work to be performed,the quantities of materials to be furnished,and as to the requirement of the Contract Documents. Accompanying herewith is a Bid Security which is equal to ten percent(10%) of the total amount of the Bid. 2020 ITB—ASR Wells 2&3 Refurbishment 5 1 Page ADDENDUM#2 UPDATED BID SCHEDULE ASR WELLS 2&3 REFURBISHMENT Contract will be awarded based on total for all sections including Bid Alternative and Additive work items. Item Items of Work and Materials Approx. Units Unit Price Extended No. Quantity Price SECTION A—MOBILIZATION AND DEMOBILIZATION A-1 Mobilization and Demobilization 1 Lump Sum $120,000.00 $ 120,000.00 A-2 Site Preparation 1 Lum Sum $25,000.00 $ 25,000.00 A-3 Erosion and Sediment Control 1 Lump Sum $20,000.00 $ 20,000.00 A-4 Water Management and Turbidity Reduction 1 Lump Sum $60,000.00 $ 60,000.00 A-5Spill Prevention and Control 1 Lump Sum 1$10,000.00 $ 10,000.00 A-6 Site Cleanup and Disposal of Material 1 Lump Sum 1$25,000.00 $ 25,000.00 TOTAL FOR SECTION A= $260,000.00 SECTION B—REHABILITATION OF ASR WELL 3 B-1 Furnish and install casing stick-up,top cap,and 1 Lump Sum $5,000.00 $ 5,000.00 locking cover on existing 20-inch diameter casing B-2 Video Survey 3 Each $1,250.00 $ 3,750,00 B-3 Specific Capacity Testing 1 7 1 Each $13,500.00 $ 94,500.00 B-4 Sounding Tube 1 1,100 1 Feet 1$6.50 $ 7,150.00 B-5 Liner Assembly Removal and Disassembly B-5a Equipment and setup for liner assembly 1 Lump Sum $32,000.00 $ 32,000.00 removal (Note:If liner assembly cannot be removed, line items B-5b, B-6, B-7b, and B-8 will not be completed;line items underALTERNATIVE l will be substituted as noted B-5b Liner assembly removal and disassembly 1,104 Feet $10.00 1 $ 11,040.00 B-6 Liner Assembly Cleaning and Storage 1,104 Feet $15.00 $ 16,560.00 B-7 Biodispersant Application and Brushing B-7a Biodispersant 61 Gallons $84.00 $ 5,124.00 B-7b Biodispersant application and brushing (20- 16 Hours $750.00 $ 12,000.00 inch diameter casing and open borehole B-7b- ALTERNATIVE 1 — Biodispersant 16 Hours $600.00 $ 9,600.00 Al application and brushing (16-inch diameter liner assembly) Replaces line item B-7b if liner assembly cannot be removed. B-8 Water Jetting with Airlift Pumpiqg 24 Hours $750.00 $ 18,000.00 B-8- ALTERNATIVE 1 — Dual surge block 24 Hours $600.00 $ 14,400.00 Al swabbing with airlift pumping. Replaces line item B-8 if liner assembly cannot be removed. 6 1 P a cJ B-9 Chemical Cleaning 13-9a Equipment and setup for chemical cleaning 1 Lump Sum $14,000.00 $ 14,000.00 B-9b Oxalic acid 5,950 Pounds $4.00 $ 23,800.00 B-9c Biodispersant 210 Gallons $84.00 $ 17,640.00 13-9d Purging of the well after chemical cleaning 20 Hours $600.00 $ 12,000.00 B-10 Disinfection Treatment B-10a Equipment and setup for disinfection 1 Lump Sum 14,000.00 $14,000.00 treatment B- Sodium hypochlorite 126 Gallons $40.00 $5,040.00 10b B-10c Chlorine enhancer 65 Gallons $110.00 $ 7,150.00 B-10d Purging of the well after disinfection treatment 1 8 1 Hours 1$600.00 $ 4,800.00 SUBTOTAL FOR SECTIONB(ITEMS B-1 through B-10) _ $327,554.00 SECTION B.1—POSSIBLE ADDITIVE WORK ITEMS FOR ASR WELL 3. Possible Additive Work Items listed below and their proposed pricing shall be included in determination of the lowest bid for project. B-11 Additive Work Item 1 —Casing Perforation B-11a Equipment and setup for casing perforation 1 Lump Sum $10,000.00 $ 10,000.00 B- Perforate blank casing 295 Feet $70.00 $20,650.00 11b B-12 Additive Work Item 2—Impulse Generation B-12a Impulse generation 16 Hours $500.00 $ 8,000.00 B- Impulse generation with airlift pumping 16 Hours $600.00 $9,600.00 12b B-13 Additive Work Item 3—Liner Reassembly And 1,104 Feet $20.00 $22,080.00 Installation B-14 Additive Work Item 3 — Machine Slotted 345 Feet $200.00 $69,000.00 Casing SUBTOTAL FOR SECTION B.1(ITEMS B-11 through B-14) _ $139,330.00 TOTAL FOR SECTION B PLUS SECTION B.1 = $466,884.00 SECTION C—AQUIFER TESTING OF ASR WELL 3 C-1 Furnish, install, and remove aquifer testing 1 Lump Sum $44,000.00 $ 44,000.00 equipment. (,Note: By submitting this bid, the bidder acknowledges that the test pump may need to be installed and the aquifer tests completed in an open borehole C-2 Step-rate Drawdown Test 8 Hours $300.00 $ 2,400.00 C-3 Constant-rate Testing and Recovery 36 Hours $300.00 $10,800.00 Monitoring TOTAL FOR SECTION C = $57,200.00 SECTION D—REMOVAL OF PUMPING EQUIPMENT AT ASR WELL 2 D-1 Removal of Pumping Equipment 1 Lump Sum 1$26,600.00 1 $ 26,600.00 TOTAL FOR SECTION D = $26,600.00 7 1 Page SECTION E—REFURBISH PUMP AND ASR VALVE AT ASR WELL 2 E-1 Inspection of Pump Column Stored Onsite 1 Lump Sum $5,000.00 $ 5,000.00 E-2 Pump Inspection 1 Lump Sum $2,500.00 $ 2,500.00 E-3 Pump Modification—Additional Stage 1 Each $20,000.00 $ 20,000.00 E-4 Additional Pump Column Length 160 Feet $160.00 $ 25,600.00 E-5 Replace Existing Bushings on Guide Bearings 58 Each $60.00 $ 3,480.00 E-6 ASR Valve Inspection 1 Lump Sum 9,000.00 $ 9,000.00 E-7 ASR Valve Hydraulic Hoses 1,430 Feet $27.00 $ 38,610.00 TOTAL FOR SECTION E _ $ 104,190.00 SECTION F—REHABILITATION OF ASR WELL 2 F-1 Video Survey 3 Each $1,250.00 $ 3,750,00 F-2 Specific Capacity Testing 6 Each $13,500.00 $ 81,000.00 F-3 Sounding Tube 1,000 Feet $6.50 $ 6,500.00 F-4 Biodispersant Application and Brushing F-4a Biodispersant 60 Gallons $84.00 $ 5,040.00 F-4b Biodispersant application and brushing16 Hours $600.00 $ 9,600.00 F-5 Dual Surge Block Swabbing with Airlift 24 Hours $600.00 $14,400.00 Pumping F-6 First Phase of Disinfection Treatment F-6a Equipment and setup for disinfection 1 Lump Sum $14,000.00 $14,000.00 treatment F-6b Sodium hypochlorite 84 Gallons $40.00 $ 3,360.00 F-6c Chlorine enhancer 20 Gallons $110.00 $ 2,200.00 F-6d Purging of the well after disinfection treatment 8 Hours $600.00 $ $4,800.00 F-7 Second Phase of Disinfection Treatment F-7a Equipment and setup for disinfection 1 Lump Sum $14,000.00 $14,000.00 treatment F-7b Sodium hypochlorite 126 Gallons $40.00 $ 5,040.00 F-7c Chlorine enhancer 30 Gallons $110.00 $ 3,300.00 F-7d Pur 'ng of the well after disinfection treatment 8 Hours $600.00 $ 4,800.00 SUBTOTAL FOR SECTION (ITEMS F-1 through F-7) _ $ 171,790.00 SECTION F.1—POSSIBLE ADDITIVE WORK ITEMS FOR ASR WELL 2 Possible Additive Work Items listed below and their proposed pricing shall be included in determination of the lowest bid for project. F-8 Additive Work Item 1 —Casing Perforation F-8a Equipment and setup for casing perforation 1 Lump Sum 1$17,000.00 $ 17,000.00 F-8b Perforate blank casing 1250 Feet 170.00 $ 17,500.00 F-9 Additive Work Item 2—Impulse Generation F-9a Impulse generation 1 16 Hours $500.00 $ 8,000.00 F-9b Impulse generation with airlift puaing 16 Hours 1$600.00 $ 9,600.00 F-10 Additive Work Item 3—Chemical Cleaning F-10a Chemical cleaning 1 Lump Sum $14,000.00 $ 14,000.00 F-10b Oxalic acid 5,950 Pounds $4.00 $ 23,800.00 F-10c Biodispersant 210 Gallons $84.00 $ 17,640.00 F-10d Purging of the well after chemical cleaning 20 Hours $600.00 $ 12,000.00 8 1 Pagc SUBTOTAL FOR SECTIONF.1(ITEMS F-8 through F-10) = $119,540.00 TOTAL FOR SECTION F PLUS SECTION F.1 = $291,330.00 SECTION G—REINSTALLATION OF PUMPING EQUIPMENT AT ASR WELL 2 G-1 Reinstallation of Pumping Equipment 1 Lump Sum $32,000.00 $ 32,000.00 G-2 Sounding Tubes 1,450 Feet $5.50 $ 7,975.00 G-3 Final Disinfection 1 Lump Sum $7,400.00 $ 7,400.00 TOTAL FOR SECTION G = $ 47,375.00 SECTION H—EXTRA WORK AS AUTHORIZED H-1 Extra Work as Authorized 1 Lump Sum 1 $20,000 $ 20,000 TOTAL FOR SECTION H = $20,000.00 9Page BID SCHEDULE SUMMARY 1) TOTAL FOR SECTION A $ 260,000.00 2) TOTAL FOR SECTION B PLUS SECTION B.1 $ 466,884.00 3) TOTAL FOR SECTION C $ 57,200.00 4) TOTAL FOR SECTION D S 26,600.00 5) TOTAL FOR SECTION E $ 104,190.00 6) TOTAL FOR SECTION F PLUS SECTION F.1 $ 291,330.00 7) TOTAL FOR SECTION G $ 47,375.00 8)TOTAL FOR SECTION H $ 20.000.00 GRAND TOTAL BID AMOUNT $ 1,273,579.00 Total Bid' $ One-Million Two-Hundred Seventy-Three Thousand Five-hundred Seventy-Nine and 0 /100 Dollars (Use Words) 10 Page The Undersigned agrees, if awarded the Contract, to execute and deliver to the City of Tigard,within ten (10) days after receiving the Contract forms, a satisfactory Performance Bond and a satisfactory Payment Bond each in an amount equal to one hundred percent (100%) of the Contract sum, using the forms provided by the City. The surety(ies) requested to issue the Performance Bond and Payment Bond will be Travelers Casualty and Surety Company of America The Undersigned hereby authorizes said surety(ies) company(ies) to disclose any information to the City concerning the Undersigned's ability to supply a Performance Bond and Payment Bond each in the amount of the Contract. The Undersigned further agrees that the Bid Security accompanying the Bid is left in escrow with the City; that the amount thereof is the measure of liquidated damages which the City will sustain by the failure of the Undersigned to execute and deliver the above-named Agreement Form, Performance Bond, and Payment Bond, and that if the Undersigned defaults in either executing the Agreement Form or providing the Performance Bond and Payment Bond within ten (10) days after receiving the Contract forms,then the Bid Security may become the property of the City at the City's option; but if the Bid is not accepted within sixty (60) days of the time set for the opening of the Bids, or if the Undersigned executes and timely delivers said Agreement Form, Performance Bond, and Payment Bond, the Bid Security shall be returned. The Undersigned certifies that: (1) This Bid has been arrived at independently and is being submitted without collusion with and without any agreement,understanding,or planned common course of action with any other vendor of materials, supplies, equipment, or services described in the solicitation documents designed to limit independent Bidding or competition; and (2) The contents of the Bid have not been communicated by the Undersigned or its employees or agents to any person not an employee or agent of the Undersigned or its surety on any bond furnished with the Bid and will not be communicated to such person prior to the official opening of the Bid. The Undersigned HA5 ❑ HAS NOT (cfleck applrcrable stalus) paid unemployment or .income taxes in Oregon within the past 12 months and [ja HAS❑ HAS NOT (check applicable status)a business address in Oregon. The Undersigned V HAS❑HAS NOT (check applicaM status)complied with any Affirmative Action Requirements included within the procurement documents. The Undersigned agrees,if awarded a Contract, to comply with the provisions of ORS 279C.800 through 279C.870 pertaining to the payment of the prevailing rates of wage. The Undersigned's CCB registration number is 39265 with an expiration date of 5/11/2022 As a condition to submitting a Bid,a Contractor must be registered with the Oregon Construction Contractors Board in accordance with ORS 701.035 to 701.055, and disclose the registration number. Failure to register and disclose the number will make the Bid unresponsive and it will be rejected unless contrary to federal law. The Undersigned further certifies that Undersigned shall provide proof to the City prior to the beginning of any of the work that the Undersigned has filed a public works bond with a corporate surety in the amount of$30,000 with the Construction Contractors Board as required under Oregon PWR law. The successful Bidder hereby certifies that all subcontractors who will perform construction work as described in ORS 701.005(2) were registered with the Construction Contractors Board in accordance with ORS 701.035 to 701.055 at the time the subcontractor(s) made a Bid to work under the Contract. 