Full Service Operations, Maintenance and Management of the Municipal Transfer Station RFP

expired opportunity(Expired)
From: Milford(City)
1776

Basic Details

started - 05 Jan, 2023 (15 months ago)

Start Date

05 Jan, 2023 (15 months ago)
due - 07 Feb, 2023 (14 months ago)

Due Date

07 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
1776

Identifier

1776
City of Milford

Customer / Agency

City of Milford
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CITY OF MILFORD, CONNECTICUT REQUEST FOR PROPOSALS January 2023 RFP#-1776 FULL-SERVICE OPERATIONS, MAINTENANCE AND MANAGEMENT OF THE MUNICIPAL TRANSFER STATION LOCATED AT 755 ORONOQUE ROAD, MILFORD, CONNECTICUT, INCLUDING TRANSPORTATION AND DISPOSAL OF MUNICIPAL SOLID WASTE (i) TABLE OF CONTENTS Section 1 Advertisement-Request for Proposal Section 2 Instructions and General Conditions 2.1 Schedule 2.2 Proposal Instructions 2.3 Insurance Requirements 2.4 Surety Bond Requirements (Performance and Payment Bonds) 2.5 Miscellaneous Proposal Information Section 3 Terminology Section 4 Background Section 5 Scope of Services 5.1 Basic Services: Transfer and Disposal of Solid Waste Section 6 Current Operations Data and Key Assumptions 6.1 Current Operations Data 6.2 Key Assumptions Section 7 Submission Requirements 7.1 Representations, Warranties and Conditions 7.2 Proposal Format Section 8 Evaluation Criteria 1 Section 1 Advertisement Legal Notice CITY OF MILFORD Office of the Purchasing
Agent 70 West River Street - Milford, CT 06460 Tel (203) 783-3225 REQUEST FOR PROPOSALS Notice is hereby given that Request for Proposals for the FULL-SERVICE OPERATIONS, MAINTENANCE AND MANAGEMENT OF THE MUNICIPAL TRANSFER STATION LOCATED AT 755 ORONOQUE ROAD, MILFORD, CONNECTICUT, INCLUDING TRANSPORTATION AND DISPOSAL OF MUNICIPAL SOLID WASTE will be received in the Purchasing Agent's Office until 3:00 p.m., Tuesday, February 7, 2023 There shall be no public proposal opening and proposals submitted will not be subject to public inspection until a Contract is awarded. Proposals will be evaluated and Proposers may be requested to provide a presentation of their proposed services. Work will consist of the operation, maintenance and management of the municipal transfer station, including transportation and disposal of municipal solid waste Proposal packages may be obtained from the Purchasing Agent or downloaded from www.ci.milford.ct.us . Click on “City Departments,” “Purchasing” then “Current Bids.” The Successful Proposer must file a 100% Performance Bond, a 100% Labor and Materials Bond, and Certificate of Insurance within ten (10) days of notice of Contract award. The City of Milford reserves the right to reject any and all proposals or any part thereof, or to waive defects in same, or to accept any proposal deemed to be in the best interests of the City of Milford. Fred Bialka Purchasing Agent http://www.ci.milford.ct.us/ 2 Section 2 Instructions and General Conditions 2.1 Schedule Advertisement January 16 , 2023 Non-Mandatory Pre-Proposal Site Walk January 24, 2023 @ 10:00 a.m. Deadline for Questions January 30, 2023 @ 3:00 p.m. Deadline for Receipt of Proposals February 7, 2023 @ 3:00 p.m. (As Determined by a computer clock located in City of Milford Purchasing Office). City of Milford Evaluations to be completed TBD Short-Listed Proposals Interviews TBD Notice of Award TBD Contract TBD 2.2 Proposal Instructions 2.2.1 Proposals should be submitted as a document set, containing one clearly marked “ORIGINAL,” four (4) additional copies marked “COPY”. Submit Proposals in a sealed envelope clearly marked “MUNICIPAL SOLID WASTE SERVICES, RFP #-1776” and address to the City at the following address: Fred Bialka, Purchasing Agent City of Milford Purchasing Department 70 West River Street Milford, CT 06460 2.2.2 No telephone, electronic or facsimile Proposals will be considered. Proposers assume the risk of the method of delivery chosen. The City assumes no responsibility for delays caused by the US Postal Service or other delivery services. Postmarking by the due date will not substitute for receipt of actual Proposal. Proposals received after the time and date for closing will not be accepted. 2.2.3 A Pre-Proposal site walk scheduled for 10:00 A.M. EST on Tuesday, January 24, 2023, at the Transfer Station located at 755 Oronoque Road, Milford, CT. Prospective Proposers are encouraged to inspect relevant facilities prior to submitting a Proposal. No special arrangements or private tours shall be accommodated outside of the schedule pre- Proposal site walk. While the meeting is not mandatory, prospective Proposers will be required to sign-in at commencement of the meeting. All requests for information must be submitted in writing. Responses will be answered in writing as specific below in Section 2.2.4 below. 2.2.4 After the deadline for receipt of Proposals, all communications between the City and prospective Proposers regarding this Request for Proposals (hereinafter referred to as 3 RFP”) shall be in writing. Any inquires, requests for interpretation, technical questions, clarification, notifications or additional information shall be in writing and directed to Fred Bialka, Purchasing Agent by emailing fbialka@milfordct.gov . All questions concerning this Proposal shall reference the section number and page. Questions and responses affecting the specifications of the Proposal will be provided by issuance of an Addendum. It is each Proposer’s sole responsibility to monitor the website: https://ww.ci.milford.ct.us/purchasing-department. Addenda will not be mailed, emailed or faxed out. Verbal requests for information via phone or other means will not be accepted. Failure to comply with the conditions will result in the Proposer waiving all rights to dispute any specification or condition contained in this RFP with no exceptions. All questions shall be received no later than 3:00 P.M., EST on Monday, November 7, 2022. 2.2.5 Should a Proposer find discrepancies in, or omissions from, the documents, or should he/she be in doubt as to their meaning, he/she should at once notify the City, and a written Addendum shall be issued if necessary. The City will not be responsible for any oral instructions. Acknowledgment of any Addendum received shall be noted on the Proposal in the attachment provided (Form F). In closing of a contract, any Addendum issued shall become a part thereof. 2.2.6 No Proposal shall be considered or accepted by the City of Milford unless at the time of its filing the same shall be accompanied by a bid bond signed by a surety company authorized to do business in Connecticut or by a cashier’s or certified check made payable to the City of Milford, Connecticut in the amount of twenty-five thousand ($25,000.) dollars. This deposit shall be retained if the Successful Proposer fails to execute the contract within ten (10) days after the award or fails to give satisfactory surety as required herein. 2.2.7 The deadline for receipt of all Proposals is Tuesday, February 7, 2023 at 3:00 P.M., EST. Any Proposals received after the scheduled closing time for the receipt of Proposals will not be accepted. 2.2.8 The City of Milford reserves the right to allow or disallow minor deviations or technicalities should the City deem it to be to the best interest of the City. The City of Milford shall be the sole judge of what is to be considered a minor deviation or technicality. 2.2.9 The City reserves the right to conduct discussions with Proposers, and to accept revisions of Proposals, and to negotiate price changes. During this period of discussion, the City will not disclose any information derived from Proposals submitted, or from discussions with other Proposers. 2.2.10 Proposers may withdraw or withdraw and resubmit their Proposal at any time prior to the closing time for receipt of Proposals. NO Proposal may be withdrawn after the scheduled closing time for receipt of Proposals for a period of ninety (90) days. mailto:fbialka@milfordct.gov https://ww.ci.milford.ct.us/purchasing-department 4 2.2.11 Proposers submitting Proposals which are deemed to be the most advantageous to the City may be requested to give an oral presentation. The Purchasing Agent for the City of Milford will schedule these oral presentations. 2.2.12 The award will be made to the responsible Proposer whose Proposal is determined to be the most advantageous to the City based on the evaluation factors set forth in this Request for Proposal. Although price will be considered, it will not be the sole determining factor. 2.2.13 Any contract issued as a result of this Request for Proposals shall be governed in accordance with the laws of the State of Connecticut. 2.2.14 As a result of the selection of a request to supply products and/or services to the City, the City is neither endorsing nor suggesting that the Proposer’s products or services are the best or only solutions. The Successful Proposer agrees to make no reference to the City in any literature, promotional material, brochures, sales presentations, or the like without the express written consent of the City. 2.2.15 Proposals must be signed by an authorized individual of Proposer’s firm. Proposals that are not signed will be rejected. 2.2.16 The City reserves the right to reject any or all Proposals or any part thereof, or to accept any Proposal, or any part thereof. 2.2.17 Proposers must participate in this procurement process and negotiations and prepare the required materials and submittals and any subsequent materials and submittals, at their own expense, and with the express understanding that there may be no claims whatsoever for reimbursement from the City or any of its agents, employees or representatives for any costs associated with this process. 2.2.18 Any person, firm, corporation, or association submitting a Proposal shall be deemed to have read and understood all the terms, conditions, and requirements in the specifications and/or scope of work. 2.2.19 All Proposals and accompanying documentation will become the property of the City of Milford at the time the Proposals are received. 2.2.20 The Proposer's products, service and facilities shall be in full compliance with any and all applicable state, federal, local, environmental and safety laws, regulations, ordinances and standards or any standards adopted by nationally recognized testing facilities regardless of whether or not they are referred to in the Proposal documents. 2.2.21 Each Proposal shall include a statement indicating whether the Proposer or any individuals working on the RFP have a possible conflict of interest and, if so, the nature of 5 that potential conflict. Proposers should err on the side of disclosing potential conflicts, or situations which might have the appearance of conflict. The City of Milford reserves the right to cancel the award if any interest disclosed from any source could either give the appearance of a conflict or cause speculation as to the objectivity of the program to be developed by the Proposer. The City of Milford’s determination regarding any questions of conflict of interest shall be final. 