Skip to content
Clackamas County

RFP #2026-12 LAND APPLICATION SERVICES

Solicitation: Not available
Notice ID: state_or_oregonbuys__S-C01010-00016130

Federal opportunity from C0101017 - Water Environment Services | C0101 - WES • Clackamas County. Place of performance: OR. Response deadline: Mar 25, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$23,230,650,669
Sector total $23,230,650,669 • Share 100.0%
Live
Median
$151,906
P10–P90
$29,671$15,552,364
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($23,230,650,669)
Deal sizing
$151,906 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on official portal →
Map for OR
Live POP
Place of performance
Ryan Rice 2051 Kaen Rd STE 490 Oregon City, OR 97045 US Email: Phone: (503) 742-5446
State: OR
Contracting office
Not listed

Point of Contact

Not available

Agency & Office

Department
Clackamas County
Agency
C0101017 - Water Environment Services | C0101 - WES
Subagency
C0101017 - Water Environment Services | C0101 - WES
Office
Tralee Whitley | Phone: | (503) 742-5446
Contracting Office Address
Not available

Description

RFP #2026-12 LAND APPLICATION SERVICES LAND APPLICATION SERVICES REQUEST FOR PROPOSALS #2026-12 FOR LAND APPLICATION SERVICES BOARD OF COUNTY COMMISSIONERS CRAIG ROBERTS, Chair PAUL SAVAS, Commissioner MARTHA SCHRADER, Commissioner BEN WEST, Commissioner DIANA HELM, Commissioner ________________________ Gary Schmidt County Administrator Juliana Snegireff Contract Analyst PROPOSAL CLOSING DATE, TIME AND LOCATION DATE: February 24, 2026 TIME: 2:00 PM, Pacific Time PLACE: Email: https://bidlocker.us/a/clackamascounty/BidLocker RFP# 2026-12 Land Application Services Page ii SCHEDULE Request for Proposals Issued…….................................................. February 24, 2026 Protest of Specifications Deadline..................................................March 3, 2026, 5:00 PM, Pacific Time Deadline to Submit Clarifying Questions....................................... March 18, 2026, 5:00 PM, Pacific Time Request for Proposals Closing Date and Time……....................... March 25, 2026, 2:00 PM, Pacific Time Deadline to Submit Protest of Award............................................. Seven (7) days from the Intent to Award TABLE OF CONTENTS Section 1 – Notice of Request for Proposals Section 2 – Instructions to Proposers Section 3 – Scope of Work Section 4 – Evaluation and Selection Criteria Section 5 – Proposal Content (Including Proposal Certification) Page 1 SECTION 1 NOTICE OF REQUEST FOR PROPOSALS Notice is hereby given that Water Environment Services (“WES”), through its Board of County Commissioners, will receive sealed Proposals per specifications until 2:00 PM, March 25, 2026, (“Closing”), to provide Biosolids Hauling Services. No Proposals will be received or considered after that time. RFP Documents can be downloaded from the state of Oregon procurement website (“OregonBuys”) at the following address https://oregonbuys.gov/bso/view/login/login.xhtml, Document No. S-C01010-00016130. Prospective Proposers will need to sign in to download the information and that information will be accumulated for a Plan Holder's List. Prospective Proposers are responsible for obtaining any Addenda, clarifying questions, and Notices of Award from OregonBuys. Sealed Proposals are to be emailed to https://bidlocker.us/a/clackamascounty/BidLocker. Submitting Proposals: Bid Locker Proposals will only be accepted electronically thru a secure online bid submission service, Bid Locker. Email submissions to Clackamas County email addresses will no longer be accepted. A. Completed proposal documents must arrive electronically via Bid Locker located at https://bidlocker.us/a/clackamascounty/BidLocker. B. Bid Locker will electronically document the date and time of all submissions. Completed documents must arrive by the deadline indicated in Section 1 or as modified by Addendum. LATE PROPOSALS WILL NOT BE ACCEPTED. C. Proposers must register and create a profile for their business with Bid Locker in order to submit for this project. It is free to register for Bid Locker. D. Proposers with further questions concerning Bid Locker may review the Vendor’s Guide located at https://www.clackamas.us/how-to-bid-on-county-projects . Contact Information Procurement Process and Technical Questions: Juliana Snegireff, JSnegireff@clackamas.us The Board of County Commissioners reserves the right to reject any and all Proposals not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any and all Proposals upon the finding that it is in the public interest to do so and to waive any and all informalities in the public interest. In the award of the contract, the Board of County Commissioners will consider the element of time, will accept the Proposal or Proposals which in their estimation will best serve the interests of Clackamas County and will reserve the right to award the contract to the contractor whose Proposal shall be best for the public good. Clackamas County encourages proposals from Minority, Women, and Emerging Small Businesses. RFP# 2026-12 Land Application Services Page 2 SECTION 2 INSTRUCTIONS TO PROPOSERS Clackamas County (“County”) reserves the right to reject any and all Proposals received as a result of this RFP. County Local Contract Review Board Rules (“LCRB”) govern the procurement process for the County. 