Transcript
Page 1: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

THE METROPOLITAN DISTRICT

HARTFORD COUNTY, CONNECTICUT

INVITATION FOR BIDS

LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION

CONTROL FACILITY

SOLICITATION NUMBER: 2014B-37

ISSUE DATE: October 2, 2014 BIDS DUE: October 30, 2014 at 2:00 PM (local time)

Sealed proposals will be received by the Office of District Clerk at 555 Main Street, Hartford, Connecticut until the date and time specified above and will be publicly opened and read. NOTICE: FAILURE TO RETURN THIS BID PROPOSAL INTACT MAY BE CAUSE FOR REJECTION.

Bid Proposal Submitted By:

Company Name Street Address City State Zip Federal Tax ID CT State Business License Number Company Contact Person Email Address Phone Number Registered with the MDC on eBid?* Yes No *Registration with the MDC on eBid is mandatory. Pre-Qualified with State of CT DAS? Yes No N/A

1

Page 2: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Introduction: About The Metropolitan District (MDC) 3-4 Part I: Notice of Invitation for Bids 5-6 Part II: Information for Bidders 7-16 Part III: Specifications 17-25 Part IV: Bid Proposal 26-27 Part V: Agreement 28-32 Part VI: Appendices [Supplements to Bid Proposal, Reference Materials and Forms] Appendix A: Bid Proposal - Schedule of Prices 33-36 Appendix B: Bid Proposal - References 37-38 Appendix C: MDC Safety Documents 39-55 Appendix D: Various Specifications Documents 56-68 Appendix E: Bid Bond 69-71 Appendix F: SLBE Documents 72-85 Appendix G: Contractor Performance Evaluation 86-103 Appendix H: Affidavit of Non-Collusion & Independent Price Determination 104-105 Appendix I: Fair Employment Practices Qualifications Form 106-107 Appendix J Blank Certificate of Insurance Form 108-109 Appendix K: Acknowledgment of Receipt of Addenda 110 Appendix L: No Bid Proposal Questionnaire Form 111

TABLE OF CONTENTS

2

ejohnson
Text Box
57-69
ejohnson
Text Box
56
ejohnson
Text Box
70-72
ejohnson
Text Box
73-86
ejohnson
Text Box
87-104
ejohnson
Text Box
105-106
ejohnson
Text Box
107-108
ejohnson
Text Box
109-110
ejohnson
Text Box
111
ejohnson
Text Box
112
Page 3: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

The Metropolitan District (MDC) is a municipal corporation chartered by the State of Connecticut in 1929. The MDC provides water and sewer services to approximately 400,000 people in the municipalities of Hartford, Bloomfield, East Hartford, Newington, Rocky Hill, West Hartford, Wethersfield and Windsor. In addition, under a series of special agreements, the MDC provides treated water to portions of Glastonbury, South Windsor, Farmington, East Granby, Unionville and Portland. The MDC is governed by a board of 29 commissioners. Seventeen are appointed by the legislative bodies of the eight member municipalities, eight by the Governor of the State of Connecticut, and four by the leadership of the Connecticut General Assembly. The MDC employs approximately 550 full time personnel. The MDC recently completed a comprehensive organizational re-engineering process. Under the present structure there are two functional divisions: Operations & Engineering and Business Services. The funding of sewer services is through taxation on member municipalities and a sewer user charge. The funding of water services and related operations is principally through a direct use charge to customers. Major capital improvements in excess of $5 million for a single project must be approved by the electorate of the member municipalities and are financed through bonding. The 2012 operating combined budgets for all MDC operations total approximately $140 million. The water distribution system consists of upland impoundments in the Farmington River watershed, two filtration plants and approximately 1500 miles of distribution mains. Flows in the system are by gravity except for some pumping of treated water to higher elevations. Average treated water use is about 60 million gallons per day and all services are metered. The sewage collection system consists of almost 1200 miles of sanitary sewers serving the member municipalities. Four water pollution control plants treat an average of about 65 million gallons per day. In 2006, the MDC entered into a Consent Decree with the Environmental Protection Agency (EPA) and the U.S. Department of Justice to implement a Sanitary Sewer Overflow (SSO) Abatement Program. The MDC is required to eliminate structural SSO’s over a seven year period for the communities of Rocky Hill, Wethersfield and Windsor, and over a 12 year period for West Hartford and Newington. Also in 2006, the MDC entered into a Consent Order with the State of Connecticut Department of Environmental Protection to reduce Combined Sewer Overflows (CSO) to a one year level of control, within 15 years. The MDC has also identified several nitrogen removal projects which are designed to protect Long Island Sound and which must be implemented to comply with the MDC’s General Permit for the discharge of nitrogen based on the adopted Total Maximum Daily Load for Long Island Sound. The MDC’s multi-year response to the Consent Order, Consent Decree and nitrogen reduction requirements is the Clean Water Project (CWP). The work under the CWP includes three major elements: (1) construction of new sanitary sewers, interceptors and tunnels to reduce CSOs within the MDC’s collection system; (2) rehabilitation of existing sanitary sewers and construction of new interceptors to eliminate structural and non-structural SSOs from the sanitary sewers of East Hartford, Bloomfield, Wethersfield, West Hartford, Windsor, Rocky Hill and Newington; (3) increase treatment flow capacity and reduce nitrogen levels from the discharges of some of the MDC’s water pollution control facilities. Funding for Phase I of the CWP has been approved through a local referendum vote on November 7, 2006. Phase I funding is $800,000,000. Phase II funding of $800,000,000 was approved by referendum in November 2012. Additional authorizations will be required over the 15 year life of the CWP. At this time, the total program cost is estimated at $2.1 billion. The MDC has undertaken a comprehensive program of asset management which involves a systemic replacement of water and sewer infrastructure in a proactive process. Capital improvement programs also include improvements and modernization of water pollution control facilities.

INTRODUCTION ABOUT THE METROPOLITAN DISTRICT

3

Page 4: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

The MDC operates a range of facilities. In addition to administrative and management personnel based at the MDC’s headquarters in Hartford, the MDC also operates from several facilities within a 30-mile driving distance from the MDC’s headquarters in Hartford. These facilities include (not all facilities listed):

Water treatment and distribution facilities; Wastewater treatment facilities; Operations command center (emergency services, customer service center, training facility); Fleet and equipment maintenance facility; Two hydro-electric generating facilities, and; Fresh water reservoir facilities, including associated public recreation areas and access.

Through its reservoirs and contiguous woodland areas, the MDC has full control of its water sources. All fresh water the MDC supplies to its customers comes from the MDC’s own reservoirs. There is no dependency on another agency or supplier in state or out for the fresh water that the MDC distributes. The MDC is under contract with Riverfront Recapture Inc. to provide maintenance services at the river front parks in member municipalities. Also, the MDC has a small police (patrol) force to protect property and equipment at its more remote facilities and also to protect the public using the designated recreation areas at the reservoirs. Another unique MDC job category is foresters who maintain the watershed woodland areas that surround and feed into the reservoirs. The MDC utilizes SAP (an integrated ERP system) and other network, web and wireless technology. Technological change drives process and operational change and has, as a result, changed the required Knowledge, Skills, and Attributes (KSAs) of our workforce. The MDC manages an award winning Geographic Information System (GIS) that supports its many activities. The database contains detailed utility and land base information for each of the member municipalities as well as natural resource information for watershed land. The system is capable of producing utility and street index maps as well as special purpose maps in-house. It is also linked to the MDC's business application software, allowing users to query data and locate specific utility equipment; GIS also provides mapping services to member towns. Finally, pursuant to Public Act 09-87, the MDC is now considered to be a Connecticut state agency for the sole purpose of developing and implementing an affirmative action plan that commits the MDC to a program of affirmative action in all aspects of personnel and administration.

4

Page 5: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

1.01 NOTICE. Notice is hereby given that The Metropolitan District (MDC) is inviting firms to submit

bids in response to Solicitation Number 2014B-37. Sealed bids will be received by the MDC no later than 2:00 PM (local time) on October 30, 2014 at the Office of the District Clerk, 555 Main Street, Hartford, CT 06142-0800. Prospective bidders must register on the MDC’s eBid Procurement Site and download the solicitation at www.ebidexchange.com/mdc.

1.02 TIMELINE. The scheduled timeline is as follows:

1.02.1 Date of Issuance: October 2, 2014 1.02.2 Mandatory Pre-Bid Conference October 16, 2014 at 9:00 AM (local time) 1.02.3 Deadline for Questions: October 21, 2014 at 4:00 PM (local time) 1.02.4 Deadline for Bid Submittal: October 30, 2014 at 2:00 PM (local time) 1.02.5 Submit Sealed Bid to: BID PROPOSAL: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION NUMBER: 2014B-37 Office of the District Clerk The Metropolitan District 555 Main Street Hartford, CT 06142-0800 1.02.6 Method of Submittal: USPS Mail, Overnight Delivery or In Person EMAIL and FAX proposals are not acceptable. 1.02.7 Procurement Contact: Eric Johnson Contract Specialist [email protected] (860) 278-7850, Ext. 3265

1.03 MANDATORY PRE-BID CONFERENCE and SITE TOUR: There will be a Mandatory Pre-Bid Conference and mandatory site tour for all prospective bidders bidding on this Contract to be held at the Hartford Water Pollution Control Facility Administration Building Assembly Room, 240 Brainard Road, Hartford, Connecticut at 9:00 AM, Local Time, on October 16, 2014. In order to be considered a responsible bidder, attendance at the Mandatory Pre-Bid Conference and site tour is required. Failure to attend and sign the attendance sheet at the Mandatory Pre-Bid Conference will result in your bid being deemed non-responsive and ineligible for review and award by the District. Prospective bidders will be expected to have read and reviewed the Contract. No Contracts, or bid packages will be distributed at the Pre-Bid Conference.

Prospective Bidders will be able to ask questions of the District staff regarding the project during

the Mandatory Pre-bid Conference. Bidders are required to attend the Pre-Bid Conference and site tour to familiarize themselves with the location, scope of work to be done and conditions which would affect the Contractor’s work.

Due to active construction activities, all pre-bid attendees planning on inspecting and touring the

PART I NOTICE OF INVITATION FOR BIDS

5

Page 6: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

facility and worksite shall provide themselves with appropriate Personal Protection Equipment (PPE). PPE shall include reflective safety vest, safety hardhat, safety glasses, and protective shoes. Attendees without PPE available for their use may not be allowed onto the worksite location.

1.04 QUESTIONS. All questions must be submitted in writing by email to the Procurement Contact

by 4:00 PM (local time) on October 21, 2014. Responses to all questions will be in the form of addenda which will be published on the MDC eBid Procurement Site at www.ebidexchange.com/mdc. It is each bidder’s responsibility to check the MDC eBid Site for addenda. The MDC is not bound by any information, explanation, clarification or interpretation, whether oral or written, by person(s) made that is not incorporated by addenda.

1.05 BID OPENING. Bidders are invited to be present at the opening of bids. Sealed bids received

by the MDC will be opened at 2:00 PM (local time) on October 30, 2014 at the MDC Headquarters, located at 555 Main Street, Hartford, CT. The purpose of the bid opening is to reveal names of all bidders and to ascertain the apparent low bidder, not to serve as a forum for awarding the contract and/or to discuss the basis for awarding the contract. Bids will be evaluated and taken under advisement promptly after the bid opening. Information on bid results will not be provided over the telephone or by email.

6

Page 7: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

2.01 DESCRIPTION OF WORK. The work to be performed is described in Part III of this Solicitation

(Specifications). In case of discrepancy, any special conditions included in the Specifications shall take precedence over provisions in the Information for Bidders.

2.02 FORM OF BID. The bidder is required to examine this Solicitation carefully and understand its

contents. Each bid must be prepared in the manner and form specified. Applicable blank spaces (names, addresses, prices, and other required data) must be completed and phraseology of the Solicitation must not be changed. This Solicitation must be returned in its entirety and all pages must be in the proper sequence. Additions may not be made to the items listed; unauthorized conditions, limitations, or provisions attached to the bid may render the bid nonresponsive and result in its rejection.

2.03 PRICE. Bidders must quote firm fixed prices. Quotations are requested F.O.B destination. If

quoted F.O.B. shipping point, include freight estimate and full value insurance cost. Bidders must state, in writing and in figures, the proposed price for each separate item. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted shall govern. In the event of a conflict between the price in numbers and the price in words, the price in words will control. 2.03.1 If any price is omitted, the MDC reserves the right to fill in the highest price proposed by

any bidder for that item, or the bid may be rejected altogether as non-responsive. In case of discrepancy between the prices in written words and in figures, the written words shall govern. Along with pricing information, bidders must also provide complete and accurate specifications and descriptive literature of the items that are being proposed in the bid.

2.03.2 Bidders are cautioned not to submit bids that are unbalanced. If, in the opinion of the MDC, any bid submitted appears unbalanced, this action may be sufficient cause for the rejection of the entire bid, or it may result in loss to the successful bidder if certain materials are increased or decreased as provided in any contract awarded.

2.04 QUANTITIES. Quantities are given as an estimate and as a basis for the comparison of bids. The

MDC reserves the right to increase or decrease the amount of any item or portion of the work. An increase or decrease in the quantity for any item shall not be regarded as sufficient grounds for an increase for decrease in the unit prices.

2.05 QUALITY. Unless otherwise expressly stated by the bidder, the bid will be considered as being in

strict accordance with the Specifications in the Solicitation. References to a particular trade, manufacturer’s catalog or model number are made for descriptive purposes to guide the bidder in interpreting the MDC’s requirements. They should not be construed as excluding proposals on other types of materials, equipment and supplies. However, the bidder, if awarded the contract, will be required to furnish the particular item referred to in the specifications unless a departure or substitution is clearly noted and described in the bid.

2.06 BID GUARANTEE. Each bid must be accompanied by a bid guarantee sealed in the envelope

with the bid. The bid guarantee must be in the form of either a Certified Check made payable to “The Metropolitan District” for no less than ten percent (10%) of the amount of the bid or a bond in like amount on the form enclosed in this Invitation to Bid at Appendix E.

In accordance with by-laws of the MDC, all such certified checks, except those of the lowest and

next lowest bidder, may be returned to the respective bidders as soon as the Contract has been awarded. All checks not returned shall be retained until the successful bidder has been qualified, filed the necessary surety bonds, and executed a Contract in for the work to be performed and/or the materials to be furnished.

PART II INFORMATION FOR BIDDERS

7

Page 8: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

The bid bond shall be executed by a financially strong surety company acceptable to the MDC, authorized to transact business within the State of Connecticut and shall be written by an agent or broker having an office for the transaction of business within the State of Connecticut.

2.07 CHANGES AND ADDENDA. Responses to questions and/or any changes issued in relation to

this Solicitation will in the form of addenda and published on the MDC eBid Procurement Site at www.ebidexchange.com/mdc no less than five (5) business days prior to the scheduled bid opening date. It is each bidder’s responsibility to check for Addenda on the MDC eBid Site. Addenda will become a part of the Contract documents. Oral statements made by any MDC officer or employee shall not be binding.

2.07.1 Failures to receive, examine, and understand the Solicitation package and all addenda

shall in no way relieve bidders of obligations and requirements. The submission of a bid shall be taken as prima facie evidence of compliance with bidder’s duty to carefully review and understand the Solicitation package and all addenda.

2.08 SUBMISSION OF BID. Bids must be in a sealed envelope and addressed, as specified in Part 1, Section 1.02. Upon submittal, all bids become the property of the MDC and are subject to public record laws. The MDC is not responsible for any delays caused by the USPS, overnight delivery services, or any other means employed by bidders. The MDC is not liable for, and will not open, any bids not received in time for the scheduled bid opening.

2.09 OUT-OF-STATE BIDDERS/CONTRACTORS. Any bidder, if not residing in the State of

Connecticut, shall appoint a person having permanent local Connecticut residence as its agent upon whom all lawful processes, proceedings or notices may be served. The successful bidder, if a corporation of limited partnership not organized under the laws of the State of Connecticut, shall comply with the provisions of the Connecticut General Statutes regarding foreign corporations and foreign limited partnerships.

2.09.1 Any non-resident Contractor is required to comply with the conditions set forth in

C.G.S. Section 12-430(7) which requires a non-resident contractor to deposit a sum equivalent to five percent (5%) of the total amount of the contract value or a guaranty bond in a like amount with the Commissioner of Revenue Services of the State of Connecticut that the requirements of C.G.S. Section 12-430(7) have been met or do not apply to the proposed Work.

2.09.2 In addition, any non-resident Contractor is required to comply with the conditions set

forth in C.G.S. 31-225(l) regarding the filing of a bond with the Labor Commissioner of the State of Connecticut to secure the payment of unpaid unemployment compensation contributions, interest and penalties due and attributable to the Work. Proof of such compliance shall be submitted to the MDC by the successful bidder prior to the commencement of Work under the Contract.

2.10 NOTICES TO BIDDER. Each bidder must indicate the address to where all notices, letters or

other communications may be sent. This address may be changed only by proper delivery to the MDC of written notice of such change, signed by the bidder. The mailing or delivery by messenger of any notice, letter or communication to such address at any time including the full period of work under the Contract shall be deemed sufficient for any notice or service on the part of the MDC in connection with the Contract or any part thereof.

2.11 BID WITHDRAWAL. Bids may be withdrawn before the scheduled deadline for receipt of bids

provided that the bidder submits a written request requesting the withdrawal to the Office of the District Clerk at the address specified in Part I, Section 1.02. No bid may be modified or withdrawn for a period of up to one hundred and twenty (120) days, excluding weekends and legal holidays, after the scheduled deadline.

8

Page 9: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

2.12 BID ACCEPTANCE AND REJECTION. The MDC reserves the right to confer with any bidder or all bidders, to waive any informalities, irregularities or omissions in bids received and/or afford any bidder an opportunity to remedy an informality or irregularity if in the sole opinion of the MDC it is in its best interest, so long as it does not provide a competitive advantage to a bidder. The MDC reserves the right to reject any one or more bids, with or without notice. The MDC’s right to reject a bid shall not be limited to the specific reasons mentioned herein. A bid may be rejected, as follows:

(a) If it is incomplete, conditional or obscure, or if it contains additions not called for, erasures, alterations, obvious errors or irregularities of any kind, or if it does not strictly conform to the requirements stated in this Solicitation;

(b) If the individual unit prices in the bid are considered by the MDC to be unbalanced in a

manner likely to be detrimental to the MDC;

(c) If the MDC is of the opinion that the bid was prepared without adequate care, or under a misunderstanding of the requirements of the MDC, or if the bid is for materials other than those specified herein;

(d) For failure to furnish information and/or respond promptly (within 10 calendar days) as

required by the MDC;

(e) If a bidder’s history of compliance with Occupational Safety and Health Act (OSHA) requirements shows significant willful violations or a significant number of other OSHA violations which were not resolved in favor of the bidder in the past three (3) years, and/or if the bidder’s

2.13 DUTY TO FURNISH INFORMATION. In order for the MDC to have sufficient and accurate

information to guide it in making a contract award, bidders whose bids are being considered must comply within ten (10) calendar days upon the MDC’s notice of such a request. Requests may include, but are not limited to, the following:

(a) List of materials of similar character and magnitude which has been furnished by the

bidder, or by the principals to the bid, together with information as to each such job, its character, magnitude, date, and the party to whom it was furnished.