2.2.22 Failure to comply with the provisions contained herein or any provisions of the General Statutes of Connecticut will result in rejection of Proposal. 2.2.23 The RFP does not, by itself, obligate The City of Milford. The City’s obligation will commence following approval of the Board of Aldermen, if required, and thereafter, upon full execution of the Contract by the City and a duly authorized officer of the Successful Proposer’s firm. Upon written notice to the Successful Proposer, the City may set a different starting date for the contract. The City will not be responsible for any work done by the Successful Proposer, even done in good faith, if it occurs before the contract start date set by the City. 2.3 Insurance Requirements: Successful Proposer shall maintain insurance from companies licensed to conduct business in Connecticut, with an A.M. Best rating of no less than A VII, and acceptable to the City of Milford, of the kinds and minimum amounts specified below: 2.3.1 Certificates and Notice of Cancellation. Prior to the signing of the contract, Successful Proposer shall furnish City with certificates of all insurance required below, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements prior to commencing the work, and thereafter upon renewal or replacement of each certified coverage until all operations under this contract are deemed complete. Certificates shall indicate the type, amount, and class of operations covered, effective date and expiration date of all policies, and shall contain the following statement: "The insurance covered by this certificate will not be canceled or materially altered, except after thirty (30) days written notice has been received by City." With respect to insurance maintained after final payment in compliance with requirements, an additional certificate(s) evidencing such coverage shall be provided to the City thereafter upon renewal or replacement of such insurance until the expiration of the period for which such insurance must be maintained. The Certificates of Insurance, shall name the City of Milford, its officers, officials, agents and employees as additional insureds, shall be further evidenced by an actual endorsement furnished to the City from the insurer prior to the signing of the Contract between the Successful Proposer and the City. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City of Milford, its officers, officials, agents or employees. 6 Successful Proposer shall include all subcontractors as insureds under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. CGL coverage shall include independent Contractor’s coverage, and Successful Proposer shall be responsible for assuring that all subcontractors are properly insured. 2.3.2 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to the City. At the option of the City, the Successful Proposer shall procure a bond guaranteeing payment of deductibles or self-insured retentions. 2.3.3 Workers Compensation Insurance. Covering all of the Successful Proposer’s employees to be engaged in the work under this contract, providing the required statutory benefits under Connecticut Workers’ Compensation Law. 2.3.4 Commercial General Liability. Including coverage for independent contractor operations, contractual liability assumed under the provisions of this contract, products/completed operations liability and broad form property damage liability insurance coverage. Exclusions applicable to explosion, collapse and underground hazards are to be deleted when the work involves these exposures. The policy shall provide liability limits at least in the amount of $1,000,000 per occurrence, $2,000,000 aggregate, combined single limits applicable to claims due to bodily injury and/or property damage. The City of Milford, its officers, officials, agents and employees shall be named as an additional insured under this policy on a primary/non-contributory basis. 2.3.5 Automobile Liability Insurance. Covering all owned, non-owned and hired vehicles, providing liability limits at least in the amount of $1,000,000 per occurrence, $2,000,000 aggregate, combined single limits applicable to claims due to bodily injury and/or property damage. 2.3.6 Contractors’ Pollution Liability. Successful Proposer shall maintain Contractors’ Pollution Liability covering losses caused by pollution incidents that arise from the operations of the Successful Proposer under the scope of services. Pollution liability coverage shall apply to bodily injury, property damage, including loss of use of damaged property or of property that has not been physically insured, cleanup costs and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims. The policy of insurance affording these required coverages shall be written in an amount of at least $5,000,000 per claim, with an annual aggregate of at least $5,000,000. Pollution Liability coverage shall include as an additional insured the City of Milford, its officers, officials, agents and employees. If Pollution Liability coverage is written on a claims-made basis, any retroactive date applicable to coverage under the policy precedes the effective date of the contract, and continuous coverage must be maintained or an extended discovery period will be exercised for a period of three (3) years, beginning from the time that work under the contract is complete. 7 2.3.7 Umbrella Liability. Successful Proposer shall maintain Excess or Umbrella Liability Insurance with a limit of not less than $5,000,000, covering Commercial General Liability, Pollution Legal Liability and Automobile Liability. 2.3.8 Subcontractors. Successful Proposer shall include all subcontractors as insureds under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. Commercial General Liability coverage shall include independent contractors’ coverage, and the Successful Proposer shall be responsible for assuring that all subcontractors are properly insured. 2.3.9 Waiver of Subrogation Insurance policies purchased as required above, shall be endorsed with a waiver of subrogation in favor of the City of Milford, its officers, officials, agents and employees. 2.4 Surety Bond Requirements (Performance & Payment Bonds) 2.4.1 Successful Proposer shall furnish and deliver to the City of Milford a Payment Bond and a Performance Bond covering the faithful performance and completion of the work included in the Contract and payment for all materials and labor furnished or supplied in connection with the work included in the Contract. 2.4.2 Said bonds shall be issued and furnished to the City of Milford prior to, and as a condition precedent to, commencement of the work of the Contract. 2.4.3 The Payment Bond and Performance Bond shall be furnished on behalf of the Successful Proposer, and each shall name the City of Milford as obligee, and each shall be in the amount of one hundred percent (100%) of the guaranteed repair and maintenance costs. Such bond(s) shall be solely for the protection of the City of Milford. 2.4.4 The Payment Bond and the Performance Bond shall be issued by a surety of financial standing having a rating from A.M. Best Company equal to or better than A and must be included on the approved list of sureties issued by the United States Department of Treasury. 2.4.5 The bonds shall remain in effect at least five (5) years after the date when final payment becomes due. 2.4.6 The surety bond must be in the form set forth in Connecticut General Statutes, without any variations there from. 2.4.7 The Successful Proposer shall provide surety bond wherein Surety waives notice of any and all modifications, omissions, additions, changes and advance payments or deferred payments in or about the Contract and agrees that the obligations undertaken by 8 the Bond shall not be impaired in any manner by reason of any such modifications, omissions, additions, changes, and advance payments or deferred payments. 2.4.8 Statutes of Limitations shall be in accordance with Connecticut Law, notwithstanding anything that may be set forth in the Surety Bond to the contrary. 2.5 Miscellaneous Proposal Information 2.5.1 The City may terminate negotiations with the Successful Proposer initially selected and commence negotiations with the next highest ranked Proposal, if the selected Successful Proposer: fails to provide the information required to begin negotiations in a timely manner; fails to negotiate in good faith; indicates they cannot perform the contract within the budgeted funds available for the project; or the Successful Proposer and the City, after a good faith effort, simply cannot come to terms. 2.5.2 Proposals shall not be assigned or transferred without the express written consent of the City. A Successful Proposer who is, or may be, purchased by or merged with any other corporate entity during any stage of the Proposal process, prior to the execution of the contract, is subject to having its Proposal disqualified as a result of such transaction. The City shall determine whether a Proposal is to be disqualified in such instances. 2.5.3 Awarding of a contract, either partial or in its entirety, is contingent upon funding approval and allocation by the Board of Aldermen. The City reserves the right to award contracts as follows: (a) To more than one Proposer, based on meeting the item(s) specification, cost, availability, or any combination thereof; (b) To a single Proposer who meets the specifications for all items, and offers the best combination of lowest cost, best availability, and broadest product range; and (c) To add, subtract or delete any item and/or quantity as deemed in the best interest of the City. 2.5.4 In the event that portions of the services provided are performed through subcontracting relationships, the Successful Proposer will remain responsible for satisfying the obligations and providing information to such subcontractor(s). The Successful Proposer shall identify any subcontractor(s) utilized during the performance of any services provided in the contract in their response to this RFP to include: (a) Complete name of the subcontractor; (b) Complete address of the subcontractor; 9 (c) Type of work the subcontractor will be performing; (d) Scope of work the subcontractor will be providing; and (e) A written statement, signed by each proposed subcontractor that clearly verifies that the subcontractor is committed to render the services required by the contract. The City reserves the right to accept or reject any subcontractor(s). 