Capitol Region Council of 636 Governments 5

Bid Tabulation Packet for Solicitation 636

Stormwater Monitoring Services

Bid Designation: Public

Capitol Region Council of Governments

6

12/17/2015 BidSync p. 1 Capitol Region Council of 636 Governments 5 Bid #636 - Stormwater Monitoring Services

Creation Date Nov 23, 2015 End Date Dec 17, 2015 11:45:00 AM EST Start Date Dec 2, 2015 2:20:03 PM EST Awarded Date Not Yet Awarded

636--01-01 Phase II: Phase II Connecticut Watershed Area: Collected and Tested Supplier Unit Price Qty/Unit Total Price Attch. Docs Northwest Environmental Water Labs First Offer - $306.00 1 / each $306.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Samples will be collected, tested, and reported per the MS4 stormwater requirements ESS Group, Inc. First Offer - $337.00 1 / each $337.00 Y Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Anchor Engineering Serv.,Inc. [Ad] First Offer - $342.00 1 / each $342.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes:

636--01-02 Phase II: Phase II Test only Supplier Unit Price Qty/Unit Total Price Attch. Docs Northwest Environmental Water Labs First Offer - $255.00 1 / each $255.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: This price is for samples collected by the municipality and delivered to 450 Meriden Rd, Waterbury CT. If pick up by a Northwest courier is required add a $50.00 pick up fee per rain event. Samples will be tested and reported as per the MS4 Stormwater requirements. ESS Group, Inc. First Offer - $337.00 1 / each $337.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Anchor Engineering Serv.,Inc. [Ad] First Offer - $342.00 1 / each $342.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes:

636--01-03 Phase II: Phase I Test only Supplier Unit Price Qty/Unit Total Price Attch. Docs ESS Group, Inc. Alt 1 - $406.00 1 / each $406.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Price includes one semi-annual suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Annual aquatic toxicity testing is not included under this alternate offer. Please note that any sector-specific laboratory analyses beyond the basic 10 parameters will be priced separately. Northwest Environmental Water Labs First Offer - $535.50 1 / each $535.50 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: This price is for samples collected by the municipality and delivered to 450 Meriden Rd, Waterbury CT. If pick up by a Northwest courier is required add a $50.00 pick up fee per rain event. Samples will be collected, tested, and reported as per the General Permit for stormwater associated with Industrial Activities.. Anchor Engineering Serv.,Inc. [Ad] First Offer - $565.00 1 / each $565.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: ESS Group, Inc. First Offer - $665.00 1 / each $665.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Price includes annual toxicity testing and one suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Please note that any sector-specific laboratory analyses beyond the basic 10 parameters will be priced separately.

12/17/2015636--01-04 Phase II: Phase I Collect and Test BidSync p. 2 Supplier Unit Price Qty/Unit Total Price Attch. Docs ESS Group, Inc. Alt 1 - $406.00 1 / each $406.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Price includes one semi-annual suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Annual aquatic toxicity testing is not included under this alternate offer. Please note that any sector-specific laboratory analyses beyond the basic 10 parameters will be priced separately. Anchor Engineering Serv.,Inc. [Ad] First Offer - $565.00 1 / each $565.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Northwest Environmental Water Labs First Offer - $586.50 1 / each $586.50 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Samples will be collected, tested, and reported as per the General Permit for stormwater associated with Industrial Activities. ESS Group, Inc. First Offer - $665.00 1 / each $665.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Price includes annual toxicity testing and one suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Please note that any sector-specific laboratory analyses beyond the basic 10 parameters will be priced separately.

Supplier Totals ESS Group, Inc. $1,486.00 (4/4 items) Bid Contact Jamie Haslett Address 100 Fifth Avenue, 5th Floor [email protected] Waltham, MA 02451 Ph 781-419-7717 Qualifications SB Agency Notes: Supplier Notes: Northwest Environmental Water Labs $1,683.00 (4/4 items) Bid Contact Chris Downey Address 900 Main St [email protected] Oakville, CT 06779 Ph 203-437-4110 Fax 203-725-0501 Agency Notes: Supplier Notes: Anchor Engineering Serv.,Inc. [Ad] $1,814.00 (4/4 items) Bid Contact Mark Zessin Address 41 Sequin Drive [email protected] Glastonbury, CT 06033 Ph 860-633-1912 Agency Notes: Supplier Notes:

Award Total $50,757.00 (Does not apply to percentage or no price items.)

** 6 5 Bid #636 - Stormwater Monitoring Services

Creation Date Nov 23, 2015 End Date Dec 17, 2015 11:45:00 AM EST Start Date Dec 2, 2015 2:20:03 PM EST Awarded Date Not Yet Awarded

636--01-01 Phase II: Phase II Connecticut Watershed Area: Collected and Tested Supplier Unit Price Qty/Unit Total Price Attch. Docs Northwest Environmental Water Labs First Offer - $306.00 1 / each $306.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Samples will be collected, tested, and reported per the MS4 stormwater requirements ESS Group, Inc. First Offer - $337.00 1 / each $337.00 Y Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Anchor Engineering Serv.,Inc. [Ad] First Offer - $342.00 1 / each $342.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes:

636--01-02 Phase II: Phase II Test only Supplier Unit Price Qty/Unit Total Price Attch. Docs Northwest Environmental Water Labs First Offer - $255.00 1 / each $255.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: This price is for samples collected by the municipality and delivered to 450 Meriden Rd, Waterbury CT. If pick up by a Northwest courier is required add a $50.00 pick up fee per rain event. Samples will be tested and reported as per the MS4 Stormwater requirements. ESS Group, Inc. First Offer - $337.00 1 / each $337.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Anchor Engineering Serv.,Inc. [Ad] First Offer - $342.00 1 / each $342.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes:

636--01-03 Phase II: Phase I Test only Supplier Unit Price Qty/Unit Total Price Attch. Docs ESS Group, Inc. Alt 1 - $406.00 1 / each $406.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Price includes one semi-annual suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Annual aquatic toxicity testing is not included under this alternate offer. Please note that any sector-specific laboratory analyses beyond the basic 10 parameters will be priced separately. Northwest Environmental Water Labs First Offer - $535.50 1 / each $535.50 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: This price is for samples collected by the municipality and delivered to 450 Meriden Rd, Waterbury CT. If pick up by a Northwest courier is required add a $50.00 pick up fee per rain event. Samples will be collected, tested, and reported as per the General Permit for stormwater associated with Industrial Activities.. Anchor Engineering Serv.,Inc. [Ad] First Offer - $565.00 1 / each $565.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: ESS Group, Inc. First Offer - $665.00 1 / each $665.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Price includes annual toxicity testing and one suite of the 10 general parameters required by the Industrial Stormwater General Capitol RegionPermit Council at one of site. Please note that any sector-specific laboratory 636 Governmentsanalyses beyond the basic 10 parameters will be priced separately.

636--01-04 Phase II: Phase I Collect and Test Supplier Unit Price Qty/Unit Total Price Attch. Docs ESS Group, Inc. Alt 1 - $406.00 1 / each $406.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Price includes one semi-annual suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Annual aquatic toxicity testing is not included under this alternate offer. Please note that any sector-specific laboratory analyses beyond the basic 10 parameters will be priced separately. Anchor Engineering Serv.,Inc. [Ad] First Offer - $565.00 1 / each $565.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Northwest Environmental Water Labs First Offer - $586.50 1 / each $586.50 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Samples will be collected, tested, and reported as per the General Permit for stormwater associated with Industrial Activities. ESS Group, Inc. First Offer - $665.00 1 / each $665.00 Y Product Code: Supplier Product Code: Agency Notes: Supplier Notes: Price includes annual toxicity testing and one suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Please note that any sector-specific laboratory analyses beyond the basic 10 parameters will be priced separately.

Supplier Totals ESS Group, Inc. $1,486.00 (4/4 items) Bid Contact Jamie Haslett Address 100 Fifth Avenue, 5th Floor [email protected] Waltham, MA 02451 Ph 781-419-7717 Qualifications SB Agency Notes: Supplier Notes: Northwest Environmental Water Labs $1,683.00 (4/4 items) Bid Contact Chris Downey Address 900 Main St [email protected] Oakville, CT 06779 Ph 203-437-4110 Fax 203-725-0501 Agency Notes: Supplier Notes: Anchor Engineering Serv.,Inc. [Ad] $1,814.00 (4/4 items) Bid Contact Mark Zessin Address 41 Sequin Drive [email protected] Glastonbury, CT 06033 Ph 860-633-1912 Agency Notes: Supplier Notes:

Award Total $50,757.00 (Does not apply to percentage or no price items.)

** 6

12/17/2015 BidSync p. 3 Capitol Region Council of 636 Governments 5

ESS Group, Inc.

Bid Contact Jamie Haslett Address 100 Fifth Avenue, 5th Floor [email protected] Waltham, MA 02451 Ph 781-419-7717 Qualifications SB

Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs

636--01-01 Phase II: Supplier Product Code: First Offer - $337.00 1 / each $337.00 Y Y Phase II Connecticut Watershed Area: Collected and Tested

636--01-02 Phase II: Supplier Product Code: First Offer - $337.00 1 / each $337.00 Y Phase II Test only

636--01-03 Phase II: Supplier Product Code: Alt 1 - $406.00 1 / each $406.00 Y Phase I Supplier Notes: Price includes Test only one semi -annual suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Annual aquatic toxicity testing is not included under this alternate offer. Please note that any sector-specific laboratory analyses beyond the basic 10 parameters will be priced separately. Supplier Product Code: First Offer - $665.00 1 / each $665.00 Y Supplier Notes: Price includes annual toxicity testing and one suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Please note that any sector- specific laboratory analyses beyond the basic 10 parameters will be priced separately.

636--01-04 Phase II: Supplier Product Code: Alt 1 - $406.00 1 / each $406.00 Y Phase I Supplier Notes: Price includes Collect and one semi -annual suite of the 10 Test general parameters required by the Industrial Stormwater General Permit at one site. Annual aquatic toxicity testing is not included under this alternate offer. Please note that any sector-specific laboratory analyses beyond the basic 10 parameters will be priced separately. Supplier Product Code: First Offer - $665.00 1 / each $665.00 Y Supplier Notes: Price includes annual toxicity testing and one suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Please note that any sector- 12/17/2015 specific laboratory analyses BidSync p. 4 beyond the basic 10 parameters will be priced separately.

Lot Total $1,486.00 Supplier Total $1,486.00 6 5

ESS Group, Inc.

Bid Contact Jamie Haslett Address 100 Fifth Avenue, 5th Floor [email protected] Waltham, MA 02451 Ph 781-419-7717 Qualifications SB

Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs

636--01-01 Phase II: Supplier Product Code: First Offer - $337.00 1 / each $337.00 Y Y Phase II Connecticut Watershed Area: Collected and Tested

636--01-02 Phase II: Supplier Product Code: First Offer - $337.00 1 / each $337.00 Y Phase II Test only

636--01-03 Phase II: Supplier Product Code: Alt 1 - $406.00 1 / each $406.00 Y Phase I Supplier Notes: Price includes Test only one semi -annual suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Annual aquatic toxicity testing is not included under this alternate offer. Please note that any sector-specific laboratory analyses beyond the basic 10 parameters will be priced separately. Supplier Product Code: First Offer - $665.00 1 / each $665.00 Y Supplier Notes: Price includes annual toxicity testing and one suite of the 10 general parameters required by the Industrial Stormwater General Permit at one site. Please note that any sector- specific laboratory analyses beyond the basic 10 parameters will be priced separately.

636--01-04 Phase II: Supplier Product Code: Alt 1 - $406.00 1 / each $406.00 Y Phase I Supplier Notes: Price includes Collect and one semi -annual suite of the 10 Test general parameters required by the Industrial Stormwater General Permit at one site. Annual aquatic toxicity testing is not included under this alternate offer. Please note that any sector-specific laboratory analyses beyond the basic 10 parameters will be priced separately. Supplier Product Code: First Offer - $665.00 1 / each $665.00 Y Supplier Notes: Price includes annual toxicity testing and one suite of the 10 general parameters required by the Industrial Capitol Region Council of 636 Stormwater General Permit at one Governments site. Please note that any sector- specific laboratory analyses beyond the basic 10 parameters will be priced separately.

Lot Total $1,486.00 Supplier Total $1,486.00 6

12/17/2015 BidSync p. 5 Capitol Region Council of 636 Governments 5 ESS Group, Inc. Item: Phase II:Phase II Connecticut Watershed Area: Collected and Tested

Attachments ESS Qualifications.pdf ESS Staff Resumes.pdf Exception to West Hartford TC.doc

6

12/17/2015 BidSync p. 6 Capitol Region Council of 636 Governments Company Overview

Full-Service Environmental Consulting & Engineering ESS provides comprehensive environmental consulting to address a variety of environmental media and regulatory program requirements. We offer clients expertise to support projects ranging from environmental compliance and permit renewal to new facility development. Our scientific know-how combined with in-house civil engineering and site assessment/ remediation services makes ESS a "one-stop" shop for clients of all sizes and types.

From Concept Planning to Operations ESS assists clients in all stages of project development. We conduct siting and feasibility evaluations, develop environmental impact reports and permit applications, prepare construction specifications, and provide on-site environmental monitors during construction. Once projects are operational, ESS works with clients to meet permit, compliance, management, and/or annual reporting requirements. We frequently remain involved in projects for years, assisting clients with permit renewals, facility upgrades, and expansions.

A Primary Focus in Energy, Including Renewable Generation ESS has been the lead environmental consultant for more than 10,000 MW of electric power generation, 500 miles of overland and submarine Core Services electric transmission, and 1500 MW of renewable energy. ESS energy • Environmental Impact Reports projects also include natural gas storage and transmission facilities, • Site Planning & Civil Engineering biomass-based generation, retrofits of existing generation assets, and due diligence for asset transfers and acquisitions. Our consulting has • Site Investigation & Remediation supported energy policy development, and we advise clients regularly as • Ecological Investigations requirements change in response to new technologies and environmental • Energy Consulting considerations. • Industrial Compliance & Permitting • Air Quality Consulting Coastal & Marine Capabilities • Water Quality Consulting Ocean and coastal sites are dynamic settings that require specialized • Soils Sampling & Management techniques for environmental assessment, project construction, and • Noise Monitoring & Impact Modeling impact mitigation. ESS ecologists, coastal engineers, marine geologists, • Stormwater Management and water quality experts design and implement field surveys and • GIS & Mapping environmental impact assessments for projects such as offshore wind • Visual Simulations farms, marina and port facilities, and submarine cable installations. • Construction Inspection • Environmental Monitoring Commitment to Client Service & Technical Excellence • Watershed, Lake & Pond Studies ESS is committed to exceeding client expectations. We are proud of • Ecosystem Restoration the close relationships our team has built with clients, professional associates, and the regulatory community. Our reputation is built on delivering sound science and practical solutions to meet the environmental needs of our clients.

Environmental Consulting & Engineering Services - from Concept to Reality

12/17/2015 BidSync p. 7 Capitol Region Council of 636 Governments

Visit www.essgroup.com for ESS Group information, news, downloads, and more!

Representative Clients Af–lliations & Participation Anbaric Holding, LLC Newport News Shipbuilding - • Northeast Energy & Commerce Association AREVA NP Division of Huntington Ingalls • American Wind Energy Association Albany Medical Center Northeast Utilities Service Company • Independent Power Producers of New York APEX Energy Pepco Holdings, Inc. Ashland Inc. PowerBridge, LLC • Offshore Wind Development Coalition The Church of Jesus Christ of PSEG Companies • US Offshore Wind Collaborative Latter-day Saints Pure Energy Resources, LLC • Virginia Offshore Wind Coalition Cape Wind Associates, LLC RI Department of Environmental • Virginia Alternative & Renewable Club Motorsports, Inc. Management Energy Association Dominion Resources Inc. Schnitzer Northeast • Connecticut Power & Energy Society Gamesa Energy USA SemGas, LLC • Licensed Site Professionals Association Hudson Transmission Partners, LLC Siemens Corporation • Air & Waste Management Association, SNC-Lavalin Constructors, Inc. Johnson & Wales University New England Section The Kensington Investment Southworth Development • Environmental Business Council of Company Taylor Biomass Energy, LLC New England Laidlaw Berlin BioPower, LLC TPI Composites, Inc. • The Boston Harbor Association Lawrence Community Works TransCanada Energy • Hampton Roads Association for MA Executive Of–ce of Energy & US Navy Environmental Affairs US PowerGen Commercial Real Estate Massachusetts Maritime Academy Waste Management, Inc. • Massachusetts Congress of Lake & Morris Energy Group Wind Energy Development Pond Associations National Grid

100 Fifth Avenue, 5th Floor, Waltham, MA 02451 | 781.419.7696 10 Hemingway Drive, 2nd Floor, East Providence, RI 02915 | 401.434.5560 170 Commerce Way, Suite 200, Portsmouth, NH 03801 | 603.205.8511 www.essgroup.com Dominion Tower, 999 Waterside Drive, Suite 2525, Norfolk, VA 23510 | 757.777.3777

12/17/2015 BidSync p. 8 Capitol Region Council of 636 Governments Stormwater

Whether developing a retail shopping center or power plant, or assessing or improving a site»s stormwater conditions, ESS provides practical engineering solutions for stormwater control. We have conducted numerous watershed diagnostic/feasibility studies, developed both construction and operational Stormwater Pollution Prevention Plans (SWPPP), and prepared discharge permit applications for facilities of all sizes under both state and federal guidelines. ESS considers the unique features of every site and designs stormwater systems that meet each project»s specific needs and the business objectives of our clients.

Assessment & Management ESS engineers are on the cutting edge of stormwater management engineering. For more than 10 years, ESS has designed and overseen construction of the latest in alternative stormwater treatment, Low Impact Development (LID) stormwater systems, and environmentally sensitive site design. These include water quality treatment using infiltration ponds/trenches, rain gardens, and porous pavement features. ESS has also assisted municipalities with design and evaluation of non-structural controls including Ordinances and By-laws, public outreach programs, and stormwater utilities.

Removal of Pollutants Core Services New stormwater regulations require the removal of pollutants such as • Watershed Delineation sediment and nutrients from stormwater before it is discharged to the • Stormwater Management Plans environment. Stormwater assessments for projects subject to these • Storm Water Pollution Prevention regulations must now address not only the volume of stormwater to Plans (SWPPP) be removed or contained on a site, but also the volume of associated • Bacteria, Nutrient & Pollutant Loading pollutants that the stormwater may introduce into the environment. Many Evaluations older systems must also be upgraded to adhere to these new pollutant • Construction Administration removal standards. ESS excels in these quantitative evaluations. • Construction Cost Estimates Quantitative Analysis & Modeling • Drainage Studies & Design ESS water resource scientists and engineers have considerable • NPDES Stormwater Compliance experience conducting comprehensive stormwater evaluations and • Civil Engineering watershed assessments. These stormwater assessments address • Low Impact Development (LID) Design stormwater system design, permitting, and annual reporting through: • Water Quality Sampling & Monitoring • Water Quality Permitting • Runoff Volume Calculations • Sediment Quality & Isopach Mapping • Sizing of Stormwater Conveyance Structures • Bathymetry Mapping • Dry and Wet Weather Sampling • Hydrologic Modeling • Hydrologic & Pollutant Load Modeling • Erosion & Sedimentation Control Design • Rainfall and Discharge Event Monitoring • Operation & Maintenance Plans • Stream, Lake & Pond Assessments • Peer Review • Best Management Practices (BMP) Retrofits for 319 Grant Projects

Environmental Consulting & Engineering Services - from Concept to Reality

12/17/2015 BidSync p. 9 Capitol Region Council of 636 Governments Naval Station Newport Stormwater Management - Newport, Preparation of a Storm Water Management Plan and storm drain outfall mapping to comply with Rhode Island Pollution Discharge Elimination System required by the EPA Clean Water Act.

Stormwater Management Plan • Construction Administration & Monitoring • Runoff Monitoring • Geographic Information Systems Resource Mapping • Environmental Compliance Audits & Training • Database Development & Management

Pioneer Valley Energy Center - Westfield, Massachusetts A 400 MW combined-cycle natural gas-fired power generating facility that incorporates environmentally sensitive site design using LID techniques to develop an innovative stormwater management system to meet Massachusetts Department of Environmental Protection guidelines.

Stormwater Management Plan • SWPPP • Long-term Operation & Maintenance Plan • Environmentally Sensitive Civil/Site Design • LID BMP Design • Federal, State & Local Environmental Permit Applications • Geographic Information Systems Resource Mapping

Prolerized New England Stormwater Compliance - Attleboro, Massachusetts Metals recycling center incorporating a specialized stormwater management system for the removal of heavy laden suspended solids that is easily accessible for routine maintenance. Assisted in settling a citizen law suit under the EPA Clean Water Act.

Stormwater Management Plan • Civil/Site Design • SWPPP • Long-term Operation & Maintenance Plan • Environmental Inspection & Monitoring • Environmental Compliance Audits • Sampling & Analysis • Construction Administration

Hopedale Pond Diagnostic/Feasbility Study - Hopedale, Massachusetts Conducted a Diagnostic/Feasibility Study of Hopedale Pond and its watershed, which was included on the Massachusetts List of Impaired Waters due to the presence of noxious aquatic plants.

Water Quality Assessment, Sampling & Monitoring • Storm Surge Analysis • Groundwater Sampling & Analysis • Plankton Community Assessment • Fish Community Survey • Wildlife Habitat Evaluations • Aquatic Plant Mapping & Management Plans • Bathymetry Mapping • Hydrologic Modeling • Nutrient Budget Modeling • Sediment Quality & Isopach Mapping • Sediment Removal Options & Cost Evaluation • Community & Public Outreach Efforts

100 Fifth Avenue, 5th Floor, Waltham, MA 02451 | 781.419.7696 10 Hemingway Drive, 2nd Floor, East Providence, RI 02915 | 401.434.5560 170 Commerce Way, Suite 200, Portsmouth, NH 03801 | 603.205.8511 www.essgroup.com Dominion Tower, 999 Waterside Drive, Suite 2525, Norfolk, VA 23510 | 757.777.3777

12/17/2015 BidSync p. 10 Capitol Region Council of 636 Governments Environmental Compliance

ESS has in-depth understanding and practical experience with environmental policies and regulatory programs. Our project-based relationships with regulatory staff facilitate communication and cooperation, which are key factors when timely and effective resolution is required. ESS focuses on cost-effective and timely solutions and understands the importance of operational goals when managing ongoing environmental compliance.

Multi-media Audits/Inspections ESS has provided hundreds of multi-media compliance assessments for a wide variety of client types, including energy, industrial, and institutional facilities. Our strong regulatory skills and hands-on experience provide a distinct advantage for determining the applicability of various programs to facility operations. ESS develops practical recommendations for compliance and environmental management, which can range from simple changes in protocol to process modification. Our comprehensive assistance services for operating facilities include reporting, database development, facility monitoring, record keeping, and development of proactive environmental management programs.

Regulatory Compliance Reporting ESS provides reporting services to assist clients in preparing compliance reports, and written facility plans as required by various local, state, and Core Services federal regulatory permits and regulations. ESS prepares compliance • Federal, State & Local Environmental reports for all environmental media - air, water, soil, and toxic material Permit Applications use. ESS regulatory compliance reporting experience includes filings • Air Quality Consulting for numerous industrial facilities ranging from power plants and • Air Emissions Inventory & Reporting manufacturing facilities to municipalities and construction sites for land • Pollution Prevention Plans development projects. • Environmental Compliance Audits & Training • On-site Environmental Compliance Environmental Management Plans Management & Support We can help set up proactive environmental management programs • Environmental Management Systems & to address environmental and compliance reporting requirements in a comprehensive manner. This approach ensures coordinated scheduling, Training documenting, and updating of environmental compliance activities. • Environmental Inspection & Monitoring Written Environmental Management Plans assign clear responsibility and • Environmental Management Plans require regular re-evaluation of facility practices and processes. ESS • Database Development & Management has found that these plans promote environmental performance, reduce • NPDES Stormwater Compliance environmental liabilities, identify cost saving measures, and demonstrate • Spill Prevention, Control & Countermeasure a corporate commitment to environmental compliance that is valued by Plans customers, regulators, and the local community. • Clean Air Act Risk Management Plans • Greenhouse Gas Inventories & ESS provides reporting and compliance support for: Management Strategies SPCC RATA GHG RMP • Environmental, Healthy & Safety Plans SWPPP MACT EHS TURA • Facility Response Plans Title V/SMOP RCRA EMS EPCRA (Tier II/CRTK, TRI)

Environmental Consulting & Engineering Services - from Concept to Reality

12/17/2015 BidSync p. 11 Capitol Region Council of 636 Governments Industrial Facility Oxidizer Permitting & Air Emission Compliance Assistance - Rhode Island Conducted compliance testing of catalytic oxidizer that controlled volatile organic compound emissions and assisted in negotiating a consent agreement and special environmental project with the Rhode Island Department of Environmental Management, whereby the facility would replace the catalytic oxidizer with a new, more efficient regenerative thermal oxidizer, reduce emissions, and obtain emissions credit.

Air Permitting • Air Emissions Control Technology Assessments • Air Emissions Inventory & Reporting • Air Emissions Dispersion Modeling • Air Monitoring • Regulatory Agency Negotiation

Biotechnology Firm Emissions Testing & Compliance - Massachusetts Provided annual emissions compliance test programs for biotechnology firm on two of the facility's auxiliary boilers. Included Relative Accuracy Test Audit (RATA) on the Continuous Emissions Monitoring System (CEMS) installed on the combustion turbine. Also assisted with compliance to the Environmental Protection Agency's Area Source Boiler MACT Rule and Greenhouse Gas Reporting Rule.

Air Emissions Inventory & Reporting • Air Monitoring • Greenhouse Gas Reporting • Regulatory Compliance Assistance

Aerogel Insulation Manufacturing Facility Air Quality Consulting - Rhode Island Provided air permitting services, conducted required regulatory analyses, and prepared and submitted minor air source permit applications for new process and air pollution control equipment. Emissions testing of newly installed equipment was also completed.

Air Emissions Control Technology Assessments • Air Monitoring • Air Emissions Dispersion Modeling • State Environmental Permit Applications

Athens Generating Plant Air Quality Consulting - Athens, New York Provided test oversight for RATA and emissions compliance testing for three combustion turbines at this facility and assisted with the preparation of a Title V Facility Permit renewal application.

Air Monitoring • State Environmental Permit Applications

Newport News Shipyard Air Quality Consulting - Newport News, Virginia Assisted with an Environmental Protection Agency Boiler Maximum Achievable Control Technology (MACT) compliance assessment, preparation of environmental permitting plans for proposed upgrades of NNS PowerHouse, and Floating Test Steam Facility.

Regulatory Compliance Assessment • Permitting Plan

100 Fifth Avenue, 5th Floor, Waltham, MA 02451 | 781.419.7696 10 Hemingway Drive, 2nd Floor, East Providence, RI 02915 | 401.434.5560 170 Commerce Way, Suite 200, Portsmouth, NH 03801 | 603.205.8511 www.essgroup.com Dominion Tower, 999 Waterside Drive, Suite 2525, Norfolk, VA 23510 | 757.777.3777

12/17/2015 BidSync p. 12 Capitol Region Council of 636 Governments

MATTHEW D. LADEWIG, CLM Project Scientist

Qualifications Experience ESS Group, Inc.: 2006 to Mr. Ladewig is a Certified Lake Manager and ecologist with ten years of present experience in the monitoring, modeling, and management of aquatic Years of Prior Related ecosystems. He has completed studies on over 50 lakes and ponds, Experience: 3 including water suppliers, state and municipal governments, lake Education associations, and private landowners. Mr. Ladewig has also developed and MS, Aquatic Resource implemented numerous surface water sampling, sediment testing, and Ecology and Management, biomonitoring programs for a wide variety of water resource projects. He University of Michigan, 2006 regularly conducts stormwater mapping, sampling, and compliance programs. BA, Geography, University of Illinois at Urbana- Mr. Ladewig is an experienced taxonomist who has analyzed thousands of Champaign, 2000 macroinvertebrate samples collected from freshwater and marine habitats Professional in the Northeast, the Mid-Atlantic and the Bahamas. He holds certifications Registrations and from the Society for Freshwater Science and oversees the ESS Affiliations invertebrate taxonomy lab. Mr. Ladewig’s taxonomic experience extends to Society for Freshwater Science – Certified a wide variety of other biological resources, including fish, birds, aquatic Taxonomist: Chironomidae plants and a number of rare species. and Ephemeroptera, Plecoptera and Trichoptera In addition to his water resources work, Mr. Ladewig regularly completes field studies and environmental impact assessments associated with all North American Lake phases of submarine cable, upland transmission, and renewable energy Management Society – Certified Lake Manager generation projects. Rhode Island Natural Representative Project Experience History Survey Builders Concrete East, LLC – Bathymetry and Sediment Evaluation 40-hour OSHA of Lake Como, Burlington, CT. Conducted bathymetry and sediment HAZWOPER Training isopach surveys of Lake Como as part of a dredging feasibility project. 8-hour Offshore Water Collected, photographed, and described sediment samples from the lake Survival Certification and conducted an aquatic plant survey. Drafted the final report discussing SafeGulf Certification sediment physical and chemical characteristics and detailing the likely permitting pathways and associated costs for the project to move forward. Charles River Conservancy, Sediment Sampling at Magazine Beach. Cambridge, MA. Project manager on a study designed to determine the condition of surficial sediments at Magazine Beach, a property managed by the Massachusetts Department of Conservation and Recreation on the Charles River. The site has been identified as one potential location to develop swimming access in the Charles River. Although water quality is sufficient to support swimming, it is currently uncertain whether the sediments at and upstream of the site are clean enough for this activity. Sediment isopach mapping and core sampling results will be used to help determine whether the site may be able to support swimming as is or will require modifications (e.g., dredging or addition of clean sand) prior to development of the swim area. Providence Water Supply Board, Limnological Studies of Moswansicut, Barden, and Westconnaug Reservoirs. Scituate and Foster, RI. Conducted watershed assessments, water quality surveys, groundwater seepage surveys, bathymetric mapping, sediment sampling, biological surveys, and aquatic macrophyte mapping for three reservoirs in the City of Providence’s public water supply. The objective of the studies was to characterize the current trophic status, identify the probability of “turning,” and provide specific management recommendations to maintain or improve the water quality of each reservoir. Town of Weymouth, Whitman’s Pond Vegetation Management Action Plan. Weymouth, MA. Completed a comprehensive Vegetation Management Action Plan for the Whitman’s Pond Working Group, a town-appointed committee charged with task of identifying a restoration strategy for the 190-

12/17/2015 BidSync p. 13 Capitol Region Council of 636 Governments

Matthew D. Ladewig, CLM Page 2 of 12

acre pond. Although Whitman’s Pond suffers from excessive growth of invasive plants, sedimentation, and water quality impairments, it supports a significant run of anadromous alewife ( Alosa pseudoharengus ), provides diverse recreational opportunities for the public, and serves as a backup water supply for the town. The Vegetation Management Action Plan was developed to address the problems in Whitman’s Pond while being protective of the multiple resources it provides to a diverse group of stakeholders. Bathymetric and sediment isopach mapping, biological surveys (plants, fish, birds, and invertebrates), sediment sampling, water quality sampling, and hydrologic assessments were conducted to support the development of the Vegetation Management Action Plan. The final plan was presented to the town at a public meeting. Cape Wind Associates, LLC, Cape Wind Offshore Renewable Energy Generation and Submarine Cable Project Geophysical and Geotechnical Surveys. Nantucket Sound, MA. Served as the onboard client representative for an extensive geotechnical program that will be used to support final engineering design of the 130-turbine Cape Wind offshore wind project. The geotechnical program included collection of vibracores, seabed cone penetrometer testing (CPT), deep CPT, and deep boring. Once completed, Cape Wind will be the largest offshore wind power generation facility in the United States and among the largest worldwide. West Point Partners, LLC, New York State Article VII. Hudson River, NY. Completed an assessment of existing water quality, sediment quality, and benthic and shellfish resources in the Hudson River for a proposed power transmission project between Athens and Buchanan, New York. As part of this assessment, identified and enumerated benthic macroinvertebrates from baseline benthic samples collected along the Proposed Subaquatic Route. This is being used to help identify potential impacts of the electric transmission line for the New York Article VII permit filing. Town of Holliston, Massachusetts, Lake Winthrop Aquatic Plant Mapping and Sediment and Mussel Surveys. Holliston, MA. Conducted biological field survey to identify mussel species and map the distribution, cover, and biovolume of native and invasive aquatic plants in Lake Winthrop. Survey results were used to make management recommendations for controlling nuisance aquatic plants at the lake to improve recreational opportunities while minimizing impacts on sensitive biological receptors. Woburn Country Club, Dredge Feasibility Study. Woburn, MA. Assisted with the sediment sampling plan as part of a dredge feasibility study for a pond at the Woburn Country Club. Town of Windsor, MS4 Stormwater Compliance Monitoring, Windsor, CT. Manages the annual MS4 monitoring efforts on behalf of the town Engineering Department. All field sampling and laboratory analyses are reported to the Town for the required annual filing with CTDEEP. Town of Enfield, MS4 and Industrial Stormwater Compliance Monitoring, Enfield, CT. Manages the annual MS4 and quarterly industrial stormwater monitoring efforts on behalf of multiple Public Works divisions, including Water Pollution Control, Highway, Building and Grounds, and Solid Waste. All field sampling and laboratory analyses are reported to the Town for the required annual filing with CTDEEP. Town of Vernon, MS4 and Industrial Stormwater Compliance Monitoring, Vernon, CT. Manages the annual MS4 and quarterly industrial stormwater monitoring efforts on behalf of the town Highway Department. All field sampling and laboratory analyses are reported to the Town for the required annual filing with CTDEEP. Town of Windsor Locks, MS4 Stormwater Compliance Monitoring, Windsor Locks, CT. Manages the annual MS4 and stormwater monitoring efforts on behalf of the Town’s Public Works Department. All field sampling and laboratory analyses are reported to the Town for the required annual filing with CTDEEP. Town of Rocky Hill, MS4 Stormwater Compliance Monitoring, Rocky Hill, CT. Manages the annual MS4 and stormwater monitoring efforts on behalf of the Town’s Engineering Department. All field sampling and laboratory analyses are reported to the Town for the required annual filing with CTDEEP.

12/17/2015 BidSync p. 14 Capitol Region Council of 636 Governments

Matthew D. Ladewig, CLM Page 3 of 12

Town of Berlin, MS4 Stormwater Compliance Monitoring, Berlin, CT. Manages the annual MS4 and stormwater monitoring efforts on behalf of the Town’s Public Works Department. All field sampling and laboratory analyses are reported to the Town for the required annual filing with CTDEEP. Town of Manchester, MS4 Stormwater Compliance Monitoring, Manchester, CT. Manages the annual MS4 and stormwater monitoring efforts on behalf of the Town’s Public Works Department. All field sampling and laboratory analyses are reported to the Town for the required annual filing with CTDEEP. Schnitzer Northeast, Industrial Stormwater Compliance Monitoring, Attleboro, MA. Provides quarterly stormwater monitoring compliance services for multiple outfalls at the metals recycling facility in Attleboro. Results are reported to the client for required filings. Charles River Watershed Association, Wadeable Stream Biomonitoring Pilot Study. Five Watershed Locations, MA. Worked with the client to develop and implement a macroinvertebrate biomonitoring pilot study targeting five wadeable stream locations in the Charles River watershed. Each study reach was assessed based on water quality, habitat, and the macroinvertebrate community using methods comparable to those used by the Massachusetts Division of Watershed Management. The client used the results of this study to provide comments on the biannual integrated assessment report for surface waters of the state. The report was also used to successfully obtain funding to continue the biomonitoring program. Massachusetts Department of Conservation and Recreation, Lakes and Ponds Program, Restoration of Flowering Pond. Newburyport, MA. Analyzed the results of the algae sampling program and conducted a hydrologic analysis for pond drawdown. Provided a dredge feasibility analyses for Flowering Pond based on sediment isopach mapping and sediment physicochemical characterizations conducted as part of the project. The goal of the project is to restore the aesthetic and recreational attributes of Flowering Pond while maintaining its ecological value. Town of Tiverton, RIPDES MS4 Stormwater Compliance Services. Tiverton, RI. Assists Town with the development of a Scope of Work and Implementation Plan to address fecal coliform sources identified in the Mt. Hope Bay and the Upper Kickemuit River Estuary total maximum daily load (TMDL). As part of the ongoing work to reduce these sources, developed an educational stormwater brochure targeted to residents in the TMDL priority watersheds. Also designed and conducted an illicit discharge detection and elimination study for these priority watersheds. Provides stormwater outfall sampling and annual reporting required for compliance with the small Municipal Separate Storm Sewer Systems (MS4) permit issued through the Rhode Island Pollutant Discharge Elimination System (RIPDES) program. Charles River Watershed Association, Dredge Feasibility Study. Boston and Watertown, MA. Project manager on a study designed to determine the feasibility of dredging a portion of the Lower Charles River. The area targeted for dredging has shallowed significantly in recent years due to sedimentation from an adjacent outfall. The Charles River has become so choked with sediment at this location that it is nearly impassible to recreational boaters. Sediment isopach mapping and core sampling results were used to develop the feasibility assessment. Pioneer Valley Energy Center, Stream Restoration. Westfield, MA. Conducted field survey of natural stream reaches above and below a culverted section of an intermittent stream. The field survey included establishment of surveyed cross sections, a longitudinal profile survey and photodocumentation of existing conditions. Results of this survey were incorporated into the design of a restored natural stream channel. The restored channel morphology was modeled after the existing natural channel above and below the culvert and, once constructed, is expected to improve passage of fish and wildlife along the stream corridor. Club Motorsports, Inc. Valley Motorsports Park Stream Flow Monitoring, Tamworth, NH. Installed temporary stream gauges and data loggers at 27 stations to track site hydrologic response to storm events over the growing season. Data from the loggers were used to identify and differentiate perennial, intermittent, and ephemeral streams on site. This information will be used to assist the developer in the design of appropriately sized stream crossing structures at each location.

12/17/2015 BidSync p. 15 Capitol Region Council of 636 Governments

Matthew D. Ladewig, CLM Page 4 of 12

Brooks Pond Conservation Association, Development of a Lake Management Plan. North Brookfield, New Braintree, Oakham, and Spencer, MA. Led field program at Brooks Pond, including water quality sampling and aquatic macrophyte mapping. Developed a lake management plan with short- and long-term recommendations for maintaining the recreational and ecological assets of the pond. Also assisted the Brooks Pond Conservation Association and Town of North Brookfield with submittal of a proposal for grant funding under Section 319 of the Clean Water Act.

Town of Concord, Development of a Lake Management Plan for Warner’s Pond. Concord, MA. Prepared a Quality Assurance Project Plan and collected sediment and water quality samples at Warner’s Pond, a water body that is impacted by cultural eutrophication and infestations of multiple invasive species. The results from these efforts were used to develop a lake management plan for the pond to improve recreational opportunities while maintaining or improving ecological services provided by the pond.

Lenard Engineering, Inc., Dam Removal Feasibility Study. Oxford, MA. Collected sediment samples and bathymetry/isopach data at a former mill pond where dam removal was under consideration. Completed an analysis of pond morphometry, sediment characteristics, and local hydrology as part of the dam removal feasibility assessment.

Mill Pond Committee, Development of a Pond Restoration Plan for Mill Pond. West Tisbury, MA. Evaluated the economic and technical feasibility of various lake management options for the cost- effective restoration of Mill Pond, a small pond that is currently used for passive recreation and fishing. Recommended management actions for restoration of the pond included dredging of the southern basin to restore water volume and reduce a significant source of nutrients (internal recycling) as well as creation of a treatment wetland at the pond inlet to sequester nutrients sourced from the watershed. Gamesa USA, LLC, Avian Surveys to Support Construction of an Offshore Wind Turbine. Cape Charles, VA. In compliance with the Virginia permit by rule, conducts aerial surveys of the project area to document avian use of the sea surface and rotor swept zone for a proposed prototype wind turbine. The quantitative surveys were conducted from an aircraft using consensus methods for avian monitoring associated with offshore wind turbines. Gamesa USA, LLC, Geotechnical and Benthic Surveys to Support Construction of an Offshore Wind Turbine. Cape Charles, VA. Collected vibracore and benthic grab samples near a proposed offshore prototype wind turbine and associated submarine transmission cable route. Provided quality assurance/quality control and taxonomic identification on over 30 benthic macroinvertebrate samples from the project area. Completed a benthic macroinvertebrate community assessment report as part of the joint permit application. Sand Dam Reservoir Association (SDRA), Vegetation Monitoring and Long-term Lake Management Plan. Glocester, RI. Conducts annual surveys of aquatic macrophytes at Sand Dam Reservoir to monitor growth of invasive variable-leaf milfoil and assess the health and diversity of native plants in the lake. Developed a prioritized long-term lake management and monitoring plan to help SDRA control their plant management costs through a more sustainable strategy. Massachusetts Water Resources Authority (MWRA), Aquatic Invasive Macrophyte Surveys. MA. Managed field effort and reporting tasks for a comprehensive survey of aquatic macrophytes at ten source and emergency reservoir areas jointly managed by MWRA and the Massachusetts Department of Conservation and Recreation (DCR). This survey provided the first comprehensive update to baseline macrophyte surveys completed in 2006 and 2007. Developed aquatic macrophyte monitoring and management plan that included an assessment of climate change impacts on macrophyte communities in the MWRA/DCR reservoirs. Compiled the first comprehensive field guide to the aquatic macrophytes of the entire MWRA/DCR reservoir system. Northeast Utilities, Long Island Submarine Cable Replacement Project. Norwalk, CT. Collected infaunal grab samples and oversaw diver collection of epifaunal samples as part of the submarine cable post-construction monitoring program conducted under a Connecticut Department of Environmental

12/17/2015 BidSync p. 16 Capitol Region Council of 636 Governments

Matthew D. Ladewig, CLM Page 5 of 12

Protection approved protocol. Provided quality assurance/quality control and identified and enumerated benthic macroinvertebrates from these samples. Assisted with data analysis and reporting for 24-month and Final Summary Reports to monitor the impacts, if any, to benthic and shellfish resources near the submarine replacement cables. Pepco Holdings, Inc., Mid-Atlantic Power Pathway Project. Chesapeake Bay, MD. In accordance with protocols tailored to meet the standards of the Maryland Department of Natural Resources, collected vibracore and benthic grab samples from numerous locations along a proposed high voltage submarine transmission cable route in Chesapeake Bay and the Choptank River. Provided quality assurance/quality control and taxonomic identification of benthic macroinvertebrates from 40 grab samples. Analyzed data and completed report detailing the baseline benthic macrofaunal assessment. This assessment was included in the Environmental Review Document filed with the state of Maryland for project permitting. Also developed project-specific fact sheets to help the client conduct public outreach. Bayonne Energy Center, New York Landfall, Gowanus Bay. Brooklyn, NY. Independent Environmental Inspector for construction activities associated with the installation of a new submarine transmission line from Bayonne, New Jersey to Brooklyn, New York. Provided inspection services, documented any environmental compliance issues and prepared daily written inspection reports during all in-water construction activities associated with the installation at the New York landfall. Also monitored water quality during cable installation in New York waters. Quaboag and Quacumquasit Lake Association (QQLA), Aquatic Invasive Weed Control Pilot Study. Lake Quacumquasit, East Brookfield, Brookfield, and Sturbridge, MA. Conducts pilot study of cost-effective, small scale treatments for control of invasive aquatic weeds. In response to persistent invasive weed problems at Quaboag Pond and Lake Quacumquasit, ESS developed a long-term plant management plan for QQLA. As an initial management step, a pilot study will be conducted to investigate the success of several low-cost alternatives to lakewide herbicide treatment. Experimental treatments will be feasibility tested in aquaria trials. Treatments with the greatest likelihood for success will be studied in- situ using enclosures to isolate dense weed beds of invasive Eurasian milfoil ( Myriophyllum spicatum ) and fanwort ( Cabomba caroliniana ). Field testing will allow ESS to provide QQLA with a toolbox of small- scale management actions that can be used to control weed growth in key recreational areas at minimal cost. Massachusetts Department of Conservation and Recreation, Pearl Hill Pond Management Plan. Townsend, MA. Assisted with drawdown calculations as part of a five-year management plan for nuisance aquatic vegetation at Pearl Hill Pond. The management plan, including annual drawdown, hydro-raking, and a beach maintenance program was successfully permitted with the Townsend Conservation Commission, MassDEP, and the Natural Heritage and Endangered Species Program. Pearl Hill Pond is a state-designated Outstanding Resource Water located in the Squannassit ACEC and Estimated and Priority Habitat of Rare Species. Private Landowner, Private Wind Project, Middletown, RI. Performed a Phase I Avian and Bat Risk Assessment to support permitting of a proposed 1 MW class turbine on the client’s property. Massachusetts Executive Office of Environmental Affairs, Natural Resource Damage Assessment. Shpack Landfill Superfund Site, Norton, MA. Assisted with preparation of the preliminary estimate of natural resource damages to groundwater resources at the Shpack Landfill Superfund Site. NRD Assessment includes groundwater injury determination and quantification and damage estimates. Providence Water Supply Board, Limnological Studies of Ponaganset and Regulating Reservoirs. Glocester and Scituate, RI. Conducted watershed assessments, water quality surveys, groundwater seepage surveys, bathymetric mapping, and aquatic macrophyte mapping for two reservoirs in the City of Providence’s public water system as part of a limnological study to address water quality issues. These issues stem mainly from concerns over aquatic invasive species, land use density in the watershed, and shoreline encroachment. Northern Rhode Island Conservation District, Development of Lake Management Plans for Bowdish Lake and Smith and Sayles Reservoir. Glocester, RI. Prepared a Quality Assurance Project

12/17/2015 BidSync p. 17 Capitol Region Council of 636 Governments

Matthew D. Ladewig, CLM Page 6 of 12

Plan (QAPP) for field surveys, including aquatic macrophyte mapping. Field data collected during this effort were integrated with existing data on the lakes and their watersheds and used to prepare separate lake management plans for Bowdish Lake and Smith and Sayles Reservoir. Once approved these will be among the first lake management plans in the state. A comprehensive short and long term management strategy was developed to maintain the high water quality in each lake while controlling the growth of aquatic invasive weeds, including variable-leaf milfoil ( Myriophyllum heterophyllum ) and fanwort (Cabomba caroliniana ). Town of Wellesley, Phytoplankton and Water Quality Monitoring of Morses Pond. Wellesley, MA. Conducted monitoring of in-lake conditions at Morses Pond, a 103-acre lake within a highly urbanized setting. Responsibilities included water quality sampling and collecting Secchi disk readings and phytoplankton samples. Also provided rapid turnaround screening level identification of phytoplankton samples to detect incipient algae blooms that could impact recreational use at the pond. Analyzed water quality and phytoplankton data for final reporting. Private Homeowner, Permitting of Private Dock. Hingham, MA. Led a field survey of shellfish and macroalgae at the site of a proposed dock. Completed data analysis and submitted a data report to the town Conservation Commission in support of Chapter 91 licensing. Confidential Client, Offshore Carbon Sequestration Pipeline Routing. NJ to Outer Continental Shelf. Conducted desktop routing study of threatened and endangered species, fisheries resources, and terrestrial wildlife habitat to support fatal flaw analysis and routing strategy for a proposed pipeline. Assisted with the development of protocols for a marine survey program. The proposed pipeline would carry carbon emissions from a power generating facility in New Jersey to the outer continental shelf for long-term sequestration deep in the sea floor. The Louis Berger Group, Inc., Stream Biomonitoring and Habitat Assessment. South Kingstown, RI. Leads the field sampling effort at five stream reaches to monitor the water quality and aquatic habitat conditions in surface waters adjacent to a landfill remediation site. Assesses basic water quality and stream habitat conditions in the field and collected, processed, and reported the results of benthic macroinvertebrate samples according to RIDEM protocols. Results of the biomonitoring and habitat assessment efforts allow the client to track impacts or improvements to surface waters downgradient of the site of interest. Rhode Island Department of Environmental Management (RIDEM), Characterization of Buckeye Brook Biological Impairment. Warwick, RI. Collected and identified quantitative macroinvertebrate samples from six sites in the Buckeye Brook system and one reference site used in the annual statewide biomonitoring program for wadeable streams. Also collected and analyzed results of quantitative periphyton and particulate organic matter samples. Buckeye Brook is on the Rhode Island 303(d) list for biodiversity, Enterococcus , and fecal coliform impairments. Results of the study are being used to help identify potential sources of contamination within this highly urbanized watershed. Upstate NY Power Corporation, NYS Article VII Application. NY. Completed an assessment of existing benthic resources in Lake Ontario for a proposed power transmission project between a proposed wind farm on Galloo Island and the town of Mexico, New York. As part of this assessment, identified and enumerated benthic macroinvertebrates from baseline benthic samples collected along the Proposed Subaquatic Route. Additionally, assisted with the drafting of several sections of the New York Article VII application, including discussions of hydrology, wetlands, biological resources, and vegetation clearing. This was used, along with other studies, to identify potential impacts of the 51 mile, 230 kV electric transmission line and associated substations. Dexter School and Southfield School, Engineering and Permitting of a New Crew Dock. Dedham, MA. Identified macroinvertebrates from benthic samples collected at the site of a proposed 120-ft by 10-ft crew dock along the Charles River to support project permitting. The project successfully obtained an Order of Conditions from the Dedham Conservation Commission and a Chapter 91 Waterways License from the MassDEP Division of Wetlands and Waterways.