(b) Samples which, when requested by the MDC, must be furnished free of expense to the MDC and if not destroyed, will upon request be returned at the bidder’s expense.

(c) Sworn copy of the latest statement of the financial condition of the bidder together with

sworn statement(s) as to any and all changes which may have occurred to alter the financial condition since the date of the statement, with supporting evidence.

(d) Evidence bidder has ample capital, credit and other resources to finance the work without

being dependent on release of portions of retained percentage before completion of work, and without having estimates for payment made more often than once each month or at such times that will conform to MDC payment practices.

2.14 ACCURATE INFORMATION & AUDIT RIGHTS. Bidders certify that all information provided in

bids submitted to the MDC is true and correct and can be relied upon by the MDC in awarding, modifying, making payments, or taking any other action with respect to a written agreement entered into. Bidders certify that its accounting system conforms to generally accepted accounting principles and is sufficient to comply with the budgetary and financial obligations to produce reliable financial information.

9

Page 10: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

2.14.1 Any false or misleading information is grounds for the MDC to reject a bid, terminate an award or any written agreement entered into. Termination shall relieve the MDC of any direct or consequential damages or costs incurred by bidder(s).

2.14.2 The MDC reserves the right to examine a successful bidder's records to determine

and verify compliance. The successful bidder shall grant the MDC access to business records at all reasonable times during the duration of any written agreement entered into, plus three (3) years thereafter.

2.14.3 If Federal, State or MDC funds support the written agreement entered into, the

appropriate Federal, State or MDC authorities may also examine these records, and retention of such records shall be in accordance with applicable laws and regulations.

2.15 BASIS OF AWARD. The Contract, if awarded, will be awarded to the lowest qualified, competent

and responsible bidder as determined by the MDC, subject to any choice by the MDC of alternate plans or schemes that may have been provided for in this Solicitation. The MDC shall be the sole authority in determining the lowest qualified, competent and responsible bidder, taking into consideration bidder’s experience, references, fitness, capacity, and adaptability with respect to the requirements of the scope of work and services. Bid completeness, clarity, accuracy, and compliance with the MDC requirements shall also be determining factors for award.

2.15.1 Notice of the award will be mailed to the successful bidder at the address given in the

bid. After such notice has been sent, additional notices regarding the Contract and the commencement or conduct of work may be sent to the Contractor, which shall have full effect, even if the formal document evidencing the Contract has not then been signed by the Contractor or the proper officer of the MDC.

2.15.2 Bidders must be familiar with any and all applicable Federal, State and Local laws,

ordinances and regulations that may affect the work/material(s) in any manner. No plea of misunderstanding or ignorance of such laws will be considered as an excuse for failure to comply with requirements or basis for a waiver of requirements, and/or as rationale for additional compensation.

2.16 EXECUTION OF AGREEMENT. The successful bidder shall execute the Agreement within seven

(7) days, not including Sundays or holidays, from the date of written notice from the MDC to the bidder. The successful bidder may be required to meet, at a time and place designated by the MDC, to execute the Agreement, in duplicate, with official seals of the Contractor, if a corporation. In case of the bidder's failure or neglect to sign the Agreement, the MDC may determine that the bidder has abandoned the contract award; thereupon, the MDC’s acceptance of the bid and the contract award shall be null and void.

2.17 TIME & DELIVERY. The successful bidder shall perform the services within the time stipulated in this Solicitation, and if not so stipulated, then as stated in the successful bid. The MDC shall have the right to require that all materials be delivered at the same time or may accept delivery in part from time to time within a specified period. Material shall be delivered to the MDC’s place(s) of business or to such other locations designated by the MDC.

2.18 TAXES. Federal, State and/or Local Taxes are not to be included in prices quotes. The

successful bidder will be furnished with an exemption certification if needed. 2.19 INDEMNIFICATION. Contractor shall at all times protect, indemnify, defend and hold harmless

the MDC, any municipality included therein, the State of Connecticut, and their respective officers, agents, servants and employees on account of any and all claims, damages, losses, litigation, expenses, counsel fees and compensation arising out of injury (including death) sustained by or alleged to have been sustained by the servants, employees, or agents of the MDC, or of any municipality included therein, or the State of Connecticut, or of the Consultant, or

10

Page 11: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

anyone directly or indirectly employed by them, from injuries (including death) sustained by or alleged to have been sustained by the public, or by any other person or property, real or personal (including property of the MDC) to the extent caused by the negligent, willful or wanton acts or omissions of the Consultant, or anyone directly or indirectly employed by them or any of them.

2.20 COMPLIANCE WITH LAW. Contractor agrees to comply with all applicable federal, state and

local laws, ordinances, regulations, rules and orders respecting all goods and services provided under this purchase and shall give required notices, shall procure necessary governmental licenses and inspections and shall pay without burden to the MDC all fees and charges in connection therewith. In the event of violation, Contractor shall pay all fines and penalties, including attorney's fees, appellate fees and other defense costs and expenses in connection therewith.

2.21 INSURANCE. Contractor shall maintain at contractor’s own expense during the term of the

Agreement the insurance requirements herein to cover any claims incurred or arising during the term of or as a result of the Contractor's performance under the Agreement. An insurance carrier authorized to do business in the State of Connecticut and having agent(s) upon whom service of process may be made within the State Of Connecticut must issue the insurance which shall contain, at a minimum, the following provisions, coverages and policy limits of liability:

(a) Professional Liability Insurance, with a limit of no less than a $1,000,000. (b) Commercial General Liability including blanket contractual and products/completed

operations coverages. The limits of liability provided shall be no less than $3,000,000 each occurrence, $3,000,000 aggregate. X, C and U coverages must be provided if applicable. Per project aggregate must apply.

(c) Umbrella Liability in excess of Employer’s Liability, Commercial General Liability and

Automobile Liability with a limit of no less than $5,000,000 each occurrence. Per project aggregate must apply.

(d) Automobile Liability with limits of no less than $1,000,000 combined single limit, including

coverage for owned, non-owned, hired and/or borrowed vehicles.

(e) Workers Compensation as required by Connecticut law and Employer's Liability with a limit of not less than $100,000 per occurrence, $500,000 disease policy limit and $100,000 disease each employee.

(f) Pollution Liability with a per project minimum limit of liability of no less than $1,000,000

extending to all phases of Contractor’s performance under the contract, including transportation. Pollution Liability Insurance must include blanket contractual coverage and the limits of liability shall be for this specific project (copy of policy must be provided).

2.21.1 The MDC, State of Connecticut, and the MDC member towns and their respective

officers, agents, servants and employees are to be named as additional insured. 2.21.2 Upon written request, Contractor shall furnish a Certificate of Insurance to the MDC for

each of the above required policies prior to the execution of the Agreement by the MDC. Failure to do so within the time specified in the written request shall entitle the MDC to reject the bid for failure to meet the insurance requirements. The MDC requires that the Certificate of Insurance include the retroactive date of the policy. The retroactive date must be either before or coincident with the Agreement’s inception. Should the MDC negotiate services with additional towns, these towns must be added to the insurance policy as additionally insured. The Certificate of Insurance must contain information regarding the policies in force, policy numbers, limits, policy periods, and the following provision: “Thirty (30) days prior written notice of any material policy periods, change,

11

Page 12: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

non-renewal, or cancellation shall be given to the MDC, by certified mail, except in the event of non-payment or premium(s), in which case, notice shall be ten (10) days. If any insurance policy is cancelled for non-payment of premium(s), the MDC shall have the right to pay such premiums and deduct the amount thereof from the amounts due to Contractor under the Agreement.”

2.21.3 The reporting of possible claims to the MDC is necessary. The MDC requires that if any

excess coverage is secured to meet the requirements that the retroactive dates be concurrent with the primary policy. The MDC requires that the Contractor pay any extended reporting period premium. If the retroactive date is moved, or if the policy is canceled or not renewed, the Contractor must invoke the “tail” coverage option at no expense to the MDC.

2.21.4 The MDC may require proof of financial responsibility and/or other securities if any

insurance policy indicates self-insured retention below the minimum level of insurance required by the Agreement.

2.21.5 The acceptance by the MDC of Certificates of Insurance indicating the limits of coverage

under any policy or policies shall not limit the liability of Contractor. The required insurance limits indicated above are not limits of liability.

2.21.6 The Contractor shall also provide to the MDC a statement of the State of Treasurer

pursuant to the General Statutes of Connecticut (Conn. Gen. Stat.) Section 31-286a that the Contractor is not liable for any workers compensation payments made pursuant to Conn. Gen. Stat. Section 31-355.

2.22 WARRANTY. In addition to any express warranties which Contractor makes, Contractor warrants

that materials and work shall be: 1) of merchantable quality and 2) fit for the particular purpose for which they will be used if that purpose is reasonably known to Contractor. Contractor further warrants that the goods and services shall be free from defects in title, workmanship, and material for a period of one year from the date of acceptance.

2.23 ADVERTISING. Contractor shall not engage in any advertising or other publicity that mentions

that relationship between the parties or the goods and services provided under the Contract, without the MDC’s prior express written consent.

2.24 PAYMENT. The MDC will either pay each invoice or provide written notice of objection(s) to the

invoice within 30 days of receipt thereof or the acceptance of goods and/or completion of all services, whichever is later.

2.25 WAIVER. The MDC’s acceptance of different or nonconforming goods and/or services shall not

be construed as a waiver of any of the MDC’s rights and/or remedies under applicable law. 2.26 TERMINATION. The MDC has the right to terminate the Contract, in whole or in part, upon

written notice. Upon receipt of a termination notice in accordance with the provisions below, the Contractor shall promptly discontinue all services affected, unless the notice directs otherwise. Upon such termination, the MDC, or its representative, may incorporate in the work performed under the contract all materials and equipment stored at the site or for which the MDC has paid the Contractor, but which are stored elsewhere and complete the work, as the MDC may deem expedient. Upon termination, the MDC may take over the work and may award another party a Contract to complete the work and/or furnish the materials under the Contract. To the extent that the Contractor has provided a performance bond under the provisions of the Contract, the termination procedures of the performance bond, if applicable, shall supersede these provisions.

2.26.1 Termination for Default. The MDC has the right to terminate upon two (2) days

written notice if Contractor fails to fulfill any obligations. The MDC shall not be liable

12

Page 13: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

to the Contractor for any sums regardless of whether the Contractor has incurred costs and expenses in attempting to fulfill the Contract. An equitable adjustment in the price provided for in the Contract may be made, but no amount shall be allowed for anticipated profit on unperformed services or other work, and any payment due to the Contractor at the time of termination may be adjusted to cover any additional costs to the MDC because of the Contractor’s default. Further, in case of Contractor's default, the MDC may procure products/services from other sources and hold the Contractor responsible for any costs associated with Contractor’s default, above the awarded Contract value. Termination will not affect any rights or remedies of the MDC against the Contractor, then existing at the termination or which may thereafter accrue. Any retention or payment of monies due the Contractor by the MDC will not release the Contractor from liability.

2.26.2 Termination for Convenience. The MDC may be terminate for convenience,

provided that the Contractor is given not less than fifteen (15) days written notice of the MDC’s intent to terminate and an opportunity for consultation with the MDC prior to termination.

2.27 PRIORITY OF DOCUMENTS. This Solicitation and all written portions thereof constitute the

entire agreement between the MDC and the Contractor relating to the sales of the specified materials. In the event of any inconsistency, the terms and conditions of the executed Contract shall prevail. No waiver, discharge or modification of the Contract or any of its terms shall bind the MDC unless in writing and signed by the authorized representative of the MDC.

2.28 GOVERNING LAW. This Solicitation and any contract and purchase orders awarded shall be

governed by and construed in accordance with the laws of the State of Connecticut. 2.29 RELATIONSHIP OF PARTIES. Nothing herein shall be construed in any manner so as to create

an employer-employee, principal-agent, joint venture or partnership relationship between the MDC and the Contractor.

2.30 NONDISCRIMINATION AND AFFIRMATIVE ACTION

2.30.1 The successful Bidder agrees to the following provisions: (1) Bidder agrees and warrants that in the performance of this Agreement Bidder will not discriminate or permit discrimination against any person or group of persons on the grounds of race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, intellectual disability, mental disability or physical disability, including but not limited to blindness, unless it is shown by Bidder that such disability prevents performance of the work involved, in any manner prohibited by the laws of the United States or the State of Connecticut (the “State”); and Bidder further agrees to take affirmative action to insure that applicants with job-related qualifications are employed and that employees are treated when employed without regard to their race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, intellectual disability, mental disability or physical disability, including but not limited to blindness, unless it is shown by Bidder that such disability prevents performance of the work involved; (2) Bidder agrees, in all solicitations or advertisements for employees placed by or on behalf of Bidder, to state that it is an “affirmative action-equal opportunity employer” in accordance with regulations adopted by the Connecticut Commission on Human Rights and Opportunities (the “Commission”); (3) Bidder agrees to provide each labor union or representative of workers with which Bidder has a collective bargaining agreement or other contract or understanding and each vendor with which Bidder has a contract or understanding, a notice to be provided by the Commission advising the labor union, workers' representative and vendor of Bidder's commitments under C.G.S. §§4a-60, and to post copies of the notice in conspicuous places available to employees and applicants for employment; (4) Bidder agrees to comply with each

13

Page 14: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

provision of C.G.S. §§4a-60, and with each regulation or relevant order issued by said Commission pursuant to C.G.S. §§46a-56; and (5) the Bidder agrees to provide the Commission with such information requested by the Commission, and permit access to pertinent books, records and accounts, concerning the employment practices and procedures of the Bidder as relate to the provisions of C.G.S. §§4a-60 and 46a-56.

2.30.2 The successful Bidder agrees to the following provisions: (1) Bidder agrees and warrants

that in the performance of this Agreement Bidder will not discriminate or permit discrimination against any person or group of persons on the grounds of sexual orientation, in any manner prohibited by the laws of the United States or the State of Connecticut, and that employees are treated when employed without regard to their sexual orientation; (2) Bidder agrees to provide each labor union or representative of workers with which Bidder has a collective bargaining agreement or other contract or understanding and each vendor with which Bidder has a contract or understanding, a notice to be provided by the Commission advising the labor union, workers' representative and vendor of Bidder's commitments under C.G.S. §4a-60a, and to post copies of the notice in conspicuous places available to employees and applicants for employment; (3) Bidder agrees to comply with each provision of C.G.S. §4a-60a, and with each regulation or relevant order issued by said Commission pursuant to C.G.S. §46a-56; and (4) the Bidder agrees to provide the Commission with such information requested by the Commission, and permit access to pertinent books, records and accounts, concerning the employment practices and procedures of the Bidder which relate to the provisions of C.G.S. §4a-60a and 46a-56.

2.30.3 The successful Bidder agrees and warrants that it will make good faith efforts to employ

minority business enterprises as subcontractors and suppliers of materials to perform work or services hereunder; and Bidder shall develop and maintain adequate documentation, in a manner prescribed by the Commission, of its good faith efforts.

2.30.4 If successful Bidder has one or more contracts with the State or a political subdivision

thereof (including the District) that is valued at less than fifty thousand dollars for each year of the contract, Bidder shall provide the District with a written or electronic representation that complies with nondiscrimination agreements and warranties in Sections 2.30.1(1) and 2.30.2(1) above, provided if there is any change in such representation, Bidder shall provide the updated representation to the District not later than thirty days after such change.

If the successful Bidder has one or more contracts with the State or a political subdivision thereof (including the District) that is valued at fifty thousand dollars or more for any year of the contract, Bidder shall provide the District with any of the following:

(A) documentation in the form of a company or corporate policy adopted by resolution of the

board of directors, shareholders, managers, members or other governing body of Bidder that complies with the nondiscrimination agreements and warranties in Sections 2.30.1(1) and 2.30.2(1);

(B) documentation in the form of a company or corporate policy adopted by a prior resolution of the board of directors, shareholders, managers, members or other governing body of Bidder if (i) the prior resolution is certified by a duly authorized corporate officer of Bidder to be in effect on the date the documentation is submitted, and (ii) the head of the agency of the State or such political subdivision, or a designee, certifies that the prior resolution complies with the nondiscrimination agreements and warranties in Sections 2.30.1(1) and 2.30.2(1); or

(C) documentation in the form of an affidavit signed under penalty of false statement by a chief executive officer, president, chairperson or other corporate officer duly authorized to adopt Bidder’s company or corporate policy that certifies that the company or corporate

14

Page 15: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

policy of Bidder complies with the nondiscrimination agreements and warranties in Sections 2.30.1(1) and 2.30.2(1) and is in effect on the date that the affidavit is signed.

2.30.5 The District shall not award a contract to an Bidder who has not provided the

representation or documentation required under Section 2.30.4, and the successful Bidder warrants that it has provided all such representations and documentation to the District as required under Section 2.30.4 hereof. Bidder shall not be required to resubmit such representation or documentation unless there is a change in the information contained in such representation or documentation. In the event of such a change, Bidder shall submit an updated representation or documentation, as applicable, either (A) not later than thirty days after the effective date of such change, or (B) upon the execution of a new contract with the State or a political subdivision thereof, whichever is earlier. Bidder shall also certify, in accordance with Section 2.30.4(B) or (C) and not later than fourteen days after the twelve-month anniversary of the most recently filed representation or documentation, that such representation or documentation on file with the State or the political subdivision thereof is current and accurate.

2.30.6 The successful Bidder shall include the provisions of Sections 2.30.1, 2.30.2 and 2.30.3

in every subcontract or purchase order entered into in order to fulfill any obligation of Bidder under this Agreement and such provisions shall be binding on a subcontractor, vendor or manufacturer unless exempted by regulations or orders of the Commission. The Bidder shall take such action with respect to any such subcontract or purchase order as the Commission may direct as a means of enforcing such provisions including sanctions for noncompliance in accordance with C.G.S. §46a-56; provided, if Bidder becomes involved in, or is threatened with, litigation with a subcontractor or vendor, as a result of such direction by the Commission, the Bidder may request the State to enter into any such litigation or negotiation prior thereto to protect the interests of the State and the State may so enter.

2.30.7 For purposes of this Article 2.30, the terms “Agreement” shall include any extension or

modification of the Agreement, and “Bidder” includes any successors or assigns of the successful Bidder; and the terms “minority business enterprise” and “good faith efforts” shall have the meanings assigned to such terms in C.G.S. §4a-60(e).

2.31 UTILIZATION OF SMALL LOCAL BUSINESS ENTERPRISES (SLBE). This Solicitation is subject

to a Small Local Business (SLBE) set-aside of fifteen percent (15%) of the total awarded contract value. The successful bidder shall perform a minimum of 25% of the work with its own forces.

