BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY

Similar documents
Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT

2018 PAVEMENT CRACK SEAL PROGRAM BID NO. 17/18-71

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY LED STREETLIGHT RETROFITS-WEST SIDE (DATE): OCT.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RELOCATE PLAYGROUND EQUIPMENT (DATE): JULY 8, 2016

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY SUBSURFACE EXPLORATION AT VARIOUS (DATE): SEPT.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RETAINING WALL REPAIR 367 WEST (DATE): MARCH 6, 2014

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY HYDROSEEDNG AT MANCHESTER LANDFILL (DATE): APRIL 11, 2017

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY FURNISH AND INSTALL LED LUMINAIRES IN (DATE): MARCH 15, 2016

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Town of Manchester, Connecticut General Services Department. Request for Proposal

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSAL PHYSICAL FITNESS ASSESSMENTS AND TRAINING RFP 15/16-75 PROPOSALS DUE:

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

PROPOSAL LIQUID CALCIUM CHLORIDE

Town of Manchester, Connecticut General Services Department

REQUEST FOR PROPOSAL SUPPLY OF

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

Champaign Park District: Request for Bids for Playground Surfacing Mulch

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

Town of Manchester, Connecticut General Services Department. Request for Proposal

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

RFP GENERAL TERMS AND CONDITIONS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

ANNEX A Standard Special Conditions For The Salvation Army

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

COUNTY OF OSWEGO PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

CCIP ADDENDUM. Blasting or any blasting operations;

HEATING AND COOLING SYSTEM MAINTENANCE

REQUEST FOR SEALED BID PROPOSAL

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

Scofield Ridge Homeowners Association

SPECIFICATIONS FOR MANCHESTER PUBLIC SCHOOLS RFP# MANCHESTER HIGH SCHOOL SCHOOL PHOTOGRAPHER TABLE OF CONTENTS

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

BERRIEN COUNTY ROAD DEPARTMENT

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

MIDDLESEX COUNTY UTILITIES AUTHORITY

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

Union College Schenectady, NY General Purchasing Terms & Conditions

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

C R D A Capital Region Development Authority

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

Snow Removal Services Request for Proposals December 1, April 30, 2019

Trailer Mounted 250KW Diesel Generator Contract # 18C

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

OGC-S Owner-Contractor Construction Agreement

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Request for Bid/Proposal

REQUEST FOR SEALED BID PROPOSAL

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

REQUEST FOR SEALED BID PROPOSAL

TERMS AND CONDITIONS OF SALE

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

CITY OF ROMULUS CHAPTER 39: PURCHASING

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

B. The Bid is made in compliance with the Bidding Documents.

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

W I T N E S S E T H:

REQUEST FOR QUOTATION

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018

Transcription:

BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered by Federal Express, United Parcel Service or other persons shall be delivered to Director of General Services, Town of Manchester, 494 Main Street, Manchester, CT 06040. The appropriate pre-addressed label below must be affixed to the envelope containing your proposal. THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY BID NO. 15/16-47 TO BE OPENED: GLYCERIN BASED SUPPLEMENTAL CARBON (DATE): JANUARY 5, 2016 (TIME): 11:00 A.M. TO: DIRECTOR OF GENERAL SERVICES TOWN OF MANCHESTER LINCOLN CENTER 494 MAIN STREET P.O. BOX 191 MANCHESTER, CT 06045-0191 THIS LABEL FOR USE WITH HAND DELIVERY (I.E., FED EX, UNITED PARCEL SERVICE) BID NO. 15/16-47 TO BE OPENED: GLYCERIN BASED SUPPLEMENTAL CARBON (DATE): JANUARY 5, 2016 (TIME): 11:00 A.M. TO: DIRECTOR OF GENERAL SERVICES TOWN OF MANCHESTER LINCOLN CENTER 494 MAIN STREET MANCHESTER, CT 06040