12/17/2015 BidSync p. 18 Capitol Region Council of 636 Governments

Matthew D. Ladewig, CLM Page 7 of 12

Pawtuxet River Authority and Watershed Council, Tiogue Lake Assessment. Coventry, RI. Conducted plant mapping, water quality, wildlife, and invertebrate surveys and analysis in Tiogue Lake. The results of these surveys were used to assess the general condition of Tiogue Lake with regard to water quality, nuisance vegetation, and other aquatic life, and provide the Town of Coventry and the Tiogue Lake Association with management recommendations that are compatible with both wildlife and continued recreation at the lake. Bonds Cay, LLC, Environmental Impact Assessment and Environmental Management Plan. Bonds Cay, The Bahamas. Assisted with the preparation of the Environmental Impact Assessment (EIA) for a proposed residential and resort development. Club Motorsports, Inc. Valley Motorsports Park, Tamworth, NH. Led the pre-construction wet weather water quality sampling field effort to support the permitting and construction of a recreational and instructional driving course. In order to comply with the low reporting limits required at the site by New Hampshire water quality regulations, samples were collected in accordance with the EPA 1669 clean sampling method. Town of Hull, Hull Wind Offshore Expansion. Hull, MA . Identified and enumerated macroinvertebrates from benthic samples collected in the Proposed Project Area as part of the baseline monitoring effort. Also completed analysis of targeted benthic samples in areas with the potential to support surf clam beds. Data from these efforts were summarized in a technical report on the baseline benthic resources. This project, which is being developed as a public/municipal/academic partnership between the Town of Hull Massachusetts, the Massachusetts Technology Collaborative, and the University of Massachusetts Renewable Energy Research Laboratory, will be the first community-based offshore project in New England and is being used as a model for the U.S. Department of Energy National Offshore Wind Energy Collaborative. Town of Hopedale, Diagnostic/Feasibility Study of Hopedale Pond. Hopedale, MA. Led seepage survey of Hopedale Pond shoreline to evaluate potential groundwater sources of bacteria and nutrients. Also assisted with collection of dry weather surface water samples within the pond and at strategic locations within the watershed. Drafted several sections of the diagnostic/feasibility study report, such as management recommendations to control Canada goose overpopulation and associated nutrient pollution, fecal contamination, and general incompatibility with public uses at the pond. Additionally, developed a Canada goose pilot study to assess and evaluate the success of management options as they are adopted by the town. Confidential Client, Stream and Pond Monitoring Program. Guilford, CT. Conducts field work including habitat assessment, water quality sampling and biomonitoring at three sites along a brook onsite, as well as plant and bathymetry mapping of a small pond in line with the stream. The biomonitoring design employs quantitative methods for sampling macroinvertebrates, periphyton and fish within the brook. Baseline conditions have been established for the stream and will permit the evaluation of post-construction water quality, sedimentation and biological conditions in the stream, as needed. KeySpan and Northeast Utilities, Long Island Submarine Cable Replacement Project. Norwalk, CT to Northport, NY. Assisted in the design and execution of a post-construction benthic macroinvertebrate monitoring program. Collected and analyzed water quality and benthic samples under a New York State Department of Environmental Conservation (NYSDEC) approved protocol to monitor the impacts, if any, to biological resources in the vicinity of several abandoned cable segments. The Project was granted the Certificate of Environmental Compatibility and Public Need from the Connecticut Siting Council and the New York State Coastal Consistency Concurrence and was successfully installed. Massachusetts Department of Conservation and Recreation, Lakes and Ponds Program, Sampling, Design and Permitting Services to Support Dredging at Robinson Pond and Farm Pond. Agawam and Carlisle, MA. Assisted with the design and implementation of a sediment sampling plan for two small ponds on state-managed land. The principal objectives of this project were to assist the client in obtaining the necessary environmental permits for dredging and onsite disposal as well as prepare the final engineering drawings for each pond.

12/17/2015 BidSync p. 19 Capitol Region Council of 636 Governments

Matthew D. Ladewig, CLM Page 8 of 12

Massachusetts Department of Conservation and Recreation, Lakes and Ponds Program, Quagga and Zebra Mussel Education, Monitoring and Outreach. Western MA. Managed project designed to help prevent the spread of invasive quagga and zebra mussels into the waters of western Massachusetts. Also presented a workshop to volunteers on methods of collection, preservation, and screening of early life stage samples. The approach of this project was multifaceted and incorporated education, monitoring and outreach activities. On the monitoring front, volunteers were trained to collect and process samples using kits developed by ESS that focus on early life stage detection. The project team also developed educational materials, including brochures for outreach to boaters and anglers as well as metal signs for posting at strategically targeted water bodies. A concerned citizen relied on information in the educational brochure to detect the first occurrence of zebra mussels in the state. Housatonic River Natural Resource Damage (NRD) Fund, Enhancement of Housatonic River Public Access. Western MA. Assessed hydrologic, geomorphic, and biological conditions at potential public access points along the Housatonic River to select five sites (from a total of 41 locations) for construction of public access improvements. Conducted cross section surveys and discharge measurements at sites with the highest priority for public access. Also assessed high priority locations for the presence of rare, threatened, and endangered fish, mussel, and invertebrate species and their habitats. The assessment was based mainly on feasibility of access, ecological constraints and distance to the nearest existing river access point. Each site has been permitted and is ready for construction. Walpole Country Club, Sampling, Design and Permitting Services to Support Dredging at Allen Pond. Walpole, MA. Collected sediment cores for analysis of grain size distribution, physical properties and chemical constituents to support permitting of dredging in Allen Pond. The principal objectives of this project are to assist the client in obtaining the necessary environmental permits for dredging and onsite disposal as well as prepare the final engineering drawings for the pond. Rhode Island Department of Environmental Management (RIDEM), Statistical Analysis of Biomonitoring Data. Managed project examining the statistical relationships between biological condition, stream habitat and relative abundance of taxa for sites sampled statewide during the 2002 to 2006 period. Results from this analysis will be used to guide classification of surface water bodies into designated use categories for reporting to the U.S. Environmental Protection Agency. Cat Island Partners, Ltd, Environmental Impact Assessment for Cat Island Beach Resort. Cat Island, Bahamas. Conducted biological and water quality surveys of the aquatic and marine habitats adjacent to the proposed Cat Island Beach Resort. Also assisted with avian surveys of the terrestrial, wetland and shoreline habitats on the property. Researched and developed language in relevant sections of the environmental impact assessment to reflect the conditions observed during field surveys. C. Webb and Associates, LLC., Darrow Pond Baseline Assessment. East Lyme, CT. As part of a baseline assessment, provided quality control and taxonomic identification for macroinvertebrate samples collected from tributaries and the outlet of Darrow Pond. Also conducted baseline water quality data collection in parallel sampling effort with the Connecticut Department of Environmental Protection (CTDEP). A goal of this study was to identify the baseline water quality condition in the pond prior to completion of a clustered development near the pond that incorporates Low Impact Design (LID) principles. Aquarion Water Company, Stream Biomonitoring. Redding and Seymour, CT. Responsible for quantitative macroinvertebrate sample collection and stream habitat assessment at six sites on two wadeable streams. In response to water quality issues, baseline data were collected at strategic locations within the source watershed. Central Beach Fire District, West Pond Restoration Program. Charlestown, RI. Developed content of an educational brochure concerning the removal of several acres of exotic common reed ( Phragmites australis ). Aquatic vegetation control is planned in order to remove exotic weeds, enhance wildlife habitat and maintain the recreational assets of West Pond. Jacobs Pond Estate Condominium Trust, Water Quality Impact Assessment. Jacobs Pond, Norwell, MA. Deployed seepage meters to estimate groundwater flow at four shoreline segments. Also

12/17/2015 BidSync p. 20 Capitol Region Council of 636 Governments

Matthew D. Ladewig, CLM Page 9 of 12

extracted groundwater water quality samples with a Littoral Interstitial Porewater sampler. Pollutant concentrations for each shoreline segment were evaluated to identify areas contributing excessive levels of nutrients or bacteria. Town of Littleton, Dredging of Mill Pond. Littleton, MA. Conducted water quality sampling to support dredging of approximately 200,000 cubic yards of nutrient rich soft sediments from four interconnected basins that comprise Mill Pond. The dredging project is being conducted to restore pond depth and to control excessive aquatic plant growth thereby enhancing the recreational and aesthetic value of the pond. The work entails establishing the dredging limits, evaluating acceptable dredge methods, evaluate sediment dewatering requirements, siting of a public boat launch, site access/egress, construction sequencing, and preparation of construction bid documents. An integral part of the project is the construction of a five-acre nutrient/sediment detention system proposed at the outfall of the pond’s largest tributary. The constructed wetland system is being designed to trap suspended sediments and remove nutrients through biological uptake prior to reaching the pond. Town of Westford, Baseline Characterization, Drawdown Feasibility Assessment, and Long-term Monitoring Program for Nabnasset Lake. Westford, MA. Assisted with an aquatic plant survey of Nabnasset Lake. The purpose of this investigation was to monitor the impacts, if any, of annual winter lake drawdowns for the purpose of controlling nuisance aquatic plants. Hudson Transmission Partners, LLC, Submarine Cable Installation. Lower Hudson River, NY and NJ. Identified and enumerated macroinvertebrates from 10 benthic samples collected in the lower Hudson River estuary. Summarized data in a report on baseline benthic resources in the Project area for New York Article VII submission. United Water Company, Midge Larvae Monitoring and Management Recommendations. Bucklin Point, East Providence, RI. Conducts invertebrate monitoring efforts in order to identify non-biting midge larvae “hot spots” in the mud flats of the area of concern. Monitoring involves sampling set locations within the mud flats several times throughout the season for midge larvae. Monitoring efforts provide data to guide implementation of a site-specific management program. Massachusetts Department of Conservation and Recreation, Ponkapoag Golf Course, Water Supply Development and Ecological Monitoring. Canton, MA. Conducts biological surveys for several state-listed butterflies, damselflies and dragonflies. Monitors water levels in Ponkapoag Pond and Bog in compliance with an Order of Conditions and Water Level Monitoring Plan issued by the Canton Conservation Commission. These efforts are conducted to preserve the fragile ecosystem of an Atlantic white cedar/emergent/scrub-shrub wetland. United States Navy, Storm Water Drainage Map Updates. Naval Station, Newport, RI. Performed field verification of storm water structures using a Global Positioning System (GPS) unit with sub-meter accuracy. Coordinated the incorporation of these field-verified updates into Computer-aided Design (CAD) files of the overall storm water drainage plan for Naval Station Newport. Also contributed to drafting of the final report. Cohocton Wind Power Project, Supplemental Draft Environmental Impact Statement. Cohocton, NY. Assisted in the coordination and generation of responses to public comments following public release of the SDEIS. City of New Haven, Monitoring Report Review for Water Diversion from the Mill River. New Haven, CT. Project manager for third party review of annual environmental monitoring reports concerning the Lake Whitney Water Treatment Plant. Meets with members of the Environmental Study Team to evaluate the monitoring program on an annual basis. The reports generated by the monitoring program focus largely on the aquatic macroinvertebrate community and are prepared by an environmental study team contracted to the South Central Connecticut Regional Water Authority to monitor the impacts associated with the withdrawal of up to 15 million gallons per day of water from Lake Whitney. The area of evaluation includes the Mill River system below Eli Whitney Dam, much of which flows through East Rock Park, a significant resource located in an urbanized area of New Haven. The third party evaluation was prompted

12/17/2015 BidSync p. 21 Capitol Region Council of 636 Governments

Matthew D. Ladewig, CLM Page 10 of 12

in response to concern by the City of New Haven and members of the community over decreased flows and reduced water quality in Mill River below the Eli Whitney Dam. New York Transmission Company, LLC, New York Regional Interconnection, NYS Article VII Application. NY. Used GIS software to digitize transmission routes and prepare summary tables for the Article VII application. Additionally, performed viewshed analyses of power line routes. This was used, along with other studies, to identify potential impacts of the 190 mile, 400 kV DC line and associated converter stations. When complete, the project will have the potential to move 1,200 MW of power from northern New York, Ontario, or Quebec to New York City. Massachusetts Executive Office of Environmental Affairs, Statewide Water Budgets & Report Development Project. Prepared GIS figures for towns within the various watersheds and assisted with report discussions of wastewater recharge and water transfers. The purpose of the project is to evaluate potential human impacts on stream flow. The water budget model accounts for regulated human-derived water inputs and outputs as well as irrigation losses and total recharge loss from impervious area. The budget analyzes the data at the sub-basin level (HUC-14) on a monthly basis. Results are calculated on a seasonal basis (Summer/Winter). Town of Brookfield, Watershed Nonpoint Source Assessment. Brookfield, MA. Assisted with collection of discharge and water quality data at targeted sites throughout the Quabog Pond watershed. The results of the monitoring and watershed assessment were used to design and implement Best Management Practices (BMPs) to address non-point source pollution in Quaboag Pond. Cape Wind Associates, LLC, Cape Wind Offshore Renewable Energy Generation and Submarine Cable Project Permitting. Nantucket Sound, MA. Assisted with the drafting and editing of several segments of key documents in the permitting process for a groundbreaking offshore wind farm. Documents included the Environmental Management System (EMS) plan, an alternative sites analysis of existing marine benthic conditions and the Final Environmental Impact Report (FEIR). Also drafted responses to agency requests concerning benthic and fishery resources and assisted with the statistical design of the post-construction benthic monitoring plan. The project involves the siting, permitting, and construction of up to 130 wind turbines, an offshore electric service platform, as well as the submarine cable transmission link, and the upland cable interconnection with New England’s power grid. Once completed, the project will be the largest offshore wind power generation facility in the United States and among the largest worldwide. Rose Island Hotel Company, Environmental Monitoring for Rose Island Resort. Rose Island, Bahamas. Collects water quality, sediment, phytoplankton and benthic samples in accordance with the environmental monitoring plan (EMP) for the pre-construction, construction and operation phases of a mixed-use development project. Also identifies and enumerates marine invertebrate species from benthic samples collected in the shallow coastal waters surrounding the property. United States Navy, Illicit Discharge Tracking. Naval Station, Newport, RI. As part of the illicit discharge tracking and elimination program, conducted GPS-aided field tracking of dry-weather flow from storm water outfalls within the Station boundaries. Supported the project with GIS storm water feature mapping, outfall sampling and report writing. Additionally, helped coordinate updates to the overall storm drainage system map for the Station. Illicit discharge detection was completed as part of Naval Station Newport’s Phase II Storm Water Management Plan (SWMP) in order to comply with the Rhode Island Pollution Discharge Elimination System (RIPDES) regulations as required by the Environmental Protection Agency (EPA) under the Clean Water Act. Gomez and Sullivan, Housatonic River Freshwater Mussel Survey. Glendale Power Station, Stockbridge, MA. Assisted with a field survey for mussels in the bypass channel of a hydro power station on the Housatonic River. In addition, was responsible for filing a Rare Animal Observation Form with the Massachusetts Natural Heritage and Endangered Species Program when evidence of a state-listed mussel species was found in the channel. Summarized the findings of the survey in a report to the client for compliance with Federal Energy Regulatory Commission (FERC) relicensing procedures.

12/17/2015 BidSync p. 22 Capitol Region Council of 636 Governments

Matthew D. Ladewig, CLM Page 11 of 12

Gomez and Sullivan, Housatonic River Freshwater Mussel Survey. South Lee, MA. Assisted with a field survey for mussels in the bypass channel of a hydro-powered paper mill on the Housatonic River. No rare or endangered mussels were found in the initial survey. Summarized the findings of the survey in a report to the client. Dutch Hill Wind Power Project, Draft Environmental Impact Statement. Cohocton, NY. Contributed to sections on Threatened and Endangered Wildlife, Noise and Microwave Analysis in the Dutch Hill Draft Environmental Impact Statement. Additionally, responded to public comments following public release of the DEIS. Rhode Island Department of Environmental Management (RIDEM), Cyanobacteria Monitoring and Statewide Stream Habitat Assessment and Biomonitoring. Assists with management and execution of the state’s new lake and pond cyanobacteria monitoring program. Manages the field effort for the annual collection and identification of macroinvertebrates from 50 sites across the state of Rhode Island. Analyzes the habitat, water quality and macroinvertebrate community data. Additionally, participated in an August 2007 review of Rhode Island’s stream biomonitoring program. The program is a multi-year assessment of all of the waters of the state and the data reports prepared by the ESS team are used to support the state’s routine water quality reporting requirements (305 (b) Assessment) to U.S. EPA. Winchester Country Club (WCC), Stream Biomonitoring. Winchester, MA. Completed all macroinvertebrate identification, statistical analysis and report writing for the monitoring of Herbert Meyer Brook following completion of an irrigation improvement project in 2003. Compared a stream reach within the zone of potential impact to a control reach upstream. Compared these data to baseline data collected prior to construction and operation of the small well supplying water for irrigation. No significant impacts of well operation to the stream biota were identified. ARCADIS, Inc., Wetland Biomonitoring. Staten Island, NY. Responsible for project management, macroinvertebrate taxonomy and reporting of samples collected annually from a landfill wetland. Vespera, Inc., Darrow Pond Baseline Assessment, Nutrient Modeling and Long-Term Management Plan. East Lyme, CT. Collected baseline water quality data on Darrow Pond and assisted with technical writing for the diagnostic and feasibility study and data reports. University of Michigan, School of Natural Resources and Environment, Study of Disturbance and its Effects on Glossosoma and the Structure of Macroinvertebrate Communities in Coldwater Streams. ME and MI. Assisted with the sorting, identification and enumeration of quantitative macroinvertebrate samples taken over several years from multiple coldwater streams in Maine and Michigan. These efforts are part of an ongoing study to investigate community dynamics related to pathogen-induced disturbance in streams dominated by the caddisfly genus Glossosoma . University of Michigan, School of Natural Resources and Environment, Muskegon River Habitat Mapping and Hydraulic Modeling. MI . Instrumental in the execution of all stages of a major river habitat mapping and modeling project, including the collection of field data, development of GIS maps, and hydraulic modeling (using HEC-RAS and HEC-GeoRAS modeling software). These accomplishments allowed other researchers to couple fish and invertebrate models with six years of modeled hydraulic output. University of Michigan, School of Natural Resources and Environment, Estimation of Sediment Transport Rates on the Lower Muskegon River. MI. Collaborated with state agencies and citizen groups to complete a sediment transport study on the lower Muskegon River and three major tributaries. Spearheaded organization and execution of field sampling campaigns, lab processing and data analysis. Developed a model of annual suspended sediment and bedload transport rates across the sub- watershed. University of Michigan, School of Natural Resources and Environment, Quantitative Assessments of Fish and Invertebrate Communities in the Muskegon River Watershed. MI. As an integral member of a multidisciplinary team, collected and processed hydrologic, geomorphic, chemical and biological data on wadeable tributaries and navigable segments of the Muskegon River in Michigan. In addition to operating portable and boat-mounted electrofishing equipment, helped deploy minnow traps, fyke nets

12/17/2015 BidSync p. 23 Capitol Region Council of 636 Governments

Matthew D. Ladewig, CLM Page 12 of 12

and a smolt trap to estimate fish abundance and migration. Deployed standard quantitative sampling equipment (including zooplankton tow nets, Hess samplers and Ponar grab samplers) to estimate abundance and biomass of macroinvertebrates and flux of larval fish and zooplankton. Provided taxonomic identification of fish and macroinvertebrates in the field as a regular part of this work. US Geological Survey, Coastal Freshwater Wetland Management Study. Ottawa National Wildlife Refuge, OH. Conducted fieldwork on the Crane Creek/Lake Erie wetlands of the Ottawa National Wildlife Refuge. As part of this project, operated towed barge and small watercraft electrofishing units to help characterize the seasonal movements of fish in the freshwater estuary system. Surveyed diked pools and unmanaged wetlands using a laserplane and survey-grade GPS unit. Presentations Ladewig, M.D. and C.D. Nielsen. Is Your Pond’s Algal Bloom Harmful? Observations of Blue-green Algae in Southern New England. Massachusetts Congress of Lake and Pond Associations Winter Workshop. January 2013. Worcester, MA. Nielsen, C.D. and M.D. Ladewig. Use of Limno-barriers as a Tool to Assist in the Control of Small or Early Stage Invasive Weed Beds. New England Chapter of the North American Lake Management Society, 2011 Annual Meeting. June 2011. Kingston, RI. Nielsen, C.D. and M.D. Ladewig. Marine Benthic Analysis Needed for Offshore Permitting in the U.S. North American Benthological Society (Society for Freshwater Science) 2011 Meeting. May 2011. Providence, RI. Ladewig, M.D. and C.D. Nielsen. The Ups and Downs of Winter Lake Drawdown as Part of a Long-term Invasive Weed Control Program in a Massachusetts Lake. New England Association of Environmental Biologists 34th Annual Meeting. March 2010. Newport, RI. Nielsen, C.D. and M.D. Ladewig. Boating Channel Pilot Study: Feasibility versus Acceptance. North American Lake Management Society 29th Annual Symposium. November 2009. Hartford, CT. Nielsen, C.D. and M.D. Ladewig. The Next Aquatic Invaders? Invasive Didymo and Water Fleas in the Berkshires. Berkshires Aquatic Invasive Species Forum. November 2009. Pittsfield, MA. Ladewig, M.D. Zebras and Quaggas and Rock Snot, Oh My! Quaboag and Quacumquasit Lakes Association Annual Meeting. August 2009. East Brookfield, MA. Nielsen, C.D. and M.D. Ladewig. Got Swarms? Successful Management of the Non-biting Midge Population in , Rhode Island. Estuarine Research Federation 2007 Conference, November 2007. Providence, RI. Ladewig, M.D. and C.D. Nielsen. The Benefits of Biomonitoring for Watershed Assessment. Charles River Watershed Association. June 2007. Weston, MA. Riseng, C.M., M.J. Wiley, B. Sparks-Jackson, M. Ladewig and S.R. David. Assessment of the Interacting Effects of Channel Unit Substrate and Hydraulics on Benthic Standing Stock in the Lower Muskegon River, Michigan. North American Benthological Society 53 rd Annual Meeting. June 2006. Anchorage, AK. Ladewig, M.D. and M.J. Wiley. Estimation of Sediment Transport Rates in the Lower Muskegon River, Michigan. 48 th Annual Conference of the International Association for Great Lakes Research. May 2005. Ann Arbor, MI.

12/17/2015 BidSync p. 24 Capitol Region Council of 636 Governments

ALEXANDER PATTERSON Environmental Scientist

Qualifications Experience ESS Group, Inc.: 2011 to Mr. Patterson has conducted ecological field studies throughout the present eastern United States and abroad. His work on projects has included Years of Prior Related wildlife surveys, water quality monitoring, wetland delineation, aquatic and Experience: 3 terrestrial plant mapping, sediment mapping and sampling, bathymetry Education surveys, wildlife habitat evaluations, benthic invertebrate sampling, stream BS, Wildlife & Conservation assessments, stormwater compliance monitoring, and spatial analysis of Biology, Summa cum data using GIS. He has also worked on numerous environmental Laude, University of Rhode Island, 2009 permitting efforts, from large regional energy developments to local resource improvement projects. Professional Registrations and Representative Project Experience Affiliations Massachusetts Association Biological Studies of Conservation Commissions, Wetland Bureau Waardenburg, b.v., Impacts of Renewable Energy Technology Delineation Workshops, Deployment on Migratory Species. Planned, coordinated, and carried 2013 out a desktop study evaluating the effects of deployed renewable energy technologies on migratory species throughout the Western Hemisphere. OSHA 40-hour HAZWOPER Training (first Renewable energy technologies investigated for the report were: wind, issued 4/19/2012, annual solar, biomass, geothermal, hydroelectric, and ocean energy. Migratory refresher and supervisor species groups considered were: birds, bats, terrestrial and marine training 4/9/2013) mammals, sea turtles, fish, crustaceans, and insects. For this project, ESS was a subcontractor to Bureau Waardenburg, a Dutch environmental SafeGulf Marine Safety Training (issued 8/20/12) consulting company. The final report was submitted to the International Renewable Energy Agency (IRENA), headquartered in Abu Dhabi. Cape Wind Associates LLC, Avian and Bat Monitoring Program – Cape Cod, MA. Implemented a pilot study of avian and bat activity at Cape Cod, the Islands, and Nantucket Sound. Studies included nocturnal marine bat acoustic monitoring; surveys for beached and live birds throughout Cape Cod and Martha’s Vineyard; and capture, tagging, and radio-tracking common terns and semipalmated plovers. Work was conducted under the Avian and Bat Monitoring Plan approved by the United States Fish and Wildlife Service (USFWS) and the Bureau of Ocean Energy Management (BOEM) as a pre-construction requirement for the Cape Wind energy project. Bureau of Ocean Energy Management, Evaluation of Lighting Schemes for Offshore Wind Facilities and Impacts to Local Environments. Reviewed relevant literature regarding lighting of offshore structures and impacts, monitoring, and mitigation for avian and bat resources. Summarized the results of the literature review in a report to BOEM which also considered impacts, monitoring and mitigation of marine mammals, sea turtles, and fish. West Point Partners, LLC, Wildlife, Vegetation, and Rare Species Desktop Study – Hudson River, NY. Researched and complied data regarding wildlife and plants, including federally and state listed threatened and endangered species that could potentially occur along the proposed route of a 75- mile electrical transmission line in the Hudson River. Documented the existing conditions of wildlife and plant communities in the region, identified potential project impacts to the environment, and developed possible mitigation measures to reduce or eliminate these impacts. Generated reports for federally and state listed species, as well as GIS figures displaying the spatial distribution of known habitats of listed species along the proposed project route.

12/17/2015 BidSync p. 25 Capitol Region Council of 636 Governments

Alexander Patterson Page 2 of 7

Gamesa USA, LLC, Avian Surveys – Cape Charles, VA. To support construction of an offshore wind turbine, and in compliance with the Virginia permit by rule, conducted aerial surveys of the offshore project area to document avian use of the sea surface and rotor swept zone. The quantitative surveys were conducted from an aircraft using consensus methods for avian monitoring associated with offshore wind turbines. National Park Service, Invasive Plant Surveys – Benton County, AR. Partnered with the Missouri Botanical Garden to conduct surveys for exotic, invasive, and/or nuisance plant species along 20 miles of transects through Pea Ridge National Military Park in Benton County, Arkansas. Massachusetts Water Resources Authority, Aquatic Plant Surveys – throughout Massachusetts. Surveyed the aquatic plant community in four Massachusetts drinking water reservoirs: Quabbin, Wachuset, Sudbury, and Ware River. Identified all native and non-native aquatic plants at hundreds of survey points, and assigned each point to a plant cover and biovolume class. National Grid GlobalFoundries Surveys and Permitting Support – Malta, NY. Conducted surveys for invasive plant species along a four-mile proposed gas pipeline route in upstate New York. Created maps in ArcGIS in accordance with that displayed the location and abundance of invasive plants along the proposed route. Used ArcGIS to conduct analysis of wetlands along the proposed project route and created wetlands figures to ACOE specifications. Town of Westford, Long-term Monitoring Program for Nabnasset Lake – Westford, MA. Conducted aquatic plant surveys and monitored macroinvertebrates and water quality in Nabnasset Lake. Monitoring is required by an Order of Conditions to evaluate the impacts of annual winter lake draw-downs for the purpose of controlling nuisance aquatic plants. United Water Company, Midge Larvae Monitoring – East Providence, RI. Conducted invertebrate monitoring to identify non-biting midge larvae concentrations in the mud flats of the area of concern. Monitoring involves sampling set locations within the mud flats several times throughout the season for midge larvae. Monitoring efforts provide data to guide implementation of a site-specific management program. Rhode Island Department of Environmental Management, Freshwater Macroinvertebrate Study. Sorted samples of freshwater macroinvertebrates and detritus from stream locations throughout the state. Invertebrate samples were sorted by taxonomy using a randomized grid selection method. West Point Partners, LLC, Benthic Invertebrate Analysis. Sorted and enumerated benthic invertebrate grab samples into four taxonomic categories. Samples were collected from an approximately 70-mile stretch of the Hudson River as part of the environmental investigation of the ACOE Article VII permit application. Northeast Utilities, Long Island Submarine Cable Replacement Project. Sorted benthic macroinvertebrate samples collected as part of a multi-year post-construction monitoring program. Wetlands, Surface Water, Groundwater, and Sediment Investigations Aquatic Control Technologies, Inc., Morses Pond Annual Report – Wellesley, MA. Prepared the Annual Report for the water quality and phytoplankton sampling work conducted at Morses Pond in 2013. Town of Concord, White Pond Assessment – Concord, MA. Collected three sediment grab samples from this 50’+ deep kettle pond using an Ekman dredge sampler. Mapped areas of shoreline erosion and installed remote stormwater sampling units along the pond shoreline to help determine sediment loading. Created GIS maps showing areas of shoreline erosion at White Pond. Town of Walpole, Memorial Pond Assessment – Walpole, MA. Used a tile probe to determine soft sediment thickness at dozens of locations throughout this suburban pond. A peat corer was used to

12/17/2015 BidSync p. 26 Capitol Region Council of 636 Governments

Alexander Patterson Page 3 of 7

collect sediment samples from the pond. Sediment cores were photographed, described, and sent to a laboratory for analysis. A wildlife habitat evaluation of the pond and adjacent forested wetland and upland areas was also conducted in accordance with state guidance. Poseidon Transmission, Wetland Delineation – Hempstead, NY. Delineated tidal and freshwater wetlands in accordance with ACOE guidelines along a proposed electrical transmission line corridor on Long Island. Red Oak Pipeline Lateral, Wetland Delineation – Sayreville, NJ. Performed delineation of wetland resource areas along a 0.75-mile proposed gas pipeline route in accordance with ACOE guidelines. Providence Water Supply Board, Surface Water and Sediment Evaluation – Scituate and Foster, RI. Conducted water quality sampling and monitoring and sediment sample collection at four drinking water reservoirs in the Providence Water system during dry weather conditions. Conducted water quality sampling and monitoring at three Providence Water reservoirs during wet weather conditions. Collected water and sediment samples for laboratory analysis and used instruments in the field to measure water quality parameters. Friends of Butler Pond, Sediment Evaluation – Quincy, MA. Collected sediment core samples and investigated stormwater inflows at Butler Pond as part of a pond management plan. Sediment coring at this location involved drilling through a layer of surface ice, using a Russian peat corer to collect soft sediment samples, photographing cores, describing sediment, and sending samples to a laboratory for chemical and physical analysis. Town of Dartmouth, Tidal Flushing Feasibility Study – Dartmouth, MA. Study was conducted to determine the feasibility of restoring tidal influence to a coastal salt pond on Apponagansett Bay. Conducted bathymetry survey of the pond, recorded water quality measurements, collected benthic invertebrate samples, delineated the boundaries of low marsh, high marsh, and dune habitat in the vicinity of the pond, and installed, maintained, and retrieved data loggers that recoded water depth, temperature, and pressure over a one-month period. Created a GIS map that displayed the areas of high marsh and low marsh in the area, and analyzed information collected by the data loggers. Town of Holliston, Lake Winthrop Sediment Evaluation – Holliston, MA. Collected sediment grab samples from Lake Winthrop as part of an effort to track contaminant levels, including mercury and dioxins, in the water body. Prepared a report detailing the methods and results of the sediment evaluation for the client. The Haskell Company, Sediment Evaluation. Processed sediment cores and benthic invertebrate samples collected at Naval Station Newport, Newport, Rhode Island as part of an environmental permitting effort. Builders Concrete East, LLC, Sediment Evaluation – Burlington, CT. Conducted bathymetry and sediment depth surveys of Lake Como as part of a pond dredging feasibility project. Collected, photographed, and described soft sediment samples from the lake and conducted an aquatic plant survey. West Point Partners, LLC, Vibracore Processing – Norwood, NJ. Processed approximately fifty Vibracore samples collected from the Hudson River, which included splitting cores, describing sediment using a sediment classification system, photo documentation, and collecting samples for chemical and physical analysis.

12/17/2015 BidSync p. 27 Capitol Region Council of 636 Governments

Alexander Patterson Page 4 of 7

Town of Weymouth, Whitman’s Pond Vegetation Management Plan – Weymouth, MA. Collected sediment core samples from Whitman’s Pond – a reserve public drinking water supply and river herring spawning location – to support a vegetation management plan. Massachusetts Department of Conservation and Recreation, Ponkapoag Golf Course Ecological Monitoring – Canton, MA. Monitored water levels and sediment thickness in Ponkapoag Pond and Bog in compliance with an Order of Conditions and Water Level Monitoring Plan issued by the Canton Conservation Commission. These efforts were conducted to monitor the impacts of nearby irrigation to the fragile Atlantic white cedar/emergent/scrub-shrub wetland. Davis Site Group, Davis Liquid Waste Superfund Site Surface Water and Sediment Evaluation – Smithfield, RI. Measured water depth and sediment thickness, and collected sediment samples from ponded and forested wetlands at the site. Created bathymetry and sediment isopach maps using ArcGIS. Davis Site Group, Davis Liquid Waste Superfund Site Groundwater Sampling – Smithfield, RI. Collected groundwater samples from over fifty overburden and bedrock wells at a former uncontrolled disposal site using a peristaltic pump system in accordance with the U.S. EPA Region 1 Low Stress Purging and Sampling Procedure. Deployed and maintained data loggers and biological samplers in wells to further investigate groundwater characteristics. Quaboag and Quacumquasit Lake Association (QQLA), Water Quality Monitoring – Spencer, MA. Collected water quality data and water samples, measured stream flow, and maintained and monitored remote hydrologic data recording devices at five stream locations in Spencer, Massachusetts. Brooks Pond Conservation Association, Dredge Feasibility Study – Oakham, MA. In support of a dredge feasibility study, measured water and soft sediment depth, and collected soft sediment cores from the north cove of Brooks Pond, Massachusetts. Used ArcGIS to create a sediment isopach map for the project area. Woburn Country Club, Dredge Feasibility Study – Woburn, MA. Measured water and soft sediment depth, collected sediment cores, and conducted a wildlife habitat assessment at a pond at the Woburn Country Club as part of a dredge feasibility study. Used ArcGIS to create bathymetry and sediment isopach maps for the pond. Assisted in the preparation of the required materials for local and state permits, which included a Notice of Intent, Environmental Notification Form, and Notice of Project Change. Charles River Watershed Association, Sediment Evaluation – Newton, MA. Measured soft sediment depth and collected sediment samples at areas of sediment accretion in the Charles River. Sorted benthic macroinvertebrate samples collected from various locations in the Charles River watershed. Environmental Permitting and GIS National Grid Mohican-Battenkill Rebuild Project, Saratoga and Washington Counties, NY. Prepared a Jurisdictional Determination (JD) Report and Section 404 Permit Application to the US Army Corps of Engineers to support the reconstruction of approximately 15 miles of 115 kV overhead electrical transmission line between the Mohican Substation and Battenkill Substation in the State of New York. Work involved examining the wetland resources areas within the Project Right-of-Way, determining whether and how the proposed Project may affect wetland resources, report writing, and GIS mapping. Winchester Country Club, Notice of Intent for Irrigation Pond. Completed a Notice of Intent to the Conservation Commission of the Town of Winchester, Massachusetts for proposed work to improve water quality and reduce nuisance algae blooms in the Irrigation Pond at Winchester Country Club. Notice of

12/17/2015 BidSync p. 28 Capitol Region Council of 636 Governments

Alexander Patterson Page 5 of 7

Intent Narrative included description of proposed project and existing wetland resource area conditions, as well as potential impacts and mitigation measures associated with project activities. This NOI effort involved working with the Towns of Winchester and Arlington. Doncasters Stormsforge, Stormwater Improvements RDA. Prepared a Request for Determination of Applicability to the Conservation Commission of the City of Springfield, Massachusetts for proposed improvements to the stormwater system at the Doncasters property. An RDA filing is used to determine whether a proposed project is subject to the state’s Wetlands Protection Act and implementing regulations. Green Pond Marina, Stormwater Improvements RDA. Prepared a Request for Determination of Applicability to the Conservation Commission of the Town of Falmouth, Massachusetts for proposed improvements to the stormwater system at the Green Pond Marina property. Massachusetts Department of Conservation and Recreation, RDA for Pearce Lake. Prepared a Request for Determination of Applicability to the Conservation Commission of the Town of Saugus, Massachusetts for the proposed addition of sand to a public swimming beach at Pearce Lake in MassDCR’s Breakheart Reservation. Massachusetts Department of Conservation and Recreation, Notice of Intent for Flowering Pond. Completed a Notice of Intent to the Town of Newburyport, Massachusetts Conservation Commission for proposed water quality improvement work at Flowering Pond in Maudslay State Park. Notice of Intent Narrative included description of proposed project and existing wetland resource area conditions, as well as potential impacts and mitigation measures associated with project activities. Red Oak Pipeline Lateral, Environmental Permitting. On-going work to complete state and federal environmental permits for a 0.75-mile gas pipeline route in Sayreville, NJ. New England Interstate Transmission Co., LLC, Montreal, Maine, and Atlantic Rail Transmission Corridor Feasibility Study. Reviewed existing information regarding an abandoned railroad right-of-way in Maine proposed for use as a transmission corridor as part of a development feasibility assessment. Created a summary of sensitive environmental and cultural resources along the right-of-way. Collected and compiled a variety of relevant GIS data layers and associated metadata from electronic sources and in coordination with state officials. Cape Wind Associates LLC, Permits Review. The proposed wind park in Nantucket Sound, Massachusetts, would consist of 130 offshore wind turbine generators, and would interconnect with the regional power grid through a submarine transmission cable system between the wind park and the southern shore of Cape Cod. Reviewed the dozens of permitting documents associated with this project, and distilled the regulatory requirements from each. Participated in the creation of a risk register for the project. Stormwater Monitoring, Inspection, and Reporting Services Town of Tiverton, Annual Municipal Separate Storm Sewer System (MS4) Reporting – Tiverton, RI. Coordinated with the Town of Tiverton Department of Public Works to update their Rhode Island Pollution Discharge Elimination System (RIPDES) Small MS4 Annual Report to the Rhode Island Department of Environmental Management Office of Water Resources. Friends of Lily Pond, Lily Pond Watershed Stormwater Sampling – Newport, RI. Planned and conducted a stormwater sampling program in the watershed of Lily Pond, a privately-owned coastal pond in the City of Newport. Stormwater sampling was conducted in support of an on-going aquatic vegetation management plan at Lily Pond.

12/17/2015 BidSync p. 29 Capitol Region Council of 636 Governments

Alexander Patterson Page 6 of 7

Sims Metal Management, SWPPP Inspections – Johnston, RI. Conducted weekly inspections and reporting of erosion and sedimentation best management practices in accordance with the site’s Stormwater Pollution Prevention Plan (SWPPP). Town of Windsor, Municipal Separate Storm Sewer System (MS4) and Industrial Stormwater Monitoring – Windsor, CT - Planned and conducted the required annual MS4 and quarterly industrial stormwater monitoring for the Town of Windsor, Connecticut. Visited stormwater outfalls throughout the town during a rain events, collected water samples, took in situ measurements using water quality instruments, and prepared reports. Town of Enfield, Industrial Stormwater Monitoring – Enfield, CT. Planned and conducted the required quarterly sampling of municipal industrial facilities in the Town of Enfield, Connecticut. Visited outfalls at four facilities during a rain event, collected water samples, and prepared reports. Town of Windsor Locks, Municipal Separate Storm Sewer System (MS4) Monitoring – Windsor Locks, CT. Planned and conducted the required annual MS4 monitoring for the Town of Windsor Locks, Connecticut. Visited six storm water outfalls throughout the town during a rain event, collected water samples, took in situ measurements using water quality instruments, and prepared reports. Town of Vernon, Municipal Separate Storm Sewer System (MS4) Monitoring – Vernon, CT. Planned and conducted the required annual MS4 monitoring for the Town of Vernon, Connecticut. Visited six storm water outfalls throughout the town during a rain event, collected water samples, took in situ measurements using water quality instruments, and prepared reports. Town of Berlin, Municipal Separate Storm Sewer System (MS4) Monitoring – Berlin, CT. Planned and conducted the required annual MS4 monitoring for the Town of Berlin, Connecticut. Visited six storm water outfalls throughout the town during a rain event, collected water samples, took in situ measurements using water quality instruments, and prepared reports. Town of Rocky Hill, Municipal Separate Storm Sewer System (MS4) Monitoring – Rocky Hill, CT. Planned and conducted the required annual MS4 monitoring for the Town of Rocky Hill, Connecticut. Visited six storm water outfalls throughout the town during a rain event, collected water samples, took in situ measurements using water quality instruments, and prepared reports. Client Representation Bureau of Ocean Energy Management, Second Atlantic Wind Energy Workshop Coordination. Made initial contact with American and European scientists and regulators in the wind energy field as part of the process of developing an attendee list for the Second Atlantic Wind Energy Workshop, held in Washington, D.C. in February 2013. West Point Partners, LLC, Client Representation – Hudon River, NY. Acted as an on-board representative of West Point Partners, LLC and ESS Group, Inc. on the vessel conducting geophysical surveys of the proposed project route. Facilitated communication between ESS and the vessel crew, ensured data quality, kept logs of survey activity, and prepared daily progress reports. Cape Wind Associates LLC, Offshore Client Representation – Nantucket Sound, MA. Acted as a representative of Cape Wind Associates, LLC and ESS Group, Inc. on board geophysical and geotechnical survey vessels as part of the Cape Wind pre-construction surveys in Nantucket Sound. Ensured all elements of survey work were conducted in accordance with Cape Wind permit conditions, confirmed that the quality and accuracy of data met client standards, facilitated communication between on-shore client support and offshore survey crews, kept detailed logs of activities on board survey vessels, and submitted daily progress reports.

12/17/2015 BidSync p. 30 Capitol Region Council of 636 Governments

Alexander Patterson Page 7 of 7

Previous Related Experience Rhode Island Department of Environmental Management, Surface Water Monitoring – Providence, RI. Assisted RIDEM staff on a project to develop nutrient criteria for Rhode Island’s freshwater lakes. Conducted water quality monitoring and sampling at over 100 locations throughout the state. Characterized substrate and mapped macrophyte distribution in lakes, and sampled streams for presence of algae and available habitat. Entered and analyzed data, and created handouts containing information about RIDEM’s project and water quality for lake-side residents. Used ArcGIS to enter and visualize data, create maps, and calculate the volume of many of Rhode Island’s lakes. Mississippi Sandhill Crane National Wildlife Refuge, Sandhill Crane Monitoring – Gautier, MS. Responsible for monitoring and protecting the approximately 120 Mississippi sandhill cranes, an endangered subspecies that exists only on a National Wildlife Refuge and the surrounding lands. Monitored color-banded and radio-tagged cranes visually and through the use of radio-telemetry. Daily monitoring and nutritional supplementation of captive-reared cranes kept in a temporary acclimation pen were also conducted. Cranes were captured using foot snares for banding and radio-tagging. Participated in a project to capture and band yellow rails, participated on two prescribed burns of refuge land, and received the federal wildland firefighter certification. Outer Banks National Seashore, Threatened and Endangered Species Monitoring – Ocracoke, NC. Responsible for monitoring and protecting the threatened and endangered species found on Ocracoke Island. Conducted daily surveys for birds, including piping plover, Wilson’s plover, American oystercatcher, black skimmer, common tern, least tern, and gull-billed tern. Noted the presence and behavior of adult birds, their young, and nests; and established predator excluders and beach closures to protect birds, their nests, and their habitat. Conducted surveys for sea turtle nesting activity, identified sea turtle crawls to species, established beach closures around sea turtle nests, and relocated nests when necessary to prevent overwash. When beached sea turtles or marine mammals were found, performed necropsies, recorded biological data, and collected tissue samples. University of Rhode Island, Seabird Surveys – Kingston, RI. As part of the Rhode Island Ocean Special Area Management Plan, conducted land-based and boat-based seabird surveys. Crepuscular land-based surveys were conducted at twelve locations along Rhode Island’s southern coast. Boat-based surveys were conducted in state and federal waters around Block Island. Responsible for identifying and counting seabirds, noting their behavior and distance, and recording data digitally using a Trimble handheld device. Rhode Island National Wildlife Refuge Complex, Refuge Support – Charlestown, RI. Participated on a variety of projects at various National Wildlife Refuge sites. Measured the effects of boat wake on salt marsh habitat (John H. Chaffee NWR); assisted at a songbird migration banding station (Ninigret NWR); surveyed the fish community and applied herbicide to invasive plant species ( NWR); conducted waterfowl surveys (Trustom Pond, Ninigret, John H. Chaffee, and Sachuest Point NWRs); and conducted cottontail trapping and pellet collection (Ninigret NWR). Rhode Island National Wildlife Refuge Complex, Beach-nesting Birds Monitor – Charlestown, RI. Assisted refuge staff in monitoring and protecting the state’s beach-nesting birds, which included piping plover, least tern, and American oystercatcher. Daily beach surveys were conducted and the presence and behavior of adult birds, their young, and their nests were recorded. Established predator excluders around nests, and established beach closures to protect bird, nests, and nesting habitat. Interacted with the public on a regular basis and provided information regarding beach-nesting bird ecology and conservation.

12/17/2015 BidSync p. 31 Capitol Region Council of 636 Governments

Matthew Robertson Environmental Scientist

Qualifications Experience ESS Group, Inc.: June 2012 Mr. Robertson’s diverse experience ranges from the offshore deep waters to Present of the Atlantic Ocean to inland brackish rivers of New England to the Years of Prior Related mountains of the Olympic National Forest, Washington, and everything in Experience: 6 between. His projects have included both large-and small-scale clients in a Education variety of disciplines. Mr. Robertson possesses a great deal of hands-on BS, Biological Sciences, offshore marine experience aboard otter trawl, gillnet, handline and University of Connecticut, longline fishing vessels and a comprehensive knowledge of Atlantic fishes, 2007 sea birds, marine mammals, and sea turtles. Furthermore, he is a Professional Protected Species Observer certified by the National Marine Fisheries Registrations Service. Mr. Robertson’s terrestrial and river work includes storm water NMFS Certified Fisheries Observer sampling and testing; ithyoplankton sampling, processing, and enumeration; finfish collection; total suspended sediment and water quality NMFS Certified Protected Species Observer testing; GPS and GIS mapping; wetland delineation; plant mapping, vibracore processing; avian and bat monitoring studies, and juvenile NMFS Certified At-Sea osprey bird banding. Monitor NMFS Certified Dock-Side Representative Project Experience Monitor National Marine Fisheries Service – Fisheries Observer, Point Judith, Coast Guard Marine Safety RI. Collected offshore fisheries data on a per-species basis, and prepared and Offshore Survival I & II reports to quantify fishing efforts for use in population dynamics and Certified fisheries assessments. Conducted biological sampling from sea birds, SafeGulf Certified marine mammals, sea turtles, and other species of concern for use in age structures and protected species research. National Marine Fisheries Service – Coordinator, Southern New England. Supervised and managed over twenty marine biologists serving as fisheries observers and at-sea monitors collecting offshore fisheries information. Wrote summary reports detailing the fishing efforts and health of the fisheries at major ports, including New Bedford and Chatham, Massachusetts, Point Judith, Rhode Island, and Barnegat Light, New Jersey. AECOM – Desalination Plant Assessment, North Dighton, MA. The desalination plant in Massachusetts is located on the edge of a tidal basin and near environmentally sensitive areas. Coordinated finfish and ichthyoplankton collection at several in-river and on-site locations along the Taunton River to assess the plant’s impact on the ecosystem and to measure the effectiveness of the Gunderboom filtration system. Collected multi-parameter water quality data from five sites in the vicinity of the plant in support of the assessment. Millstone Nuclear Power Station – Nuclear Site Assessment, Waterford, CT. In support of the annual report, “Monitoring the Marine Environment of Long Island Sound”, performed field sampling, identification, and tagging of demersal marine species to support fish ecology and lobster (Homarus americanus ) population dynamic programs. Icthyoplankton samples taken from intake and discharge sites were collected, processed, and sorted. Eel grass surveys were conducted at specific locations in the vicinity of the plant and in nearby Niantic River. Storm water samples were collected, then tested by means of whole effluent toxicity tests, utilizing fathead minnows ( Pimephales promelas ) and Ceriodaphnia dubia . Worked on water quality studies, rocky intertidal studies, benthic infauna studies, winter flounder studies, and aided in juvenile osprey ( Pandion haliaetus ) banding. U.S. Forest Service – Trail Assessment, Construction, and Mapping, Hoodsport, WA. Contributed to the three-phase process of trail maintenance for the Forest Service and Parks Service based in the Olympic Mountains of Washington. The first phase included the assessment and GPS tagging of

12/17/2015 BidSync p. 32 Capitol Region Council of 636 Governments

Matthew Robertson Page 2 of 3

damaged trails and natural resources due to winter avalanches and spring mud slides. The second phase of the project was the restoration of the damaged trail or the construction of new bypass trails. The third phase utilized GPS and GIS mapping of the new trails to be applied to updated U.S. Geological Survey maps. Collected Pacific Salmon with the Washington Department of Fish and Wildlife to support fish hatchery studies. Cape Wind Associates, LLC – Offshore Renewable Energy Project and Submarine Cable Project, Nantucket Sound, MA. The proposed site will host 130 wind turbine generators and have the capability to produce 454 MW of electricity, from Horseshoe Shoal to the Southern Shore of Cape Cod via a submarine transmission cable. Managed field efforts and data analysis for avian and bat monitoring studies including anti-perching studies, acoustic monitoring studies, radio telemetry studies, bat presence surveys, and beached bird surveys. Served as the lead protected species observer during the High Resolution Geophysical Survey. Coordinated protected species mitigation during the survey and the pre- assessment of protected species locations and behavior, in accordance with the Bureau of Ocean Energy Management Lease and National Marine Fisheries Service Permitting. Performed client representation aboard vessels conducting High Resolution Geophysical (HRG) surveys, vibracore sediment sampling, cone penetrometer testing, and seafloor boring sampling. Acted as liaison between offshore technical crews and the client as well as overseeing data collection and accuracy. Conducted sediment processing and logging from cores collected via California Sampler. Prepared marine mammal incidental harassment permitting applications for geophysical survey and pile driving activities. Prepared the necessary permitting to carry out the avian and bat monitoring studies. Compiled permit analysis matrix encompassing technical construction and project details from the numerous permitting documents associated with the project. West Point Partners – Technical Support, West Point Transmission Project, Hudson River, NY. Compiled historical total suspended sediment (TSS) and water quality data to compare water conditions with collected data during field sampling. Utilized regression statistics to derive an equation correlating the relationship between TSS and turbidity. Sampling included testing at several in-river transects along the proposed transmission cable route which runs 73 miles from Leeds Sub-station in Athens, New York down the Hudson River to Indian Point Power Facility in Buchanan, New York. Bayonne Energy Center – Technical Support, Submarine Cable Project, Brooklyn, NY. Sorted and enumerated benthic samples collected from a submarine transmission cable site to assess the impacts on the benthic community. The transmission cable was installed using jet plow embedment and runs 6.5 miles from Bayonne, New Jersey through Gowanus Bay and Upper New York Bay making landfall in Brooklyn. Providence Water – Limnological Studies of Ponaganset and Regulating Reservoirs. Glocester and Scituate, RI. Conducted dry and wet weather water quality samples in the reservoirs as well as the major tributaries to the reservoirs. Performed a ground water seepage survey around the perimeter of the reservoirs. Collected sediment samples to aid in the assessment of the health of the reservoirs. The purpose of the limnological study was to identify water quality issues affecting the some of the reservoirs which feed the City of Providence public water system. These issues stem mainly from concerns over aquatic invasive species, land use density in the watershed, and shoreline encroachment. Haskell – Sediment Sampling Plan – Recapitalize U.S. Coast Guard Buoy Tender Waterfront at Naval Station Newport Project, Newport, RI Responsible for splitting, logging, and sampling of vibracores. This design/build Project consists of both shore and waterfront improvements including dredging a portion of waterfront to provide deeper water for the maneuvering and berthing of U.S. Coast Guard (USCG) buoy tender vessels whose homeport is NAVSTA Newport. This SSP is designed to outline the steps required to collect sediment samples (vibracores) from the designated dredge area between Pier One and Pier Two for laboratory analysis.

12/17/2015 BidSync p. 33 Capitol Region Council of 636 Governments

Matthew Robertson Page 3 of 3

Builders Concrete – Lake Como, Pharmington, CT Member of the team conducting plant mapping, as well as, wetland assessment and delineation for state and federal permitting applications. The project is a gravel dredging operation which will result in the planning and re-design of the lake and surrounding wetlands to provide a higher degree of ecological diversity, function, and value than the current conditions at the Project site. Friends of Butler’s Pond – Butler’s Pond, Quincy, MA Responsible for collection, logging, and sampling of sediment cores collected via Russian peat corer. The sediment sampling plan was carried out to determine the levels of chemical contaminants, if any, contained within the bottom sediments of the pond. The purpose of the sediment analysis is to advance the preparation of a comprehensive lake management program. Town of Walpole – Memorial Pond, Walpole, MA Performed sediment depth testing and sediment sampling at Memorial Pond in order to quantify the volume of soft sediment present within the pond and to determine the physical and chemical properties of this soft sediment. Additionally, a wetland and wildlife habitat assessment were prepared for the wetlands surrounding the pond. The results of the study were analyzed to provide recommendations in the feasibility of dredging the pond. Lenard Engineering – Wieloch Pond, Dudley, MA Led field efforts conducting water and sediment depth testing and sediment sampling to assess sediment volume and composition as well as determine levels of contaminants in the sediment. Water bathymetry, sediment depth, and contaminant results were analyzed to provide guidance in the feasibility of removing a historic dam from the pond.