2.31.1 The MDC Board of Commissioners has established an SLBE Program to support local

contract spending in the eight (8) member towns of the District (Bloomfield, East Hartford, Hartford, Newington, Rocky Hill, West Hartford, Wethersfield and Windsor, CT). Pursuant to the SLBE Program, all bids within a specified range ($3,000 – $500,000) are reviewed to ensure local spending to the greatest extent possible, consistent with the qualifications and experience required for successful completion of the contract.

2.31.2 SLBE firms are firms and/or businesses that are: (1) (a) certified by the State of

Connecticut Department of Administrative Service (DAS) as a small business and maintaining its primary office or location or having a significant business presence within one or more of the MDC eight member towns, and/or (b) certified by the State of Connecticut Department of Transportation (DOT) as a Disadvantaged Business Enterprise (DBE) and maintaining its primary office or location or having a significant business presence within one or more of the MDC’s eight member towns; and (2) registered with the MDC eBid Procurement site at www.ebidexchange.com/mdc.

2.31.3 The MDC encourages qualified SLBEs to bid as prime contractors if they believe that

they are qualified to perform the work and services contemplated herein. The successful

15

Page 16: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

bidder, if not a SLBE, is required to abide by the MDC policies regarding set-aside provisions for the benefit of SLBE businesses. Contractor must take affirmative steps to ensure that SLBE businesses participate to the maximum extent practicable. The SLBE Administrator has reviewed this Solicitation and has determined that, with respect to the contract to be awarded, the requirement for SLBE participation shall be fifteen percent (15%).

2.31.4 Documentation of SLBE information shall be submitted with the bid proposal along with a

plan describing how these SLBE requirements will be met over the duration of the contract. Documentation shall consist of completed SLBE Program Forms that are attached to this Solicitation in Appendix F. Any bid that either fails to include the required SLBE documentation or does not meet the minimum requirements of the MDC as set forth in the SLBE Program Forms may be considered non-responsive.

2.31.5 Non-SLBE contractors may request a waiver from the mandatory SLBE subcontracting

requirement before or at the time the bid is submitted. Such waiver requests may be made for exemption from, or partial reduction of, the mandatory SLBE subcontracting requirements stated herein. All waiver requests shall be considered by the SLBE Program Administrator. However, such requests shall not be granted unless the non-SLBE contractor requesting such waiver has made good faith efforts to award the required percentage of subcontracts to SLBEs, as explained in the SLBE Program Forms that are attached to this Solicitation.

2.31.6 While assignment of work to the SLBE firms at fifteen percent (15%) is a mandated

requirement, bidders are encouraged to propose ways to increase the percentage of work assigned to qualified SLBE firms. Within fourteen (14) calendar days after the successful bidder’s receipt of the notice of award, the successful bidder shall submit executed copies of the SLBE subcontracts required under the provisions of this section. No authorization to proceed will be made until executed SLBE subcontracts are received by the MDC. Failure to submit these documents by the close of business of the fourteenth calendar day after the notice contract award to successful bidder will result in the bid being non-responsive and cause the rejection of the bid.

2.31 MBE/WBE PARTICIPATION. The MDC District strongly encourages Contractors to utilize

qualified and certified MBE and WBE subcontractors on MDC projects. The MDC promotes the direct acquisitions of goods from qualified and certified M/WBEs when such suppliers are available and the price of goods is reasonable. For professional services contracts, the MDC seeks the utilization of qualified and certified M/WBEs when such M/WBE firms are available.

2.32 CONTRACT TERM. The term of this Contract is for one year with a District option to renew for a

second year subject to the District’s annual budget, alterations in plant sludge ash operations, or Contractor performance approval. Note that the second year option may or may not be performed in 2016 due to ongoing HWPCF construction activities. In addition, the location of the ash staging area described in Part 3 of this specification for the optional second year will not be in the same location, but a location at HWPCF to be determined.

2.33 RESERVED.

16

ejohnson
Text Box
2
ejohnson
Text Box
3
ejohnson
Text Box
Page 17: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

3.01 GENERAL. The District intends to have biosolids incinerator ash, also known as sewage sludge incinerator ash, and described here-in as sludge ash, from the Hartford Water Pollution Control Facility (HWPCF), located at 240 Brainard Road in Hartford, Connecticut, loaded, transported, and disposed of at a permitted and approved landfill. The sludge ash is the remaining inorganic material generated from incinerating sewage sludge from multiple hearth incinerators. The sludge ash is then conveyed as a slurry to a de-watering lagoon. The District, under a separate Contract, will excavate the sludge ash and stage it on-site in a staging area for de-watering in preparation for loading, hauling and disposal under this Contract. The sludge ash is allowed to naturally decant to a percent solids of greater than 50%, the remainder as moisture. Other types of material may be included in the sludge ash from the ash lagoon excavation such as, but not limited to, vegetative growth, processed stone, gravel, soil, clay, and loam. Depending on the amount of time the excavated sludge ash is decanted in the on-site storage area prior to loading, hauling and disposal, a vegetative growth may take root on the sludge ash and should be removed and disposed of along with the sludge ash. The sludge ash is reddish-brown in color, has a slight earthy odor, and a pH in the range of 6 to 10. An annual composite sample is taken and analyzed by an independent analytical laboratory for total toxicity leaching characteristics (TCLP) of volatiles, TCLP of Resource Conservation and Recovery Act (RCRA) hazardous metals, volatile organics, semi-volatile organics, pH, ignitability, extractable total petroleum hydrocarbons (ETPH), cyanide and sulfide reactivity, a paint filter test, and a dry sieve analysis. A full technical report of the results is included in this Contract in Appendix D. In addition, the State of Connecticut Department of Energy and Environmental Protection (DEEP) Bureau of Waste Management classified the sludge ash as a non-hazardous special waste. The District intends to excavate the sludge ash from the ash lagoon in late winter 2015, likely complete in June 2015. Under normal environmental conditions, assuming the excavation of the lagoon was completed as scheduled, and the sludge ash percent solids content is acceptable to the intended disposal facility, the sludge ash shall be loaded, transported, and disposed of beginning in early summer 2015 and completed no later than August 31, 2015. The term of this Contract is for one year with a District option to renew for a second year subject to the District’s annual budget, alterations in plant sludge ash operations, or Contractor performance approval. Note that the second year option may or may not be performed in 2016 due to ongoing HWPCF construction activities. In addition, the location of the ash staging area described in Section 3.06 of this specification for the optional second year will not be in the same location, but a location at HWPCF to be determined. 3.02 EQUIPMENT AND OPERATOR QUALIFICATIONS. A tri-axle dump truck is the normally accepted vehicle to transport the sludge ash. However, should a bidder propose an alternate piece of equipment for transport, the District will evaluate the proposal. The evaluation will be based on the equipment qualifications, cost, and efficiency of the proposed alternate, which would serve in the District’s best interest. A detailed work plan may be required of the bidder to describe the proposed alternate equipment of transportation. Regardless of the type of truck transport, the truck shall have a minimum capacity of eighteen cubic yards, based on the truck bed design data. Truck dumps or beds modified, customized, or tailored for the purpose to increase volume shall not be used in this Contract. Each truck assigned to this Contract shall have a legal gross vehicle weight that shall not exceed requirements and regulations of any state that the sludge ash is hauled to, including applicable local and Federal regulations. The trucks must meet all State of Connecticut Department of Transportation, Department of Motor Vehicles, and Title 49 Code of Federal Regulations (CFR) requirements for trucks used for such purposes and the drivers must be licensed and qualified to operate the trucks. In addition,

PART III SPECIFICATIONS

17

Page 18: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

all trucks used for the transfer of the sludge ash out of state must meet local and state equivalency to the Department of Transportation (DOT), and Department of Motor Vehicles (DMV) requirements of licensing, permitting, and regulations for that particular state as it pertains to hauling of the sludge ash. The successful bidder is required to demonstrate to the satisfaction of the District representative that their equipment is in suitable condition to accomplish the work. The Contractor is solely responsible for any fines, traffic violations, and penalties resulting from negligent vehicle use. No vehicle shall be used if determined not to be road-worthy or is cited for unsafe vehicular conditions, as determined by the State of Connecticut Department of Motor Vehicles Safety Division, or conditions of any state that the vehicle will haul through. The Contractor also must maintain an acceptable rating with the State of Connecticut DMV Commercial Vehicle Safety Division, the Connecticut State Police Traffic Services Unit, and applicable state commercial vehicle enforcement agencies that the vehicle will haul through. In addition, the successful bidder shall furnish evidence that all trucks to be employed in the performance of this Contract have no active citations for violations issued by the Connecticut State Police Traffic Services Unit or the Connecticut DMV Commercial Vehicle Safety Division. The District reserves the exclusive right to determine acceptability of the rating. All trucks must have a permanent license plate issued at the time of award. Failure to comply with all State and Federal laws, shall be reason for not awarding this Contract or cancellation of this Contract, if awarded. The sludge ash is loaded by the Contractor into the trucks, on-site, by a payloader, or equivalent, as approved by the District, with a minimum bucket capacity of three cubic yards. The payloader operator must be thoroughly knowledgeable in the operation of the machine, and must be able to perform minor repairs and lubrication to the equipment. All maintenance tools and spare parts required for daily lubrication and greasing must be on hand and supplied to the operator. The successful bidder shall supply a sufficient number of trucks to haul a minimum of 3,500 tons of sludge ash per week (Note: bulk density of the decanted sludge ash was estimated at 1,800 to 2,500 pounds per cubic yard). In addition, the Contractor shall plan a sufficient number of truck loading equipment and of sufficient size to achieve the 3,500 ton per week disposal requirement. The successful bidder shall submit a work plan indicating number of trucks scheduled per day, and daily tons to be disposed of at the landfill(s) in order to achieve the 3,500 ton per week disposal requirement. The work plan submittal is required 5 calendar days after Notice to proceed. All truck loads of sludge ash must be tarped and covered such that no sludge ash falls or blows out of the truck bed. This precautionary measure must be in full compliance with any State of Connecticut DOT, DMV, or DEEP laws, or other state transportation, motor vehicle, or environmental agencies which the truck may enter with the sludge ash. Any fees, fines, violations, penalties, clean-up costs, liability, remediation, legal fees, or regulatory warnings will be the sole responsibility and burden of the Contractor. To assure that there is no spillage of water or sludge ash when transporting, all equipment provided by the Contractor will have dump bodies free from holes, have watertight tailgates, or utilize appropriate truck body liners. Chains and/or ratchet devices are required to secure the rear tailgate in the event of a tailgate failure. The Contractor is to comply with this requirement at all times, whether the equipment is additional to normal requirements, or a replacement to fulfill sludge ash hauling obligations. The Contractor shall provide assurance of the watertight dump bodies and tailgates. All trucks approved for transporting sludge ash, furnished by the Contractor, shall have audible back-up warning devices that are maintained in good working order. The successful bidder shall be responsible for all actions of its driver(s) and/or operator, and equipment failures provided under this Contract. The District shall be held harmless for all such claims. Further, the successful bidder shall be responsible for the cleanup of all oil and/or hydraulic fluid spills or leaks from the equipment, in accordance with, and to the satisfaction of, the District and its policies. If intermediate or alternate methods of transportation, for example railroad transport, are to be used in the transfer of the sludge ash, the successful bidder must meet, acquire, and is solely responsible for, any and

18

Page 19: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

all local, state, and Federal general statues, codes, permits, requirements, regulations and laws related to the transfer of the sludge ash. A truck traffic pattern at HWPCF for the purpose of the Work in this Contract is in the Appendix D. Any deviation from the traffic flow must be approved by the District in advance. 3.03 MATERIAL CONTROL. During each task (loading, transportation, and disposal), the Contractor shall maintain the site in an orderly fashion, maintain soil erosion measures, and provide strict control of sludge ash and ash decant from migrating into storm water drains. Upon completion of loading, the Contractor shall restore the site to its original condition and grade to acceptable standards of the District. The successful bidder shall take appropriate measures to eliminate sludge ash spillage over the staging area retaining walls, and to prevent erosion of the staged sludge ash from the staging area to HWPCF roadways. Methods of erosion control in use are silt fencing, concrete barriers, and gutter buddies, supplied by the District. Removal of any erosion control device must be approved by the District Engineer, and must be placed back into position at the end of the work day, or when deemed necessary by the District Engineer. The contractor shall, at the beginning of each day of sludge ash loading, move the gutter buddies at the entrance of the staging area such that they do not get damaged. The contractor shall, at the end of each day of sludge ash loading, place the gutter buddies at the entrance to the staging area to the full width of the entrance. The successful bidder shall be responsible for the cleanup and remediation of all spillage of sludge ash, residual sludge ash from truck wheels, and residual sludge ash from other equipment and machines used in the loading, transportation, and disposal of the sludge ash on HWPCF property, and public or private roads. Previous acceptable methods to clean the HWPCF roadways of sludge ash were manual sweeping, shovel, broom, and a street sweeper. Alternate methods proposed by the Contractor of sludge ash sweeping, will be reviewed and considered by the District, and if it meets the requirements of this Contract, may be approved. Past experience necessitated on-site street sweeping at a minimum of one time per day during hours of loading and transportation. Disposal of residual sludge ash during daily material control, or cleanup must be returned to the existing staging pile of sludge ash. Method(s) of sludge ash cleanup shall be available within one hour of request by the District. If the District must use a separate contractor to clean sludge ash from roadways, the contractor will be invoiced for the work at the street sweeper contractor’s hourly rate. To prevent tracking sludge ash on HWPCF and public and private roadways, Contractor trucks will be loaded from the outside perimeter of the sludge ash staging area, which will be designated by the District Engineer. The payloader, or equivalent, will remain in the sludge ash staging area during loading, and Contractor trucks shall not enter the sludge ash staging area. The Contractor driver(s) shall inspect, cover, and tarp every load, and if necessary clean sidewalls and tailgate of loose material caught on the truck body prior to travel. Tarps shall be fully functioning covering devices, free of holes or rips and shall be maintained in good working condition. 3.04 MATERIAL AND QUANTITIES TO BE LOADED, TRUCKED AND DISPOSED. It is projected that HWPCF will generate approximately 5,000 to 15,000 wet tons of sludge ash. The quantity of sludge ash will vary depending on plant operations and the efficiency of the excavation operations. 3.05 METHOD OF COLLECTING MATERIAL WEIGHT AND HWPCF SCALE OPERATION. The HWPCF operates a truck weighment scale, manufactured by Fairbanks Scales, located on the premises. The scale is certified annually by the State of Connecticut, and calibrated and tested annually by the scale manufacturer. In addition, the HWPCF has licensed State of Connecticut Public Weighers on-site. It is anticipated that a new second HWPCF Fairbanks truck scale will be in service for weighment use as a weigh-out scale during this Contract.

19

Page 20: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

One week prior to hauling, the Contractor shall issue truck registration data for all trucks to be used in this Contract to the District for the purpose of entering each truck into the truck scale database and to issue truck badges for use on the scale. The registration shall include year, make, model, gross vehicle weight, state vehicle registration number, vehicle identification number of each truck and trailer (if applicable). Every truck shall be weighed on the truck scale upon every entry to the HWPCF to collect truck lightweights, or tare weights. After loading with sludge ash, and prior to leaving the HWPC, each truck shall enter the truck scale or the new weigh-out truck scale, if operational during this Contract, to measure the trucks gross weight. The difference between the tare weight and gross weight is the net weight of sludge ash in pounds. Any truck load in excess of the trucks gross vehicle weight rating shall not leave HWPCF, and shall return to the sludge ash staging loading area and material removed to less than the maximum rated gross weight. All truck drivers used in the loading, transportation, and disposal of the sludge ash in the Contract will be issued a badge to be used at the truck scale. Each hauler will be trained on the expected operations, rules, regulations, and procedures of the truck scale. It is important to note that each badge issued to an individual truck shall be used only for that truck during the period of this Contract. Failure to abide by the rules and regulations set forth in the truck scale training may be cause to remove the hauler, or haulers, from performing work under this Contract. The Contractor will be immediately notified of any infraction, and if removed from the Work, shall provide a replacement vehicle and driver, that meets the Specifications of this Contract, within two working days. The District weigh scale slip (printed and received at the truck weigh scale) net weight for each truck will be the official and determining method of payment invoicing for this Contract. The HWPCF scale database will be the backup net weight determination in the event of lost slips, or other unforeseen failure of weigh scale slip generation. The Contractor or the designated representative shall sign, and maintain, all manifests associated with this Contract. 3.06 STOCKPILING OF SLUDGE ASH. Sludge ash will be staged in one area at the east portion of HWPCF. The area is bounded by 32” tall concrete staging barriers. The staging area has a 2-4” base of 2” stone covering a loam and clay area. There is a 40 foot opening at the south end of the staging area. This will be used as the sludge ash loading point for the trucks. The approximate on-site location of the staging area is outlined in Appendix D. The location of the ash staging area for the optional second year will not be in the same location, but a location at HWPCF to be determined. The successful bidder is responsible to repair, to original condition, any damage to the staging areas caused by personnel and equipment used in the loading and transportation of the sludge ash. This includes staging area base stone, concrete staging barriers, and silt fencing. 3.07 DISPOSAL OF SLUDGE ASH. The disposal of the sludge ash will be at a fully permitted, acceptable, and approved landfill(s). The District requests that the sludge ash be permitted and approved for use as daily or intermediate cover, grading and shaping, closure, or permitted and approved to mix with loam or use as a loam substitute to support vegetation at the fully permitted and approved landfill(s). The successful bidder shall verify that the proposed landfill(s) have the capacity to meet the 3,500 tons per week requirement. The successful bidder may have to select two landfills if one landfill cannot handle the 3,500 tons per week requirement. The landfill(s) must be a fully permitted and acceptable site. The District will determine the acceptability of a disposal site(s) following the submittal of bids. It is the sole responsibility of the Contractor to submit all pertinent local, state, and Federal permit applications, and acquire full permit approval for the disposal of the sludge ash at the Contractor’s selected landfill(s) after award of this Contract, and before final execution of this Contract.