10 Section 3: Terminology Throughout this RFP, the following terminology shall be utilized unless inconsistent with the subject matter or context: “Acceptable Waste” shall mean unwanted or discarded materials, (i.e. Acceptable Garbage Material and Trash), of the kind normally collected or disposed of, or caused to be collected or disposed of, by or on behalf of the City of Milford through private or municipal collection, and commercial, governmental and light industrial waste which the City is required pursuant to Connecticut General Statutes §22a-220 and other State law to make provision for the safe and sanitary disposal of, but not including in any case Recyclables, Special Handling Waste or Oversized Bulky Waste as defined herein. “City” shall mean the City of Milford or its designee. “Contract” shall mean any written agreement between the City of Milford and the Successful Proposer or any purchase order issued by the City of Milford to the Successful Proposer with respect to services contemplated by this RFP, and shall be deemed to include the terms and conditions for the provision of services as set forth in this RFP. “Designated Holidays”, unless otherwise specified, shall mean New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day. “Disposal Facility” shall mean any facility permitted to accept approved waste streams for disposal, conversion, reclamation, or processing into marketable materials. “Garbage Material” shall mean food waste and other normal household wastes. Specifically excluded are explosive and volatile materials of all kinds “Hazardous Waste” shall mean solid and liquid wastes in the following classifications: explosives; pathogenic or pathological wastes; radioactive wastes; cleaning fluids, acids, poisons or other chemical wastes which either create an immediate safety hazard to persons disposing of the waste or which, by virtue of their chemistry and/or the method of disposal, present a threat to the quality of ground or surface waters; and hospital operating room wastes. “Municipal Solid Waste” or “MSW” shall mean, as consistent with applicable laws, any garbage, refuse, industrial, institutional, restaurant, lunchroom or office waste, household waste, park and roadside litter, and any other material resulting from the operation of residential, municipal, commercial, or institutional establishments and from community activities which are required and permitted to be disposed of in an MSW Landfill unit or treatment and processing facility, provided, however, that “Municipal Solid Waste” does not include the following: (A) 11 radioactive waste; (B) hazardous waste as defined in Connecticut; (C) infectious waste; and (D) Recyclable Materials. “Oversized Bulky Waste” or “OBW” shall mean white goods and other unwanted or discarded materials which: (1) Are of the kinds normally collected or disposed of, or caused to be collected or disposed of, by or on behalf of the City through private or municipal collection; (2) In the judgment of the City or its designee, reasonably exercised, cannot be processed in the Transfer Station because of size or non-combustibility; (3) Would not constitute Special Handling Waste under Subsection (1), (2) or (4) of the definition of such terms; and (4) May be disposed of in a bulky waste landfill holding a permit issued by the Connecticut Department of Environmental Protection or otherwise under law. “Proposal” shall mean a written offer submitted in response to the formal RFP, which includes all documentation necessary to satisfy the submission requirements of the RFP. “Proposer” shall mean an individual, corporation, organization, partnership or combination thereof submitting a Proposal to the City of Milford. “Recyclables” or “Recyclable Materials” shall mean raw or processed material that can be removed from a waste stream, reused, and repurposed into another item. “Special Handling Waste” shall mean: (1) Hazardous waste; (2) Dirt, concrete and other non-burnable construction material and demolition debris; (3) Large items of machinery and equipment, such as motor vehicles and major components thereof (transmissions, rear ends, springs, fenders, etc.), agricultural equipment, trailers and marine vessels, and any other item of waste exceeding six feet in any one of its dimensions or being in whole or in part of a solid mass, the solid mass portion of which has dimensions such that a sphere with a diameter of eight inches could be contained within such solid mass portion, including, in the context of deliveries to the Transfer Station, OBW; and (4) Explosives, ordnance materials, oil, sludges, highly inflammable substances, hazardous chemicals, tires and other materials the acceptance of which, in the judgment of the City or its designee, reasonably exercised, is likely to cause damage to or adversely affect the operation of the Transfer Station, constitute a threat to health or safety, or violate or cause the violation of any applicable federal, state or local law, regulation, or judicial or administrative decision or order or any contract or other legal obligation to which the City is bound. “Successful Proposer” shall mean an individual, corporation, organization, partnership or combination thereof that has submitted a Proposal and has been selected by the City of Milford to operate the Transfer Station pursuant to the RFP. 12 “Transfer Station” or “Transfer Station Site” shall mean the facility located at 755 Oronoque Road, Milford, Connecticut, as improved, and all other structures, offices, roadways, appurtenant structures, security systems (sprinklers, alarms, fencing and gates), and any other capital improvements thereon, including on-site mobile equipment facilities and equipment installed on the site for the receiving and transporting of Acceptable Waste. “TPD” shall mean tons per day. “Transfer Station Operator” or “Operator” shall mean the Successful Proposer. “Trash” shall mean Acceptable Waste material not included in the definition of garbage material and certain OBW as set forth above. “Unacceptable Waste” shall mean dirt, sewage sludge and Hazardous Waste and large items of machinery and equipment, such as motor vehicles and major components thereof (including oversized tires (e.g.: front-end loader or heavy equipment tires), engines, transmissions, fenders and contaminated parts), agricultural equipment, trailers, marine vessels and other materials which are likely to cause damage to or adversely affect the operation of the Transfer Station. “White Goods” shall mean any household or commercial appliances, including, but not limited to stoves, refrigerators, freezers, and air conditioning units. “Yard Waste” shall mean grass clippings, leaves, brush trimmings, and branches generated from general yard maintenance. 13 Section 4: Background The City of Milford, Public Works Solid Waste Division is responsible for the collection of garbage, recyclables, and bulky waste from residences and for removing garbage from public buildings and schools. This Division operates the scale house at the Transfer Station and provides residents with a disposal facility for used motor oil, freon, yard waste, cardboard, and those items not collected in our bulky waste removal program. The Division also provides garbage collections for civic functions such as the Oyster Festival and the Firemen’s Muster and works with the condominium coalition to schedule a bulk trash pick- up for them once a year. The Division also activates during emergencies, storms, hurricanes, and floods and performs debris removal services. The Transfer Station is located a 755 Oronoque Road, Milford, Connecticut. The hours of operation for the Transfer Station are: Monday through Friday 7:00 a.m. to 3:00 p.m. Saturday Hours: 7:00 a.m. to 12:00 noon Seasonal Extended Hours (April to January 1st): 7:00 a.m. to 3:00 p.m. Designated holidays that the Transfer Station is closed are News Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. 14 Section 5: Scope of Services This RFP consists of solicitation of services for the full-service operation, maintenance and management of the municipal Transfer Station located at 755 Oronoque Road, Milford, Connecticut, including transportation and disposal of municipal solid waste, and to cost effectively maximize the useful life to the Transfer Station and equipment. Proposers shall illustrate what measures they will take to maximize productivity of the Transfer Station, increase benefits to the City of Milford and minimize citizen complaints. Proposers shall submit cost information for the services outlined in the following section. 5.1 BASIC SERVICES: Transfer and Disposal of Solid Waste 5.1.1. Successful Proposer shall operate, maintain and manage the municipal solid waste (MSW) Transfer Station located at 755 Oronoque Road, Milford, Connecticut. The main objectives are to provided a savings to the City, minimize odor, noise, and traffic and improve the quality of the facility. 5.1.2. Waste received by the Transfer Station must meet the definition of Acceptable Waste and shall be transferred to the Disposal Facility by the Successful Proposer or approved subcontractor. 5.1.3. The Successful Proposer will be responsible for furnishing all personnel, training, equipment, tools, containers, supplies, fuel, and insurance to complete the scope of work under the Contract. 5.1.4 The Successful Proposer shall be responsible for selecting a Disposal Facility, acceptable to the City, and all fees and costs associated with the disposal of MSW. 5.1.5. The Successful Proposer shall transport MSW to the Disposal Facility in a timely and safe manner, consistent with DOT regulations in effect. 5.1.6. The City will own, operate, and maintain inbound/outbound scales, and will weigh each outbound (loaded) transfer vehicle. The City is not responsible for any overweight fines or penalties. 