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 INVITATION TO BID FOR GLYCERIN BASED SUPPLEMENTAL CARBON BID NO. 15/16-47 DATE OF BID OPENING: JANUARY 5, 2016 TIME: 11:00 A.M. In accordance with the provisions of the Town Charter, sealed proposals will be received in the Office of the Director of General Services of the Town of Manchester, Connecticut, not later than the date and time set forth above, for furnishing the commodities and/or services listed herein. Proposals must be executed in accordance with and subject to instructions and specifications contained herein. The Town of Manchester is an equal opportunity employer, and requires an affirmative action policy for all of its Contractors and Vendors as a condition of doing business with the Town, as per Federal Order 11246. By signing the Proposal Sheet for this bid, all vendors and contractors agree to this condition of doing business with the Town and should the Town choose to audit their compliance, the vendor agrees to cooperate fully. SPECIAL INSTRUCTIONS 1. This bid and any addenda will be issued on the Town of Manchester website at http://generalservices1.townofmanchester.org/index.cfm/bids/. It shall be the responsibility of the bidder to download this information. THE TOWN OF MANCHESTER WILL NOT MAIL A SEPARATE HARD COPY OF ADDENDUM TO BIDDERS. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. No addendum shall be issued less than 2 calendar days before the due date unless it is to change the due date. 2. Bid prices may not be withdrawn by bidder for 90 days after bid opening. 3. All questions or inquiries must be submitted at least 7 days before the bid opening. 4. The enclosed pre-addressed label must be attached to the envelope containing your bid.

BOARD OF DIRECTORS TOWN OF MANCHESTER, CONNECTICUT RULES AND REGULATIONS FOR COMPETITIVE BIDDING INCLUDING INSTRUCTIONS TO BIDDERS These rules and regulations have been adopted by the Board of Directors of the Town of Manchester pursuant to Section 5-22 of the Town Charter. They are standard for all competitive bidding proposals issued by the Town of Manchester, Connecticut for contracts of all types where labor, materials and necessary equipment to complete work is to be furnished to the Town, where the Town is to purchase supplies, materials and equipment, where the Town is to sell surplus materials and equipment, or where the Town is to sell real estate. These rules and regulations shall be binding upon all prospective bidders and the Town of Manchester. GENERAL RULES 1. The Director of General Services may delete or modify any of the instructions to bidders for a particular proposal, indicating such change in the appropriate section of the proposal documents. The Director of General Services may insert special instructions in any special contracts which are subject to competitive bidding. 2. The attached proposal is signed by the bidder with full knowledge of, and agreement with, the general specifications, conditions and requirements of this bid. 3. Where appropriate, return copy of proposal on the enclosed form. 4. Submit proposal in an envelope marked with the bidder s name and address on the upper left-hand corner. 5. Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, Lincoln Center, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered by Federal Express, UPS or other persons shall be delivered to Director of General Services, Town of Manchester, 494 Main Street, Manchester, CT 06040. The enclosed pre-addressed label must be affixed to the envelope containing your proposal. 6. Proposals received later than the time and date specified will not be considered. Amendments to, or withdrawals of bids received later than the time and date set for bid opening will not be considered. 7. All bids shall be opened publicly and read aloud. Bidders may be present at the opening of bids. All bids shall be tabulated and copies of said tabulation shall be made available to Bidders upon their request. 8. All deliveries of commodities or services hereunder shall comply in every respect with all applicable laws of the Federal Government and/or the State of Connecticut. Purchases made by the Town of Manchester are exempt from payment of Federal Excise Taxes and the Connecticut Sales Tax and such taxes must not be included in bid prices. Federal Excise Tax exemption certificates, if requested, will be furnished. 9. The Bidder, where applicable, shall insert the price per stated unit and extend a total price for each item. In the event there is a discrepancy between the unit price and the extension, the unit price will govern. 10. Bidders shall, where applicable, submit terms for payment in spaces provided in the proposal form, showing the amount of cash discount which shall apply to bid prices when paid within the stated number of days in the proposal. 1