20

Page 21: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

The sludge ash analytical results, performed in 2014 by an independent analysis laboratory, are included within this Contract in Appendix D for bidder use. These tests are performed annually, under a separate Contract, and results are available toward the end of each year. Any additional analysis needed or required for the disposal of material stated in this Contract shall be the responsibility of the Contractor. Approval for sludge ash disposal at Connecticut landfills is by submittal of an annual application to the landfill by the Contractor. The landfill will review the analytical data of the sludge ash special waste and either approve or deny disposal at the landfill. An approval at the landfill is a yearly authorization. Disposal of the sludge ash at an out of state landfill for the use of final cover, daily cover, landfill shaping, or for closure must be approved by the associated state’s governing environmental protection authority. A hardcopy of the out of state governing environmental protection authority approval notice must be delivered to the District Engineer prior to disposal. Regardless of the landfill destination, permission to dispose of the sludge ash must be obtained by the Contractor from the individual landfill(s), and submitted to the District prior to execution of work. All fees and testing associated with procuring disposal approval are the responsibility of the Contractor. The Contractor shall be required to abide by the selected landfill(s) disposal procedures, as governed by the landfill(s). This includes, but is not limited to, hours of operation, weigh-in scale procedures, cleanliness requirements, tarping requirements, erosion control, and associated documents. Although, the District scale weighment is the sludge ash net weight used in payment of invoices of this Contract, the Contractor will be required to submit hardcopies of all sludge ash load disposals at the selected landfill(s). At a minimum the hardcopy shall include the landfill(s) title, date of sludge ash discharge, and sludge ash net weight. The Contractor/driver shall not allow material to accumulate in the truck beds. Should material be found to have accumulated, the District will not allow the use of that truck for sludge ash hauling until the material has been properly removed. On occasion, accessibility within the approved landfill(s) may be hampered temporarily due to conditions resulting from weather or landfill activities which will not allow disposal. Such conditions will not warrant a claim for additional compensation. On occasion, for example wet weather events, the staged sludge ash may become wet to the point that the sludge ash contains free liquid. Free liquid is that liquid which readily separates from the sludge ash during ambient temperature and pressure. The test for free liquid is the Paint Filter Test Method 9095A, and is included in Appendix D. Most landfills will not accept the sludge ash containing free liquid for disposal due to a regulation prohibiting landfilling free liquid containing material. It is recommended that the contractor check with the proposed landfill’s policies and procedures regarding free liquid, and plan sludge ash disposal operations accordingly. Such conditions will not warrant a claim for additional compensation. If required, additional Paint Filter Tests of the sludge ash shall be done by the contractor and will not warrant a claim for additional compensation. The Contractor shall be responsible to deliver, and dispose of, the sludge ash directly to the approved final destination landfill site in a timely manner. The sludge ash is to remain covered and fully contained at all times prior to its final destination, including any interim staging or queuing area. Any fines, violations, fees, penalties, clean-up costs, legal costs, liability, remediation or regulatory warnings will be the sole responsibility and burden of the Contractor. A manifest or bill of lading supplied by the contractor, shall accompany each sludge ash truck load that leaves the HWPCF. The manifest shall include, at a minimum, the material that is being trucked, date, time, origin, destination location, and gross weight as printed on the scale ticket. Connecticut landfills will require a copy of the landfill’s approval form to accompany each load of sludge ash delivered to the landfill. The Contractor shall supply all copies of this approval form.

21

Page 22: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

The Contractor shall understand that landfill(s) will invoice the contractor directly. Payment of Contractor invoices by the District is per Section 3.14 of this Contract. Since there may be up to a month between the period the Contractor submits an invoice to the District and payment of the invoice, the Contract shall still be responsible to pay tipping fees to the landfill(s) as they become due. 3.08 LOADING, REMOVAL AND TRANSPORTATION OF SLUDGE ASH. The successful bidder shall load the sludge ash with their equipment between the working hours of 7:00 A.M. to 3:30 P.M. Monday through Friday. Longer loading hours or a six-day workweek may be required to meet the 3,500 ton per week requirement. This will be discussed between the District Project Manager and the Contractor prior to implementation. Working hours may be modified to coincide with landfill operations. In the event the District must retain another contractor to perform the obligation of the successful bidder under this contract for any reason, including, but not limited to, equipment failure or unavailability, the bidder shall be responsible for any additional costs incurred by the District. If the Contractor fails to provide the minimum amount of equipment to perform the Work for the period specified, and the District is forced, due to operational requirements, to use District labor and equipment, the Contractor will be charged-back the District’s costs. The District shall have the right to cancel daily hauling, alternate hauling days, or modify hours to suit District needs. The Contractor will be required to adjust schedules and provide equipment and manpower accordingly. The Contractor will be notified twelve hours in advance of such action. The District will provide a Notice to Proceed, twenty (20) days prior to the execution of this Contract. The Contractor will submit a schedule outlining his proposed method and schedule of loading, and will supply hardcopy permit requirements, as detailed in this Specification. Once the District approves this schedule, the Work will be authorized to commence. 3.09 OFF-SITE PARKING, SECURITY, CONSTRUCTION ACTIVITY, USE OF PREMISES AND UTILITIES. The contractor shall be responsible for providing off-site parking for employees’ personal vehicles. There will be no on-site parking for personal vehicles. All transportation of the contractor’s work force from any off-site parking area to the project site shall be provided by the contractor at the contractor’s expense. Parking across the HWPCF Main Gate in the paved area south of 231 Brainard Road is available. Due to an increase in construction activity, there will be varying levels of security at the HWPCF Main Gate. The security is in the preliminary design, therefore exact means and methods of security is unknown, but expect all vehicles entering and leaving the HWPCF to require identification and check in/out at a minimum. The Contractor shall assume full responsibility for security of their materials and equipment, and their subcontractor’s materials and equipment stored on-site. HWPCF will have several ongoing construction projects which may require the Contractor to coordinate its activities with other contractors. The Contractor and Contractor’s employees are restricted from using the District’s facilities such as lavatories, assembly areas, and eating areas. The Contractor may be allowed to use HWPCF washdown hoses for construction vehicle clean-up without charge. Approval of the District shall be obtained prior to water use. The on-site cleanup area will be determined by the District Engineer. Use of water hydrants and hoses shall be operated under the supervision of District personnel. 3.10 PRE-BID MEETING AND TOUR OF FACILITIES AND OPERATIONS. There will be a Mandatory Pre-Bid Conference for all prospective bidders bidding on this Contract. The Mandatory Pre-Bid Conference will be held at the Hartford Water Pollution Control Facility, 240 Brainard Road, Hartford, Connecticut at 9:00 AM, Local Time, on October 16, 2014 in the Administration Building’s first floor Assembly Room. In order to be considered a “Responsible Bidder”, attendance at the Mandatory Pre-Bid Conference is required. Failure to attend and sign the attendance sheet at the Mandatory Pre-Bid

22

Page 23: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Conference will result in your bid being deemed non-responsive and ineligible for review and award by the District. Prospective bidders will be expected to have read and reviewed the Contract. No Contracts, or bid packages will be distributed at the Pre-Bid Conference. Prospective Bidders will be able to ask questions of the District staff regarding the project during the Mandatory Pre-bid Conference. Bidders are required to attend the Pre-Bid Conference to familiarize themselves with the location, scope of work to be done and conditions which would affect the Contractor’s work. Due to active construction activities, all pre-bid attendees planning on inspecting and touring the facility and worksite shall provide themselves with appropriate Personal Protection Equipment (PPE). PPE shall include reflective safety vest, safety hardhat, safety glasses, and protective shoes. Attendees without PPE available for their use may not be allowed onto the worksite location. 3.11 BID PRICES. The quoted unit prices shall be on a per ton basis. The tonnage will be as measured at the HWPCF Fairbanks truck weigh scale, and recorded on the Fairbanks scale data collection system. This unit price is to include, but not be limited to; all permit fees, landfill disposal fee (tipping fee), licensing fees, cost of all machine operation for the loading and transportation of the sludge ash, labor, mobilization, preventative maintenance, operator transportation, street sweeping, staging area restoration, fuel and oil costs, fuel surcharge costs, insurance, clean-up fees, and if necessary, operator lodging. Non-reimbursable costs include, but are not limited to, truck repairs, tickets, fines, and traffic violations, unless it is due to the negligence or malicious intent by District staff. The estimated quantity/unit of measure value identified in the Schedule of Prices is an estimate and based on limited information available to the District, and is utilized for bid comparison purposes. The term of this Contract is for one year with a District option to renew for a second year subject to the District’s annual budget, alterations in plant sludge ash operations, or Contractor performance approval. Using the Schedule of Prices, a qualified responsible bidder must bid line item numbers 1 and 2 which includes sludge ash loading, transportation, and disposal complete on a total cost per ton basis to a fully permitted and acceptable landfill(s). Line item #1 is for the first year, 2015, and line item #2 is for the optional second year. Line item numbers 1 and 2 include entries for up to four landfills. If more than four landfills are proposed, contact the Project Engineer, Robert Cummings at (860) 278-7850 ext. 3564 for additional copies of the applicable pages to the Schedule of Prices. The sludge ash landfill location(s) must include the owner and operator of the permitted and approved landfill(s), street address, city, and state. For multiple landfill disposals, use a weighted average of the landfills tipping fees in the unit price determination. In the event that the Contractor bids less than four landfills on line items 1 and 2 enter “N/A” in all blanks in the Description Of Scheduled Items column of the Schedule Of Prices. 3.12 WEAR AND TEAR. The Contractor is responsible for all damages, wear and tear sustained by his equipment unless it is due to negligence or malicious intent by District staff. 3.13 BASIS OF AWARD. Award of the Contract, if awarded, will be in accordance with Section 2.15 of this Contract. The award shall be based on Schedule of Prices total price for line item 1. The District has the option to renew for a second year, under the unit prices stipulated in line item 2, subject to the District’s annual budget, alterations in plant sludge ash operations, and Contractor performance approval. The District reserves the right to reject any or all bids in whole, or in part, and to make awards in a manner deemed to be in the best interest of the District. 3.14 BILLING AND PAYMENT. Payment will be made on a monthly basis upon on completion of loading, hauling, and disposal. Each invoice is to contain the District’s weigh scale slip, chain of custody, the designated landfill(s) disposal slip hardcopy, and manifest or bill of lading in accordance with Section 3.07 of this Specification, as well as dates of disposal, purchase order number, and Contractor’s representative’s signature.

23

Page 24: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Prospective Bidders will be able to ask questions of the District staff regarding the project during the Mandatory Pre-bid Conference. Bidders are required to attend the Pre-Bid Conference to familiarize themselves with the location, scope of work to be done and conditions which would affect the Contractor’s work. Due to active construction activities, all pre-bid attendees planning on inspecting and touring the facility and worksite shall provide themselves with appropriate Personal Protection Equipment (PPE). PPE shall include reflective safety vest, safety hardhat, safety glasses, and protective shoes. Attendees without PPE available for their use may not be allowed onto the worksite location. 3.15 BID PROPOSAL REQUIREMENTS. The MDC will use requirements in this section to determine

whether a bidder meets the minimum standards to be considered a responsive bidder.

3.15.1 PRICING. Bidders must complete and submit the Schedule of Prices attached as Appendix A and bid firm fixed prices. [Freight of materials, if any, will be F.O.B. Destination (i.e., successful bidder will bear any and all freight costs)].

3.15.2 REFERENCES & EXPERIENCE. Bidder must demonstrate to the MDC that bidder is

qualified and competent to perform the work. Documentation of experience must be submitted and include, at a minimum, information that meets the criteria specified below.

(a) References. Bidder must submit at least three (3) references by completing

Appendix B and attach any supplemental pages as may be necessary to provide information on reference projects/jobs, its character, complexity, magnitude, date, location, the name of the person responsible for supervising and confirming the work, and a statement that the work was completed in satisfactory manner. References must be customers that bidder has supported or currently supports on projects that are similar in scope, complexity and cost to the requirements of this Solicitation. Contact information for references must include the company name, mailing address, company telephone number, point of contact name, point of contact email address, point of contact phone number, and service dates.

(b) Past/Present Customer Relationship. Bidders must submit a written history of

their relationship with customer(s) that specify:

(1) Length of relationship; (2) Level of relationship; (3) A brief history of the relationship.

3.15.3 SAFETY DOCUMENTS. Bidder must complete and submit the MDC Safety Documents

attached as Appendix C which includes: (a) MDC Contractor Safety Program Questionnaire; and

(b) OSHA Compliance History Certification.

3.16 Not Used 3.17 Not Used 3.18 CONTRACTOR PERFORMANCE EVALUATION. In accordance with the provisions of MDC

Chapter G-5 (adopted March 2, 1992), the Contractor’s performance will be evaluated. A copy of MDC Chapter G-5 may be obtained by the Contractor from the Office of the District Clerk at 555 Main Street, Hartford, CT 06142-0800. A copy of the MDC standard form for the evaluation is

24

Page 25: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

attached as Appendix G to this Solicitation. There will be a written evaluation by the designated MDC Staff Engineer at 50% completion point and at the 100% completion point of the Project.

3.19 INVOICING. Each invoice must show the MDC Contract Number and MDC Purchase Order, a

brief description of the work, the unit price, and the total amount due. To ensure proper payment(s), invoices must be submitted by email to Hartford Water Pollution Control Staff Engineer, Robert Cummings at [email protected] and then sent by USPS Mail to:

The Metropolitan District ATTN: Accounts Payable 555 Main Street P.O. Box 150466 Hartford, CT 06115-0466

3.20 CORRESPONDENCES. All correspondence regarding the Solicitation and any contract awarded herein must reference the MDC Contract Number and addressed to:

The Metropolitan District ATTN: Procurement Department 555 Main Street P.O. Box 800 Hartford, CT 06142-0800

25

Page 26: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

TO: The Metropolitan District

Hartford, Connecticut 4.01 THE UNDERSIGNED HEREBY DECLARES that:

a. No person(s) other than those named herein are interested in this Bid or in the Contract proposed to be taken; that it is made without any connection with any other person(s) making any bid(s) for the same work, and is in all respects fair and without collusion or fraud; that no person acting for or employed by The Metropolitan District is now or will hereafter be directly or indirectly interested therein, or in any portion of the profits thereof in any manner which is unethical or contrary to law;

b. He/she has carefully reviewed and read the solicitation package with all its

attachments, including the specifications and fully understand what is required; that no representation of warranty has been made by The Metropolitan District; that estimate quantities are approximately what the actual quantities of materials which the Contractor may furnish;

c. In the event that a Contract, as contemplated by this Bid is awarded to him/her, he/she will enter into a written contract with The Metropolitan District, and that he/she will, by such contract, agree to: furnish all products and/or materials required within the time stipulated by The Metropolitan District or as stated by the bidder; perform all services and will assume all liabilities and obligations connected therewith in accordance with the solicitation which is made a part hereof; and, will accept in full payment the sums submitted in the bid proposal and schedule of prices.

4.02 SCHEDULE OF PRICES. Bidder proposes to furnish service(s) at the price(s) stated

Appendix A subject to conditions specified in the Solicitation.

4.03 LIST OF REFERENCES. Bidder declares that he/she is qualified and competent to perform the work specified in the Solicitation. Bidder’s experience and references are stated in Appendix B to the Solicitation.

PART IV BID PROPOSAL

26

Page 27: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

4.04 THE UNDERSIGNED FURTHER DECLARES that the signer of this Bid is:

(a) An INDIVIDUAL doing business as

(b) A PARTNERSHIP doing business as

(c) A CORPORATION entitled organized under the laws of

the State of and having its principal

offices at

The names of all partners of a partnership or the principal officers of a corporation must be submitted upon request.

MAILING ADDRESS OF BIDDER TELEPHONE NUMBER (STREET) (STATE) (ZIP CODE)

SIGNATURE OF BIDDER DATE SIGNED BY (SIGNATURE OF AUTHORIZED REPRESENTATIVE) (PRINT TITLE) (PRINT NAME OF INDIVIDUAL, PARTERNERSHIP OR CORPORATIONS)

27

Page 28: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

THE METROPOLITAN DISTRICT

CONTRACT NUMBER 2014B-37

AGREEMENT

LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION

CONTROL FACILITY

5.01 This Agreement, made and entered into this day of , in the year , by and between THE METROPOLITAN DISTRICT (MDC), a municipal corporation having the territorial limits in the County of Hartford and the State of Connecticut, and (CONTRACTOR),

WITNESSETH

5.02 That the MDC and the Contractor, each in consideration of the undertaking promises

and agreements on the part of the other, have, by reason of a Bid made by Contractor on , and an award of Contract made by the MDC on , promise and agree, the MDC for itself and its successors and assigns and the Contractor for and heirs, executors and administrators, and successors do hereby agree, promise and undertake as follows:

5.03 OBLIGATIONS OF CONTRACTOR. The Contractor shall, at his/her own proper cost,

charge and expense, furnish all materials required by this Contract, with appurtenances of every kind complete in the manner and within the time stipulated by the MDC, but if not so stipulated, then as stated by the Bid submitted by Contractor. All materials to be furnished under this Contract shall be furnished and completed pursuant to, and strictly in conformance with the solicitation package, which are made a part hereof as it fully set forth herein.

5.04 ASSIGNMENT. The Contractor shall not assign, transfer, convey or otherwise dispose

of or part with the control of this Contract or any part thereof without the previous consent, in writing, of the MDC. He/she shall not assign, by power of attorney or otherwise, any of the monies to become due and payable under this Contract unless by and with the like consent in writing. Any such attempted assignment shall, at the option of the MDC, forthwith work an avoidance of this Contract, or may be treated by the MDC as null and void.

5.05 LIQUIDATED DAMAGES. Contractor understands, and therefore agrees, that time is of

the essence in performing under the Contract and that the MDC will suffer financial loss if the Work is not completed within the specified Contract Time in this Solicitation. Contractor further agrees that if the Work is not completed on time, the extent of damages and costs associated with a delay would be difficult or impossible to prove or estimate accurately. Accordingly, instead of requiring any such proof, the MDC and Contractor agree that, as liquidated damages for any delay (but not as a penalty),

PART V AGREEMENT

28

Page 29: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Contractor shall pay to the MDC $168 per day for each calendar day of delay beyond the last day of the Contract Time (as it may be extended in accordance with the Contract Documents) that the Work is not fully complete.

5.06 LIABILITY AND INDEMNITY. The Contractor shall assume the defense of and

indemnify and save harmless the MDC and its officers and agents from all claims for payment of labor used on and materials furnished for the work, including taxes applicable thereto, and from all claims against the MDC for alleged infringement of patents by or by reason of any method of fabrication used in the work or the use of any appliance, process or apparatus or material which may be furnished under this Contract.

5.07 AVOIDANCE OR ABANDONMENT. If this Contract, or any part thereof, shall be assigned without the previous written consent of the MDC, or if the MDC is of the opinion that the conditions herein specified as to the rate of progress are not fulfilled, or that the work or any part thereof is unnecessarily or unreasonably delayed, or that the Contractor has willfully violated or is willfully violating any of the provisions of this Contract or the Specifications, the MDC may notify the Contractor to discontinue all work or any part thereof under this Contract, by a written notice to be served upon the Contractor, and thereupon the Contractor shall discontinue such work, or such part thereof as the MDC may designate, and the MDC may thereupon, by Contract or otherwise as it may determine, take such steps as the MDC may deem necessary to continue and complete the work, or such part thereof, and charge the entire expense of such completion of the work, or part thereof, to the Contractor.

All expenses charged under this article shall be deducted and paid by the MDC out of any moneys then due or to become due the Contractor under this Contract, or any part thereof, as if the same had been completed by him; and in such accounting the MDC shall not be held to obtain the lowest figures for the work of completing the Contract, or any part thereof, or for insuring its proper completion, but all sums actually paid therefore shall be charged to the Contractor. In case the expenses so charged shall exceed the unpaid balance of the sum which would have been payable under this Contract, if the same had been completed by the Contractor, the Contractor shall pay the amount of the excess to the MDC.