Massachusetts Water Resource Authority, State of Massachusetts Conducted plant mapping to identify aquatic invasive macrophytes at source and emergency reservoirs managed by Massachusetts Water Resource Authority and Massachusetts Department of Conservation and Recreation. In addition to plant identification, information on substrate, water depth, plant cover, and plant biovolume was also collected. Town of Concord – White Pond, Concord, MA Conducted study to help identify the likely primary source(s) of nutrient and sediment inputs and develop a set of prioritized management actions to reduce or eliminate these sources, with the goal of improving water quality, preventing algal blooms, and ensuring that the pond’s many resources can be enjoyed by current and future generations of residents and visitors. The study included bathymetric survey, seepage survey, sediment sampling, point source water quality testing and analysis, and biological resources assessment.

12/17/2015 BidSync p. 34 Capitol Region Council of 636 Governments

MICHAEL T. PHILLIPS Environmental Scientist

Qualifications Experience ESS Group, Inc.: 2007 to Mr. Phillips has more than 9 years of experience in environmental present consulting. He has extensive experience overseeing and directing Years of Prior Related contractors, performing field investigations, and managing remedial actions Experience: 4 on large- and small-scale Brownfield properties located throughout the Education Northeast. Mr. Phillips has worked as an environmental inspector for BS, Marine Biology, multiple energy projects and is familiar with environmental regulations and University of Rhode Island, policies that govern various states, as they relate to petroleum product and 2003 chemical substance releases and environmental assessment and Professional remediation. Through his related fisheries experience, Mr. Phillips has Registrations, acquired a thorough knowledge of ecosystems and their management as Affiliations and Training OSHA 40-Hour Hazardous well as the value of catch surveys and regulatory guidelines for commercial Waste and Site Supervisor and recreational fishermen. Certified Representative Project Experience American Red Cross Adult CPR and First Aid Training SNC Lavalin – Environmental Management for Port of Vancouver and Certified Terminal 5 Expansion Project, Vancouver, WA. Environmental Manager Professional Association of supporting construction activities for the Port of Vancouver Terminal 5 Diving Instructors (PADI) expansion project. The project includes the construction of new rail lines Certified and structures for the receipt, storage, and transfer of potash; new ship Lead Awareness Training loaders and berthing facilities; an administrative and maintenance building; OSHA 10-hour Training in a fueling station; site access; new and relocated utilities; stormwater outfall; Construction Safety and site grading; temporary construction facilities; and construction mitigation Health activities. Responsibilities include daily construction site monitoring, field Scaffold Safety Training observation, coordination to ensure compliance with the project plans and permits, and environmental training of on-site personnel.

SNC Lavalin Constructors Inc. – 550 MW Combined-Cycle Power Plant, Astoria, NY. Site Environmental Coordinator during construction of a new electrical transmission corridor which interconnected a newly constructed generating facility to 345 kV feeders being built on a RCRA site owned by ConEd, and included the remediation of pockets of manufactured gas plant waste. Directed performance of soil pre-characterization at the site and classification of multiple hazardous waste streams. Responsibilities included oversight of all excavation activities, managing the logistics and approvals for soil disposal, tracking of multiple waste streams to different facilities, post-excavation sampling, clean fill sampling, ambient air monitoring (VOCs and dust), spill response coordination, daily reporting, and compliance inspections. Prepared Community Air Monitoring Plan and Spill Prevention Control and Countermeasure Plan. Performed direct oversight of subcontractors working on the project and facilitated work progress within the environmental guidelines and policies governing construction. Participated in daily coordination and construction meetings to aid the multiple phases of construction to report on the status of environmental-related activities at the site. Primary point of contact during site visits, audits, and inspections for all environmental issues with state (Environmental Conservation) and municipal (Environmental Protection, Health, and Fire) departments. Served as the Stormwater Pollution Prevention/Spill Prevention Control and Countermeasure Plans coordinator and environmental inspector throughout construction. Provided environmental site training and ensured subcontractor compliance with all applicable environmental plans and policies. Assisted client in obtaining ISO 14001:2004 certification. LIPA/KeySpan and CL&P/Northeast Utilities – Long Island Submarine Cable Replacement Project, Norwalk, CT to Northport, NY. Field Monitor to oversee marine surveys, environmental impact evaluations, permit compliance, and regulatory coordination for an 11-mile, 300 MW AC submarine cable system that replaced a series of electric transmission cables connecting existing power stations. Ensured

12/17/2015 BidSync p. 35 Capitol Region Council of 636 Governments

Michael Phillips Page 2 of 3

state regulatory requirements were met. The project involved the removal of seven fluid-filled submarine cables from the seabed and replacement with three new solid dielectric AC cables within the existing cable corridor. Oversaw various contractors on land and shore involved with the cable replacement activities; ensured the work was performed in accordance with conditional regulatory permits; and documented daily contractor activities. Private Developer – Brownfields Redevelopment and Remediation Project, Boston, MA. Field Manager and Environmental Inspector for remediation project consisting of removal and closure of multiple underground storage tanks containing No. 2, 4, and 6 fuel oils; excavation and off-Site disposal of approximately 10,000 tons of urban and petroleum-impacted fill/soil; removal of heavy and light-end non-aqueous phase liquid (NAPL); on-Site treatment of petroleum-impacted groundwater; on-Site screening, re-use, and compaction of approximately 10,000 tons of suitable urban fill; and excavation and off-Site disposal of approximately 8,000 tons of impacted and non-impacted solid debris (i.e., concrete, brick, etc.). Responsibilities included daily oversight and direction of remediation contractors; making daily decisions regarding extent of subsurface investigations; tracking daily amounts of impacted and non- impacted media generated from the work; ensuring that appropriate health and safety protocols (e.g., dust control measures) were adhered to; field screening of soil for presence of volatile organic vapors; collection of soil and groundwater samples throughout duration of the project; and documenting asbestos abatement activities for insulation-covered piping encountered in the subsurface. Primary site contact for state agencies that randomly inspected the work site such as the BPD, BFD and the MassDEP BWSC. Gamesa Energy USA, LLC. – Offshore Wind Generation Project, Cape Charles, VA. Oversaw various contractors performing on-board drilling and collecting and processing geotechnical sediment data for proposed project. ESS is providing environmental consulting, regulatory permitting, site selection, and engineering services for proposed project comprised of an offshore wind turbine, assumed to be a 5.0 MW capacity unit at this time and proposed to interconnect with an existing electrical consumer adjacent to the Site along the eastern shore of Virginia. Bayonne Energy Center, LLC – Bayonne Energy Center Project, NJ to New York, NY. Field Technician for a sediment quality evaluation project in New York Harbor associated with the submarine electric transmission cable aspect of the project. Collected and logged sediment cores; coordinated comprehensive laboratory analysis for chemical and physical characteristics; and oversaw contractors. The project entailed the construction of a 512 MW electric generating plant in Bayonne, NJ to be connected to the New York electrical grid via a 6.5-mile-long, 345 kV submarine electric transmission cable with an interconnection at the ConEdison Gowanus substation in Brooklyn. Confidential Client – MCP Services, Chlorinated Site Assessment, Remediation System Design and Installation, Marlborough, MA. Field Manager for a chlorinated solvent release existing beneath commercial buildings. Responsibilities have included sampling of soil, soil gas, indoor air, groundwater, sediment and surface water; monthly operation and maintenance inspections of passive and active recovery systems (soil vapor extraction); and preparing various applicable technical/regulatory documents for the remedial phases of the project. Church of Latter-Day Saints – Environmental Due Diligence, Site Redevelopment, and Soil Remediation Project, Cambridge, MA. Field Manager for large-scale redevelopment and construction project that involved excavation and off-site management of approximately 33,000 tons of soil contaminated with varying types and levels of petroleum products and hazardous substances. Responsibilities included performance of a soil pre-characterization study to classify soil for disposal at various in- and out-of-state facilities; in-situ soil stabilization; overseeing the general and remediation contractors during the remedial activities; directing the removal and closure of USTs; tracking the on-site and off-site management of different types of soils; serving as the primary on-site contact with the state regulatory agency regarding dewatering activities; assistance with acquiring the applicable local and state

12/17/2015 BidSync p. 36 Capitol Region Council of 636 Governments

Michael Phillips Page 3 of 3

construction dewatering permits and approvals; and on-site environmental health and safety monitoring during construction. Played integral role from initial stages of project (during ASTM Phase I and Phase II Environmental Site Assessments) through remediation phase (Phase IV Remedial Implementation Plan). Hope House LLC – Environmental Due Diligence, Site Redevelopment, and Soil and Groundwater Remediation Project, Boston, MA. Field Manager and In-House Task Manager for a soil and groundwater remediation project on five adjoining parcels of land in Roxbury. The project involved demolition of commercial buildings, renovation of one existing structure, and construction of a new residential and commercial building with a basement depth of approximately 15 feet below grade. Oversaw and directed an in-situ soil stabilization treatment process for elevated TCLP lead in urban fill; directed remediation of lead and petroleum-impacted soil and groundwater from basement of the existing structure; directed remediation of lead and petroleum-impacted soil and groundwater from exterior grounds of the site as well as within the basement of the existing structure; tracked daily amounts of impacted and non-impacted media generated from the work; sampled pre- and post-excavation soil and groundwater; tested post-remediation indoor air quality; provided overall direction to remediation and general contractors through the remedial efforts. Involved with preparing various technical/regulatory documents for assessment and remedial phases, including Release Abatement Measure Plans, Response Action Outcome Statement, and Activity and Use Limitation. Confidential Client – Brownfield Redevelopment Project, Wellesley, MA. Oversaw and directed remedial contractors for remediation project at a former automobile repair and servicing business. The abandoned property was slated for redevelopment (e.g., commercial re-use) and assessment and remedial work needed to be completed in a short timeframe. Assisted with oversight and directory actions: Comprehensive Phase II Environmental Site Assessment (e.g., soil and groundwater testing); geophysical survey; soil gas survey beneath the on-site building; and removal and closure of a sub-grade former maintenance and an oil/water separator located in the building. Directly responsible for soil and groundwater remediation of chlorinated solvents in a confined area within the building. Strict adherence to health and safety protocols was necessary. Assisted with production of various regulatory documents: Release Abatement Measure Plans, Status Reports, and Response Action Outcome Statements. Upstate New York Power Corporation – Power Transmission Project, Jefferson and Oswego Counties, NY. Oversaw and documented marine geophysical surveys for multiple proposed transmission line routes to connect the proposed Hounsfield wind farm on Galloo Island in Lake Ontario to landfall in Henderson, NY. Confidential Client –Comprehensive Assessment and Remediation of No. 2 Fuel Oil UST Release, Industrial Property, Springfield, MA. Assisted with installation and operation and maintenance of a light non-aqueous phase liquid removal system at a metal fabrication facility. Overseeing the performance of LNAPL removal and monitoring of a dedicated removal system and the data reduction analysis of all information gained from the removal and monitoring. Oversaw drilling crews and compiled boring logs during the installation of LNAPL recovery wells using a hollow stem auger rig as well as drive and wash techniques. Collected sediment samples and surface water samples to determine if the Site’s release was impacting an adjacent brook. Submitting monthly Remedial Monitoring Reports using eDEP. Groundwater Sampling, Various Locations, CA. Specialist in standard purge and sampling, well developments, oil product removal (non-aqueous phase liquid, dense non-aqueous phase liquid, separate phase hydrocarbons) and air monitoring at superfund sites, oil refineries, chemical facilities and agricultural properties. Aquaculture & Fisheries, RI. Presented research on Black Sea Bass at commercial fisheries expo. Compiled and analyzed trawl survey data on groundfish in . Tagged and recovered lobster and Black Sea Bass, monitored an artificial reef, compared artificial versus natural habitat in .

12/17/2015 BidSync p. 37 Capitol Region Council of 636 Governments

MICHAEL R. MAHONEY Environmental Scientist

Qualifications Experience ESS Group, Inc.: 2015 to Michael Mahoney is an Environmental Scientist and GIS Analyst at ESS present Group, Inc. Michael recently completed a graduate certificate in GIS and Years of Prior Related Remote Sensing from the University of Rhode Island. This achievement Experience: 1 accompanies an MS in Environmental Studies with a concentration in Education Sustainable Development and Climate Change from Antioch University Graduate Certificate, New England and a BS from Southern Illinois University. Mr. Mahoney’s Geographic Information experience includes project work related to coastal resource management, Systems (GIS) & Remote Sensing, University of coastal resiliency, and natural resources. His skillset includes ArcGIS, Rhode Island ArcGlobe, Python, and Remote Sensing (LIDAR) image processing, as well as field evaluations. MS, Environmental Studies, Antioch University New Previous Related Experience England (Concentration: Sustainable Development University of CT/CT Sea Grant – Coastal Resilience Mapping Project, and Climate Change) Groton, CT. Project/Program Specialist tasked with developing GIS products for Town of Stonington. Project provided Town with elevation BS, Adult Workforce datasets for ~3,000 stormwater outfalls. Assisted in the design, Education, Southern Illinois University Carbondale implementation, and evaluation of Living Shoreline workshops specific to coastal Connecticut. Affiliations United States Navy, University of Maine/Maine Sea Grant – Building a Resilient Coast, Salvage Diver/1st Class Wells, ME. Assisted in the design, implementation, and evaluation of Petty Officer adaptation demonstration site tours. Facilitated the expansion of the Maine Association of Diving Property Owner's Guide to Managing Flooding, Erosion, and Other Coastal Contractors International, Hazards. Air Diver

Wells National Estuarine Research Reserve – Wells, ME. Developed and conducted 10+ trainings per year for decision-makers and professional audiences on topics such as climate change, low impact development, conservation subdivisions, and other land use and water resources-related issues. Also conducted a stream habitat assessment of Merriland River, Branch Brook, and Little River Watershed and assisted with ecosystem valuation study of riparian buffers.

Representative Project Experience Town of Rocky Hill, Municipal Separate Storm Sewer System (MS4) Monitoring – Rocky Hill, CT. Planned and conducted the required annual MS4 monitoring for the Town of Rocky Hill, Connecticut. Visited six stormwater outfalls throughout the town during a rain event, collected water samples, took in situ measurements using water quality instruments, and prepared reports. Jay Packaging Group, Inc. – Stormwater Compliance, Warwick, RI – Conducted quarterly visual monitoring of stormwater outfalls in support of the stormwater compliance program at the Jay Packaging facility in accordance with the facilities Stormwater Pollution Prevention Plan (SWPP) and the Rhode Island Pollutant Discharge Elimination System (RPDES) Multi-Sector General Permit (MSGP) requirements.

Town of Vernon, Municipal Separate Storm Sewer System (MS4) Monitoring and Industrial Stormwater Monitoring – Vernon, CT. Planned and conducted the required annual and quarterly MS4 monitoring for the Town of Vernon, Connecticut. Visited stormwater outfalls throughout the town during a rain event, collected water samples, took in situ measurements using water quality instruments, and prepared reports.

12/17/2015 BidSync p. 38 Capitol Region Council of 636 Governments

Michael R. Mahoney Page 2 of 3

Town of Simsbury, Industrial Stormwater Monitoring – Simsbury, CT. Planned and conducted the required quarterly sampling of municipal industrial facilities in the Town of Simsbury, Connecticut. Visited outfalls at four facilities during a rain event, collected water samples, and prepared reports.

Nabnasset Lake Preservation Association – Long-term Monitoring Program for Nabnasset Lake, Westford, MA. Conducted aquatic plant surveys and monitored macroinvertebrates and water quality in Nabnasset Lake. Monitoring is required by an Order of Conditions to evaluate the impacts of annual winter lake draw-downs for the purpose of controlling nuisance aquatic plants. Town of Westford, Ponds Study – Westford, MA. Conducted surface water quality monitoring, aquatic plant surveys, and plankton collection at five publically-accessible ponds in Westford – Keyes, Burge’s, Grassy, Old Mill/Graniteville, and Kennedy Ponds – during the summer of 2015. Locustville Pond Improvement Association – Hopkinton, RI. Assisted in stream flow measurements as well as water quality data collection. Also retrieved data loggers that recorded water depth, temperature, and pressure over an extended temporal period. Aquatic Control Technology – Water Monitoring of Dug Pond, Natick, MA. Collected water samples on a bi-weekly basis to test the dissolved phosphorus and total phosphorus levels in Dug Pond throughout the summer. Also assisted in reporting the laboratory data and the collection of water quality information. Town of Wellesley – Phytoplankton and Water Quality Monitoring of Morses Pond, Wellesley, MA. Responsible for in-lake water quality monitoring at Morses Pond, a 103-acre lake that provides numerous recreational opportunities but suffers from recurring algae blooms that can result in beach closures if not addressed. Responsible for alerting project manager when water quality conditions approached public health criteria, allowing the client to appropriately adjust their management program. City of Worcester – Water Quality Monitoring of Indian Lake, Worcester, MA. Indian lake is a popular recreational lake but suffers from recurring algae blooms that can result in beach closures if not addressed. Mr. Mahoney was responsible to assist with making field observations, collecting water samples, and reporting the laboratory data within Indian Lake as needed. Charter Contracting – Fish Removal from the Inner Cove of Mashapaug Pond, Providence, RI Assisted in the capture and safe transport of fish from the Inner Cove of Mashapaug Pond to the main basin of the pond. Work to capture fish was performed using long-handled nets of varying mesh size to facilitate capture of both large fish and very small fish.

Invenergy – Burrillville RI. Assisted in ecological assessments along a proposed power plant site. Also assisted with setup and retrieval of bat detectors to locate any potential endangered species within the surrounding areas. United Water Company – Midge Larvae Monitoring, East Providence, RI. Conducted invertebrate monitoring to identify non-biting midge larvae concentrations in the mud flats of the area of concern. Monitoring involves sampling set locations within the mud flats several times throughout the season for midge larvae. Additional monitoring locations were added using GIS technology. Monitoring efforts provide data to guide implementation of a site-specific management program. Massachusetts Water Resources Authority (MWRA) – Aquatic Invasive Macrophyte Surveys, Stoneham, MA. Collected baseline water quality data on six reservoirs for a comprehensive survey of aquatic macrophytes at source and emergency reservoir areas jointly managed by MWRA and the MA DCR. Designed and developed plant cover and biovolume class maps in relation to the data collected at survey points throughout the reservoirs. Town of North Adams – Windsor Lake Five-Year Management Plan, North Adams, MA. Created plant cover and plant biovolume maps.

12/17/2015 BidSync p. 39 Capitol Region Council of 636 Governments

Michael R. Mahoney Page 3 of 3

Town of West Tisbury – Mill Pond Watershed Study, West Tisbury, MA. Created a mosaic of multiple raster LIDAR tiles. Extracted slopes for study point locations within Mill Pond Watershed study area. Displayed data visually through the use of GIS derived maps and Excel data tables.

12/17/2015 BidSync p. 40 Capitol Region Council of 636 Governments

ESS Group, Inc. can include the Town of West Hartford, the West Hartford Board of Education, and their respective officers, agents, officials, employees, volunteers, boards, and commission as additional insured on its insurance coverages except for Automobile Liability and Physical Damage Coverage. If additional insured Automobile Liability and Physical Damage Coverage is required, ESS would negotiate an additional fee directly with the Town of West Hartford.

12/17/2015 BidSync p. 41 Capitol Region Council of 636 Governments 5 Supplier: ESS Group, Inc.

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies.

INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in 12/17/2015this bid during the life of the contract, even if it is not listed BidSyncamongst the bid participants. p. 42

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference.

INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6 5 Supplier: ESS Group, Inc.

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies. Capitol Region Council of 636 INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS GovernmentsOF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants.

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference.

12/17/2015INSURANCE REQUIRED OF SUCCESSFUL BIDDERS BidSync p. 43 The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6 5 Supplier: ESS Group, Inc.

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies.

INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants.

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against Capitol Region Council of 636 the contractor. Should the new price be less, the contractor shall have no claim to the difference.Governments

INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act 12/17/2015and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy BidSync p. 44 such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6 5 Supplier: ESS Group, Inc.

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies.

INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants.

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference.

INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency andCapitol a person Region for Council the performanceof of a governmental function 636 shall (1) provide that the public agency is entitled to receiveGovernments a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6

12/17/2015 BidSync p. 45 Capitol Region Council of 636 Governments 5 Supplier: ESS Group, Inc.

CRPC #636 CAPITOL REGION PURCHASING COUNCIL INVITATION TO BID FOR MUNICIPAL STORMWATER MONITORING SERVICES

II. TECHNICAL SPECIFICATIONS/ADDITIONAL REQUIREMENTS

1. General Description of Work The awarded contractor(s) shall be responsible for providing municipal stormwater monitoring services within the designated testing period of May 1st through October 31st in accordance with the requirements outlined in the MS4 General Permit. Broadly, said services shall include: sample testing, completing and submitting the applicable Stormwater Monitoring Report Forms to the municipality, and weather observation and tracking activities designed to identify qualifying storm events. Participating communities may either elect to have the awarded contractor collect the required samples, or to have the contractor furnish appropriate containers in which to collect and store the water samples for pickup by the laboratory. Finally, in an effort to assist the towns in evaluating the laboratory results received, the awarded contractor may also be requested to furnish general comments to explain if the measured levels are acceptable pursuant to State of Connecticut Water Quality Standards, or if additional monitoring/follow-up action is suggested.

Contractors must meet or exceed all DEP and EPA regulations.

Note: Municipalities are required to submit an annual report, summarizing municipal stormwater management activities, to the Department of Environmental Protection by January 1st every year. Part of this annual report includes the stormwater monitoring results.

2. Monitoring Requirements In accordance with the MS4 General Permit, stormwater monitoring shall be conducted by the Regulated Small MS4 annually starting in 2004. At least two outfalls apiece shall be monitored from areas of primarily industrial development, commercial development and residential development, respectively, for a minimum of six (6) outfalls monitored annually. Each monitored outfall shall be selected based on an evaluation by the MS4 that the drainage area of such outfall is representative of the overall nature of its respective land use type.

3. Parameters to be monitored The parameters to be monitored for each discharge point shall include: § pH (SU) § Hardness (mg/1) § Conductivity (umos) § Oil and grease (mg/l) § Chemical Oxygen Demand (mg/l) § Turbidity (NTU) § Total Suspended Solids (mg/l) § Total Phosphorous (mg/l) § Ammonia (mg/l) § Total Kjeldahl Nitrogen (mg/l) § Nitrate plus Nitrite Nitrogen (mg/l) § E. coli (col/100ml) 12/17/2015 BidSync p. 46 4. Stormwater Monitoring Procedures (A) Samples shall be collected from discharges resulting from a storm event that is greater than 0.1 inch in magnitude and that occurs at least 72 hours after any previous storm event of 0.1 inch or greater. Runoff events resulting from snow or ice melt cannot be used to meet the minimum annual monitoring requirements. Grab samples shall be used for all monitoring. Grab samples shall be collected during the first 6 hours of a storm event

discharge. The uncontaminated rainfall pH measurement shall also be taken at this time. Samples for all discharges shall be taken during the same storm event.

(B) Storm Event Information The following information shall be collected for the storm events monitored:

(i) The date, temperature, time of the start of the discharge, time of sampling, and magnitude (in inches) of the storm event sampled.

(ii) The duration between the storm event sampled and the end of the previous measurable (greater than 0.1 inch rainfall) storm event.

(C) Test Procedures All pollutant parameters shall be tested according to methods prescribed in the Environmental Protection Agency Federal Regulations Title 40, CFR, Part 136 (1990).

5. Required Stormwater Monitoring Report Forms Upon receipt of the results of the water testing, the contractor shall complete a Municipal Stormwater Monitoring Report Form (see attached) for each one of the six (6) stormwater outfalls (as well as for any additional outfalls) listed by each municipality. The contractor shall attach the specific laboratory report to each one of the Municipal Stormwater Monitoring Report Forms, and return the complete results package to the municipality within 21 business days from the date the sampling took place.

6. List of Municipal Stormwater Monitoring Discharge Locations A list of Municipal Stormwater Monitoring Discharge Locations shall be supplied to the contractor by each participating municipality once an award is made. Prior to the first sampling event, the technician, who will be performing the sampling, will visit each stormwater sampling site with a representative of the municipality who will show the technician the sample locations and the right-of-ways used to access each.

7. Experience Each respondent is required to submit satisfactory evidence as part of the bid proposal demonstrating his or her experience monitoring municipal stormwater. Accordingly, a list of at least four (4) municipalities where this type of work has been performed during the past two (2) years shall be furnished, including contact persons and phone numbers. (See the attached Information Sheet.)

8. Basis for Payment/Invoicing The contractor shall submit completed Municipal Stormwater Monitoring Report Forms for each one of the six (6) stormwater outfalls (as well as for any additional outfalls) to the town’s designated representative. The contractor shall attach the specific laboratory report to each one of the Forms. These materials, in conjunction with an invoice, shall be used as the basis for issuing payments.

9. Pricing Structure Bidders shall submit a bid on a per discharge location basis to be applied to all participating municipalities within a given watershed area. The five watershed areas are highlighted on the CT DEP’s Watershed Management Program Map contained herein. It shall be understood that this unit price will apply to all types of discharge locations (e.g. industrial, commercial and residential) within the specified watershed area.

All prices submitted shall apply throughout the term of the contract, and shall be deemed all- inclusive (i.e. including travel/mileage costs, etc.). The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges on the participating communities at any point during the contract period.

10. Inclusion of Non-Participating Towns It will be expected that contractors will allow any municipality that is a member of the Capitol Region Purchasing Council to participate under the terms of this bid even if such towns are not listed among the participants on page one.

11. Alternate Bid for Phase I General Permit– Optional Qualified contractors are asked to submit an alternate bid, on a per discharge basis, for compliance with the State of Connecticut Department of Environmental Protection’s General Permit (Phase I) for the Discharge of Stormwater Associated with Industrial Activity issued October 1, 2002 and last revised October 10, 2011. Municipal facilities covered under this Permit include, but are not limited to, landfills, transfer stations and public works garages.

All pollutant parameters shall be tested according to methods prescribed in the Environmental Protection Agency Federal Regulations Title 40, CFR, Part 136 (1990). Acute toxicity biomonitoring tests shall be conducted according to the procedures specified in Methods for Measuring the Acute Toxicity of Effluents and Receiving Waters to Freshwater and Marine Organisms, 5th edition (EPA 821-R-02-012).

The parameters to be monitored shall include: § Total Oil and Grease (mg/l) § pH (S.U.) § Chemical Oxygen Demand (mg/l) § Total Suspended Solids (mg/l) § Total Phosphorous (mg/l) § Total Kjeldahl Nitrogen (mg/l) § Nitrate as Nitrogen (mg/l) § Total Copper (mg/l) § Total Zinc (mg/l) § Total Lead (mg/l) § Aquatic Toxicity (LC50)

Stormwater Monitoring Procedures for Phase I: Annual samples shall be collected from discharges resulting from a storm event that is greater than 0.1 inch in magnitude and that occurs at least 72 hours after any previous storm event of .01 inch or greater. Runoff events resulting from snow or ice melt cannot be used to meet the minimum annual monitoring requirements. Grab samples shall be used for all monitoring. Collection of grab samples shall begin during the first 30 minutes of a storm event discharge and shall be completed as soon as possible. Samples shall be taken at the outfall or nearest feasible location representative of the discharge. The uncontaminated rainfall pH measurement shall also be taken at this time. All discharge samples at a facility must be taken during the same storm event, if feasible.

Storm Event Information: The following information shall be collected for the storm events monitored: (1) The date, temperature, time of the start of the discharge, time of sampling, and magnitude (in inches) of the storm event sampled.

(2) The duration between the storm event sampled and the end of the previous measurable (greater than 0.1 inch rainfall) storm event.

Reporting Requirements: Upon receipt of the analytical results, the awarded contractor shall prepare the required Stormwater Monitoring Report Forms (including the Stormwater Acute Toxicity Test Data Sheet) for each outfall as required by the Permit. See attached. The contractor shall return the complete results package to the municipality within 21 business days from the date the sampling took place.

Note: Municipalities are required to submit an annual report, summarizing municipal stormwater monitoring of industrial activity, to the Department of Environmental Protection by every September 30th.

Identification of Eligible Testing Locations: It will be the responsibility of each participating municipality to supply the contractor with a list of all eligible discharge locations under the Phase I General Permit. Prior to the first sampling event, the technician who will be performing the sampling, will visit the stormwater sampling site with a representative of the municipality who will show the technician the sampling locations and the right-of ways used to access each.

12. Terms of Contracts Contracts resulting from this Bid Invitation shall apply to work done from January 1, 2016 to December 31, 2017.

13. Future Bid Invitations Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

6 5 Supplier: ESS Group, Inc.

CRPC #636 CAPITOL REGION PURCHASING COUNCIL INVITATION TO BID FOR MUNICIPAL STORMWATER MONITORING SERVICES

II. TECHNICAL SPECIFICATIONS/ADDITIONAL REQUIREMENTS

1. General Description of Work The awarded contractor(s) shall be responsible for providing municipal stormwater monitoring services within the designated testing period of May 1st through October 31st in accordance with the requirements outlined in the MS4 General Permit. Broadly, said services shall include: sample testing, completing and submitting the applicable Stormwater Monitoring Report Forms to the municipality, and weather observation and tracking activities designed to identify qualifying storm events. Participating communities may either elect to have the awarded contractor collect the required samples, or to have the contractor furnish appropriate containers in which to collect and store the water samples for pickup by the laboratory. Finally, in an effort to assist the towns in evaluating the laboratory results received, the awarded contractor may also be requested to furnish general comments to explain if the measured levels are acceptable pursuant to State of Connecticut Water Quality Standards, or if additional monitoring/follow-up action is suggested.

Contractors must meet or exceed all DEP and EPA regulations.

Note: Municipalities are required to submit an annual report, summarizing municipal stormwater management activities, to the Department of Environmental Protection by January 1st every year. Part of this annual report includes the stormwater monitoring results.

2. Monitoring Requirements In accordance with the MS4 General Permit, stormwater monitoring shall be conducted by the Regulated Small MS4 annually starting in 2004. At least two outfalls apiece shall be monitored from areas of primarily industrial development, commercial development and residential development, respectively, for a minimum of six (6) outfalls monitored annually. Each monitored outfall shall be selected based on an evaluation by the MS4 that the drainage area of such outfall is representative of the overall nature of its respective land use type.

3. Parameters to be monitored The parameters to be monitored for each discharge point shall include: § pH (SU) § Hardness (mg/1) § Conductivity (umos) § Oil and grease (mg/l) § Chemical Oxygen Demand (mg/l) § Turbidity (NTU) § Total Suspended Solids (mg/l) § Total Phosphorous (mg/l) § Ammonia (mg/l) § Total Kjeldahl Nitrogen (mg/l) Capitol Region Council of 636 § Nitrate plus Nitrite Nitrogen (mg/l) Governments § E. coli (col/100ml)

4. Stormwater Monitoring Procedures (A) Samples shall be collected from discharges resulting from a storm event that is greater than 0.1 inch in magnitude and that occurs at least 72 hours after any previous storm event of 0.1 inch or greater. Runoff events resulting from snow or ice melt cannot be used to meet the minimum annual monitoring requirements. Grab samples shall be used for all monitoring. Grab samples shall be collected during the first 6 hours of a storm event

discharge. The uncontaminated rainfall pH measurement shall also be taken at this time. Samples for all discharges shall be taken during the same storm event.

(B) Storm Event Information The following information shall be collected for the storm events monitored:

(i) The date, temperature, time of the start of the discharge, time of sampling, and magnitude (in inches) of the storm event sampled.

(ii) The duration between the storm event sampled and the end of the previous measurable (greater than 0.1 inch rainfall) storm event.

(C) Test Procedures All pollutant parameters shall be tested according to methods prescribed in the Environmental Protection Agency Federal Regulations Title 40, CFR, Part 136 (1990).

5. Required Stormwater Monitoring Report Forms Upon receipt of the results of the water testing, the contractor shall complete a Municipal Stormwater Monitoring Report Form (see attached) for each one of the six (6) stormwater outfalls (as well as for any additional outfalls) listed by each municipality. The contractor shall attach the specific laboratory report to each one of the Municipal Stormwater Monitoring Report Forms, and return the complete results package to the municipality within 21 business days from the date the sampling took place.

6. List of Municipal Stormwater Monitoring Discharge Locations A list of Municipal Stormwater Monitoring Discharge Locations shall be supplied to the contractor by each participating municipality once an award is made. Prior to the first sampling event, the technician, who will be performing the sampling, will visit each stormwater sampling site with a representative of the municipality who will show the technician the sample locations and the right-of-ways used to access each.

7. Experience Each respondent is required to submit satisfactory evidence as part of the bid proposal demonstrating his or her experience monitoring municipal stormwater. Accordingly, a list of at least four (4) municipalities where this type of work has been performed during the past two (2) years shall be furnished, including contact persons and phone numbers. (See the attached Information Sheet.)

8. Basis for Payment/Invoicing The contractor shall submit completed Municipal Stormwater Monitoring Report Forms for each one of the six (6) stormwater outfalls (as well as for any additional outfalls) to the town’s designated representative. The contractor shall attach the specific laboratory report to each one of the Forms. These materials, in conjunction with an invoice, shall be used as the basis for issuing payments. 12/17/2015 BidSync p. 47

9. Pricing Structure Bidders shall submit a bid on a per discharge location basis to be applied to all participating municipalities within a given watershed area. The five watershed areas are highlighted on the CT DEP’s Watershed Management Program Map contained herein. It shall be understood that this unit price will apply to all types of discharge locations (e.g. industrial, commercial and residential) within the specified watershed area.

All prices submitted shall apply throughout the term of the contract, and shall be deemed all- inclusive (i.e. including travel/mileage costs, etc.). The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges on the participating communities at any point during the contract period.

10. Inclusion of Non-Participating Towns It will be expected that contractors will allow any municipality that is a member of the Capitol Region Purchasing Council to participate under the terms of this bid even if such towns are not listed among the participants on page one.

11. Alternate Bid for Phase I General Permit– Optional Qualified contractors are asked to submit an alternate bid, on a per discharge basis, for compliance with the State of Connecticut Department of Environmental Protection’s General Permit (Phase I) for the Discharge of Stormwater Associated with Industrial Activity issued October 1, 2002 and last revised October 10, 2011. Municipal facilities covered under this Permit include, but are not limited to, landfills, transfer stations and public works garages.

All pollutant parameters shall be tested according to methods prescribed in the Environmental Protection Agency Federal Regulations Title 40, CFR, Part 136 (1990). Acute toxicity biomonitoring tests shall be conducted according to the procedures specified in Methods for Measuring the Acute Toxicity of Effluents and Receiving Waters to Freshwater and Marine Organisms, 5th edition (EPA 821-R-02-012).

The parameters to be monitored shall include: § Total Oil and Grease (mg/l) § pH (S.U.) § Chemical Oxygen Demand (mg/l) § Total Suspended Solids (mg/l) § Total Phosphorous (mg/l) § Total Kjeldahl Nitrogen (mg/l) § Nitrate as Nitrogen (mg/l) § Total Copper (mg/l) § Total Zinc (mg/l) § Total Lead (mg/l) § Aquatic Toxicity (LC50)

Stormwater Monitoring Procedures for Phase I: Annual samples shall be collected from discharges resulting from a storm event that is greater than 0.1 inch in magnitude and that occurs at least 72 hours after any previous storm event of .01 inch or greater. Runoff events resulting from snow or ice melt cannot be used to meet the minimum annual monitoring requirements. Grab samples shall be used for all monitoring. Collection of grab samples shall begin during the first 30 minutes of a storm event discharge and shall be completed as soon as possible. Samples shall be taken at the outfall or nearest feasible location representative of the discharge. The uncontaminated rainfall pH measurement shall also be taken at this time. All discharge samples at a facility must be taken during the same storm event, if feasible.

Storm Event Information: The following information shall be collected for the storm events monitored: (1) The date, temperature, time of the start of the discharge, time of sampling, and magnitude (in inches) of the storm event sampled.

(2) The duration between the storm event sampled and the end of the previous measurable (greater than 0.1 inch rainfall) storm event.

Reporting Requirements: Upon receipt of the analytical results, the awarded contractor shall prepare the required Stormwater Monitoring Report Forms (including the Stormwater Acute Toxicity Test Data Sheet) for each outfall as required by the Permit. See attached. The contractor shall return the complete results package to the municipality within 21 business days from the date the sampling took place.

Note: Municipalities are required to submit an annual report, summarizing municipal stormwater monitoring of industrial activity, to the Department of Environmental Protection by every September 30th.

Identification of Eligible Testing Locations: It will be the responsibility of each participating municipality to supply the contractor with a list of all eligible discharge locations under the Phase I General Permit. Prior to the first sampling event, the technician who will be performing the sampling, will visit the stormwater sampling site with a representative of the municipality who will show the technician the sampling locations and the right-of ways used to access each.

12. Terms of Contracts Contracts resulting from this Bid Invitation shall apply to work done from January 1, 2016 to December 31, 2017.

13. Future Bid Invitations Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

6 5 Supplier: ESS Group, Inc.

CRPC #636 CAPITOL REGION PURCHASING COUNCIL INVITATION TO BID FOR MUNICIPAL STORMWATER MONITORING SERVICES

II. TECHNICAL SPECIFICATIONS/ADDITIONAL REQUIREMENTS

1. General Description of Work The awarded contractor(s) shall be responsible for providing municipal stormwater monitoring services within the designated testing period of May 1st through October 31st in accordance with the requirements outlined in the MS4 General Permit. Broadly, said services shall include: sample testing, completing and submitting the applicable Stormwater Monitoring Report Forms to the municipality, and weather observation and tracking activities designed to identify qualifying storm events. Participating communities may either elect to have the awarded contractor collect the required samples, or to have the contractor furnish appropriate containers in which to collect and store the water samples for pickup by the laboratory. Finally, in an effort to assist the towns in evaluating the laboratory results received, the awarded contractor may also be requested to furnish general comments to explain if the measured levels are acceptable pursuant to State of Connecticut Water Quality Standards, or if additional monitoring/follow-up action is suggested.

Contractors must meet or exceed all DEP and EPA regulations.

Note: Municipalities are required to submit an annual report, summarizing municipal stormwater management activities, to the Department of Environmental Protection by January 1st every year. Part of this annual report includes the stormwater monitoring results.

2. Monitoring Requirements In accordance with the MS4 General Permit, stormwater monitoring shall be conducted by the Regulated Small MS4 annually starting in 2004. At least two outfalls apiece shall be monitored from areas of primarily industrial development, commercial development and residential development, respectively, for a minimum of six (6) outfalls monitored annually. Each monitored outfall shall be selected based on an evaluation by the MS4 that the drainage area of such outfall is representative of the overall nature of its respective land use type.

3. Parameters to be monitored The parameters to be monitored for each discharge point shall include: § pH (SU) § Hardness (mg/1) § Conductivity (umos) § Oil and grease (mg/l) § Chemical Oxygen Demand (mg/l) § Turbidity (NTU) § Total Suspended Solids (mg/l) § Total Phosphorous (mg/l) § Ammonia (mg/l) § Total Kjeldahl Nitrogen (mg/l) § Nitrate plus Nitrite Nitrogen (mg/l) § E. coli (col/100ml)

4. Stormwater Monitoring Procedures (A) Samples shall be collected from discharges resulting from a storm event that is greater than 0.1 inch in magnitude and that occurs at least 72 hours after any previous storm event of 0.1 inch or greater. Runoff events resulting from snow or ice melt cannot be used to meet the minimum annual monitoring requirements. Grab samples shall be used for all monitoring. Grab samples shall be collected during the first 6 hours of a storm event

discharge. The uncontaminated rainfall pH measurement shall also be taken at this time. Samples for all discharges shall be taken during the same storm event.

(B) Storm Event Information The following information shall be collected for the storm events monitored:

(i) The date, temperature, time of the start of the discharge, time of sampling, and magnitude (in inches) of the storm event sampled.

(ii) The duration between the storm event sampled and the end of the previous measurable (greater than 0.1 inch rainfall) storm event.

(C) Test Procedures All pollutant parameters shall be tested according to methods prescribed in the Environmental Protection Agency Federal Regulations Title 40, CFR, Part 136 (1990).

5. Required Stormwater Monitoring Report Forms Upon receipt of the results of the water testing, the contractor shall complete a Municipal Stormwater Monitoring Report Form (see attached) for each one of the six (6) stormwater outfalls (as well as for any additional outfalls) listed by each municipality. The contractor shall attach the specific laboratory report to each one of the Municipal Stormwater Monitoring Report Forms, and return the complete results package to the municipality within 21 business days from the date the sampling took place.

6. List of Municipal Stormwater Monitoring Discharge Locations A list of Municipal Stormwater Monitoring Discharge Locations shall be supplied to the contractor by each participating municipality once an award is made. Prior to the first sampling event, the technician, who will be performing the sampling, will visit each stormwater sampling site with a representative of the municipality who will show the technician the sample locations and the right-of-ways used to access each.

7. Experience Each respondent is required to submit satisfactory evidence as part of the bid proposal demonstrating his or her experience monitoring municipal stormwater. Accordingly, a list of at least four (4) municipalities where this type of work has been performed during the past two (2) years shall be furnished, including contact persons and phone numbers. (See the attached Information Sheet.)

8. Basis for Payment/Invoicing The contractor shall submit completed Municipal Stormwater Monitoring Report Forms for each one of the six (6) stormwater outfallsCapitol Region (as well Council as forof any additional outfalls) to the town’s 636 designated representative. The contractorGovernments shall attach the specific laboratory report to each one of the Forms. These materials, in conjunction with an invoice, shall be used as the basis for issuing payments.

9. Pricing Structure Bidders shall submit a bid on a per discharge location basis to be applied to all participating municipalities within a given watershed area. The five watershed areas are highlighted on the CT DEP’s Watershed Management Program Map contained herein. It shall be understood that this unit price will apply to all types of discharge locations (e.g. industrial, commercial and residential) within the specified watershed area.

All prices submitted shall apply throughout the term of the contract, and shall be deemed all- inclusive (i.e. including travel/mileage costs, etc.). The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges on the participating communities at any point during the contract period.

10. Inclusion of Non-Participating Towns It will be expected that contractors will allow any municipality that is a member of the Capitol Region Purchasing Council to participate under the terms of this bid even if such towns are not listed among the participants on page one.

11. Alternate Bid for Phase I General Permit– Optional Qualified contractors are asked to submit an alternate bid, on a per discharge basis, for compliance with the State of Connecticut Department of Environmental Protection’s General Permit (Phase I) for the Discharge of Stormwater Associated with Industrial Activity issued October 1, 2002 and last revised October 10, 2011. Municipal facilities covered under this Permit include, but are not limited to, landfills, transfer stations and public works garages.

All pollutant parameters shall be tested according to methods prescribed in the Environmental Protection Agency Federal Regulations Title 40, CFR, Part 136 (1990). Acute toxicity biomonitoring tests shall be conducted according to the procedures specified in Methods for Measuring the Acute Toxicity of Effluents and Receiving Waters to Freshwater and Marine Organisms, 5th edition (EPA 821-R-02-012).

The parameters to be monitored shall include: § Total Oil and Grease (mg/l) § pH (S.U.) § Chemical Oxygen Demand (mg/l) § Total Suspended Solids (mg/l) § Total Phosphorous (mg/l) § Total Kjeldahl Nitrogen (mg/l) § Nitrate as Nitrogen (mg/l) § Total Copper (mg/l) § Total Zinc (mg/l) § Total Lead (mg/l) § Aquatic Toxicity (LC50)

Stormwater Monitoring Procedures for Phase I: Annual samples shall be collected from discharges resulting from a storm event that is greater than 0.1 inch in magnitude and that occurs at least 72 hours after any previous storm event of .01 inch or greater. Runoff events resulting from snow or ice melt cannot be used to meet the minimum annual monitoring requirements. Grab samples shall be used for all monitoring. Collection of grab samples shall begin during the first 30 minutes of a storm event discharge and shall be completed as soon as possible. Samples shall be taken at the outfall or nearest feasible location representative of the discharge. The uncontaminated 12/17/2015 BidSync p. 48 rainfall pH measurement shall also be taken at this time. All discharge samples at a facility must be taken during the same storm event, if feasible.

Storm Event Information: The following information shall be collected for the storm events monitored: (1) The date, temperature, time of the start of the discharge, time of sampling, and magnitude (in inches) of the storm event sampled.

(2) The duration between the storm event sampled and the end of the previous measurable (greater than 0.1 inch rainfall) storm event.

Reporting Requirements: Upon receipt of the analytical results, the awarded contractor shall prepare the required Stormwater Monitoring Report Forms (including the Stormwater Acute Toxicity Test Data Sheet) for each outfall as required by the Permit. See attached. The contractor shall return the complete results package to the municipality within 21 business days from the date the sampling took place.

Note: Municipalities are required to submit an annual report, summarizing municipal stormwater monitoring of industrial activity, to the Department of Environmental Protection by every September 30th.

Identification of Eligible Testing Locations: It will be the responsibility of each participating municipality to supply the contractor with a list of all eligible discharge locations under the Phase I General Permit. Prior to the first sampling event, the technician who will be performing the sampling, will visit the stormwater sampling site with a representative of the municipality who will show the technician the sampling locations and the right-of ways used to access each.

12. Terms of Contracts Contracts resulting from this Bid Invitation shall apply to work done from January 1, 2016 to December 31, 2017.

13. Future Bid Invitations Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

6 5 Supplier: ESS Group, Inc.

CRPC #636 CAPITOL REGION PURCHASING COUNCIL INVITATION TO BID FOR MUNICIPAL STORMWATER MONITORING SERVICES

II. TECHNICAL SPECIFICATIONS/ADDITIONAL REQUIREMENTS

1. General Description of Work The awarded contractor(s) shall be responsible for providing municipal stormwater monitoring services within the designated testing period of May 1st through October 31st in accordance with the requirements outlined in the MS4 General Permit. Broadly, said services shall include: sample testing, completing and submitting the applicable Stormwater Monitoring Report Forms to the municipality, and weather observation and tracking activities designed to identify qualifying storm events. Participating communities may either elect to have the awarded contractor collect the required samples, or to have the contractor furnish appropriate containers in which to collect and store the water samples for pickup by the laboratory. Finally, in an effort to assist the towns in evaluating the laboratory results received, the awarded contractor may also be requested to furnish general comments to explain if the measured levels are acceptable pursuant to State of Connecticut Water Quality Standards, or if additional monitoring/follow-up action is suggested.

Contractors must meet or exceed all DEP and EPA regulations.

Note: Municipalities are required to submit an annual report, summarizing municipal stormwater management activities, to the Department of Environmental Protection by January 1st every year. Part of this annual report includes the stormwater monitoring results.

2. Monitoring Requirements In accordance with the MS4 General Permit, stormwater monitoring shall be conducted by the Regulated Small MS4 annually starting in 2004. At least two outfalls apiece shall be monitored from areas of primarily industrial development, commercial development and residential development, respectively, for a minimum of six (6) outfalls monitored annually. Each monitored outfall shall be selected based on an evaluation by the MS4 that the drainage area of such outfall is representative of the overall nature of its respective land use type.

3. Parameters to be monitored The parameters to be monitored for each discharge point shall include: § pH (SU) § Hardness (mg/1) § Conductivity (umos) § Oil and grease (mg/l) § Chemical Oxygen Demand (mg/l) § Turbidity (NTU) § Total Suspended Solids (mg/l) § Total Phosphorous (mg/l) § Ammonia (mg/l) § Total Kjeldahl Nitrogen (mg/l) § Nitrate plus Nitrite Nitrogen (mg/l) § E. coli (col/100ml)

4. Stormwater Monitoring Procedures (A) Samples shall be collected from discharges resulting from a storm event that is greater than 0.1 inch in magnitude and that occurs at least 72 hours after any previous storm event of 0.1 inch or greater. Runoff events resulting from snow or ice melt cannot be used to meet the minimum annual monitoring requirements. Grab samples shall be used for all monitoring. Grab samples shall be collected during the first 6 hours of a storm event

discharge. The uncontaminated rainfall pH measurement shall also be taken at this time. Samples for all discharges shall be taken during the same storm event.

(B) Storm Event Information The following information shall be collected for the storm events monitored:

(i) The date, temperature, time of the start of the discharge, time of sampling, and magnitude (in inches) of the storm event sampled.

(ii) The duration between the storm event sampled and the end of the previous measurable (greater than 0.1 inch rainfall) storm event.

(C) Test Procedures All pollutant parameters shall be tested according to methods prescribed in the Environmental Protection Agency Federal Regulations Title 40, CFR, Part 136 (1990).

5. Required Stormwater Monitoring Report Forms Upon receipt of the results of the water testing, the contractor shall complete a Municipal Stormwater Monitoring Report Form (see attached) for each one of the six (6) stormwater outfalls (as well as for any additional outfalls) listed by each municipality. The contractor shall attach the specific laboratory report to each one of the Municipal Stormwater Monitoring Report Forms, and return the complete results package to the municipality within 21 business days from the date the sampling took place.

6. List of Municipal Stormwater Monitoring Discharge Locations A list of Municipal Stormwater Monitoring Discharge Locations shall be supplied to the contractor by each participating municipality once an award is made. Prior to the first sampling event, the technician, who will be performing the sampling, will visit each stormwater sampling site with a representative of the municipality who will show the technician the sample locations and the right-of-ways used to access each.

7. Experience Each respondent is required to submit satisfactory evidence as part of the bid proposal demonstrating his or her experience monitoring municipal stormwater. Accordingly, a list of at least four (4) municipalities where this type of work has been performed during the past two (2) years shall be furnished, including contact persons and phone numbers. (See the attached Information Sheet.)

8. Basis for Payment/Invoicing The contractor shall submit completed Municipal Stormwater Monitoring Report Forms for each one of the six (6) stormwater outfalls (as well as for any additional outfalls) to the town’s designated representative. The contractor shall attach the specific laboratory report to each one of the Forms. These materials, in conjunction with an invoice, shall be used as the basis for issuing payments.

9. Pricing Structure Bidders shall submit a bid on a per discharge location basis to be applied to all participating municipalities within a given watershed area. The five watershed areas are highlighted on the CT DEP’s Watershed Management Program Map contained herein. It shall be understood that this unit price will apply to all types of discharge locations (e.g. industrial, commercial and residential) within the specified watershed area.

All prices submitted shall apply throughout the term of the contract, and shall be deemed all- inclusive (i.e. including travel/mileage costs, etc.). The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges on the participating communities at any point during the contract period.

10. Inclusion of Non-Participating Towns It will be expected that contractors will allow any municipality that is a member of the Capitol Region Purchasing Council to participate under the terms of this bid even if such towns are not listed among the participants on page one.

11. Alternate Bid for Phase I General Permit– Optional Qualified contractors are asked to submit an alternate bid, on a per discharge basis, for compliance with the State of Connecticut Department of Environmental Protection’s General Permit (Phase I) for the Discharge of Stormwater Associated with Industrial Activity issued October 1, 2002 and last revised October 10, 2011. Municipal facilities covered under this Permit include, but are not limited to, landfills, transfer stations and public works garages.