2.1 Modification or Withdrawal of Proposal: Any Proposal may be modified or withdrawn at any time prior to the Closing deadline, provided that a written request is received by the County Procurement Division Director, prior to the Closing. The withdrawal of a Proposal will not prejudice the right of a Proposer to submit a new Proposal. 2.2 Requests for Clarification and Requests for Change: Proposers may submit questions regarding the specifications of the RFP. Questions must be received in writing on or before 5:00 p.m. (Pacific Time), on the date indicated in the Sched ule, at the Procurement Division address as listed in Section 1 of this RFP. Requests for changes must include the reason for the change and any proposed changes to the requirements. The purpose of this requirement is to permit County to correct, prior to the opening of Proposals, RFP terms or technical requirements that may be unlawful, improvident or which unjustifiably restrict competition. County will consider all requested changes and, if appropriate, amend the RFP. No oral or written instructions or information concerning this RFP from County managers, employees or agents to prospective Proposers shall bind County unless included in an Addendum to the RFP. 2.3 Protests of the RFP/Specifications: Protests must be in accordance with LCRB C-047-0730. Protests of Specifications must be received in writing on or before 5:00 p.m. (Pacific Time), on the date indicated in the Schedule, or within three (3) business days of issuance of any addendum, at the Procurement Division address listed in Section 1 of this RFP. Protests may not be faxed. Protests of the RFP specifications must include the reason for the protest and any proposed changes to the requirements. 2.4 Addenda: If any part of this RFP is changed, an addendum will be provided to Proposers that have provided an address to the Procurement Division for this procurement. It shall be Proposers responsibility to regularly check OregonBuys for any notices, published addenda, or response to clarifying questions. 2.5 Submission of Proposals: Proposals must be submitted in accordance with Section 5. All Proposals shall be legibly written in ink or typed and comply in all regards with the requirements of this RFP. Proposals that include orders or qualifications may be rejected as irregular. All Proposals must include a signature that affirms the Proposer’s intent to be bound by the Proposal (may be on cover letter, on the Proposal, or the Proposal Certification Form) shall be signed. If a Proposal is submitted by a firm or partnership, the name and address of the firm or partnership shall be shown, together with t he names and addresses of the members. If the Proposal is submitted by a corporation, it shall be signed in the name of such corporation by an official who is authorized to bind the contractor. The Proposals will be considered by the County to be submitted in confidence and are not subject to public disclosure until the notice of intent to award has been issued. No late Proposals will be accepted. Proposals submitted after the Closing will be considered late and will be returned unopened. Proposals may not be submitted by telephone or fax. 2.6 Post-Selection Review and Protest of Award: County will name the apparent successful Proposer in a Notice of Intent to Award published on OregonBuys. Identification of the apparent successful Proposer is procedural only and creates no right of the named Proposer to award of the contract. Competing Proposers shall be given seven (7) calendar days from the date on the Notice of Intent to Award to review the file at the Procurement Division office and file a written protest of award, pursuant to LCRB C -047-0740. Any award protest must be in writing and must be delivered by hand- delivery or mail to the address for the Procurement Division as listed in Section 1 of this RFP. Only actual Proposers may protest if they believe they have been adversely affected because the Proposer would be eligible to be awarded the contract in the event the protest is successful. The basis of the written protest must RFP# 2026-12 Land Application Services Page 3 be in accordance with ORS 279B.410 and shall specify the grounds upon which the protest is based. In order to be an adversely affected Proposer with a right to submit a written protest, a Proposer must be next in line for award, i.e. the protester must claim that all higher rated Proposers are ineligible for award because they are non-responsive or non-responsible. County will consider any protests received and: a. reject all protests and proceed with final evaluation of, and any allowed contract language negotiation with, the apparent successful Proposer and, pending the satisfactory outcome of this final evaluation and negotiation, enter into a contract with the named Proposer; OR b. sustain a meritorious protest(s) and reject the apparent successful Proposer as nonresponsive, if such Proposer is unable to demonstrate that its Proposal complied with all material requirements of the solicitation and Oregon public procurement law; thereafter, County may name a new apparent successful Proposer; OR c. reject all Proposals and cancel the procurement. 2.7 Acceptance of Contractual Requirements: Failure of the selected Proposer to execute a contract and deliver required insurance certificates within ten (10) calendar days after notification of an award may result in cancellation of the award. This time period may be extended at the option of County. 