2020 ITB—ASR Wells 2 &3 Refurbishment 10 1 Page The successful Bidder hereby certifies that, in accordance with the Worker's Compensation Law of the State of Oregon, its Worker's Compensation Insurance provider is SAIF _ Policy No. 810749 , and that Undersigned shall submit Certificates of Insurance as required. Name of Company: Schneider Equipment,Inc.DBA Schneider Water Services Company Address: 21881 River Rd. NE St. Paul, OR 97137 Federal Tax ID: 93-0646659 Telephone: 503-633-2666 Email: pat Wschneiderwater.com I attest that I have the authority to commit the firm named above to this Bid amount and acknowledge that the firm meets the qualifications necessary to perform this Work as outlined in the Invitation to Bid. I understand that I will be required to provide necessary information to verify that the firm meets these qualifications if selected for the subsequent Contract. Authorized Signature: ez Printed Name &Title: Kriss Schneider, President Date: 1/6/2021 I Payment information will be reported to the IRS under the name and federal taxpayer ID number provided above. Information not matching IRS records or not provided to the City could subject the successful Contractor to a twenty eight percent(28%) backup withholding. 2020 ITB—ASR Wells 2&3 Refurbishment 11 1 P a g c SCOPE FOR BID SCHEDULE Measurement and payment for all Work shown or specified herein will be made on a unit or lump sum price basis in accordance with the prices set forth in the Bid Schedule for individual items of Work. Contractor shall make a careful assessment when preparing the Bid. The items listed below refer to and are the same pay items listed in the Bid Schedule. They constitute all of the pay items for the completion of the Work. No direct or separate payment will be made for providing miscellaneous temporary or accessory services or all other items not specifically named in specific Bid item description and needed for prosecution of the Work, and all other requirement of the Contract Documents. Compensation for all such services,things and materials shall be included in the prices stipulated for the lump sum and unit price pay items listed herein. The prices stated in the Bid Schedule, include overhead and profit and all costs and expenses for bonds,insurance, taxes,labor,equipment,materials,commissions,transportation charges and expenses,patent fees and royalties,labor for handling materials during inspection, together with any and all other costs and expenses for performing and completing the Work,complete and in place,as specified herein. The basis of payment for an item at the lump sum or unit price shown in the Bid Schedule shall be in accordance with the description of that item in this section. BTD ITEM DESCRIPTIONS ASR Wells 2&3 Refurbishment Following are the measurement and payment descriptions for the various Bid items included in the ASR Wells 2&3 Refurbishment portion of the project. Descriptions reference and/or modify sections of the 2018 Oregon Standard Specifications for Construction where applicable. BID SECTION A—MOBILIZATION AND DEMOBILIZATION (FOR THE PROJECT) BID ITEM NO.A-1 MOBILIZATION AND DEMOBILIZATION The measurement unit for mobilization and demobilization shall be lump sum. Payment shall be at the lump sum price specified in the bid schedule submitted by the Contractor for this project and shall be full compensation for all labor and materials required to transport personnel, equipment, and operating supplies to and from the work sites; furnish and establish power;obtain an adequate source of potable water supply;protection of above ground utilities; maintaining site security (other than temporary fencing); and provide portable sanitary facilities. Progress payments for mobilization and demobilization will be made in accordance with the following schedule: • Mobilization to the ASR 3 site:25 percent • Upon completion of all work and demobilization from the ASR 3 site:25 percent • Mobilization to the ASR 2 site:25 percent • Upon completion of all work and demobilization from the ASR 2 site:25 percent BID ITEM NO.A-2 SITE PREPARATION The measurement unit for site preparation is lump sum. Payment shall be at the lump sum price specified in the bid schedule submitted by the Contractor for this project and shall be full compensation for all labor and materials to prepare the ASR 3 and ASR 2 sites for the Contractor's work.Progress payments for site preparation will be made in accordance with the following schedule: • Upon completion of site preparation and the start of work at the ASR 3 site: 50 percent 2020 ITB —ASR Wells 2&3 Refurbishment 12 1 Page • Upon completion of site preparation and the start of work at the ASR 2 site: 50 percent BID ITEM NO.A-3 EROSION AND SEDIMENT CONTROL The measurement unit for erosion and sediment control is lump sutra. Payment shall be at the lump sum price specified in the bid schedule submitted by the Contractor for this project and shall be full compensation for all labor, materials,and equipment used to provide,maintain and remove erosion control devices and measures at each site;all costs associated with the preparation and submittal of the Erosion and Sediment Control Plan;modifications to the plan that may be required to achieve compliance with all applicable standards; and the removal or replacement of degraded erosion control measures with new materials when directed by the Owner or Owner's Representative.The Contractor will not be paid standby time in the event the project is shut down due to nonconformance with the Erosion and Sediment Control Plan or other applicable standards or permit criteria. Progress payments for erosion and sediment control will be made in accordance with the following schedule: • When the Erosion and Control Plan for the ASR 3 site has been submitted and approved, and all erosion control materials and measures are in place at the site:25 percent • Upon completion of all work at the ASR 3 site,including site cleanup,and after final inspection by the Owner or Owner's Representative:25 percent. ■ When the Erosion and Control Plan for the ASR 2 site has been submitted and approved, and all erosion control materials and measures are in place at the site:25 percent. • Upon completion of all work at the ASR 2 site,including site cleanup,and after final inspection by the Owner or Owner's Representative:25 percent. BID ITEM NO.A-4 WATER MANAGEMENT AND TURBIDITY REDUCTION The measurement unit for water management and turbidity reduction is lump sum.Payment shall be at the lump sum price specified in the bid schedule submitted by the Contractor for this project and shall be full compensation for all labor,materials and equipment used to provide,maintain and operate the water management and turbidity reduction systems at each site;all costs associated with the preparation of the Water Management and Turbidity Reduction Plan; modifications to the plan that may be required to achieve compliance with all applicable standards and permits; and the removal or replacement of degraded measures with new materials when directed by the Owner or Owner's Representative. The Contractor will not be paid standby time in the event the project is shut down due to nonconformance with the Water Management and Turbidity Reduction Plan or other applicable standards or permit criteria.Progress payments for erosion and sediment control will be made in accordance with the following schedule: ■ When the Water Management and Turbidity Reduction Plan for the ASR 3 site has been submitted and the water management and turbidity reduction system is in place at the well site: 25 percent. • Upon completion of all work at the ASR 3 site,including site cleanup,and after final inspection by the Owner or Owner's Representative: 25 percent. • When the Water Management and Turbidity Reduction Plan for the ASR 2 site has been submitted and the water management and turbidity reduction system is in place at the well site: 25 percent. • Upon completion of all work at the ASR 2 site,including site cleanup,and after final inspection by the Owner or Owner's Representative:25 percent. BID ITEM NO.A-5 SPILL PREVENTION AND CONTROL The measurement unit for spill prevention and control is lump sum.Payment shall be at the lump sum price specified in the bid schedule submitted by the Contractor for this project and shall be full compensation for all labor and materials required for spill prevention and control at each well site.Progress payments for spill prevention and control will be made in accordance with the following schedule: • Mobilization to the ASR 3 site:25 percent. 