11. All inquiries, whether oral or written, shall be submitted within the time limitations specified in the bid documents and shall be directed to the General Services Office, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191, by email, gensvcs@manchesterct.gov or fax (860) 647-5206. All information given by the Town except by written addenda shall be informal and shall not be binding upon the Town nor shall it furnish a basis for legal action by any bidder or prospective bidder against the Town. 12A. The Town reserves the right to reject any and all bids. To waive technical defects and to make such awards including accepting a bid, although not the low bid, as it deems in its sole discretion to be in the best interest of the Town. The Town reserves the right to reject any bid if the bidder, any officer of the bidder, or any other company owned in whole or in part by any officer(s) of the bidder, is delinquent in the payment of any taxes or fees owed to the Town. The Town reserves the right to require a disclosure statement from the bidder listing the name(s) of all officers of the company. 12B. In the event the Town determines that a contractor is delinquent in any payment due the Town, then the Town may offset the delinquent amount due to the Town against the sums owed the contractor. 13. The Town of Manchester may make such investigation as deemed necessary to determine the ability of the bidder to discharge a contract. The bidder shall furnish the Town with all such information and data as may be required for that purpose. The Town reserves the right to reject any bid if the bidder fails to satisfactorily convince the Town that he is properly qualified by experience and facilities to carry out the obligations of the contract and to satisfactorily complete the work called for herein, or if the bid is conditional in nature. 14. Except where otherwise provided, a contract between the Town and a successful bidder shall consist of the Invitation to Bid, Specifications, Plans, Bid including Proposal sheet, and Acceptance by the Town and these Rules and Regulations. Acceptance by the Town may be by purchase order for the portion of the work awarded a contractor. 15. All Invitations to Bid shall be publicly advertised on at least three (3) occasions in a newspaper having a general circulation within the Town of Manchester, Connecticut. The last advertising date shall be at least seven (7) calendar days before the date which is advertised for the opening of bids. 16. Copies of bids shall be made available to all interested persons for a fee to be determined by the Director of General Services which fee will be refundable at the discretion of the Director of General Services upon return of said documents. 17. Alternate bids shall not be accepted unless otherwise specified in the bid documents. 18. Any act or acts of misrepresentation or collusion, shall be a basis for disqualification of any bid or bids submitted by such persons guilty of said misrepresentation of collusion. In the event that the Town enters into a contract with any bidder who is guilty of misrepresentation or collusion and such conduct is discovered after the execution of said contract, the Town may cancel said contract without incurring liability, penalty or damages. 19. In the event that any bidder wishes to protest the potential award of a bid or any procedure of act in the advertising or soliciting of the bids, said bidder must make said protest in writing which shall state the reason therefore and request a conference with respect thereto. Said protest must be received in the Town, Office of General Services within FIVE (5) business days after the mailing of bid results or decisions. 2

20. A conference with respect to said protest shall be scheduled by the Director of General Services forthwith and shall be attended by him or his designee and such other persons as the Director of General Services and the General Manager shall require to attend. The subject matter of said conference shall be limited to the reasons for the protest specified in the written request for said conference. Said conference shall also include a discussion of all possibilities for a resolution of dispute. The Town shall make a decision in writing within three (3) business days after said conference and forward the same to the protesting bidder forthwith. 21. In the event that any protesting bidder wishes to take legal action against the Town, he must first fully comply with all of these Rules and Regulations, including those which have been changed by the Director of General Services pursuant to paragraph 1 herein. 22. Except for special instructions inserted in special contracts by the Director of General Services pursuant to paragraph 1 herein, in the event of any conflicts between these Rules and Regulations and the terms and conditions of any document these Rules and Regulations shall prevail. 23. All Awards shall be made by the Director of General Services. 24. These Rules and Regulations, as revised, shall be effective as of June 23, 1993. Revised: April 14, 1981 March 13, 1984 August 1, 1989 June 23, 1993 3