5.1.7. The Successful Proposer’s responsibility for the operation and maintenance of the Transfer Station shall include, but not be limited to the following: (a) Inspecting, staffing and maintaining the Transfer Station and grounds in good working condition. Maintenance shall include repairs to property damaged through normal wear and tear, accidental damage, and extreme weather events; (b) Maintaining the capability of handling and hauling to the Disposal Facility all Acceptable Waste received to the limit of its permitted tonnage; 15 (c) Providing all services necessary to insure that the Transfer Station shall be operated in a safe and sanitary manner; (d) Providing services to operate the Transfer Station in compliance with applicable terms and conditions contained in the agreements between the City and Disposal Facility; (e) Utilizing the Transfer Station only for its intended purpose; (f) Receiving of all Acceptable Waste to the limit of the Transfer Station permitted tonnage, as well as transporting materials from the Transfer Station to Disposal Facility; (g) Successful Proposer shall use its best efforts not to deliver Unacceptable Waste to Disposal Facility and to deny admission to the Transfer Station of any vehicle carrying Unacceptable Waste. Proposer shall notify the City immediately should it discover that Unacceptable Waste has been delivered to the Transfer Station or Disposal Facility. The Successful Proposer shall also provide the identity of the hauler who delivered the Unacceptable Waste and if requested promptly remove and deliver to a permitted disposal site within or outside the State acceptable to the City. If the hauler is identified, it will pay or reimburse the Successful Proposer for all costs reasonably incurred by it in connection with the handling, transport, and disposal of any Unacceptable Waste delivered to the Transfer Station or Disposal Facility. If the hauler is not identified, the City and the Successful Proposer shall share the handling, transport, and disposal cost equally; (h) Compliance with all applicable Federal, State, and Local laws, permits, and regulations pertaining to the operation of the Transfer Station and the hauling of waste from the Transfer Station to the Disposal Facility, including the maintenance of any operator’s licenses, employment laws and regulations, and all provisions necessary to enable the City to maintain any other permits and licenses required for the lawful operation of the Transfer Station; (i) Allow unrestricted access to the Transfer Station upon request by the City for the purpose of inspection of the operation and maintenance of the Transfer Station. Such access will be conducted in a manner and at a time so as to minimize interference with the operation of the Transfer Station; (j) Provide and bear all expenses of staffing and complete compensation of personnel in terms of wages and benefits. The City’s requirements are identified in Appendix A; (k) Provide security for the building, equipment, and transfer vehicles; (l) Provide for routine custodial repairs, repairs to the compactors, cleaning and maintenance of the Transfer Station including buildings, building fixtures, Transfer Station grounds, parking areas, drainage and water quality systems. Provide property maintenance services including pest extermination, landscape maintenance, litter control, vector control, odor control and bird control within the Transfer Station grounds. Including, but not limited to the following: 16 • Snow removal or plowing of the Transfer Station during and after all snowstorms, so that the Transfer Station will be operable at all open hours. • Maintenance and repairs of the building, doors, ramps, rails, concrete, the grounds and any fencing caused by their operations. • Maintenance and repairs of the drainage system, including but not limited to catch basins, floor drains, oil/water separators and back flow preventers. • Maintenance of the sanitary sewage facilities on site. • Semi-annual pressure washing of tip floor and lower-level compaction area. • Painting interior walls, ceilings, columns, associated beams, rails, hoppers, on the tipping floor area and the lower compaction area, exterior bollards, and scrap metal walls at the end of the second year and bi-annually thereafter. • General and routine maintenance of lighting, overhead doors, pass through doors, compactors and any other non-structural part of the Station building. • Daily general housekeeping, including litter pick-up. • Cutting and maintaining all grass, shrubs and other landscaping on a bi-weekly basis during the growing season and in other times as agreed to with the City’s designee. • Compliance with all OSHA requirements ; (n) Provide repairs, maintenance, and annual cleaning of the vehicle scale, as well as quarterly inspection, calibration, and certification by a state licensed contractor, consistent with the State of Connecticut Weights and Measures, Department of Consumer Protection, National Institutes of Standards and Technology (NIST) 5.1.8 The Successful Proposer shall maintain complete weekly, monthly and quarterly maintenance records as required. The Successful Proposer shall provide the written copy of such records monthly and permit the City to inspect the Transfer Station to verify the maintenance records at reasonable times. A sample checklist is included in Appendix B. 5.1.9 The Successful Proposer shall be responsible for all repairs except repairs to the scale house building or roof on the transfer station building. 5.1.8. The Transfer Station Operator shall pressure wash the floors and walls of the Transfer Station semi-annually, and contain the wash water within the facility’s leachate collection system. Leachate collection, storage, and disposal costs, including monitoring and permitting fees associated with storm water control, shall be borne by the Successful Proposer. 17 5.1.9. The Successful Proposer is responsible for implementing a comprehensive waste screening program. Any material that does not meet the definition of Acceptable Waste must be rejected by the Transfer Station Operator. The City shall not be responsible for any costs associated with waste screening, identification, handling, transportation, or disposal of prohibited wastes. 5.1.10. The Successful Proposer is responsible for full compliance with any associated permit conditions as well as all applicable local, state, and federal laws, permits, rules, codes and regulations. The Successful Proposer shall maintain and manage all site safety functions and operations in accordance with all state and federal OSHA workplace safety rules. 5.1.11 The Transfer Station Operator will ensure that all waste is removed from the Transfer Station floor and loading pit area at the end of each day. Loaded transfer trailers must be leak free and stored in a manner that minimizes rainwater intrusion into the waste. 5.1.12. The Transfer Station Operator is responsible for litter, dust, vector, fire, and odor removal, control and prevention within the Transfer Station Site. Security of the Transfer Station and its contents, including tools, supplies, and equipment are the sole responsibility of the Successful Proposer. 5.1.13 Utility costs associated with Transfer Station operations shall be provided and borne by the City. 5.1.14. Hours of operation for the facility shall be as follows: Monday through Friday 7:00 a.m. to 3:00 p.m. Saturday Hours: 7:00 a.m. to 12:00 noon Seasonal Extended Hours (April to January 1st): 7:00 a.m. to 3:00 p.m. (no commercial haulers permitted after 12:00 noon) 5.1.15 Designated holidays include News Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. 5.1.16 The City reserves the right to make adjustments to the days and hours of operation. 18 Section 6: Current Operational Data and Key Assumptions 6.1 Key Assumptions: 6.s.1. Contract term: All Proposers must provide Proposals based on five (5) one (1) year terms with the option of up to two (2) additional five (5) year renewals, at the City’s option, based upon satisfactory performance. 6.s.2. City Operation of Scales and Gate: The City will continue to operate the scales and scale house activities which include recording transactions and data, and customer billing as determined by the City. Recorded transactions and data will be made available to the Successful Proposer(s) within three (3) business days of a written request for same. 6.1.3. Permits, Licenses and Regulatory Compliance: Successful Proposer shall be responsible for and shall bear all costs of obtaining and maintaining all permits, licenses and federal, state and local governmental approvals for operation of the Transfer Station, and for all permit amendments as required. Both parties shall cooperate and generally assist each other in obtaining the necessary federal, state and local permits and approvals. The City makes no explicit or implied guarantees with respect to its obtaining any of the required permits. Some agencies may require the City to be named as owner in their permits and approvals and the City will coordinate with the Successful Proposer and permitting agency to help achieve that outcome. However, all responsibility for obtaining permits and maintaining regulatory compliance is that of the Successful Proposer. 6.1.4. Equipment/Rolling Stock: For the purposes of this RFP, the Successful Proposer should not assume any automatic conveyance of equipment or rolling stock. 6.1.5. For all services and facilities provided, the Successful Proposer shall prepare, maintain and comply with procedures established in an Operations Plan, Safety Plan, Spill Prevention Plan, Evacuation Plan, Emergency Procedures, and Accident/Injury Notification and Response Plan. All Plans shall be submitted to the City for approval prior to the commencement of operations and update each Plan on an annual basis. 6.1.6. In the performance of work contemplated in this RFP, the Successful Proposer is an independent contractor with the authority to control and direct the performance of the details of the services that are the subject of its Proposal. However, the work contemplated in this Contract must meet the approval of the City and shall be subject to the City’s general rights of inspection and supervision to secure the satisfactory completion thereof. 6.1.7. Any sizes or estimate of quantities are approximate and are not guaranteed in any respect. Proposers are to visit the site to verify scope of the work prior to submitting a Proposal. The City reserves the right at all times to increase or decrease the amount of work if deemed in its best interest. 19 Section 7: Submission Requirements 7.1 Representations, warranties and conditions. By submitting an offer in response to this RFP, the Proposer explicitly agrees to the following representations, warrants, and conditions. 