2020 ITB—ASR Wells 2&3 Refurbishment 13 1 P a g e • Upon completion of all work at the ASR 3 site,including site cleanup,and after final inspection by the Owner or Owner's Representative:25 percent. ■ Mobilization to the ASR 2 site:25 percent. • Upon completion of all work at the ASR 2 site,including site cleanup,and after final inspection by the Owner or Owner's Representative:25 percent. BID ITEM NO.A-6 SITE CLEANUP AND DISPOSAL OF MATERIAL The measurement unit for site cleanup is lump sum. Payment shall be at the lump sum price specified in the bid schedule submitted by the Contractor for this project and shall be full compensation for all labor and materials required to dispose material generated during the Contractor's work and to clean up the sites after the completion of the Contractor's work, Progress payments for site cleanup and disposal of material will be made in accordance with the following schedule: • Upon completion of site cleanup and after final inspection of the ASR 3 site by the Owner or Owner's Representative: 50 percent • Upon completion of site cleanup and after final inspection of the ASR 2 site by the Owner or Owner's Representative: 50 percent BID SECTION B—REHABILITATION OF ASR WELL 3 BID ITEM NO. B-1 FURNISH AND INSTALL CASING STICK-UP, TOP CAP, AND LOCKING COVER ON EXISTING 20-INCH DIAMETER CASING The measurement unit for furnishing and installing the 20-inch diameter casing stick-up and top cap with access ports and locking cover is lump sum. Payment shall be at the lump sum price specified in the bid schedule submitted by the Contractor for this project and shall be full compensation for all labor,materials,and equipment required to install the casing stick-up and to purchase or fabricate the top cap with access ports and locking cover. BID ITEM NO. B-2 VIDEO SURVEY The measurement unit for this work is per each video inspection completed. Payment shall be at the unit price specified for each video survey completed in Section B in the bid schedule submitted by the Contractor for this project multiplied by the number of video surveys performed and shall be full compensation for all labor,materials, and equipment required for the video surveys. Payment will not be made if the video is of poor quality or the video does not cover the specified depth interval.The Contractor will not be paid for standby time while the borehole is being flushed and/or while the Contractor is waiting for the borehole to clear. BID ITEM NO. B-3 SPECIFIC CAPACITY TESTING The measurement unit for this work is for each specific capacity test completed. Payment shall be at the unit price specified for each specific capacity test completed in Section B in the bid schedule submitted by the Contractor for this project multiplied by the number of specific capacity tests performed and shall be full compensation for all labor, materials, and equipment required for each specific capacity test completed. If additional specific capacity tests are required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional tests on a per test basis at the unit price specified. BID ITEM NO. B-4 SOUNDING TUBE The measurement unit for furnishing the 2-inch FJT slotted Schedule 40 PVC sounding tube is per foot of sounding tube provided.Payment shall be at unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the number of feet of sounding tube and shall be full compensation for all labor, materials, and equipment required for the sounding tube. Installation and removal of the sounding tube during the work is considered incidental to the project. 2020 ITB—ASR Wells 2&3 Refurbishment 14 ( Page f BID ITEM NO. B-5 LINER ASSEMBLY REMOVAL AND DISSEMBLY The measurement units for liner assembly removal and disassembly includes the categories listed below. Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall be full compensation for all labor,materials,and equipment required for liner removal and disassembly. a) Lump sum for equipment and setup for liner removal. b) Per foot for liner removed and disassembled. BID ITEM NO. B-6 LINER ASSEMBLY CLEANING AND STORAGE The measurement unit for liner assembly cleaning and storage is per foot of liner cleaned and stored. Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the length of liner in feet and shall be full compensation for all labor,materials,and equipment required for cleaning and storage of each foot of the liner assembly removed. BID ITEM NO. B-7 BIODISPERSANT APPLICATION AND BRUSHING The measurement units for biodispersant application and brushing includes the categories listed below.Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor, materials, and equipment to introduce biodispersant used during brushing,to complete the brushing,and to clean out the bottom of the well at the conclusion of brushing. a) Per gallon for biodispersant. Measurement for payment shall be the quantity of chemical used. Calculations performed to determine chemical volume in bid schedule assumed product used would be KlearWell MD biodispersant (safety data sheet and calculation information is included in Appendix A). If Contractor plans to use a different chemical,then safety data sheet (SDS) and calculation information must be submitted and approved by Owner's Representative.The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner. If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. b) Per hour for biodispersant application and brushing of 20-inch diameter casing and open borehole. Measurement for payment shall be rounded to the nearest 1/2-hour. If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications,then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified. Al) ALTERNATIVE 1. Per hour for biodispersant application and brushing of 16-inch diameter liner assembly as installed in well. This alternative will only be performed if the liner assembly cannot be removed. Measurement for payment shall be rounded to the nearest 1/2-hour. If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications,then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified. BID ITEM NO. B-8 WATER JETTING AND AIRLIFT PUMPING The measurement unit for jetting with airlift pumping is hours. Measurement for payment shall be rounded to the nearest 1/2-hour.Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the number of hours and shall include all labor,materials,and equipment to implement swabbing and airlift pumping,and to clean out of the bottom of the well at the conclusion of swabbing and airlift pumping. If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified. 2020 ITB—ASR Wells 2& 3 Refurbishment 15 1 Page BID ITEM NO. B-8 Al ALTERNATIVE 1 DUAL SURGE BLOCK SWABBING AND AIRLIFT PUMPING This alternative will only be performed if the liner assembly cannot be removed.The measurement unit for swabbing with airlift pumping is hours. Measurement for payment shall be rounded to the nearest 1/2-hour. Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the number of hours and shall include all labor,materials,and equipment to implement swabbing and airlift pumping,and to clean out of the bottom of the well at the conclusion of swabbing and airlift pumping. If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified. BID ITEM NO. B-9 CHEMICAL CLEANING The measurement units for chemical cleaning includes the categories listed below.Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor,materials,and equipment to prepare and introduce the disinfection solution,mix the solution, purge the well after cleaning, and to clean out of the bottom of the well at the conclusion of chemical cleaning. Standby time will not be paid during the necessary chemical dwell periods required by the chemical cleaning. Contractor assistance with measurement of pH and ORP by the Owner's Representative during disinfection treatment is considered incidental to the project. a) Lump sum for equipment, setup,and implementation of chemical cleaning. b) Per pound for Oxalic Acid.Measurement for payment shall be the quantity of chemical used.The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner. If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. c) Per gallon for biodispersant. Measurement for payment shall be the quantity of chemical used. Calculations performed to determine chemical volume in bid schedule assumed product used would be K1earWell MD biodispersant (safety data sheet and calculation information is included in Appendix A). If Contractor plans to use a different chemical, then safety data sheet (SDS) and calculation information must be submitted and approved by Owner's Representative.The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner. If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. d) Per hour for purging by airlift pumping.Measurement for payment shall be rounded to the nearest 1/2-hour. If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified. BID ITEM NO. B-10 DISINFECTION TREATMENT The measurement unit for disinfection treatment includes the categories listed below. Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor, materials, and equipment to prepare and introduce the disinfection solution,and clean out of the bottom of the well at the conclusion of disinfection treatment. Contractor assistance with measurement of pH and ORP by the Owner's Representative during disinfection treatment is considered incidental to the project. a) Lump sum for equipment, setup,and implementation of disinfection treatment. 2020 ITB—ASR Wells 2& 3 Refurbishment 16 1 Page b) Per gallon for sodium hypochlorite. Measurement for payment shall be the quantity of chemical used. The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner. If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. c) Per gallon for chlorine enhancer. Measurement for payment shall be the quantity of chemical used. Calculations performed to determine chemical volume in bid schedule assumed product used would be K1earWell 440 chlorine enhancer (safety data sheet and calculation information is included in Appendix A). If Contractor plans to use a different chemical,then safety data sheet(SDS) and calculation information must be submitted and approved by Owner's Representative.The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner. If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. d) Per hour for purging by airlift pumping.Measurement for payment shall be rounded to the nearest 1/2-hour. If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified. If liner assembly cannot be removed,then line items 13-5b,B-6,13-7b,and B-8 will not be completed. Instead;line items under ALTERNATIVE 1 will be substituted as noted. BID SECTION B.1—POSSIBLE ADDITIVE WORK ITEMS FOR ASR WELL 3 BID ITEM NO. B-11 ADDITIVE WORK ITEM 1—CASING PERFORATION The measurement units for casing perforation include the categories listed below.Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor,materials,and equipment required for casing perforation. a) Lump sum for equipment and setup for casing perforation. b) Per foot for casing perforated. Measurement for payment shall be the feet of casing perforated. If additional feet of casing perforation are required and approved by the Owner's Representative beyond what is indicated in these specifications,then the Contractor shall be reimbursed for the additional time on a per foot basis at the per foot price specified. BID ITEM NO. B-12ADDITIVE WORK ITEM 2—IMPULSE GENERATION The measurement units for impulse generation include the categories listed below. Measurement for payment shall be rounded to the nearest 1/2-hour. Measurement shall begin when impulse generation begins (either independent of or simultaneously with airlift pumping)and shall end when the operation is stopped at the direction of the Owner's Representative. Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor, materials, and equipment to implement impulse generation,impulse generation with airlift pumping, and clean out of the bottom of the well at the conclusion of impulse generation with airlift pumping.If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified for either impulse generation or impulse generation with airlift pumping. a) Per hour for impulse generation. b) Per hour for impulse generation with simultaneous airlift pumping. 2020 ITB—ASR Wells 2& 3 Refurbishment 17 1 P a g c i BID ITEM NO.B-13 ADDITIVE WORK ITEM 3—LINER REASSEMBLY AND INSTALLATION The measurement unit for reassembly and installation of the liner assembly using the existing blank casing and screen is per linear foot of liner assembled and installed. Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor,materials,and equipment required to assemble and install the liner assembly.The Owner may elect to not have the liner reassembled and installed as part of this project;in which case no payment will be made under this item. BID ITEM NO. B-14ADDITIVE WORK ITEM 3—MACHINE SLOTTED CASING The measurement unit for furnishing new milled 16-inch OD 0.375-inch wall thickness low carbon steel machine slotted casing as part of the liner assembly and installation is per linear foot of machine slotted casing. Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor, materials, and equipment to furnish new machine slotted casing. Installation of machine slotted casing shall be a substitute for the original blank casing of the liner assembly. BID SECTION C—AQUIFER TESTING OF ASR WELL 3 BID ITEM NO. C-1 FURNISH,INSTALL,AND REMOVE AQUIFER TESTING EQUIPMENT The measurement unit for aquifer testing equipment is lump sum. Payment shall be at the lump sum price specified in the bid schedule submitted by the Contractor for this project and shall include all labor,materials,and equipment to furnish,install,operate,and remove the test pump,power source,and appurtenances for aquifer testing. BID ITEM NO. C-2 STEP-RATE DRAWDOWN TESTING The measurement unit for step-rate testing is hours of testing time. Measurement for payment shall be rounded to the nearest 1/2-hour. The time recorded for payment shall commence when pumping begins and shall end when pumping is stopped at the direction of the Owner's Representative.Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the number of step-rate testing hours completed. In the event that the step-rate test runs longer than the times specified,and as approved by the Owner's Representative, the Contractor shall then be paid for the additional time at the hourly unit price specified in the bid schedule submitted by the Contractor for this project. The Contractor shall receive no payment for a failed test as defined in these specifications. BID ITEM NO. C-3 CONSTANT RATE TESTING AND RECOVERY MONITORING The measurement unit for constant-rate testing and recovery monitoring is hours of testing time including recovery monitoring (24-hours pumping, 12 hours recovery).Measurement for payment shall be rounded to the nearest 1/2- hour.The time recorded for payment shall commence when pumping begins and shall end after the required recovery period at the direction of the Owner's Representative. Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the number of hours of constant-rate testing and recovery monitoring completed. In the event that the constant-rate test or recovery monitoring period runs longer than the times specified, and as approved by the Owner's Representative,then the Contractor shall be paid for the additional time at the hourly unit price specified in the bid schedule submitted by the Contractor for this project.The Contractor shall receive no payment for a failed test as defined in these specifications BID SECTION D—REMOVAL OF PUMPINIG EQUIPMENT AT ASR WELL 2 BID ITEM NO. D-1 REMOVAL OF PUMPING EQUIPMENT Measurement and payment for pump removal shall be on a lump sum basis and shall be full compensation for all labor and materials required to prepare the site for the Work,remove the motor,pump column piping,pumping unit, ancillary equipment;on-site storing of the motor and pump column that will not be transported for inspection/repair; preparation of the equipment requiring inspection and modifications for delivery to an Owner approved inspection/repair facility; and loading the pump and ASR valve on the respective vehicle for transportation to the inspection/repair facility. 2020 ITB—ASR Wells 2&3 Refurbishment 18 1 Page BID SECTION E—REFURBISH PUMP AND ASR VALVE AT ASR WELL 2 BID ITEM NO.E-1 INSPECTION OF PUMP COLUMN STORED ONSITE The measurement will be made on a lump sum basis for inspection performed on the pump column and guide bearings (spiders) for signs of wear, and payment shall be full compensation for all labor, materials, and equipment required to perform the Work. BID ITEM NO.E-2 PUMP INSPECTION Measurement will be made on lump sum basis for inspection/repair work performed on the pump and payment shall be full compensation for transportation costs,initial inspection,pump refurbish disassembly,cleaning,measurement of all components for proper tolerance,reassembly,testing,inspection report,and will be paid in the contract amount for this item. BID ITEM NO.E-3 PUMP MODIFICATION—ADDITIONAL STAGE Measurement will be made on the unit basis for work performed to add one stage to match the existing pump as specified and accepted. Payment shall be at the unit price specified on the bid schedule submitted by the Contractor for this project. BID ITEM NO. E-4 ADDITIONAL PUMP COLUMN LENGTH The measurement unit for additional pump casing as required to extend the depth of the pump intake into the well shall be in feet and payment shall be per foot of pump column piping installed. Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor,materials,and equipment to furnish and install the additional pump column piping, including extension of pump shaft,guide bearings,and ancillary items. BID ITEM NO.E-5 REPLACE EXISTING BUSHINGS ON GUIDE BEARINGS The measurement unit for replacing all existing bushings shall be on a per each basis and payment shall be per each bearing installed.Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor, materials, and equipment to furnish,and install the bushings,complete and in place. BID ITEM NO. E-6 ASR VALVE INSPECTION Measurement will be made on lump sum basis for inspection/repair work performed on the pump and payment shall be full compensation for transportation costs,initial inspection,pump refurbish disassembly, cleaning,measurement of all components for proper tolerance,reassembly,testing,inspection report,and will be paid in the contract amount for this item. BID ITEM NO.E-7 ASR VALVE HYDRAULIC HOSES The measurement unit for new hydraulic hoses shall be feet and payment shall be per feet of hose installed.Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor, materials, and equipment to furnish,install and secure to pump column,and connect to existing equipment,including startup testing. BID SECTION F—REHABILITATION OF ASR WELL 2 BID ITEM NO.F-1 VIDEO SURVEY The measurement unit for this work is per each video inspection completed. Payment shall be at the price specified for each video survey completed in Section F in the bid schedule submitted by the Contractor for this project multiplied by the number of surveys completed and shall be full compensation for all labor,materials,and equipment required for the video surveys. Payment will not be made if the video is of poor quality or the video does not cover 2020 ITB—ASR Wells 2&3 Refurbishment 19 1 Page the specified depth interval. The Contractor will not be paid for standby time while the borehole is being flushed and/or while the Contractor is waiting for the borehole to clear. BID ITEM NO.F-2 SPECIFIC CAPACITY TESTING The measurement unit for this work is for each specific capacity test completed.Payment shall be at the price specified for each specific capacity test completed in Section F in the bid schedule submitted by the Contractor for this project multiplied by the number of tests completed and shall be full compensation for all labor,materials, and equipment required for each test completed. If additional specific capacity tests are required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional tests on a per test basis at the unit price specified. BID ITEM NO. F-3 SOUNDING TUBE The measurement unit for furnishing the 2-inch FJT slotted Schedule 40 PVC sounding tube is per foot of sounding tube provided. Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor, materials, and equipment to furnish the sounding tube. Installation and removal of the sounding tube during the work is considered incidental to the project. BID ITEM NO. F-4 BIODISPERSANT APPLICATION AND BRUSHING The measurement units for biodispersant application and brushing include the categories listed below.Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor, materials, and equipment to introduce biodispersant used during brushing,to complete the brushing,and to clean out the bottom of the well at the conclusion of brushing. a) Per gallon for biodispersant. Measurement for payment shall be the quantity of chemical used. Calculations performed to determine chemical volume in bid schedule assumed product used would be K1earWell MD biodispersant (safety data sheet and calculation information is included in Appendix A). If Contractor plans to use a different chemical, then safety data sheet(SDS) and calculation information must be submitted and approved by Owner's Representative.The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner. If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. b) Per hour for biodispersant application and brushing. Measurement for payment shall be rounded to the nearest 1/2-hour. If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications,then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified. BID ITEM NO.F-5 DUAL SURGE BLOCK SWABBING AND AIRLIFT PUMPING The measurement unit for swabbing with airlift pumping is hours.Measurement for payment shall be rounded to the nearest 1/2-hour.Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the number of hours and shall include all labor,materials,and equipment to implement swabbing and airlift pumping,and to clean out of the bottom of the well at the conclusion of swabbing and airlift pumping. If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified. BID ITEM NO. F-G FIRST PHASE OF DISINFECTION TREATMENT The measurement unit for the first phase of disinfection treatment includes the categories listed below.Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor, materials, and equipment required to prepare and introduce the disinfection solution, and clean out of the bottom of the well at the conclusion of disinfection treatment. 2020 ITB—ASR Wells 2& 3 Refurbishment 20 ( Page Contractor assistance with measurement of pH and ORP by the Owner's Representative during disinfection treatment is considered incidental to the project. a) Lump sum for equipment, setup,and implementation of disinfection treatment. b) Per gallon for sodium hypochlorite. Measurement for payment shall be the quantity of chemical used. The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner. If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. c) Per gallon for chlorine enhancer. Measurement for payment shall be the quantity of chemical used. Calculations performed to determine chemical volume in bid schedule assumed product used would be K1earWell 440 chlorine enhancer (safety data sheet and calculation information is included in Appendix A). If Contractor plans to use a different chemical,then safety data sheet(SDS)and calculation information must be submitted and approved by Owner's Representative.The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner.If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. d) Per hour for purging by airlift pumping.Measurement for payment shall be rounded to the nearest 1/2-hour. If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications,then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified. BID ITEM NO. F-7 SECOND PHASE OF DISINFECTION TREATMENT The measurement unit for the second phase of disinfection treatment includes the categories listed below. Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor, materials, and equipment required to prepare and introduce the disinfection solution,and clean out of the bottom of the well at the conclusion of disinfection treatment. Contractor assistance with measurement of pH and ORP by the Owner's Representative during disinfection treatment is considered incidental to the project. a) Lump sum for equipment,setup,and implementation of disinfection treatment. b) Per gallon for sodium hypochlorite. Measurement for payment shall be the quantity of chemical used. The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner. If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. c) Per gallon for chlorine enhancer. Measurement for payment shall be the quantity of chemical used. Calculations performed to determine chemical volume in bid schedule assumed product used would be K1earWell 440 chlorine enhancer (safety data sheet and calculation information is included in Appendix A). If Contractor plans to use a different chemical,then safety data sheet(SDS) and calculation information must be submitted and approved by Owner's Representative.The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner. If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. d) Per hour for purging by airlift pumping.Measurement for payment shall be rounded to the nearest 1/2-hour. If additional time is required and approved by the Owner's Representative beyond what is indicated in these 2020 ITB —ASR Wells 2& 3 Refurbishment 21 1 Page specifications,then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified. BID SECTION F.1—POSSIBLE ADDITIVE WORK ITEMS FOR ASR WELL 2 BID ITEM NO.F-8 ADDITIVE WORK ITEM 1—CASING PERFORATION The measurement units for casing perforation include the categories listed below. Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor,materials,and equipment required for casing perforation. a) Lump sum for equipment and setup for casing perforation. b) Per foot for casing perforated. Measurement for payment shall be the feet of casing perforated. If additional feet of casing perforation are required and approved by the Owner's Representative beyond what is indicated in these specifications,then the Contractor shall be reimbursed for the additional time on a per foot basis at the per foot price specified. BID ITEM NO. F-9 ADDITIVE WORK ITEM 2—IMPULSE GENERATION The measurement units for impulse generation include the categories listed below. Measurement for payment shall be rounded to the nearest 1/2-hour. Measurement shall begin when impulse generation begins (either independent of or simultaneously with airlift pumping)and shall end when the operation is stopped at the direction of the Owner's Representative. Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the number of hours and shall include all labor,materials,and equipment,to implement impulse generation, impulse generation with airlift pumping, and clean out of the bottom of the well at the conclusion of impulse generation with airlift pumping. If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications,then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified for either impulse generation or impulse generation with airlift pumping. a) Per hour for impulse generation. b) Per hour for impulse generation with simultaneous airlift pumping. BID ITEM NO.F-10 ADDITIVE WORK ITEM 3—CHEMICAL CLEANING The measurement units for chemical cleaning includes the categories listed below.Payment shall be at the unit prices specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor, materials, and equipment required to prepare and introduce the disinfection solution,mix the solution,purge the well after cleaning,and to clean out of the bottom of the well at the conclusion of chemical cleaning. Standby time will not be paid during the necessary chemical dwell periods required by the chemical cleaning. Contractor assistance with measurement of pH and ORP by the Owner's Representative during disinfection treatment is considered incidental to the project. a) Lump sum for equipment, setup,and implementation of chemical cleaning. b) Per pound for Oxalic Acid.Measurement for payment shall be the quantity of chemical used.The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner. If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. c) Per gallon for biodispersant. Measurement for payment shall be the quantity of chemical used. Calculations performed to determine chemical volume in bid schedule assumed product used would be K1earWell MD biodispersant (safety data sheet and calculation information is included in Appendix A). If Contractor plans 2020 ITB—ASR Wells 2&3 Refurbishment 22 ( Page to use a different chemical,then safety data sheet (SDS) and calculation information must be submitted and approved by Owner's Representative. The Contractor will be responsible for restocking of unused chemical at no additional cost to the Owner. If additional chemical is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional chemical at the per unit cost specified. d) Per hour for purging by airlift pumping.Measurement for payment shall be rounded to the nearest 1/2-hour. If additional time is required and approved by the Owner's Representative beyond what is indicated in these specifications, then the Contractor shall be reimbursed for the additional time on a per hour basis at the per hour price specified. BID SECTION G—REINSTALLATION OF PUMPING EQUIPMENT AT ASR WELL 2 BID ITEM NO. G-1 REINSTALLATION OF PUMPING EQUIPMENT Measurement and payment for pump reinstallation shall be on a lump sum basis for the well site and shall be full compensation for all labor and materials required to transport the pump and ASR valve from the inspection/repair facilities;prepare the site for the Work;reinstall pumping unit,pump column piping,motor,and ancillary equipment; and startup testing required to perform work including installation of additional discharge column piping, ASR hydraulic hoses,transducer piping,and all appurtenances. BID ITEM NO. G-2 SOUNDING TUBES The measurement unit for furnishing the two 1-inch diameter Schedule 40 PVC sounding tubes is per foot of sounding tube provided. Payment shall be at the unit price specified in the bid schedule submitted by the Contractor for this project multiplied by the units specified in the bid schedule and shall include all labor,materials,and equipment to furnish the sounding tubes. Installation and removal of the sounding tube during the work is considered incidental to the project. BID ITEM NO. G-3 FINAL DISINFECTION The measurement unit for final disinfection includes all items listed herein. Payment shall be at the lump sum price specified in the bid schedule submitted by the Contractor for this project and shall be full compensation for all labor, materials,and equipment required to prepare and introduce the disinfection solution,circulating the chlorinated water in the well,testing the chlorine residual in the well,and proper disposal of the chlorinated water from the well. 2020 ITB—ASR Wells 2&3 Refurbishment .3 1 f'-,) g r ATTACHMENT C—ACKNOWLEDGMENT OF ADDENDA CITY OF TIGARD ASR WELLS 2&3 REFURBISHMENT I/WE HAVE RECEIVED THE FOLLOWING ADDENDA: ILnone resenwd,_wite "None ReceW' 1. Addendum#1 - 12/22/2020 3, 2, Addendum#2- 12/30/2020 q 1/6/2021 Date Signature of Proposer Kriss Schneider, President Title Schneider Equipment, Inc. DBA Schneider Water Services Corporate Name 2020 ITB—ASR Wells 2&3 Refurbishment 24 1 Page ATTACHMENT D—BID CERTIFICATION CITY OF TIGARD ASR WELLS 2&3 REFURBISHMENT Non-discrimination Clause The Bidder agrees not to discriminate against any client, employee or applicant for employment or for services, because of race,color,religion,sex,national origin,handicap or age with regard to,but not limited to,the following. employment upgrading,demotion or transfer;recruitment or recruitment advertising;layoffs or termination;rates of pay or other forms of compensation; selection for training; rendition of services. It is further understood that any contractor who is in violation of this clause shall be barred from receiving awards of any purchase order or Bidder from the City, unless a satisfactory showing is made that discriminatory practices have terminated and that a recurrence of such acts is unlikely. Agreed by: Schneider Equipment, Inc. DBA Schneider Water Services Finn Name: Schneider Equipment, Inc. DBA Schneider Water Services Address: 21881 River Rd. NE St. Paul, OR 97137 -- Officer's signature: Type or print officer's name: Kriss Schneider, President 2020 ITB—ASR Wells 2&3 Refurbishment 25 ( Page ATTACHMENT E-FIRST TIER SUBCONTRACTOR DISCLOSURE FORM CITY OF TIGARD ASR WELLS 2&3 REFURBISHMENT PROJECT#:_ CIP 2020-96053 CLOSING:Date:_ December 29,2020 Time:2:0012m This form must be submitted at the location specified in the Advertisement for Bids on the advertised Bid closing date and within two working hours after the advertised Bid closing time. List below the name of each subcontractor that will be furnishing labor or will be furnishing labor and materials and that is required to be disclosed, the category of work that the subcontractor will be performing and the dollar value of the subcontract. Enter "NONE" if there are no subcontractors that need to be disclosed. (ATTACH ADDITIONAL SHEETS IF NEEDED). NAME DOLLAR VALUE CATEGORY OF WORK 1) NONE $ ` 2) $ 3) $ 4) $ Failure to submit this form by the disclosure deadline will result in a nonresponsive Bid. A nonresponsive Bid will not be considered for award. Form submitted by(Bidder name): Schneider Equipment, Inc. DBA Schneider Water Services Contact name: Kriss Schneider, President Phone#:503-633-2666 2020 ITB—ASR Wells 2&3 Refurbishment 26 1 Page ATTACHMENT F—BID BOND CITY OF TIGARD ASR WELLS 2&3 REFURBISHMENT We, Schneider Equipment,Inc.dba Schneider Water Services , as "Principal," (Name of Principal) and Travelers Casualty and Surety.Company of America , an Connecticut Corporation, (Name of Surety) authorized to transact Surety business in the State of Oregon,as "Surety,"hereby jointly and severally bind ourselves, our respective heirs,executors,administrators, successors,and assigns to pay unto the City of Tigard("Obligee") the sum of Ten Percent of Total Amount Bid and 00 100 Dollars WHEREAS, the condition of the obligation of this bond is the Principal las submitted a Bid to the Obligee in response to Obligee's solicitation for the project identified as ASR Wells 2&3 Refurbishment which Bid is made a part of this bond by reference, and Principal is required to furnish Bid security in an amount equal to ten percent (10%) of the total amount of the Bid pursuant to the solicitation document. NOW, THEREFORE, if the Bid submitted by Principal is accepted, and if a Contract pursuant to the Bid is awarded to Principal, and if Principal enters into and executes such Contract within the time specified in the said documents and delivers to Obligee its good and sufficient Performance Bond and Payment Bond required by Obligee within the time fixed by Obligee,then this obligation shall be void; otherwise,it shall remain in full force and effect. IN WITNESS WHEREOF,we have caused this instrument to be executed and sealed by our duly authorized legal representatives this 17th day of December 2020 Schneider Equipment,Inc dba Schneider PRINCIPAL: Water Services SURETY: 'Travelers Casualtyacid Surety Com an of America By: BY ATTORNEY-IN-FACT Signature 5C k o fe&l S,cl Ty Moffett Printed Name&Title Printed Name Attest: CS qK7!� Signature 1605 Liberty Street SE Address Salem OR 97302- . City State Zip 2020 ITB —ASR Wells 2 & 3 Refurbishment 27 1 1' age ATTACHMENT G-PUBLIC IMPROVEMENT CONTRACT PWR COVERED PROJECT CITY OF TIGARD ASR WELLS 2&3 REFURBISHMENT THIS CONTRACT,made and entered into this 10`'day of February,2021,by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called "City" and Schneider Equipment, Inc DBA Schneider Water Services hereinafter called"Contractor",duly authorized to perform such services in Oregon. RECITALS WHEREAS, the City requires services which Contractor is capable of providing, under terms and conditions hereinafter described;and WHEREAS, time is of the essence in this contract and all work under this contract shall be completed within the time period stated in the Contract Documents; THEREFORE, in consideration of the promises and covenants contained herein, the parties hereby agree as follows: TERMS OF AGREEMENT 1. Services Contractor's services under this Agreement shall consist of the following. A. Mobilization/Demobilization B. Rehabilitation of ASR Well 3 C. Aquifer Testing of ASR Well 3 D. Removal of Pumping Equipment from ASR Well 2 E. Refurbishing ASR Well 2 Pump and ASR Downhole Valve F. Rehabilitation of ASR Well 2 G. Reinstallation of ASR Well 2 Pumping Equipment H. Performance of additional and incidental work as called for by the specifications 2. Contract Documents The Contractor is hereby bound to comply with all requirements of the Contract Documents prepared by the City and performance pertaining to this Agreement,in the City of Tigard, Oregon, and by this reference made a part hereof to the same legal force and effect as if set forth herein in full. 3. EFFECTIVE DATE AND DURATION This Agreement is effective upon notice to proceed issued by the City and shall be substantially completed by October 31,2021. 4. Compensation A. City agrees to pay Contractor One Million Two Hundred Seventy-Three Thousand Five Hundred Seventy-Nine and No/100 Dollars ($1,273,579.00) for performance of those services provided herein. B. City certifies that sufficient funds are available and authorized for expenditure to finance costs of this Contract during the current fiscal year. Funding in future fiscal years shall be contingent upon budgetary approval by the Tigard City Council. 5. Early Termination A. This Agreement may be terminated without cause prior to the expiration of the agreed upon term by mutual written consent of the parties and for the following reasons: 1) If work under the Contract is suspended by an order of a public agency for any reason considered to be in the public interest other than by a labor dispute or by reason of any third-party judicial proceeding relating to the work other than a suit or action filed in regard to a labor dispute; or 2) If the circumstances or conditions are such that it is impracticable within a reasonable time to proceed with a substantial portion of the Contract. B. Payment of Contractor shall be as provided by ORS 279C.660 and shall be prorated to and include the day of termination and shall be in full satisfaction of all claims by Contractor against City under this Agreement. C. Termination under any provision of this paragraph shall not affect any right, obligation, or liability of Contractor or City which accrued prior to such termination. 6. Cancellation with Cause A. City may terminate this Agreement effective upon delivery of written notice to Contractor, or at such later date as may be established by City,under any of the following conditions: 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds, 2) If Federal or State regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement, 3) If any license or certificate required by law or regulation to be held by Contractor,its Subcontractors, agents, and employees to provide the services required by this Agreement is for any reason denied, revoked,or not renewed,or 4) If Contractor becomes insolvent, if voluntary or involuntary petition in bankruptcy is filed by or against Contractor,if a receiver or trustee is appointed for Contractor,or if there is an assignment for the benefit of creditors of Contractor. Any such termination of this Agreement under paragraph(A)shall be without prejudice to any obligations or liabilities of either parry already accrued prior to such termination. B. City,by written notice of default (including breach of Contract) to Contractor,may terminate the whole or any part of this Agreement: 1) If Contractor fails to provide services called for by this Agreement within the time specified herein or any extension thereof,or 2) If Contractor fails to perform any of the other provisions of this Agreement,or so fails to pursue the work as to endanger performance of this Agreement in accordance with its terms, and after receipt of written notice from City, fails to correct such failures within ten (10) days or such other period as City may authorize. The rights and remedies of City provided in the above clause related to defaults (including breach of Contract) by Contractor shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. If City terminates this Agreement under paragraph (B), Contractor shall be entitled to receive as full payment for all services satisfactorily rendered and expenses incurred, an amount which bears the same ratio to the total fees specified in this Agreement as the services satisfactorily rendered by Contractor bear to the total services otherwise required to be performed for such total fee; provided, that there shall be deducted from such amount the amount of damages,if any, sustained by City due to breach of Contract by Contractor. Damages for breach of Contract shall be those allowed by Oregon law, reasonable and necessary attorney fees,and other costs of litigation at trial and upon appeal. 