2.8 Public Records: Proposals are deemed confidential until the “Notice of Intent to Award” letter is issued. This RFP and one copy of each original Proposal received in response to it, together with copies of all documents pertaining to the award of a contract, will be kept and made a part of a file or record which will be open to public inspection. If a Proposal contains any information that is considered a TRADE SECRET under ORS 192.345(2), SUCH INFORMATION MUST BE LISTED ON A SEPARATE SHEET CAPABLE OF SEPAR ATION FROM THE REMAINING PROPOSAL AND MUST BE CLEARLY MARKED WITH THE FOLLOWING LEGEND: “This information constitutes a trade secret under ORS 192.345(2), and shall not be disclosed except in accordance with the Oregon Public Records Law, ORS Chapter 192.” The Oregon Public Records Law exempts from disclosure only bona fide trade secrets, and the exemption from disclosure applies only “unless the public interest requires disclosure in the particular instance” (ORS 192.345). Therefore, non-disclosure of documents, or any portion of a document submitted as part of a Proposal, may depend upon official or judicial determinations made pursuant to the Public Records Law. 2.9 Investigation of References: County reserves the right to investigate all references in addition to those supplied references and investigate past performance of any Proposer with respect to its successful performance of similar services, its compliance with specifications and contractual obligations, its completion or delivery of a project on schedule, its lawful payment of subcontractors and workers , and any other factor relevant to this RFP. County may postpone the award or the execution of the contract after the announcement of the apparent successful Proposer in order to complete its investigation. 2.10 RFP Proposal Preparation Costs and Other Costs: Proposer costs of developing the Proposal, cost of attendance at an interview (if requested by County), or any other costs are entirely the responsibility of the Proposer, and will not be reimbursed in any manner by County. 2.11 Clarification and Clarity: County reserves the right to seek clarification of each Proposal, or to make an award without further discussion of Proposals received. Therefore, it is important that each Proposal be submitted initially in the most complete, clear, and favorable manner possible. 2.12 Right to Reject Proposals: County reserves the right to reject any or all Proposals or to withdraw any item from the award, if such rejection or withdrawal would be in the public interest, as determined by County. RFP# 2026-12 Land Application Services Page 4 2.13 Cancellation: County reserves the right to cancel or postpone this RFP at any time or to award no contract. 2.14 Proposal Terms: All Proposals, including any price quotations, will be valid and firm through a period of one hundred and eighty (180) calendar days following the Closing date. County may require an extension of this firm offer period. Proposers will be required to agree to the longer time frame in order to be further considered in the procurement process. 2.15 Oral Presentations: At County’s sole option, Proposers may be required to give an oral presentation of their Proposals to County, a process which would provide an opportunity for the Proposer to clarify or elaborate on the Proposal but will in no material way change Proposer’s original Proposal. If the evaluating committee requests presentations, the Procurement Division will schedule the time and location for said presentation. Any costs of participating in such presentations will be borne solely by Proposer and will not be reimbursed by County. Note: Oral presentations are at the discretion of the evaluating committee and may not be conducted; therefore, written Proposals should be complete. 2.16 Usage: It is the intention of County to utilize the services of the successful Proposer(s) to provide services as outlined in the below Scope of Work. 2.17 Review for Responsiveness: Upon receipt of all Proposals, the Procurement Division or designee will determine the responsiveness of all Proposals before submitting them to the evaluation committee. If a Proposal is incomplete or non-responsive in significant part or in whole, it wil l be rejected and will not be submitted to the evaluation committee. County reserves the right to determine if an inadvertent error is solely clerical or is a minor informality which may be waived, and then to determine if an error is grounds for disqualifying a Proposal. The Proposer’s contact person identified on the Proposal will be notified, identifying the reason(s) the Proposal is non- responsive. One copy of the Proposal will be archived and all others discarded. 2.18 RFP Incorporated into Contract: This RFP will become part of the Contract between County and the selected contractor(s). The contractor(s) will be bound to perform according to the terms of this RFP, their Proposal(s), and the terms of the Sample Contract. 2.19 Communication Blackout Period: Except as called for in this RFP, Proposers may not communicate with members of the Evaluation Committee or other County employees or representatives about the RFP during the procurement process until the apparent successful Proposer is selected, and all protests, if any, have been resolved. Communication in violation of this restriction may result in rejection of a Proposer. 