Annual Bid 2025-001: Sludge Dewatering
Town of Hanover – Department of Public
Specifications for Annual Bid to Furnish Drinking Water Treatment Plant Residuals
Dewatering Services
I. Invitation to Bid
1. The Town of Hanover acting through its Director of Public Works is accepting sealed bids from
responsible and responsive parties for the furnishing Drinking Water Treatment Plant Residuals
Dewatering Services in accordance with the following specification during the period of July 1, 2024
through June 30, 2025, with options to extend the contract for two additional years.
2. Sealed bids marked on the outside of the envelope “Bid for Drinking Water Residuals Dewatering” shall be
accepted at the office of the Hanover Department of Public Works, 495 Hanover Street, Hanover MA
02339 on the approved bid forms until 1:00 local time on April 11, 2024 at which time they will be opened
and read aloud. All bidders must complete and submit the attached Non-Collusion Statement, Bidder’s
Certification Regarding Payment of Prevailing Wages, Tax Compliance Certificate, and Bidder’s
Qualification Form. All bid forms must be either typewritten or written in ink. All signatures must be in
ink.
3. Copies of this bid package may be picked up at the office of the Department of Public Works, 495 Hanover
Street, Hanover, MA 02339 on or after 12:00 pm on March 18, 2024. Office hours are Monday – Friday,
8:00 am to 4:00 pm, excluding legal holidays. Bid packages are also available for download from the
Hanover DPW website at https://www.hanover-ma.gov/public-works/pages/open-bids-and-bid-results
4. The Town of Hanover reserves the right to reject any or all bids should it be deemed in the best interest of
the Town to do so.
II. Project Description:
1. The Town of Hanover, acting through its Director of Public Works, is requesting bids from qualified
vendors for the dewatering of approximately 450,000 gallons of approximately 1-2 percent alum sludge
from two lagoons at its Pond Street Drinking Water Treatment Facility to a 11-15 percent or higher
dewatered cake, capable of passing the EPA Paint Filter Liquids Test (EPA Method 9095).
2. The lagoons to be dewatered are an integral component of an active drinking water treatment plant
providing potable water to the residents of the Town of Hanover, Massachusetts. Work shall be sequenced
to allow the continuous operation of these lagoons during the dewatering process. The Town will make
every effort to assist the vendor in achieving the goals of this project in a timely manner.
3. Define “tons of dewatered cake” throughout the specification as wet tons. This shall be defined as the
weight of the material leaving the site minus the tare weight of the vehicle, divided by 2,000. All weights
shall be as measured by the Town’s certified scale.
III. Vendor’s Responsibilities:
A. Scope of Services
1. Mobilization and demobilization.
2. Provide all necessary labor, superintendence, machinery, equipment, tools, chemicals, materials, services
and other means of construction to dewater the alum residuals using a centrifuge, double belt filter press or
Page 1
Annual Bid 2025-001: Sludge Dewatering
some other mechanical means, discharging the water that is removed to the lagoons at the facility and the
dewatered cake (solids) to vehicles provided by the Town of Hanover.
3. Careful attention needs to be given to the process discharge water (i.e. centrate or belt wash water) due to
its discharge to the online lagoon. The vendor shall implement a treatment process to insure that the
process discharge is clear and low in polymer content and other solids so it meets the Town’s NPDES
discharge permit and does not cause environmental harm if discharged to the adjacent wetlands.
4. Provide daily production reports.
5. Provide manpower and equipment to excavate residuals from the lagoons.
6. Provide all necessary safety equipment and controls to protect workers and prevent equipment from being
operated when not attended by a qualified operator.
7. Provide temporary heat for equipment if necessary should the project require it.
B. Inherent costs included in proposal price
1. Inherent in the vendor’s price shall be fuel to operate vendor’s equipment, necessary spare parts to execute
the contract, travel costs, food and lodging for personnel, insurance including workmen’s compensation,
vehicle liability insurance, and general liability insurance, as well as any and all other incidental costs
needed to faithfully execute the contract.