When any particular part of the work is being carried on by the MDC, by contract or otherwise, under the provisions of this article of the Contract, the Contractor shall continue the remainder of the work in conformity with the terms of this Contract. Neither notice to the Contractor to discontinue work on any part of the Contract, nor the discontinuance thereof by the Contractor, shall in any way diminish the liability of the Contractor to indemnify and save harmless the MDC, as provided hereinbefore, unless and until the MDC shall have contracted with other parties to complete the work or part thereof and then only with respect to such work or parts thereof as the MDC may have so contracted.

5.08 DEFECTIVE WORK. The inspection of the materials shall not relieve the Contractor of

any of obligations to fulfill this Contract as prescribed herein, and defective materials may be rejected notwithstanding that such defects in materials may have been previously overlooked by the MDC and such materials accepted or estimated for payment.

29

Page 30: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

If the materials, or any part thereof, shall be found defective at any time before the final acceptance of the whole work, the Contractor forthwith shall make good such defect in a manner satisfactory to the MDC, and if any delivered materials shall be condemned by the MDC as not in conformity with the Specifications, the materials shall be shipped back to the Contractor at his expense. If the Contractor shall fail to replace any defective materials after reasonable notice, the MDC may cause such defective materials to be replaced and the expense thereof shall be deducted from the amount to be paid the Contractor. In case the nature of the defects is such that it is not expedient to have them corrected, or if there have been omissions in the work, the Contractor shall pay the MDC, and the MDC shall have the right to deduct from the amount due the Contractor on the final settlement of the accounts, such sums of money as the MDC considers a proper equivalent for the difference between the value of the materials specified and that furnished, or a proper equivalent for the damage.

5.09 TIME. The Contractor agrees that he will prosecute the work diligently and in

accordance with any progress schedules which may be required in the Specifications and will complete all work within the time stipulated on the title page of or elsewhere in the Information For Bidders.

5.10 QUANTITIES. The quantities named in the Bid for the various items of materials to be

furnished under this Contract are given only for the purpose of comparing, on a uniform basis, the bids offered for the materials under this Contract; and the MDC is not to be held responsible if it is found that any or all of the said estimated quantities are not even approximately correct. The Contractor shall have no claim for anticipated profits or for loss of profits, or for increase in prices bid because of a difference between the quantities of the various items of materials actually delivered and the estimated quantities stated in the Bid.

5.11 PRICES. The MDC shall pay, and the Contractor shall receive, as full compensation for

materials furnished by the Contractor under this Contract, including all work required but not included in the items hereinafter mentioned, and also for all loss or damage arising out of the nature of the work aforesaid, or from any unforeseen difficulty encountered in the prosecution of the work, and for all risk of every description connected with the work, and for all expenses incurred by or in consequence of the suspension or discontinuance of the work as herein specified, and for assuming all duties and liabilities required herein, and for well and faithfully completing the work, and the whole thereof, as provided in this Contract, the sum or sums named in the Bid for furnishing materials, referred to herein-before and made a part hereof, but subject to such retainages or deductions as may be provided for herein, and in accordance with, but not limited by, any interpretative clauses or specific lists of inclusions or exclusions which may appear in the Specifications attached hereto or shown on the Contract Drawings, if any.

5.12 RETAINAGES. The MDC may, at its discretion, withhold any monies which would

otherwise be payable at any time hereunder and apply the same, or so much as may be necessary therefore, to the payment of any expenses, losses or damages incurred by the MDC and determined as herein provided, and may retain until all claims are settled so much of such moneys as the MDC shall be of opinion will be required to settle all claims against the MDC and its officers and agents arising due to this Contract and included in the duties and liabilities assumed hereunder by the Contractor, and all claims

30

Page 31: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

for labor on the work, and also all claims for materials used in the work, or the MDC may make such settlements and apply thereto any moneys retained under this Contract. If the moneys retained under this Contract are insufficient to pay the sums found by the MDC to be due under the claims for labor and materials, the MDC may, at its discretion, pay the same and the Contractor or his surety shall repay to the MDC all sums as paid out.

5.13 WAIVER. Neither the inspection of the MDC or its employees, nor any order,

measurement, nor any order by the MDC for the payment of money, nor any payment for nor acceptance of the whole or any part of the work by the MDC, nor any extension of time, nor any possession taken by the MDC or its employees, shall operate as a waiver of any provision of this Contract, or of any power herein reserved to the MDC, or any right to damages herein provided, nor shall any waiver of any breach of this Contract be held to be a waiver of any other or subsequent breach.

Any remedy provided in this Contract shall be taken and construed as cumulative, that

is, in addition to each and every other remedy herein provided. 5.14 TERMINATION. This Agreement may be terminated in whole or in part in writing by the

MDC upon two (2) days written notice in the event of failure by the Contractor to fulfill its obligations under this Agreement through no fault of the MDC.

If termination for default is effected by the MDC, an equitable adjustment in the price provided for in this Agreement shall be made, but no amount shall be allowed for anticipated profit on undelivered materials/unperformed services or other work and any payment due to the Contractor at the time of termination may be adjusted to cover any additional costs to the MDC because of the Contractor’s default. The termination will not affect any rights or remedies of the MDC against the Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due the Contractor by the MDC will not release the Contractor from liability. This Agreement may be terminated in whole or in part in writing by the MDC for its convenience, provided that the Contractor is given not less than fifteen (15) days written notice of intent to terminate and an opportunity for consultation with the terminating party prior to termination.

Upon receipt of a termination action, the Contractor shall promptly discontinue all services affected, unless the notice directs otherwise. Upon such termination, the MDC, or its representative, may incorporate into the work performed by Contractor under this Contract, all materials and equipment stored at the site or for which the MDC has paid the Contractor but which are stored elsewhere and complete the Work as the MDC may deem expedient.

Upon termination, the MDC may take over the work, and may award another party a Contract to complete the work under this Contract.

To the extent that the Contractor has provided a performance bond under the provisions of the Contract, the termination procedures of the performance bond, if applicable, shall supersede these provisions.

31

Page 32: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

IN WITNESS WHEREOF, the Parties have hereunder set their hands and seals and have executed this agreement in duplicate the day and year first above written, one copy to remain with the MDC, and the other to be delivered to the Contractor. THE METROPOLITAN DISTRICT By______________________________________ Chief Executive Officer without personal liability ________________________________________ By______________________________________ Contractor Its______________________________________

32

Page 33: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

APPENDIX A

33

Page 34: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Page 1 of 3

SCHEDULE OF PRICES CONTRACT NO. 2014B-37

LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION

CONTROL FACILITY BIDDER MUST FILL IN THE UNIT PRICES AND COMPUTE THE TOTALS

(In case of error or discrepancies UNIT PRICES govern)

ITEM NO.

DESCRIPTION OF

SCHEDULED ITEMS

UNIT PRICES

Dollars & Cts.

ESTIMATED QUANTITY

UNIT OF

MEASURE

TOTAL PRICE

Dollars & Cts.

1.

For each ton of sludge ash loaded, transported, and disposed of complete and as specified for the first twelve (12) months, the sum of _________________________ dollars and______ cents ($____________) at the following landfill(s): a.) Owner:_____________________________________________________________________________________________________________________________________________________ Operator:___________________________________________________________________________________________________________________________________________________ b.) Owner:_____________________________________________________________________________________________________________________________________________________ Operator:___________________________________________________________________________________________________________________________________________________

$__________/ton

10,000

$____________

34

Page 35: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Page 2 of 3

2.

c.) Owner:____________________________________________________________________________________________________________________________________________________ Operator:___________________________________________________________________________________________________________________________________________________ d.) Owner:_____________________________________________________________________________________________________________________________________________________ Operator:___________________________________________________________________________________________________________________________________________________ For each ton of sludge ash loaded, transported, and disposed of complete and as specified for the second twelve (12) months, the sum of _________________________ dollars and______ cents ($____________) at the following landfill(s): a.) Owner:_____________________________________________________________________________________________________________________________________________________ Operator:___________________________________________________________________________________________________________________________________________________

$__________/ton

10,000

$____________

35

Page 36: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Page 3 of 3

b.) Owner:_____________________________________________________________________________________________________________________________________________________ Operator:___________________________________________________________________________________________________________________________________________________ c.) Owner:_____________________________________________________________________________________________________________________________________________________ Operator:___________________________________________________________________________________________________________________________________________________ d.) Owner:_____________________________________________________________________________________________________________________________________________________Operator:___________________________________________________________________________________________________________________________________________________

36

Page 37: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

BID PROPOSAL

LIST OF REFERENCES SOLICITATION NUMBER: 2014B-37

Bidder must submit at least three (3) references from customers that bidder has supported or currently supports on projects that are similar in scope, complexity and cost to the requirements of this Solicitation. Bidder has read the Solicitation in its entirety, including the Specifications, and fully understands what is required. NOTE: Contact information for references must include the company name, mailing address, company telephone number, point of contact name, point of contact email address, point of contact phone number (if applicable), and service dates. Business Name: Address: Contact Person: Phone: Email: Description of Services Performed:

Business Name: Address: Contact Person: Phone: Email: Description of Services Performed:

APPENDIX B

37

Page 38: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

BID PROPOSAL – LIST OF REFERENCES (Page 2)

Bidder must submit at least three (3) references from customers that bidder has supported or currently supports on projects that are similar in scope, complexity and cost to the requirements of this Solicitation. Bidder has read the Solicitation in its entirety, including the Specifications, and fully understands what is required. NOTE: Contact information for references must include the company name, mailing address, company telephone number, point of contact name, point of contact email address, point of contact phone number (if applicable), and service dates. Business Name: Address: Contact Person: Phone: Email: Description of Services Performed:

Business Name: Address: Contact Person: Phone: Email: Description of Services Performed:

38

Page 39: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

SAFETY DOCUMENTS

1. MDC CONTRACTOR SAFETY PROGRAM & QUESTIONNAIRE (15 PAGES)

2. OSHA COMPLIANCE HISTORY CERTIFICATION (1 PAGE)

3. HWPCF SAFETY REQUIREMENTS (1 PAGE)

APPENDIX C

39

Page 40: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

MDC The Metropolitan District

Contractor Safety Program

Purpose:

To provide MDC personnel and contractors with a clear and concise understanding of the safety

requirements and responsibilities needed while working on MDC property and/or MDC projects.

Policy:

All firms contracted by MDC are required by the Occupational Safety and Health Act of 1970

and updates to provide safe and healthy employment to their employees.

MDC, as an employer, is also responsible for providing a safe and healthful work environment

for its employees. Contract work may present situations or conditions that potentially could

adversely impact the safety and health of MDC employees. This program is intended to ensure

that both the MDC and the contractor provide a safe and healthy workplace at all times.

Contractors are required to provide safe workplaces and implement their own safety programs.

This Contractor Safety Program is intended to assist in coordinating MDC and contractor

operations during construction and renovation projects or providing services to MDC. By

becoming familiar with the policies and procedures in the program, the safety-minded contractor

will get the job done safely and minimize or eliminate workplace hazards.

Contractors are required to comply with all applicable Federal, State, and Local laws and also

follow safe work practices for construction trades. Some of these regulations and safe work

practices are outlined in this program.

Contractor management and supervisors must thoroughly review their own work practices and

workplace hazards and provide their employees all the necessary training, certifications, and

equipment for their safety.

This program applies to all contractors and their subcontractors under contract by the MDC. (All

contractors, whether under contract or working under a purchase order agreement, are considered

under contract and are covered by this entire program.) The following guidelines and provisions

do not impose a duty on the MDC to initiate, maintain, oversee, inspect, supervise or control

MDC contracted contractors’ or subcontractors’ compliance with applicable Federal, State and

Local laws or otherwise ensure worksite safety for non-MDC employees. The following

guidelines and provisions outline the MDC’s role regarding contract administration.

40

Page 41: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

Definitions:

MDC Construction Engineer

An MDC employee assigned to observe the progress of the contract and act as the primary MDC

contact with the contractor.

MDC Liaison:

An MDC employee assigned to on-site observation and evaluation of the contractor’s

compliance with the contract or purchase order agreement.

Contractor:

A firm or individual who has contracted to the MDC to provide services.

Near miss:

A near miss is an incident that occurs that had the potential of causing a personal injury, damage

to property or a release to the environment had it not been discovered and avoided in time or did

not cause damages due to fortuitous circumstances.

Procedures:

1. The Metropolitan District shall include the Contractor Safety Program in all applicable

contracts. The contractor shall complete the Contractor Safety Questionnaire (see

Attachment A) and submit it with the bid. The contractor is required to sign the last page

of the Questionnaire.

2. The safety record of a prospective contractor shall be one of the factors considered in the

awarding of a contract for construction or related work. Factors to be considered are:

a) Worker’s compensation rating (Experience Modification Rating (EMR));

b) Number of OSHA violations in the past three years;

c) The type of violations. (e.g. serious or willful, as defined by OSHA); and

d) The abatement of the violations.

3. EH&S will review the information prospective contractors provide in the Contractors

Safety Questionnaire, including but not limited to, factors mentioned in Procedure No. 2.

4. If the information submitted in the Contractor Safety Questionnaire reveals higher rates

of unsafe incidents than the acceptable incident rates published for the NAICS code,

MDC reserves the right to reject the bid, or may refuse to hire the contractor under a

purchase order agreement.

5. Failure to fully complete the Contractor Safety Questionnaire and submit with the bid

will result in rejection of the bid for non-compliance, or refusal to hire under a purchase

order agreement.

Responsibilities:

All MDC personnel responsible for managing contracts will:

1. Provide contractor with warnings of known hazards that may be encountered in the

project;

2. Observe whether work performed by contractor is in compliance with the contract.

41

Page 42: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

The MDC Construction Engineer will review the contract language with EH&S for

provisions regarding contractor’s duty to:

1. Meet and comply with applicable federal, state, and local environmental, health, and

safety regulations and MDC requirements; and

2. Provide its employees with the necessary training, medical exams, and safety

equipment.

The MDC Construction Engineer will also:

1. Review the contractual, statutory, and other environmental, health, and safety

requirements with the contractor prior to the start of the contract;

2. Instruct the contractor to submit a safety and health plan with the bid package, if

applicable*, and provide a copy to the MDC Environment, Health & Safety

Department (“EH&S”) for review and incorporate the submitted health and safety

plan into the contract;

3. Upon receipt of a report of noncompliance or any condition, which poses a serious or

imminent danger to human health or safety, or a serious hazard to the environment,

issue a request for corrective action to the contractor. Any such request by MDC

Construction Engineer or any other authorized MDC personnel for corrective action

from the contractor is not to be construed as undertaking a duty for initiating,

maintaining, supervising or otherwise ensuring safety at the worksite of non-MDC

employees.

The MDC Construction Engineer, and/or the MDC Liaison will:

1. Determine if EH&S has reviewed the contractor’s written health and safety plan prior

to the pre-construction meeting with the contractor;

2. Provide advanced notification to EH&S of all pre-construction meetings with the

contractors so that they may have a representative present;

3. Observe whether contractor is complying with the contract health and safety plan and

pertinent environmental, health, and safety regulations and refer any questions

regarding compliance with specific regulations to EH&S;

4. Observe whether contractor has complied with its contractual duty to complete safety

or environmental permits and make such permits available for review by an

authorized person and/or appropriate EH&S personnel;

5. Notify EH&S of accidents and provide EH&S with a copy of the contractor’s

accident reports; and

6. Notify EH&S of an OSHA complaint and/or inspection of contractor’s jobsite.

* EH&S will determine if a Health and Safety Plan or Program is necessary, depending on the

nature of the contract or services being provided.

42

Page 43: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

Pre-construction Meeting

Representatives of the contractor shall meet with the MDC Construction Engineer and a EH&S

representative prior to the start of construction for the purpose of reviewing safety requirements

and pertinent material safety data sheets (MSDS) for the work pertinent to the contract.

MDC is required by OSHA standards, most notably 29 CFR 1910.1200, Hazard Communication

Standard, to provide information to contractors of any known hazards present at the work site.

This information will be made available to the contractor in the project specifications (pre-bid)

and at the pre-construction meeting.

Environment, Health and Safety Department

EH&S will review all contracts at least one week prior to advertising, to determine whether

appropriate environmental, health and safety regulations pertinent to the work site have been

incorporated into the contract.

EH&S may make periodic on-site visits to review the contractor’s compliance with the

contracted health and safety plan and applicable environmental, health, and safety requirements.

EH&S will distribute reports of the on-site visits to the contractor and Construction Engineer.

Any such on-site visit by EH&S or by MDC Construction Engineer or any other MDC

personnel for review of contractor’s compliance with its contracted health and safety plan

and/or environmental, health or safety requirements shall not be construed as MDC

undertaking a duty for initiating, maintaining, supervising or otherwise ensuring safety at

the worksite of non-MDC employees.

Contractor

The contractor’s duties shall include but are not limited to:

1. Providing frequent and regular safety inspections of the worksites, materials, and

equipment by designated employees of contractor to ensure appropriate safety

conditions are in place at all times on the project;

2. Notifying the MDC Construction Engineer of construction accidents immediately

upon knowledge of the accident but in no instance shall notification be made more

than twenty-four (24) hours after an accident;

3. Providing a detailed Accident/Incident Report of construction accidents, including

corrective measures to avoid reoccurrences, within 48 hours.

4. Notifying the Construction Engineer of non-formal and/or formal OSHA complaint

notifications and/or OSHA inspections of the jobsite; and

5. Provide training records of OSHA programs related to the project.

Health and Safety Plan

It is the duty of the contractor and any subcontractors to develop and implement a

comprehensive health and safety plan for their respective employees and agents, which covers all

aspects of onsite construction and activities associated with the contract. The contractor shall

provide the MDC Construction Engineer with a copy of this plan with its bid package.

43

Page 44: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

The contractor shall address within its contract the following information pertaining to OSHA

regulations. The following OSHA regulations are not an exhaustive list of said regulations nor

are the subparts a comprehensive list of the information the contractor should address in its

Health and Safety Plan.

Hazard Communication (OSHA 29 CFR 1910.1200)

1. Procedures for labeling and storing all chemical containers brought on MDC property or

MDC jobs.

2. Procedures for maintaining and providing material safety data sheets (MSDSs) for all

chemicals brought on MDC property/jobs.

3. Procedures for training personnel in the control of anticipated hazards.

4. Statement that employees have been trained.

Personal Protective Equipment (OSHA 29 CFR 1910.132 to 1910.139)

(Including eye, face, head, foot and hand protection).

1. Procedures for conducting workplace hazard assessment that determines the hazards

likely to be present and selects types of PPE that will fit and protect the employee.

2. Procedures for use and maintenance of personal protective equipment.

3. Written respiratory protection program. (29 CFR 1910.134)

Confined Space (OSHA 29 CFR 1910.146)

1. Procedures to protect contractor employees from the hazards of entry into permit-

required confined spaces.

2. Procedures for coordinating with MDC personnel when entering MDC permit-required

confined spaces per MDC Confined Space Program.

3. Procedures for training personnel in the required duties and potential hazards of confined

space entry.