7.1.1 No Collusion, Predatory Pricing or Antitrust Activities – The Proposer is representing and warranting that the Proposal is not made in connection with any competing offer submitted as a separate response to this RFP and is in all respects fair and without collusion or fraud. The Proposer shall fully and completely comply with all applicable federal and state laws, rules, and regulations pertaining to illegal price discrimination and lessening competition and/or creation of monopoly, including but not limited to, the Sherman Antitrust Act, the Clayton Antitrust Act, and the Robinson-Patman Act. 7.1.2 No Conflict of Interest – Proposer shall fully and completely disclose to the City any known conflicts of interest that might be prejudicial or adverse to the City’s interests. Furthermore, Proposer shall not illegally combine, collude or conspire with respect to the services to be provided to the City if the purpose or effect of such action is either to lessen competition among prospective Proposers, or cause the City to pay a higher price for procured services, or cause, inhibit, preclude or prejudice other prospective Proposers from submitting a Proposal in response to the City’s RFP. 7.1.3 Anti-Bribery – In submitting a response to this RFP, the Proposer certifies that neither it, nor any affiliated associates, employees, and subcontractors have bribed, or attempted to bribe an administrator or employee of the City as related to this RFP. The Proposer certifies that it has not employed any person, agent, or consultant to lobby to solicit or secure information related to the award of this contract. Additionally, the Proposer has not paid or agreed to pay a commission, fee, or other contribution upon receiving a favorable contract award. 7.1.4 Obtained Complete Information – The Proposer is representing and warranting that it has made itself thoroughly familiar with the requested services and requirements and is satisfied that it has obtained all information it deems necessary to submit its best offer. 7.1.5 True, Accurate, Clear, and Concise Information – Information submitted must be true and accurate based on the Proposer’s knowledge. Information found to be in error or misleading will result in lowering the evaluation of the Proposal. Where assumptions 20 have to be made the City will assume the worst-case scenario and the Proposal will be evaluated accordingly. 7.1.6 Compliance with Occupational Safety and Health Act - Proposer certifies that all proposed material, equipment, and all other items necessary to operate the facility or provide the services as contained in its Proposal meets all OSHA requirements. Proposer further certifies that if it is the Successful Proposer, and if any of the materials, equipment, or other items delivered and necessary to operate the facility or provide the services proposed are subsequently found to be deficient in any OSHA requirements, all costs necessary to bring the deficient material, equipment, or other items into compliance with the aforementioned requirements shall be borne by the Successful Proposer. 7.1.7 Environmental Representations and Indemnifications – Successful Proposer shall indemnify and hold the City, its officials, employees and agents harmless from and against any and all losses, costs, and damages resulting from the breach of any environmental laws, rules, or regulations by Successful Proposer, its employees, agents and subcontractors on or about any Transfer Station and City property utilized by Successful Proposer in performance of the Contract, for any transportation of waste generated within the City of Milford in route to Disposal Facility, either publicly or privately owned, and on or about any such Disposal Facility utilized by Successful Proposer for the disposal of waste generated within the City of Milford. 7.1.8 City Decision is Final – The Proposer agrees that the decision of the City is final in all matters of this RFP. Furthermore, the Proposer, by submitting its offer, agrees to hold the City and its agents harmless and free from all liability, loss, injury, and/or cost and expense which might be incurred by any Proposer in responding to or as a consequence of its response to this RFP. 7.2 Proposal Format 7.2.1 Cover Letter of Intent / Executive Summary – The cover letter of intent must attest to the accuracy of the Proposal submission. The cover letter must be signed by an individual authorized to obligate the Proposer and execute binding contracts. The cover letter shall include the Proposer’s company name, street and electronic addresses, and telephone and facsimile numbers. The cover letter of intent shall summarize the Proposer’s understanding of the requested services, staffing and equipment requirements, and the ability to provide such services individually and/or through subcontracting. The Proposer’s cover letter must state that the response will remain valid for acceptance for a period of ninety (90) days from opening of the responses on February 7, 2023, and thereafter until a contract can be negotiated and executed, whichever occurs first. 21 7.2.2 Contact Information – The Proposer shall identify a point of contact (POC) for the Proposal response. The POC shall be able to address any inquiries and submit supplemental information as requested by the City. 7.2.3 Statement of Organization – In addition to the completion of the Proposer Qualification Form (Form A), the Proposer shall submit information defining the type of organization and the organizational structure of the company. If the Proposer proposes to utilize subcontractor(s) in providing the requested services, the Proposer shall document the relationship to any subcontractor(s) and the subcontractor’s organizational structure. 7.2.4 Project Approach and Description of Provided Services – The Proposer shall provide a concise description of the approach that will be undertaken to fulfill the requested services. 7.2.5 Transition Plan and Implementation Schedule – The Proposer shall identify a plan and implementation schedule that identifies key milestones to address transition time requirements needed to become fully operational in all proposed services. 7.2.6 Transfer Station Operation Plan and Hauling Plan – The Proposer shall provide a comprehensive plan for operation of the Transfer Station and hauling of MSW. 7.2.7 Emergency Response Plan – The Proposer shall provide a comprehensive outline of its plan for responding to all emergencies at the Transfer Station site, including but not limited to medical, environmental and fire. 7.2.6 Staffing and Equipment Obligations –The Proposer shall identify the staffing levels (e.g., supervisory, operators/drivers, and maintenance) and anticipated equipment obligations that will be assigned to fulfill the requested services. The Proposer shall identify staff experience, certifications, and training levels. The Proposer must not discriminate, nor permit discrimination, against any person on the grounds of race, color, national origin, religion, sex, handicap or veteran status, in their employment practices, in any of their contractual arrangements, in all service and accommodation they offer to the public, and in any of their other business operations. Equipment information shall include a complete listing of all equipment that will be used in this project including detail about quantity, year, make/ model, type and number of trucks, type of fuel for each, capacity of each, style of refuse containers and recycling containers (number, size and capacity of each), make, model and capacity of compactors and any other equipment needed to fully equip and operate properly and efficiently. A schedule of equipment maintenance and/or replacement should also be identified. 7.2.7 Qualifications, Experience, and References – The Proposer shall document its experience, and past or current awards of other contracts in which it has or is currently 22 providing similar and comparable services. Such experience must be demonstrated within the past five (5) years. The Proposer shall provide a minimum of three (3) references from previous or current contract awards within the past five (5) years. The references shall be capable of providing information on the Proposer’s abilities to provide a similar level of service, schedule commitments, compliance history with contract terms, fairness in executing the requested services, and any disputes. 7.2.8 Litigation, Regulatory, Criminal Conviction History – The Proposer shall provide information related to litigation, regulatory non-compliance, and criminal conviction occurrences during the past ten (10) years, including its directors, principals and/or officers. The Proposer shall describe the events related to each case by providing case or docket numbers, contact information, background information, and the current status and/or resolution(s). Events shall include, but may not be limited to, civil and administrative actions, criminal activity, disputes, bankruptcies, contract terminations, fines, and penalties. 7.2.9 Insurance Requirements – By signing its Proposal, the Proposer acknowledges that it has read and understands the insurance requirements for the RFP as described in Section 2.3. Proposer must provide evidence of required insurance, through a representative copy of a certificate of insurance or letter from agent and/or broker certifying that Proposer can meet insurance requirements as set forth, which must be submitted as part of its Proposal. 7.2.10 Proposed Fees / Fee Schedules – The Proposer shall present all costs, including, but not limited to, labor, materials, tools, equipment, plans, mobilization, permits, insurances, etc., required to properly complete these services, anticipated pricing adjustments, and credits/rebates or cost-sharing anticipated throughout the term of the contract. The Proposer should address means to minimize operating costs and maximize revenues, as appropriate. All Proposers must propose pricing based on an initial five (5) year term with two (2) potential five (5) year renewals at the City’s option. 7.2.11 Affidavits and Certifications (a) Affirmative Action Statement (Form C) (b) Anti-Bribery Affirmation & Affidavit of Qualification to Propose (Form D) (c) Statement of Assurance and Compliance (Form E) (d) Non-Collusion Affidavit of Proposers (Form F) (e) Drug Free Workplace Certificate (Form G) 7.2.12 The successful Proposer shall secure all required licenses and permits (Local, state, federal prior to commencing work on the site. 23 Section 8: Evaluation Criteria 8.1 Evaluation Criteria – Acceptable Proposals will be evaluated based upon the Proposer’s ability to satisfy the minimum performance requirements established in this RFP. The City reserves the right to evaluate the Proposals and determine the level of responsiveness based upon the general criteria set forth below. The City further reserves the right to select a Successful Proposer for the purpose of Transfer Station Operation only, not to include the transportation and disposal of MSW. To satisfy the minimal level of responsiveness, the Proposer shall provide adequate details to demonstrate its ability to provide the requested services, document its experience and knowledge to execute such work, and submit a cost-effective Proposal. Proposals must contain information specifically related to the requested services. Failure of any Proposer to submit requested information may result in the elimination of its Proposal from further consideration. Proposals will be evaluated on the following criteria, which shall not be considered all inclusive: 8.1.1 Provided Services / Experience / Historical Performance – Proposers shall clearly identify the solid waste services capable of being provided to the City as a prime contractor. The Proposer shall identify any and all subcontractor relations in providing such services. The Proposal shall include an understanding of the staffing and equipment needs to provide the requested services. 