IV. Town of Hanover’s Responsibilities
A. Personnel
1. To assist the vendor and monitor the dewatering project, the Town of Hanover will provide at no cost to the
vendor up to one employee to assist in the excavation of sludge from the lagoons. The Town of Hanover
will also provide necessary equipment and personnel to haul and dispose of the dewatered cake away from
the staging area to ensure the orderly execution of the dewatering operation.
B. Electrical Power
1. The Town of Hanover will provide electrical power (three phase 480 volts @ 100 amps within 50 feet of
the staging area). The power source will be existing circuits.
C. Water Supply
1. A source of potable water of greater than or equal to 1.5 inch flow at 40 psi or greater within 50 feet of the
staging area.
D. Staging Area
1. Suitable staging area for all equipment.
E. Traffic Control and Pedestrian Safety
1. The dewatering operation shall take place on public property in an area that is normally secure from traffic
and pedestrians. Should traffic or pedestrian control measures be required, the Town of Hanover will
provide such controls at no cost to the vendor.
F. Section XII: Title to Dewatered Residuals
Page 2
Annual Bid 2025-001: Sludge Dewatering
1. The town will retain title to all dewatered residuals and will assume responsibility for their ultimate use,
reuse, or disposal.
V. Project Timetable
A. Hours of Work
1. Dewatering equipment may be operated Monday through Friday, 7 am through 7 pm. Additional hours
may be allowed, at the Town’s sole discretion, based on a demonstration of compelling need by the vendor
and a demonstration that the operation of equipment will not disturb the peace and tranquility of the
surrounding neighborhood.
B. Project Commencement
1. The project shall commence between July 1, 2024 and June 30, 2025, unless otherwise authorized by the
Director of Public Works.
C. Project Completion
1. The vendor shall use due diligence to complete this project in a timely manner. All work must be
completed by June 30, 2025 unless extended by the Town.
D. Additional optional cleanouts
1. Additional cleanouts, if ordered by the Town, shall be upon mutually agreeable dates between the Town
and the winning vendor.
VI. Environmental Control
A. Noise Abatement
1. The vendor shall utilize noise abatement techniques to reduce the sound generated from vendor supplied
equipment to a reasonable level 1,000 feet from the project.
B. Odors
1. The vendor shall take necessary steps to prevent the spread of odors emanating from the dewatering
operation from traveling beyond 750 feet of the dewatering equipment.
C. Protection of Environment
1. As the staging area shall be in the immediate vicinity of a public water supply that is surrounded by
wetlands, the vendor shall take all reasonable steps to prevent the release of any fuels or chemicals from the
dewatering operation into or onto the ground or surrounding wetlands.
2. The vendor shall instruct his or her employees and a designated employee from the Town in appropriate
measures to control and contain spills of any fuels or chemicals used in the dewatering operation.
3. The vendor shall list in his bid proposal any chemicals proposed to be used for this dewatering operation.
All chemicals shall meet applicable NSF/ANSI standards for drinking water. In addition, upon awarding of
the bid, the vendor shall supply to the town the Safety Data Sheets (SDS) of any chemicals proposed to be
used for this dewatering operation. The Town reserves the right to reject any bid which it feels will
endanger the health and safety of the residents of the Town of Hanover as a result of the use of any
Page 3
Annual Bid 2025-001: Sludge Dewatering
chemicals in this dewatering operation which the Town feels are inherently incompatible for use in a public
water supply area.
VII. Insurance
A. Workmen’s Compensation Insurance, Disability, Unemployment Compensation
1.
The vendor will provide and maintain, and shall require its subcontractors to provide and maintain, all
required insurance for its employees, including disability, worker’s compensation, and unemployment
compensation, in accordance with the laws of the Commonwealth of Massachusetts.
B. Motor Vehicle and General Liability Insurance
1.