2.20 Prohibition on Commissions and Subcontractors: County will contract directly with persons/entities capable of performing the requirements of this RFP. Contractors must be represented directly. Participation by brokers or commissioned agents will not be allowed during the Proposal process. Contractor shall not use subcontractors to perform the Work unless specifically pre- authorized in writing to do so by the County. Contractor represents that any employees assigned to perform the Work, and any authorized subcontractors performing the Work, are fully qualified to perform the tasks assigned to them, and shall perform the Work in a competent and professional manner. Contractor shall not be permitted to add on any fee or charge for subcontractor Work. Contractor shall provide, if requested, any documents relating to subcontractor’s qualifications to perform required Work. 2.21 Ownership of Proposals: All Proposals in response to this RFP are the sole property of County, and subject to the provisions of ORS 192.410-192.505 (Public Records Act). 2.22 Clerical Errors in Awards: County reserves the right to correct inaccurate awards resulting from its clerical errors. RFP# 2026-12 Land Application Services Page 5 2.23 Rejection of Qualified Proposals: Proposals may be rejected in whole or in part if they attempt to limit or modify any of the terms, conditions, or specifications of the RFP or the Sample Contract. 2.24 Collusion: By responding, the Proposer states that the Proposal is not made in connection with any competing Proposer submitting a separate response to the RFP, and is in all aspects fair and without collusion or fraud. Proposer also certifies that no officer, agent, elected official, or employee of County has a pecuniary interest in this Proposal. 2.25 Evaluation Committee: Proposals will be evaluated by a committee consisting of representatives from County and potentially external representatives. County reserves the right to modify the Evaluation Committee make-up in its sole discretion. 2.26 Commencement of Work: The contractor shall commence no work until all insurance requirements have been met, the Protest of Awards deadline has been passed, any protest have been decided, a contract has been fully executed, and a Notice to Proceed has been issued by County. 2.27 Nondiscrimination: The successful Proposer agrees that, in performing the work called for by this RFP and in securing and supplying materials, contractor will not discriminate against any person on the basis of race, color, religious creed, political ideas, sex, age, marital status, sexual orientation, gender identity, veteran status, physical or mental h andicap, national origin or ancestry, or any other class protected by applicable law. RFP# 2026-12 Land Application Services Page 6 SECTION 3 SCOPE OF WORK 3.1. INTRODUCTION Clackamas County is behalf of Clackamas Water Environment Services (“District”) is seeking Proposals from experienced vendors for Land Application Services. Biosolids are generated by the Kellogg Creek and Tri-City Wastewater Treatment Plants (“WWTP”) and applied to agricultural sites. Except as otherwise indicated in this contract, Contractor shall supply all equipment and labor necessary to perform the work. Please direct all Technical/Specifications or Procurement Process Questions to the indicated representative referenced in the Notice of Request for Proposals and note the communication restriction outlined in Section 2.19. 3.2 BACKGROUND The Contractor shall provide (except as otherwise indicated in this Contract) all equipment, labor and services necessary to land apply class B dewatered biosolids generated by Water Environment Services' ("WES") Kellogg Creek and Tri-City Wastewater Treatment Plants ("WWTP") at agricultural sites. WES, a Department of Clackamas County, manages and operates the Tri-City Wastewater Treatment Plant ("TC") and the Kellogg Creek Wastewater Treatment Plant ("KC"). The TC and KC WWTP's produce a dewatered Class B biosolids product that is 18 - 23% total solids. Biosolids are currently transported to Sherman County, Oregon for land application on active agricultural fields. All WES sites are presently located in Sherman County; however, WES may pursue land application at fields in other locations, including the Willamette Valley (“Valley”) during the dry months of summer and fall. While WES’s goal is to locate adequate acreage in the Valley to support summer and fall production within the contract period, this is not a guarantee. If WES achieves that goal, land application will occur only in the Valley during the dry months. Biosolids production in 2025 is shown in Table 1. Contractor shall be prepared to land apply similar wet tonnage to 2025 totals, with an estimated two percent annual increase. Table l 2025 biosolids production Plant Approximate Production, Wet Tons CY2025 Address Tri-City WWTP 7000 15941 S. Agnes Ave, Oregon City, OR 97045 Kellogg Creek WWTP 5000 Not relevant; no hauling shall be done from KC In 2025 WES applied biosolids to six fields. The number of fields required to meet the demands of production is not guaranteed. Some sites are smaller than others resulting in less time on that field. Approximately 1,300 acres were treated with biosolids in 2025. RFP# 2026-12 Land Application Services Page 7 The TC and KC biosolids programs are regulated by each plant's National Pollutant Discharge Elimination System ("NPDES") permit issued by the Oregon Department of Environmental Quality ("DEQ"). 3.3. SCOPE OF WORK 3.3.1. Scope:

  • Contractor shall provide all equipment and personnel to meet the requirements of the contract.

Required heavy equipment includes a spreader and loader.

  • Contractor shall have an established maintenance program for equipment to minimize

breakdowns.

  • Contractor shall coordinate with the Contract Administrator and land owner on where to stage

required equipment.

  • Contractor shall not use subcontractor for principal duties without prior disclosure and approval

by WES. LAND APPLICATION OPERATIONS

  • WES shall provide agronomic loading rates ("ALR") for each field.
  • Contractor shall ensure biosolids are applied at the ALR specified for each site.
  • Contractor shall maintain calibration on any measurement devices used to determine the amount of

biosolids land applied and where the biosolids are land applied. This includes scales on land application equipment, truck scales and mapping software. This does not include WES axle scale at the TC plant or the elevated hopper scale.

  • Contractor shall immediately notify the WES Contract Administrator of any interactions with the

public or other government entities as a result of the work being performed. WES staff shall address all concerns.

  • Contractor shall transport land application equipment to and from land application sites.
  • Contractor shall use GPS guided land application that creates a map of field applications and dates

of each application. REGULATORY COMPLIANCE Contractor shall comply with all applicable statutes, regulations and directives concerning the application and transportation of biosolids, including, but not limited to, the requirements in OAR 340, Division 50, 40 CFR 501 and 503 and WES’s Biosolids Management Plan. Contractor will ensure that each of Contractor’s employees, agents and subcontractors understand all such applicable statutes, regulations and directives.

  • WES shall provide Contractor with copies of all relevant DEQ Land Application Authorizations

(LAA’s) and Contractor shall comply with the LAA requirements.

  • Contractor shall comply with applicable health, safety and transportation regulations that pertain

to this work.

  • WES will provide Contractor a copy of the WES Biosolids Management Plan and contractor shall

adhere to the conditions therein. REPORTS Contractor shall provide weekly reports to the Contract Administrator. WES will determine the frequency, format and content of the report. Contractor shall provide a final report when all biosolids for the field have been applied. This report shall include the final spread map and total quantity of biosolids applied. The final spread map will include farmers name, WES field ID and dates of each application correlated with the area applied. RFP# 2026-12 Land Application Services Page 8 3.3.2. Work Schedule: Land application operations may be done between 7:00 am and 7:00 pm pacific standard time unless otherwise approved by the Contract Administrator.

  • Contractor shall generally provide services Monday through Friday.