Lockout/Tagout (OSHA 29 CFR 1910.147)

1. Procedures pertaining to the servicing and maintenance of machines and equipment in

which the “unexpected” energization or start up of the machines or equipment, or release

of stored energy could cause injury to contractor or MDC employees.

2. Procedures for training personnel in the required duties and potential hazards of energy

control.

Electrical (OSHA 29 CFR 1910 Subpart S)

1. Procedures for compliance with OSHA electrical standards 29 CFR 1910.301 to

1910.335

Compressed Gas and Air Equipment (OSHA 29 CFR 1910.166 to 1910.169)

1. Procedures for safe handling and securing of compressed gas cylinders.

44

Page 45: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

Powered Industrial Trucks (OSHA 29 CFR 1910.178)

1. Procedures for safe operation of forklifts, platform lift trucks, and motorized hand trucks.

Machinery and Machine Guarding (OSHA 29 CFR 1910.211 to 1910.219)

1. Procedures for safe operation and maintenance of equipment with power transmission

belts, pulleys, sprockets, chains, or clutches.

Toxic and Hazardous Substances (OSHA 29 CFR 1910.1000 to 1910.1450)

1. Procedures for minimizing employee exposure to toxic and hazardous substances to

comply with published permissible exposure limits.

Asbestos (OSHA 29 CFR 1910.1001 and 1926.1101)

Lead (29 CFR 1910.1025/1926.62/1926.103

1. Procedures for preventing disturbance of potential asbestos and/or lead containing

materials.

2. Procedures for protecting employees from exposure above the OSHA PEL.

3. Procedures for obtaining asbestos bulk material surveys when the potential exists for the

disturbance of potential asbestos containing materials.

Welding and Cutting (OSHA 29 CFR 1926.350 to 1926.354)

1. Procedures for safe transportation and storage of compressed gas cylinders.

2. Procedures for safe welding and cutting including grounding, shielding, PPE, fire

prevention (fire watch), Hot Work Permits, ventilation, and performing such operations

on metals of toxic significance.

Scaffolds (OSHA 29 CFR 1926.450 to 1926.454)

1. Procedures for safe use of scaffolding and aerial lifts including load capacities,

construction techniques, fall protection and protection from falling objects.

Fall Protection (OSHA 29 CFR 1926.500 to 1926.503)

1. Procedures for providing employee fall protection where employees walk or work

on work surfaces that are six feet or more above a lower level including but not limited

to, portable and fixed ladders, aerial lifts, scaffolds, roofs and elevated work levels and

platforms.

Cranes, Derricks, and Hoists (OSHA 29 CFR 1926.550 to 556)

1. Procedures for safe operation of overhead cranes, truck cranes and hoists.

2. Procedures for safe operation of material hoists, personnel hoists, and elevators.

45

Page 46: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

Excavations (OSHA 29 CFR 1926.650 to 1926.652)

1. Procedures for safe excavation including the design of sloping, benching, support, and

shield systems; site inspection; protection from water accumulation; and stability of

adjacent structures.

Concrete and Masonry Construction (OSHA 29 CFR 1926.700 to 1926.706)

1. Procedures to protect employees from hazards associated with concrete and masonry

operations.

2. Procedures for use of head and face protection when applying cement, sand, and water

mixtures through a pneumatic hose.

Steel Erection (OSHA 29 CFR 1926.750 to 1926.753)

1. Procedures for safe erection of skeleton steel construction in tiered buildings, structural

steel assembly, bolting, and riveting.

Demolition (OSHA 29 CFR 1926.850 to 1926.860)

1. Procedures for safe demolition of existing structures on MDC properties including

contingencies to safely assess and manage potentially hazardous constituents such as

asbestos and lead.

Stairways and Ladders (OSHA 29 CFR 1926.1050 to 1926.1060)

1. Procedures for the safe construction and use of stairways and ladders.

Hazardous Materials/Hazardous Waste

1. Procedures for storing and removing all hazardous materials and waste from MDC

properties or job sites prior to completion of work.

Note: Only authorized MDC personnel may sign manifests where MDC is generator of

waste.

Work Zone Safety (OSHA 29 CFR 1926 subpart G)

1. All contract work performed on public roads where the work will interrupt the normal

flow of traffic and/or present hazards to pedestrians, the contractor must have procedures

in place for conforming to the Manual on Uniform Traffic Control Devices, Part 6

(MUTCD).

46

Page 47: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

Fire Prevention and Protection

The contractor shall include in its safety and health plan an effective fire protection and

prevention plan, including, but not limited to, provisions for the fire protection and suppression

equipment, as set forth in this section.

A. Housekeeping. Good housekeeping, with provision for prompt removal and

disposal of accumulations of combustible scrap and debris, shall be maintained in

all areas of the jobsite. Self-closing metal containers shall be used for the disposal

of waste saturated with flammable liquids.

B. Codes and regulations. The contractor shall comply with the requirements

published in the current revisions of the National Electrical Code, National

Electrical Safety Code, and the National Fire Protection Association standards.

C. Smoking. Smoking or other sources of ignition shall not be permitted in areas

where flammable or explosive materials are used, stored or are present. All such

areas shall be conspicuously posted: NO SMOKING OR OPEN FLAMES. There

is a no smoking policy in effect in all MDC facilities except in designated areas.

D. Fires. Fires and open flame devices shall not be left unattended unless protected

with automatic temperature control and cutoff devices.

E. Cleaning and degreasing. Gasoline and liquids with a flash point below 100

degrees Fahrenheit shall not be used for cleaning and degreasing.

Issues of Non-Compliance

If during the course of the contract, EH&S personnel observe a contractor’s non-compliance with

the contractor’s contracted safety and health plan or the MDC safety and health requirements,

EH&S personnel may bring it to the attention of the MDC Construction Engineer and may also

document such non-compliance in writing. Failure to correct the violation or continued

violations shall be grounds for termination of the contract.

If after notifying the Construction Engineer in writing of deficiencies in health, safety, or

environmental requirements, EH&S personnel observe continued violations of those

requirements, or observe actions that pose an imminent danger, an immediate order to stop work

may be issued. The contractor will be solely responsible for any costs associated with the order

to stop work until the deficiencies have been rectified. Should this occur, EH&S personnel will

bring the matter to the attention of the MDC Construction Engineer, and the Manager of EH&S.

Such deficiencies may result in the default of the contract or preclude contractor from

performing future business with the MDC.

Any action taken by EH&S, MDC Construction Engineer or any other MDC personnel,

including but not limited to observation, documentation and/or contract termination or

suspension is not to be construed as undertaking a duty for initiating, maintaining, supervising or

ensuring safety at the worksite of non-MDC employees.

47

Page 48: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

Safety Training

The contractor shall ensure that its employees have completed appropriate health and safety

training when required by statute* or regulation and/or by MDC requirements, and provide

current documentation of such training when required by the contract.

*In compliance with Section 31-53b of the Connecticut General Statutes: “ Each contract for a

public works project entered into on or after July 1, 2009, by the state or any of its agents, or by

any political subdivision of the state or any of its agents, shall contain a provision requiring that

each contractor furnish proof with the weekly certified payroll form for the first week each

employee begins work on such project that any person performing the work of a mechanic,

laborer or worker pursuant to the classifications of labor under section 31-53 on such public

works project, pursuant to such contract, has completed a course of at least ten hours in

duration in construction safety and health approved by the federal Occupational Safety and

Health Administration”. Per Section 31-53b-2(c) each employee must complete the course no

earlier than five years before the commencement date of the public works project.

Medical Clearance

The contractor shall ensure that its employees have appropriate medical clearance when required

by governmental regulations or by MDC requirements. Copies of current medical clearance for

contractor personnel are required to be presented as specified by the contract.

Incident Reporting

EH&S may participate with contractors in the investigation of incidents resulting in injury/illness

and/or damage or loss of property and near misses.

Safety and Personal Protective Equipment

The contractor shall provide all necessary safety and personal protective equipment needed by its

employees and as required per OSHA and ANSI regulations.

The contractor shall ensure that its employees have received appropriate training on the use and

maintenance of safety and personal protective equipment prior to its use. The MDC shall not be

responsible for the failure of non-MDC employees to correctly use appropriate safety equipment

and any such failure to properly use safety equipment is a violation of the contract and may

result in default of the contract.

Documentation

The contractor shall provide MDC with documentation, including but not limited to, required

training, medical clearances, permits, material safety data sheets (MSDS) for its employees or

operations at the pre-construction meeting. Where subcontractors are used, it is the responsibility

of the contractor to provide this information to MDC.

48

Page 49: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

CONTRACTOR SAFETY QUESTIONNAIRE

DATE:

COMPANY NAME

COMPANY TYPE (General Contractor, Mechanical, etc.):

ADDRESS: TELEPHONE NO.:

RESOURCES

1. Name of company Health and Safety Contact:

Title: ________________________

Telephone No. of Health and Safety Contact:

2. What percent of this person’s time is spent on

Health and Safety related matters? %

3. How many other full-time Health and Safety

representatives are employed by your company?

4. Name of Safety Representative proposed for

this project?

Title:

What percent of this person’s time will be spent

on Health and Safety related matters? %

Submit copy of Safety Representative’s qualifications

with completed questionnaire.

5. Does your company have a written procedure to

ensure that adequate health and safety program

resources, such as budget, equipment, training and

manpower are included in each bid? If yes, submit

a copy with completed questionnaire.

49

Page 50: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

Applicable Page

No. Yes No No. in H&S Plan

1. Does your company have a written Health and

Safety Plan? If yes, submit a copy with your

completed questionnaire. If the answer is no,

the bid may be disqualified.

2. Does your company have a written program to

ensure Health and Safety issues are preplanned into

each project and work operation (e.g., job hazard

analysis, checklists, etc.)? If yes, submit a copy

with the completed questionnaire or reference page

number in the Health and Safety Plan.

3. Does your company have a written safety incentive

program that will be implemented on this project?

If yes, submit a copy with the completed

questionnaire or reference page number in the

Health and Safety Plan.

4. Does your company have a written accident/incident

procedure? If yes, submit a copy with the completed

questionnaire or reference page number in the

Health and Safety Plan.

Do your written procedures require near-miss

incidents to be investigated?

5. Does you company have a written health and

safety training program? If yes, submit a copy

with the completed questionnaire or reference page

number in the Health and Safety Plan. If the

answer is no, the bid may be disqualified.

If yes, does the program include the following:

New employee/project orientation

Weekly “toolbox” meetings

Daily job briefings

Supervisor safety training

Task specific training

OSHA required training

Other

50

Page 51: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

Applicable Page

No. Yes No No. in H&S Plan

6. Does your company have a written procedure to

ensure that only employees who are qualified by

training and experience are allowed to operate

equipment, tools, machinery and vehicles? If yes,

submit a copy with the completed questionnaire or

reference page number in the Health and Safety Plan.

7. Does your company designate and train competent

people as required by the applicable OSHA

standards (e.g., excavations, scaffold erection, etc.)?

8. Does your company have a written procedure to

audit projects to ensure all projects are in

compliance with applicable laws, requirements,

etc.? If yes, submit a copy with the completed

questionnaire or reference page number in the

Health and Safety Plan.

9. Does your company have a written procedure to

screen subcontractors based on their past safety

performance? If yes, submit a copy with the

completed questionnaire or reference page number

in the Health and Safety Plan.

10. Does your company use a screening process to

ensure employees are physically able to perform

work as assigned? If yes, submit a copy with the

completed questionnaire or reference page number

in the Health and Safety Plan.

DRUG FREE WORKPLACE PROGRAM

Applicable Page

No. Yes No No. in H&S Plan

1. Does your company have a written drug free

workplace program that includes drug testing?

If yes, submit a copy with your completed

questionnaire. If the answer is no, the bid may

be disqualified.

51

Page 52: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

Applicable Page

No. Yes No No. in H&S Plan

2. If the answer to question 1 is yes, does your

written drug free workplace program include the

following?

Pre-employment drug & alcohol testing

Post accident drug & alcohol testing

Reasonable suspicion drug & alcohol testing

Random drug & alcohol testing

Supervisor and employee training

OSHA CITATIONS

No. Yes No

1. Has your company received any OSHA

citations (opened and closed) within the

last three years?

2. If the answer to question 1 is yes, how many of

each of the following types of citations have you

received?

Number

Serious

Willful

Repeat

Other

De minimus

Give a brief description of the nature of the citation(s), or attach a copy of the citation(s).

ACCIDENT AND ILLNESS STATISTICS

200_ 200_ 200_

1. How many man-hours has your company

worked in each of the last three years?

2. How many OSHA recordable injuries did your

company experience in each of the last three years?

52

Page 53: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

3. Based on the below listed formula (a), what are

your incident rates for each of the last three years?

If the rates are above the current national average,

the bid may be disqualified.

4. How many lost time accidents has your company

experienced in each of the last three years?

5. Based on the below listed formula (b), what is

your lost workday case rate for each of the last

three years? If the rates are above the current

national average, the bid may be disqualified.

6. How many fatalities has your company

experienced in each of the last three years?

7. Submit a copy of your OSHA 300 logs for the last

three years with your completed questionnaire.

(a) Incident rate = No. of OSHA recordable injuries x 200,000

Man-hours

(b) Lost workday =No. of lost time accidents x 200,000

case rate Man-hours

WORKERS’ COMPENSATION EXPERIENCE MODIFICATION RATE

200_ 200_ 200_

1. List your company’s Workers’ Compensation

Experience Modification Rate for each of the

last three years. If most recent year has a rate

greater than one, the bid may be disqualified.

2. SUBMIT, ON YOUR INSURANCE COMPANY

LETTERHEAD, YOUR WORKERS’ COMPENSATION

EXPERIENCE MODIFICATION RATE FOR EACH

OF THE LAST THREE YEARS WITH YOUR

COMPLETED QUESTIONNAIRE.

Is there any additional information you feel we need to properly evaluate your company’s safety

and health program? If yes, please explain below or attach additional sheets.

53

Page 54: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

S:\Environmental Health\Health & Safety\Contractors\Contractor Safety\Contractor Safety Final-revisions 12-2010.docx

Name of Person Completing Questionnaire (Please Print):

Signature of Person Completing Questionnaire:

Title: Date:

AUTHORIZATION

1. I have reviewed and authorized release of this information for confidential use by the

Metropolitan District.

Printed or typed name Signature

Title Date

End of Section

54

Page 55: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

OSHA COMPLIANCE HISTORY CERTIFICATION

The undersigned Bidder hereby certifies as follows:

1. It has not, in the past three years, received any citations from the United States

Department of Labor, Occupational Safety and Health Administration for willful or serious

violations of the Occupational Safety and Health Act (“OSHA”); or

2. It has been cited for willful or serious violations of the OSHA in the past three years and

the circumstances and resolutions of such violations are as follows:

3. The following is a list of all OSHA violations (open or closed) issued against the Bidder

in the past three years:

Name of bidder if the bidder is an

Individual

Name of partner if the bidder is a

partnership

Name of officer if the bidder is a

corporation

Subscribed and sworn to before me, the undersigned, this day of , 20____.

Commissioner of the Superior Court

Notary Public/My Commission Expires

55

Page 56: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

56

Page 57: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

APPENDIX D

57

Page 58: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Technical Report

prepared for:

The Metropolitan DistrictP.O. Box 800

Hartford CT, 06142-0800

Attention: Robert Rostkowski

Report Date: 07/16/2014

Client Project ID: SPECIALWASTEH062314

York Project (SDG) No.: 14F0986

CT Cert. No. PH-0723 New Jersey Cert. No. CT-005 New York Cert. No. 10854 PA Cert. No. 68-04440

120 RESEARCH DRIVE FAX (203) 357-0166(203) 325-1371STRATFORD, CT 06615

1.0Revision No.

Page 1 of 1158

Page 59: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Client Sample IDYork Sample ID Matrix Date Collected Date Received

HWPCF Ash (Lagoon)14F0986-01 Soil 06/24/201406/23/2014 0:00

Client Project ID: SPECIALWASTEH062314

York Project (SDG) No.: 14F0986

Report Date: 07/16/2014

Attention: Robert Rostkowski

Hartford CT, 06142-0800

P.O. Box 800

The Metropolitan District

Purpose and Results

This report contains the analytical data for the sample(s) identified on the attached chain-of-custody received in our laboratory

on June 24, 2014 and listed below. The project was identified as your project: SPECIALWASTEH062314.

The analyses were conducted utilizing appropriate EPA, Standard Methods, and ASTM methods as detailed in the data

summary tables.

All samples were received in proper condition meeting the customary acceptance requirements for environmental samples

except those indicated under the Notes section of this report.

All analyses met the method and laboratory standard operating procedure requirements except as indicated by any data flags,

the meaning of which are explained in the attachment to this report, and case narrative if applicable.

The results of the analyses, which are all reported on dry weight basis (soils) unless otherwise noted, are detailed in the

following pages.

Please contact Client Services at 203.325.1371 with any questions regarding this report.

General Notes for York Project (SDG) No.: 14F

1. The RLs and MDLs (Reporting Limit and Method Detection Limit respectively) reported are adjusted for any dilution necessary due to

the levels of target and/or non-target analytes and matrix interference. The RL(REPORTING LIMIT) is based upon the lowest

standard utilized for the calibration where applicable.

2. Samples are retained for a period of thirty days after submittal of report, unless other arrangements are made.

3. York's liability for the above data is limited to the dollar value paid to York for the referenced project .

4. This report shall not be reproduced without the written approval of York Analytical Laboratories , Inc.

5. All samples were received in proper condition for analysis with proper documentation, unless otherwise noted.

6. All analyses conducted met method or Laboratory SOP requirements. See the Notes section for further information.

7. It is noted that no analyses reported herein were subcontracted to another laboratory, unless noted in the report.

8. This report reflects results that relate only to the samples submitted on the attached chain-of-custody form(s) received by York.