7. Force Majeure Neither City nor Contractor shall be considered in default because of any delays in completion of responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the party so disenabled,including,but not restricted to,an act of God or of a public enemy,volcano,earthquake, fire, flood, epidemic, quarantine, restriction, area-wide strike, freight embargo, unusually severe weather or delay of Subcontractor or suppliers due to such cause;provided that the party so disenabled shall within ten (10) days from the beginning of such delay, notify the other party in writing of the causes of delay and its probable extent. Such notification shall not be the basis for a claim for additional compensation. Each parry shall,however,make all reasonable efforts to remove or eliminate such a cause of delay or default and shall, upon cessation of the cause,diligently pursue performance of its obligation under Contract. 8. Nonwaiver The failure of the City to insist upon or enforce strict performance by Contractor of any of the terms of this Contract or to exercise any rights hereunder shall not be construed as a waiver or relinquishment to any extent of its right to assert or rely upon such terms or rights on any future occasion. 9. Attorney's Fees In case suit or action is instituted to enforce the provisions of this contract, the parties agree that the losing party shall pay such sum as the Court may adjudge reasonable attorney's fees and court costs including attorney's fees and court costs on appeal. 10. Governing Law The provisions of this Agreement shall be construed in accordance with the provisions of the laws of the State of Oregon. Any action or suits involving any questions arising under this Agreement must be brought in the appropriate court of the State of Oregon. 11. Indemnification Contractor agrees to indemnify and defend the City, its officers, agents and employees and hold them harmless from any and all liability, causes of action, claims, losses, damages, judgments or other costs or expenses including attorney's fees and witness costs and (at both trial and appeal level,whether or not a trial or appeal ever takes place) that may be asserted by any person or entity which in any way arise from,during or in connection with the performance of the work described in this Contract, except liability arising out of the sole negligence of the City and its employees. If any aspect of this indemnity shall be found to be illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of this indemnification. 12. Insurance Contractor shall maintain insurance acceptable to City in full force and effect throughout the term of this Contract. Such insurance shall cover all risks arising directly or indirectly out of Contractor's activities or work hereunder, including the operations of its Subcontractors of any tier. Such insurance shall include provisions that such insurance is primary insurance with respect to the interests of City and that any other insurance maintained by City is excess and not contributory insurance with the insurance required hereunder. The policy or policies of insurance maintained by the Contractor shall provide at least the following limits and coverages: A. Commercial General Liability Insurance: Contractor shall obtain,at contractor's expense,and keep in effect during the term of this Contract, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an "occurrence" form (CG 2010 1185 or equivalent). This coverage shall include Contractual Liability insurance for the indemnity provided under this Contract. The following insurance will be carried: Coverage Limit General Aggregate $3,000,000 Products-Completed Operations Aggregate $2,000,000 Personal&Advertising Injury $1,000,000 Each Occurrence $2,000,000 Fire Damage (Any one fire) $50,000 B. Commercial Automobile Insurance: Contractor shall also obtain, at Contractor's expense, and keep in effect during the term of the Contract, "Symbol 1" Commercial Automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles. The Combined Single Limit per occurrence shall not be less than$2,000,000. C. Workers' Compensation Insurance: The Contractor, its Subcontractors, if any, and all employers providing work,labor or materials under this Contract are subject employers under the Oregon Workers' Compensation Law and shall comply with ORS 656.017, which requires them to provide workers' compensation coverage that satisfies Oregon law for all their subject workers. Out-of-state employers must provide Oregon workers' compensation coverage for their workers who work at a single location within Oregon for more than 30 days in a calendar year. Contractors who perform work without the assistance or labor of any employee need not to obtain such coverage." This shall include Employer's Liability Insurance with coverage limits of not less than$1,000,000 each accident. D. Additional Insured Provision: The City of Tigard,Oregon,its officers,directors,and employees shall be added as additional insureds with respect to this contract. All Liability Insurance policies will be endorsed to show this additional coverage. E. Insurance Carrier Rating: Coverage provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. The insurance carrier shall have a minimum of an AM Best Rating "A" with a financial strength of VII or better. The City reserves the right to reject all or any insurance carrier(s) with an unacceptable financial rating. F. Certificates of Insurance: A copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company, or at the discretion of City,in lieu thereof, a certificate in form satisfactory to City certifying to the issuance of all such insurance provisions of this Contract shall be forwarded to: City of Tigard Attn: Office of Contracts and Purchasing 13125 SW Hall Blvd Tigard, Oregon 97223 Such policies or certificates must be delivered prior to commencement of the work and no Contract shall be effected until the required certificates have been received and approved by the City. Ten days cancellation notice shall be provided City by certified mail to the name at the address listed above in event of cancellation or non-renewal of the insurance.A renewal certificate will be sent to the above address 10 days prior to coverage expiration. The procuring of such required insurance shall not be construed to limit Contractor's liability hereunder. Notwithstanding said insurance, Contractor shall be obligated for the total amount of any damage,injury,or loss connected with this Contract. G. Primary Coverage Clarification: All parties to this contract hereby agree that the contractor's coverage will be primary in the event of a loss. H. Cross-Liability Clause: A cross-liability clause or separation of insureds clause will be included in all general liability,and pollution policies required by this Contract. 13. Method and Place of Giving Notice, Submitting Bills and Making Payments All notices, bills and payments shall be made in writing and may be given by personal delivery or by email. Notices,bills and payments sent by email should be addressed as follows: CITY OF TIGARD SCHNEIDER EQUIPMENT,INC DBA SCHNEIDER WATER SERVICES Attn: Shasta Billings-Beck Attn: Kriss Schneider Address: 13125 SW Hall Boulevard Address: 21881 River Rd NE Tigard, Oregon 97223 St. Paul OR 97137 Phone: (503) 718-2698 Phone: (503)633-2666 Email: shastab9tigard-or.gov Email: batkschneiderwater.com and when so addressed, shall be deemed given upon deposit in the United States mail,postage prepaid. In all other instances,notices,bills and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices,bills and payments are to be given by giving written notice pursuant to this paragraph. Invoices shall list each project separately with work completed and amount due for each. 14. Severability In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction, the remainder of this Agreement shall remain in full force and effect and shall in no way be affected or invalidated thereby. 15. Complete Agreement This Agreement constitutes the entire Agreement between the parties. No waiver, consent,modification,or change of terms of this Agreement shall bind either parry unless in writing and signed by both parties. Such waiver, consent, modification, or change if made, shall be effective only in specific instances and for the specific purpose given. There are no understandings, agreements, or representations, oral or written, not specified herein regarding this Agreement. Contractor, by the signature of its authorized representative, hereby acknowledges that he has read this Agreement,understands it and agrees to be bound by its terms and conditions. IN WITNESS WHEREOF,City has caused this Agreement to be executed by its duly authorized undersigned officer and Contractor has executed this Agreement on the date hereinabove first written. Approved by Tigard's Local Contract Review Board at their February 9,2021 business meeting. CITY OF TIGARD SCHNEIDER EQUIPMENT,INC DBA SCHNEIDER WATER SERVICES Signature Signature Patrick Schneider, Vice President 02/24/2021 February 18, 2021 Date Date ATTACHMENT H—PERFORMANCE BOND PUBLIC IMPROVEMENT CONTRACT CITY OF TIGARD ASR WELLS 2&3 REFURBISHMENT Bond Number: 107342235 Project Name: ASR Wells 2 &3 Refurbishment Travelers Casualty and Surety Company of America (Surety#1) Bond Amount No. 1: $ 1,273,579.00 (Surety#2)* Bond Amount No. 2:* $ If a ing Ivultole suretlej Total Penal Sum of Bond: 1,273,579.00 We, Schneider Equipment,Inc.dba Schneider Water Services as Principal;and the above identified Surety(ies), authorized to transact surety business in Oregon, as Surety, hereby jointly and severally bind ourselves, our respective heirs, executors, administrators, successors, and assigns firmly by these presents to pay unto the City of Tigard, a municipality of the State of Oregon, the sum of (total Penal Sum of Bond)nne Million Two Hundred Seventy Three Thousand Five Hundred Seventy Nine Dollars&00/00(provided, that we the Sureties bind ourselves in such sum `jointly and severally" as well as "severally" only for the purpose of allowing a joint action or actions against any or all of us,and for all other purposed each Surc-ty binds itse±f,jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the nain2 of such Surety),and WHEREAS, the Principal has entered into a Contract with the City of Tigard, the plans, specifications, terms, and conditions of which are contained in the above-referenced project solicitation; WHEREAS, the terms and conditions of the Contract, together with