The vendor shall provide and maintain, and shall require its subcontractors to provide and maintain
appropriate motor vehicle and comprehensive general liability insurance covering property damage
and personal injuries in amounts equal to or greater than those currently carried by the Town. The
current minimum amounts shall be general liability of at least $1,000,000 bodily injury and property
damage liability per occurrence and $3,000,000 aggregate. The minimum amounts of automobile
liability insurance shall be at least $1,000,000 bodily injury and property damage per accident. The
vendor and any subcontractor it uses, shall provide the Town of Hanover with certificates of insurance
evidencing the insurance required by this paragraph, which shall name the Town as an “additional
insured” and include a thirty day notice of cancellation to the Town.
VIII. Prevailing Wage
A. Prevailing Wage
1.
Pursuant to M.G.L., the contractor shall pay all personnel involved in the execution of this contract the
prevailing local union wage for such activities. The prevailing wage rates as determined by the
Commonwealth of Massachusetts, Department of Labor, Division of Occupational Safety are attached.
2.
The contractor shall provide the town with certification that the prevailing wages have been paid at the
completion of the project.
IX. Pricing Structure and Rule for Award
A. Rule for award
1. One contract will be awarded to the responsive and responsible bidder offering the base bid and the most
dewatered cake by weight based on the base bid and alternates at the lowest total price that does not exceed
the Town’s appropriation of $60,000.
B. Base Bid
1. The base bid shall include the following items:
a. Mobilization costs
b. Dewatering sufficient residuals to produce the first 20 tons of dewatered cake.
c. Demobilization costs
C.
Alternates
1. Dewatering sufficient residuals to produce each additional 20 tons of dewatered cake, in quantities as
directed by the Director of Public Works, up to a maximum contract price of $60,000.
Page 4
Annual Bid 2025-001: Sludge Dewatering
D. Certified Scale
The Town will provide a certified scale, sealed by the Town’s Sealer of Weights and Measures, for the measurement
of the dewatered cake.
E. Right to Reject
The Town reserves the sole right to reject loads of dewatered cake if there are free flowing liquids or the Town feels
the dewatered cake does not meet the basic consistency requirements of Section II, item 1. Rejected loads will not
be paid for.
X. Payments
A. Terms
1.
The payment terms of this contract shall be net 30.
2.
The Town of Hanover is Tax Exempt.
XI. Right to Suspend/Terminate Work
A. Town’s Rights
1. The town retains the exclusive right to suspend/terminate the project based on quality or quantity of
dewatered cake. The decision to suspend or terminate rests solely with the Director of Public Works for the
Town of Hanover whose decision is final.
B. Vendor’s Rights
1. Should the Town terminate or suspend the project, the vendor’s sole recourse shall be collection of the base
bid (mobilization charge, demobilization charge, charge for the first 20 tons of dewatered cake) and
payment for any additional tons dewatered under the alternates that have been authorized and completed.
XII. Options to Renew
1. The Town of Hanover shall have the sole option to renew this contract for two additional one year periods.
This option shall be exercised in writing. For option year 1 (July 1, 2025 – June 30, 2026), this renewal
shall be exercised between 3/1/2025 and 6/15/2025. For option year 2 (July 1, 2026 – June 30, 2027), this
renewal option shall be exercised between 3/1/2026 and 6/15/2026. Should the Town exercise its renewal
option, we will entertain price adjustments based on changes to the prevailing wages.
XIII. Options for Multiple Services in a Contract Year
1. The Town of Hanover shall have the sole option to determine when a contract service is complete and shall
have the option to request more than one cleanout of the residuals lagoons in a contract year. Each service
shall be based on the payment structure proposed in the bid sheet (i.e. a separate
mobilization/demobilization charge for each service and the same per 20 ton rate.) This option is solely at
the Town’s discretion, subject to the contractor’s availability and subject to the availability of funds.
Page 5