Approved By:

Laboratory Director

Date: 07/16/2014

Benjamin Gulizia

Page 2 of 1159

Page 60: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

HWPCF Ash (Lagoon)

York Project (SDG) No.: 14F0986 York Sample ID: 14F0986-01

Sample Information

Client Sample ID Matrix Sample End Date/Time Date Received

06/23/2014 8:25 06/24/2014Soil

Sample Beginning Date

06/23/2014 0:00

Volatile Organics, CT RCP List

Sample Prepared by Method: EPA 5035A

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

ND EPA 8260Cug/kg dry 16.5630-20-6 BK06/25/2014 08:23 06/25/2014 10:063.31,1,1,2-Tetrachloroethane

ND "" "6.571-55-6 "06/25/2014 08:23 06/25/2014 10:063.31,1,1-Trichloroethane

ND "" "6.579-34-5 "06/25/2014 08:23 06/25/2014 10:063.31,1,2,2-Tetrachloroethane

ND "" "6.576-13-1 "06/25/2014 08:23 06/25/2014 10:063.31,1,2-Trichloro-1,2,2-trifluoroethan

e (Freon 113)

ND "" "6.579-00-5 "06/25/2014 08:23 06/25/2014 10:063.31,1,2-Trichloroethane

ND "" "6.575-34-3 "06/25/2014 08:23 06/25/2014 10:063.31,1-Dichloroethane

ND "" "6.575-35-4 "06/25/2014 08:23 06/25/2014 10:063.31,1-Dichloroethylene

ND "" "6.5563-58-6 "06/25/2014 08:23 06/25/2014 10:063.31,1-Dichloropropylene

ND "" "6.587-61-6 "06/25/2014 08:23 06/25/2014 10:063.31,2,3-Trichlorobenzene

ND "" "6.596-18-4 "06/25/2014 08:23 06/25/2014 10:063.31,2,3-Trichloropropane

ND "" "6.5120-82-1 "06/25/2014 08:23 06/25/2014 10:063.31,2,4-Trichlorobenzene

ND "" "6.595-63-6 "06/25/2014 08:23 06/25/2014 10:063.31,2,4-Trimethylbenzene

ND "" "6.596-12-8 "06/25/2014 08:23 06/25/2014 10:063.31,2-Dibromo-3-chloropropane

ND "" "6.5106-93-4 "06/25/2014 08:23 06/25/2014 10:063.31,2-Dibromoethane

ND "" "6.595-50-1 "06/25/2014 08:23 06/25/2014 10:063.31,2-Dichlorobenzene

ND "" "6.5107-06-2 "06/25/2014 08:23 06/25/2014 10:063.31,2-Dichloroethane

ND "" "6.578-87-5 "06/25/2014 08:23 06/25/2014 10:063.31,2-Dichloropropane

ND "" "6.5108-67-8 "06/25/2014 08:23 06/25/2014 10:063.31,3,5-Trimethylbenzene

ND "" "6.5541-73-1 "06/25/2014 08:23 06/25/2014 10:063.31,3-Dichlorobenzene

ND "" "6.5142-28-9 "06/25/2014 08:23 06/25/2014 10:063.31,3-Dichloropropane

ND "" "6.5106-46-7 "06/25/2014 08:23 06/25/2014 10:063.31,4-Dichlorobenzene

ND "" "6.5594-20-7 "06/25/2014 08:23 06/25/2014 10:063.32,2-Dichloropropane

ND "" "6.578-93-3 "06/25/2014 08:23 06/25/2014 10:063.32-Butanone

ND "" "6.595-49-8 "06/25/2014 08:23 06/25/2014 10:063.32-Chlorotoluene

ND "" "6.5591-78-6 "06/25/2014 08:23 06/25/2014 10:063.32-Hexanone

ND "" "6.5106-43-4 "06/25/2014 08:23 06/25/2014 10:063.34-Chlorotoluene

ND "" "6.5108-10-1 "06/25/2014 08:23 06/25/2014 10:063.34-Methyl-2-pentanone

ND "" "1367-64-1 "06/25/2014 08:23 06/25/2014 10:063.3Acetone

ND "" "6.5107-13-1 "06/25/2014 08:23 06/25/2014 10:063.3Acrylonitrile

ND "" "6.571-43-2 "06/25/2014 08:23 06/25/2014 10:063.3Benzene

ND "" "6.5108-86-1 "06/25/2014 08:23 06/25/2014 10:063.3Bromobenzene

ND "" "6.574-97-5 "06/25/2014 08:23 06/25/2014 10:063.3Bromochloromethane

ND "" "6.575-27-4 "06/25/2014 08:23 06/25/2014 10:063.3Bromodichloromethane

ND "" "6.575-25-2 "06/25/2014 08:23 06/25/2014 10:063.3Bromoform

ND "" "6.574-83-9 "06/25/2014 08:23 06/25/2014 10:063.3Bromomethane

ND "" "6.575-15-0 "06/25/2014 08:23 06/25/2014 10:063.3Carbon disulfide

ND "" "6.556-23-5 "06/25/2014 08:23 06/25/2014 10:063.3Carbon tetrachloride

ND "" "6.5108-90-7 "06/25/2014 08:23 06/25/2014 10:063.3Chlorobenzene

ND "" "6.575-00-3 "06/25/2014 08:23 06/25/2014 10:063.3Chloroethane

ND "" "6.567-66-3 "06/25/2014 08:23 06/25/2014 10:063.3Chloroform

ND "" "6.574-87-3 "06/25/2014 08:23 06/25/2014 10:063.3Chloromethane

ND "" "6.5156-59-2 "06/25/2014 08:23 06/25/2014 10:063.3cis-1,2-Dichloroethylene

ND "" "6.510061-01-5 "06/25/2014 08:23 06/25/2014 10:063.3cis-1,3-Dichloropropylene

ND "" "6.5124-48-1 "06/25/2014 08:23 06/25/2014 10:063.3Dibromochloromethane

ND "" "6.574-95-3 "06/25/2014 08:23 06/25/2014 10:063.3Dibromomethane

120 RESEARCH DRIVE STRATFORD, CT 06615 (203) 325-1371 FAX (203) 357-0166

Page 3 of 1160

Page 61: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

HWPCF Ash (Lagoon)

York Project (SDG) No.: 14F0986 York Sample ID: 14F0986-01

Sample Information

Client Sample ID Matrix Sample End Date/Time Date Received

06/23/2014 8:25 06/24/2014Soil

Sample Beginning Date

06/23/2014 0:00

Volatile Organics, CT RCP List

Sample Prepared by Method: EPA 5035A

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

ND EPA 8260Cug/kg dry 16.575-71-8 "06/25/2014 08:23 06/25/2014 10:063.3Dichlorodifluoromethane

ND "" "6.5100-41-4 "06/25/2014 08:23 06/25/2014 10:063.3Ethyl Benzene

ND "" "6.587-68-3 "06/25/2014 08:23 06/25/2014 10:063.3Hexachlorobutadiene

ND "" "6.598-82-8 "06/25/2014 08:23 06/25/2014 10:063.3Isopropylbenzene

ND "" "6.580-62-6 "06/25/2014 08:23 06/25/2014 10:063.3Methyl Methacrylate

ND "" "6.51634-04-4 "06/25/2014 08:23 06/25/2014 10:063.3Methyl tert-butyl ether (MTBE)

ND "" "1375-09-2 "06/25/2014 08:23 06/25/2014 10:063.3Methylene chloride

ND "" "1391-20-3 "06/25/2014 08:23 06/25/2014 10:063.3Naphthalene

ND "" "6.5104-51-8 "06/25/2014 08:23 06/25/2014 10:063.3n-Butylbenzene

ND "" "6.5103-65-1 "06/25/2014 08:23 06/25/2014 10:063.3n-Propylbenzene

ND "" "6.595-47-6 "06/25/2014 08:23 06/25/2014 10:063.3o-Xylene

ND "" "13179601-23-1 "06/25/2014 08:23 06/25/2014 10:066.5p- & m- Xylenes

ND "" "6.599-87-6 "06/25/2014 08:23 06/25/2014 10:063.3p-Isopropyltoluene

ND "" "6.5135-98-8 "06/25/2014 08:23 06/25/2014 10:063.3sec-Butylbenzene

ND "" "6.5100-42-5 "06/25/2014 08:23 06/25/2014 10:063.3Styrene

ND "" "6.598-06-6 "06/25/2014 08:23 06/25/2014 10:063.3tert-Butylbenzene

ND "" "6.5127-18-4 "06/25/2014 08:23 06/25/2014 10:063.3Tetrachloroethylene

ND "" "13109-99-9 "06/25/2014 08:23 06/25/2014 10:066.5Tetrahydrofuran

ND "" "6.5108-88-3 "06/25/2014 08:23 06/25/2014 10:063.3Toluene

ND "" "6.5156-60-5 "06/25/2014 08:23 06/25/2014 10:063.3trans-1,2-Dichloroethylene

ND "" "6.510061-02-6 "06/25/2014 08:23 06/25/2014 10:063.3trans-1,3-Dichloropropylene

ND "" "6.5110-57-6 "06/25/2014 08:23 06/25/2014 10:063.3trans-1,4-dichloro-2-butene

ND "" "6.579-01-6 "06/25/2014 08:23 06/25/2014 10:063.3Trichloroethylene

ND "" "6.575-69-4 "06/25/2014 08:23 06/25/2014 10:063.3Trichlorofluoromethane

ND "" "6.575-01-4 "06/25/2014 08:23 06/25/2014 10:063.3Vinyl Chloride

Surrogate Recoveries Result Acceptance Range

67-13093.8 %Surrogate: 1,2-Dichloroethane-d4 ""17060-07-0 "06/25/2014 08:23 06/25/2014 10:06

75-127113 %Surrogate: p-Bromofluorobenzene ""460-00-4 "06/25/2014 08:23 06/25/2014 10:06

90-112104 %Surrogate: Toluene-d8 ""2037-26-5 "06/25/2014 08:23 06/25/2014 10:06

120 RESEARCH DRIVE STRATFORD, CT 06615 (203) 325-1371 FAX (203) 357-0166

Page 4 of 1161

Page 62: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

HWPCF Ash (Lagoon)

York Project (SDG) No.: 14F0986 York Sample ID: 14F0986-01

Sample Information

Client Sample ID Matrix Sample End Date/Time Date Received

06/23/2014 8:25 06/24/2014Soil

Sample Beginning Date

06/23/2014 0:00

Semi-Volatiles, CT RCP PAH List

Sample Prepared by Method: EPA 3545A

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

ND EPA 8270Dug/kg dry 137283-32-9 SR06/24/2014 18:00 06/25/2014 11:3396.7Acenaphthene

ND "" "372208-96-8 "06/24/2014 18:00 06/25/2014 11:3396.7Acenaphthylene

ND "" "372120-12-7 "06/24/2014 18:00 06/25/2014 11:3396.7Anthracene

ND "" "37256-55-3 "06/24/2014 18:00 06/25/2014 11:3396.7Benzo(a)anthracene

ND "" "37250-32-8 "06/24/2014 18:00 06/25/2014 11:3396.7Benzo(a)pyrene

ND "" "372205-99-2 "06/24/2014 18:00 06/25/2014 11:3396.7Benzo(b)fluoranthene

ND "" "372191-24-2 "06/24/2014 18:00 06/25/2014 11:33186Benzo(g,h,i)perylene

ND "" "372207-08-9 "06/24/2014 18:00 06/25/2014 11:3396.7Benzo(k)fluoranthene

ND "" "372218-01-9 "06/24/2014 18:00 06/25/2014 11:3396.7Chrysene

ND "" "37253-70-3 "06/24/2014 18:00 06/25/2014 11:3396.7Dibenzo(a,h)anthracene

ND "" "372206-44-0 "06/24/2014 18:00 06/25/2014 11:3396.7Fluoranthene

ND "" "37286-73-7 "06/24/2014 18:00 06/25/2014 11:3396.7Fluorene

ND "" "372193-39-5 "06/24/2014 18:00 06/25/2014 11:3396.7Indeno(1,2,3-cd)pyrene

ND "" "37291-57-6 "06/24/2014 18:00 06/25/2014 11:3396.72-Methylnaphthalene

ND "" "37291-20-3 "06/24/2014 18:00 06/25/2014 11:3396.7Naphthalene

ND "" "37285-01-8 "06/24/2014 18:00 06/25/2014 11:3396.7Phenanthrene

ND "" "372129-00-0 "06/24/2014 18:00 06/25/2014 11:3396.7Pyrene

Surrogate Recoveries Result Acceptance Range

10-14047.1 %Surrogate: Nitrobenzene-d5 ""4165-60-0 "06/24/2014 18:00 06/25/2014 11:33

10-12654.0 %Surrogate: 2-Fluorobiphenyl ""321-60-8 "06/24/2014 18:00 06/25/2014 11:33

10-13759.5 %Surrogate: Terphenyl-d14 "" 1718-51-0 "06/24/2014 18:00 06/25/2014 11:33

Extractable Total Petroleum Hydrocarbons (ETPH)

Sample Prepared by Method: EPA 3545A

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

26.4 mg/kg dry 114.9 CT DEP ETPHCT ETPH JW06/24/2014 18:00 06/25/2014 10:123.17ETPH (Extractable Total

Petroleum Hydrocarbons)

Surrogate Recoveries Result Acceptance Range

50-15063.5 %Surrogate: 1-Chlorooctadecane ""3386-33-2 "06/24/2014 18:00 06/25/2014 10:12

120 RESEARCH DRIVE STRATFORD, CT 06615 (203) 325-1371 FAX (203) 357-0166

Page 5 of 1162

Page 63: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

HWPCF Ash (Lagoon)

York Project (SDG) No.: 14F0986 York Sample ID: 14F0986-01

Sample Information

Client Sample ID Matrix Sample End Date/Time Date Received

06/23/2014 8:25 06/24/2014Soil

Sample Beginning Date

06/23/2014 0:00

Metals, TCLP RCRA

Sample Prepared by Method: EPA 3010A/1311

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

0.011 mg/L 10.004 EPA 6010C/13117440-38-2 MW06/25/2014 09:40 06/25/2014 13:480.004Arsenic

0.662 " "0.010 "7440-39-3 "06/25/2014 09:40 06/25/2014 13:480.010Barium

0.012 " "0.003 "7440-43-9 "06/25/2014 09:40 06/25/2014 13:480.003Cadmium

ND "" "0.0057440-47-3 "06/25/2014 09:40 06/25/2014 13:480.005Chromium

0.010 " "0.003 "7439-92-1 "06/25/2014 09:40 06/25/2014 13:480.003Lead

ND "" "0.0107782-49-2 "06/25/2014 09:40 06/25/2014 13:480.010Selenium

ND "" "0.0057440-22-4 "06/25/2014 09:40 06/25/2014 13:480.005Silver

Mercury, TCLP

Sample Prepared by Method: EPA SW846-7470

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

ND EPA 7470/1311mg/L 10.0002007439-97-6 AA06/25/2014 12:53 06/25/2014 17:010.0000390Mercury

Ignitability

Sample Prepared by Method: Analysis Preparation

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

Non-Ignit. EPA 1030P- 11 AA06/25/2014 15:16 06/25/2014 15:181Ignitability

Paint Filter Test

Sample Prepared by Method: Analysis Preparation

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

No Free

Liquid

EPA 9095A" "0 "06/25/2014 15:19 06/25/2014 15:190Paint Filter Test

Particle Size Distribution

Sample Prepared by Method: Analysis Preparation

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

6.70 % "0.100 ASTM D6913-04 "07/16/2014 11:07 07/16/2014 16:38Retained over Sieve No. 4

0.900 " "0.100 " "07/16/2014 11:07 07/16/2014 16:38Retained over Sieve No. 10 - 2.00

mm

4.60 " "0.100 " "07/16/2014 11:07 07/16/2014 16:38Retained over Sieve No. 18 - 1.00

mm

9.00 " "0.100 " "07/16/2014 11:07 07/16/2014 16:38Retained over Sieve No. 40 - 0.42

mm

11.1 " "0.100 " "07/16/2014 11:07 07/16/2014 16:38Retained over Sieve No. 60 - 0.25

mm

0.800 " "0.100 " "07/16/2014 11:07 07/16/2014 16:38Retained over Sieve No. 100 - 0.15

mm

120 RESEARCH DRIVE STRATFORD, CT 06615 (203) 325-1371 FAX (203) 357-0166

Page 6 of 1163

Page 64: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

HWPCF Ash (Lagoon)

York Project (SDG) No.: 14F0986 York Sample ID: 14F0986-01

Sample Information

Client Sample ID Matrix Sample End Date/Time Date Received

06/23/2014 8:25 06/24/2014Soil

Sample Beginning Date

06/23/2014 0:00

Particle Size Distribution

Sample Prepared by Method: Analysis Preparation

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

24.4 % 10.100 ASTM D6913-04 "07/16/2014 11:07 07/16/2014 16:38Retained over Sieve No. 200 -

0.075 mm

42.5 " "0.100 " "07/16/2014 11:07 07/16/2014 16:38Passes through No. 200 Sieve

Total Solids

Sample Prepared by Method: % Solids Prep

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

67.2 " "0.100 SM 2540Gsolids "06/24/2014 17:52 06/25/2014 17:410.100% Solids

pH

Sample Prepared by Method: Analysis Preparation

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

6.15 pH units 10.500 EPA 9045D AA06/25/2014 15:41 06/25/2014 16:32HT-pHpH

Reactivity-Cyanide

Sample Prepared by Method: Analysis Preparation

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

ND EPA SW-846 Ch.7.3.3mg/kg "0.250 AD06/25/2014 13:37 06/25/2014 14:560.250Reactivity - Cyanide

Reactivity-Sulfide

Sample Prepared by Method: Analysis Preparation

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

ND EPA SW-846 Ch.7.3.4" "15.0 "06/25/2014 13:39 06/25/2014 14:5715.0Reactivity - Sulfide

TCLP Extraction for METALS EPA 1311

Sample Prepared by Method: EPA SW 846-1311 TCLP ext. for metals

Parameter Result Prepared Analyzed

Method

Flag DilutionUnitsCAS No. Analyst

Date Date

ReferenceLOQ

Reported to

LOD/MDL

Completed EPA 1311N/A "1.00 AA06/24/2014 17:00 06/25/2014 15:461.00TCLP Extraction

120 RESEARCH DRIVE STRATFORD, CT 06615 (203) 325-1371 FAX (203) 357-0166

Page 7 of 1164

Page 65: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Notes and Definitions

PF-01 No Free Liquid

M-SeTC It is noted that a known interference with selenium at the analytical line for analysis by ICP is caused by carbon emission from the

TCLP or high organics matrix. The data user may subtract the matrix blank value from the data if needed.

IGN-01 Non-Ignit.

HT-pH HOLDING TIME EXCEEDED. Samples for pH must be measured in the field or within 15 minutes of sample collection.

EXT-COMP Completed

B Analyte is found in the associated analysis batch blank. For volatiles, methylene chloride and acetone are common lab contaminants.

Data users should consider anything <10x the blank value as artifact.

Relative Percent DifferenceRPD

Not reportedNR

NOT DETECTED - the analyte is not detected at the Reported to level (LOQ/RL or LOD/MDL)ND

Low Bias flag indicates that the recovery of the flagged analyte is below the laboratory or regulatory lower control limit. The data user should take note

that this analyte may be biased low but should evaluate multiple lines of evidence including the LCS and site-specific MS/MSD data to draw bias

conclusions. In cases where no site-specific MS/MSD was requested, only the LCS data can be used to evaluate such bias.

Low Bias

High Bias flag indicates that the recovery of the flagged analyte is above the laboratory or regulatory upper control limit. The data user should take

note that this analyte may be biased high but should evaluate multiple lines of evidence including the LCS and site-specific MS/MSD data to draw bias

conclusions. In cases where no site-specific MS/MSD was requested, only the LCS data can be used to evaluate such bias.

High Bias

Non-Dir. Non-dir. flag (Non-Directional Bias ) indicates that the Relative Percent Difference (RPD) (a measure of precision) among the MS and MSD data is

outside the laboratory or regulatory control limit. This alerts the data user where the MS and MSD are from site-specific samples that the RPD is high

due to either non-homogeneous distribution of target analyte between the MS/MSD or indicates poor reproducibility for other reasons.