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CT 06045-0191 STANDARD INSTRUCTIONS TO BIDDERS SUPPLIES, MATERIALS & EQUIPMENT These instructions are standard for all proposals issued by the Town of Manchester, Connecticut, for the purchase of all supplies, materials, and equipment. The Town of Manchester may delete, supersede, or modify any of these standard instructions for a proposal by indicating such change in the section headed. Special Instructions to Bidders. 1. Unless otherwise stated, deliveries must consist of new merchandise. 2. Prices quoted shall be net delivered prices to the Town. 3. The Town may withhold acceptance of, or reject any merchandise which found, upon examination, not to meet the specifications requirements. When rejected, it shall be removed by the Contractor (vendor) within ten (10) days after notification of rejection. 4. When the schedule indicates that an item to be purchased is to be specified, or equal, the bidder may offer an article which is certified to be equal in quality, performance, and in other essential characteristics to the bid standard. Bidder must furnish any information, such as specifications, test results, etc., which will help in determining whether an item is equal or superior to the Town s bid standard. If a bidder fails to name a substitute, the specified item must be furnished. 5. Bidders agree to comply with all of the latest Federal and State safety standards and regulations and certify that all items furnished in this bid will conform to and comply with said standards and regulations. Bidder further agrees to indemnify and hold harmless the Town for all damages assessed against the Town as a result of the bidder s failure to comply with said Standards and/or Regulations. 6. The Town reserves the right to make an award by item or total as may be in the best interest of the Town. If a Bidder desires to bid on an all or nothing basis, he shall so indicate on the bid schedule, and the Town reserves the right to make an award as may be in the best interest of the Town. 7. The Bidder shall pay all royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and shall save the Town of Manchester harmless from loss on account thereof except that the Town of Manchester shall be responsible for all such loss when a particular manufacturer, product, or process is specified by the Town of Manchester. 4

STANDARD INSURANCE AND INDEMNIFICATION REQUIREMENTS FOR BIDS, PERMITS AND THE USE OF TOWN FACILITIES I. General Conditions: Within ten (10) business days of the award or notice, or prior to the start of work, whichever comes first, the contractor/insured will provide, pay for, and maintain in full force and effect the insurance outlined here for coverage s at not less than the prescribed minimum limits of liability. Such coverage is to remain in force during the life of the contract and for such additional time as may be required, and will cover the contractor/insured s activities, those of any and all subcontractors, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. A. Certificates of Insurance: The contractor/insured will give the owner a certificate of insurance completed by a duly authorized representative of their insurer certifying that at least the minimum coverage s required here are in effect and specifying that the liability coverage s are written on an occurrence form and that the coverage s will not be canceled, non-renewed, or materially changed by endorsement or through issuance of other policy(ies) of insurance without sixty (60) days advance written notice to the General Services Department. Failure of the owner to demand such certificate or other evidence of full compliance with these insurance requirements or failure of the owner to identify a deficiency from evidence provided will not be construed as a waiver of the contractor/insured s obligation to maintain such insurance. B. Insurer Qualification: All insurance will be provided through companies authorized to do business in the State of Connecticut and considered acceptable by the owner. C. Additional Insured: To the extent commercially available at no additional cost, the policy or policies providing insurance as required, with the exception of professional liability and workers compensation, will defend and include the owner and owner s architects, directors, officers, representatives, agents, and employees as additional insureds on a primary basis for work performed under or incidental to this contract. D. Retroactive Date and Extended Reporting Period: If any insurance required here is to be issued or renewed on a claims-made form as opposed to the occurrence form, the retroactive date for coverage will be no later than the commencement date of the project and will state that in the event of cancellation or nonrenewal, the discovery period for insurance claims (tail coverage) will be at least 36 months. E. Subcontractors Insurance: The contractor/insured will cause each subcontractor employed by contractor/insured to purchase and maintain insurance of the types specified below. When requested by the owner, the contractor/insured will furnish copies of certificates of insurance evidencing coverage for each subcontractor. F. Waiver of Subrogation: The contractor/insured will require all insurance policies in any way related to the work and secured and maintained by the contractor/insured to include clauses stating each underwriter will waive all rights of recovery, under subrogation and otherwise, against owner, architect, and all tiers of contractors or consultants engaged by them. The contractor/insured will require of subcontractors, by appropriate written agreements, similar waivers each in favor of all parties enumerated in this section. 5