All pollutant parameters shall be tested according to methods prescribed in the Environmental Protection Agency Federal Regulations Title 40, CFR, Part 136 (1990). Acute toxicity biomonitoring tests shall be conducted according to the procedures specified in Methods for Measuring the Acute Toxicity of Effluents and Receiving Waters to Freshwater and Marine Organisms, 5th edition (EPA 821-R-02-012).

The parameters to be monitored shall include: § Total Oil and Grease (mg/l) § pH (S.U.) § Chemical Oxygen Demand (mg/l) § Total Suspended Solids (mg/l) § Total Phosphorous (mg/l) § Total Kjeldahl Nitrogen (mg/l) § Nitrate as Nitrogen (mg/l) § Total Copper (mg/l) § Total Zinc (mg/l) § Total Lead (mg/l) § Aquatic Toxicity (LC50)

Stormwater Monitoring Procedures for Phase I: Annual samples shall be collected from discharges resulting from a storm event that is greater than 0.1 inch in magnitude and that occurs at least 72 hours after any previous storm event of .01 inch or greater. Runoff events resulting from snow or ice melt cannot be used to meet the minimum annual monitoring requirements. Grab samples shall be used for all monitoring. Collection of grab samplesCapitol shall Region begin Council during of the first 30 minutes of a storm 636 event discharge and shall be completed asGovernments soon as possible. Samples shall be taken at the outfall or nearest feasible location representative of the discharge. The uncontaminated rainfall pH measurement shall also be taken at this time. All discharge samples at a facility must be taken during the same storm event, if feasible.

Storm Event Information: The following information shall be collected for the storm events monitored: (1) The date, temperature, time of the start of the discharge, time of sampling, and magnitude (in inches) of the storm event sampled.

(2) The duration between the storm event sampled and the end of the previous measurable (greater than 0.1 inch rainfall) storm event.

Reporting Requirements: Upon receipt of the analytical results, the awarded contractor shall prepare the required Stormwater Monitoring Report Forms (including the Stormwater Acute Toxicity Test Data Sheet) for each outfall as required by the Permit. See attached. The contractor shall return the complete results package to the municipality within 21 business days from the date the sampling took place.

Note: Municipalities are required to submit an annual report, summarizing municipal stormwater monitoring of industrial activity, to the Department of Environmental Protection by every September 30th.

Identification of Eligible Testing Locations: It will be the responsibility of each participating municipality to supply the contractor with a list of all eligible discharge locations under the Phase I General Permit. Prior to the first sampling event, the technician who will be performing the sampling, will visit the stormwater sampling site with a representative of the municipality who will show the technician the sampling locations and the right-of ways used to access each.

12. Terms of Contracts Contracts resulting from this Bid Invitation shall apply to work done from January 1, 2016 to December 31, 2017.

13. Future Bid Invitations Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

6

12/17/2015 BidSync p. 49 Capitol Region Council of 636 Governments 5 Supplier: ESS Group, Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. ESS Group, Inc. (ESS) is a mid-size, full-service environmental consulting and engineering firm operating from three offices. This project would be serviced by our East Providence, RI and Waltham, MA offices. Please see attached qualifications package for more information.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Matt Ladewig will serve as Project Manager. Alex Patterson, Matt Robertson, Mike Mahoney, and Mike Phillips are the primary personnel that would be assigned to collect samples and complete the required report forms. All are experienced in stormwater sampling work.

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Town of Rocky Hill, CT - James Sollmi (860) 258-2762 (2) Town of Windsor Locks, CT - Scott Lappen (860) 627-1405 (3) Town of Windsor, CT - Brian Funk (860) 285-1855 (4) Town of Vernon, CT - Jeff Schambach (860) 870-3505

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, ESS has sufficient staff capacity to ensure timely execution of storm water monitoring, coordination of lab testing, and reporting. Additional qualified technical staff beyond those listed above are also available to assist. We have successfully completed quarterly and annual stormwater monitoring services for several municipalities since 2012.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental Laboratory serves a diverse client base from small business to large engineering firms, state and federal agencies. Their central location in the Capital Region (Manchester, CT) will minimize the amount of transit time required, thereby minimizing the opportunity for analytical hold times to be exceeded on particularly sensitive analytes (e.g., E. coli).

6. Which approach to testing do you favor, municipal collection or your firm? Explain. ESS's preferred approach is to execute all aspects of the sampling, laboratory coordination and data reporting. We are familiar with the weather conditions necessary to identify and respond to a qualifying storm event under the General Permit definitions. ESS follows internal Standard Operating Guidelines to ensure that our collection methods are consistent between staff, monitoring locations and events. Furthermore, ESS can provide more insight to municipal officials on sample results if our staff directly observe field conditions while 12/17/2015 collecting the samples. BidSync p. 50

6 5 Supplier: ESS Group, Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. ESS Group, Inc. (ESS) is a mid-size, full-service environmental consulting and engineering firm operating from three offices. This project would be serviced by our East Providence, RI and Waltham, MA offices. Please see attached qualifications package for more information.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Matt Ladewig will serve as Project Manager. Alex Patterson, Matt Robertson, Mike Mahoney, and Mike Phillips are the primary personnel that would be assigned to collect samples and complete the required report forms. All are experienced in stormwater sampling work.

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Town of Rocky Hill, CT - James Sollmi (860) 258-2762 (2) Town of Windsor Locks, CT - Scott Lappen (860) 627-1405 (3) Town of Windsor, CT - Brian Funk (860) 285-1855 (4) Town of Vernon, CT - Jeff Schambach (860) 870-3505

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, ESS has sufficient staff capacity to ensure timely execution of storm water monitoring, coordination of lab testing, and reporting. Additional qualified technical staff beyond those listed above are also available to assist. We have successfully completed quarterly and annual stormwater monitoring services for several municipalities since 2012.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental Laboratory serves a diverse client base from small business to large engineering firms, state and federal agencies. Their central location in the Capital Region (Manchester, CT) will minimize the amount of transit time required, thereby minimizing the opportunity for analytical hold times to be exceeded on particularly sensitive analytes (e.g., E. coli).

6. Which approach to testing do you favor, municipal collection or your firm? Explain. ESS's preferred approach is to execute all aspects of the sampling, laboratory coordination and data reporting. We are familiar with the weather conditions necessary to identify and respond to a qualifying storm event under the General Permit definitions. ESS follows internal Standard Operating GuidelinesCapitol to Region ensure Council that of our collection methods are consistent 636 between staff, monitoring locations and events.Governments Furthermore, ESS can provide more insight to municipal officials on sample results if our staff directly observe field conditions while collecting the samples.

6

12/17/2015 BidSync p. 51 Capitol Region Council of 636 Governments 5 Supplier: ESS Group, Inc.

Insurance Exhibit (West Hartford)

For the purpose of this exhibit: the term "Contractor" shall also include their respective agents, representatives, employees or subcontractors; and the term "Town of West Hartford and West Hartford Board of Education" (hereinafter called the "Town") shall include their respective officers, agents, officials, employees, volunteers, boards and commissions.

The Contractor shall procure and maintain the required insurance coverage against claims that may arise from, or in connection with the services and goods provided by the Contractor for the duration of the contract term, including any and all extensions. The Contractor shall provide the Town with a certificate of insurance confirming compliance with this exhibit prior to commencement of the contract. Such insurance shall be written for not less than specified, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever is greater. The Contractor shall assume any and all premiums and deductibles in the described insurance policies. Both the Contractor and Contractor's insurer(s) agree to have no right of recovery or subrogation against the Town and the described insurance shall be primary coverage. Any failure to comply with the claim reporting provisions of the policy shall not affect coverage provided to the Town. Each required insurance policy shall not be suspended, voided, cancelled or reduced except after thirty (30) days prior written notice, ten (10) days notice for non-payment, has been given to the Town.

All liability policies (with the exception of Worker’s Compensation) shall include the Town of West Hartford, the West Hartford Board of Education, and their respective officers, agents, officials, employees, volunteers, boards and commissions as an Additional Insured and shall include, but not be limited to investigation, defense, settlement, judgment or payment of any legal liability. Failure to maintain the required insurance coverage and Additional Insured Endorsements shall be grounds for termination of the contract. It is agreed that the scope and limits of the insurance specified are minimum requirements and shall in no way limit or exclude the Town from additional limits or coverage provided under each policy. The policies shall be on the occurrence form and must be written by companies licensed to do business in the State of Connecticut. The Town’s Risk Manager shall review any and all exceptions.

Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, property damage, contractual liability and products /completed operations. Contractor shall continue to provide products/completed operations coverage for two (2) years after completion of the work.

Automobile Liability and Physical Damage Coverage: $1,000,000 combined single limit per occurrence for any auto, including statutory uninsured/underinsured motorists coverage and $1,000 medical payments. Policy to include collision and comprehensive coverage for any auto used for the purpose of this contract.

Umbrella Liability: $1,000,000 per occurrence, $2,000,000 aggregate following form.

Workers’ Compensation: Statutory limits including Employer’s Liability with limits of $100,000 each accident, $500,000 for each disease/policy limit, and $100,000 for disease for each employee as required by the State of Connecticut. If the Contractor decides not to procure workers’ compensation in accordance with Connecticut law, the Contractor agrees to comply with the Connecticut Workers’ Compensation Act’s (Act) requirements for withdrawing from the provisions of the Act, including, but not limited to, filing the appropriate notice of withdrawal with the commissioner. The Contractor is wholly responsible for taking the actions necessary to withdraw from the provisions of the Act. In lieu of procuring workers’ compensation insurance and providing the Town with proof thereof, the Contractor agrees to hold the Town of West Hartford, the West Hartford Board of Education, their respective boards and commissions, officers, agents, officials, employees, servants, volunteers, contractors and representatives harmless from any and all suits, claims, and actions arising from personal injuries sustained by him during the course of the performance of this contract, however caused.

Personal Property for "all risk" insurance on a replacement cost basis to cover the value of personal property belonging to the Contractor and others (including but not limited to the personal property of subcontractors) located on Town property while in use or in storage for the duration of the contract. Deductible not to exceed $1,000.

Stephen B. Wood 12/15/15 Duly Authorized Date

Stephen B. Wood (Print Name Here)

6 12/17/2015 BidSync p. 52 5 Supplier: ESS Group, Inc.

Insurance Exhibit (West Hartford)

For the purpose of this exhibit: the term "Contractor" shall also include their respective agents, representatives, employees or subcontractors; and the term "Town of West Hartford and West Hartford Board of Education" (hereinafter called the "Town") shall include their respective officers, agents, officials, employees, volunteers, boards and commissions.

The Contractor shall procure and maintain the required insurance coverage against claims that may arise from, or in connection with the services and goods provided by the Contractor for the duration of the contract term, including any and all extensions. The Contractor shall provide the Town with a certificate of insurance confirming compliance with this exhibit prior to commencement of the contract. Such insurance shall be written for not less than specified, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever is greater. The Contractor shall assume any and all premiums and deductibles in the described insurance policies. Both the Contractor and Contractor's insurer(s) agree to have no right of recovery or subrogation against the Town and the described insurance shall be primary coverage. Any failure to comply with the claim reporting provisions of the policy shall not affect coverage provided to the Town. Each required insurance policy shall not be suspended, voided, cancelled or reduced except after thirty (30) days prior written notice, ten (10) days notice for non-payment, has been given to the Town.

All liability policies (with the exception of Worker’s Compensation) shall include the Town of West Hartford, the West Hartford Board of Education, and their respective officers, agents, officials, employees, volunteers, boards and commissions as an Additional Insured and shall include, but not be limited to investigation, defense, settlement, judgment or payment of any legal liability. Failure to maintain the required insurance coverage and Additional Insured Endorsements shall be grounds for termination of the contract. It is agreed that the scope and limits of the insurance specified are minimum requirements and shall in no way limit or exclude the Town from additional limits or coverage provided under each policy. The policies shall be on the occurrence form and must be written by companies licensed to do business in the State of Connecticut. The Town’s Risk Manager shall review any and all exceptions.

Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, property damage, contractual liability and products /completed operations. Contractor shall continue to provide products/completed operations coverage for two (2) years after completion of the work.

Automobile Liability and Physical Damage Coverage: $1,000,000 combined single limit per occurrence for any auto, including statutory uninsured/underinsured motorists coverage and $1,000 medical payments. Policy to include collision and comprehensive coverage for any auto used for the purpose of this contract.

Umbrella Liability: $1,000,000 per occurrence, $2,000,000 aggregate following form.

Workers’ Compensation: Statutory limits including Employer’s Liability with limits of $100,000 each accident, $500,000 for each disease/policy limit, and $100,000 for disease for each employee as required by the State of Connecticut. If the Contractor decides not to procure workers’ compensation in accordance with Connecticut law, the Contractor agrees to comply with the Connecticut Workers’ Compensation Act’s (Act) requirements for withdrawing from the provisions of the Act, including, but not limited to, filing the appropriate notice of withdrawal with the commissioner. The Contractor is wholly responsible for taking the actions necessary to withdraw from the provisions of the Act. In lieu of procuring workers’ compensation insurance and providing the Town with proof thereof, the Contractor agrees to hold the Town of West Hartford, the West Hartford Board of Education, their respective boards and commissions, officers, agents, officials, employees, servants, volunteers, contractors and representatives harmless from any and all suits, claims, and actions arising from personal injuries sustained by him during the course of the performance of this contract, however caused.

Personal Property for "all risk" insurance on a replacement cost basis to cover the value of personal property belonging to the Contractor and others (including but not limited to the personal property of subcontractors) located on Town property while in use or in storage for the duration of the contract. Deductible not to exceed $1,000.

Stephen B. Wood 12/15/15 Duly Authorized Date

Stephen B. Wood (Print Name Here)

Capitol Region Council of 636 Governments 6

12/17/2015 BidSync p. 53 Capitol Region Council of 636 Governments 5 Supplier: ESS Group, Inc.

GENERAL VENDOR INFORMATION

VENDORS ARE ASKED TO FILL OUT THIS FORM SO THAT THEIR BID RESPONSES ARE CONSIDERED COMPLETE.

The undersigned: is aware that any CRPC member may reject any and all bids, or any part of any and all bids; is aware that quantities furnished herein are estimates only; has not included any state or federal taxes for which the CRPC members are not liable; and is making this bid without collusion with any person, individual or corporation.

COMPANY

ESS Group, Inc.

REPRESENTATIVE

Stephen B. Wood

POSITION

Vice President

ADDRESS

10 Hemingway Drive, 2nd Floor

East Providence, RI

(ZIP)

02915

TELEPHONE #

401-434-5560

FAX #

401-434-8158

TAX ID # 04-6924295

E-MAIL ADDRESS

[email protected] 12/17/2015 BidSync p. 54 SIGNATURE

Stephen B. Wood

PAYMENT TERMS: 0%0Days

DATE: 12/15/15

6 5 Supplier: ESS Group, Inc.

GENERAL VENDOR INFORMATION

VENDORS ARE ASKED TO FILL OUT THIS FORM SO THAT THEIR BID RESPONSES ARE CONSIDERED COMPLETE.

The undersigned: is aware that any CRPC member may reject any and all bids, or any part of any and all bids; is aware that quantities furnished herein are estimates only; has not included any state or federal taxes for which the CRPC members are not liable; and is making this bid without collusion with any person, individual or corporation.

COMPANY

ESS Group, Inc.

REPRESENTATIVE

Stephen B. Wood

POSITION

Vice President

ADDRESS

10 Hemingway Drive, 2nd Floor

East Providence, RI

(ZIP)

02915

TELEPHONE #

401-434-5560

FAX #

401-434-8158

TAX ID # 04-6924295

E-MAIL ADDRESS Capitol Region Council of 636 Governments [email protected]

SIGNATURE

Stephen B. Wood

PAYMENT TERMS: 0%0Days

DATE: 12/15/15

6

12/17/2015 BidSync p. 55 Capitol Region Council of 636 Governments 5

Northwest Environmental Water Labs

Bid Contact Chris Downey Address 900 Main St [email protected] Oakville, CT 06779 Ph 203-437-4110 Fax 203-725-0501

Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs

636--01-01 Phase II: Supplier Product Code: First Offer - $306.00 1 / each $306.00 Y Phase II Supplier Notes: Samples will be Connecticut collected, tested, and reported per Watershed the MS4 stormwater requirements Area: Collected and Tested

636--01-02 Phase II: Supplier Product Code: First Offer - $255.00 1 / each $255.00 Y Phase II Supplier Notes: This price is for Test only samples collected by the municipality and delivered to 450 Meriden Rd, Waterbury CT. If pick up by a Northwest courier is required add a $50.00 pick up fee per rain event. Samples will be tested and reported as per the MS4 Stormwater requirements.

636--01-03 Phase II: Supplier Product Code: First Offer - $535.50 1 / each $535.50 Y Phase I Supplier Notes: This price is for Test only samples collected by the municipality and delivered to 450 Meriden Rd, Waterbury CT. If pick up by a Northwest courier is required add a $50.00 pick up fee per rain event. Samples will be collected, tested, and reported as per the General Permit for stormwater associated with Industrial Activities..

636--01-04 Phase II: Supplier Product Code: First Offer - $586.50 1 / each $586.50 Y Phase I Supplier Notes: Samples will be Collect and collected, tested, and reported as Test per the General Permit for stormwater associated with Industrial Activities.

Lot Total $1,683.00 Supplier Total $1,683.00

6

12/17/2015 BidSync p. 56 Capitol Region Council of 636 Governments 5 Supplier: Northwest Environmental Water Labs

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies.

INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in 12/17/2015this bid during the life of the contract, even if it is not listed BidSyncamongst the bid participants. p. 57

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference.

INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6 5 Supplier: Northwest Environmental Water Labs

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies. Capitol Region Council of 636 INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS GovernmentsOF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants.

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference.

12/17/2015INSURANCE REQUIRED OF SUCCESSFUL BIDDERS BidSync p. 58 The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6 5 Supplier: Northwest Environmental Water Labs

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies.

INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants.

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against Capitol Region Council of 636 the contractor. Should the new price be less, the contractor shall have no claim to the difference.Governments

INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act 12/17/2015and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy BidSync p. 59 such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6 5 Supplier: Northwest Environmental Water Labs

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies.

INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants.

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference.

INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency andCapitol a person Region for Council the performanceof of a governmental function 636 shall (1) provide that the public agency is entitled to receiveGovernments a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6

12/17/2015 BidSync p. 60 Capitol Region Council of 636 Governments 5 Supplier: Northwest Environmental Water Labs

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Northwest Environmental Water labs has been in business since 1984 we are licensed in CT and NELAC certified.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Kellee Lynch BS Microbiology, 33 years Lab experience, Director Carrie Cumbo BS Biology, 15 years lab experience, Tecnician Christopher Downey BS Philosophy, 35 years quality, QA Manager

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Bethlehem Public Works, John Swendsen, 203-266-7448 x2 (2) Goshen Public Works, Garrett Harlow, 860-491-6029 (3) Bloomfield Public Works John Lawlor, 860-243-1487 (4) Westbrook Public Works, John Riggio, 860-552-4496

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. We are currently only working one shift so equipment is available 2nd & 3rd shift if needed.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Nortwest has been sampling and testing stormwaters since their inception without incident.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Lab field techs should do the sampling so the chain of custody is limited to trained personnel.

6

12/17/2015 BidSync p. 61 Capitol Region Council of 636 Governments 5 Supplier: Northwest Environmental Water Labs

Insurance Exhibit (West Hartford)

For the purpose of this exhibit: the term "Contractor" shall also include their respective agents, representatives, employees or subcontractors; and the term "Town of West Hartford and West Hartford Board of Education" (hereinafter called the "Town") shall include their respective officers, agents, officials, employees, volunteers, boards and commissions.

The Contractor shall procure and maintain the required insurance coverage against claims that may arise from, or in connection with the services and goods provided by the Contractor for the duration of the contract term, including any and all extensions. The Contractor shall provide the Town with a certificate of insurance confirming compliance with this exhibit prior to commencement of the contract. Such insurance shall be written for not less than specified, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever is greater. The Contractor shall assume any and all premiums and deductibles in the described insurance policies. Both the Contractor and Contractor's insurer(s) agree to have no right of recovery or subrogation against the Town and the described insurance shall be primary coverage. Any failure to comply with the claim reporting provisions of the policy shall not affect coverage provided to the Town. Each required insurance policy shall not be suspended, voided, cancelled or reduced except after thirty (30) days prior written notice, ten (10) days notice for non-payment, has been given to the Town.

All liability policies (with the exception of Worker’s Compensation) shall include the Town of West Hartford, the West Hartford Board of Education, and their respective officers, agents, officials, employees, volunteers, boards and commissions as an Additional Insured and shall include, but not be limited to investigation, defense, settlement, judgment or payment of any legal liability. Failure to maintain the required insurance coverage and Additional Insured Endorsements shall be grounds for termination of the contract. It is agreed that the scope and limits of the insurance specified are minimum requirements and shall in no way limit or exclude the Town from additional limits or coverage provided under each policy. The policies shall be on the occurrence form and must be written by companies licensed to do business in the State of Connecticut. The Town’s Risk Manager shall review any and all exceptions.

Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, property damage, contractual liability and products /completed operations. Contractor shall continue to provide products/completed operations coverage for two (2) years after completion of the work.

Automobile Liability and Physical Damage Coverage: $1,000,000 combined single limit per occurrence for any auto, including statutory uninsured/underinsured motorists coverage and $1,000 medical payments. Policy to include collision and comprehensive coverage for any auto used for the purpose of this contract.

Umbrella Liability: $1,000,000 per occurrence, $2,000,000 aggregate following form.

Workers’ Compensation: Statutory limits including Employer’s Liability with limits of $100,000 each accident, $500,000 for each disease/policy limit, and $100,000 for disease for each employee as required by the State of Connecticut. If the Contractor decides not to procure workers’ compensation in accordance with Connecticut law, the Contractor agrees to comply with the Connecticut Workers’ Compensation Act’s (Act) requirements for withdrawing from the provisions of the Act, including, but not limited to, filing the appropriate notice of withdrawal with the commissioner. The Contractor is wholly responsible for taking the actions necessary to withdraw from the provisions of the Act. In lieu of procuring workers’ compensation insurance and providing the Town with proof thereof, the Contractor agrees to hold the Town of West Hartford, the West Hartford Board of Education, their respective boards and commissions, officers, agents, officials, employees, servants, volunteers, contractors and representatives harmless from any and all suits, claims, and actions arising from personal injuries sustained by him during the course of the performance of this contract, however caused.

Personal Property for "all risk" insurance on a replacement cost basis to cover the value of personal property belonging to the Contractor and others (including but not limited to the personal property of subcontractors) located on Town property while in use or in storage for the duration of the contract. Deductible not to exceed $1,000.

christopher downey 12/16/15 Duly Authorized Date

christopher downey (Print Name Here)

6 12/17/2015 BidSync p. 62 5 Supplier: Northwest Environmental Water Labs

Insurance Exhibit (West Hartford)

For the purpose of this exhibit: the term "Contractor" shall also include their respective agents, representatives, employees or subcontractors; and the term "Town of West Hartford and West Hartford Board of Education" (hereinafter called the "Town") shall include their respective officers, agents, officials, employees, volunteers, boards and commissions.

The Contractor shall procure and maintain the required insurance coverage against claims that may arise from, or in connection with the services and goods provided by the Contractor for the duration of the contract term, including any and all extensions. The Contractor shall provide the Town with a certificate of insurance confirming compliance with this exhibit prior to commencement of the contract. Such insurance shall be written for not less than specified, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever is greater. The Contractor shall assume any and all premiums and deductibles in the described insurance policies. Both the Contractor and Contractor's insurer(s) agree to have no right of recovery or subrogation against the Town and the described insurance shall be primary coverage. Any failure to comply with the claim reporting provisions of the policy shall not affect coverage provided to the Town. Each required insurance policy shall not be suspended, voided, cancelled or reduced except after thirty (30) days prior written notice, ten (10) days notice for non-payment, has been given to the Town.

All liability policies (with the exception of Worker’s Compensation) shall include the Town of West Hartford, the West Hartford Board of Education, and their respective officers, agents, officials, employees, volunteers, boards and commissions as an Additional Insured and shall include, but not be limited to investigation, defense, settlement, judgment or payment of any legal liability. Failure to maintain the required insurance coverage and Additional Insured Endorsements shall be grounds for termination of the contract. It is agreed that the scope and limits of the insurance specified are minimum requirements and shall in no way limit or exclude the Town from additional limits or coverage provided under each policy. The policies shall be on the occurrence form and must be written by companies licensed to do business in the State of Connecticut. The Town’s Risk Manager shall review any and all exceptions.

Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, property damage, contractual liability and products /completed operations. Contractor shall continue to provide products/completed operations coverage for two (2) years after completion of the work.

Automobile Liability and Physical Damage Coverage: $1,000,000 combined single limit per occurrence for any auto, including statutory uninsured/underinsured motorists coverage and $1,000 medical payments. Policy to include collision and comprehensive coverage for any auto used for the purpose of this contract.

Umbrella Liability: $1,000,000 per occurrence, $2,000,000 aggregate following form.

Workers’ Compensation: Statutory limits including Employer’s Liability with limits of $100,000 each accident, $500,000 for each disease/policy limit, and $100,000 for disease for each employee as required by the State of Connecticut. If the Contractor decides not to procure workers’ compensation in accordance with Connecticut law, the Contractor agrees to comply with the Connecticut Workers’ Compensation Act’s (Act) requirements for withdrawing from the provisions of the Act, including, but not limited to, filing the appropriate notice of withdrawal with the commissioner. The Contractor is wholly responsible for taking the actions necessary to withdraw from the provisions of the Act. In lieu of procuring workers’ compensation insurance and providing the Town with proof thereof, the Contractor agrees to hold the Town of West Hartford, the West Hartford Board of Education, their respective boards and commissions, officers, agents, officials, employees, servants, volunteers, contractors and representatives harmless from any and all suits, claims, and actions arising from personal injuries sustained by him during the course of the performance of this contract, however caused.

Personal Property for "all risk" insurance on a replacement cost basis to cover the value of personal property belonging to the Contractor and others (including but not limited to the personal property of subcontractors) located on Town property while in use or in storage for the duration of the contract. Deductible not to exceed $1,000.

christopher downey 12/16/15 Duly Authorized Date

christopher downey (Print Name Here)

Capitol Region Council of 636 Governments 6

12/17/2015 BidSync p. 63 Capitol Region Council of 636 Governments 5 Supplier: Northwest Environmental Water Labs

GENERAL VENDOR INFORMATION

VENDORS ARE ASKED TO FILL OUT THIS FORM SO THAT THEIR BID RESPONSES ARE CONSIDERED COMPLETE.

The undersigned: is aware that any CRPC member may reject any and all bids, or any part of any and all bids; is aware that quantities furnished herein are estimates only; has not included any state or federal taxes for which the CRPC members are not liable; and is making this bid without collusion with any person, individual or corporation.

COMPANY

Northwest Environmental Water Labs Inc

REPRESENTATIVE

Chris Downey

POSITION

Business Director

ADDRESS

450 Meriden Rd

Waterbury, CT

(ZIP)

06705

TELEPHONE #

203-437-4110

FAX #

203-725-0501

TAX ID # 06-1133900

E-MAIL ADDRESS

[email protected] 12/17/2015 BidSync p. 64 SIGNATURE

chris Downey

PAYMENT TERMS: 0%30Days

DATE: 12/16/15

6 5 Supplier: Northwest Environmental Water Labs

GENERAL VENDOR INFORMATION

VENDORS ARE ASKED TO FILL OUT THIS FORM SO THAT THEIR BID RESPONSES ARE CONSIDERED COMPLETE.

The undersigned: is aware that any CRPC member may reject any and all bids, or any part of any and all bids; is aware that quantities furnished herein are estimates only; has not included any state or federal taxes for which the CRPC members are not liable; and is making this bid without collusion with any person, individual or corporation.

COMPANY

Northwest Environmental Water Labs Inc

REPRESENTATIVE

Chris Downey

POSITION

Business Director

ADDRESS

450 Meriden Rd

Waterbury, CT

(ZIP)

06705

TELEPHONE #

203-437-4110

FAX #

203-725-0501

TAX ID # 06-1133900

E-MAIL ADDRESS Capitol Region Council of 636 Governments [email protected]

SIGNATURE

chris Downey

PAYMENT TERMS: 0%30Days

DATE: 12/16/15

6

12/17/2015 BidSync p. 65 Capitol Region Council of 636 Governments 5

Anchor Engineering Serv.,Inc.

Bid Contact Mark Zessin Address 41 Sequin Drive [email protected] Glastonbury, CT 06033 Ph 860-633-1912

Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs

636--01-01 Phase II: Phase II Connecticut Supplier First Offer - $342.00 1 / each $342.00 Y Watershed Area: Collected and Product Tested Code:

636--01-02 Phase II: Phase II Test only Supplier First Offer - $342.00 1 / each $342.00 Y Product Code:

636--01-03 Phase II: Phase I Test only Supplier First Offer - $565.00 1 / each $565.00 Y Product Code:

636--01-04 Phase II: Phase I Collect and Test Supplier First Offer - $565.00 1 / each $565.00 Y Product Code:

Lot Total $1,814.00 Supplier Total $1,814.00

6

12/17/2015 BidSync p. 66 Capitol Region Council of 636 Governments 5 Supplier: Anchor Engineering Serv.,Inc.

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies.

INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in 12/17/2015this bid during the life of the contract, even if it is not listed BidSyncamongst the bid participants. p. 67

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference.

INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6 5 Supplier: Anchor Engineering Serv.,Inc.

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies. Capitol Region Council of 636 INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS GovernmentsOF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants.

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference.

12/17/2015INSURANCE REQUIRED OF SUCCESSFUL BIDDERS BidSync p. 68 The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6 5 Supplier: Anchor Engineering Serv.,Inc.

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies.

INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants.

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against Capitol Region Council of 636 the contractor. Should the new price be less, the contractor shall have no claim to the difference.Governments

INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act 12/17/2015and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy BidSync p. 69 such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6 5 Supplier: Anchor Engineering Serv.,Inc.

Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 STANDARD BID AND RFP TERMS AND CONDITIONS

PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council (“Council”) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of Governments, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 101 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council’s services.

BID FORMS/SUBMISSION OF BIDS The Council exclusively uses BidSync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company.

No oral, telegraphic or telephonic submittal will be accepted. IFB’s, RFP’s, RFQ’s and RFI’s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held.

EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor’s bid response.

SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand’s specifications.

BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder’s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection.

CONTRACT EXTENSION With the consent of the contractor, the terms of any contract executed as a result of this Bid Invitation may be extended for a period of up to one year.

ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies.

INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants.

WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council.

REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so.

RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest.

BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as all-inclusive.

TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed.

BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order.

2% ADMINISTRATIVE FEE The Capitol Region Council of Governments uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to www.bidsync.com for further information.

REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a monthly basis. Please contact BidSync to set up this important reporting function at (800) 990-9339 (telephone) or email [email protected].

FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 60 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids.

DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data.

REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies.

BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor’s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts.

Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference.

INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis:

a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify.

c. Worker’s Compensation Insurance in accordance with Connecticut State Statutes.

The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits.

FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town’s insurance requirements.

FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list.

EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of Governments, subscribes to the Council of Governments' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable).

SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect.

ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract.

Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging.

Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy.

The contract arising from the bid may be subject to the provisions of §1-218 of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section , each contract in excess of two million five hundred thousand dollars between a public agency andCapitol a person Region for Council the performanceof of a governmental function 636 shall (1) provide that the public agency is entitled to receiveGovernments a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections 1-205 and 1-206 of the Connecticut General Statutes.

Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General.

QUESTIONS General inquiries should be directed to Maureen Barton, Program Assistant, at the: Capitol Region Purchasing Council 241 Main Street, 4th Floor Hartford, CT 06106 Tel: 860-522-2217 ext. 237 Fax: 860-724-1274 E-mail: [email protected]

However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) 724-1274, emailed to [email protected], or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals.

The Program Assistant will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Assistant will post a copy of any addenda to the BidSync system. In special cases, the Program Assistant reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website.

6

12/17/2015 BidSync p. 70 Capitol Region Council of 636 Governments 5 Supplier: Anchor Engineering Serv.,Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Anchor Engineering Services, Inc. is a Connecticut corporation headquartered in Glastonbury. We have been in business for over twenty-two year and our very first project was a stormwater project. To this day, we continue to provide stormwater planning, permitting, management, design, and monitoring services to public and private clients throughout the State. Currently, we are providing Phase I & II stormwater monitoring and reporting for over 80 Connecticut sites, including the City of Stamford which has the largest MS4 stormwater monitoring program in the State.

Anchor Engineering proposes to utilize Phoenix Environmental Laboratories and New England Bioassay, both of Manchester, for chemical and aquatic toxicity analyses, respectively, on this project. Both labs are certified by the CT Department of Public Health. The Anchor – Phoenix – NEB team has worked successfully on hundreds of stormwater samples over the past two decades.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Anchor Engineering proposes the following team to complete the stormwater monitoring and reporting services required by this scope of services.

D. Scott Atkin, LEP, Principal – 26 years of experience - Primary contact for the municipalities, responsible for the overall completion of the work, and sample collection (northern CT). Mr. Atkin is a Principal and Environmental Project Manager with over twenty-five years of environmental engineering and consulting experience throughout Connecticut, Massachusetts, and New York. He has worked on a wide variety of environmental site assessment projects, including Phase I, II, and III site assessments, remedial action plan (RAP) development and implementation, and post-remediation monitoring programs. As a Connecticut DEEP Licensed Environmental Professional (LEP), Mr. Atkin has been delegated the authority for the inspection, assessment, and remediation of known and suspected to be contaminated properties in accordance with Connecticut’s Remediation Standard Regulations (RSRs). He had made it a focus of his professional career to provide his site assessment clients with clear information and direction so that they can best evaluate the business risks associated with the environmental components of their projects.

12/17/2015 BidSync p. 71 B.S., Civil Engineering University of Massachusetts, Amherst Lic. Environmental Professional, CT OSHA 40 Hour HAZWOPER & 8 Hour Supervisor Training Class A/B Underground Storage Tank Operator, CT EPOC Member EPA Spill Prevention/Control & Countermeasures Plan Training Certified Solid Waste Facility Operator, CT SWANA/Landfill Gas Management Training Chi Epsilon, National Civil Engineering Honor Society

1993 – Present: Anchor Engineering, Principal/Environmental Project Manager 1989 – 1993: Fuss & O’Neill, Inc., Environmental Engineer/Field Scientist 1988 – 1989: Massachusetts Department of Environmental Protection: Region IV Summer Intern

Tarbox Road, LLC Property Purchase, Plainfield, CT Environmental Project Manager responsible for environmental due diligence on this former EPA Superfund National Priority List (NPL) site. Determined that the Responsible Parties had not completed cleanup activities in one area of the site and supervised the excavation and disposal of impacted soils. Obtained bona fide prospective purchaser (BFPP) status for the property owners from EPA and a Covenant Not to Sue from the DEEP. As a result of these due diligence activities and liability limitation agreements, the site was able to secure over $200 million in funding for the development of a 43 MW renewable energy power plant. During initial construction activities, this site was the subject of an eco-terrorism incident. Provided emergency response services at the time of discovery to limit the degree and impact of oils, metals, and asbestos released onto the property. Worked with the spill contractors, DEEP, and state and federal law enforcement to complete and document the investigation and remediation activities. Waterford Department of Public Works, Waterford, CT Environmental Project Manager responsible for the investigation and remediation of the DPW Facility, which is located on a hazardous waste site. The scope of services included investigating the soil and groundwater impacts from the former textile dyeing facility regulated under the EPA’s CERCLA regulations, approximately 35 years of on-site DPW operations, the police shooting range, and the school bus lot. Upon completion of the investigation, we worked with Town staff to secure all local approvals and funding for the remediation project concurrent with the construction of a new transfer station behind the DPW building. Designed remedial actions including soil excavation, construction dewatering water management and permitting, and an engineered control (EC) that including capping contaminated soils beneath the bus lot in place with a geomembrane cover, clean fill, and fresh asphalt. Developed plans, specifications, and contract bid documents for the construction activities. Supervised on-site remediation activities, including collecting and evaluating confirmatory soil samples from excavations, overseeing the WSAs, preparing and signing waste shipping logs, and evaluating hazardous waste disposal facilities for the lead- impacted soils from the shooting range. Sound Development, Trumbull, CT Environmental Project Manager for Phase III site assessment and remedial action plan for a former electronic manufacturing facility which was demolished and developed into student housing. Investigated the degree and extent of previously detected impacts to develop a remediation strategy that accounted for future residential development of the site. Designed a passive ventilation system and vapor barrier system as part of this overall remediation strategy. Shunpike Village Shops II, Rocky Hill, CT Environmental Project Manager for Phase I environmental site assessment of shopping mall for property refinance. During the Phase I, noticed a release of contaminated liquid from the on-site dry cleaning tenant. Performed Phase II and III environmental site investigations to confirm the release of perchloroethylene (perc) into the ground and to confirm the degree and extent of soil and groundwater impacts. Oversaw the removal of perc at the source of contamination to limit future spread of contaminants. When the dry cleaner hired its own consultant to obtain cleanup funding from the former State Dry Cleaners Cleanup Fund, represented the property owner’s interest as environmental professional. After a lawsuit was filed by the property owner against the tenant, provided expert court testimony on the site investigations and proposed remediation action plan. Currently, we are performing post-remediation monitored natural attenuation groundwater monitoring activities. Willimantic Waste Paper Maintenance Garage, Windham, CT Environmental Project Manager for environmental due diligence activities associated with the former use of the property as a utility pole treatment and storage yard prior to the purchase of the property by Willimantic Waste Paper. Investigated soil and groundwater impacts and developed management strategies to address these impacts. Brooks Brothers Group, Enfield, CT Environmental Project Manager for Phase I environmental site assessments of warehouse distribution center and corporate office properties in Enfield. Office property included review of former leaking underground storage and adequacy of cleanup measures to assess potential business risk associated with historic release(s). Day Street Bridge, Seymour, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Approximately 3,000 tons of contaminated soils from off-site manufacturing (mill) operations were excavated, stockpiled, characterized, and properly disposed of at off-site facilities in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. Cook Hill Road Bridge, Killingly, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Contaminated soils were excavated, stockpiled, characterized, and properly disposed of at an off-site facility in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. DOT Bolton Maintenance Facility, Bolton, CT Environmental Engineer working for construction contractor when contaminated soils were detected during site development activities. The scope of services provided included determining the limits of the impacted soils within the project limits, assisting the contractor with establishing and managing waste stockpile areas (WSAs), collecting confirmatory soil samples to evaluate the limits of soil excavation, collecting excavated soil samples to characterize stockpiled soils, and locating acceptable disposal facilities for the contaminated soils.

Paul W. Martell, Jr., LEP, Senior Environmental Geologist – 24 years of experience - Responsible for staff assignments for specific sampling events, overall project QA/QC, and sample collection (as needed). Mr. Martell is a Licensed Environmental Professional (LEP) with 25 years of environmental consulting experience in Connecticut and throughout the Northeast. He is experienced in hydrogeologic and environmental investigations relating to soil and groundwater contamination at a variety of commercial and industrial properties, hazardous waste sites, and landfills. He is experienced in all aspects of groundwater monitoring and is responsible for the presentation, analysis and reporting of data for periodic or annual monitoring reports. Additional responsibilities include oversight of air monitoring program for recycling facilities. Mr. Martell’s project experience ranges from over 100 Phase I environmental site assessments to the design and oversight of large scale remediation projects. He is familiar with the Property Transfer Act, Voluntary Remediation Program, and with Connecticut’s Remediation Standard Regulations (RSRs).

M.S., Geology Texas Tech University, Lubbock, TX B.S., Geology, Rensselaer Polytechnic Institute, Troy, NY Licensed Environmental Professional 40 Hour HAZWOPER Training EPOC Member

2011 – Present: Anchor Engineering, Environmental Project Manager 2009 – 2011: Energy Solutions, Hydrogeologist 2003 – 2009: Loureiro Engineering Associates, Senior Project Hydrogeologist 1991 – 2003: Fuss & O’Neill, Field Scientist to Senior Project Hydrogeologist 1990 – 1991: IT Corporation, Hydrogeologist

Town of Manchester, CT Environmental Project Manager responsible for oversight of groundwater monitoring program for the Town. Monitoring includes groundwater and surface water sampling, and leachate assessment and sampling. Responsible for quarterly and annual reporting requirements to DEEP. ReEnergy Holding, LLC, Sterling, CT Environmental Project Manager for the investigation of groundwater with zinc concentrations above Groundwater Protection Criteria. Researched and developed remediation strategy for injecting lime slurry to raise groundwater pH and precipitate metals. Oversaw groundwater monitoring program to assess effectiveness of the lime injections. Directed the installation of additional monitoring wells to assess groundwater quality at the downgradient property boundary. Winters Brothers, Shelton, CT Environmental Project Manager for Phase I & II site assessments for two parcels in support of a property transfer. Developed investigation plan for soil borings, including interior borings through the building floor, to assess potential release areas. Directed monitoring well installations and groundwater sampling to assess groundwater quality. CWPM, New London, CT Environmental Project Manager for a Transfer Act site. Oversaw final soil remediation of the site. Coordinated post-remediation groundwater monitoring in support of Site Verification. Town of Warren Landfill, MA Environmental Project Manager responsible for oversight of groundwater monitoring program. Monitoring includes groundwater and surface water sample collection, and annual landfill gas monitoring. Responsible for semi-annual and annual reporting to MADEP. Town of Haddam Landfill, CT Environmental Project Manager responsible for groundwater related activities. Recycling Facilities, Various Locations, CT Environmental Project Manager responsible for oversight of air monitoring for lead and asbestos in fulfillment of Operating Permit requirements.

Patrick J. McKay, Senior Environmental Scientist – 13 years of experience - Responsible for sample collection and report preparation. Mr. McKay is responsible for a broad array of environmental services, including environmental site assessments, water and soil sampling, environmental data evaluation and reporting, remediation oversight, and air pollutant emissions estimates. Mr. McKay draws on his environmental and survey field experience to evaluate site physical and environmental conditions and implement design plans.

B.S., Natural Resources, University of Connecticut, Storrs

Licensed Lead Inspector & Licensed Asbestos Project Monitor – CT OSHA 1910.120 40-Hour Health & Safety Training DEEP Certified Operator, CT Landfill, Transfer Station, or Volume Reduction Facility (Oct. 2014) 40-Hour Asbestos Project Monitor Training Landfill Gas Flare School, John Zink Co., April 2003 Expedited Site Assessment, UCONN, April 2002 Sergeant First Class, National Guard Platoon Sergeant

2002 – Present: Anchor Engineering, Senior Environmental Scientist, Survey Crew Member 1998 – 2002: Surveying Associates, P.C., Land Surveyor 1998 – 1998: Golden Aerial Surveys, Photogrammetry 1989 – Present: United States Military, Staff Sergeant, recently promoted to Platoon Sergeant, Sergeant First Class

Sound Development Group, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, collection of soil and groundwater samples, survey level runs, and report writing. TD Bank, NA, various locations, CT and MA Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Murphy Road Recycling, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing. Responsible for training junior employees in the conduct of site assessments on complex industrial facilities. Winter Brothers, Shelton, CT Environmental Scientist responsible for Phase I & Phase II Environmental Site Assessments, lead and asbestos air monitoring, environmental permitting, and stormwater monitoring of two DEEP permitted solid waste facilities. Activities included environmental due diligence research, site inspections, installation of borings and monitoring wells, collection of soil and groundwater samples, review of soil and groundwater data against regulatory criteria, lead and asbestos air sampling, DEEP General Permit registration, collection of stormwater samples, and report writing. ProPark, LLC, Various Locations Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Town of Manchester, Manchester, CT Environmental Scientist responsible for Phase I Environmental Site Assessments for multiple projects sites throughout the municipality. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing.

Eric A. Andruk, Environmental Scientist – 3 years of experience - Responsible for sample collection and report preparation. Mr. Andruk provides a wide range of environmental field sampling and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Andruk provides decomposition gas monitoring services at solid waste facilities. He oversees a database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. In addition, Mr. Andruk performs Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on remediation projects, including UST removals, directs and oversees contractor activities, collects confirmatory and waste characterization samples, and prepares closure reports.

B.S., Environmental Earth Science, Eastern Connecticut State University, Willimantic 40 Hour OSHA HAZWOPER Training

2012 – Present: Anchor Engineering, Environmental Scientist 2008 – 2010: Nature Conservatory, Field Surveyor

Town of Manchester, CT Environmental Scientist responsible for permit assistance/compliance and environmental monitoring. Activities include groundwater, surface water, leachate, industrial stormwater and landfill gas monitoring and reporting. Waste Management, Putnam, CT Environmental Scientist responsible for groundwater, surface water, leachate and in-stream river monitoring for ash disposal landfill. Town of Waterford, CT Environmental scientist responsible for stormwater, groundwater, surface water, leachate and decomposition gas monitoring as closed Town landfill and DPW Facility. Town of Warren, MA Environmental Scientist responsible for groundwater, surface water, leachate, decomposition gas sampling and monitoring well installations for post-closure landfill monitoring program. City of Waterbury, CT Underground storage tank removal oversight and reporting Town of Old Lyme, CT Bedrock well installation for post-closure monitoring program, landfill gas monitoring, and water quality sampling and reporting

Stefan Zessin, Environmental Technician – 6 years of experience - Responsible for sample collection and report preparation. Mr. Zessin provides a wide range of environmental field sampling, construction monitoring and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Zessin provides decomposition gas monitoring services at solid waste facilities. He has worked within a multi-year database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. Mr. Zessin had worked on the monitoring of the Wheelabrator Putnam Ash landfill and on the Manchester Landfill each year since 2008. In addition, Mr. Zessin assists in the completion of Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on excavation projects, including working with the monitoring of contractor activities, collects confirmatory and waste characterization samples, and preparation of reports.

University of Connecticut, Storrs 2010-2013; Coursework in Sciences Central Connecticut State University, New Britain 2008-2009; Course work in Civil Engineering Technology, Surveying & Sciences Anchor Engineering Services, Inc., Field Manual Anchor Engineering Services, Inc., Health & Safety Plan

2008 – Present: Anchor Engineering, Environmental Field Scientist

Town of Coventry, CT Post closure groundwater and surface water sampling for landfill permit compliance. Waste Management, Putnam, CT Groundwater, surface water, and leachate monitoring for ash disposal area permit compliance. Town of Manchester, CT Groundwater, surface water and leacahate monitoring for landfill permit compliance. Stormwater sampling at Town facilities Willimantic Waste Paper, Willimantic, CT Phase III environmental sampling, remediation oversight, confirmatory sampling, and waste characterization. Industrial stormwater compliance monitoring. Town of Old Lyme, CT Groundwater, surface water, leachate and landfill gas monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities. Murphy Road Recycling, CT Stormwater monitoring and reporting for industrial stormwater compliance at various sites around the state.. City of Stamford, CT Permit assistance and in stream monitoring and reporting for stormwater compliance. Industrial stormwater monitoring at Town facilities. Town of Warren, MA Post closure groundwater, surface water and leachate and reporting for landfill permit compliance. ReEnergy, Sterling, CT Post remediation groundwater sampling and reporting. Town of Haddam, CT Post closure groundwater, surface water and leachate monitoring and reporting for landfill permit compliance. Town of Waterford, CT Post closure water quality monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities.

T.J. Therriault, Environmental Engineer – 7 years of experience - Responsible for sample collection and report preparation. Mr. Therriault is an Environmental Project Engineer with over ten years of civil and environmental engineering, construction monitoring and management, and environmental consulting experience throughout Connecticut, Massachusetts, and Florida. Throughout his professional career, he has worked in all areas of the consulting field, including construction monitoring and facility compliance audits at a variety of solid waste facilities. His experience also includes local and state permitting for solid waste facilities, groundwater discharge permitting, stormwater management and permitting, facility operation and management plans, water quality monitoring programs, landfill gas (LFG) investigations and monitoring programs, LFG wellfield operations and regulatory compliance, and feasibility studies. His projects focus on practical applications of his technical and regulatory knowledge. As a Construction Documents Technologist (CDT), Mr. Therriault has a comprehensive knowledge of the writing and management of construction documents and demonstrates knowledge of general conditions of contracts in common use and the Construction Specifications Institute (CSI) recommended procedures for project manual organization.

B.S., Environmental Engineering Wentworth Institute of Technology Boston, MA Engineer Intern in Training (EIT) Certified Solid Waste Facility Operator, CT Construction Documents Technologist, Construction Specifications Institute OSHA 40-Hour HAZWOPER Training & 8-Hour Refresher Trainings Connecticut Recyclers Coalition Member Eagle Scout, Boy Scouts of America

2014 – Present: Anchor Engineering, Environmental Project Engineer 2010 – 2014: Arcadis-US, Inc., Environmental Consultant 2008 – 2010: Malcolm Pirnie, Inc., Environmental Project Engineer 2005 – 2008: ES Consultants, Inc., Project Engineer

Waste-to-Energy & Materials Recovery Facility Monitoring, Broward County, FL Assistant Project Manager conducting audits and preparing reports concentrating on safety, cleanliness, structural integrity and operational and maintenance procedures ensuring that the facilities were operated in compliance with permit requirements and the most recent industry standards and practices. Waste-to-Energy Facility Design and Construction, West Palm Beach, FL Environmental Consultant and Lead QA/QC Monitor for providing technical review of contractor submittals issued for client review for the design of a 3,000 ton-per-day WTE facility. Provided construction monitoring and technical support identifying construction techniques, construction and safety issues and resolutions, meeting project milestones, and reviewing design and regulatory compliance. Verified that construction of the facility was in compliance with the design/build contract and prudent industry standards. Ash Landfill Phase Closure, Putnam, CT Environmental Project Engineer for providing on-site construction oversight for the landfill phase closure to certify that construction was completed in accordance with the contract documents and prudent industry standards. Conducted construction quality assurance services including inspections of construction materials and installation procedures. Reported and maintained the necessary records and technical data for evaluation and inclusion during the development of the construction certification report. Solid Waste, Groundwater and Stormwater Permitting, Various Locations throughout CT Environmental Project Engineer for completing applications for general and individual solid waste, groundwater and stormwater permits for various municipal and private clients throughout Connecticut. Compiled stormwater pollution prevention (SWPP) plans, operations and maintenance (O&M) plans and spill prevention, control and countermeasure (SPCC) plans in accordance with permit requirements. Conducted periodic audits at a variety of facilities ensuring that each facility was being operated in compliance with the permit requirements. Compiled periodic and annual reports documenting facility operational conditions in compliance with permitted requirements.