3.3.3. Term of Contract: The term of this contract shall be five (5) years from the effective date. 3.3.4 Sample Contract: Submission of a Proposal in response to this RFP indicates Proposer’s willingness to enter into a contract containing substantially the same terms (including insurance requirements) of the sample contract identified below. No action or response to the sample contract is required under this RFP. Any objections to the sample contract terms should be raised in accordance with Paragraphs 2.2 or 2.3 of this RFP, pertaining to requests for clarification or change or protest of the RFP/specifications, and as otherwise provided for in this RFP. This RFP and all supplemental information in response to this RFP will be a binding part of the final contract. The applicable Sample Goods & Services Contract, for this RFP can be found at https://www.clackamas.us/finance/terms.html. Goods & Services Contract (unless checked, item does not apply) Travel and Other Expense is Authorized (County Contractor Travel Reimbursement Policy) Confidentiality (County data/information needs to be maintained in a confidential manner) Criminal Background Check Requirements Key Persons (the proposed vendor staff shall not be substituted unless approved by the County) On-Call Provision The following insurance requirements will be applicable. Professional Liability: combined single limit, or the equivalent, of not less than $1,000,000 per occurrence, with an annual aggregate limit of $2,000,000 for damages caused by error, omission or negligent acts. Commercial General Liability: combined single limit, or the equivalent, of not less than $1,000,000 per occurrence, with an annual aggregate limit of $2,000,000 for Bodily Injury and Property Damage. Automobile Liability: combined single limit, or the equivalent, of not less than $500,000 per occurrence for Bodily Injury and Property Damage. Pollution Liability: combined single limit, or the equivalent, of not less than $1,000,000 per occurrence. RFP# 2026-12 Land Application Services Page 9 SECTION 4 EVALUATION PROCEDURE 4.1 An evaluation committee will review all Proposals that are initially deemed responsive and they shall rank the Proposals in accordance with the below criteria. The evaluation committee may recommend an award based solely on the written responses or may request Proposal interviews/presentations. Interviews/presentations, if deemed beneficial by the evaluation committee, will consist of the highest scoring Proposers. The invited Proposers will be notified of the time, place, and format of the interview/presentation. Based on the interview/presentation, the evaluation committee may revise their scoring. Written Proposals must be complete and no additions, deletions, or substitutions will be permitted during the interview/presentation (if any). The evaluation committee will recommend award of a contract to the final County decision maker based on the highest scoring Proposal. The County decision maker reserves the right to accept the recommendation, award to a different Proposer, or reject all Proposals and cancel the RFP. Proposers are not permitted to directly communicate with any member of the evaluation committee during the evaluation process. All communication will be facilitated through the Procurement representative. 4.2 Evaluation Criteria Category Points available: Proposer’s General Background and Qualifications 0-30 Scope of Work 0-45 Fees 0-25 Available points 0-100 4.3 Once a selection has been made, the County will enter into contract negotiations. During negotiation, the County may require any additional information it deems necessary to clarify the approach and understanding of the requested services. Any changes agreed upon during contract negotiations will become part of the final contract. The negotiations will identify a level of work and associated fee that best represents the efforts required. If the County is unable to come to terms with the highest scoring Proposer, discussions shall be terminated and negotiations will begin with the next highest scoring Proposer. If the resulting contract contemplates multiple phases and the County deems it is in its interest to not authorize any particular phase, it reserves the right to return to this solicitation and commence negotiations with the next highest ranked Proposer to complete the remaining phases. RFP# 2026-12 Land Application Services Page 10 SECTION 5 PROPOSAL CONTENTS 5.1. Vendors must observe submission instructions and be advised as follows: 5.1.1. Complete Proposals must be emailed to https://bidlocker.us/a/clackamascounty/BidLocker. The subject line of the email must identify the RFP title. Proposers are encouraged to contact Procurement to confirm receipt of the Proposal. 5.1.2. County reserves the right to solicit additional information or Proposal clarification from the vendors, or any one vendor, should the County deem such information necessary. 5.1.3. Proposal may not exceed a total of 10 pages (single-sided), inclusive of all exhibits, attachments, title pages, pages separations, table of contents, or other information. The Proposal Certification Page will NOT count towards the final page count. Pages shall be 8-1/2” x 11” standard sheet size, 11 point font, single-spaced. Provide the following information in the order in which it appears below: 5.2. Proposer’s General Background and Qualifications:

  • Description of the firm.
  • Credentials/experience of key individuals that would be assigned to this project.
  • Description of all equipment used for applications.
  • Description of providing similar services to public entities of similar size within the past five (5) years.
  • Description of the firm’s ability to meet the requirements in Section 3.
  • Description of what distinguishes the firm from other firms performing a similar service.

5.3. Scope of Work Operations & Equipment Management

  • Please detail your preventative maintenance program for heavy equipment, specifically spreaders and

loaders, to minimize breakdowns and operational delays during the active land application season.

  • Describe your precise process for ensuring biosolids are applied exactly at the Agronomic Loading

Rates (ALR) provided by WES.