G. Hold Harmless: The contractor/insured shall indemnify and hold harmless the owner and, if applicable, the engineer and their agents and employees from and against all claims, damages, losses and expenses, including attorney s fees of counsel selected by the owner, arising out of or resulting from the performance of the work and /or the supplying of materials, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom, and (b) is caused in whole or in part by any negligent act or omission of the contractor/insured, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not they are caused in part by a party indemnified hereunder. II. Insurance Limits and Coverage: A To the extent applicable, the amounts and types of insurance will conform to the minimum terms, conditions and coverage s of Insurance Services Office (ISO) policies, forms, and endorsements. B. If the contractor/insured has self-insured retention s or deductibles under any of the following minimum required coverage s, the contractor/insured must identify on the certificate of insurance the nature and amount of such self-insured retention s or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retention s or deductibles will be the contractor/insured s sole responsibility. C. Commercial General Liability: The contractor/insured will maintain commercial general liability insurance covering all operations by or on behalf of the contractor/insured on an occurrence basis against claims for personal injury (including bodily injury and death) and property damage (including loss of use). Such insurance will have these minimum limits: Minimum Limits: $1,000,000 each occurrence $2,000,000 each occurrence if blasting is required $2,000,000 general aggregate with dedicated limits per project site $2,000,000 products and completed operations aggregate $1,000,000 personal and advertising injury Should blasting be required, all necessary permits for the use of explosives shall be obtained by the contractor/insured or insured from the Fire Marshall. D. Automobile Liability: The contractor/insured will maintain business auto liability coverage for liability arising out of any auto, including owned, hired, and non-owned autos. Minimum Limits $1,000,000 combined single limit each accident E. Workers Compensation: The contractor/insured will maintain workers compensation and employer s liability insurance. Minimum Limits: Workers Compensation: statutory limit Employer s Liability: $1,000,000 bodily injury for each accident $1,000,000 bodily injury by disease for each employee $1,000,000 bodily injury disease aggregate 6

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 SPECIFICATIONS FOR GLYCERIN BASED SUPPLEMENTAL CARBON The Town of Manchester Connecticut invites bids for the supply of glycerin based supplemental carbon for use in the Water and Sewer Department. The deliveries shall be 4,000-4,500 gallons with a 6 month contract period with an estimated total of 18,000 gals. Deliveries shall be made to the Manchester Wastewater Treatment Plant, 120 Thrall Road, Manchester, CT 06040-0191. A. Specifications For Glycerin Based Carbon Source: Property Units Limits Value Test Protocol Purity (remainder as water and minor constituents) % Glycerin Minimum 70 ASTM D7637-10 Debris/Trash/Particle size micron Maximum 50 ASTM E11-09e1 Methanol Content % wt/wt Less than 1% EN 14110 Specific Gravity @ 20deg C Minimum Maximum 1.15 1.30 ASTM D 891-00 or ASTM D 4052-02 Viscosity Cp 20deg C Minimum 200 Cp 5 deg C Maximum 800 ASTM D 445 ph Minimum 4 Maximum 11 USEPA SW-846 9045D Flash Point Deg C Minimum 93 ASTM D 93 Fatty Acid Content % wt/wt Maximum 1 % ASTM 5555-95 COD Concentration mg/l Minimum 1,000,000 ASTM D 1252 (dilution in Water) Sulfated Ash Content mg/1000ml Maximum 100 ASTM D874-07 B. Bid Evaluation: The actual cost of the glycerin based carbon source shall be based upon the cost per pound of the Chemical Oxygen Demand (COD). The award of the contract shall be made to the lowest responsive and responsible bidder based upon the cost per pound of COD. See bid proposal sheet. Bidder shall also submit product information sheet or technical specs and product MSDS. C. Delivery Conditions: 1. Deliveries shall be accepted between the hours of 7:00 am and 3:00 a.m. Monday through Friday. Special arrangements can be made due to inclement weather or traffic issues by contacting Michael Emond at 860-729-4055 or Ray Weaver at 860-647-3213. 7