8.1.2 Financial Considerations – Each Proposal will be compared with respect to cost effectiveness and rationality in the ability to provide all of the requested services over the life of contract. The most effective pricing and rebate offering(s) will be evaluated to determine the best option for the City. The Proposer firm will also be evaluated in regard to financial depth and stability and guarantees (insurance, bonds, letters of credit) ensuring performance throughout the life of the contract. Appendix A. pg.1 APPENDIX A CITY OF MILFORD REQUIREMENTS REGULAR HOURS OF OPERATION: Monday through Friday 7:00 a.m. to 3:00 p.m. Saturday Hours: 7:00 a.m. to 12:00 noon Seasonal Extended Hours (April to January 1st): 7:00 a.m. to 3:00 p.m. (no commercial haulers will be permitted after 12:00 noon) Designated holidays that the Transfer Station is closed are News Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. All staff shall be on site at least one-half hour earlier and one-half hour later than the times listed in order to adequately maintain the facility and its associated grounds. ADDITIONAL CONTRACTOR RESPONSIBILITIES: In addition to the responsibilities listed in the RFP the Successful Proposer shall be responsible for: • Transporting the recyclable materials, as specified, to the appropriate locations currently Oak Ridge, 90 Oliver Terrace, Shelton CT (no full trailers shall be left on site after specified operating hours). • Developing and implementing an SPCC plan (Spill Prevention, Control, and Countermeasures Plan) in accordance with the Code of Federal Regulations (CFR) 112.3. • Facility inspections as scheduled:  Site Inspection Daily  Tipping Floor Daily  Compactors Daily  Floor Drains Weekly  Storm Drainage System Weekly  Spill Kits Monthly The Successful Proposer will be required to perform these inspections as required and send a copy or proof of the inspections to the attention of the Office Manager, 83 Ford Street, Milford, CT 06461 prior to the 15th of the month following the inspection date. If the proof of inspection is not received by this date, then the City reserves the right to have the inspection performed by qualified personnel and either back charge the Successful Proposer or deduct the cost from the next month’s invoice. Appendix A. pg.2 Sample Inspection forms included in Appendix B, shall be modified as agreed between the Director of Public Works and the Successful Proposer. STAFFING LEVELS REQUIRED: One (1) staff member capable and licensed to operate the front-end loader and yard horse. This individual must hold a valid State of Connecticut DEEP certificate to operate a Solid Waste Transfer Station. This staff member will maintain the grounds in accordance with the City's contract with the Successful Proposer. This staff member must be physically capable of successfully performing the essential functions of this job. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential functions. Staff member must be able to perform physical activities that require considerable use of arms and legs and moving the whole body, such as sitting, standing, walking, bending, climbing, twisting, squatting, reaching overhead, grasping, lifting, balancing, kneeling, pushing, pulling and handling of objects, and be able to be on his/her feet most of shift. Staff member must be able to frequently lift up to 60 pounds; and occasionally lift up to 80 pounds. Staff member must have normal eyesight and depth perception, with or without correction; and be able to hear normal tones, with or without correction. Option 1 Contractor shall provide a price for one (1) staff person to assist City staff or function independently with inspecting waste material to be dumped and assist residents with unloading their vehicles (this employee must be fluent in the English language and must hold a valid State of Connecticut DEEP Certificate to operate a Connecticut Solid Waste Transfer Station). The City reserves the right to use this person on a part-time or full-time basis and the cost thereof will be derived from prorating the annual price. This individual shall be responsible for the cleanliness of the property and associated properties at the facility to the satisfaction of the Director of Public Works or his/her designee. The City reserves the right to increase the number of staffing and pay the additional associated cost derived from the annual price. Staff member must be able to perform physical activities that require considerable use of arms and legs and moving the whole body, such as sitting, standing, walking, bending, climbing, twisting, squatting, reaching overhead, grasping, lifting, balancing, kneeling, pushing, pulling and handling of objects, and be able to be on his/her feet most of shift. Staff member must be able to frequently lift up to 60 pounds; and occasionally lift up to 80 pounds. Staff member must have normal eyesight and depth perception, with or without correction; and be able to hear normal tones, with or without correction. Additional waste streams to be handled at the Milford transfer station include, but shall not be limited to: • Green Work • Residential recyclables • Corrugated cardboard • Scrap metal • Electronics • Paint • Tires • Oil • Antifreeze Appendix A. pg.3 • Lamps and lightbulbs • Textiles • Batteries • Mattresses Additional requirements: All of Successful Proposer’s employees must be trained in and familiar with the City's Transfer Stat and must be able to perform physical activities that require considerable use of arms and legs and moving the whole body, such as sitting, standing, walking, bending, climbing, twisting, squatting, reaching overhead, grasping, lifting, balancing, kneeling, pushing, pulling and handling of objects, and be able to be on his/her feet most of shift. Staff member must be able to frequently lift up to 60 pounds; and occasionally lift up to 80 pounds. Staff member must have normal eyesight and depth perception, with or without correction; and be able to hear normal tones, with or without correction. Minimum Equipment requirements: The Contractor shall supply and maintain at all times at the City of Milford Transfer Station/Recycling Center property the following equipment meeting all Federal, State and Local regulatory requirements: • One (1) 30 yd. open top roll-off container as required; • One (1) front-end loader (make, model, and size to be determined by the contractor and approved by the City); and • And any other equipment required to achieve 20 tons of MSW per load. All containers shall, at all times, have their loads secured and covered, once filled and prior to leaving the facility and at the end of each day. The above represents the City's on-site minimum equipment requirements of the Contractors. Appendix B pg.1 APPENDIX B TRANSFER STATION WEEKLY INSPECTION FORM Date:________________________________ INSPECTION ITEMS MAINTENANCE/ACTION/ REPAIRS NEEDED? DESCRIPTION OF ACTION TAKEN Yes No Site Inspection: Litter check – interior of site and perimeter fence Landscaping, trimming, mowing Traffic controls, signage Security; fence, gates, lights Stormwater Weekly inspection Tipping Floor: Ped safety barricades Litter check, loose debris Floor wash down AED, First Aid Kit Spill Kit Other: By: (Signature) (Print Name) Form A pg. 1 FORM A PROPOSER QUALIFICATION FORM The undersigned certifies under oath that the information herein is true and sufficiently complete so as not to be misleading. Furnishing incomplete, misleading, or false information herein shall result in disqualification for present and future City of Milford projects, as well as result in imposition of any and all legal remedies and sanctions. The Undersigned certifies that the following information is accurate and complete: CONTACT INFORMATION: Company Name: Attention: Address: Address: Phone: Fax: Cell phone: E-Mail: Principal Office Locale: Type of Work: General Contractor Plumbing HVAC Electrical / Other Status of Firm: Corporation LLC Sole Proprietorship Partnership Joint Venture NATURE OF ENTITY: If the Proposer is structured as a corporation provide: The date of incorporation The state of incorporation The name of Corp. President The name of Corp. V. P. The name of Corp. Secretary The name of Corp. Treasurer Form A pg. 2 If the Proposer is structured as an LLC provide: The date of incorporation The state of incorporation The name of Manager(s) The name of Member(s) If the Proposer is individually owned, provide: The date of organization Name of Owner If the Proposer is structured as a partnership, provide: The date of organization Type of partnership Names of general partners If the Proposer is structured as some other form of organization, (e.g., Joint Venture) Describe it and provide the name(s) of the directing individuals: PROPOSER’S HISTORY How long has the applying entity been in the solid waste business? How long has the said entity been operating under the current name? PROPOSER’S EXPERIENCE: Please list the types of work customarily performed by the Proposer without assistance from outside persons or entities. EXPERIENCE OF PRIMARY INDIVIDUALS: Please describe the experience of the Proposer’s principals or primary person(s) who will oversee the Transfer Station operation and describe the most significant projects on which the person(s) is/are currently working. Form A pg. 3 LICENSING & REGISTRATION: List geographical areas in which your organization is legally certified to do business and indicate registration or license numbers, if applicable, and describe the areas of practice included in the certification. DISPUTES & LITIGATION: Has the applying Proposer filed any lawsuits or instigated other litigation or arbitration, etc. regarding its operations within a municipality within the last seven (7) years? If yes, please describe: Do any judgments, claims or arbitration proceedings exist or are there suits pending or outstanding against the applying Proposer or its officers? If yes, please describe: Has the applying Proposer ever failed to complete any work on the job which it has successfully bid? If yes, please describe: Has anyone currently serving as a principal or director of the subject Proposer, during the last seven (7) years, served as a principal or director of another contractor which failed to perform a job which was awarded to it? If yes, please describe: Form A pg. 4 CURRENT PROJECTS: List major currently ongoing undertakings, including identity of job, location, customer, type of project (within a municipality) and agreed amount/rate. REFERENCES: Please provide the following references: Professional references, e.g., those who can speak to the Proposer’s qualifications in the industry. Financial references, e.g. banks, creditors, etc. SURETY INFORMATION: Bonding company identification: Bonding Agent’s Information: Name: Address: Phone: FAX: Email: Form A pg. 5 PROPOSER PRE-QUALIFICATION CHECKLIST: The undersigned certifies under oath that the information herein is true and sufficiently complete so as not to be misleading. Furnishing incomplete, misleading, or false information herein shall result in disqualification for present and future City of Milford projects, as well as result in imposition of any and all legal remedies and sanctions. Please answer either “YES” or “NO” for the following questions: 1. Have you or your organization even been declared in default on any contract with any public body in accordance with the General Conditions and Supplementary General Conditions of that contract in the State of Connecticut completed within the last five (5) years. 