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Stamford, Tyler Theder, (203) 977-5281 (2) Waterford, Kristin Zawacki, (860) 444-5864 (3) Manchester, Ken Longo, (860) 647-3244 (4) Southington, Keith Hayden, (860) 276-6236

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, Anchor Engineering has the available staff resources and sufficient availability in our workload to implement and successfully complete the required stormwater monitoring services in accordance with all required DEEP schedules. Our six full-time environmental staff members are available during all representative precipitation events to collect samples; they routinely collect stormwater samples during “off hours” to ensure that samples are collected on time. In addition, our survey crew has been trained in proper sample collection procedures and protocols and are typically available for stormwater sample collection.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental and New England Bioassay have demonstrated the ability to handle a variety of different types of analyses on time-sensitive projects. Anchor Engineering routinely uses these two firms for stormwater analyses. Due to the nature of the work and its timing, we may be submitting 15 to 25 samples at once and they always have adequate resources and staffing to complete the work on time. For other project types, we often request one or two day lab turn-arounds on analyses and they have been able to answer the call. We are confident in the ability to adequately staff and complete time-sensitive projects.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Anchor Engineering prefers to have access to the sites and discharge locations to be able to collect the samples ourselves rather than have municipal personnel collect the samples. In this way, the responsibilities of all parties involved are clear. Anchor Engineering is responsible for collection of all samples, ensuring that the appropriate laboratory analyses are performed, completing the stormwater monitoring report, and making sure that the schedules are met. The municipalities are responsible for reviewing and signing the stormwater monitoring reports (SMRs).

6 5 Supplier: Anchor Engineering Serv.,Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Anchor Engineering Services, Inc. is a Connecticut corporation headquartered in Glastonbury. We have been in business for over twenty-two year and our very first project was a stormwater project. To this day, we continue to provide stormwater planning, permitting, management, design, and monitoring services to public and private clients throughout the State. Currently, we are providing Phase I & II stormwater monitoring and reporting for over 80 Connecticut sites, including the City of Stamford which has the largest MS4 stormwater monitoring program in the State.

Anchor Engineering proposes to utilize Phoenix Environmental Laboratories and New England Bioassay, both of Manchester, for chemical and aquatic toxicity analyses, respectively, on this project. Both labs are certified by the CT Department of Public Health. The Anchor – Phoenix – NEB team has worked successfully on hundreds of stormwater samples over the past two decades.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Anchor Engineering proposes the following team to complete the stormwater monitoring and reporting services required by this scope of services.

D. Scott Atkin, LEP, Principal – 26 years of experience - Primary contact for the municipalities, responsible for the overall completion of the work, and sample collection (northern CT). Mr. Atkin is a Principal and Environmental Project Manager with over twenty-five years of environmental engineering and consulting experience throughout Connecticut, Massachusetts, and New York. He has worked on a wide variety of environmental site assessment projects, including Phase I, II, and III site assessments, remedial action plan (RAP) development and implementation, and post-remediation monitoring programs. As a Connecticut DEEP Licensed Environmental Professional (LEP), Mr. Atkin has been delegated the authority for the inspection, assessment, and remediation of known and suspected to be contaminated properties in accordance with Connecticut’s Remediation Standard Regulations (RSRs). He had made it a focus of his professional career to provide his site assessment clients with clear information and direction so that they can best evaluate the business risks associated with the environmental components of their projects. Capitol Region Council of 636 Governments

B.S., Civil Engineering University of Massachusetts, Amherst Lic. Environmental Professional, CT OSHA 40 Hour HAZWOPER & 8 Hour Supervisor Training Class A/B Underground Storage Tank Operator, CT EPOC Member EPA Spill Prevention/Control & Countermeasures Plan Training Certified Solid Waste Facility Operator, CT SWANA/Landfill Gas Management Training Chi Epsilon, National Civil Engineering Honor Society

1993 – Present: Anchor Engineering, Principal/Environmental Project Manager 1989 – 1993: Fuss & O’Neill, Inc., Environmental Engineer/Field Scientist 1988 – 1989: Massachusetts Department of Environmental Protection: Region IV Summer Intern

Tarbox Road, LLC Property Purchase, Plainfield, CT Environmental Project Manager responsible for environmental due diligence on this former EPA Superfund National Priority List (NPL) site. Determined that the Responsible Parties had not completed cleanup activities in one area of the site and supervised the excavation and disposal of impacted soils. Obtained bona fide prospective purchaser (BFPP) status for the property owners from EPA and a Covenant Not to Sue from the DEEP. As a result of these due diligence activities and liability limitation agreements, the site was able to secure over $200 million in funding for the development of a 43 MW renewable energy power plant. During initial construction activities, this site was the subject of an eco-terrorism incident. Provided emergency response services at the time of discovery to limit the degree and impact of oils, metals, and asbestos released onto the property. Worked with the spill contractors, DEEP, and state and federal law enforcement to complete and document the investigation and remediation activities. Waterford Department of Public Works, Waterford, CT Environmental Project Manager responsible for the investigation and remediation of the DPW Facility, which is located on a hazardous waste site. The scope of services included investigating the soil and groundwater impacts from the former textile dyeing facility regulated under the EPA’s CERCLA regulations, approximately 35 years of on-site DPW operations, the police shooting range, and the school bus lot. Upon completion of the investigation, we worked with Town staff to secure all local approvals and funding for the remediation project concurrent with the construction of a new transfer station behind the DPW building. Designed remedial actions including soil excavation, construction dewatering water management and permitting, and an engineered control (EC) that including capping contaminated soils beneath the bus lot in place with a geomembrane cover, clean fill, and fresh asphalt. Developed plans, specifications, and contract bid documents for the

12/17/2015 construction activities. Supervised on-site remediationBidSync activities, including collecting and p. 72 evaluating confirmatory soil samples from excavations, overseeing the WSAs, preparing and signing waste shipping logs, and evaluating hazardous waste disposal facilities for the lead- impacted soils from the shooting range. Sound Development, Trumbull, CT Environmental Project Manager for Phase III site assessment and remedial action plan for a former electronic manufacturing facility which was demolished and developed into student housing. Investigated the degree and extent of previously detected impacts to develop a remediation strategy that accounted for future residential development of the site. Designed a passive ventilation system and vapor barrier system as part of this overall remediation strategy. Shunpike Village Shops II, Rocky Hill, CT Environmental Project Manager for Phase I environmental site assessment of shopping mall for property refinance. During the Phase I, noticed a release of contaminated liquid from the on-site dry cleaning tenant. Performed Phase II and III environmental site investigations to confirm the release of perchloroethylene (perc) into the ground and to confirm the degree and extent of soil and groundwater impacts. Oversaw the removal of perc at the source of contamination to limit future spread of contaminants. When the dry cleaner hired its own consultant to obtain cleanup funding from the former State Dry Cleaners Cleanup Fund, represented the property owner’s interest as environmental professional. After a lawsuit was filed by the property owner against the tenant, provided expert court testimony on the site investigations and proposed remediation action plan. Currently, we are performing post-remediation monitored natural attenuation groundwater monitoring activities. Willimantic Waste Paper Maintenance Garage, Windham, CT Environmental Project Manager for environmental due diligence activities associated with the former use of the property as a utility pole treatment and storage yard prior to the purchase of the property by Willimantic Waste Paper. Investigated soil and groundwater impacts and developed management strategies to address these impacts. Brooks Brothers Group, Enfield, CT Environmental Project Manager for Phase I environmental site assessments of warehouse distribution center and corporate office properties in Enfield. Office property included review of former leaking underground storage and adequacy of cleanup measures to assess potential business risk associated with historic release(s). Day Street Bridge, Seymour, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Approximately 3,000 tons of contaminated soils from off-site manufacturing (mill) operations were excavated, stockpiled, characterized, and properly disposed of at off-site facilities in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. Cook Hill Road Bridge, Killingly, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Contaminated soils were excavated, stockpiled, characterized, and properly disposed of at an off-site facility in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. DOT Bolton Maintenance Facility, Bolton, CT Environmental Engineer working for construction contractor when contaminated soils were detected during site development activities. The scope of services provided included determining the limits of the impacted soils within the project limits, assisting the contractor with establishing and managing waste stockpile areas (WSAs), collecting confirmatory soil samples to evaluate the limits of soil excavation, collecting excavated soil samples to characterize stockpiled soils, and locating acceptable disposal facilities for the contaminated soils.

Paul W. Martell, Jr., LEP, Senior Environmental Geologist – 24 years of experience - Responsible for staff assignments for specific sampling events, overall project QA/QC, and sample collection (as needed). Mr. Martell is a Licensed Environmental Professional (LEP) with 25 years of environmental consulting experience in Connecticut and throughout the Northeast. He is experienced in hydrogeologic and environmental investigations relating to soil and groundwater contamination at a variety of commercial and industrial properties, hazardous waste sites, and landfills. He is experienced in all aspects of groundwater monitoring and is responsible for the presentation, analysis and reporting of data for periodic or annual monitoring reports. Additional responsibilities include oversight of air monitoring program for recycling facilities. Mr. Martell’s project experience ranges from over 100 Phase I environmental site assessments to the design and oversight of large scale remediation projects. He is familiar with the Property Transfer Act, Voluntary Remediation Program, and with Connecticut’s Remediation Standard Regulations (RSRs).

M.S., Geology Texas Tech University, Lubbock, TX B.S., Geology, Rensselaer Polytechnic Institute, Troy, NY Licensed Environmental Professional 40 Hour HAZWOPER Training EPOC Member

2011 – Present: Anchor Engineering, Environmental Project Manager 2009 – 2011: Energy Solutions, Hydrogeologist 2003 – 2009: Loureiro Engineering Associates, Senior Project Hydrogeologist 1991 – 2003: Fuss & O’Neill, Field Scientist to Senior Project Hydrogeologist 1990 – 1991: IT Corporation, Hydrogeologist

Town of Manchester, CT Environmental Project Manager responsible for oversight of groundwater monitoring program for the Town. Monitoring includes groundwater and surface water sampling, and leachate assessment and sampling. Responsible for quarterly and annual reporting requirements to DEEP. ReEnergy Holding, LLC, Sterling, CT Environmental Project Manager for the investigation of groundwater with zinc concentrations above Groundwater Protection Criteria. Researched and developed remediation strategy for injecting lime slurry to raise groundwater pH and precipitate metals. Oversaw groundwater monitoring program to assess effectiveness of the lime injections. Directed the installation of additional monitoring wells to assess groundwater quality at the downgradient property boundary. Winters Brothers, Shelton, CT Environmental Project Manager for Phase I & II site assessments for two parcels in support of a property transfer. Developed investigation plan for soil borings, including interior borings through the building floor, to assess potential release areas. Directed monitoring well installations and groundwater sampling to assess groundwater quality. CWPM, New London, CT Environmental Project Manager for a Transfer Act site. Oversaw final soil remediation of the site. Coordinated post-remediation groundwater monitoring in support of Site Verification. Town of Warren Landfill, MA Environmental Project Manager responsible for oversight of groundwater monitoring program. Monitoring includes groundwater and surface water sample collection, and annual landfill gas monitoring. Responsible for semi-annual and annual reporting to MADEP. Town of Haddam Landfill, CT Environmental Project Manager responsible for groundwater related activities. Recycling Facilities, Various Locations, CT Environmental Project Manager responsible for oversight of air monitoring for lead and asbestos in fulfillment of Operating Permit requirements.

Patrick J. McKay, Senior Environmental Scientist – 13 years of experience - Responsible for sample collection and report preparation. Mr. McKay is responsible for a broad array of environmental services, including environmental site assessments, water and soil sampling, environmental data evaluation and reporting, remediation oversight, and air pollutant emissions estimates. Mr. McKay draws on his environmental and survey field experience to evaluate site physical and environmental conditions and implement design plans.

B.S., Natural Resources, University of Connecticut, Storrs

Licensed Lead Inspector & Licensed Asbestos Project Monitor – CT OSHA 1910.120 40-Hour Health & Safety Training DEEP Certified Operator, CT Landfill, Transfer Station, or Volume Reduction Facility (Oct. 2014) 40-Hour Asbestos Project Monitor Training Landfill Gas Flare School, John Zink Co., April 2003 Expedited Site Assessment, UCONN, April 2002 Sergeant First Class, National Guard Platoon Sergeant

2002 – Present: Anchor Engineering, Senior Environmental Scientist, Survey Crew Member 1998 – 2002: Surveying Associates, P.C., Land Surveyor 1998 – 1998: Golden Aerial Surveys, Photogrammetry 1989 – Present: United States Military, Staff Sergeant, recently promoted to Platoon Sergeant, Sergeant First Class

Sound Development Group, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, collection of soil and groundwater samples, survey level runs, and report writing. TD Bank, NA, various locations, CT and MA Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Murphy Road Recycling, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing. Responsible for training junior employees in the conduct of site assessments on complex industrial facilities. Winter Brothers, Shelton, CT Environmental Scientist responsible for Phase I & Phase II Environmental Site Assessments, lead and asbestos air monitoring, environmental permitting, and stormwater monitoring of two DEEP permitted solid waste facilities. Activities included environmental due diligence research, site inspections, installation of borings and monitoring wells, collection of soil and groundwater samples, review of soil and groundwater data against regulatory criteria, lead and asbestos air sampling, DEEP General Permit registration, collection of stormwater samples, and report writing. ProPark, LLC, Various Locations Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Town of Manchester, Manchester, CT Environmental Scientist responsible for Phase I Environmental Site Assessments for multiple projects sites throughout the municipality. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing.

Eric A. Andruk, Environmental Scientist – 3 years of experience - Responsible for sample collection and report preparation. Mr. Andruk provides a wide range of environmental field sampling and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Andruk provides decomposition gas monitoring services at solid waste facilities. He oversees a database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. In addition, Mr. Andruk performs Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on remediation projects, including UST removals, directs and oversees contractor activities, collects confirmatory and waste characterization samples, and prepares closure reports.

B.S., Environmental Earth Science, Eastern Connecticut State University, Willimantic 40 Hour OSHA HAZWOPER Training

2012 – Present: Anchor Engineering, Environmental Scientist 2008 – 2010: Nature Conservatory, Field Surveyor

Town of Manchester, CT Environmental Scientist responsible for permit assistance/compliance and environmental monitoring. Activities include groundwater, surface water, leachate, industrial stormwater and landfill gas monitoring and reporting. Waste Management, Putnam, CT Environmental Scientist responsible for groundwater, surface water, leachate and in-stream river monitoring for ash disposal landfill. Town of Waterford, CT Environmental scientist responsible for stormwater, groundwater, surface water, leachate and decomposition gas monitoring as closed Town landfill and DPW Facility. Town of Warren, MA Environmental Scientist responsible for groundwater, surface water, leachate, decomposition gas sampling and monitoring well installations for post-closure landfill monitoring program. City of Waterbury, CT Underground storage tank removal oversight and reporting Town of Old Lyme, CT Bedrock well installation for post-closure monitoring program, landfill gas monitoring, and water quality sampling and reporting

Stefan Zessin, Environmental Technician – 6 years of experience - Responsible for sample collection and report preparation. Mr. Zessin provides a wide range of environmental field sampling, construction monitoring and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Zessin provides decomposition gas monitoring services at solid waste facilities. He has worked within a multi-year database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. Mr. Zessin had worked on the monitoring of the Wheelabrator Putnam Ash landfill and on the Manchester Landfill each year since 2008. In addition, Mr. Zessin assists in the completion of Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on excavation projects, including working with the monitoring of contractor activities, collects confirmatory and waste characterization samples, and preparation of reports.

University of Connecticut, Storrs 2010-2013; Coursework in Sciences Central Connecticut State University, New Britain 2008-2009; Course work in Civil Engineering Technology, Surveying & Sciences Anchor Engineering Services, Inc., Field Manual Anchor Engineering Services, Inc., Health & Safety Plan

2008 – Present: Anchor Engineering, Environmental Field Scientist

Town of Coventry, CT Post closure groundwater and surface water sampling for landfill permit compliance. Waste Management, Putnam, CT Groundwater, surface water, and leachate monitoring for ash disposal area permit compliance. Town of Manchester, CT Groundwater, surface water and leacahate monitoring for landfill permit compliance. Stormwater sampling at Town facilities Willimantic Waste Paper, Willimantic, CT Phase III environmental sampling, remediation oversight, confirmatory sampling, and waste characterization. Industrial stormwater compliance monitoring. Town of Old Lyme, CT Groundwater, surface water, leachate and landfill gas monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities. Murphy Road Recycling, CT Stormwater monitoring and reporting for industrial stormwater compliance at various sites around the state.. City of Stamford, CT Permit assistance and in stream monitoring and reporting for stormwater compliance. Industrial stormwater monitoring at Town facilities. Town of Warren, MA Post closure groundwater, surface water and leachate and reporting for landfill permit compliance. ReEnergy, Sterling, CT Post remediation groundwater sampling and reporting. Town of Haddam, CT Post closure groundwater, surface water and leachate monitoring and reporting for landfill permit compliance. Town of Waterford, CT Post closure water quality monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities.

T.J. Therriault, Environmental Engineer – 7 years of experience - Responsible for sample collection and report preparation. Mr. Therriault is an Environmental Project Engineer with over ten years of civil and environmental engineering, construction monitoring and management, and environmental consulting experience throughout Connecticut, Massachusetts, and Florida. Throughout his professional career, he has worked in all areas of the consulting field, including construction monitoring and facility compliance audits at a variety of solid waste facilities. His experience also includes local and state permitting for solid waste facilities, groundwater discharge permitting, stormwater management and permitting, facility operation and management plans, water quality monitoring programs, landfill gas (LFG) investigations and monitoring programs, LFG wellfield operations and regulatory compliance, and feasibility studies. His projects focus on practical applications of his technical and regulatory knowledge. As a Construction Documents Technologist (CDT), Mr. Therriault has a comprehensive knowledge of the writing and management of construction documents and demonstrates knowledge of general conditions of contracts in common use and the Construction Specifications Institute (CSI) recommended procedures for project manual organization.

B.S., Environmental Engineering Wentworth Institute of Technology Boston, MA Engineer Intern in Training (EIT) Certified Solid Waste Facility Operator, CT Construction Documents Technologist, Construction Specifications Institute OSHA 40-Hour HAZWOPER Training & 8-Hour Refresher Trainings Connecticut Recyclers Coalition Member Eagle Scout, Boy Scouts of America

2014 – Present: Anchor Engineering, Environmental Project Engineer 2010 – 2014: Arcadis-US, Inc., Environmental Consultant 2008 – 2010: Malcolm Pirnie, Inc., Environmental Project Engineer 2005 – 2008: ES Consultants, Inc., Project Engineer

Waste-to-Energy & Materials Recovery Facility Monitoring, Broward County, FL Assistant Project Manager conducting audits and preparing reports concentrating on safety, cleanliness, structural integrity and operational and maintenance procedures ensuring that the facilities were operated in compliance with permit requirements and the most recent industry standards and practices. Waste-to-Energy Facility Design and Construction, West Palm Beach, FL Environmental Consultant and Lead QA/QC Monitor for providing technical review of contractor submittals issued for client review for the design of a 3,000 ton-per-day WTE facility. Provided construction monitoring and technical support identifying construction techniques, construction and safety issues and resolutions, meeting project milestones, and reviewing design and regulatory compliance. Verified that construction of the facility was in compliance with the design/build contract and prudent industry standards. Ash Landfill Phase Closure, Putnam, CT Environmental Project Engineer for providing on-site construction oversight for the landfill phase closure to certify that construction was completed in accordance with the contract documents and prudent industry standards. Conducted construction quality assurance services including inspections of construction materials and installation procedures. Reported and maintained the necessary records and technical data for evaluation and inclusion during the development of the construction certification report. Solid Waste, Groundwater and Stormwater Permitting, Various Locations throughout CT Environmental Project Engineer for completing applications for general and individual solid waste, groundwater and stormwater permits for various municipal and private clients throughout Connecticut. Compiled stormwater pollution prevention (SWPP) plans, operations and maintenance (O&M) plans and spill prevention, control and countermeasure (SPCC) plans in accordance with permit requirements. Conducted periodic audits at a variety of facilities ensuring that each facility was being operated in compliance with the permit requirements. Compiled periodic and annual reports documenting facility operational conditions in compliance with permitted requirements.

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Stamford, Tyler Theder, (203) 977-5281 (2) Waterford, Kristin Zawacki, (860) 444-5864 (3) Manchester, Ken Longo, (860) 647-3244 (4) Southington, Keith Hayden, (860) 276-6236

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, Anchor Engineering has the available staff resources and sufficient availability in our workload to implement and successfully complete the required stormwater monitoring services in accordance with all required DEEP schedules. Our six full-time environmental staff members are available during all representative precipitation events to collect samples; they routinely collect stormwater samples during “off hours” to ensure that samples are collected on time. In addition, our survey crew has been trained in proper sample collection procedures and protocols and are typically available for stormwater sample collection.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental and New England Bioassay have demonstrated the ability to handle a variety of different types of analyses on time-sensitive projects. Anchor Engineering routinely uses these two firms for stormwater analyses. Due to the nature of the work and its timing, we may be submitting 15 to 25 samples at once and they always have adequate resources and staffing to complete the work on time. For other project types, we often request one or two day lab turn-arounds on analyses and they have been able to answer the call. We are confident in the ability to adequately staff and complete time-sensitive projects.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Anchor Engineering prefers to have access to the sites and discharge locations to be able to collect the samples ourselves rather than have municipal personnel collect the samples. In this way, the responsibilities of all parties involved are clear. Anchor Engineering is responsible for collection of all samples, ensuring that the appropriate laboratory analyses are performed, completing the stormwater monitoring report, and making sure that the schedules are met. The municipalities are responsible for reviewing and signing the stormwater monitoring reports (SMRs).

6 5 Supplier: Anchor Engineering Serv.,Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Anchor Engineering Services, Inc. is a Connecticut corporation headquartered in Glastonbury. We have been in business for over twenty-two year and our very first project was a stormwater project. To this day, we continue to provide stormwater planning, permitting, management, design, and monitoring services to public and private clients throughout the State. Currently, we are providing Phase I & II stormwater monitoring and reporting for over 80 Connecticut sites, including the City of Stamford which has the largest MS4 stormwater monitoring program in the State.

Anchor Engineering proposes to utilize Phoenix Environmental Laboratories and New England Bioassay, both of Manchester, for chemical and aquatic toxicity analyses, respectively, on this project. Both labs are certified by the CT Department of Public Health. The Anchor – Phoenix – NEB team has worked successfully on hundreds of stormwater samples over the past two decades.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Anchor Engineering proposes the following team to complete the stormwater monitoring and reporting services required by this scope of services.

D. Scott Atkin, LEP, Principal – 26 years of experience - Primary contact for the municipalities, responsible for the overall completion of the work, and sample collection (northern CT). Mr. Atkin is a Principal and Environmental Project Manager with over twenty-five years of environmental engineering and consulting experience throughout Connecticut, Massachusetts, and New York. He has worked on a wide variety of environmental site assessment projects, including Phase I, II, and III site assessments, remedial action plan (RAP) development and implementation, and post-remediation monitoring programs. As a Connecticut DEEP Licensed Environmental Professional (LEP), Mr. Atkin has been delegated the authority for the inspection, assessment, and remediation of known and suspected to be contaminated properties in accordance with Connecticut’s Remediation Standard Regulations (RSRs). He had made it a focus of his professional career to provide his site assessment clients with clear information and direction so that they can best evaluate the business risks associated with the environmental components of their projects.

B.S., Civil Engineering University of Massachusetts, Amherst Lic. Environmental Professional, CT OSHA 40 Hour HAZWOPER & 8 Hour Supervisor Training Class A/B Underground Storage Tank Operator, CT EPOC Member EPA Spill Prevention/Control & Countermeasures Plan Training Certified Solid Waste Facility Operator, CT SWANA/Landfill Gas Management Training Chi Epsilon, National Civil Engineering Honor Society

1993 – Present: Anchor Engineering, Principal/Environmental Project Manager 1989 – 1993: Fuss & O’Neill, Inc., Environmental Engineer/Field Scientist 1988 – 1989: Massachusetts Department of Environmental Protection: Region IV Summer Intern

Tarbox Road, LLC Property Purchase, Plainfield, CT Environmental Project Manager responsible for environmental due diligence on this former EPA Superfund National Priority List (NPL) site. Determined that the Responsible Parties had not completed cleanup activities in one area of the site and supervised the excavation and disposal of impacted soils. Obtained bona fide prospective purchaser (BFPP) status for the property owners from EPA and a Covenant Not to Sue from the DEEP. As a result of these due diligence activities and liability limitation agreements, the site was able to secure over $200 million in funding for the development of a 43 MW renewable energy power plant. During initial construction activities, this site was the subject of an eco-terrorism incident. Provided emergency response services at the time of discovery to limit the degree and impact of oils, metals, and asbestos released onto the property. Worked with the spill contractors, DEEP, and state and federal law enforcement to complete and document the investigation and remediation activities. Waterford Department of Public Works, Waterford, CT Environmental Project Manager responsible for the investigation and remediation of the DPW Facility, which is located on a hazardous waste site. The scope of services included investigating the soil and groundwater impacts from the former textile dyeing facility regulated under the EPA’s CERCLA regulations, approximately 35 years of on-site DPW operations, the police shooting range, and the school bus lot. Upon completion of the investigation, we worked with Town staff to secure all local approvals and funding for the remediation project concurrent with the construction of a new transfer station behind the DPW building. Designed remedial actions including soil excavation, construction dewatering water management and permitting, and an engineered control (EC) that including capping Capitol Region Council of 636 contaminated soils beneath the bus lot in Governmentsplace with a geomembrane cover, clean fill, and fresh asphalt. Developed plans, specifications, and contract bid documents for the construction activities. Supervised on-site remediation activities, including collecting and evaluating confirmatory soil samples from excavations, overseeing the WSAs, preparing and signing waste shipping logs, and evaluating hazardous waste disposal facilities for the lead- impacted soils from the shooting range. Sound Development, Trumbull, CT Environmental Project Manager for Phase III site assessment and remedial action plan for a former electronic manufacturing facility which was demolished and developed into student housing. Investigated the degree and extent of previously detected impacts to develop a remediation strategy that accounted for future residential development of the site. Designed a passive ventilation system and vapor barrier system as part of this overall remediation strategy. Shunpike Village Shops II, Rocky Hill, CT Environmental Project Manager for Phase I environmental site assessment of shopping mall for property refinance. During the Phase I, noticed a release of contaminated liquid from the on-site dry cleaning tenant. Performed Phase II and III environmental site investigations to confirm the release of perchloroethylene (perc) into the ground and to confirm the degree and extent of soil and groundwater impacts. Oversaw the removal of perc at the source of contamination to limit future spread of contaminants. When the dry cleaner hired its own consultant to obtain cleanup funding from the former State Dry Cleaners Cleanup Fund, represented the property owner’s interest as environmental professional. After a lawsuit was filed by the property owner against the tenant, provided expert court testimony on the site investigations and proposed remediation action plan. Currently, we are performing post-remediation monitored natural attenuation groundwater monitoring activities. Willimantic Waste Paper Maintenance Garage, Windham, CT Environmental Project Manager for environmental due diligence activities associated with the former use of the property as a utility pole treatment and storage yard prior to the purchase of the property by Willimantic Waste Paper. Investigated soil and groundwater impacts and developed management strategies to address these impacts. Brooks Brothers Group, Enfield, CT Environmental Project Manager for Phase I environmental site assessments of warehouse distribution center and corporate office properties in Enfield. Office property included review of former leaking underground storage and adequacy of cleanup measures to assess potential business risk associated with historic release(s). Day Street Bridge, Seymour, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Approximately 3,000 tons of contaminated soils from off-site manufacturing (mill) operations were excavated, stockpiled, characterized, and properly disposed of at off-site facilities in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310.

12/17/2015 Cook Hill Road Bridge, Killingly, CT BidSync p. 73 Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Contaminated soils were excavated, stockpiled, characterized, and properly disposed of at an off-site facility in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. DOT Bolton Maintenance Facility, Bolton, CT Environmental Engineer working for construction contractor when contaminated soils were detected during site development activities. The scope of services provided included determining the limits of the impacted soils within the project limits, assisting the contractor with establishing and managing waste stockpile areas (WSAs), collecting confirmatory soil samples to evaluate the limits of soil excavation, collecting excavated soil samples to characterize stockpiled soils, and locating acceptable disposal facilities for the contaminated soils.

Paul W. Martell, Jr., LEP, Senior Environmental Geologist – 24 years of experience - Responsible for staff assignments for specific sampling events, overall project QA/QC, and sample collection (as needed). Mr. Martell is a Licensed Environmental Professional (LEP) with 25 years of environmental consulting experience in Connecticut and throughout the Northeast. He is experienced in hydrogeologic and environmental investigations relating to soil and groundwater contamination at a variety of commercial and industrial properties, hazardous waste sites, and landfills. He is experienced in all aspects of groundwater monitoring and is responsible for the presentation, analysis and reporting of data for periodic or annual monitoring reports. Additional responsibilities include oversight of air monitoring program for recycling facilities. Mr. Martell’s project experience ranges from over 100 Phase I environmental site assessments to the design and oversight of large scale remediation projects. He is familiar with the Property Transfer Act, Voluntary Remediation Program, and with Connecticut’s Remediation Standard Regulations (RSRs).

M.S., Geology Texas Tech University, Lubbock, TX B.S., Geology, Rensselaer Polytechnic Institute, Troy, NY Licensed Environmental Professional 40 Hour HAZWOPER Training EPOC Member

2011 – Present: Anchor Engineering, Environmental Project Manager 2009 – 2011: Energy Solutions, Hydrogeologist 2003 – 2009: Loureiro Engineering Associates, Senior Project Hydrogeologist 1991 – 2003: Fuss & O’Neill, Field Scientist to Senior Project Hydrogeologist 1990 – 1991: IT Corporation, Hydrogeologist

Town of Manchester, CT Environmental Project Manager responsible for oversight of groundwater monitoring program for the Town. Monitoring includes groundwater and surface water sampling, and leachate assessment and sampling. Responsible for quarterly and annual reporting requirements to DEEP. ReEnergy Holding, LLC, Sterling, CT Environmental Project Manager for the investigation of groundwater with zinc concentrations above Groundwater Protection Criteria. Researched and developed remediation strategy for injecting lime slurry to raise groundwater pH and precipitate metals. Oversaw groundwater monitoring program to assess effectiveness of the lime injections. Directed the installation of additional monitoring wells to assess groundwater quality at the downgradient property boundary. Winters Brothers, Shelton, CT Environmental Project Manager for Phase I & II site assessments for two parcels in support of a property transfer. Developed investigation plan for soil borings, including interior borings through the building floor, to assess potential release areas. Directed monitoring well installations and groundwater sampling to assess groundwater quality. CWPM, New London, CT Environmental Project Manager for a Transfer Act site. Oversaw final soil remediation of the site. Coordinated post-remediation groundwater monitoring in support of Site Verification. Town of Warren Landfill, MA Environmental Project Manager responsible for oversight of groundwater monitoring program. Monitoring includes groundwater and surface water sample collection, and annual landfill gas monitoring. Responsible for semi-annual and annual reporting to MADEP. Town of Haddam Landfill, CT Environmental Project Manager responsible for groundwater related activities. Recycling Facilities, Various Locations, CT Environmental Project Manager responsible for oversight of air monitoring for lead and asbestos in fulfillment of Operating Permit requirements.

Patrick J. McKay, Senior Environmental Scientist – 13 years of experience - Responsible for sample collection and report preparation. Mr. McKay is responsible for a broad array of environmental services, including environmental site assessments, water and soil sampling, environmental data evaluation and reporting, remediation oversight, and air pollutant emissions estimates. Mr. McKay draws on his environmental and survey field experience to evaluate site physical and environmental conditions and implement design plans.

B.S., Natural Resources, University of Connecticut, Storrs

Licensed Lead Inspector & Licensed Asbestos Project Monitor – CT OSHA 1910.120 40-Hour Health & Safety Training DEEP Certified Operator, CT Landfill, Transfer Station, or Volume Reduction Facility (Oct. 2014) 40-Hour Asbestos Project Monitor Training Landfill Gas Flare School, John Zink Co., April 2003 Expedited Site Assessment, UCONN, April 2002 Sergeant First Class, National Guard Platoon Sergeant

2002 – Present: Anchor Engineering, Senior Environmental Scientist, Survey Crew Member 1998 – 2002: Surveying Associates, P.C., Land Surveyor 1998 – 1998: Golden Aerial Surveys, Photogrammetry 1989 – Present: United States Military, Staff Sergeant, recently promoted to Platoon Sergeant, Sergeant First Class

Sound Development Group, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, collection of soil and groundwater samples, survey level runs, and report writing. TD Bank, NA, various locations, CT and MA Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Murphy Road Recycling, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing. Responsible for training junior employees in the conduct of site assessments on complex industrial facilities. Winter Brothers, Shelton, CT Environmental Scientist responsible for Phase I & Phase II Environmental Site Assessments, lead and asbestos air monitoring, environmental permitting, and stormwater monitoring of two DEEP permitted solid waste facilities. Activities included environmental due diligence research, site inspections, installation of borings and monitoring wells, collection of soil and groundwater samples, review of soil and groundwater data against regulatory criteria, lead and asbestos air sampling, DEEP General Permit registration, collection of stormwater samples, and report writing. ProPark, LLC, Various Locations Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Town of Manchester, Manchester, CT Environmental Scientist responsible for Phase I Environmental Site Assessments for multiple projects sites throughout the municipality. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing.

Eric A. Andruk, Environmental Scientist – 3 years of experience - Responsible for sample collection and report preparation. Mr. Andruk provides a wide range of environmental field sampling and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Andruk provides decomposition gas monitoring services at solid waste facilities. He oversees a database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. In addition, Mr. Andruk performs Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on remediation projects, including UST removals, directs and oversees contractor activities, collects confirmatory and waste characterization samples, and prepares closure reports.

B.S., Environmental Earth Science, Eastern Connecticut State University, Willimantic 40 Hour OSHA HAZWOPER Training

2012 – Present: Anchor Engineering, Environmental Scientist 2008 – 2010: Nature Conservatory, Field Surveyor

Town of Manchester, CT Environmental Scientist responsible for permit assistance/compliance and environmental monitoring. Activities include groundwater, surface water, leachate, industrial stormwater and landfill gas monitoring and reporting. Waste Management, Putnam, CT Environmental Scientist responsible for groundwater, surface water, leachate and in-stream river monitoring for ash disposal landfill. Town of Waterford, CT Environmental scientist responsible for stormwater, groundwater, surface water, leachate and decomposition gas monitoring as closed Town landfill and DPW Facility. Town of Warren, MA Environmental Scientist responsible for groundwater, surface water, leachate, decomposition gas sampling and monitoring well installations for post-closure landfill monitoring program. City of Waterbury, CT Underground storage tank removal oversight and reporting Town of Old Lyme, CT Bedrock well installation for post-closure monitoring program, landfill gas monitoring, and water quality sampling and reporting

Stefan Zessin, Environmental Technician – 6 years of experience - Responsible for sample collection and report preparation. Mr. Zessin provides a wide range of environmental field sampling, construction monitoring and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Zessin provides decomposition gas monitoring services at solid waste facilities. He has worked within a multi-year database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. Mr. Zessin had worked on the monitoring of the Wheelabrator Putnam Ash landfill and on the Manchester Landfill each year since 2008. In addition, Mr. Zessin assists in the completion of Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on excavation projects, including working with the monitoring of contractor activities, collects confirmatory and waste characterization samples, and preparation of reports.

University of Connecticut, Storrs 2010-2013; Coursework in Sciences Central Connecticut State University, New Britain 2008-2009; Course work in Civil Engineering Technology, Surveying & Sciences Anchor Engineering Services, Inc., Field Manual Anchor Engineering Services, Inc., Health & Safety Plan

2008 – Present: Anchor Engineering, Environmental Field Scientist

Town of Coventry, CT Post closure groundwater and surface water sampling for landfill permit compliance. Waste Management, Putnam, CT Groundwater, surface water, and leachate monitoring for ash disposal area permit compliance. Town of Manchester, CT Groundwater, surface water and leacahate monitoring for landfill permit compliance. Stormwater sampling at Town facilities Willimantic Waste Paper, Willimantic, CT Phase III environmental sampling, remediation oversight, confirmatory sampling, and waste characterization. Industrial stormwater compliance monitoring. Town of Old Lyme, CT Groundwater, surface water, leachate and landfill gas monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities. Murphy Road Recycling, CT Stormwater monitoring and reporting for industrial stormwater compliance at various sites around the state.. City of Stamford, CT Permit assistance and in stream monitoring and reporting for stormwater compliance. Industrial stormwater monitoring at Town facilities. Town of Warren, MA Post closure groundwater, surface water and leachate and reporting for landfill permit compliance. ReEnergy, Sterling, CT Post remediation groundwater sampling and reporting. Town of Haddam, CT Post closure groundwater, surface water and leachate monitoring and reporting for landfill permit compliance. Town of Waterford, CT Post closure water quality monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities.

T.J. Therriault, Environmental Engineer – 7 years of experience - Responsible for sample collection and report preparation. Mr. Therriault is an Environmental Project Engineer with over ten years of civil and environmental engineering, construction monitoring and management, and environmental consulting experience throughout Connecticut, Massachusetts, and Florida. Throughout his professional career, he has worked in all areas of the consulting field, including construction monitoring and facility compliance audits at a variety of solid waste facilities. His experience also includes local and state permitting for solid waste facilities, groundwater discharge permitting, stormwater management and permitting, facility operation and management plans, water quality monitoring programs, landfill gas (LFG) investigations and monitoring programs, LFG wellfield operations and regulatory compliance, and feasibility studies. His projects focus on practical applications of his technical and regulatory knowledge. As a Construction Documents Technologist (CDT), Mr. Therriault has a comprehensive knowledge of the writing and management of construction documents and demonstrates knowledge of general conditions of contracts in common use and the Construction Specifications Institute (CSI) recommended procedures for project manual organization.

B.S., Environmental Engineering Wentworth Institute of Technology Boston, MA Engineer Intern in Training (EIT) Certified Solid Waste Facility Operator, CT Construction Documents Technologist, Construction Specifications Institute OSHA 40-Hour HAZWOPER Training & 8-Hour Refresher Trainings Connecticut Recyclers Coalition Member Eagle Scout, Boy Scouts of America

2014 – Present: Anchor Engineering, Environmental Project Engineer 2010 – 2014: Arcadis-US, Inc., Environmental Consultant 2008 – 2010: Malcolm Pirnie, Inc., Environmental Project Engineer 2005 – 2008: ES Consultants, Inc., Project Engineer

Waste-to-Energy & Materials Recovery Facility Monitoring, Broward County, FL Assistant Project Manager conducting audits and preparing reports concentrating on safety, cleanliness, structural integrity and operational and maintenance procedures ensuring that the facilities were operated in compliance with permit requirements and the most recent industry standards and practices. Waste-to-Energy Facility Design and Construction, West Palm Beach, FL Environmental Consultant and Lead QA/QC Monitor for providing technical review of contractor submittals issued for client review for the design of a 3,000 ton-per-day WTE facility. Provided construction monitoring and technical support identifying construction techniques, construction and safety issues and resolutions, meeting project milestones, and reviewing design and regulatory compliance. Verified that construction of the facility was in compliance with the design/build contract and prudent industry standards. Ash Landfill Phase Closure, Putnam, CT Environmental Project Engineer for providing on-site construction oversight for the landfill phase closure to certify that construction was completed in accordance with the contract documents and prudent industry standards. Conducted construction quality assurance services including inspections of construction materials and installation procedures. Reported and maintained the necessary records and technical data for evaluation and inclusion during the development of the construction certification report. Solid Waste, Groundwater and Stormwater Permitting, Various Locations throughout CT Environmental Project Engineer for completing applications for general and individual solid waste, groundwater and stormwater permits for various municipal and private clients throughout Connecticut. Compiled stormwater pollution prevention (SWPP) plans, operations and maintenance (O&M) plans and spill prevention, control and countermeasure (SPCC) plans in accordance with permit requirements. Conducted periodic audits at a variety of facilities ensuring that each facility was being operated in compliance with the permit requirements. Compiled periodic and annual reports documenting facility operational conditions in compliance with permitted requirements.

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Stamford, Tyler Theder, (203) 977-5281 (2) Waterford, Kristin Zawacki, (860) 444-5864 (3) Manchester, Ken Longo, (860) 647-3244 (4) Southington, Keith Hayden, (860) 276-6236

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, Anchor Engineering has the available staff resources and sufficient availability in our workload to implement and successfully complete the required stormwater monitoring services in accordance with all required DEEP schedules. Our six full-time environmental staff members are available during all representative precipitation events to collect samples; they routinely collect stormwater samples during “off hours” to ensure that samples are collected on time. In addition, our survey crew has been trained in proper sample collection procedures and protocols and are typically available for stormwater sample collection.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental and New England Bioassay have demonstrated the ability to handle a variety of different types of analyses on time-sensitive projects. Anchor Engineering routinely uses these two firms for stormwater analyses. Due to the nature of the work and its timing, we may be submitting 15 to 25 samples at once and they always have adequate resources and staffing to complete the work on time. For other project types, we often request one or two day lab turn-arounds on analyses and they have been able to answer the call. We are confident in the ability to adequately staff and complete time-sensitive projects.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Anchor Engineering prefers to have access to the sites and discharge locations to be able to collect the samples ourselves rather than have municipal personnel collect the samples. In this way, the responsibilities of all parties involved are clear. Anchor Engineering is responsible for collection of all samples, ensuring that the appropriate laboratory analyses are performed, completing the stormwater monitoring report, and making sure that the schedules are met. The municipalities are responsible for reviewing and signing the stormwater monitoring reports (SMRs).

6 5 Supplier: Anchor Engineering Serv.,Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Anchor Engineering Services, Inc. is a Connecticut corporation headquartered in Glastonbury. We have been in business for over twenty-two year and our very first project was a stormwater project. To this day, we continue to provide stormwater planning, permitting, management, design, and monitoring services to public and private clients throughout the State. Currently, we are providing Phase I & II stormwater monitoring and reporting for over 80 Connecticut sites, including the City of Stamford which has the largest MS4 stormwater monitoring program in the State.

Anchor Engineering proposes to utilize Phoenix Environmental Laboratories and New England Bioassay, both of Manchester, for chemical and aquatic toxicity analyses, respectively, on this project. Both labs are certified by the CT Department of Public Health. The Anchor – Phoenix – NEB team has worked successfully on hundreds of stormwater samples over the past two decades.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Anchor Engineering proposes the following team to complete the stormwater monitoring and reporting services required by this scope of services.

D. Scott Atkin, LEP, Principal – 26 years of experience - Primary contact for the municipalities, responsible for the overall completion of the work, and sample collection (northern CT). Mr. Atkin is a Principal and Environmental Project Manager with over twenty-five years of environmental engineering and consulting experience throughout Connecticut, Massachusetts, and New York. He has worked on a wide variety of environmental site assessment projects, including Phase I, II, and III site assessments, remedial action plan (RAP) development and implementation, and post-remediation monitoring programs. As a Connecticut DEEP Licensed Environmental Professional (LEP), Mr. Atkin has been delegated the authority for the inspection, assessment, and remediation of known and suspected to be contaminated properties in accordance with Connecticut’s Remediation Standard Regulations (RSRs). He had made it a focus of his professional career to provide his site assessment clients with clear information and direction so that they can best evaluate the business risks associated with the environmental components of their projects.

B.S., Civil Engineering University of Massachusetts, Amherst Lic. Environmental Professional, CT OSHA 40 Hour HAZWOPER & 8 Hour Supervisor Training Class A/B Underground Storage Tank Operator, CT EPOC Member EPA Spill Prevention/Control & Countermeasures Plan Training Certified Solid Waste Facility Operator, CT SWANA/Landfill Gas Management Training Chi Epsilon, National Civil Engineering Honor Society

1993 – Present: Anchor Engineering, Principal/Environmental Project Manager 1989 – 1993: Fuss & O’Neill, Inc., Environmental Engineer/Field Scientist 1988 – 1989: Massachusetts Department of Environmental Protection: Region IV Summer Intern

Tarbox Road, LLC Property Purchase, Plainfield, CT Environmental Project Manager responsible for environmental due diligence on this former EPA Superfund National Priority List (NPL) site. Determined that the Responsible Parties had not completed cleanup activities in one area of the site and supervised the excavation and disposal of impacted soils. Obtained bona fide prospective purchaser (BFPP) status for the property owners from EPA and a Covenant Not to Sue from the DEEP. As a result of these due diligence activities and liability limitation agreements, the site was able to secure over $200 million in funding for the development of a 43 MW renewable energy power plant. During initial construction activities, this site was the subject of an eco-terrorism incident. Provided emergency response services at the time of discovery to limit the degree and impact of oils, metals, and asbestos released onto the property. Worked with the spill contractors, DEEP, and state and federal law enforcement to complete and document the investigation and remediation activities. Waterford Department of Public Works, Waterford, CT Environmental Project Manager responsible for the investigation and remediation of the DPW Facility, which is located on a hazardous waste site. The scope of services included investigating the soil and groundwater impacts from the former textile dyeing facility regulated under the EPA’s CERCLA regulations, approximately 35 years of on-site DPW operations, the police shooting range, and the school bus lot. Upon completion of the investigation, we worked with Town staff to secure all local approvals and funding for the remediation project concurrent with the construction of a new transfer station behind the DPW building. Designed remedial actions including soil excavation, construction dewatering water management and permitting, and an engineered control (EC) that including capping contaminated soils beneath the bus lot in place with a geomembrane cover, clean fill, and fresh asphalt. Developed plans, specifications, and contract bid documents for the construction activities. Supervised on-site remediation activities, including collecting and evaluating confirmatory soil samples from excavations, overseeing the WSAs, preparing and signing waste shipping logs, and evaluating hazardous waste disposal facilities for the lead- impacted soils from the shooting range. Sound Development, Trumbull, CT Environmental Project Manager for Phase III site assessment and remedial action plan for a former electronic manufacturing facility which was demolished and developed into student housing. Investigated the degree and extent of previously detected impacts to develop a remediation strategy that accounted for future residential development of the site. Designed a passive ventilation system and vapor barrier system as part of this overall remediation strategy. Shunpike Village Shops II, Rocky Hill, CT Environmental Project Manager for Phase I environmental site assessment of shopping mall for property refinance. During the Phase I, noticed a release of contaminated liquid from the on-site dry cleaning tenant. Performed Phase II and III environmental site investigations to confirm the release of perchloroethylene (perc) into the ground and to confirm the degree and extent of soil and groundwater impacts. Oversaw the removal of perc at the source of contamination to limit future spread of contaminants. When the dry cleaner hired its own consultant to obtain cleanup funding from the former State Dry Cleaners Cleanup Fund, represented the property owner’s interest as environmental professional. After a lawsuit was filed by the property owner against the tenant, provided expert court testimony on the site investigations and proposed remediation action plan. Currently, we are performing post-remediation monitored natural attenuation groundwater monitoring activities. Willimantic Waste Paper Maintenance Garage, Windham, CT Environmental Project Manager for environmental due diligence activities associated with the former use of the property as a utility pole treatment and storage yard prior to the purchase of the property by Willimantic Waste Paper. Investigated soil and groundwater impacts and developed management strategies to address these impacts. Brooks Brothers Group, Enfield, CT Environmental Project Manager for Phase I environmental site assessments of warehouse distribution center and corporate office properties in Enfield. Office property included review of former leaking underground storage and adequacy of cleanup measures to assess potential business risk associated with historic release(s). Day Street Bridge, Seymour, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Approximately 3,000 tons of contaminated soils from off-site manufacturing (mill) operations were excavated, stockpiled, characterized, and properly disposed of at off-site facilities in a manner so as to not impact the progress of the bridge rehabilitation project. These services Capitol Region Council of 636 were provided in accordance with DOT EnvironmentalGovernments Tasks 210 and 310. Cook Hill Road Bridge, Killingly, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Contaminated soils were excavated, stockpiled, characterized, and properly disposed of at an off-site facility in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. DOT Bolton Maintenance Facility, Bolton, CT Environmental Engineer working for construction contractor when contaminated soils were detected during site development activities. The scope of services provided included determining the limits of the impacted soils within the project limits, assisting the contractor with establishing and managing waste stockpile areas (WSAs), collecting confirmatory soil samples to evaluate the limits of soil excavation, collecting excavated soil samples to characterize stockpiled soils, and locating acceptable disposal facilities for the contaminated soils.

Paul W. Martell, Jr., LEP, Senior Environmental Geologist – 24 years of experience - Responsible for staff assignments for specific sampling events, overall project QA/QC, and sample collection (as needed). Mr. Martell is a Licensed Environmental Professional (LEP) with 25 years of environmental consulting experience in Connecticut and throughout the Northeast. He is experienced in hydrogeologic and environmental investigations relating to soil and groundwater contamination at a variety of commercial and industrial properties, hazardous waste sites, and landfills. He is experienced in all aspects of groundwater monitoring and is responsible for the presentation, analysis and reporting of data for periodic or annual monitoring reports. Additional responsibilities include oversight of air monitoring program for recycling facilities. Mr. Martell’s project experience ranges from over 100 Phase I environmental site assessments to the design and oversight of large scale remediation projects. He is familiar with the Property Transfer Act, Voluntary Remediation Program, and with Connecticut’s Remediation Standard Regulations (RSRs).

M.S., Geology Texas Tech University, Lubbock, TX B.S., Geology, Rensselaer Polytechnic Institute, Troy, NY Licensed Environmental Professional 40 Hour HAZWOPER Training EPOC Member

2011 – Present: Anchor Engineering, Environmental Project Manager 2009 – 2011: Energy Solutions, Hydrogeologist 2003 – 2009: Loureiro Engineering Associates, Senior Project Hydrogeologist 1991 – 2003: Fuss & O’Neill, Field Scientist to Senior Project Hydrogeologist 1990 – 1991: IT Corporation, Hydrogeologist

12/17/2015 Town of Manchester, CT BidSync p. 74 Environmental Project Manager responsible for oversight of groundwater monitoring program for the Town. Monitoring includes groundwater and surface water sampling, and leachate assessment and sampling. Responsible for quarterly and annual reporting requirements to DEEP. ReEnergy Holding, LLC, Sterling, CT Environmental Project Manager for the investigation of groundwater with zinc concentrations above Groundwater Protection Criteria. Researched and developed remediation strategy for injecting lime slurry to raise groundwater pH and precipitate metals. Oversaw groundwater monitoring program to assess effectiveness of the lime injections. Directed the installation of additional monitoring wells to assess groundwater quality at the downgradient property boundary. Winters Brothers, Shelton, CT Environmental Project Manager for Phase I & II site assessments for two parcels in support of a property transfer. Developed investigation plan for soil borings, including interior borings through the building floor, to assess potential release areas. Directed monitoring well installations and groundwater sampling to assess groundwater quality. CWPM, New London, CT Environmental Project Manager for a Transfer Act site. Oversaw final soil remediation of the site. Coordinated post-remediation groundwater monitoring in support of Site Verification. Town of Warren Landfill, MA Environmental Project Manager responsible for oversight of groundwater monitoring program. Monitoring includes groundwater and surface water sample collection, and annual landfill gas monitoring. Responsible for semi-annual and annual reporting to MADEP. Town of Haddam Landfill, CT Environmental Project Manager responsible for groundwater related activities. Recycling Facilities, Various Locations, CT Environmental Project Manager responsible for oversight of air monitoring for lead and asbestos in fulfillment of Operating Permit requirements.

Patrick J. McKay, Senior Environmental Scientist – 13 years of experience - Responsible for sample collection and report preparation. Mr. McKay is responsible for a broad array of environmental services, including environmental site assessments, water and soil sampling, environmental data evaluation and reporting, remediation oversight, and air pollutant emissions estimates. Mr. McKay draws on his environmental and survey field experience to evaluate site physical and environmental conditions and implement design plans.