Wet The data has been reported on an as-received (wet weight) basis

REPORTING LIMIT - the minimum reportable value based upon the lowest point in the analyte calibration curve.

METHOD DETECTION LIMIT - a statistically derived estimate of the minimum amount of a substance an analytical system can reliably detect with a

99% confidence that the concentration of the substance is greater than zero. This is based upon 40 CFR Part 136 Appendix B and applies only to EPA

600 and 200 series methods.

RL

MDL

If EPA SW-846 method 8270 is included herein it is noted that the target compound N-nitrosodiphenylamine (NDPA) decomposes in the gas chromatographic inlet

and cannot be separated from diphenylamine (DPA). These results could actually represent 100% DPA, 100% NDPA or some combination of the two.

For this reason, York reports the combined result for n-nitrosodiphenylamine and diphenylamine for either of these compounds as a combined concentration as

Diphenylamine.

If Total PCBs are detected and the target aroclors reported are "Not detected", the Total PCB value is reported due to the presence of either or both Aroclors 1262 and

1268 which are non-target aroclors for some regulatory lists.

2-chloroethylvinyl ether readily breaks down under acidic conditions. Samples that are acid preserved, including standards will exhibit breakdown. The data user

should take note.

Certification for pH is no longer offered by NYDOH ELAP.

*

LOQ LIMIT OF QUANTITATION - the minimum concentration of a target analyte that can be reported within a specified degree of confidence . This is the

lowest point in an analyte calibration curve that has been subjected to all steps of the processing/analysis and verified to meet defined criteria. This is

based upon NELAC 2009 Standards and applies to all analyses.

LOD LIMIT OF DETECTION - a verified estimate of the minimum concentration of a substance in a given matrix that an analytical process can reliably

detect. This is based upon NELAC 2009 Standards and applies to all analyses conducted under the auspices of EPA SW-846.

Reported to This indicates that the data for a particular analysis is reported to either the LOD/MDL, or the LOQ/RL. In cases where the "Reported to" is located

above the LOD/MDL, any value between this and the LOQ represents an estimated value which is "J" flagged accordingly. This applies to volatile and

semi-volatile target compounds only.

Analyte is not certified or the state of the samples origination does not offer certification for the Analyte .

120 RESEARCH DRIVE STRATFORD, CT 06615 (203) 325-1371 FAX (203) 357-0166

Page 8 of 1165

Page 66: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Semi-Volatile and Volatile analyses are reported down to the LOD/MDL, with values between the LOD/MDL and the LOQ being "J" flagged as estimated results.

Revision Description: This report has been revised to include particle size results.

120 RESEARCH DRIVE STRATFORD, CT 06615 (203) 325-1371 FAX (203) 357-0166

Page 9 of 1166

Page 67: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Page 10 of 1167

Page 68: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

Page 11 of 1168

Page 69: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

69

Page 70: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

BID BOND

(2 Pages)

APPENDIX E

70

Page 71: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

BID BOND

KNOW ALL MEN BY THESE PRESENTS, that we the undersigned, ____________________________ as PRINCIPAL, and ________________________, as SURETY are held and firmly bound unto The Metropolitan District hereinafter called the "District," in the penal sum of _____________________________Dollars ($________________), lawful money of the United States of America, to be paid to the said District, the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated __________________, 20___, in connection and conformance with the District Project Manual, Contract Number 2013B-22 and all work associated therewith as set forth in certain Contract Drawings and Specifications filed at the office of the District.

NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein before the opening of the same, and, if no other period be specified, said bid shall remain in effect for one hundred twenty (120) working days, excluding Saturdays, Sundays and legal holidays, after the said opening and, if the bid is awarded to the Principal, the Principal if no other period be specified, within ten (10) days after the fully executed Contract is presented to him or her give both bond with good and sufficient surety or sureties, as may be required, for the faithful performance, payment and proper fulfillment of such Contract and insurance certificates as may be required by such Contract; or in the event of the withdrawal of said bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, the Principal shall pay the District the difference between the amount specified in said bid and the amount for which the District may procure the required work or supplies or both, if the latter amount be in excess of the former; or if said bid shall be rejected by the District, then the above obligation shall be void and of no effect, otherwise to remain in full force and effect.

IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their several seals this __________________ day of ___________________, 20___, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body.

71

ejohnson
Text Box
2014B-34
ejohnson
Text Box
Page 72: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

In presence of: ______________________________ ________________________________L.S. ______________________________ _________________________________L.S.

(Business Address) ______________________________ __________________________________L.S.

(Individual Principal) ______________________________ __________________________________L.S.

(Address) ______________________________ _______________________________(SEAL)

(Corporate Principal) ______________________________ By: ________________________________

________________________________ (Business Address)

Attest: ______________________________ _____________________________________

(Corporate Surety)

Affix _____________________________________ Corporate Seal By___________________________________

(Title)

72

Page 73: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

SAFETY REQUIREMENTS HWPCF

(1 Page)

APPENDIX F

73

ejohnson
Text Box
Page 74: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

SLBE Mandatory Subcontracting Forms

74

Page 75: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

75

Page 76: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

76

Page 77: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

77

Page 78: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

78

Page 79: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

79

Page 80: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

80

Page 81: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

 

 

 

 

 

Mandatory Subcontractor Waiver Requirements (Good Faith Efforts)

81

Page 82: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

82

Page 83: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

83

Page 84: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

84

Page 85: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

85

Page 86: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

LIST OF SUBCONTRACTORS

SUBCONTRACTORS: Include names of subcontractors, including type of work and estimated value of work. List of Subcontractors must include all subcontractors to be used for work included in the Contract Documents, and with contract values $25,000 or greater. [Add additional pages as necessary.] NAME ADDRESS PHONE # TYPE OF

WORK/SPEC SECTION

ESTIMATED VALUE OF WORK ($)

86

Page 87: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

CONTRACTOR PERFORMANCE EVALUATION

(17 Pages)

APPENDIX G

87

Page 88: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

THE METROPOLITAN DISTRICT

CONTRACTOR EVALUATION

PART 1: GENERAL

1.01 REQUIREMENTS INCLUDED

A. In accordance with the provisions of Metropolitan District Ordinances Chapter G-5, adoptedMarch 2, 1992, the Contractor’s Performance under this Contract will be evaluated.

1. Copies of G-5 may be acquired by the Contractor at the Office of the District Clerk locatedat 555 Main Street, Hartford, Connecticut.

2. A copy of the MDC standard form for this evaluation is attached to these documents.

B. In accordance with the requirements of CGS Sections 4a-100 and 4a-101(if applicable to thisContract), the Contractor’s performance under this Contract will be evaluated.

1. A copy of DAS Form 745 is available at the DAS Prequalification Unit website.

C. There will be no direct payment to the Contractor for these requirements.

1.02 FORM AND CONTENT OF REQUIREMENTS

A. There will be a written evaluation by the designated MDC Engineer at the 50 % completionpoint of the Project using both the MDC and the DAS forms.

B. There will be a written evaluation by the designated MDC Engineer at the 100 %completion point of the Project using both the MDC and DAS evaluation forms.

C. The MDC shall submit a copy of the completed DAS Contractor Performance Evaluation Formto the DAS Prequalification Unit at the completion of the Contract (if applicable).

88

Page 89: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

89

Page 90: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

90

Page 91: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

91

Page 92: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

92

Page 93: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

93

Page 94: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

94

Page 95: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

95

Page 96: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

96

Page 97: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

97

Page 98: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

98

Page 99: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

99

Page 100: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

100

Page 101: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

101

Page 102: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

102

Page 103: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

103

Page 104: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

104

Page 105: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

AFFIDAVIT OF NON-COLLUSION AND

INDEPENDENT PRICE DETERMINATION STATE OF ss. at COUNTY OF This Affidavit is made to The Metropolitan District (MDC) by the undersigned (BIDDER) in connection with the Bid submitted by BIDDER (BID) in response to the MDC’s competitive bid solicitation process. hereby certifies and declares:

1. THAT all representations made by BIDDER and contained in the BID are true, accurate and complete;

2. THAT neither BIDDER nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest has (a) in any way colluded, conspired, connived, or agreed directory or indirectly with any other bidder, firm or person to submit, or to refrain from submitting, a competing bid in connection with this bid submission, or (b) in any manner, directly or indirectly, sought by agreement or collusion of communication or conference with any other bidder, firm or person to fix the price or prices in the BID or any bid of any other bidder or to fix any overhead, profit or cost element of said BID or another bid or bidder, or (c) sought in any way to secure through collusion, conspiracy, connivance, agreement, or any advantage against the MDC or any person interested in the proposed Contract;

3. THAT the Bid has been determined independently by BIDDER, its team members or representatives, without consultation, communication or agreement for the purpose of restricting competition, and is not tainted by any collusion or conspiracy by any parties, including BIDDER;

4. THAT the BID has not been disclosed by BIDDER to any other bidder, potential bidder and will not be disclosed by BIDDER, prior to bid opening, directly or indirectly, to any other bidder or potential bidder;

APPENDIX H

105

Page 106: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

5. THAT no person acting for or employed by the MDC is now or will hereafter be directly or indirectly interested therein or in any portion of the profits thereof in any manner which is contrary to laws or is unethical, and that no person acting for or employed by the MDC is now or will hereafter benefit financially directly or indirectly from the award of the proposed Contract or in the participation in the bidding process;

6. THAT BIDDER has submitted only the BID and has not directly or indirectly used a related company, agent, employee, officer, partner, representative or nominee to submit any other bid;

The undersigned, who is responsible for determining the prices being offered in the BID, has read the foregoing and the same is true and correct to the best of his/her knowledge, information and belief. IN WITNESS WHEREOF, the undersigned has executed this Affidavit as of this day of , 201 .

BIDDER: By Signature Print Name & Title of Authorized Signatory Subscribed and sworn to before me, The undersigned, this day of , 201 Commissioner of the Super Court Notary Public My Commission Expires

Notice Concerning Legal Action Any person who knowingly makes a false statement or otherwise executes a document that he or she knows to be false, with the intent to mislead a municipality is in violation of Connecticut General Statute 53a-157b, Making a False Statement, and shall be subject to penalty.

106

Page 107: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

FAIR EMPLOYMENT PRACTICES QUALIFICATION FORM

Date:

THE METROPOLITAN DISTRICT Hartford County, Connecticut

Bidders that have 10 or more employees must complete the Fair Employment Practices Qualification Form. Bidders with less than 10 employees must complete Sections A & C only. FAILURE TO COMPLETE AND RETURN THIS FORM MAY BE SUFFICIENT CAUSE FOR REJECTION OF YOUR BID OR CANCELLATION OF PURCHASES. This information will be evaluated by The Metropolitan District (MDC) to determine whether or not your firm is to be retained on the MDC’s Bidding and Contractors List.

SECTION A: All bidders must complete this section. Name of Firm: No. of Employees: Address: Phone: Authorized Spokesperson for Firm: Title: Nature of Business:

SECTION B: Bidders that have 10 or more employees must complete this section. The employer will indicate his willingness or unwillingness to participate in the following affirmative action employment practices by circling the proper key letter after each question: (A) This is now the practice of the Company. (B) The Company will adopt this affirmative action. (C) The Company cannot or will not adopt this affirmative action. (If ‘C’ is circled, reason must be stated.) It is understood that the Company’s willingness to participate in affirmative action employment practices will be evaluated by the MDC and that this evaluation may directly influence supplier qualification. 1. The Company will adopt a policy of non-discrimination on the basis of race, color, creed,

mental or physical disability, age, sex, national origin or ancestry. A B C Reason:

APPENDIX I

107

Page 108: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

FAIR EMPLOYMENT PRACTICES QUALIFICATION FORM (Page 2)

2. The Company will state the Company's non-discriminatory policies in writing and will

communicate them to the following: All employees: A B C Reason: All recruitment sources: A B C Reason: All relevant labor unions: A B C Reason: 3. If the Company conducts any formal or informal training programs, the recruitment for these

programs will be conducted so as to not discriminate against minority group persons.

A B C Reason: 4. The Company will take steps to integrate all positions, departments and plant locations. A B C Reason: 5. The Company will review its qualifications for each job to determine, whether such standards

eliminate those unemployed persons who could, if hired, perform the duties of the job adequately. The following qualifications will be reviewed:

Education A B C Reason: Experience A B C Reason: Tests A B C Reason: Arrest Record A B C Reason: 6. The Company will advise the Connecticut Department of Labor as to employment

opportunities as they become available. A B C Reason:

SECTION C: All bidders must sign this section. Name of Firm: Address: Phone Number: Signature of Officer: Title: Date:

108

Page 109: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

INSURANCE DOCUMENT

1. BLANK CERTIFICATE OF INSURANCE FORM (1 PAGE)

APPENDIX J

109

Page 110: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

CERTIFICATE OF INSURANCE -THE METROPOLITAN DISTRICTFORM INS390

ISSUE DATE (MM/DD/YY)

INSURED THIS IS TO CERTIFY THAT THE PO LICIES LISTED BELO W HAVE BEEN

ISSUED, SUBJECT TO APPLICABLE TERMS, CO NDITIONS AND EXCLUSIONS. THIS CERTIFICATE DOES NOT AMEND, EXTEND O R ALTER THE CO VERAGE AFFORDED BY THE POLICIES INDICATED BELOW.

COMPANIES AFFORDING COVERAGE PRODUCER COMPANY

LETTER A CO MPANY

LETTER B CO MPANY

LETTER C MINIMUM INSURANCE REQUIREMENTS BODILY INJURY AND PROPERTY DAMAGE $1,000,000 EACH OCCURRENCE $1,000,000 AGGREGATE

(NOTE: CERTAIN PRO JECTS, CONTRACTS OR AGREEMENTS MAY REQUIRE HIGHER O R LO WER LIMITS AND/O R REQ UIRE SPECIFIC ADDITIO NAL INSURANCE COVERAGES. SEE PRO JECT, CONTRACT OR AGREEMENT FOR ADDITIONAL INFORMATION.)

COVERAGES CO LTR

TYPE OF INSURANCE

POLICY NUMBER EFF. DATE

(MM/DD/YY) EXP. DATE (MM/DD/YY)

ALL LIMITS IN THOUSANDS

GENERAL LIABILITY

EACH OCCURRENCE $

____ COMMERCIAL GENERAL LIABILITY

GENERAL AGGREGATE

$

____ CLAIMS MADE ___ OCCUR. ____ PER PROJECT AGG. LIMIT END.

PRODUCTS COMP/OPS AGGREGATE

$

____ BLANKET CONTRACTUAL ____ THE METROPOLITAN DISTRICT AND THE STATE OF CONN. ADDED AS ADDITIONAL INSURED

SELF-INSURED RETENTION

$

AUTOMOBILE LIABILITY

COMBINED SINGLE LIMIT

$

____ ANY AUTO

____ ALL OWNED AUTOS

BODILY INJURY (Per Person)

$

____ SCHEDULED AUTOS

BODILY INJURY (Per Accident)

$

____ HIRED AUTOS

PROPERTY DAMAGE

$

____ NON-OWNED AUTOS

SELF-INSURED RETENTION

$

EXCESS/UMBRELLA LIABILITY

EACH OCCURR. $

AGGREGATE $

WORKERS’ COMPENSATION AND EMPLOYERS’ LIABILITY

STATUTORY

$ (EACH ACCIDENT)

$ (DISEASE-POLICY LIMIT)

$ (DISEASE-EACH EMPLOYEE)

PROTECTIVE LIABILITY

BODILY INJURY & PROPERTY DAMAGE

(IN THE NAME OF THE METROPOLITAN DISTRICT) POLICY MUST BE SUBMITTED.

EACH OCCURRENCE:

AGGREGATE:

OTHER

DESCRIPTION OF OPERATIONS CERTIFICATE HOLDER THE METROPOLITAN DISTRICT 555 MAIN STREET-PO BOX 800 HARTFORD, CT 06142-0800

IT IS AGREED THAT 30 DAYS’ NOTICE OF CANCELLATION O R RESTRICTIVE AMENDMENT O F SAID POLICIES SHALL BE MAILED TO THE METRO POLITAN DISTRICT, AND IT IS FURTHER AGREED THAT ALL EARNED PREMIUM CHARGES FO R THE PRO TECTIVE LIABILITY AND O THER PO LICIES WILL BE BILLED TO THE ABOVE NAMED PERSON OR FIRM. AUTHORIZED REPRESENTATIVE

110

Page 111: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

APPENDIX K

ACKNOWLEDGMENT OF RECEIPT OF ADDENDA 2014B-37

All addenda related to the solicitation issued by The Metropolitan District (MDC) must be attached to and made part of the Contract. Where addenda are issued prior to bidding on the solicitation, all such addenda shall be attached and submitted with the bid proposal as confirmation and acknowledgment of receipt. Failure to submit addenda acknowledgment and confirmation along with the bid proposal may cause the bid to be considered non-responsive and thereby rejected. The MDC assumes no responsibility nor shall it or its representatives be held liable for failure of bidder to submit addenda as required. The requirement to submit this Acknowledgment of Receipt with the bid proposal shall in no manner invalidate any and all rights which the MDC may have under the Contract and by law. Addendum Number Date Received Addendum Number Date Received Addendum Number Date Received Addendum Number Date Received Addendum Number Date Received Addendum Number Date Received Addendum Number Date Received Addendum Number Date Received Addendum Number Date Received Addendum Number Date Received

111

Page 112: LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS ... LOADING, TRANSPORTATION, AND DISPOSAL OF BIOSOLIDS INCINERATOR ASH FROM THE HARTFORD WATER POLLUTION CONTROL FACILITY SOLICITATION

APPENDIX L

THE METROPOLITAN DISTRICT

Contract # 2014B-37

NO BID QUESTIONNAIRE FORM PLEASE COMPLETE AND RETURN THIS FORM

ONLY IF YOU DO NOT WISH TO SUBMIT A BID PROPOSAL

If you do not wish to submit a bid for this contract, we are interested in knowing why. Please complete the requested information and submit by USPS mail to: The Metropolitan District, Attn: Procurement Department, 555 Main Street, P.O. Box 800, Hartford, CT 06142-0800. If you would rather FAX your response, the FAX number is (860) 560-4030. If you have any questions, please call the Director of Procurement at (860) 278-7850, Ext. 3347.

“NO BID PROPOSAL” QUESTIONNAIRE (Please complete all items that apply.)

We do not sell the products and/or services in the request for qualification/proposal/contracts, but we want to stay on the MDC’s Bidder List. Please send necessary information so that products and services that we do provide can be updated on the MDC’s Bidder List. We have reviewed the bid/proposal package requirement and we are not interested in submitting a formal bid/proposal because: Other reasons/comments: _________________________________________ Date: (Business Name) _________________________________________ Phone: (Street Address/P.O. Box) _________________________________________ Solicitation Number: (City, State, Zip Code)

112


Top Related