2. Have you or your organization ever failed to complete an outstanding contract? 3. Have you or your organization ever failed to comply with pre-qualification requirements? 4. Have you or your organization ever submitted more than one bid for the same work from an individual, partnership, joint venture, or corporation under the same or different name? 5. Have you or your organization ever colluded with other Proposers or been disqualified because of evidence of collusion? 6. Have you or your organization ever failed to furnish a non-collusion affidavit upon request? 7. Have you or your organization ever declared bankruptcy or insolvency or been declared bankrupt or insolvent? 8. Have you or your organization ever failed to comply with an equal employment opportunity program? 9. Have you or your organization ever failed to satisfactorily complete a project, resulting in surrender of the Performance Bond to meet you or your organization’s obligations? (If you have responded “Yes” to any of questions #1-12 above, please attach a sheet with an explanation) 10. Have you and/or your organization fully and promptly paid all subcontractors and suppliers? 11. Do you or your organization have all requisite licenses and qualifications to do business in the State of Connecticut? Form A pg. 6 REQUIRED DOCUMENTS LIST THREE (3) MUNCIPLIATIES WHERE PROPOSER HAS PERFORMED WORK DURING THE PREVIOUS FIVE (5) YEARS. MUNICIPALITY DESCRIPTION CONTRACT TERM Send the City of Milford Qualification Reference Form to the municipalities listed above requesting they complete the reference form and return it directly to you for inclusion in your RFP submittal. SIGNATURE AND NOTARIZATION: Company Name By: Signature Print Name and Title STATE OF CONNECTICUT ) : ss. Milford ______________, 2023 COUNTY OF NEW HAVEN ) On this the______ day of ___________, 2023 before me, the undersigned officer, personally appeared, _____________________________________. who acknowledged him/herself to be the ________________________ of _____________________________ and s/he, as such ________________________, being duly authorized to do so, executed the foregoing instrument for the purposes therein contained, by signing the name of _________________________ by him/herself as __________________________. In witness whereof I hereunto set my hand. Notary Public My Commission Expires: Form B pg. 1 FORM B Fred Bialka, Purchasing Agent 70 West River Street Milford, CT 06460 Phone: (203) 783-3225 ~ Fax: (203) 876-1960 THE CITY OF MILFORD ~ QUALIFICATION REFERENCE FORM Statement to Project Owner: In an effort to foster a high standard of quality in our projects and in conformance with established standards of qualifying Proposers, we would like to confirm a proven management history of concern to detail, quality craftsmanship, timely adherence to schedule completion, and job site safety for the companies we contract with on our capital projects and/or long-term service operations projects. To that end we have asked that each project Proposer provide the names of three (3) previous municipalities as references. We are requiring that said references be completed on this form provided herein. Please help us by answering the following questions to the best of your knowledge. Referenced by: Municipality: Title: Address: City: State: Phone: Fax: E-mail: Project: Dollar Value: (Approx.) Date of Completion/Term of Contract: Reference Requested by (Company Name): Form B pg. 2 1. Has this company provided a high standard of quality in its provision of services? Completely Mostly Somewhat Not at All Comments: 2. Has this company displayed a concern to their services that exemplifies first class service? Completely Mostly Somewhat Not at All Comments: 3. Was the project work always supervised with a skilled professional? Completely Mostly Somewhat Not at All Comments: 4. Did the project supervisor take responsible charge to coordinate the work and solve problems in the field as they were encountered? Completely Mostly Somewhat Not at All Comments: 5. Did the supervisor and the workmen exercise a constant concern for safety, always complying with OSHA and other safety standards and practices? Completely Mostly Somewhat Not at All Comments: Form B pg. 3 6. Did the company display a cooperative attitude working with other contractors and the owner? Completely Mostly Somewhat Not at All Comments: 7. Was the project schedule followed and the completion date achieved as planned? Completely Mostly Somewhat Not at All Comments: 8. Were the subcontractors hired by this company well informed with regard to the project contract requirements? Completely Mostly Somewhat Not at All Comments: 9. Did these subcontractors provide a standard of quality service that exemplifies first class services? Completely Mostly Somewhat Not at All Comments: 10. Did these subcontractors provide professional supervision over their work and employees? Completely Mostly Somewhat Not at All Comments: Form B pg. 4 11. Did these subcontractors exercise a constant concern for safety in executing their work by complying with OSHA and other standards at all times? Completely Mostly Somewhat Not at All Comments: 12. Did the company clearly understand the technical requirements of its work and therefore exhibit a familiarity with the systems and components of its contract? Completely Mostly Somewhat Not at All Comments: 13. Did the company make every effort to ask for clarifications of “gray areas” in the contract documents before it executed work for which it had doubts or concerns? Completely Mostly Somewhat Not at All Comments: 14. Did the Proposer display a willingness to work with the Owner to safeguard ongoing operations? Completely Mostly Somewhat Not at All Comments: 15. Was the work completed or continued without resorting to Proposer’s claims, arbitration, or litigation? Completely Mostly Somewhat Not at All Comments: Form B pg. 5 16. Did the Proposer make a reasonable effort to provide periodic and regular project clean up? Completely Mostly Somewhat Not at All Comments: 17. Did the Proposer make an effort to maintain the cleanliness and on-going operations of any adjacent occupied space that may have been affected by dust, foot traffic, above ceiling work, etc. as part of the project? Completely Mostly Somewhat Not at All Comments: 18. Was the permitting process completed smoothly, and did the Proposer ensure all required permits were obtained without your organization’s intervention? Completely Mostly Somewhat Not at All Comments: 19. Did you receive any customer, subcontractor or employee complaints either during the project, or, if applicable, during the long-term service operations? Yes, several (note below) Only minor issues (examples below) None At All Comments: 20. Were any financial issues noted, either during the project or, if applicable, during payment of long- term service operation contracts or agreements? Yes, several (note below) Only minor issues (examples below) None at All Form B pg. 6 Comments: 21. If applicable, did the Proposer ensure all environmental compliance matters were handled proactively, rather than on an environmental issue resolution basis? (Please describe any occurrences below) Completely Mostly Somewhat Not at All Comments: 22. Did the Proposer communicate effectively and regularly with you and/or your staff or consultants during the project? Completely Mostly Somewhat Not at All Comments: Reference Form Completed By: Date: Contact Phone Number: E-Mail Address: Form C pg. 1 FORM C AFFIRMATIVE ACTION STATEMENT Any Proposer seeking to do business with the City of Milford must, upon request, supply the Purchasing Office with any information concerning the affirmative action equal employment practices of the Proposer. Failure to supply such information, when requested, will result in the termination of any further transactions between the Proposer and the City of Milford. All Proposers with more than ten (10) employees shall be required to complete the affirmative action/equal opportunity employment requirements statement on an annual basis except as noted below: 1. All Proposers with less than ten (10) employees are exempt from this requirement; 2. All Proposers that have completed this form within the last year are exempt from this requirement; If either of the above applies, check the appropriate box below:  Less than 10 employees, indicate number:  Completed this form within the last year, indicate date completed: All Proposers will be required to complete the affirmative action statement. If the form has been completed in the past year, please include a photocopy of the initial form with Proposal. If significant changes have taken place in the past year, please update the changes on this form. COMPANY NAME & ADDRESS: TYPE OF BUSINESS: TYPE OF ORANIZATION: (PLEASE CHECK) CORPORATION PARTNERSHIP INDIVIDUAL Form C pg. 2 If Proposer filing this application is not the above-named company, please provide the name, address and telephone number of the reporting unit, branch agent, or representative. EQUAL EMPLOYMENT OPPORTUNITY The Proposer is instructed to complete the following: 1. Does the company have a written policy statement regarding Equal Employment Opportunity? If yes, attach copy of policy. YES NO 2. In recruiting employees, are all sources of recruitment notified that all qualified applicants will receive equitable consideration? YES NO If yes, provide brief description of what methods are employed: 3. Do all recruitment advertisements state that you are an Equal Opportunity Employer: YES NO 4. Please