B.S., Natural Resources, University of Connecticut, Storrs

Licensed Lead Inspector & Licensed Asbestos Project Monitor – CT OSHA 1910.120 40-Hour Health & Safety Training DEEP Certified Operator, CT Landfill, Transfer Station, or Volume Reduction Facility (Oct. 2014) 40-Hour Asbestos Project Monitor Training Landfill Gas Flare School, John Zink Co., April 2003 Expedited Site Assessment, UCONN, April 2002 Sergeant First Class, National Guard Platoon Sergeant

2002 – Present: Anchor Engineering, Senior Environmental Scientist, Survey Crew Member 1998 – 2002: Surveying Associates, P.C., Land Surveyor 1998 – 1998: Golden Aerial Surveys, Photogrammetry 1989 – Present: United States Military, Staff Sergeant, recently promoted to Platoon Sergeant, Sergeant First Class

Sound Development Group, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, collection of soil and groundwater samples, survey level runs, and report writing. TD Bank, NA, various locations, CT and MA Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Murphy Road Recycling, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing. Responsible for training junior employees in the conduct of site assessments on complex industrial facilities. Winter Brothers, Shelton, CT Environmental Scientist responsible for Phase I & Phase II Environmental Site Assessments, lead and asbestos air monitoring, environmental permitting, and stormwater monitoring of two DEEP permitted solid waste facilities. Activities included environmental due diligence research, site inspections, installation of borings and monitoring wells, collection of soil and groundwater samples, review of soil and groundwater data against regulatory criteria, lead and asbestos air sampling, DEEP General Permit registration, collection of stormwater samples, and report writing. ProPark, LLC, Various Locations Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Town of Manchester, Manchester, CT Environmental Scientist responsible for Phase I Environmental Site Assessments for multiple projects sites throughout the municipality. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing.

Eric A. Andruk, Environmental Scientist – 3 years of experience - Responsible for sample collection and report preparation. Mr. Andruk provides a wide range of environmental field sampling and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Andruk provides decomposition gas monitoring services at solid waste facilities. He oversees a database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. In addition, Mr. Andruk performs Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on remediation projects, including UST removals, directs and oversees contractor activities, collects confirmatory and waste characterization samples, and prepares closure reports.

B.S., Environmental Earth Science, Eastern Connecticut State University, Willimantic 40 Hour OSHA HAZWOPER Training

2012 – Present: Anchor Engineering, Environmental Scientist 2008 – 2010: Nature Conservatory, Field Surveyor

Town of Manchester, CT Environmental Scientist responsible for permit assistance/compliance and environmental monitoring. Activities include groundwater, surface water, leachate, industrial stormwater and landfill gas monitoring and reporting. Waste Management, Putnam, CT Environmental Scientist responsible for groundwater, surface water, leachate and in-stream river monitoring for ash disposal landfill. Town of Waterford, CT Environmental scientist responsible for stormwater, groundwater, surface water, leachate and decomposition gas monitoring as closed Town landfill and DPW Facility. Town of Warren, MA Environmental Scientist responsible for groundwater, surface water, leachate, decomposition gas sampling and monitoring well installations for post-closure landfill monitoring program. City of Waterbury, CT Underground storage tank removal oversight and reporting Town of Old Lyme, CT Bedrock well installation for post-closure monitoring program, landfill gas monitoring, and water quality sampling and reporting

Stefan Zessin, Environmental Technician – 6 years of experience - Responsible for sample collection and report preparation. Mr. Zessin provides a wide range of environmental field sampling, construction monitoring and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Zessin provides decomposition gas monitoring services at solid waste facilities. He has worked within a multi-year database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. Mr. Zessin had worked on the monitoring of the Wheelabrator Putnam Ash landfill and on the Manchester Landfill each year since 2008. In addition, Mr. Zessin assists in the completion of Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on excavation projects, including working with the monitoring of contractor activities, collects confirmatory and waste characterization samples, and preparation of reports.

University of Connecticut, Storrs 2010-2013; Coursework in Sciences Central Connecticut State University, New Britain 2008-2009; Course work in Civil Engineering Technology, Surveying & Sciences Anchor Engineering Services, Inc., Field Manual Anchor Engineering Services, Inc., Health & Safety Plan

2008 – Present: Anchor Engineering, Environmental Field Scientist

Town of Coventry, CT Post closure groundwater and surface water sampling for landfill permit compliance. Waste Management, Putnam, CT Groundwater, surface water, and leachate monitoring for ash disposal area permit compliance. Town of Manchester, CT Groundwater, surface water and leacahate monitoring for landfill permit compliance. Stormwater sampling at Town facilities Willimantic Waste Paper, Willimantic, CT Phase III environmental sampling, remediation oversight, confirmatory sampling, and waste characterization. Industrial stormwater compliance monitoring. Town of Old Lyme, CT Groundwater, surface water, leachate and landfill gas monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities. Murphy Road Recycling, CT Stormwater monitoring and reporting for industrial stormwater compliance at various sites around the state.. City of Stamford, CT Permit assistance and in stream monitoring and reporting for stormwater compliance. Industrial stormwater monitoring at Town facilities. Town of Warren, MA Post closure groundwater, surface water and leachate and reporting for landfill permit compliance. ReEnergy, Sterling, CT Post remediation groundwater sampling and reporting. Town of Haddam, CT Post closure groundwater, surface water and leachate monitoring and reporting for landfill permit compliance. Town of Waterford, CT Post closure water quality monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities.

T.J. Therriault, Environmental Engineer – 7 years of experience - Responsible for sample collection and report preparation. Mr. Therriault is an Environmental Project Engineer with over ten years of civil and environmental engineering, construction monitoring and management, and environmental consulting experience throughout Connecticut, Massachusetts, and Florida. Throughout his professional career, he has worked in all areas of the consulting field, including construction monitoring and facility compliance audits at a variety of solid waste facilities. His experience also includes local and state permitting for solid waste facilities, groundwater discharge permitting, stormwater management and permitting, facility operation and management plans, water quality monitoring programs, landfill gas (LFG) investigations and monitoring programs, LFG wellfield operations and regulatory compliance, and feasibility studies. His projects focus on practical applications of his technical and regulatory knowledge. As a Construction Documents Technologist (CDT), Mr. Therriault has a comprehensive knowledge of the writing and management of construction documents and demonstrates knowledge of general conditions of contracts in common use and the Construction Specifications Institute (CSI) recommended procedures for project manual organization.

B.S., Environmental Engineering Wentworth Institute of Technology Boston, MA Engineer Intern in Training (EIT) Certified Solid Waste Facility Operator, CT Construction Documents Technologist, Construction Specifications Institute OSHA 40-Hour HAZWOPER Training & 8-Hour Refresher Trainings Connecticut Recyclers Coalition Member Eagle Scout, Boy Scouts of America

2014 – Present: Anchor Engineering, Environmental Project Engineer 2010 – 2014: Arcadis-US, Inc., Environmental Consultant 2008 – 2010: Malcolm Pirnie, Inc., Environmental Project Engineer 2005 – 2008: ES Consultants, Inc., Project Engineer

Waste-to-Energy & Materials Recovery Facility Monitoring, Broward County, FL Assistant Project Manager conducting audits and preparing reports concentrating on safety, cleanliness, structural integrity and operational and maintenance procedures ensuring that the facilities were operated in compliance with permit requirements and the most recent industry standards and practices. Waste-to-Energy Facility Design and Construction, West Palm Beach, FL Environmental Consultant and Lead QA/QC Monitor for providing technical review of contractor submittals issued for client review for the design of a 3,000 ton-per-day WTE facility. Provided construction monitoring and technical support identifying construction techniques, construction and safety issues and resolutions, meeting project milestones, and reviewing design and regulatory compliance. Verified that construction of the facility was in compliance with the design/build contract and prudent industry standards. Ash Landfill Phase Closure, Putnam, CT Environmental Project Engineer for providing on-site construction oversight for the landfill phase closure to certify that construction was completed in accordance with the contract documents and prudent industry standards. Conducted construction quality assurance services including inspections of construction materials and installation procedures. Reported and maintained the necessary records and technical data for evaluation and inclusion during the development of the construction certification report. Solid Waste, Groundwater and Stormwater Permitting, Various Locations throughout CT Environmental Project Engineer for completing applications for general and individual solid waste, groundwater and stormwater permits for various municipal and private clients throughout Connecticut. Compiled stormwater pollution prevention (SWPP) plans, operations and maintenance (O&M) plans and spill prevention, control and countermeasure (SPCC) plans in accordance with permit requirements. Conducted periodic audits at a variety of facilities ensuring that each facility was being operated in compliance with the permit requirements. Compiled periodic and annual reports documenting facility operational conditions in compliance with permitted requirements.

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Stamford, Tyler Theder, (203) 977-5281 (2) Waterford, Kristin Zawacki, (860) 444-5864 (3) Manchester, Ken Longo, (860) 647-3244 (4) Southington, Keith Hayden, (860) 276-6236

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, Anchor Engineering has the available staff resources and sufficient availability in our workload to implement and successfully complete the required stormwater monitoring services in accordance with all required DEEP schedules. Our six full-time environmental staff members are available during all representative precipitation events to collect samples; they routinely collect stormwater samples during “off hours” to ensure that samples are collected on time. In addition, our survey crew has been trained in proper sample collection procedures and protocols and are typically available for stormwater sample collection.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental and New England Bioassay have demonstrated the ability to handle a variety of different types of analyses on time-sensitive projects. Anchor Engineering routinely uses these two firms for stormwater analyses. Due to the nature of the work and its timing, we may be submitting 15 to 25 samples at once and they always have adequate resources and staffing to complete the work on time. For other project types, we often request one or two day lab turn-arounds on analyses and they have been able to answer the call. We are confident in the ability to adequately staff and complete time-sensitive projects.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Anchor Engineering prefers to have access to the sites and discharge locations to be able to collect the samples ourselves rather than have municipal personnel collect the samples. In this way, the responsibilities of all parties involved are clear. Anchor Engineering is responsible for collection of all samples, ensuring that the appropriate laboratory analyses are performed, completing the stormwater monitoring report, and making sure that the schedules are met. The municipalities are responsible for reviewing and signing the stormwater monitoring reports (SMRs).

6 5 Supplier: Anchor Engineering Serv.,Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Anchor Engineering Services, Inc. is a Connecticut corporation headquartered in Glastonbury. We have been in business for over twenty-two year and our very first project was a stormwater project. To this day, we continue to provide stormwater planning, permitting, management, design, and monitoring services to public and private clients throughout the State. Currently, we are providing Phase I & II stormwater monitoring and reporting for over 80 Connecticut sites, including the City of Stamford which has the largest MS4 stormwater monitoring program in the State.

Anchor Engineering proposes to utilize Phoenix Environmental Laboratories and New England Bioassay, both of Manchester, for chemical and aquatic toxicity analyses, respectively, on this project. Both labs are certified by the CT Department of Public Health. The Anchor – Phoenix – NEB team has worked successfully on hundreds of stormwater samples over the past two decades.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Anchor Engineering proposes the following team to complete the stormwater monitoring and reporting services required by this scope of services.

D. Scott Atkin, LEP, Principal – 26 years of experience - Primary contact for the municipalities, responsible for the overall completion of the work, and sample collection (northern CT). Mr. Atkin is a Principal and Environmental Project Manager with over twenty-five years of environmental engineering and consulting experience throughout Connecticut, Massachusetts, and New York. He has worked on a wide variety of environmental site assessment projects, including Phase I, II, and III site assessments, remedial action plan (RAP) development and implementation, and post-remediation monitoring programs. As a Connecticut DEEP Licensed Environmental Professional (LEP), Mr. Atkin has been delegated the authority for the inspection, assessment, and remediation of known and suspected to be contaminated properties in accordance with Connecticut’s Remediation Standard Regulations (RSRs). He had made it a focus of his professional career to provide his site assessment clients with clear information and direction so that they can best evaluate the business risks associated with the environmental components of their projects.

B.S., Civil Engineering University of Massachusetts, Amherst Lic. Environmental Professional, CT OSHA 40 Hour HAZWOPER & 8 Hour Supervisor Training Class A/B Underground Storage Tank Operator, CT EPOC Member EPA Spill Prevention/Control & Countermeasures Plan Training Certified Solid Waste Facility Operator, CT SWANA/Landfill Gas Management Training Chi Epsilon, National Civil Engineering Honor Society

1993 – Present: Anchor Engineering, Principal/Environmental Project Manager 1989 – 1993: Fuss & O’Neill, Inc., Environmental Engineer/Field Scientist 1988 – 1989: Massachusetts Department of Environmental Protection: Region IV Summer Intern

Tarbox Road, LLC Property Purchase, Plainfield, CT Environmental Project Manager responsible for environmental due diligence on this former EPA Superfund National Priority List (NPL) site. Determined that the Responsible Parties had not completed cleanup activities in one area of the site and supervised the excavation and disposal of impacted soils. Obtained bona fide prospective purchaser (BFPP) status for the property owners from EPA and a Covenant Not to Sue from the DEEP. As a result of these due diligence activities and liability limitation agreements, the site was able to secure over $200 million in funding for the development of a 43 MW renewable energy power plant. During initial construction activities, this site was the subject of an eco-terrorism incident. Provided emergency response services at the time of discovery to limit the degree and impact of oils, metals, and asbestos released onto the property. Worked with the spill contractors, DEEP, and state and federal law enforcement to complete and document the investigation and remediation activities. Waterford Department of Public Works, Waterford, CT Environmental Project Manager responsible for the investigation and remediation of the DPW Facility, which is located on a hazardous waste site. The scope of services included investigating the soil and groundwater impacts from the former textile dyeing facility regulated under the EPA’s CERCLA regulations, approximately 35 years of on-site DPW operations, the police shooting range, and the school bus lot. Upon completion of the investigation, we worked with Town staff to secure all local approvals and funding for the remediation project concurrent with the construction of a new transfer station behind the DPW building. Designed remedial actions including soil excavation, construction dewatering water management and permitting, and an engineered control (EC) that including capping contaminated soils beneath the bus lot in place with a geomembrane cover, clean fill, and fresh asphalt. Developed plans, specifications, and contract bid documents for the construction activities. Supervised on-site remediation activities, including collecting and evaluating confirmatory soil samples from excavations, overseeing the WSAs, preparing and signing waste shipping logs, and evaluating hazardous waste disposal facilities for the lead- impacted soils from the shooting range. Sound Development, Trumbull, CT Environmental Project Manager for Phase III site assessment and remedial action plan for a former electronic manufacturing facility which was demolished and developed into student housing. Investigated the degree and extent of previously detected impacts to develop a remediation strategy that accounted for future residential development of the site. Designed a passive ventilation system and vapor barrier system as part of this overall remediation strategy. Shunpike Village Shops II, Rocky Hill, CT Environmental Project Manager for Phase I environmental site assessment of shopping mall for property refinance. During the Phase I, noticed a release of contaminated liquid from the on-site dry cleaning tenant. Performed Phase II and III environmental site investigations to confirm the release of perchloroethylene (perc) into the ground and to confirm the degree and extent of soil and groundwater impacts. Oversaw the removal of perc at the source of contamination to limit future spread of contaminants. When the dry cleaner hired its own consultant to obtain cleanup funding from the former State Dry Cleaners Cleanup Fund, represented the property owner’s interest as environmental professional. After a lawsuit was filed by the property owner against the tenant, provided expert court testimony on the site investigations and proposed remediation action plan. Currently, we are performing post-remediation monitored natural attenuation groundwater monitoring activities. Willimantic Waste Paper Maintenance Garage, Windham, CT Environmental Project Manager for environmental due diligence activities associated with the former use of the property as a utility pole treatment and storage yard prior to the purchase of the property by Willimantic Waste Paper. Investigated soil and groundwater impacts and developed management strategies to address these impacts. Brooks Brothers Group, Enfield, CT Environmental Project Manager for Phase I environmental site assessments of warehouse distribution center and corporate office properties in Enfield. Office property included review of former leaking underground storage and adequacy of cleanup measures to assess potential business risk associated with historic release(s). Day Street Bridge, Seymour, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Approximately 3,000 tons of contaminated soils from off-site manufacturing (mill) operations were excavated, stockpiled, characterized, and properly disposed of at off-site facilities in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. Cook Hill Road Bridge, Killingly, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Contaminated soils were excavated, stockpiled, characterized, and properly disposed of at an off-site facility in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. DOT Bolton Maintenance Facility, Bolton, CT Environmental Engineer working for construction contractor when contaminated soils were detected during site development activities. The scope of services provided included determining the limits of the impacted soils within the project limits, assisting the contractor with establishing and managing waste stockpile areas (WSAs), collecting confirmatory soil samples to evaluate the limits of soil excavation, collecting excavated soil samples to characterize stockpiled soils, and locating acceptable disposal facilities for the contaminated soils.

Paul W. Martell, Jr., LEP, Senior Environmental Geologist – 24 years of experience - Responsible for staff assignments for specific sampling events, overall project QA/QC, and sample collection (as needed). Mr. Martell is a Licensed Environmental Professional (LEP) with 25 years of environmental consulting experience in Connecticut and throughout the Northeast. He is experienced in hydrogeologic and environmental investigations relating to soil and groundwater contamination at a variety of commercial and industrial properties, hazardous waste sites, and landfills. He is experienced in all aspects of groundwater monitoring and is responsible for the presentation, analysis and reporting of data for periodic or annual monitoring reports. Additional responsibilities include oversight of air monitoring program for recycling facilities. Mr. Martell’s project experience ranges from over 100 Phase I environmental site assessments to the design and oversight of large scale remediation projects. He is familiar with the Property Transfer Act, Voluntary Remediation Program, and with Connecticut’s Remediation Standard Regulations (RSRs).

M.S., Geology Texas Tech University, Lubbock, TX B.S., Geology, Rensselaer Polytechnic Institute, Troy, NY Licensed Environmental Professional 40 Hour HAZWOPER Training EPOC Member

2011 – Present: Anchor Engineering, Environmental Project Manager 2009 – 2011: Energy Solutions, Hydrogeologist 2003 – 2009: Loureiro Engineering Associates, Senior Project Hydrogeologist 1991 – 2003: Fuss & O’Neill, Field Scientist to Senior Project Hydrogeologist

1990 – 1991: IT Corporation, HydrogeologistCapitol Region Council of 636 Governments

Town of Manchester, CT Environmental Project Manager responsible for oversight of groundwater monitoring program for the Town. Monitoring includes groundwater and surface water sampling, and leachate assessment and sampling. Responsible for quarterly and annual reporting requirements to DEEP. ReEnergy Holding, LLC, Sterling, CT Environmental Project Manager for the investigation of groundwater with zinc concentrations above Groundwater Protection Criteria. Researched and developed remediation strategy for injecting lime slurry to raise groundwater pH and precipitate metals. Oversaw groundwater monitoring program to assess effectiveness of the lime injections. Directed the installation of additional monitoring wells to assess groundwater quality at the downgradient property boundary. Winters Brothers, Shelton, CT Environmental Project Manager for Phase I & II site assessments for two parcels in support of a property transfer. Developed investigation plan for soil borings, including interior borings through the building floor, to assess potential release areas. Directed monitoring well installations and groundwater sampling to assess groundwater quality. CWPM, New London, CT Environmental Project Manager for a Transfer Act site. Oversaw final soil remediation of the site. Coordinated post-remediation groundwater monitoring in support of Site Verification. Town of Warren Landfill, MA Environmental Project Manager responsible for oversight of groundwater monitoring program. Monitoring includes groundwater and surface water sample collection, and annual landfill gas monitoring. Responsible for semi-annual and annual reporting to MADEP. Town of Haddam Landfill, CT Environmental Project Manager responsible for groundwater related activities. Recycling Facilities, Various Locations, CT Environmental Project Manager responsible for oversight of air monitoring for lead and asbestos in fulfillment of Operating Permit requirements.

Patrick J. McKay, Senior Environmental Scientist – 13 years of experience - Responsible for sample collection and report preparation. Mr. McKay is responsible for a broad array of environmental services, including environmental site assessments, water and soil sampling, environmental data evaluation and reporting, remediation oversight, and air pollutant emissions estimates. Mr. McKay draws on his environmental and survey field experience to evaluate site physical and environmental conditions and implement design plans.

B.S., Natural Resources, University of Connecticut, Storrs

Licensed Lead Inspector & Licensed Asbestos Project Monitor – CT 12/17/2015 OSHA 1910.120 40-Hour Health & Safety TrainingBidSync p. 75 DEEP Certified Operator, CT Landfill, Transfer Station, or Volume Reduction Facility (Oct. 2014) 40-Hour Asbestos Project Monitor Training Landfill Gas Flare School, John Zink Co., April 2003 Expedited Site Assessment, UCONN, April 2002 Sergeant First Class, National Guard Platoon Sergeant

2002 – Present: Anchor Engineering, Senior Environmental Scientist, Survey Crew Member 1998 – 2002: Surveying Associates, P.C., Land Surveyor 1998 – 1998: Golden Aerial Surveys, Photogrammetry 1989 – Present: United States Military, Staff Sergeant, recently promoted to Platoon Sergeant, Sergeant First Class

Sound Development Group, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, collection of soil and groundwater samples, survey level runs, and report writing. TD Bank, NA, various locations, CT and MA Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Murphy Road Recycling, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing. Responsible for training junior employees in the conduct of site assessments on complex industrial facilities. Winter Brothers, Shelton, CT Environmental Scientist responsible for Phase I & Phase II Environmental Site Assessments, lead and asbestos air monitoring, environmental permitting, and stormwater monitoring of two DEEP permitted solid waste facilities. Activities included environmental due diligence research, site inspections, installation of borings and monitoring wells, collection of soil and groundwater samples, review of soil and groundwater data against regulatory criteria, lead and asbestos air sampling, DEEP General Permit registration, collection of stormwater samples, and report writing. ProPark, LLC, Various Locations Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Town of Manchester, Manchester, CT Environmental Scientist responsible for Phase I Environmental Site Assessments for multiple projects sites throughout the municipality. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing.

Eric A. Andruk, Environmental Scientist – 3 years of experience - Responsible for sample collection and report preparation. Mr. Andruk provides a wide range of environmental field sampling and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Andruk provides decomposition gas monitoring services at solid waste facilities. He oversees a database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. In addition, Mr. Andruk performs Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on remediation projects, including UST removals, directs and oversees contractor activities, collects confirmatory and waste characterization samples, and prepares closure reports.

B.S., Environmental Earth Science, Eastern Connecticut State University, Willimantic 40 Hour OSHA HAZWOPER Training

2012 – Present: Anchor Engineering, Environmental Scientist 2008 – 2010: Nature Conservatory, Field Surveyor

Town of Manchester, CT Environmental Scientist responsible for permit assistance/compliance and environmental monitoring. Activities include groundwater, surface water, leachate, industrial stormwater and landfill gas monitoring and reporting. Waste Management, Putnam, CT Environmental Scientist responsible for groundwater, surface water, leachate and in-stream river monitoring for ash disposal landfill. Town of Waterford, CT Environmental scientist responsible for stormwater, groundwater, surface water, leachate and decomposition gas monitoring as closed Town landfill and DPW Facility. Town of Warren, MA Environmental Scientist responsible for groundwater, surface water, leachate, decomposition gas sampling and monitoring well installations for post-closure landfill monitoring program. City of Waterbury, CT Underground storage tank removal oversight and reporting Town of Old Lyme, CT Bedrock well installation for post-closure monitoring program, landfill gas monitoring, and water quality sampling and reporting

Stefan Zessin, Environmental Technician – 6 years of experience - Responsible for sample collection and report preparation. Mr. Zessin provides a wide range of environmental field sampling, construction monitoring and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Zessin provides decomposition gas monitoring services at solid waste facilities. He has worked within a multi-year database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. Mr. Zessin had worked on the monitoring of the Wheelabrator Putnam Ash landfill and on the Manchester Landfill each year since 2008. In addition, Mr. Zessin assists in the completion of Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on excavation projects, including working with the monitoring of contractor activities, collects confirmatory and waste characterization samples, and preparation of reports.

University of Connecticut, Storrs 2010-2013; Coursework in Sciences Central Connecticut State University, New Britain 2008-2009; Course work in Civil Engineering Technology, Surveying & Sciences Anchor Engineering Services, Inc., Field Manual Anchor Engineering Services, Inc., Health & Safety Plan

2008 – Present: Anchor Engineering, Environmental Field Scientist

Town of Coventry, CT Post closure groundwater and surface water sampling for landfill permit compliance. Waste Management, Putnam, CT Groundwater, surface water, and leachate monitoring for ash disposal area permit compliance. Town of Manchester, CT Groundwater, surface water and leacahate monitoring for landfill permit compliance. Stormwater sampling at Town facilities Willimantic Waste Paper, Willimantic, CT Phase III environmental sampling, remediation oversight, confirmatory sampling, and waste characterization. Industrial stormwater compliance monitoring. Town of Old Lyme, CT Groundwater, surface water, leachate and landfill gas monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities. Murphy Road Recycling, CT Stormwater monitoring and reporting for industrial stormwater compliance at various sites around the state.. City of Stamford, CT Permit assistance and in stream monitoring and reporting for stormwater compliance. Industrial stormwater monitoring at Town facilities. Town of Warren, MA Post closure groundwater, surface water and leachate and reporting for landfill permit compliance. ReEnergy, Sterling, CT Post remediation groundwater sampling and reporting. Town of Haddam, CT Post closure groundwater, surface water and leachate monitoring and reporting for landfill permit compliance. Town of Waterford, CT Post closure water quality monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities.

T.J. Therriault, Environmental Engineer – 7 years of experience - Responsible for sample collection and report preparation. Mr. Therriault is an Environmental Project Engineer with over ten years of civil and environmental engineering, construction monitoring and management, and environmental consulting experience throughout Connecticut, Massachusetts, and Florida. Throughout his professional career, he has worked in all areas of the consulting field, including construction monitoring and facility compliance audits at a variety of solid waste facilities. His experience also includes local and state permitting for solid waste facilities, groundwater discharge permitting, stormwater management and permitting, facility operation and management plans, water quality monitoring programs, landfill gas (LFG) investigations and monitoring programs, LFG wellfield operations and regulatory compliance, and feasibility studies. His projects focus on practical applications of his technical and regulatory knowledge. As a Construction Documents Technologist (CDT), Mr. Therriault has a comprehensive knowledge of the writing and management of construction documents and demonstrates knowledge of general conditions of contracts in common use and the Construction Specifications Institute (CSI) recommended procedures for project manual organization.

B.S., Environmental Engineering Wentworth Institute of Technology Boston, MA Engineer Intern in Training (EIT) Certified Solid Waste Facility Operator, CT Construction Documents Technologist, Construction Specifications Institute OSHA 40-Hour HAZWOPER Training & 8-Hour Refresher Trainings Connecticut Recyclers Coalition Member Eagle Scout, Boy Scouts of America

2014 – Present: Anchor Engineering, Environmental Project Engineer 2010 – 2014: Arcadis-US, Inc., Environmental Consultant 2008 – 2010: Malcolm Pirnie, Inc., Environmental Project Engineer 2005 – 2008: ES Consultants, Inc., Project Engineer

Waste-to-Energy & Materials Recovery Facility Monitoring, Broward County, FL Assistant Project Manager conducting audits and preparing reports concentrating on safety, cleanliness, structural integrity and operational and maintenance procedures ensuring that the facilities were operated in compliance with permit requirements and the most recent industry standards and practices. Waste-to-Energy Facility Design and Construction, West Palm Beach, FL Environmental Consultant and Lead QA/QC Monitor for providing technical review of contractor submittals issued for client review for the design of a 3,000 ton-per-day WTE facility. Provided construction monitoring and technical support identifying construction techniques, construction and safety issues and resolutions, meeting project milestones, and reviewing design and regulatory compliance. Verified that construction of the facility was in compliance with the design/build contract and prudent industry standards. Ash Landfill Phase Closure, Putnam, CT Environmental Project Engineer for providing on-site construction oversight for the landfill phase closure to certify that construction was completed in accordance with the contract documents and prudent industry standards. Conducted construction quality assurance services including inspections of construction materials and installation procedures. Reported and maintained the necessary records and technical data for evaluation and inclusion during the development of the construction certification report. Solid Waste, Groundwater and Stormwater Permitting, Various Locations throughout CT Environmental Project Engineer for completing applications for general and individual solid waste, groundwater and stormwater permits for various municipal and private clients throughout Connecticut. Compiled stormwater pollution prevention (SWPP) plans, operations and maintenance (O&M) plans and spill prevention, control and countermeasure (SPCC) plans in accordance with permit requirements. Conducted periodic audits at a variety of facilities ensuring that each facility was being operated in compliance with the permit requirements. Compiled periodic and annual reports documenting facility operational conditions in compliance with permitted requirements.

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Stamford, Tyler Theder, (203) 977-5281 (2) Waterford, Kristin Zawacki, (860) 444-5864 (3) Manchester, Ken Longo, (860) 647-3244 (4) Southington, Keith Hayden, (860) 276-6236

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, Anchor Engineering has the available staff resources and sufficient availability in our workload to implement and successfully complete the required stormwater monitoring services in accordance with all required DEEP schedules. Our six full-time environmental staff members are available during all representative precipitation events to collect samples; they routinely collect stormwater samples during “off hours” to ensure that samples are collected on time. In addition, our survey crew has been trained in proper sample collection procedures and protocols and are typically available for stormwater sample collection.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental and New England Bioassay have demonstrated the ability to handle a variety of different types of analyses on time-sensitive projects. Anchor Engineering routinely uses these two firms for stormwater analyses. Due to the nature of the work and its timing, we may be submitting 15 to 25 samples at once and they always have adequate resources and staffing to complete the work on time. For other project types, we often request one or two day lab turn-arounds on analyses and they have been able to answer the call. We are confident in the ability to adequately staff and complete time-sensitive projects.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Anchor Engineering prefers to have access to the sites and discharge locations to be able to collect the samples ourselves rather than have municipal personnel collect the samples. In this way, the responsibilities of all parties involved are clear. Anchor Engineering is responsible for collection of all samples, ensuring that the appropriate laboratory analyses are performed, completing the stormwater monitoring report, and making sure that the schedules are met. The municipalities are responsible for reviewing and signing the stormwater monitoring reports (SMRs).

6 5 Supplier: Anchor Engineering Serv.,Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Anchor Engineering Services, Inc. is a Connecticut corporation headquartered in Glastonbury. We have been in business for over twenty-two year and our very first project was a stormwater project. To this day, we continue to provide stormwater planning, permitting, management, design, and monitoring services to public and private clients throughout the State. Currently, we are providing Phase I & II stormwater monitoring and reporting for over 80 Connecticut sites, including the City of Stamford which has the largest MS4 stormwater monitoring program in the State.

Anchor Engineering proposes to utilize Phoenix Environmental Laboratories and New England Bioassay, both of Manchester, for chemical and aquatic toxicity analyses, respectively, on this project. Both labs are certified by the CT Department of Public Health. The Anchor – Phoenix – NEB team has worked successfully on hundreds of stormwater samples over the past two decades.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Anchor Engineering proposes the following team to complete the stormwater monitoring and reporting services required by this scope of services.

D. Scott Atkin, LEP, Principal – 26 years of experience - Primary contact for the municipalities, responsible for the overall completion of the work, and sample collection (northern CT). Mr. Atkin is a Principal and Environmental Project Manager with over twenty-five years of environmental engineering and consulting experience throughout Connecticut, Massachusetts, and New York. He has worked on a wide variety of environmental site assessment projects, including Phase I, II, and III site assessments, remedial action plan (RAP) development and implementation, and post-remediation monitoring programs. As a Connecticut DEEP Licensed Environmental Professional (LEP), Mr. Atkin has been delegated the authority for the inspection, assessment, and remediation of known and suspected to be contaminated properties in accordance with Connecticut’s Remediation Standard Regulations (RSRs). He had made it a focus of his professional career to provide his site assessment clients with clear information and direction so that they can best evaluate the business risks associated with the environmental components of their projects.

B.S., Civil Engineering University of Massachusetts, Amherst Lic. Environmental Professional, CT OSHA 40 Hour HAZWOPER & 8 Hour Supervisor Training Class A/B Underground Storage Tank Operator, CT EPOC Member EPA Spill Prevention/Control & Countermeasures Plan Training Certified Solid Waste Facility Operator, CT SWANA/Landfill Gas Management Training Chi Epsilon, National Civil Engineering Honor Society

1993 – Present: Anchor Engineering, Principal/Environmental Project Manager 1989 – 1993: Fuss & O’Neill, Inc., Environmental Engineer/Field Scientist 1988 – 1989: Massachusetts Department of Environmental Protection: Region IV Summer Intern

Tarbox Road, LLC Property Purchase, Plainfield, CT Environmental Project Manager responsible for environmental due diligence on this former EPA Superfund National Priority List (NPL) site. Determined that the Responsible Parties had not completed cleanup activities in one area of the site and supervised the excavation and disposal of impacted soils. Obtained bona fide prospective purchaser (BFPP) status for the property owners from EPA and a Covenant Not to Sue from the DEEP. As a result of these due diligence activities and liability limitation agreements, the site was able to secure over $200 million in funding for the development of a 43 MW renewable energy power plant. During initial construction activities, this site was the subject of an eco-terrorism incident. Provided emergency response services at the time of discovery to limit the degree and impact of oils, metals, and asbestos released onto the property. Worked with the spill contractors, DEEP, and state and federal law enforcement to complete and document the investigation and remediation activities. Waterford Department of Public Works, Waterford, CT Environmental Project Manager responsible for the investigation and remediation of the DPW Facility, which is located on a hazardous waste site. The scope of services included investigating the soil and groundwater impacts from the former textile dyeing facility regulated under the EPA’s CERCLA regulations, approximately 35 years of on-site DPW operations, the police shooting range, and the school bus lot. Upon completion of the investigation, we worked with Town staff to secure all local approvals and funding for the remediation project concurrent with the construction of a new transfer station behind the DPW building. Designed remedial actions including soil excavation, construction dewatering water management and permitting, and an engineered control (EC) that including capping contaminated soils beneath the bus lot in place with a geomembrane cover, clean fill, and fresh asphalt. Developed plans, specifications, and contract bid documents for the construction activities. Supervised on-site remediation activities, including collecting and evaluating confirmatory soil samples from excavations, overseeing the WSAs, preparing and signing waste shipping logs, and evaluating hazardous waste disposal facilities for the lead- impacted soils from the shooting range. Sound Development, Trumbull, CT Environmental Project Manager for Phase III site assessment and remedial action plan for a former electronic manufacturing facility which was demolished and developed into student housing. Investigated the degree and extent of previously detected impacts to develop a remediation strategy that accounted for future residential development of the site. Designed a passive ventilation system and vapor barrier system as part of this overall remediation strategy. Shunpike Village Shops II, Rocky Hill, CT Environmental Project Manager for Phase I environmental site assessment of shopping mall for property refinance. During the Phase I, noticed a release of contaminated liquid from the on-site dry cleaning tenant. Performed Phase II and III environmental site investigations to confirm the release of perchloroethylene (perc) into the ground and to confirm the degree and extent of soil and groundwater impacts. Oversaw the removal of perc at the source of contamination to limit future spread of contaminants. When the dry cleaner hired its own consultant to obtain cleanup funding from the former State Dry Cleaners Cleanup Fund, represented the property owner’s interest as environmental professional. After a lawsuit was filed by the property owner against the tenant, provided expert court testimony on the site investigations and proposed remediation action plan. Currently, we are performing post-remediation monitored natural attenuation groundwater monitoring activities. Willimantic Waste Paper Maintenance Garage, Windham, CT Environmental Project Manager for environmental due diligence activities associated with the former use of the property as a utility pole treatment and storage yard prior to the purchase of the property by Willimantic Waste Paper. Investigated soil and groundwater impacts and developed management strategies to address these impacts. Brooks Brothers Group, Enfield, CT Environmental Project Manager for Phase I environmental site assessments of warehouse distribution center and corporate office properties in Enfield. Office property included review of former leaking underground storage and adequacy of cleanup measures to assess potential business risk associated with historic release(s). Day Street Bridge, Seymour, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Approximately 3,000 tons of contaminated soils from off-site manufacturing (mill) operations were excavated, stockpiled, characterized, and properly disposed of at off-site facilities in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. Cook Hill Road Bridge, Killingly, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Contaminated soils were excavated, stockpiled, characterized, and properly disposed of at an off-site facility in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. DOT Bolton Maintenance Facility, Bolton, CT Environmental Engineer working for construction contractor when contaminated soils were detected during site development activities. The scope of services provided included determining the limits of the impacted soils within the project limits, assisting the contractor with establishing and managing waste stockpile areas (WSAs), collecting confirmatory soil samples to evaluate the limits of soil excavation, collecting excavated soil samples to characterize stockpiled soils, and locating acceptable disposal facilities for the contaminated soils.

Paul W. Martell, Jr., LEP, Senior Environmental Geologist – 24 years of experience - Responsible for staff assignments for specific sampling events, overall project QA/QC, and sample collection (as needed). Mr. Martell is a Licensed Environmental Professional (LEP) with 25 years of environmental consulting experience in Connecticut and throughout the Northeast. He is experienced in hydrogeologic and environmental investigations relating to soil and groundwater contamination at a variety of commercial and industrial properties, hazardous waste sites, and landfills. He is experienced in all aspects of groundwater monitoring and is responsible for the presentation, analysis and reporting of data for periodic or annual monitoring reports. Additional responsibilities include oversight of air monitoring program for recycling facilities. Mr. Martell’s project experience ranges from over 100 Phase I environmental site assessments to the design and oversight of large scale remediation projects. He is familiar with the Property Transfer Act, Voluntary Remediation Program, and with Connecticut’s Remediation Standard Regulations (RSRs).

M.S., Geology Texas Tech University, Lubbock, TX B.S., Geology, Rensselaer Polytechnic Institute, Troy, NY Licensed Environmental Professional 40 Hour HAZWOPER Training EPOC Member

2011 – Present: Anchor Engineering, Environmental Project Manager 2009 – 2011: Energy Solutions, Hydrogeologist 2003 – 2009: Loureiro Engineering Associates, Senior Project Hydrogeologist 1991 – 2003: Fuss & O’Neill, Field Scientist to Senior Project Hydrogeologist 1990 – 1991: IT Corporation, Hydrogeologist

Town of Manchester, CT Environmental Project Manager responsible for oversight of groundwater monitoring program for the Town. Monitoring includes groundwater and surface water sampling, and leachate assessment and sampling. Responsible for quarterly and annual reporting requirements to DEEP. ReEnergy Holding, LLC, Sterling, CT Environmental Project Manager for the investigation of groundwater with zinc concentrations above Groundwater Protection Criteria. Researched and developed remediation strategy for injecting lime slurry to raise groundwater pH and precipitate metals. Oversaw groundwater monitoring program to assess effectiveness of the lime injections. Directed the installation of additional monitoring wells to assess groundwater quality at the downgradient property boundary. Winters Brothers, Shelton, CT Environmental Project Manager for Phase I & II site assessments for two parcels in support of a property transfer. Developed investigation plan for soil borings, including interior borings through the building floor, to assess potential release areas. Directed monitoring well installations and groundwater sampling to assess groundwater quality. CWPM, New London, CT Environmental Project Manager for a Transfer Act site. Oversaw final soil remediation of the site. Coordinated post-remediation groundwater monitoring in support of Site Verification. Town of Warren Landfill, MA Environmental Project Manager responsible for oversight of groundwater monitoring program. Monitoring includes groundwater and surface water sample collection, and annual landfill gas monitoring. Responsible for semi-annual and annual reporting to MADEP. Town of Haddam Landfill, CT Environmental Project Manager responsible for groundwater related activities. Recycling Facilities, Various Locations, CT Environmental Project Manager responsible for oversight of air monitoring for lead and asbestos in fulfillment of Operating Permit requirements.

Patrick J. McKay, Senior Environmental Scientist – 13 years of experience - Responsible for sample collection and report preparation. Mr. McKay is responsible for a broad array of environmental services, including environmental site assessments, water and soil sampling, environmental data evaluation and reporting, remediation oversight, and air pollutant emissions estimates. Mr. McKay draws on his environmental and survey field experience to evaluate site physical and environmental conditions and implement design plans.

B.S., Natural Resources, University of Connecticut, Storrs Capitol Region Council of 636 Governments Licensed Lead Inspector & Licensed Asbestos Project Monitor – CT OSHA 1910.120 40-Hour Health & Safety Training DEEP Certified Operator, CT Landfill, Transfer Station, or Volume Reduction Facility (Oct. 2014) 40-Hour Asbestos Project Monitor Training Landfill Gas Flare School, John Zink Co., April 2003 Expedited Site Assessment, UCONN, April 2002 Sergeant First Class, National Guard Platoon Sergeant

2002 – Present: Anchor Engineering, Senior Environmental Scientist, Survey Crew Member 1998 – 2002: Surveying Associates, P.C., Land Surveyor 1998 – 1998: Golden Aerial Surveys, Photogrammetry 1989 – Present: United States Military, Staff Sergeant, recently promoted to Platoon Sergeant, Sergeant First Class

Sound Development Group, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, collection of soil and groundwater samples, survey level runs, and report writing. TD Bank, NA, various locations, CT and MA Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Murphy Road Recycling, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing. Responsible for training junior employees in the conduct of site assessments on complex industrial facilities. Winter Brothers, Shelton, CT Environmental Scientist responsible for Phase I & Phase II Environmental Site Assessments, lead and asbestos air monitoring, environmental permitting, and stormwater monitoring of two DEEP permitted solid waste facilities. Activities included environmental due diligence research, site inspections, installation of borings and monitoring wells, collection of soil and groundwater samples, review of soil and groundwater data against regulatory criteria, lead and asbestos air sampling, DEEP General Permit registration, collection of stormwater samples, and report writing.

12/17/2015 ProPark, LLC, Various Locations BidSync p. 76 Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Town of Manchester, Manchester, CT Environmental Scientist responsible for Phase I Environmental Site Assessments for multiple projects sites throughout the municipality. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing.

Eric A. Andruk, Environmental Scientist – 3 years of experience - Responsible for sample collection and report preparation. Mr. Andruk provides a wide range of environmental field sampling and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Andruk provides decomposition gas monitoring services at solid waste facilities. He oversees a database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. In addition, Mr. Andruk performs Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on remediation projects, including UST removals, directs and oversees contractor activities, collects confirmatory and waste characterization samples, and prepares closure reports.

B.S., Environmental Earth Science, Eastern Connecticut State University, Willimantic 40 Hour OSHA HAZWOPER Training

2012 – Present: Anchor Engineering, Environmental Scientist 2008 – 2010: Nature Conservatory, Field Surveyor

Town of Manchester, CT Environmental Scientist responsible for permit assistance/compliance and environmental monitoring. Activities include groundwater, surface water, leachate, industrial stormwater and landfill gas monitoring and reporting. Waste Management, Putnam, CT Environmental Scientist responsible for groundwater, surface water, leachate and in-stream river monitoring for ash disposal landfill. Town of Waterford, CT Environmental scientist responsible for stormwater, groundwater, surface water, leachate and decomposition gas monitoring as closed Town landfill and DPW Facility. Town of Warren, MA Environmental Scientist responsible for groundwater, surface water, leachate, decomposition gas sampling and monitoring well installations for post-closure landfill monitoring program. City of Waterbury, CT Underground storage tank removal oversight and reporting Town of Old Lyme, CT Bedrock well installation for post-closure monitoring program, landfill gas monitoring, and water quality sampling and reporting

Stefan Zessin, Environmental Technician – 6 years of experience - Responsible for sample collection and report preparation. Mr. Zessin provides a wide range of environmental field sampling, construction monitoring and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Zessin provides decomposition gas monitoring services at solid waste facilities. He has worked within a multi-year database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. Mr. Zessin had worked on the monitoring of the Wheelabrator Putnam Ash landfill and on the Manchester Landfill each year since 2008. In addition, Mr. Zessin assists in the completion of Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on excavation projects, including working with the monitoring of contractor activities, collects confirmatory and waste characterization samples, and preparation of reports.

University of Connecticut, Storrs 2010-2013; Coursework in Sciences Central Connecticut State University, New Britain 2008-2009; Course work in Civil Engineering Technology, Surveying & Sciences Anchor Engineering Services, Inc., Field Manual Anchor Engineering Services, Inc., Health & Safety Plan

2008 – Present: Anchor Engineering, Environmental Field Scientist

Town of Coventry, CT Post closure groundwater and surface water sampling for landfill permit compliance. Waste Management, Putnam, CT Groundwater, surface water, and leachate monitoring for ash disposal area permit compliance. Town of Manchester, CT Groundwater, surface water and leacahate monitoring for landfill permit compliance. Stormwater sampling at Town facilities Willimantic Waste Paper, Willimantic, CT Phase III environmental sampling, remediation oversight, confirmatory sampling, and waste characterization. Industrial stormwater compliance monitoring. Town of Old Lyme, CT Groundwater, surface water, leachate and landfill gas monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities. Murphy Road Recycling, CT Stormwater monitoring and reporting for industrial stormwater compliance at various sites around the state.. City of Stamford, CT Permit assistance and in stream monitoring and reporting for stormwater compliance. Industrial stormwater monitoring at Town facilities. Town of Warren, MA Post closure groundwater, surface water and leachate and reporting for landfill permit compliance. ReEnergy, Sterling, CT Post remediation groundwater sampling and reporting. Town of Haddam, CT Post closure groundwater, surface water and leachate monitoring and reporting for landfill permit compliance. Town of Waterford, CT Post closure water quality monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities.

T.J. Therriault, Environmental Engineer – 7 years of experience - Responsible for sample collection and report preparation. Mr. Therriault is an Environmental Project Engineer with over ten years of civil and environmental engineering, construction monitoring and management, and environmental consulting experience throughout Connecticut, Massachusetts, and Florida. Throughout his professional career, he has worked in all areas of the consulting field, including construction monitoring and facility compliance audits at a variety of solid waste facilities. His experience also includes local and state permitting for solid waste facilities, groundwater discharge permitting, stormwater management and permitting, facility operation and management plans, water quality monitoring programs, landfill gas (LFG) investigations and monitoring programs, LFG wellfield operations and regulatory compliance, and feasibility studies. His projects focus on practical applications of his technical and regulatory knowledge. As a Construction Documents Technologist (CDT), Mr. Therriault has a comprehensive knowledge of the writing and management of construction documents and demonstrates knowledge of general conditions of contracts in common use and the Construction Specifications Institute (CSI) recommended procedures for project manual organization.

B.S., Environmental Engineering Wentworth Institute of Technology Boston, MA Engineer Intern in Training (EIT) Certified Solid Waste Facility Operator, CT Construction Documents Technologist, Construction Specifications Institute OSHA 40-Hour HAZWOPER Training & 8-Hour Refresher Trainings Connecticut Recyclers Coalition Member Eagle Scout, Boy Scouts of America

2014 – Present: Anchor Engineering, Environmental Project Engineer 2010 – 2014: Arcadis-US, Inc., Environmental Consultant 2008 – 2010: Malcolm Pirnie, Inc., Environmental Project Engineer 2005 – 2008: ES Consultants, Inc., Project Engineer

Waste-to-Energy & Materials Recovery Facility Monitoring, Broward County, FL Assistant Project Manager conducting audits and preparing reports concentrating on safety, cleanliness, structural integrity and operational and maintenance procedures ensuring that the facilities were operated in compliance with permit requirements and the most recent industry standards and practices. Waste-to-Energy Facility Design and Construction, West Palm Beach, FL Environmental Consultant and Lead QA/QC Monitor for providing technical review of contractor submittals issued for client review for the design of a 3,000 ton-per-day WTE facility. Provided construction monitoring and technical support identifying construction techniques, construction and safety issues and resolutions, meeting project milestones, and reviewing design and regulatory compliance. Verified that construction of the facility was in compliance with the design/build contract and prudent industry standards. Ash Landfill Phase Closure, Putnam, CT Environmental Project Engineer for providing on-site construction oversight for the landfill phase closure to certify that construction was completed in accordance with the contract documents and prudent industry standards. Conducted construction quality assurance services including inspections of construction materials and installation procedures. Reported and maintained the necessary records and technical data for evaluation and inclusion during the development of the construction certification report. Solid Waste, Groundwater and Stormwater Permitting, Various Locations throughout CT Environmental Project Engineer for completing applications for general and individual solid waste, groundwater and stormwater permits for various municipal and private clients throughout Connecticut. Compiled stormwater pollution prevention (SWPP) plans, operations and maintenance (O&M) plans and spill prevention, control and countermeasure (SPCC) plans in accordance with permit requirements. Conducted periodic audits at a variety of facilities ensuring that each facility was being operated in compliance with the permit requirements. Compiled periodic and annual reports documenting facility operational conditions in compliance with permitted requirements.

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Stamford, Tyler Theder, (203) 977-5281 (2) Waterford, Kristin Zawacki, (860) 444-5864 (3) Manchester, Ken Longo, (860) 647-3244 (4) Southington, Keith Hayden, (860) 276-6236

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, Anchor Engineering has the available staff resources and sufficient availability in our workload to implement and successfully complete the required stormwater monitoring services in accordance with all required DEEP schedules. Our six full-time environmental staff members are available during all representative precipitation events to collect samples; they routinely collect stormwater samples during “off hours” to ensure that samples are collected on time. In addition, our survey crew has been trained in proper sample collection procedures and protocols and are typically available for stormwater sample collection.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental and New England Bioassay have demonstrated the ability to handle a variety of different types of analyses on time-sensitive projects. Anchor Engineering routinely uses these two firms for stormwater analyses. Due to the nature of the work and its timing, we may be submitting 15 to 25 samples at once and they always have adequate resources and staffing to complete the work on time. For other project types, we often request one or two day lab turn-arounds on analyses and they have been able to answer the call. We are confident in the ability to adequately staff and complete time-sensitive projects.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Anchor Engineering prefers to have access to the sites and discharge locations to be able to collect the samples ourselves rather than have municipal personnel collect the samples. In this way, the responsibilities of all parties involved are clear. Anchor Engineering is responsible for collection of all samples, ensuring that the appropriate laboratory analyses are performed, completing the stormwater monitoring report, and making sure that the schedules are met. The municipalities are responsible for reviewing and signing the stormwater monitoring reports (SMRs).

6 5 Supplier: Anchor Engineering Serv.,Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Anchor Engineering Services, Inc. is a Connecticut corporation headquartered in Glastonbury. We have been in business for over twenty-two year and our very first project was a stormwater project. To this day, we continue to provide stormwater planning, permitting, management, design, and monitoring services to public and private clients throughout the State. Currently, we are providing Phase I & II stormwater monitoring and reporting for over 80 Connecticut sites, including the City of Stamford which has the largest MS4 stormwater monitoring program in the State.

Anchor Engineering proposes to utilize Phoenix Environmental Laboratories and New England Bioassay, both of Manchester, for chemical and aquatic toxicity analyses, respectively, on this project. Both labs are certified by the CT Department of Public Health. The Anchor – Phoenix – NEB team has worked successfully on hundreds of stormwater samples over the past two decades.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Anchor Engineering proposes the following team to complete the stormwater monitoring and reporting services required by this scope of services.