applicable plans, standard specifications, special provisions, water construction special provisions, schedule of performance, and schedule of Contract Prices, are made a part of this Performance Bond by reference, whether or not attached to the Contract (all hereafter called"Contract");and WHEREAS, the Principal has agreed to perform the Contract in accordance with the terms, conditions, requirements, plans, and specifications, and all authorized modifications of the Contract which increase the amount of the work, the amount of the Contract, or constitute an authorized extension of the time for performance,notice of any such modifications hereby being waived by the Surety: NOW,THEREFORE,THE CONDITION OF THIS BOND IS SUCH that if the Principal herein shall faithfully and truly observe and comply with the terms of the Contract and performs the Contractwithin the time prescribed by the Contract, then this obligation is null and void; otherwise it shall remain in full force and effect. If the Contractor is declared by City to be in default under the Contract, the surety shall promptly remedy the default, perform all of Contractor's obligations under the Contract in accordance with its terms and conditions and pay to City all damages that are due under the Contract. This obligation jointly and severally binds the Contractor and surety and their respected heirs, executors, administrators, and successors. Nonpayment of the bond premium shall not invalidate this bond nor shall the City of Tigard be obligated for the payment of any premiums. Said surety for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract, or the Work to be performed thereunder, or the specifications accompanying the same shall in anywise affect its obligations on 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. This Performance Bond shall also guarantee the subject project against defects in materials or workmanship for a period of one (1) year from the date of written Substantial Completion acceptance of the subject project by the City of Tigard. IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EXECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL RepresentativeS. Dated this 11th day of February 2021 PRINCIPAL: Schneider Equipment,Inc.dba Schneider Water Services el By: j Signature P ed Name&Title Attest: SURETY: Travelers Casualty and Surety Company of America (Add signatures for each surety if using multole bonds) BY ATTORNEY-IN-FACT: (Power-of-Attorney must accompany each surety bond) Ty Moffett iv _ Name Signature 1605 Liberty Street SE Address Salem OR 97302 City State Zip (503) 362-2711 ty@agsadowski.com Phone I4V Email m ATTACHMENT I—PAYMENT BOND PUBLIC IMPROVEMENT CONTRACT CITY OF TIGARD ASR WELLS 2&3 REFURBISHMENT Bond Number: 107342235 Project Name: ASR Wells 2&3 Refurbishment Travelers Casualty and Surety Company of America (Surety #1) Bond Amount No. 1: $ 1,273,579.00 (Surety#2)* Bond Amount No.2:* $ If ging multle ru7eties Total Penal Sum of Bond: $ 1,273,579.00 We, Schneider Equipment,Inc.dba Schneider Water Services as Principal,and the above identified Surety(ies), authorized to transact surety business in Oregon, as Surety, hereby jointly and severally bind ourselves, our respective heirs, executors, administrators, successors, and assigns firmly by these presents to pay unto the City of Tigard, a municipality of the State of Oregon, the sum of (total Penal Sum of Bond)One Million Two Hundred Seventy Three Thousand Five Hundred Seventy Nine Dollars&00/ ", rovlded, that we the Sureties bind ourselves in such sum "jointly and severally" as well as "severally" only for the purpose of allowing a joint action or actions against any or all of us,and for all other purposed each Surety binds itself,jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety),and WHEREAS, the Principal has entered into a Contract with the City of Tigard, the plans, specifications, terms, and conditions of which are contained in above-referenced project solicitation; WHEREAS, the terms and conditions of the Contract, together with applicable plans, standard specifications, special provisions, water construction special provisions, schedule of performance, and schedule of Contract Prices, are made a part of this Payment bond by reference,whether or not attached to the Contract(all hereafter called"Contract');and WHEREAS, the Principal has agreed to perform the Contract in accordance with the terms, conditions, requirements,-plans, and specifications, and schedule of Contract Prices which are set forth in the Contract and any attachments,and all authorized modifications of the Contract which increase the amount of the work,or the cost of the Co,stract, or constitute authorized extensions of time for performance of the Contract,notice of any such modifications hereby being waived by the Surety: NOW, THEREFORE, THE CONDITION OF THIS BOND IS SUCH that if the Principal shall faithfully and truly observe and comply with the terms,conditions,and provisions of the Contract,in all respects, and shall well and truly and fully do and perform all matters and things to be performed under said Contract and any duly authorized modifications that are made,upon the terms set forth therein,and within the time prescribed therein, or as extended therein as provided in the Contract, with or without notice to the Sureties, and shall indemnify and save harmless the City of Tigard its officers,agents,and employees against any claim for direct or indirect damages of every kind and description that shall be suffered or claimed to be suffered in connection with or arising out of the performance of the Contract by the Contractor or its subcontractors,and shall promptly pay all persons supplying labor, materials, or both to the Principal or its subcontractors for prosecution of the work provided in the Contract;and shall promptly pay all contributions due the State Industrial Accident Fund and the State Unemployment Compensation Fund from the Principal or its subcontractors in connection with the performance of the Contract;and shall pay over to the Oregon Department of Revenue all sums required to be deducted and retained from the wages of employees of the Principal and its subcontractors pursuant to ORS 316.167, and shall permit no lien nor claim to be filed or prosecuted against the City on account of any labor or materials furnished;and shall do all things required of the Principal by the laws of the State of Oregon, then this obligation shall be void;otherwise,it shall remain in full force and effect. Nonpayment of the bond premium will not invalidate this bond nor shall the City of Tigard be obligated for the payment of any premiums. IN WITNESS WHEREOF, WE HAVE CAUSED THIS INSTRUMENT TO BE EIYECUTED AND SEALED BY OUR DULY AUTHORIZED LEGAL RepresentativeS. Dated this 11th day of February 1 2021 PRINCIPAL: Schneider Equipment,Inc.dba Schneider Water Services By: Signature / P d Name&Title Attest: SURETY: Travelers Casualty and Surety Company of America (Add signatures for each surety tf using multiple bonds) BY ATTORNEY-IN-FACT: (Power-of-Attorney must accompany each surety bond) Ty Moffett Name Signature 1605 Liberty Street SE Address Salem OR 97302 City State Zip (503)362-2711 ty@agsadowski.com Phone M Email Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint TY R MOFFETT of SALEM Oregon , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed,this 17th day of January, 2019. °K COWL eRMVA State of Connecticut By: City of Hartford ss. Robert L. Rane enior Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. � o IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June,2021 `arawr �6 P0I Anna P.Nowik,Notary Public E a This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances,contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President, any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 11th e,x"FOM day of February 2021 ly AygeJ? sCONN �t i ped Kevin E.Hughes,Assistant Secretary To verify the authenticity of this Power ofAttorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney4n-fact and the details of the bond to which this Power ofAttorney is attached. CITY OF TIGARD-CONTRACT SUMMARY&ROUTING FORM Contract Overview Contract/Amendment Number: CP21009a1 Contract Start Date: 2/10/2021 Contract End Date: .12/31/2022 Contract Title: ASR Wells 2 & 3 Refurbishment Contractor Name: Schneider Equipment.Inc dba Schneider Water Services Contract Manager: Shasta Billings-Beck Department: PW Engineering Contract Costs Original Contract Amount: $1,273,579.00 Total All Previous Amendments: 0 Total of this Amendment: 0 Total Contract Amount: $1,273,579.00 Procurement Authority Contract Type: Public Improvement Procurement Type: Formal ITB >$150K Solicitation Number: 2021-15 LCRB Date: 2/9/2021 Account String: Fund-Division-Account Work Order—Activity Type Amount FY FY FY FY FY Contracts & Purchasing Approval Purchasing Signature: Mato-- Zl.(.Z Sfef.�-� Comments: Extend Contract DocuSign Routing Route for Signature Name Email Address Contractor Patrick Schneider,Vice President pat@schneiderwater.com City of Tigard Steve Rymer Stever@tigard-or.gov Final Distribution Contractor Patrick Schneider, President pat@schneiderwater.com Kriss Schneider,Vice-President Kriss@schneiderwater.com Project Manager Shasta Billings-Beck shastab@tigard-or.gov Shauna Large Shauna@ti ard-orard-or. ov Buyer Machelle Stephens machelles@tigard-or.gov DocuSign Envelope ID:77F896D6-1385-4FDE-A950-54F5ADF215C8 CITY OF TIGARD,OREGON AMENDMENT TO CONTRACT NUMBER CP21009 FOR ASR WELLS 2&3 REFURBISHMENT AMENDMENT #1 The Agreement between the City of Tigard,a municipal corporation of the State of Oregon,hereinafter called City, and Schneider Equipment, Inc dba Schneider Water Services, hereinafter referred to as Contractor, is hereby amended as follows: 1. EFFECTIVE DATE AND DURATION. Section 3 of the Contract is amended to provide that the expiration date is December 31, 2022. IN WITNESS WHEREOF, City has caused this Amendment to be executed by its duly authorized undersigned officer and Contractor has executed this Amendment upon signature and date listed below. CITY OF TIGARD Schneider Equipment, Inc dba Schneider Water Services I , �SiSAri;e.�r.. Signature Signature Steve Rymer Patrick Schneider Printed Name Printed Name 11/9/2021 11/9/2021 Date Date Rev.8/21