list by name and contact person, any local community agent or other group providing minority and female placement service which you have contacted in the last 12 months. If none, please state: 5. If additional means are employed to advertise or solicit minority and female applicants for employment opportunities within your company, please indicate: Form C pg. 3 AFFIRMATIVE ACTION 1. Does your company maintain a written affirmative action plan for the employment of females and minorities? If yes, attach copy of policy. YES NO 2. Please indicate the name and address of the company official(s) responsible for carrying out the equal opportunity/affirmative action program for your company: 3. If a written affirmative action plan for your company is not in place, please estimate the number of vacancies expected during the next twelve months and indicate the numerical or percentage goals you have set for the employment of minority people and females to make your labor force reflective of the labor market in which you operate: The Proposer is hereby notified that failure to complete the above form in a satisfactory and truthful manner will preclude such Proposer from being actively considered to contract with the City of Milford. The Proposer is further advised the affirmative action statement included with the Proposal document will become part of the contract and that any breach of such statements will constitute a breach of contract subject to such remedies as provided by law. I certify that there are no misrepresentations, omissions or falsifications in the foregoing statements and answers, and that all entries above are true, complete and correct to the best of my knowledge and belief. Date: (Signature of Agent) (Title of Agent) Subscribed and sworn to before me this day of , 2023 Notary Public My Commission Expires: **Must Be Notarized and Returned with Proposal** Form D pg. 1 FORM D ANTI-BRIBERY AFFIRMATION & AFFIDAVIT OF QUALIFICATION TO PROPOSE THIS FORM SHALL BE EXECUTED BY AN OFFICIAL AUTHORIZED TO BIND THE PROPOSER, DETACHED, AND MADE A PART OF ITS PROPOSAL. I hereby affirm that: 1. I am the and the authorized representative of (Title) the firm of (Name of Corporation) whose address is and that I possess the legal authority to make this affidavit on behalf of myself and the firm for which I am acting. 2. Except as described in Paragraph 3 below, neither I nor, to the best of my knowledge, the above firm, nor any of its officers, directors, or partners, nor any of its employees directly involved in obtaining contracts with the State or City, or City department, or sub-division of the State have been convicted of, or have been pleaded nolo contendere to a charge of, or having during the course of an official investigation or other proceeding admitted in writing or under oath acts or omissions which constitute bribery, attempted bribery, or conspiracy to bribe under the provisions of the State of Connecticut or under the laws of any State or the Federal government (conduct prior to January 1, 1990 is not required to be reported). 3. State "none" or, as appropriate, list any conviction plea, or admission described in Paragraph 2 above, with the date court, official or administrative body and the individuals involved and their position with the firm and the sentence or disposition, if any. 4. I acknowledge that this affidavit is to be furnished to the City and, where appropriate, to the Attorney General of the State of Connecticut. Form D pg. 2 5. I acknowledge that, if the representations set forth in this affidavit are not true and correct, the City may terminate any contract awarded and take any other appropriate action. I further acknowledge that I am executing this affidavit knowing that certain persons who have been convicted of or have admitted to bribery, attempted bribery, or conspiracy to bribe may be disqualified, either by operation of law or after a hearing, from entering into contracts with the State or any of its agencies or sub-divisions. I do solemnly declare and affirm under the penalties of perjury that the contents of this affidavit are true and correct. Authorized Signature Printed Name/Title Date Subscribed and sworn to before me this day of , 2023 Notary Public My Commission Expires: **Must Be Notarized and Returned with Proposal** Form E pg. 1 FORM E THE CITY OF MILFORD SOLID WASTE SERVICES PROPOSAL STATEMENT OF ASSURANCES AND COMPLIANCE The Proposer hereby provides assurance that the firm represented in this Proposal, as indicated below: 1) Will comply with all requirements, stipulations, terms, and conditions as stated in the Request for Proposal documents; 2) Currently complies with all applicable Local, State and Federal Laws; 3) Is not guilty of collusion with the vendors possibly interested in this Proposal or in determining prices to be submitted, and shall fully and completely comply with all applicable Federal and State laws, rules, and regulations pertaining to illegal price discrimination and lessening competition and/or creation of monopoly, including but not limited to, the Sherman Antitrust Act, the Clayton Antitrust Act, and the Robinson-Patman Act; 4) The undersigned has carefully examined the Instructions to Proposers, The City of Milford RFP #14______________, dated _______________________________, including the following addenda: ADDENDUM # ________ DATED _____________ ADDENDUM # ________ DATED _____________ ADDENDUM # ________ DATED _____________ ADDENDUM # ________ DATED _____________ ; and 5) Such agent as indicated below is officially authorized to represent the firm in whose name this Proposal is submitted. Name of Firm Name of Firm Representative Title Address of Firm Telephone Number Date State of Incorporation **Must be Returned with Proposal** Form F pg. 1 FORM F NON-COLLUSIVE AFFIDAVIT OF PROPOSERS The undersigned Proposer, having fully informed itself regarding the accuracy of the statements made herein certifies that: (1) The Proposal has been arrived at by the Proposer independently and has been submitted without collusion with, and without any agreement, understanding, or planned common course of action with, any other Proposer for the demolition project described in the Notice for Request for Proposals, designed to limit independent competition; and (2) The contents of the Proposal have not been communicated by the Proposer or his/her employees or agents to any person not an employee or agent of the Proposer or his/her surety on any surety furnished with the Proposal and will not be communicated to any such person prior to the official opening of the Proposal. The undersigned Proposer further certifies that this statement is executed for the purpose of inducing the City of Milford to consider the Proposal and make an award in accordance therewith. (Name of Proposer) , Its Duly Authorized Date: Subscribed and Sworn to before me this ________day of ____________, 2023. Notary Public My Commission Expires: **Must be Notarized and Returned with Proposal** Form G pg. 1 FORM G DRUG FREE WORKPLACE CERTIFICATE I hereby certify that the Proposer: 1. Has a published statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and that this statement specifies the actions which will be taken against employees for violations of such prohibition; 2. Has a written policy informing employees about the dangers of drug abuse in the workplace, the firm's policy of maintaining a drug free workplace, any available counseling, rehabilitation, and employee assistance programs, and the penalties which may be imposed upon employees for drug use violations; 3. Has or will provide a copy of the statements specified in paragraphs 1 and 2 above to each employee engaged in providing the commodities or contractual services which are being proposed; 4. Has or will notify its employees that, as a condition of working on the commodities or contractual services which are under proposed, the employee will abide by the terms of the statement, as referenced in paragraph 1 above, and will notify the employer of any conviction of, or plea of "guilty", or of "nolo contendere" to any violation of any controlled substance law of the United States or of any state, for a violation occurring in the workplace no later than five (5) days after such conviction or plea; 5. Will impose a sanction on or require the satisfactory participation in a drug abuse assistance program or a rehabilitation program, if such are available in the employee’s community, by any employee who is so convicted; 6. Will make a good faith effort to continue to maintain a drug free workplace. As the person authorized to sign this statement, I certify that this firm fully complies with the above requirements. Company: Signature: Print Name: Dated: **Must be Returned with Proposal** Bid Bond pg. 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto the CITY OF MILFORD in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed, this day of ,2023 The Condition of the above obligation is such that whereas the Principal has submitted to the City of Milford a certain Proposal, attached hereto and hereby made a part hereof to enter in a contract in writing, for the OPERATION AND MAINTENANCE OF THE MUNICIPAL TRANSFER STATION LOCATED AT 755 ORONOQUE ROAD, MILFORD, CONNECTICUT, INCLUDING TRANSPORTATION AND DISPOSAL OF MUNICIPAL SOLID WASTE. In the event the Principal fails to complete and execute the Contract and to complete the other requirements of said Proposal, then the Surety shall pay over to the City the penal sum set forth above. NOW, THEREFORE, (a) If said Proposal shall be rejected, or in the alternative, (b) If said Proposal shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Proposal) and shall furnish a Bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing material in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Proposal., Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the City of Milford may accept such Proposal; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them are as corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (L.S.) Principal Surety BY: IMPORTANT - Surety companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. **Must be Returned with Proposal**

70 West River St. Milford, CT 06460Location

Address: 70 West River St. Milford, CT 06460

Country : United StatesState : Connecticut

You may also like

JANITORIAL AND OPERATIONS & MAINTENANCE SERVICES FOR THE YAKIMA FEDERAL BUILDING.

Due: 29 Feb, 2032 (in about 7 years)Agency: PUBLIC BUILDINGS SERVICE

MOTOROLA OPERATIONS AND MAINTENANCE SERVICES

Due: 29 Sep, 2025 (in 17 months)Agency: OFFICE OF PROCUREMENT OPERATIONS

FORT STEVENS NATIONAL CEMETERY FULL CEMETERY MANAGEMENT SERVICES

Due: 30 Jun, 2024 (in 2 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.