D. Scott Atkin, LEP, Principal – 26 years of experience - Primary contact for the municipalities, responsible for the overall completion of the work, and sample collection (northern CT). Mr. Atkin is a Principal and Environmental Project Manager with over twenty-five years of environmental engineering and consulting experience throughout Connecticut, Massachusetts, and New York. He has worked on a wide variety of environmental site assessment projects, including Phase I, II, and III site assessments, remedial action plan (RAP) development and implementation, and post-remediation monitoring programs. As a Connecticut DEEP Licensed Environmental Professional (LEP), Mr. Atkin has been delegated the authority for the inspection, assessment, and remediation of known and suspected to be contaminated properties in accordance with Connecticut’s Remediation Standard Regulations (RSRs). He had made it a focus of his professional career to provide his site assessment clients with clear information and direction so that they can best evaluate the business risks associated with the environmental components of their projects.

B.S., Civil Engineering University of Massachusetts, Amherst Lic. Environmental Professional, CT OSHA 40 Hour HAZWOPER & 8 Hour Supervisor Training Class A/B Underground Storage Tank Operator, CT EPOC Member EPA Spill Prevention/Control & Countermeasures Plan Training Certified Solid Waste Facility Operator, CT SWANA/Landfill Gas Management Training Chi Epsilon, National Civil Engineering Honor Society

1993 – Present: Anchor Engineering, Principal/Environmental Project Manager 1989 – 1993: Fuss & O’Neill, Inc., Environmental Engineer/Field Scientist 1988 – 1989: Massachusetts Department of Environmental Protection: Region IV Summer Intern

Tarbox Road, LLC Property Purchase, Plainfield, CT Environmental Project Manager responsible for environmental due diligence on this former EPA Superfund National Priority List (NPL) site. Determined that the Responsible Parties had not completed cleanup activities in one area of the site and supervised the excavation and disposal of impacted soils. Obtained bona fide prospective purchaser (BFPP) status for the property owners from EPA and a Covenant Not to Sue from the DEEP. As a result of these due diligence activities and liability limitation agreements, the site was able to secure over $200 million in funding for the development of a 43 MW renewable energy power plant. During initial construction activities, this site was the subject of an eco-terrorism incident. Provided emergency response services at the time of discovery to limit the degree and impact of oils, metals, and asbestos released onto the property. Worked with the spill contractors, DEEP, and state and federal law enforcement to complete and document the investigation and remediation activities. Waterford Department of Public Works, Waterford, CT Environmental Project Manager responsible for the investigation and remediation of the DPW Facility, which is located on a hazardous waste site. The scope of services included investigating the soil and groundwater impacts from the former textile dyeing facility regulated under the EPA’s CERCLA regulations, approximately 35 years of on-site DPW operations, the police shooting range, and the school bus lot. Upon completion of the investigation, we worked with Town staff to secure all local approvals and funding for the remediation project concurrent with the construction of a new transfer station behind the DPW building. Designed remedial actions including soil excavation, construction dewatering water management and permitting, and an engineered control (EC) that including capping contaminated soils beneath the bus lot in place with a geomembrane cover, clean fill, and fresh asphalt. Developed plans, specifications, and contract bid documents for the construction activities. Supervised on-site remediation activities, including collecting and evaluating confirmatory soil samples from excavations, overseeing the WSAs, preparing and signing waste shipping logs, and evaluating hazardous waste disposal facilities for the lead- impacted soils from the shooting range. Sound Development, Trumbull, CT Environmental Project Manager for Phase III site assessment and remedial action plan for a former electronic manufacturing facility which was demolished and developed into student housing. Investigated the degree and extent of previously detected impacts to develop a remediation strategy that accounted for future residential development of the site. Designed a passive ventilation system and vapor barrier system as part of this overall remediation strategy. Shunpike Village Shops II, Rocky Hill, CT Environmental Project Manager for Phase I environmental site assessment of shopping mall for property refinance. During the Phase I, noticed a release of contaminated liquid from the on-site dry cleaning tenant. Performed Phase II and III environmental site investigations to confirm the release of perchloroethylene (perc) into the ground and to confirm the degree and extent of soil and groundwater impacts. Oversaw the removal of perc at the source of contamination to limit future spread of contaminants. When the dry cleaner hired its own consultant to obtain cleanup funding from the former State Dry Cleaners Cleanup Fund, represented the property owner’s interest as environmental professional. After a lawsuit was filed by the property owner against the tenant, provided expert court testimony on the site investigations and proposed remediation action plan. Currently, we are performing post-remediation monitored natural attenuation groundwater monitoring activities. Willimantic Waste Paper Maintenance Garage, Windham, CT Environmental Project Manager for environmental due diligence activities associated with the former use of the property as a utility pole treatment and storage yard prior to the purchase of the property by Willimantic Waste Paper. Investigated soil and groundwater impacts and developed management strategies to address these impacts. Brooks Brothers Group, Enfield, CT Environmental Project Manager for Phase I environmental site assessments of warehouse distribution center and corporate office properties in Enfield. Office property included review of former leaking underground storage and adequacy of cleanup measures to assess potential business risk associated with historic release(s). Day Street Bridge, Seymour, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Approximately 3,000 tons of contaminated soils from off-site manufacturing (mill) operations were excavated, stockpiled, characterized, and properly disposed of at off-site facilities in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. Cook Hill Road Bridge, Killingly, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Contaminated soils were excavated, stockpiled, characterized, and properly disposed of at an off-site facility in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. DOT Bolton Maintenance Facility, Bolton, CT Environmental Engineer working for construction contractor when contaminated soils were detected during site development activities. The scope of services provided included determining the limits of the impacted soils within the project limits, assisting the contractor with establishing and managing waste stockpile areas (WSAs), collecting confirmatory soil samples to evaluate the limits of soil excavation, collecting excavated soil samples to characterize stockpiled soils, and locating acceptable disposal facilities for the contaminated soils.

Paul W. Martell, Jr., LEP, Senior Environmental Geologist – 24 years of experience - Responsible for staff assignments for specific sampling events, overall project QA/QC, and sample collection (as needed). Mr. Martell is a Licensed Environmental Professional (LEP) with 25 years of environmental consulting experience in Connecticut and throughout the Northeast. He is experienced in hydrogeologic and environmental investigations relating to soil and groundwater contamination at a variety of commercial and industrial properties, hazardous waste sites, and landfills. He is experienced in all aspects of groundwater monitoring and is responsible for the presentation, analysis and reporting of data for periodic or annual monitoring reports. Additional responsibilities include oversight of air monitoring program for recycling facilities. Mr. Martell’s project experience ranges from over 100 Phase I environmental site assessments to the design and oversight of large scale remediation projects. He is familiar with the Property Transfer Act, Voluntary Remediation Program, and with Connecticut’s Remediation Standard Regulations (RSRs).

M.S., Geology Texas Tech University, Lubbock, TX B.S., Geology, Rensselaer Polytechnic Institute, Troy, NY Licensed Environmental Professional 40 Hour HAZWOPER Training EPOC Member

2011 – Present: Anchor Engineering, Environmental Project Manager 2009 – 2011: Energy Solutions, Hydrogeologist 2003 – 2009: Loureiro Engineering Associates, Senior Project Hydrogeologist 1991 – 2003: Fuss & O’Neill, Field Scientist to Senior Project Hydrogeologist 1990 – 1991: IT Corporation, Hydrogeologist

Town of Manchester, CT Environmental Project Manager responsible for oversight of groundwater monitoring program for the Town. Monitoring includes groundwater and surface water sampling, and leachate assessment and sampling. Responsible for quarterly and annual reporting requirements to DEEP. ReEnergy Holding, LLC, Sterling, CT Environmental Project Manager for the investigation of groundwater with zinc concentrations above Groundwater Protection Criteria. Researched and developed remediation strategy for injecting lime slurry to raise groundwater pH and precipitate metals. Oversaw groundwater monitoring program to assess effectiveness of the lime injections. Directed the installation of additional monitoring wells to assess groundwater quality at the downgradient property boundary. Winters Brothers, Shelton, CT Environmental Project Manager for Phase I & II site assessments for two parcels in support of a property transfer. Developed investigation plan for soil borings, including interior borings through the building floor, to assess potential release areas. Directed monitoring well installations and groundwater sampling to assess groundwater quality. CWPM, New London, CT Environmental Project Manager for a Transfer Act site. Oversaw final soil remediation of the site. Coordinated post-remediation groundwater monitoring in support of Site Verification. Town of Warren Landfill, MA Environmental Project Manager responsible for oversight of groundwater monitoring program. Monitoring includes groundwater and surface water sample collection, and annual landfill gas monitoring. Responsible for semi-annual and annual reporting to MADEP. Town of Haddam Landfill, CT Environmental Project Manager responsible for groundwater related activities. Recycling Facilities, Various Locations, CT Environmental Project Manager responsible for oversight of air monitoring for lead and asbestos in fulfillment of Operating Permit requirements.

Patrick J. McKay, Senior Environmental Scientist – 13 years of experience - Responsible for sample collection and report preparation. Mr. McKay is responsible for a broad array of environmental services, including environmental site assessments, water and soil sampling, environmental data evaluation and reporting, remediation oversight, and air pollutant emissions estimates. Mr. McKay draws on his environmental and survey field experience to evaluate site physical and environmental conditions and implement design plans.

B.S., Natural Resources, University of Connecticut, Storrs

Licensed Lead Inspector & Licensed Asbestos Project Monitor – CT OSHA 1910.120 40-Hour Health & Safety Training DEEP Certified Operator, CT Landfill, Transfer Station, or Volume Reduction Facility (Oct. 2014) 40-Hour Asbestos Project Monitor Training Landfill Gas Flare School, John Zink Co., April 2003 Expedited Site Assessment, UCONN, April 2002 Sergeant First Class, National Guard Platoon Sergeant

2002 – Present: Anchor Engineering, Senior Environmental Scientist, Survey Crew Member 1998 – 2002: Surveying Associates, P.C., Land Surveyor 1998 – 1998: Golden Aerial Surveys, Photogrammetry 1989 – Present: United States Military, Staff Sergeant, recently promoted to Platoon Sergeant, Sergeant First Class

Sound Development Group, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, collection of soil and groundwater samples, survey level runs, and report writing. TD Bank, NA, various locations, CT and MA Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Murphy Road Recycling, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing. Responsible for training junior employees in the conduct of site assessments on complex industrial facilities. Winter Brothers, Shelton, CT Environmental Scientist responsible for Phase I & Phase II Environmental Site Assessments, lead and asbestos air monitoring, environmental permitting, and stormwater monitoring of two DEEP permitted solid waste facilities. Activities included environmental due diligence research, site inspections, installation of borings and monitoring wells, collection of soil and groundwater samples, review of soil and groundwater data against regulatory criteria, lead and asbestos air sampling, DEEP General Permit registration, Capitol Region Council of 636 collection of stormwater samples, and reportGovernments writing. ProPark, LLC, Various Locations Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Town of Manchester, Manchester, CT Environmental Scientist responsible for Phase I Environmental Site Assessments for multiple projects sites throughout the municipality. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing.

Eric A. Andruk, Environmental Scientist – 3 years of experience - Responsible for sample collection and report preparation. Mr. Andruk provides a wide range of environmental field sampling and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Andruk provides decomposition gas monitoring services at solid waste facilities. He oversees a database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. In addition, Mr. Andruk performs Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on remediation projects, including UST removals, directs and oversees contractor activities, collects confirmatory and waste characterization samples, and prepares closure reports.

B.S., Environmental Earth Science, Eastern Connecticut State University, Willimantic 40 Hour OSHA HAZWOPER Training

2012 – Present: Anchor Engineering, Environmental Scientist 2008 – 2010: Nature Conservatory, Field Surveyor

Town of Manchester, CT Environmental Scientist responsible for permit assistance/compliance and environmental monitoring. Activities include groundwater, surface water, leachate, industrial stormwater and landfill gas monitoring and reporting. Waste Management, Putnam, CT Environmental Scientist responsible for groundwater, surface water, leachate and in-stream river monitoring for ash disposal landfill. Town of Waterford, CT Environmental scientist responsible for stormwater, groundwater, surface water, leachate and decomposition gas monitoring as closed Town landfill and DPW Facility. Town of Warren, MA 12/17/2015 Environmental Scientist responsible for groundwater,BidSync surface water, leachate, p. 77 decomposition gas sampling and monitoring well installations for post-closure landfill monitoring program. City of Waterbury, CT Underground storage tank removal oversight and reporting Town of Old Lyme, CT Bedrock well installation for post-closure monitoring program, landfill gas monitoring, and water quality sampling and reporting

Stefan Zessin, Environmental Technician – 6 years of experience - Responsible for sample collection and report preparation. Mr. Zessin provides a wide range of environmental field sampling, construction monitoring and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Zessin provides decomposition gas monitoring services at solid waste facilities. He has worked within a multi-year database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. Mr. Zessin had worked on the monitoring of the Wheelabrator Putnam Ash landfill and on the Manchester Landfill each year since 2008. In addition, Mr. Zessin assists in the completion of Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on excavation projects, including working with the monitoring of contractor activities, collects confirmatory and waste characterization samples, and preparation of reports.

University of Connecticut, Storrs 2010-2013; Coursework in Sciences Central Connecticut State University, New Britain 2008-2009; Course work in Civil Engineering Technology, Surveying & Sciences Anchor Engineering Services, Inc., Field Manual Anchor Engineering Services, Inc., Health & Safety Plan

2008 – Present: Anchor Engineering, Environmental Field Scientist

Town of Coventry, CT Post closure groundwater and surface water sampling for landfill permit compliance. Waste Management, Putnam, CT Groundwater, surface water, and leachate monitoring for ash disposal area permit compliance. Town of Manchester, CT Groundwater, surface water and leacahate monitoring for landfill permit compliance. Stormwater sampling at Town facilities Willimantic Waste Paper, Willimantic, CT Phase III environmental sampling, remediation oversight, confirmatory sampling, and waste characterization. Industrial stormwater compliance monitoring. Town of Old Lyme, CT Groundwater, surface water, leachate and landfill gas monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities. Murphy Road Recycling, CT Stormwater monitoring and reporting for industrial stormwater compliance at various sites around the state.. City of Stamford, CT Permit assistance and in stream monitoring and reporting for stormwater compliance. Industrial stormwater monitoring at Town facilities. Town of Warren, MA Post closure groundwater, surface water and leachate and reporting for landfill permit compliance. ReEnergy, Sterling, CT Post remediation groundwater sampling and reporting. Town of Haddam, CT Post closure groundwater, surface water and leachate monitoring and reporting for landfill permit compliance. Town of Waterford, CT Post closure water quality monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities.

T.J. Therriault, Environmental Engineer – 7 years of experience - Responsible for sample collection and report preparation. Mr. Therriault is an Environmental Project Engineer with over ten years of civil and environmental engineering, construction monitoring and management, and environmental consulting experience throughout Connecticut, Massachusetts, and Florida. Throughout his professional career, he has worked in all areas of the consulting field, including construction monitoring and facility compliance audits at a variety of solid waste facilities. His experience also includes local and state permitting for solid waste facilities, groundwater discharge permitting, stormwater management and permitting, facility operation and management plans, water quality monitoring programs, landfill gas (LFG) investigations and monitoring programs, LFG wellfield operations and regulatory compliance, and feasibility studies. His projects focus on practical applications of his technical and regulatory knowledge. As a Construction Documents Technologist (CDT), Mr. Therriault has a comprehensive knowledge of the writing and management of construction documents and demonstrates knowledge of general conditions of contracts in common use and the Construction Specifications Institute (CSI) recommended procedures for project manual organization.

B.S., Environmental Engineering Wentworth Institute of Technology Boston, MA Engineer Intern in Training (EIT) Certified Solid Waste Facility Operator, CT Construction Documents Technologist, Construction Specifications Institute OSHA 40-Hour HAZWOPER Training & 8-Hour Refresher Trainings Connecticut Recyclers Coalition Member Eagle Scout, Boy Scouts of America

2014 – Present: Anchor Engineering, Environmental Project Engineer 2010 – 2014: Arcadis-US, Inc., Environmental Consultant 2008 – 2010: Malcolm Pirnie, Inc., Environmental Project Engineer 2005 – 2008: ES Consultants, Inc., Project Engineer

Waste-to-Energy & Materials Recovery Facility Monitoring, Broward County, FL Assistant Project Manager conducting audits and preparing reports concentrating on safety, cleanliness, structural integrity and operational and maintenance procedures ensuring that the facilities were operated in compliance with permit requirements and the most recent industry standards and practices. Waste-to-Energy Facility Design and Construction, West Palm Beach, FL Environmental Consultant and Lead QA/QC Monitor for providing technical review of contractor submittals issued for client review for the design of a 3,000 ton-per-day WTE facility. Provided construction monitoring and technical support identifying construction techniques, construction and safety issues and resolutions, meeting project milestones, and reviewing design and regulatory compliance. Verified that construction of the facility was in compliance with the design/build contract and prudent industry standards. Ash Landfill Phase Closure, Putnam, CT Environmental Project Engineer for providing on-site construction oversight for the landfill phase closure to certify that construction was completed in accordance with the contract documents and prudent industry standards. Conducted construction quality assurance services including inspections of construction materials and installation procedures. Reported and maintained the necessary records and technical data for evaluation and inclusion during the development of the construction certification report. Solid Waste, Groundwater and Stormwater Permitting, Various Locations throughout CT Environmental Project Engineer for completing applications for general and individual solid waste, groundwater and stormwater permits for various municipal and private clients throughout Connecticut. Compiled stormwater pollution prevention (SWPP) plans, operations and maintenance (O&M) plans and spill prevention, control and countermeasure (SPCC) plans in accordance with permit requirements. Conducted periodic audits at a variety of facilities ensuring that each facility was being operated in compliance with the permit requirements. Compiled periodic and annual reports documenting facility operational conditions in compliance with permitted requirements.

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Stamford, Tyler Theder, (203) 977-5281 (2) Waterford, Kristin Zawacki, (860) 444-5864 (3) Manchester, Ken Longo, (860) 647-3244 (4) Southington, Keith Hayden, (860) 276-6236

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, Anchor Engineering has the available staff resources and sufficient availability in our workload to implement and successfully complete the required stormwater monitoring services in accordance with all required DEEP schedules. Our six full-time environmental staff members are available during all representative precipitation events to collect samples; they routinely collect stormwater samples during “off hours” to ensure that samples are collected on time. In addition, our survey crew has been trained in proper sample collection procedures and protocols and are typically available for stormwater sample collection.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental and New England Bioassay have demonstrated the ability to handle a variety of different types of analyses on time-sensitive projects. Anchor Engineering routinely uses these two firms for stormwater analyses. Due to the nature of the work and its timing, we may be submitting 15 to 25 samples at once and they always have adequate resources and staffing to complete the work on time. For other project types, we often request one or two day lab turn-arounds on analyses and they have been able to answer the call. We are confident in the ability to adequately staff and complete time-sensitive projects.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Anchor Engineering prefers to have access to the sites and discharge locations to be able to collect the samples ourselves rather than have municipal personnel collect the samples. In this way, the responsibilities of all parties involved are clear. Anchor Engineering is responsible for collection of all samples, ensuring that the appropriate laboratory analyses are performed, completing the stormwater monitoring report, and making sure that the schedules are met. The municipalities are responsible for reviewing and signing the stormwater monitoring reports (SMRs).

6 5 Supplier: Anchor Engineering Serv.,Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Anchor Engineering Services, Inc. is a Connecticut corporation headquartered in Glastonbury. We have been in business for over twenty-two year and our very first project was a stormwater project. To this day, we continue to provide stormwater planning, permitting, management, design, and monitoring services to public and private clients throughout the State. Currently, we are providing Phase I & II stormwater monitoring and reporting for over 80 Connecticut sites, including the City of Stamford which has the largest MS4 stormwater monitoring program in the State.

Anchor Engineering proposes to utilize Phoenix Environmental Laboratories and New England Bioassay, both of Manchester, for chemical and aquatic toxicity analyses, respectively, on this project. Both labs are certified by the CT Department of Public Health. The Anchor – Phoenix – NEB team has worked successfully on hundreds of stormwater samples over the past two decades.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Anchor Engineering proposes the following team to complete the stormwater monitoring and reporting services required by this scope of services.

D. Scott Atkin, LEP, Principal – 26 years of experience - Primary contact for the municipalities, responsible for the overall completion of the work, and sample collection (northern CT). Mr. Atkin is a Principal and Environmental Project Manager with over twenty-five years of environmental engineering and consulting experience throughout Connecticut, Massachusetts, and New York. He has worked on a wide variety of environmental site assessment projects, including Phase I, II, and III site assessments, remedial action plan (RAP) development and implementation, and post-remediation monitoring programs. As a Connecticut DEEP Licensed Environmental Professional (LEP), Mr. Atkin has been delegated the authority for the inspection, assessment, and remediation of known and suspected to be contaminated properties in accordance with Connecticut’s Remediation Standard Regulations (RSRs). He had made it a focus of his professional career to provide his site assessment clients with clear information and direction so that they can best evaluate the business risks associated with the environmental components of their projects.

B.S., Civil Engineering University of Massachusetts, Amherst Lic. Environmental Professional, CT OSHA 40 Hour HAZWOPER & 8 Hour Supervisor Training Class A/B Underground Storage Tank Operator, CT EPOC Member EPA Spill Prevention/Control & Countermeasures Plan Training Certified Solid Waste Facility Operator, CT SWANA/Landfill Gas Management Training Chi Epsilon, National Civil Engineering Honor Society

1993 – Present: Anchor Engineering, Principal/Environmental Project Manager 1989 – 1993: Fuss & O’Neill, Inc., Environmental Engineer/Field Scientist 1988 – 1989: Massachusetts Department of Environmental Protection: Region IV Summer Intern

Tarbox Road, LLC Property Purchase, Plainfield, CT Environmental Project Manager responsible for environmental due diligence on this former EPA Superfund National Priority List (NPL) site. Determined that the Responsible Parties had not completed cleanup activities in one area of the site and supervised the excavation and disposal of impacted soils. Obtained bona fide prospective purchaser (BFPP) status for the property owners from EPA and a Covenant Not to Sue from the DEEP. As a result of these due diligence activities and liability limitation agreements, the site was able to secure over $200 million in funding for the development of a 43 MW renewable energy power plant. During initial construction activities, this site was the subject of an eco-terrorism incident. Provided emergency response services at the time of discovery to limit the degree and impact of oils, metals, and asbestos released onto the property. Worked with the spill contractors, DEEP, and state and federal law enforcement to complete and document the investigation and remediation activities. Waterford Department of Public Works, Waterford, CT Environmental Project Manager responsible for the investigation and remediation of the DPW Facility, which is located on a hazardous waste site. The scope of services included investigating the soil and groundwater impacts from the former textile dyeing facility regulated under the EPA’s CERCLA regulations, approximately 35 years of on-site DPW operations, the police shooting range, and the school bus lot. Upon completion of the investigation, we worked with Town staff to secure all local approvals and funding for the remediation project concurrent with the construction of a new transfer station behind the DPW building. Designed remedial actions including soil excavation, construction dewatering water management and permitting, and an engineered control (EC) that including capping contaminated soils beneath the bus lot in place with a geomembrane cover, clean fill, and fresh asphalt. Developed plans, specifications, and contract bid documents for the construction activities. Supervised on-site remediation activities, including collecting and evaluating confirmatory soil samples from excavations, overseeing the WSAs, preparing and signing waste shipping logs, and evaluating hazardous waste disposal facilities for the lead- impacted soils from the shooting range. Sound Development, Trumbull, CT Environmental Project Manager for Phase III site assessment and remedial action plan for a former electronic manufacturing facility which was demolished and developed into student housing. Investigated the degree and extent of previously detected impacts to develop a remediation strategy that accounted for future residential development of the site. Designed a passive ventilation system and vapor barrier system as part of this overall remediation strategy. Shunpike Village Shops II, Rocky Hill, CT Environmental Project Manager for Phase I environmental site assessment of shopping mall for property refinance. During the Phase I, noticed a release of contaminated liquid from the on-site dry cleaning tenant. Performed Phase II and III environmental site investigations to confirm the release of perchloroethylene (perc) into the ground and to confirm the degree and extent of soil and groundwater impacts. Oversaw the removal of perc at the source of contamination to limit future spread of contaminants. When the dry cleaner hired its own consultant to obtain cleanup funding from the former State Dry Cleaners Cleanup Fund, represented the property owner’s interest as environmental professional. After a lawsuit was filed by the property owner against the tenant, provided expert court testimony on the site investigations and proposed remediation action plan. Currently, we are performing post-remediation monitored natural attenuation groundwater monitoring activities. Willimantic Waste Paper Maintenance Garage, Windham, CT Environmental Project Manager for environmental due diligence activities associated with the former use of the property as a utility pole treatment and storage yard prior to the purchase of the property by Willimantic Waste Paper. Investigated soil and groundwater impacts and developed management strategies to address these impacts. Brooks Brothers Group, Enfield, CT Environmental Project Manager for Phase I environmental site assessments of warehouse distribution center and corporate office properties in Enfield. Office property included review of former leaking underground storage and adequacy of cleanup measures to assess potential business risk associated with historic release(s). Day Street Bridge, Seymour, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Approximately 3,000 tons of contaminated soils from off-site manufacturing (mill) operations were excavated, stockpiled, characterized, and properly disposed of at off-site facilities in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. Cook Hill Road Bridge, Killingly, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Contaminated soils were excavated, stockpiled, characterized, and properly disposed of at an off-site facility in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. DOT Bolton Maintenance Facility, Bolton, CT Environmental Engineer working for construction contractor when contaminated soils were detected during site development activities. The scope of services provided included determining the limits of the impacted soils within the project limits, assisting the contractor with establishing and managing waste stockpile areas (WSAs), collecting confirmatory soil samples to evaluate the limits of soil excavation, collecting excavated soil samples to characterize stockpiled soils, and locating acceptable disposal facilities for the contaminated soils.

Paul W. Martell, Jr., LEP, Senior Environmental Geologist – 24 years of experience - Responsible for staff assignments for specific sampling events, overall project QA/QC, and sample collection (as needed). Mr. Martell is a Licensed Environmental Professional (LEP) with 25 years of environmental consulting experience in Connecticut and throughout the Northeast. He is experienced in hydrogeologic and environmental investigations relating to soil and groundwater contamination at a variety of commercial and industrial properties, hazardous waste sites, and landfills. He is experienced in all aspects of groundwater monitoring and is responsible for the presentation, analysis and reporting of data for periodic or annual monitoring reports. Additional responsibilities include oversight of air monitoring program for recycling facilities. Mr. Martell’s project experience ranges from over 100 Phase I environmental site assessments to the design and oversight of large scale remediation projects. He is familiar with the Property Transfer Act, Voluntary Remediation Program, and with Connecticut’s Remediation Standard Regulations (RSRs).

M.S., Geology Texas Tech University, Lubbock, TX B.S., Geology, Rensselaer Polytechnic Institute, Troy, NY Licensed Environmental Professional 40 Hour HAZWOPER Training EPOC Member

2011 – Present: Anchor Engineering, Environmental Project Manager 2009 – 2011: Energy Solutions, Hydrogeologist 2003 – 2009: Loureiro Engineering Associates, Senior Project Hydrogeologist 1991 – 2003: Fuss & O’Neill, Field Scientist to Senior Project Hydrogeologist 1990 – 1991: IT Corporation, Hydrogeologist

Town of Manchester, CT Environmental Project Manager responsible for oversight of groundwater monitoring program for the Town. Monitoring includes groundwater and surface water sampling, and leachate assessment and sampling. Responsible for quarterly and annual reporting requirements to DEEP. ReEnergy Holding, LLC, Sterling, CT Environmental Project Manager for the investigation of groundwater with zinc concentrations above Groundwater Protection Criteria. Researched and developed remediation strategy for injecting lime slurry to raise groundwater pH and precipitate metals. Oversaw groundwater monitoring program to assess effectiveness of the lime injections. Directed the installation of additional monitoring wells to assess groundwater quality at the downgradient property boundary. Winters Brothers, Shelton, CT Environmental Project Manager for Phase I & II site assessments for two parcels in support of a property transfer. Developed investigation plan for soil borings, including interior borings through the building floor, to assess potential release areas. Directed monitoring well installations and groundwater sampling to assess groundwater quality. CWPM, New London, CT Environmental Project Manager for a Transfer Act site. Oversaw final soil remediation of the site. Coordinated post-remediation groundwater monitoring in support of Site Verification. Town of Warren Landfill, MA Environmental Project Manager responsible for oversight of groundwater monitoring program. Monitoring includes groundwater and surface water sample collection, and annual landfill gas monitoring. Responsible for semi-annual and annual reporting to MADEP. Town of Haddam Landfill, CT Environmental Project Manager responsible for groundwater related activities. Recycling Facilities, Various Locations, CT Environmental Project Manager responsible for oversight of air monitoring for lead and asbestos in fulfillment of Operating Permit requirements.

Patrick J. McKay, Senior Environmental Scientist – 13 years of experience - Responsible for sample collection and report preparation. Mr. McKay is responsible for a broad array of environmental services, including environmental site assessments, water and soil sampling, environmental data evaluation and reporting, remediation oversight, and air pollutant emissions estimates. Mr. McKay draws on his environmental and survey field experience to evaluate site physical and environmental conditions and implement design plans.

B.S., Natural Resources, University of Connecticut, Storrs

Licensed Lead Inspector & Licensed Asbestos Project Monitor – CT OSHA 1910.120 40-Hour Health & Safety Training DEEP Certified Operator, CT Landfill, Transfer Station, or Volume Reduction Facility (Oct. 2014) 40-Hour Asbestos Project Monitor Training Landfill Gas Flare School, John Zink Co., April 2003 Expedited Site Assessment, UCONN, April 2002 Sergeant First Class, National Guard Platoon Sergeant

2002 – Present: Anchor Engineering, Senior Environmental Scientist, Survey Crew Member 1998 – 2002: Surveying Associates, P.C., Land Surveyor 1998 – 1998: Golden Aerial Surveys, Photogrammetry 1989 – Present: United States Military, Staff Sergeant, recently promoted to Platoon Sergeant, Sergeant First Class

Sound Development Group, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, collection of soil and groundwater samples, survey level runs, and report writing. TD Bank, NA, various locations, CT and MA Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Murphy Road Recycling, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing. Responsible for training junior employees in the conduct of site assessments on complex industrial facilities. Winter Brothers, Shelton, CT Environmental Scientist responsible for Phase I & Phase II Environmental Site Assessments, lead and asbestos air monitoring, environmental permitting, and stormwater monitoring of two DEEP permitted solid waste facilities. Activities included environmental due diligence research, site inspections, installation of borings and monitoring wells, collection of soil and groundwater samples, review of soil and groundwater data against regulatory criteria, lead and asbestos air sampling, DEEP General Permit registration, collection of stormwater samples, and report writing. ProPark, LLC, Various Locations Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Town of Manchester, Manchester, CT Environmental Scientist responsible for Phase I Environmental Site Assessments for multiple projects sites throughout the municipality. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing.

Eric A. Andruk, Environmental Scientist – 3 years of experience - Responsible for sample collection and report preparation. Mr. Andruk provides a wide range of environmental field sampling and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Andruk provides decomposition gas monitoring services at solid waste facilities. He oversees a database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. In addition, Mr. Andruk performs Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on remediation projects, including UST removals, directs and oversees contractor activities, collects confirmatory and waste characterization samples, and prepares closure reports.

B.S., Environmental Earth Science, Eastern Connecticut State University, Willimantic 40 Hour OSHA HAZWOPER Training

2012 – Present: Anchor Engineering, Environmental Scientist 2008 – 2010: Nature Conservatory, Field Surveyor

Town of Manchester, CT Environmental Scientist responsible for permit assistance/compliance and environmental monitoring. Activities include groundwater, surface water, leachate, industrial stormwater and landfill gas monitoring and reporting. Waste Management, Putnam, CT Environmental Scientist responsible for groundwater, surface water, leachate and in-stream river monitoring for ash disposal landfill. Town of Waterford, CT Environmental scientist responsible for stormwater, groundwater, surface water, leachate Capitol Region Council of 636 and decomposition gas monitoring as closedGovernments Town landfill and DPW Facility. Town of Warren, MA Environmental Scientist responsible for groundwater, surface water, leachate, decomposition gas sampling and monitoring well installations for post-closure landfill monitoring program. City of Waterbury, CT Underground storage tank removal oversight and reporting Town of Old Lyme, CT Bedrock well installation for post-closure monitoring program, landfill gas monitoring, and water quality sampling and reporting

Stefan Zessin, Environmental Technician – 6 years of experience - Responsible for sample collection and report preparation. Mr. Zessin provides a wide range of environmental field sampling, construction monitoring and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Zessin provides decomposition gas monitoring services at solid waste facilities. He has worked within a multi-year database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. Mr. Zessin had worked on the monitoring of the Wheelabrator Putnam Ash landfill and on the Manchester Landfill each year since 2008. In addition, Mr. Zessin assists in the completion of Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on excavation projects, including working with the monitoring of contractor activities, collects confirmatory and waste characterization samples, and preparation of reports.

University of Connecticut, Storrs 2010-2013; Coursework in Sciences Central Connecticut State University, New Britain 2008-2009; Course work in Civil Engineering Technology, Surveying & Sciences Anchor Engineering Services, Inc., Field Manual Anchor Engineering Services, Inc., Health & Safety Plan

2008 – Present: Anchor Engineering, Environmental Field Scientist

Town of Coventry, CT Post closure groundwater and surface water sampling for landfill permit compliance. Waste Management, Putnam, CT Groundwater, surface water, and leachate monitoring for ash disposal area permit compliance. Town of Manchester, CT Groundwater, surface water and leacahate monitoring for landfill permit compliance.

12/17/2015 Stormwater sampling at Town facilities BidSync p. 78 Willimantic Waste Paper, Willimantic, CT Phase III environmental sampling, remediation oversight, confirmatory sampling, and waste characterization. Industrial stormwater compliance monitoring. Town of Old Lyme, CT Groundwater, surface water, leachate and landfill gas monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities. Murphy Road Recycling, CT Stormwater monitoring and reporting for industrial stormwater compliance at various sites around the state.. City of Stamford, CT Permit assistance and in stream monitoring and reporting for stormwater compliance. Industrial stormwater monitoring at Town facilities. Town of Warren, MA Post closure groundwater, surface water and leachate and reporting for landfill permit compliance. ReEnergy, Sterling, CT Post remediation groundwater sampling and reporting. Town of Haddam, CT Post closure groundwater, surface water and leachate monitoring and reporting for landfill permit compliance. Town of Waterford, CT Post closure water quality monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities.

T.J. Therriault, Environmental Engineer – 7 years of experience - Responsible for sample collection and report preparation. Mr. Therriault is an Environmental Project Engineer with over ten years of civil and environmental engineering, construction monitoring and management, and environmental consulting experience throughout Connecticut, Massachusetts, and Florida. Throughout his professional career, he has worked in all areas of the consulting field, including construction monitoring and facility compliance audits at a variety of solid waste facilities. His experience also includes local and state permitting for solid waste facilities, groundwater discharge permitting, stormwater management and permitting, facility operation and management plans, water quality monitoring programs, landfill gas (LFG) investigations and monitoring programs, LFG wellfield operations and regulatory compliance, and feasibility studies. His projects focus on practical applications of his technical and regulatory knowledge. As a Construction Documents Technologist (CDT), Mr. Therriault has a comprehensive knowledge of the writing and management of construction documents and demonstrates knowledge of general conditions of contracts in common use and the Construction Specifications Institute (CSI) recommended procedures for project manual organization.

B.S., Environmental Engineering Wentworth Institute of Technology Boston, MA Engineer Intern in Training (EIT) Certified Solid Waste Facility Operator, CT Construction Documents Technologist, Construction Specifications Institute OSHA 40-Hour HAZWOPER Training & 8-Hour Refresher Trainings Connecticut Recyclers Coalition Member Eagle Scout, Boy Scouts of America

2014 – Present: Anchor Engineering, Environmental Project Engineer 2010 – 2014: Arcadis-US, Inc., Environmental Consultant 2008 – 2010: Malcolm Pirnie, Inc., Environmental Project Engineer 2005 – 2008: ES Consultants, Inc., Project Engineer

Waste-to-Energy & Materials Recovery Facility Monitoring, Broward County, FL Assistant Project Manager conducting audits and preparing reports concentrating on safety, cleanliness, structural integrity and operational and maintenance procedures ensuring that the facilities were operated in compliance with permit requirements and the most recent industry standards and practices. Waste-to-Energy Facility Design and Construction, West Palm Beach, FL Environmental Consultant and Lead QA/QC Monitor for providing technical review of contractor submittals issued for client review for the design of a 3,000 ton-per-day WTE facility. Provided construction monitoring and technical support identifying construction techniques, construction and safety issues and resolutions, meeting project milestones, and reviewing design and regulatory compliance. Verified that construction of the facility was in compliance with the design/build contract and prudent industry standards. Ash Landfill Phase Closure, Putnam, CT Environmental Project Engineer for providing on-site construction oversight for the landfill phase closure to certify that construction was completed in accordance with the contract documents and prudent industry standards. Conducted construction quality assurance services including inspections of construction materials and installation procedures. Reported and maintained the necessary records and technical data for evaluation and inclusion during the development of the construction certification report. Solid Waste, Groundwater and Stormwater Permitting, Various Locations throughout CT Environmental Project Engineer for completing applications for general and individual solid waste, groundwater and stormwater permits for various municipal and private clients throughout Connecticut. Compiled stormwater pollution prevention (SWPP) plans, operations and maintenance (O&M) plans and spill prevention, control and countermeasure (SPCC) plans in accordance with permit requirements. Conducted periodic audits at a variety of facilities ensuring that each facility was being operated in compliance with the permit requirements. Compiled periodic and annual reports documenting facility operational conditions in compliance with permitted requirements.

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Stamford, Tyler Theder, (203) 977-5281 (2) Waterford, Kristin Zawacki, (860) 444-5864 (3) Manchester, Ken Longo, (860) 647-3244 (4) Southington, Keith Hayden, (860) 276-6236

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, Anchor Engineering has the available staff resources and sufficient availability in our workload to implement and successfully complete the required stormwater monitoring services in accordance with all required DEEP schedules. Our six full-time environmental staff members are available during all representative precipitation events to collect samples; they routinely collect stormwater samples during “off hours” to ensure that samples are collected on time. In addition, our survey crew has been trained in proper sample collection procedures and protocols and are typically available for stormwater sample collection.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental and New England Bioassay have demonstrated the ability to handle a variety of different types of analyses on time-sensitive projects. Anchor Engineering routinely uses these two firms for stormwater analyses. Due to the nature of the work and its timing, we may be submitting 15 to 25 samples at once and they always have adequate resources and staffing to complete the work on time. For other project types, we often request one or two day lab turn-arounds on analyses and they have been able to answer the call. We are confident in the ability to adequately staff and complete time-sensitive projects.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Anchor Engineering prefers to have access to the sites and discharge locations to be able to collect the samples ourselves rather than have municipal personnel collect the samples. In this way, the responsibilities of all parties involved are clear. Anchor Engineering is responsible for collection of all samples, ensuring that the appropriate laboratory analyses are performed, completing the stormwater monitoring report, and making sure that the schedules are met. The municipalities are responsible for reviewing and signing the stormwater monitoring reports (SMRs).

6 5 Supplier: Anchor Engineering Serv.,Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Anchor Engineering Services, Inc. is a Connecticut corporation headquartered in Glastonbury. We have been in business for over twenty-two year and our very first project was a stormwater project. To this day, we continue to provide stormwater planning, permitting, management, design, and monitoring services to public and private clients throughout the State. Currently, we are providing Phase I & II stormwater monitoring and reporting for over 80 Connecticut sites, including the City of Stamford which has the largest MS4 stormwater monitoring program in the State.

Anchor Engineering proposes to utilize Phoenix Environmental Laboratories and New England Bioassay, both of Manchester, for chemical and aquatic toxicity analyses, respectively, on this project. Both labs are certified by the CT Department of Public Health. The Anchor – Phoenix – NEB team has worked successfully on hundreds of stormwater samples over the past two decades.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Anchor Engineering proposes the following team to complete the stormwater monitoring and reporting services required by this scope of services.

D. Scott Atkin, LEP, Principal – 26 years of experience - Primary contact for the municipalities, responsible for the overall completion of the work, and sample collection (northern CT). Mr. Atkin is a Principal and Environmental Project Manager with over twenty-five years of environmental engineering and consulting experience throughout Connecticut, Massachusetts, and New York. He has worked on a wide variety of environmental site assessment projects, including Phase I, II, and III site assessments, remedial action plan (RAP) development and implementation, and post-remediation monitoring programs. As a Connecticut DEEP Licensed Environmental Professional (LEP), Mr. Atkin has been delegated the authority for the inspection, assessment, and remediation of known and suspected to be contaminated properties in accordance with Connecticut’s Remediation Standard Regulations (RSRs). He had made it a focus of his professional career to provide his site assessment clients with clear information and direction so that they can best evaluate the business risks associated with the environmental components of their projects.

B.S., Civil Engineering University of Massachusetts, Amherst Lic. Environmental Professional, CT OSHA 40 Hour HAZWOPER & 8 Hour Supervisor Training Class A/B Underground Storage Tank Operator, CT EPOC Member EPA Spill Prevention/Control & Countermeasures Plan Training Certified Solid Waste Facility Operator, CT SWANA/Landfill Gas Management Training Chi Epsilon, National Civil Engineering Honor Society

1993 – Present: Anchor Engineering, Principal/Environmental Project Manager 1989 – 1993: Fuss & O’Neill, Inc., Environmental Engineer/Field Scientist 1988 – 1989: Massachusetts Department of Environmental Protection: Region IV Summer Intern

Tarbox Road, LLC Property Purchase, Plainfield, CT Environmental Project Manager responsible for environmental due diligence on this former EPA Superfund National Priority List (NPL) site. Determined that the Responsible Parties had not completed cleanup activities in one area of the site and supervised the excavation and disposal of impacted soils. Obtained bona fide prospective purchaser (BFPP) status for the property owners from EPA and a Covenant Not to Sue from the DEEP. As a result of these due diligence activities and liability limitation agreements, the site was able to secure over $200 million in funding for the development of a 43 MW renewable energy power plant. During initial construction activities, this site was the subject of an eco-terrorism incident. Provided emergency response services at the time of discovery to limit the degree and impact of oils, metals, and asbestos released onto the property. Worked with the spill contractors, DEEP, and state and federal law enforcement to complete and document the investigation and remediation activities. Waterford Department of Public Works, Waterford, CT Environmental Project Manager responsible for the investigation and remediation of the DPW Facility, which is located on a hazardous waste site. The scope of services included investigating the soil and groundwater impacts from the former textile dyeing facility regulated under the EPA’s CERCLA regulations, approximately 35 years of on-site DPW operations, the police shooting range, and the school bus lot. Upon completion of the investigation, we worked with Town staff to secure all local approvals and funding for the remediation project concurrent with the construction of a new transfer station behind the DPW building. Designed remedial actions including soil excavation, construction dewatering water management and permitting, and an engineered control (EC) that including capping contaminated soils beneath the bus lot in place with a geomembrane cover, clean fill, and fresh asphalt. Developed plans, specifications, and contract bid documents for the construction activities. Supervised on-site remediation activities, including collecting and evaluating confirmatory soil samples from excavations, overseeing the WSAs, preparing and signing waste shipping logs, and evaluating hazardous waste disposal facilities for the lead- impacted soils from the shooting range. Sound Development, Trumbull, CT Environmental Project Manager for Phase III site assessment and remedial action plan for a former electronic manufacturing facility which was demolished and developed into student housing. Investigated the degree and extent of previously detected impacts to develop a remediation strategy that accounted for future residential development of the site. Designed a passive ventilation system and vapor barrier system as part of this overall remediation strategy. Shunpike Village Shops II, Rocky Hill, CT Environmental Project Manager for Phase I environmental site assessment of shopping mall for property refinance. During the Phase I, noticed a release of contaminated liquid from the on-site dry cleaning tenant. Performed Phase II and III environmental site investigations to confirm the release of perchloroethylene (perc) into the ground and to confirm the degree and extent of soil and groundwater impacts. Oversaw the removal of perc at the source of contamination to limit future spread of contaminants. When the dry cleaner hired its own consultant to obtain cleanup funding from the former State Dry Cleaners Cleanup Fund, represented the property owner’s interest as environmental professional. After a lawsuit was filed by the property owner against the tenant, provided expert court testimony on the site investigations and proposed remediation action plan. Currently, we are performing post-remediation monitored natural attenuation groundwater monitoring activities. Willimantic Waste Paper Maintenance Garage, Windham, CT Environmental Project Manager for environmental due diligence activities associated with the former use of the property as a utility pole treatment and storage yard prior to the purchase of the property by Willimantic Waste Paper. Investigated soil and groundwater impacts and developed management strategies to address these impacts. Brooks Brothers Group, Enfield, CT Environmental Project Manager for Phase I environmental site assessments of warehouse distribution center and corporate office properties in Enfield. Office property included review of former leaking underground storage and adequacy of cleanup measures to assess potential business risk associated with historic release(s). Day Street Bridge, Seymour, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Approximately 3,000 tons of contaminated soils from off-site manufacturing (mill) operations were excavated, stockpiled, characterized, and properly disposed of at off-site facilities in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. Cook Hill Road Bridge, Killingly, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Contaminated soils were excavated, stockpiled, characterized, and properly disposed of at an off-site facility in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. DOT Bolton Maintenance Facility, Bolton, CT Environmental Engineer working for construction contractor when contaminated soils were detected during site development activities. The scope of services provided included determining the limits of the impacted soils within the project limits, assisting the contractor with establishing and managing waste stockpile areas (WSAs), collecting confirmatory soil samples to evaluate the limits of soil excavation, collecting excavated soil samples to characterize stockpiled soils, and locating acceptable disposal facilities for the contaminated soils.

Paul W. Martell, Jr., LEP, Senior Environmental Geologist – 24 years of experience - Responsible for staff assignments for specific sampling events, overall project QA/QC, and sample collection (as needed). Mr. Martell is a Licensed Environmental Professional (LEP) with 25 years of environmental consulting experience in Connecticut and throughout the Northeast. He is experienced in hydrogeologic and environmental investigations relating to soil and groundwater contamination at a variety of commercial and industrial properties, hazardous waste sites, and landfills. He is experienced in all aspects of groundwater monitoring and is responsible for the presentation, analysis and reporting of data for periodic or annual monitoring reports. Additional responsibilities include oversight of air monitoring program for recycling facilities. Mr. Martell’s project experience ranges from over 100 Phase I environmental site assessments to the design and oversight of large scale remediation projects. He is familiar with the Property Transfer Act, Voluntary Remediation Program, and with Connecticut’s Remediation Standard Regulations (RSRs).

M.S., Geology Texas Tech University, Lubbock, TX B.S., Geology, Rensselaer Polytechnic Institute, Troy, NY Licensed Environmental Professional 40 Hour HAZWOPER Training EPOC Member

2011 – Present: Anchor Engineering, Environmental Project Manager 2009 – 2011: Energy Solutions, Hydrogeologist 2003 – 2009: Loureiro Engineering Associates, Senior Project Hydrogeologist 1991 – 2003: Fuss & O’Neill, Field Scientist to Senior Project Hydrogeologist 1990 – 1991: IT Corporation, Hydrogeologist

Town of Manchester, CT Environmental Project Manager responsible for oversight of groundwater monitoring program for the Town. Monitoring includes groundwater and surface water sampling, and leachate assessment and sampling. Responsible for quarterly and annual reporting requirements to DEEP. ReEnergy Holding, LLC, Sterling, CT Environmental Project Manager for the investigation of groundwater with zinc concentrations above Groundwater Protection Criteria. Researched and developed remediation strategy for injecting lime slurry to raise groundwater pH and precipitate metals. Oversaw groundwater monitoring program to assess effectiveness of the lime injections. Directed the installation of additional monitoring wells to assess groundwater quality at the downgradient property boundary. Winters Brothers, Shelton, CT Environmental Project Manager for Phase I & II site assessments for two parcels in support of a property transfer. Developed investigation plan for soil borings, including interior borings through the building floor, to assess potential release areas. Directed monitoring well installations and groundwater sampling to assess groundwater quality. CWPM, New London, CT Environmental Project Manager for a Transfer Act site. Oversaw final soil remediation of the site. Coordinated post-remediation groundwater monitoring in support of Site Verification. Town of Warren Landfill, MA Environmental Project Manager responsible for oversight of groundwater monitoring program. Monitoring includes groundwater and surface water sample collection, and annual landfill gas monitoring. Responsible for semi-annual and annual reporting to MADEP. Town of Haddam Landfill, CT Environmental Project Manager responsible for groundwater related activities. Recycling Facilities, Various Locations, CT Environmental Project Manager responsible for oversight of air monitoring for lead and asbestos in fulfillment of Operating Permit requirements.

Patrick J. McKay, Senior Environmental Scientist – 13 years of experience - Responsible for sample collection and report preparation. Mr. McKay is responsible for a broad array of environmental services, including environmental site assessments, water and soil sampling, environmental data evaluation and reporting, remediation oversight, and air pollutant emissions estimates. Mr. McKay draws on his environmental and survey field experience to evaluate site physical and environmental conditions and implement design plans.

B.S., Natural Resources, University of Connecticut, Storrs

Licensed Lead Inspector & Licensed Asbestos Project Monitor – CT OSHA 1910.120 40-Hour Health & Safety Training DEEP Certified Operator, CT Landfill, Transfer Station, or Volume Reduction Facility (Oct. 2014) 40-Hour Asbestos Project Monitor Training Landfill Gas Flare School, John Zink Co., April 2003 Expedited Site Assessment, UCONN, April 2002 Sergeant First Class, National Guard Platoon Sergeant

2002 – Present: Anchor Engineering, Senior Environmental Scientist, Survey Crew Member 1998 – 2002: Surveying Associates, P.C., Land Surveyor 1998 – 1998: Golden Aerial Surveys, Photogrammetry 1989 – Present: United States Military, Staff Sergeant, recently promoted to Platoon Sergeant, Sergeant First Class

Sound Development Group, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, collection of soil and groundwater samples, survey level runs, and report writing. TD Bank, NA, various locations, CT and MA Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Murphy Road Recycling, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing. Responsible for training junior employees in the conduct of site assessments on complex industrial facilities. Winter Brothers, Shelton, CT Environmental Scientist responsible for Phase I & Phase II Environmental Site Assessments, lead and asbestos air monitoring, environmental permitting, and stormwater monitoring of two DEEP permitted solid waste facilities. Activities included environmental due diligence research, site inspections, installation of borings and monitoring wells, collection of soil and groundwater samples, review of soil and groundwater data against regulatory criteria, lead and asbestos air sampling, DEEP General Permit registration, collection of stormwater samples, and report writing. ProPark, LLC, Various Locations Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Town of Manchester, Manchester, CT Environmental Scientist responsible for Phase I Environmental Site Assessments for multiple projects sites throughout the municipality. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing.

Eric A. Andruk, Environmental Scientist – 3 years of experience - Responsible for sample collection and report preparation. Mr. Andruk provides a wide range of environmental field sampling and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Andruk provides decomposition gas monitoring services at solid waste facilities. He oversees a database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. In addition, Mr. Andruk performs Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on remediation projects, including UST removals, directs and oversees contractor activities, collects confirmatory and waste characterization samples, and prepares closure reports.