2. The Supplier shall ensure that the product is delivered in clean tanker trucks and is free of contamination. Contamination of the product shall render the Supplier liable for the lawful disposal of the contaminated material, cleanup of stage facilities and full replacement of product at the Supplier s expense. 3. The off-loading of the glycerin based carbon source from the tanker truck to the facilities (2) 4,000 gallon storage tanks shall be the responsibility of the Supplier. The Supplier shall be responsible for all health, safety, and spills/cleanup associated with the offloading. 4. The Supplier shall provide all hoses and fittings required to off-load the glycerin based carbon source. The tanker truck shall have the means to off-load utilizing an air compressor or pump. 5. All deliveries shall be accompanied with a description of the product, company name, address, contact person(s) name, contact phone number, and delivery ticket showing the date and scale weight and gallons delivered. The Supplier shall certify compliance with the specification for each shipment. The Certificate of Analysis (COA) shall accompany each delivery. C. Contract Term: The term of the contract shall be six months from date of award. Bid price shall remain firm for the six month term. By mutual agreement of both parties, this contract may be extended for three (3) additional six (6) month terms at the same prices, terms and conditions. 8

BID NO. 15/16-47 PROPOSAL PAGE 1 OF 2 TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT LINCOLN CENTER 494 MAIN STREET MANCHESTER, CT 06045-0191 PROPOSAL SHEET FOR GLYCERIN BASED SUPPLEMENTAL CARBON I, we the undersigned, hereby agree to furnish and deliver chemicals as follows at prices indicated subject to and in accordance with the specifications and conditions in the Invitation to Bid, Rules and Regulations for Competitive Bidding, Instructions to Bidders and Specifications, all of which are made part of the proposal. Cost of Glycerin Based Carbon Source per Pound of COD: $ /Pound as calculated on Page 2 of 2. Identification Number of Bid Product: Product Information or Technical Specs Sheet attached: yes no MSDS attached: yes no BIDDER: ADDRESS: SIGNED BY: NAME: (please print): TELEPHONE# TITLE: FAX# DATE: E-MAIL FOR BID TABULATION:

BID NO. 15/16-47 PROPOSAL PAGE 2 OF 2 The example below illustrates how the bid prices will be evaluated. Bidder shall complete the blank table below and submit it with their bid proposal. Calculation example: A B C. (8.34x Col. A) D. (Col Bx8.34)/1,000,000) E. (Col D/Col C) F. G.(1/Col E) H. (Col GxCol F) S.G. of Bid Prod. COD, mg/l Lbs/gals of bid prod. Calc: lb of COD/ lb COD/ lbs of Prod/ Cost $/lb gal assuming S.G of the $/lb of Product lb of Product lbs of COD of COD COD material =8.34lb/gal Bidder 1 *1.15 1,000,000 9.6 8.34 0.87.21 1.14 0.24 Bidder 2 *1.2 1,200,000 10.0 10.0 1.0.21 1.0 0.21 Table and calculation to be completed by bidder: Utilize the following calculation(s) to determine Cost per pound of COD of product to be delivered. Bid Product ID A B C. (8.34x Col. A) D. (Col Bx8.34)/1,000,000) E. (Col D/Col C) F. G.(1/Col E) H. (Col GxCol F) Calc: lb of COD/ lb COD/ lbs of Prod/ Cost $/lb S.G. of Bid Prod. COD, mg/l Lbs/gals of bid prod. gal assuming S.G of the $/lb of Product lb of Product lbs of COD of COD COD material =8.34lb/gal Treatment Plant References Location Contact Name Phone #