  • How do you perform and document the calibration of your measurement devices, including scales on

land application equipment, truck scales, and mapping software? Technology & Reporting

  • Detail your experience utilizing GPS-guided land application technology.
  • How will you ensure the final spread maps accurately correlate the dates of each application with the

specific area applied?

  • Provide a brief overview of how you structure your weekly progress reports and final field reports to

ensure all required metrics are clearly communicated. Regulatory Compliance & Environmental Protection

  • Describe your approach to ensuring all employees and subcontractors strictly adhere to DEQ Land

Application Authorizations (LAAs), 40 CFR 503, and OAR 340. RFP# 2026-12 Land Application Services Page 11 Communication & Incident Response

  • WES requires immediate notification of any interactions with the public or other government entities so

our staff can address them. Describe your field team's protocol for handling these unexpected interactions professionally while escalating the issue to WES. 5.4. Fees Please provide land application rates per wet ton. Additionally, provide hourly rates for additional equipment usage. 5.5. References Provide at least three (3) references from clients your firm has served similar to the County in the past three (3) years, including one client that has newly engaged the firm in the past thirty-six (36) months and one (1) long- term client. Provide the name, address, email, and phone number of the references. Please note the required three references may not be from County staff, but additional references may be supplied. 5.6. Completed Proposal Certification (see the below form) RFP# 2026-12 Land Application Services Page 12 PROPOSAL CERTIFICATION RFP #2026-12 Submitted by: (Must be entity’s full legal name, and State of Formation) Each Proposer must read, complete and submit a copy of this Proposal Certification with their Proposal. Failure to do so may result in rejection of the Proposal. By signature on this Proposal Certification, the undersigned certifies that they are authorized to act on behalf of the Proposer and that under penalty of perjury, the undersigned will comply with the following: SECTION I. OREGON TAX LAWS: As required in ORS 279B.110(2)(e), the undersigned hereby certifies that, to the best of the undersigned’s knowledge, the Proposer is not in violation of any Oregon Tax Laws. For purposes of this certification, “Oregon Tax Laws” means the tax laws of the state or a political subdivision of the state, including ORS 305.620 and ORS chapters 316, 317 and 318. If a contract is executed, this information will be reported to the Internal Revenue Service. Information not matching IRS records could subject Proposer to 24% backup withholding. SECTION II. NON-DISCRIMINATION: That the Proposer has not and will not discriminate in its employment practices with regard to race, creed, age, religious affiliation, sex, disability, sexual orientation, gender identity, national origin, or any other protected class. Nor has Proposer or will Proposer discriminate against a subcontractor in the awarding of a subcontract because the subcontractor is a disadvantaged business enterprise, a minority-owned business, a woman-owned business, a business that a service-disabled veteran owns or an emerging small business that is certified under ORS 200.055. SECTION III. CONFLICT OF INTEREST: The undersigned hereby certifies that no elected official, officer, agent or employee of Clackamas County is personally interested, directly or indirectly, in any resulting contract from this RFP, or the compensation to be paid under such contract, and that no representation, statements (oral or in writing), of the County, its elected officials, officers, agents, or employees had induced Proposer to submit this Proposal. In addition, the undersigned hereby certifies that this proposal is made without connection with any person, firm, or corporation submitting a proposal for the same material, and is in all respects fair and without collusion or fraud. SECTION IV. COMPLIANCE WITH SOLICITATION: The undersigned further agrees and certifies that they: 1. Have read, understand and agree to be bound by and comply with all requirements, instructions, specifications, terms and conditions of the RFP (including any attachments); and 2. Are an authorized representative of the Proposer, that the information provided is true and accurate, and that providing incorrect or incomplete information may be cause for rejection of the Proposal or contract termination; and 3. Will furnish the designated item(s) and/or service(s) in accordance with the RFP and Proposal; and 4. Will use recyclable products to the maximum extend economically feasible in the performance of the contract work set forth in this RFP. Name:_______________________________________ Date:______________________________________ Signature:____________________________________ Title:______________________________________ Email:_______________________________________ Telephone:_________________________________ Oregon Business Registry Number:________________ OR CCB # (if applicable):________________________ Business Designation (check one): Corporation Partnership Sole Proprietorship Non-Profit Limited Liability Company Resident Quoter, as defined in ORS 279A.120 Non-Resident Quote. Resident State:__________________________

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.