B.S., Environmental Earth Science, Eastern Connecticut State University, Willimantic 40 Hour OSHA HAZWOPER Training

2012 – Present: Anchor Engineering, Environmental Scientist 2008 – 2010: Nature Conservatory, Field Surveyor

Town of Manchester, CT Environmental Scientist responsible for permit assistance/compliance and environmental monitoring. Activities include groundwater, surface water, leachate, industrial stormwater and landfill gas monitoring and reporting. Waste Management, Putnam, CT Environmental Scientist responsible for groundwater, surface water, leachate and in-stream river monitoring for ash disposal landfill. Town of Waterford, CT Environmental scientist responsible for stormwater, groundwater, surface water, leachate and decomposition gas monitoring as closed Town landfill and DPW Facility. Town of Warren, MA Environmental Scientist responsible for groundwater, surface water, leachate, decomposition gas sampling and monitoring well installations for post-closure landfill monitoring program. City of Waterbury, CT Underground storage tank removal oversight and reporting Town of Old Lyme, CT Bedrock well installation for post-closure monitoring program, landfill gas monitoring, and water quality sampling and reporting

Stefan Zessin, Environmental Technician – 6 years of experience - Responsible for sample collection and report preparation. Mr. Zessin provides a wide range of environmental field sampling, construction monitoring and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Zessin provides decomposition gas monitoring services at solid waste facilities. He has worked within a multi-year database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. Mr. Zessin had worked on the monitoring of the Wheelabrator Putnam Ash landfill and on the Manchester Landfill each year since 2008. In addition, Mr. Zessin assists in the completion of Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on excavation projects, including working with the monitoring of contractor activities, collects confirmatory and waste characterization samples, and preparation of reports.

University of Connecticut, Storrs 2010-2013; Coursework in Sciences Central Connecticut State University, New Britain 2008-2009; Course work in Civil Engineering Technology, Surveying & Sciences Anchor Engineering Services, Inc., Field Manual Anchor Engineering Services, Inc., Health & Safety Plan

2008 – Present: Anchor Engineering, Environmental Field Scientist

Town of Coventry, CT Post closure groundwater and surface water sampling for landfill permit compliance. Waste Management, Putnam, CT Groundwater, surface water, and leachate monitoring for ash disposal area permit compliance. Town of Manchester, CT Capitol Region Council of 636 Groundwater, surface water and leacahateGovernments monitoring for landfill permit compliance. Stormwater sampling at Town facilities Willimantic Waste Paper, Willimantic, CT Phase III environmental sampling, remediation oversight, confirmatory sampling, and waste characterization. Industrial stormwater compliance monitoring. Town of Old Lyme, CT Groundwater, surface water, leachate and landfill gas monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities. Murphy Road Recycling, CT Stormwater monitoring and reporting for industrial stormwater compliance at various sites around the state.. City of Stamford, CT Permit assistance and in stream monitoring and reporting for stormwater compliance. Industrial stormwater monitoring at Town facilities. Town of Warren, MA Post closure groundwater, surface water and leachate and reporting for landfill permit compliance. ReEnergy, Sterling, CT Post remediation groundwater sampling and reporting. Town of Haddam, CT Post closure groundwater, surface water and leachate monitoring and reporting for landfill permit compliance. Town of Waterford, CT Post closure water quality monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities.

T.J. Therriault, Environmental Engineer – 7 years of experience - Responsible for sample collection and report preparation. Mr. Therriault is an Environmental Project Engineer with over ten years of civil and environmental engineering, construction monitoring and management, and environmental consulting experience throughout Connecticut, Massachusetts, and Florida. Throughout his professional career, he has worked in all areas of the consulting field, including construction monitoring and facility compliance audits at a variety of solid waste facilities. His experience also includes local and state permitting for solid waste facilities, groundwater discharge permitting, stormwater management and permitting, facility operation and management plans, water quality monitoring programs, landfill gas (LFG) investigations and monitoring programs, LFG wellfield operations and regulatory compliance, and feasibility studies. His projects focus on practical applications of his technical and regulatory knowledge. As a Construction Documents Technologist (CDT), Mr. Therriault has a comprehensive knowledge of the writing and management of construction documents and demonstrates knowledge of general conditions of contracts in common use and the Construction Specifications Institute (CSI) recommended procedures for project manual organization.

12/17/2015 B.S., Environmental Engineering WentworthBidSync Institute of Technology Boston, MA p. 79 Engineer Intern in Training (EIT) Certified Solid Waste Facility Operator, CT Construction Documents Technologist, Construction Specifications Institute OSHA 40-Hour HAZWOPER Training & 8-Hour Refresher Trainings Connecticut Recyclers Coalition Member Eagle Scout, Boy Scouts of America

2014 – Present: Anchor Engineering, Environmental Project Engineer 2010 – 2014: Arcadis-US, Inc., Environmental Consultant 2008 – 2010: Malcolm Pirnie, Inc., Environmental Project Engineer 2005 – 2008: ES Consultants, Inc., Project Engineer

Waste-to-Energy & Materials Recovery Facility Monitoring, Broward County, FL Assistant Project Manager conducting audits and preparing reports concentrating on safety, cleanliness, structural integrity and operational and maintenance procedures ensuring that the facilities were operated in compliance with permit requirements and the most recent industry standards and practices. Waste-to-Energy Facility Design and Construction, West Palm Beach, FL Environmental Consultant and Lead QA/QC Monitor for providing technical review of contractor submittals issued for client review for the design of a 3,000 ton-per-day WTE facility. Provided construction monitoring and technical support identifying construction techniques, construction and safety issues and resolutions, meeting project milestones, and reviewing design and regulatory compliance. Verified that construction of the facility was in compliance with the design/build contract and prudent industry standards. Ash Landfill Phase Closure, Putnam, CT Environmental Project Engineer for providing on-site construction oversight for the landfill phase closure to certify that construction was completed in accordance with the contract documents and prudent industry standards. Conducted construction quality assurance services including inspections of construction materials and installation procedures. Reported and maintained the necessary records and technical data for evaluation and inclusion during the development of the construction certification report. Solid Waste, Groundwater and Stormwater Permitting, Various Locations throughout CT Environmental Project Engineer for completing applications for general and individual solid waste, groundwater and stormwater permits for various municipal and private clients throughout Connecticut. Compiled stormwater pollution prevention (SWPP) plans, operations and maintenance (O&M) plans and spill prevention, control and countermeasure (SPCC) plans in accordance with permit requirements. Conducted periodic audits at a variety of facilities ensuring that each facility was being operated in compliance with the permit requirements. Compiled periodic and annual reports documenting facility operational conditions in compliance with permitted requirements.

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Stamford, Tyler Theder, (203) 977-5281 (2) Waterford, Kristin Zawacki, (860) 444-5864 (3) Manchester, Ken Longo, (860) 647-3244 (4) Southington, Keith Hayden, (860) 276-6236

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, Anchor Engineering has the available staff resources and sufficient availability in our workload to implement and successfully complete the required stormwater monitoring services in accordance with all required DEEP schedules. Our six full-time environmental staff members are available during all representative precipitation events to collect samples; they routinely collect stormwater samples during “off hours” to ensure that samples are collected on time. In addition, our survey crew has been trained in proper sample collection procedures and protocols and are typically available for stormwater sample collection.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental and New England Bioassay have demonstrated the ability to handle a variety of different types of analyses on time-sensitive projects. Anchor Engineering routinely uses these two firms for stormwater analyses. Due to the nature of the work and its timing, we may be submitting 15 to 25 samples at once and they always have adequate resources and staffing to complete the work on time. For other project types, we often request one or two day lab turn-arounds on analyses and they have been able to answer the call. We are confident in the ability to adequately staff and complete time-sensitive projects.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Anchor Engineering prefers to have access to the sites and discharge locations to be able to collect the samples ourselves rather than have municipal personnel collect the samples. In this way, the responsibilities of all parties involved are clear. Anchor Engineering is responsible for collection of all samples, ensuring that the appropriate laboratory analyses are performed, completing the stormwater monitoring report, and making sure that the schedules are met. The municipalities are responsible for reviewing and signing the stormwater monitoring reports (SMRs).

6 5 Supplier: Anchor Engineering Serv.,Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Anchor Engineering Services, Inc. is a Connecticut corporation headquartered in Glastonbury. We have been in business for over twenty-two year and our very first project was a stormwater project. To this day, we continue to provide stormwater planning, permitting, management, design, and monitoring services to public and private clients throughout the State. Currently, we are providing Phase I & II stormwater monitoring and reporting for over 80 Connecticut sites, including the City of Stamford which has the largest MS4 stormwater monitoring program in the State.

Anchor Engineering proposes to utilize Phoenix Environmental Laboratories and New England Bioassay, both of Manchester, for chemical and aquatic toxicity analyses, respectively, on this project. Both labs are certified by the CT Department of Public Health. The Anchor – Phoenix – NEB team has worked successfully on hundreds of stormwater samples over the past two decades.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Anchor Engineering proposes the following team to complete the stormwater monitoring and reporting services required by this scope of services.

D. Scott Atkin, LEP, Principal – 26 years of experience - Primary contact for the municipalities, responsible for the overall completion of the work, and sample collection (northern CT). Mr. Atkin is a Principal and Environmental Project Manager with over twenty-five years of environmental engineering and consulting experience throughout Connecticut, Massachusetts, and New York. He has worked on a wide variety of environmental site assessment projects, including Phase I, II, and III site assessments, remedial action plan (RAP) development and implementation, and post-remediation monitoring programs. As a Connecticut DEEP Licensed Environmental Professional (LEP), Mr. Atkin has been delegated the authority for the inspection, assessment, and remediation of known and suspected to be contaminated properties in accordance with Connecticut’s Remediation Standard Regulations (RSRs). He had made it a focus of his professional career to provide his site assessment clients with clear information and direction so that they can best evaluate the business risks associated with the environmental components of their projects.

B.S., Civil Engineering University of Massachusetts, Amherst Lic. Environmental Professional, CT OSHA 40 Hour HAZWOPER & 8 Hour Supervisor Training Class A/B Underground Storage Tank Operator, CT EPOC Member EPA Spill Prevention/Control & Countermeasures Plan Training Certified Solid Waste Facility Operator, CT SWANA/Landfill Gas Management Training Chi Epsilon, National Civil Engineering Honor Society

1993 – Present: Anchor Engineering, Principal/Environmental Project Manager 1989 – 1993: Fuss & O’Neill, Inc., Environmental Engineer/Field Scientist 1988 – 1989: Massachusetts Department of Environmental Protection: Region IV Summer Intern

Tarbox Road, LLC Property Purchase, Plainfield, CT Environmental Project Manager responsible for environmental due diligence on this former EPA Superfund National Priority List (NPL) site. Determined that the Responsible Parties had not completed cleanup activities in one area of the site and supervised the excavation and disposal of impacted soils. Obtained bona fide prospective purchaser (BFPP) status for the property owners from EPA and a Covenant Not to Sue from the DEEP. As a result of these due diligence activities and liability limitation agreements, the site was able to secure over $200 million in funding for the development of a 43 MW renewable energy power plant. During initial construction activities, this site was the subject of an eco-terrorism incident. Provided emergency response services at the time of discovery to limit the degree and impact of oils, metals, and asbestos released onto the property. Worked with the spill contractors, DEEP, and state and federal law enforcement to complete and document the investigation and remediation activities. Waterford Department of Public Works, Waterford, CT Environmental Project Manager responsible for the investigation and remediation of the DPW Facility, which is located on a hazardous waste site. The scope of services included investigating the soil and groundwater impacts from the former textile dyeing facility regulated under the EPA’s CERCLA regulations, approximately 35 years of on-site DPW operations, the police shooting range, and the school bus lot. Upon completion of the investigation, we worked with Town staff to secure all local approvals and funding for the remediation project concurrent with the construction of a new transfer station behind the DPW building. Designed remedial actions including soil excavation, construction dewatering water management and permitting, and an engineered control (EC) that including capping contaminated soils beneath the bus lot in place with a geomembrane cover, clean fill, and fresh asphalt. Developed plans, specifications, and contract bid documents for the construction activities. Supervised on-site remediation activities, including collecting and evaluating confirmatory soil samples from excavations, overseeing the WSAs, preparing and signing waste shipping logs, and evaluating hazardous waste disposal facilities for the lead- impacted soils from the shooting range. Sound Development, Trumbull, CT Environmental Project Manager for Phase III site assessment and remedial action plan for a former electronic manufacturing facility which was demolished and developed into student housing. Investigated the degree and extent of previously detected impacts to develop a remediation strategy that accounted for future residential development of the site. Designed a passive ventilation system and vapor barrier system as part of this overall remediation strategy. Shunpike Village Shops II, Rocky Hill, CT Environmental Project Manager for Phase I environmental site assessment of shopping mall for property refinance. During the Phase I, noticed a release of contaminated liquid from the on-site dry cleaning tenant. Performed Phase II and III environmental site investigations to confirm the release of perchloroethylene (perc) into the ground and to confirm the degree and extent of soil and groundwater impacts. Oversaw the removal of perc at the source of contamination to limit future spread of contaminants. When the dry cleaner hired its own consultant to obtain cleanup funding from the former State Dry Cleaners Cleanup Fund, represented the property owner’s interest as environmental professional. After a lawsuit was filed by the property owner against the tenant, provided expert court testimony on the site investigations and proposed remediation action plan. Currently, we are performing post-remediation monitored natural attenuation groundwater monitoring activities. Willimantic Waste Paper Maintenance Garage, Windham, CT Environmental Project Manager for environmental due diligence activities associated with the former use of the property as a utility pole treatment and storage yard prior to the purchase of the property by Willimantic Waste Paper. Investigated soil and groundwater impacts and developed management strategies to address these impacts. Brooks Brothers Group, Enfield, CT Environmental Project Manager for Phase I environmental site assessments of warehouse distribution center and corporate office properties in Enfield. Office property included review of former leaking underground storage and adequacy of cleanup measures to assess potential business risk associated with historic release(s). Day Street Bridge, Seymour, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Approximately 3,000 tons of contaminated soils from off-site manufacturing (mill) operations were excavated, stockpiled, characterized, and properly disposed of at off-site facilities in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. Cook Hill Road Bridge, Killingly, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Contaminated soils were excavated, stockpiled, characterized, and properly disposed of at an off-site facility in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. DOT Bolton Maintenance Facility, Bolton, CT Environmental Engineer working for construction contractor when contaminated soils were detected during site development activities. The scope of services provided included determining the limits of the impacted soils within the project limits, assisting the contractor with establishing and managing waste stockpile areas (WSAs), collecting confirmatory soil samples to evaluate the limits of soil excavation, collecting excavated soil samples to characterize stockpiled soils, and locating acceptable disposal facilities for the contaminated soils.

Paul W. Martell, Jr., LEP, Senior Environmental Geologist – 24 years of experience - Responsible for staff assignments for specific sampling events, overall project QA/QC, and sample collection (as needed). Mr. Martell is a Licensed Environmental Professional (LEP) with 25 years of environmental consulting experience in Connecticut and throughout the Northeast. He is experienced in hydrogeologic and environmental investigations relating to soil and groundwater contamination at a variety of commercial and industrial properties, hazardous waste sites, and landfills. He is experienced in all aspects of groundwater monitoring and is responsible for the presentation, analysis and reporting of data for periodic or annual monitoring reports. Additional responsibilities include oversight of air monitoring program for recycling facilities. Mr. Martell’s project experience ranges from over 100 Phase I environmental site assessments to the design and oversight of large scale remediation projects. He is familiar with the Property Transfer Act, Voluntary Remediation Program, and with Connecticut’s Remediation Standard Regulations (RSRs).

M.S., Geology Texas Tech University, Lubbock, TX B.S., Geology, Rensselaer Polytechnic Institute, Troy, NY Licensed Environmental Professional 40 Hour HAZWOPER Training EPOC Member

2011 – Present: Anchor Engineering, Environmental Project Manager 2009 – 2011: Energy Solutions, Hydrogeologist 2003 – 2009: Loureiro Engineering Associates, Senior Project Hydrogeologist 1991 – 2003: Fuss & O’Neill, Field Scientist to Senior Project Hydrogeologist 1990 – 1991: IT Corporation, Hydrogeologist

Town of Manchester, CT Environmental Project Manager responsible for oversight of groundwater monitoring program for the Town. Monitoring includes groundwater and surface water sampling, and leachate assessment and sampling. Responsible for quarterly and annual reporting requirements to DEEP. ReEnergy Holding, LLC, Sterling, CT Environmental Project Manager for the investigation of groundwater with zinc concentrations above Groundwater Protection Criteria. Researched and developed remediation strategy for injecting lime slurry to raise groundwater pH and precipitate metals. Oversaw groundwater monitoring program to assess effectiveness of the lime injections. Directed the installation of additional monitoring wells to assess groundwater quality at the downgradient property boundary. Winters Brothers, Shelton, CT Environmental Project Manager for Phase I & II site assessments for two parcels in support of a property transfer. Developed investigation plan for soil borings, including interior borings through the building floor, to assess potential release areas. Directed monitoring well installations and groundwater sampling to assess groundwater quality. CWPM, New London, CT Environmental Project Manager for a Transfer Act site. Oversaw final soil remediation of the site. Coordinated post-remediation groundwater monitoring in support of Site Verification. Town of Warren Landfill, MA Environmental Project Manager responsible for oversight of groundwater monitoring program. Monitoring includes groundwater and surface water sample collection, and annual landfill gas monitoring. Responsible for semi-annual and annual reporting to MADEP. Town of Haddam Landfill, CT Environmental Project Manager responsible for groundwater related activities. Recycling Facilities, Various Locations, CT Environmental Project Manager responsible for oversight of air monitoring for lead and asbestos in fulfillment of Operating Permit requirements.

Patrick J. McKay, Senior Environmental Scientist – 13 years of experience - Responsible for sample collection and report preparation. Mr. McKay is responsible for a broad array of environmental services, including environmental site assessments, water and soil sampling, environmental data evaluation and reporting, remediation oversight, and air pollutant emissions estimates. Mr. McKay draws on his environmental and survey field experience to evaluate site physical and environmental conditions and implement design plans.

B.S., Natural Resources, University of Connecticut, Storrs

Licensed Lead Inspector & Licensed Asbestos Project Monitor – CT OSHA 1910.120 40-Hour Health & Safety Training DEEP Certified Operator, CT Landfill, Transfer Station, or Volume Reduction Facility (Oct. 2014) 40-Hour Asbestos Project Monitor Training Landfill Gas Flare School, John Zink Co., April 2003 Expedited Site Assessment, UCONN, April 2002 Sergeant First Class, National Guard Platoon Sergeant

2002 – Present: Anchor Engineering, Senior Environmental Scientist, Survey Crew Member 1998 – 2002: Surveying Associates, P.C., Land Surveyor 1998 – 1998: Golden Aerial Surveys, Photogrammetry 1989 – Present: United States Military, Staff Sergeant, recently promoted to Platoon Sergeant, Sergeant First Class

Sound Development Group, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, collection of soil and groundwater samples, survey level runs, and report writing. TD Bank, NA, various locations, CT and MA Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Murphy Road Recycling, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing. Responsible for training junior employees in the conduct of site assessments on complex industrial facilities. Winter Brothers, Shelton, CT Environmental Scientist responsible for Phase I & Phase II Environmental Site Assessments, lead and asbestos air monitoring, environmental permitting, and stormwater monitoring of two DEEP permitted solid waste facilities. Activities included environmental due diligence research, site inspections, installation of borings and monitoring wells, collection of soil and groundwater samples, review of soil and groundwater data against regulatory criteria, lead and asbestos air sampling, DEEP General Permit registration, collection of stormwater samples, and report writing. ProPark, LLC, Various Locations Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Town of Manchester, Manchester, CT Environmental Scientist responsible for Phase I Environmental Site Assessments for multiple projects sites throughout the municipality. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing.

Eric A. Andruk, Environmental Scientist – 3 years of experience - Responsible for sample collection and report preparation. Mr. Andruk provides a wide range of environmental field sampling and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Andruk provides decomposition gas monitoring services at solid waste facilities. He oversees a database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. In addition, Mr. Andruk performs Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on remediation projects, including UST removals, directs and oversees contractor activities, collects confirmatory and waste characterization samples, and prepares closure reports.

B.S., Environmental Earth Science, Eastern Connecticut State University, Willimantic 40 Hour OSHA HAZWOPER Training

2012 – Present: Anchor Engineering, Environmental Scientist 2008 – 2010: Nature Conservatory, Field Surveyor

Town of Manchester, CT Environmental Scientist responsible for permit assistance/compliance and environmental monitoring. Activities include groundwater, surface water, leachate, industrial stormwater and landfill gas monitoring and reporting. Waste Management, Putnam, CT Environmental Scientist responsible for groundwater, surface water, leachate and in-stream river monitoring for ash disposal landfill. Town of Waterford, CT Environmental scientist responsible for stormwater, groundwater, surface water, leachate and decomposition gas monitoring as closed Town landfill and DPW Facility. Town of Warren, MA Environmental Scientist responsible for groundwater, surface water, leachate, decomposition gas sampling and monitoring well installations for post-closure landfill monitoring program. City of Waterbury, CT Underground storage tank removal oversight and reporting Town of Old Lyme, CT Bedrock well installation for post-closure monitoring program, landfill gas monitoring, and water quality sampling and reporting

Stefan Zessin, Environmental Technician – 6 years of experience - Responsible for sample collection and report preparation. Mr. Zessin provides a wide range of environmental field sampling, construction monitoring and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Zessin provides decomposition gas monitoring services at solid waste facilities. He has worked within a multi-year database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. Mr. Zessin had worked on the monitoring of the Wheelabrator Putnam Ash landfill and on the Manchester Landfill each year since 2008. In addition, Mr. Zessin assists in the completion of Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on excavation projects, including working with the monitoring of contractor activities, collects confirmatory and waste characterization samples, and preparation of reports.

University of Connecticut, Storrs 2010-2013; Coursework in Sciences Central Connecticut State University, New Britain 2008-2009; Course work in Civil Engineering Technology, Surveying & Sciences Anchor Engineering Services, Inc., Field Manual Anchor Engineering Services, Inc., Health & Safety Plan

2008 – Present: Anchor Engineering, Environmental Field Scientist

Town of Coventry, CT Post closure groundwater and surface water sampling for landfill permit compliance. Waste Management, Putnam, CT Groundwater, surface water, and leachate monitoring for ash disposal area permit compliance. Town of Manchester, CT Groundwater, surface water and leacahate monitoring for landfill permit compliance. Stormwater sampling at Town facilities Willimantic Waste Paper, Willimantic, CT Phase III environmental sampling, remediation oversight, confirmatory sampling, and waste characterization. Industrial stormwater compliance monitoring. Town of Old Lyme, CT Groundwater, surface water, leachate and landfill gas monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities. Murphy Road Recycling, CT Stormwater monitoring and reporting for industrial stormwater compliance at various sites around the state.. City of Stamford, CT Permit assistance and in stream monitoring and reporting for stormwater compliance. Industrial stormwater monitoring at Town facilities. Town of Warren, MA Post closure groundwater, surface water and leachate and reporting for landfill permit compliance. ReEnergy, Sterling, CT Post remediation groundwater sampling and reporting. Town of Haddam, CT Post closure groundwater, surface water and leachate monitoring and reporting for landfill permit compliance. Town of Waterford, CT Post closure water quality monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities.

T.J. Therriault, Environmental Engineer – 7 years of experience - Responsible for sample collection and report preparation. Mr. Therriault is an Environmental Project Engineer with over ten years of civil and environmental engineering, construction monitoring and management, and environmental consulting experience throughout Connecticut, Massachusetts, and Florida. Throughout his professional career, he has worked in all areas of the consulting field, including construction monitoring and facility compliance audits at a variety of solid waste facilities. His experience also includes local and state permitting for solid waste facilities, groundwater discharge permitting, stormwater management and permitting, facility operation and management plans, water quality monitoring programs, landfill gas (LFG) investigations and monitoring programs, LFG wellfield operations and regulatory compliance, and feasibility studies. His projects focus on practical applications of his technical and regulatory knowledge. As a Construction Documents Technologist (CDT), Mr. Therriault has a comprehensive knowledge of the writing and management of construction documents and demonstrates knowledge of general conditions of contracts in common use and the Construction

Specifications Institute (CSI) recommendedCapitol Region procedures Council of for project manual organization. 636 Governments

B.S., Environmental Engineering Wentworth Institute of Technology Boston, MA Engineer Intern in Training (EIT) Certified Solid Waste Facility Operator, CT Construction Documents Technologist, Construction Specifications Institute OSHA 40-Hour HAZWOPER Training & 8-Hour Refresher Trainings Connecticut Recyclers Coalition Member Eagle Scout, Boy Scouts of America

2014 – Present: Anchor Engineering, Environmental Project Engineer 2010 – 2014: Arcadis-US, Inc., Environmental Consultant 2008 – 2010: Malcolm Pirnie, Inc., Environmental Project Engineer 2005 – 2008: ES Consultants, Inc., Project Engineer

Waste-to-Energy & Materials Recovery Facility Monitoring, Broward County, FL Assistant Project Manager conducting audits and preparing reports concentrating on safety, cleanliness, structural integrity and operational and maintenance procedures ensuring that the facilities were operated in compliance with permit requirements and the most recent industry standards and practices. Waste-to-Energy Facility Design and Construction, West Palm Beach, FL Environmental Consultant and Lead QA/QC Monitor for providing technical review of contractor submittals issued for client review for the design of a 3,000 ton-per-day WTE facility. Provided construction monitoring and technical support identifying construction techniques, construction and safety issues and resolutions, meeting project milestones, and reviewing design and regulatory compliance. Verified that construction of the facility was in compliance with the design/build contract and prudent industry standards. Ash Landfill Phase Closure, Putnam, CT Environmental Project Engineer for providing on-site construction oversight for the landfill phase closure to certify that construction was completed in accordance with the contract documents and prudent industry standards. Conducted construction quality assurance services including inspections of construction materials and installation procedures. Reported and maintained the necessary records and technical data for evaluation and inclusion during the development of the construction certification report. Solid Waste, Groundwater and Stormwater Permitting, Various Locations throughout CT Environmental Project Engineer for completing applications for general and individual solid waste, groundwater and stormwater permits for various municipal and private clients throughout Connecticut. Compiled stormwater pollution prevention (SWPP) plans, operations and maintenance (O&M) plans and spill prevention, control and countermeasure (SPCC) plans in accordance with permit requirements. Conducted periodic audits at a variety of facilities ensuring that each facility was being operated in compliance with the permit requirements. Compiled periodic and annual reports documenting facility operational conditions in compliance with permitted requirements.

12/17/2015 BidSync p. 80

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Stamford, Tyler Theder, (203) 977-5281 (2) Waterford, Kristin Zawacki, (860) 444-5864 (3) Manchester, Ken Longo, (860) 647-3244 (4) Southington, Keith Hayden, (860) 276-6236

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, Anchor Engineering has the available staff resources and sufficient availability in our workload to implement and successfully complete the required stormwater monitoring services in accordance with all required DEEP schedules. Our six full-time environmental staff members are available during all representative precipitation events to collect samples; they routinely collect stormwater samples during “off hours” to ensure that samples are collected on time. In addition, our survey crew has been trained in proper sample collection procedures and protocols and are typically available for stormwater sample collection.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental and New England Bioassay have demonstrated the ability to handle a variety of different types of analyses on time-sensitive projects. Anchor Engineering routinely uses these two firms for stormwater analyses. Due to the nature of the work and its timing, we may be submitting 15 to 25 samples at once and they always have adequate resources and staffing to complete the work on time. For other project types, we often request one or two day lab turn-arounds on analyses and they have been able to answer the call. We are confident in the ability to adequately staff and complete time-sensitive projects.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Anchor Engineering prefers to have access to the sites and discharge locations to be able to collect the samples ourselves rather than have municipal personnel collect the samples. In this way, the responsibilities of all parties involved are clear. Anchor Engineering is responsible for collection of all samples, ensuring that the appropriate laboratory analyses are performed, completing the stormwater monitoring report, and making sure that the schedules are met. The municipalities are responsible for reviewing and signing the stormwater monitoring reports (SMRs).

6 5 Supplier: Anchor Engineering Serv.,Inc.

STORMWATER MONITORING SERVICES CRPC #636

INFORMATION SHEET

1. Qualifications of the firm and any proposed sub-consultants including name, size, organizational structure under which the firm(s) conduct business, and relevant experience in performing water testing services. All proposed sub-consultants must be clearly identified. Anchor Engineering Services, Inc. is a Connecticut corporation headquartered in Glastonbury. We have been in business for over twenty-two year and our very first project was a stormwater project. To this day, we continue to provide stormwater planning, permitting, management, design, and monitoring services to public and private clients throughout the State. Currently, we are providing Phase I & II stormwater monitoring and reporting for over 80 Connecticut sites, including the City of Stamford which has the largest MS4 stormwater monitoring program in the State.

Anchor Engineering proposes to utilize Phoenix Environmental Laboratories and New England Bioassay, both of Manchester, for chemical and aquatic toxicity analyses, respectively, on this project. Both labs are certified by the CT Department of Public Health. The Anchor – Phoenix – NEB team has worked successfully on hundreds of stormwater samples over the past two decades.

2. Qualifications (resumes) of key personnel to be assigned to perform the analysis work and a description of their responsibilities. Anchor Engineering proposes the following team to complete the stormwater monitoring and reporting services required by this scope of services.

D. Scott Atkin, LEP, Principal – 26 years of experience - Primary contact for the municipalities, responsible for the overall completion of the work, and sample collection (northern CT). Mr. Atkin is a Principal and Environmental Project Manager with over twenty-five years of environmental engineering and consulting experience throughout Connecticut, Massachusetts, and New York. He has worked on a wide variety of environmental site assessment projects, including Phase I, II, and III site assessments, remedial action plan (RAP) development and implementation, and post-remediation monitoring programs. As a Connecticut DEEP Licensed Environmental Professional (LEP), Mr. Atkin has been delegated the authority for the inspection, assessment, and remediation of known and suspected to be contaminated properties in accordance with Connecticut’s Remediation Standard Regulations (RSRs). He had made it a focus of his professional career to provide his site assessment clients with clear information and direction so that they can best evaluate the business risks associated with the environmental components of their projects.

B.S., Civil Engineering University of Massachusetts, Amherst Lic. Environmental Professional, CT OSHA 40 Hour HAZWOPER & 8 Hour Supervisor Training Class A/B Underground Storage Tank Operator, CT EPOC Member EPA Spill Prevention/Control & Countermeasures Plan Training Certified Solid Waste Facility Operator, CT SWANA/Landfill Gas Management Training Chi Epsilon, National Civil Engineering Honor Society

1993 – Present: Anchor Engineering, Principal/Environmental Project Manager 1989 – 1993: Fuss & O’Neill, Inc., Environmental Engineer/Field Scientist 1988 – 1989: Massachusetts Department of Environmental Protection: Region IV Summer Intern

Tarbox Road, LLC Property Purchase, Plainfield, CT Environmental Project Manager responsible for environmental due diligence on this former EPA Superfund National Priority List (NPL) site. Determined that the Responsible Parties had not completed cleanup activities in one area of the site and supervised the excavation and disposal of impacted soils. Obtained bona fide prospective purchaser (BFPP) status for the property owners from EPA and a Covenant Not to Sue from the DEEP. As a result of these due diligence activities and liability limitation agreements, the site was able to secure over $200 million in funding for the development of a 43 MW renewable energy power plant. During initial construction activities, this site was the subject of an eco-terrorism incident. Provided emergency response services at the time of discovery to limit the degree and impact of oils, metals, and asbestos released onto the property. Worked with the spill contractors, DEEP, and state and federal law enforcement to complete and document the investigation and remediation activities. Waterford Department of Public Works, Waterford, CT Environmental Project Manager responsible for the investigation and remediation of the DPW Facility, which is located on a hazardous waste site. The scope of services included investigating the soil and groundwater impacts from the former textile dyeing facility regulated under the EPA’s CERCLA regulations, approximately 35 years of on-site DPW operations, the police shooting range, and the school bus lot. Upon completion of the investigation, we worked with Town staff to secure all local approvals and funding for the remediation project concurrent with the construction of a new transfer station behind the DPW building. Designed remedial actions including soil excavation, construction dewatering water management and permitting, and an engineered control (EC) that including capping contaminated soils beneath the bus lot in place with a geomembrane cover, clean fill, and fresh asphalt. Developed plans, specifications, and contract bid documents for the construction activities. Supervised on-site remediation activities, including collecting and evaluating confirmatory soil samples from excavations, overseeing the WSAs, preparing and signing waste shipping logs, and evaluating hazardous waste disposal facilities for the lead- impacted soils from the shooting range. Sound Development, Trumbull, CT Environmental Project Manager for Phase III site assessment and remedial action plan for a former electronic manufacturing facility which was demolished and developed into student housing. Investigated the degree and extent of previously detected impacts to develop a remediation strategy that accounted for future residential development of the site. Designed a passive ventilation system and vapor barrier system as part of this overall remediation strategy. Shunpike Village Shops II, Rocky Hill, CT Environmental Project Manager for Phase I environmental site assessment of shopping mall for property refinance. During the Phase I, noticed a release of contaminated liquid from the on-site dry cleaning tenant. Performed Phase II and III environmental site investigations to confirm the release of perchloroethylene (perc) into the ground and to confirm the degree and extent of soil and groundwater impacts. Oversaw the removal of perc at the source of contamination to limit future spread of contaminants. When the dry cleaner hired its own consultant to obtain cleanup funding from the former State Dry Cleaners Cleanup Fund, represented the property owner’s interest as environmental professional. After a lawsuit was filed by the property owner against the tenant, provided expert court testimony on the site investigations and proposed remediation action plan. Currently, we are performing post-remediation monitored natural attenuation groundwater monitoring activities. Willimantic Waste Paper Maintenance Garage, Windham, CT Environmental Project Manager for environmental due diligence activities associated with the former use of the property as a utility pole treatment and storage yard prior to the purchase of the property by Willimantic Waste Paper. Investigated soil and groundwater impacts and developed management strategies to address these impacts. Brooks Brothers Group, Enfield, CT Environmental Project Manager for Phase I environmental site assessments of warehouse distribution center and corporate office properties in Enfield. Office property included review of former leaking underground storage and adequacy of cleanup measures to assess potential business risk associated with historic release(s). Day Street Bridge, Seymour, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Approximately 3,000 tons of contaminated soils from off-site manufacturing (mill) operations were excavated, stockpiled, characterized, and properly disposed of at off-site facilities in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. Cook Hill Road Bridge, Killingly, CT Environmental Project Manager for the investigation of contaminated soils and the development of plans, specifications, and estimates for remedial activities. Contaminated soils were excavated, stockpiled, characterized, and properly disposed of at an off-site facility in a manner so as to not impact the progress of the bridge rehabilitation project. These services were provided in accordance with DOT Environmental Tasks 210 and 310. DOT Bolton Maintenance Facility, Bolton, CT Environmental Engineer working for construction contractor when contaminated soils were detected during site development activities. The scope of services provided included determining the limits of the impacted soils within the project limits, assisting the contractor with establishing and managing waste stockpile areas (WSAs), collecting confirmatory soil samples to evaluate the limits of soil excavation, collecting excavated soil samples to characterize stockpiled soils, and locating acceptable disposal facilities for the contaminated soils.

Paul W. Martell, Jr., LEP, Senior Environmental Geologist – 24 years of experience - Responsible for staff assignments for specific sampling events, overall project QA/QC, and sample collection (as needed). Mr. Martell is a Licensed Environmental Professional (LEP) with 25 years of environmental consulting experience in Connecticut and throughout the Northeast. He is experienced in hydrogeologic and environmental investigations relating to soil and groundwater contamination at a variety of commercial and industrial properties, hazardous waste sites, and landfills. He is experienced in all aspects of groundwater monitoring and is responsible for the presentation, analysis and reporting of data for periodic or annual monitoring reports. Additional responsibilities include oversight of air monitoring program for recycling facilities. Mr. Martell’s project experience ranges from over 100 Phase I environmental site assessments to the design and oversight of large scale remediation projects. He is familiar with the Property Transfer Act, Voluntary Remediation Program, and with Connecticut’s Remediation Standard Regulations (RSRs).

M.S., Geology Texas Tech University, Lubbock, TX B.S., Geology, Rensselaer Polytechnic Institute, Troy, NY Licensed Environmental Professional 40 Hour HAZWOPER Training EPOC Member

2011 – Present: Anchor Engineering, Environmental Project Manager 2009 – 2011: Energy Solutions, Hydrogeologist 2003 – 2009: Loureiro Engineering Associates, Senior Project Hydrogeologist 1991 – 2003: Fuss & O’Neill, Field Scientist to Senior Project Hydrogeologist 1990 – 1991: IT Corporation, Hydrogeologist

Town of Manchester, CT Environmental Project Manager responsible for oversight of groundwater monitoring program for the Town. Monitoring includes groundwater and surface water sampling, and leachate assessment and sampling. Responsible for quarterly and annual reporting requirements to DEEP. ReEnergy Holding, LLC, Sterling, CT Environmental Project Manager for the investigation of groundwater with zinc concentrations above Groundwater Protection Criteria. Researched and developed remediation strategy for injecting lime slurry to raise groundwater pH and precipitate metals. Oversaw groundwater monitoring program to assess effectiveness of the lime injections. Directed the installation of additional monitoring wells to assess groundwater quality at the downgradient property boundary. Winters Brothers, Shelton, CT Environmental Project Manager for Phase I & II site assessments for two parcels in support of a property transfer. Developed investigation plan for soil borings, including interior borings through the building floor, to assess potential release areas. Directed monitoring well installations and groundwater sampling to assess groundwater quality. CWPM, New London, CT Environmental Project Manager for a Transfer Act site. Oversaw final soil remediation of the site. Coordinated post-remediation groundwater monitoring in support of Site Verification. Town of Warren Landfill, MA Environmental Project Manager responsible for oversight of groundwater monitoring program. Monitoring includes groundwater and surface water sample collection, and annual landfill gas monitoring. Responsible for semi-annual and annual reporting to MADEP. Town of Haddam Landfill, CT Environmental Project Manager responsible for groundwater related activities. Recycling Facilities, Various Locations, CT Environmental Project Manager responsible for oversight of air monitoring for lead and asbestos in fulfillment of Operating Permit requirements.

Patrick J. McKay, Senior Environmental Scientist – 13 years of experience - Responsible for sample collection and report preparation. Mr. McKay is responsible for a broad array of environmental services, including environmental site assessments, water and soil sampling, environmental data evaluation and reporting, remediation oversight, and air pollutant emissions estimates. Mr. McKay draws on his environmental and survey field experience to evaluate site physical and environmental conditions and implement design plans.

B.S., Natural Resources, University of Connecticut, Storrs

Licensed Lead Inspector & Licensed Asbestos Project Monitor – CT OSHA 1910.120 40-Hour Health & Safety Training DEEP Certified Operator, CT Landfill, Transfer Station, or Volume Reduction Facility (Oct. 2014) 40-Hour Asbestos Project Monitor Training Landfill Gas Flare School, John Zink Co., April 2003 Expedited Site Assessment, UCONN, April 2002 Sergeant First Class, National Guard Platoon Sergeant

2002 – Present: Anchor Engineering, Senior Environmental Scientist, Survey Crew Member 1998 – 2002: Surveying Associates, P.C., Land Surveyor 1998 – 1998: Golden Aerial Surveys, Photogrammetry 1989 – Present: United States Military, Staff Sergeant, recently promoted to Platoon Sergeant, Sergeant First Class

Sound Development Group, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, collection of soil and groundwater samples, survey level runs, and report writing. TD Bank, NA, various locations, CT and MA Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Murphy Road Recycling, LLC, various locations, CT Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing. Responsible for training junior employees in the conduct of site assessments on complex industrial facilities. Winter Brothers, Shelton, CT Environmental Scientist responsible for Phase I & Phase II Environmental Site Assessments, lead and asbestos air monitoring, environmental permitting, and stormwater monitoring of two DEEP permitted solid waste facilities. Activities included environmental due diligence research, site inspections, installation of borings and monitoring wells, collection of soil and groundwater samples, review of soil and groundwater data against regulatory criteria, lead and asbestos air sampling, DEEP General Permit registration, collection of stormwater samples, and report writing. ProPark, LLC, Various Locations Environmental Scientist responsible for Phase I Environmental Site Assessments and limited subsurface investigations for multiple projects sites throughout the state. Activities included site inspection, due diligence research, oversight of ground penetrating radar survey technicians, and report writing. Town of Manchester, Manchester, CT Environmental Scientist responsible for Phase I Environmental Site Assessments for multiple projects sites throughout the municipality. Activities included site inspection, due diligence research, review of previous environmental reports, review of soil and groundwater data against regulatory criteria and report writing.

Eric A. Andruk, Environmental Scientist – 3 years of experience - Responsible for sample collection and report preparation. Mr. Andruk provides a wide range of environmental field sampling and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Andruk provides decomposition gas monitoring services at solid waste facilities. He oversees a database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. In addition, Mr. Andruk performs Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on remediation projects, including UST removals, directs and oversees contractor activities, collects confirmatory and waste characterization samples, and prepares closure reports.

B.S., Environmental Earth Science, Eastern Connecticut State University, Willimantic 40 Hour OSHA HAZWOPER Training

2012 – Present: Anchor Engineering, Environmental Scientist 2008 – 2010: Nature Conservatory, Field Surveyor

Town of Manchester, CT Environmental Scientist responsible for permit assistance/compliance and environmental monitoring. Activities include groundwater, surface water, leachate, industrial stormwater and landfill gas monitoring and reporting. Waste Management, Putnam, CT Environmental Scientist responsible for groundwater, surface water, leachate and in-stream river monitoring for ash disposal landfill. Town of Waterford, CT Environmental scientist responsible for stormwater, groundwater, surface water, leachate and decomposition gas monitoring as closed Town landfill and DPW Facility. Town of Warren, MA Environmental Scientist responsible for groundwater, surface water, leachate, decomposition gas sampling and monitoring well installations for post-closure landfill monitoring program. City of Waterbury, CT Underground storage tank removal oversight and reporting Town of Old Lyme, CT Bedrock well installation for post-closure monitoring program, landfill gas monitoring, and water quality sampling and reporting

Stefan Zessin, Environmental Technician – 6 years of experience - Responsible for sample collection and report preparation. Mr. Zessin provides a wide range of environmental field sampling, construction monitoring and compliance services. He is experienced with industry standards for soil, groundwater, surface water, domestic well water, stormwater and wastewater sampling procedures. Mr. Zessin provides decomposition gas monitoring services at solid waste facilities. He has worked within a multi-year database of stormwater sampling projects and is instrumental in regulatory compliance activities related to facility permits. Mr. Zessin had worked on the monitoring of the Wheelabrator Putnam Ash landfill and on the Manchester Landfill each year since 2008. In addition, Mr. Zessin assists in the completion of Phase I and II environmental site assessments for environmental due diligence projects and is familiar with the Connecticut Property Transfer Act and the Remediation Standard Regulations. He also works in the field on excavation projects, including working with the monitoring of contractor activities, collects confirmatory and waste characterization samples, and preparation of reports.

University of Connecticut, Storrs 2010-2013; Coursework in Sciences Central Connecticut State University, New Britain 2008-2009; Course work in Civil Engineering Technology, Surveying & Sciences Anchor Engineering Services, Inc., Field Manual Anchor Engineering Services, Inc., Health & Safety Plan

2008 – Present: Anchor Engineering, Environmental Field Scientist

Town of Coventry, CT Post closure groundwater and surface water sampling for landfill permit compliance. Waste Management, Putnam, CT Groundwater, surface water, and leachate monitoring for ash disposal area permit compliance. Town of Manchester, CT Groundwater, surface water and leacahate monitoring for landfill permit compliance. Stormwater sampling at Town facilities Willimantic Waste Paper, Willimantic, CT Phase III environmental sampling, remediation oversight, confirmatory sampling, and waste characterization. Industrial stormwater compliance monitoring. Town of Old Lyme, CT Groundwater, surface water, leachate and landfill gas monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities. Murphy Road Recycling, CT Stormwater monitoring and reporting for industrial stormwater compliance at various sites around the state.. City of Stamford, CT Permit assistance and in stream monitoring and reporting for stormwater compliance. Industrial stormwater monitoring at Town facilities. Town of Warren, MA Post closure groundwater, surface water and leachate and reporting for landfill permit compliance. ReEnergy, Sterling, CT Post remediation groundwater sampling and reporting. Town of Haddam, CT Post closure groundwater, surface water and leachate monitoring and reporting for landfill permit compliance. Town of Waterford, CT Post closure water quality monitoring and reporting for landfill permit compliance. Stormwater monitoring at Town facilities.

T.J. Therriault, Environmental Engineer – 7 years of experience - Responsible for sample collection and report preparation. Mr. Therriault is an Environmental Project Engineer with over ten years of civil and environmental engineering, construction monitoring and management, and environmental consulting experience throughout Connecticut, Massachusetts, and Florida. Throughout his professional career, he has worked in all areas of the consulting field, including construction monitoring and facility compliance audits at a variety of solid waste facilities. His experience also includes local and state permitting for solid waste facilities, groundwater discharge permitting, stormwater management and permitting, facility operation and management plans, water quality monitoring programs, landfill gas (LFG) investigations and monitoring programs, LFG wellfield operations and regulatory compliance, and feasibility studies. His projects focus on practical applications of his technical and regulatory knowledge. As a Construction Documents Technologist (CDT), Mr. Therriault has a comprehensive knowledge of the writing and management of construction documents and demonstrates knowledge of general conditions of contracts in common use and the Construction Specifications Institute (CSI) recommended procedures for project manual organization.

B.S., Environmental Engineering Wentworth Institute of Technology Boston, MA Engineer Intern in Training (EIT) Certified Solid Waste Facility Operator, CT Construction Documents Technologist, Construction Specifications Institute OSHA 40-Hour HAZWOPER Training & 8-Hour Refresher Trainings Connecticut Recyclers Coalition Member Eagle Scout, Boy Scouts of America

2014 – Present: Anchor Engineering, Environmental Project Engineer 2010 – 2014: Arcadis-US, Inc., Environmental Consultant 2008 – 2010: Malcolm Pirnie, Inc., Environmental Project Engineer 2005 – 2008: ES Consultants, Inc., Project Engineer

Waste-to-Energy & Materials Recovery Facility Monitoring, Broward County, FL Assistant Project Manager conducting audits and preparing reports concentrating on safety, cleanliness, structural integrity and operational and maintenance procedures ensuring that the facilities were operated in compliance with permit requirements and the most recent industry standards and practices. Waste-to-Energy Facility Design and Construction, West Palm Beach, FL Environmental Consultant and Lead QA/QC Monitor for providing technical review of contractor submittals issued for client review for the design of a 3,000 ton-per-day WTE facility. Provided construction monitoring and technical support identifying construction techniques, construction and safety issues and resolutions, meeting project milestones, and reviewing design and regulatory compliance. Verified that construction of the facility was in compliance with the design/build contract and prudent industry standards. Ash Landfill Phase Closure, Putnam, CT Environmental Project Engineer for providing on-site construction oversight for the landfill phase closure to certify that construction was completed in accordance with the contract documents and prudent industry standards. Conducted construction quality assurance services including inspections of construction materials and installation procedures. Reported and maintained the necessary records and technical data for evaluation and inclusion during the development of the construction certification report. Solid Waste, Groundwater and Stormwater Permitting, Various Locations throughout CT Environmental Project Engineer for completing applications for general and individual solid waste, groundwater and stormwater permits for various municipal and private clients throughout Connecticut. Compiled stormwater pollution prevention (SWPP) plans, operations and maintenance (O&M) plans and spill prevention, control and countermeasure (SPCC) plans in accordance with permit requirements. Conducted periodic audits at a variety of facilities ensuring that each facility was being operated in compliance with the permit requirements. Compiled periodic and annual reports documenting facility operational conditions in compliance with permittedCapitol requirements. Region Council of 636 Governments

3. We did work for the following municipalities in 2011-2013. (Please include the contract person and phone numbers) (1) Stamford, Tyler Theder, (203) 977-5281 (2) Waterford, Kristin Zawacki, (860) 444-5864 (3) Manchester, Ken Longo, (860) 647-3244 (4) Southington, Keith Hayden, (860) 276-6236

4. Will your current workload enable your firm to devote sufficient time to implement the project? Please explain. Yes, Anchor Engineering has the available staff resources and sufficient availability in our workload to implement and successfully complete the required stormwater monitoring services in accordance with all required DEEP schedules. Our six full-time environmental staff members are available during all representative precipitation events to collect samples; they routinely collect stormwater samples during “off hours” to ensure that samples are collected on time. In addition, our survey crew has been trained in proper sample collection procedures and protocols and are typically available for stormwater sample collection.

5. Demonstrated ability of the laboratory to adequately staff and complete time-sensitive projects. Phoenix Environmental and New England Bioassay have demonstrated the ability to handle a variety of different types of analyses on time-sensitive projects. Anchor Engineering routinely uses these two firms for stormwater analyses. Due to the nature of the work and its timing, we may be submitting 15 to 25 samples at once and they always have adequate resources and staffing to complete the work on time. For other project types, we often request one or two day lab turn-arounds on analyses and they have been able to answer the call. We are confident in the ability to adequately staff and complete time-sensitive projects.

6. Which approach to testing do you favor, municipal collection or your firm? Explain. Anchor Engineering prefers to have access to the sites and discharge locations to be able to collect the samples ourselves rather than have municipal personnel collect the samples. In this way, the responsibilities of all parties involved are clear. Anchor Engineering is responsible for collection of all samples, ensuring that the appropriate laboratory analyses are performed, completing the stormwater monitoring report, and making sure that the schedules are met. The municipalities are responsible for reviewing and signing the stormwater monitoring reports (SMRs).

6

12/17/2015 BidSync p. 81 Capitol Region Council of 636 Governments 5 Supplier: Anchor Engineering Serv.,Inc.

Insurance Exhibit (West Hartford)

For the purpose of this exhibit: the term "Contractor" shall also include their respective agents, representatives, employees or subcontractors; and the term "Town of West Hartford and West Hartford Board of Education" (hereinafter called the "Town") shall include their respective officers, agents, officials, employees, volunteers, boards and commissions.

The Contractor shall procure and maintain the required insurance coverage against claims that may arise from, or in connection with the services and goods provided by the Contractor for the duration of the contract term, including any and all extensions. The Contractor shall provide the Town with a certificate of insurance confirming compliance with this exhibit prior to commencement of the contract. Such insurance shall be written for not less than specified, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever is greater. The Contractor shall assume any and all premiums and deductibles in the described insurance policies. Both the Contractor and Contractor's insurer(s) agree to have no right of recovery or subrogation against the Town and the described insurance shall be primary coverage. Any failure to comply with the claim reporting provisions of the policy shall not affect coverage provided to the Town. Each required insurance policy shall not be suspended, voided, cancelled or reduced except after thirty (30) days prior written notice, ten (10) days notice for non-payment, has been given to the Town.

All liability policies (with the exception of Worker’s Compensation) shall include the Town of West Hartford, the West Hartford Board of Education, and their respective officers, agents, officials, employees, volunteers, boards and commissions as an Additional Insured and shall include, but not be limited to investigation, defense, settlement, judgment or payment of any legal liability. Failure to maintain the required insurance coverage and Additional Insured Endorsements shall be grounds for termination of the contract. It is agreed that the scope and limits of the insurance specified are minimum requirements and shall in no way limit or exclude the Town from additional limits or coverage provided under each policy. The policies shall be on the occurrence form and must be written by companies licensed to do business in the State of Connecticut. The Town’s Risk Manager shall review any and all exceptions.

Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, property damage, contractual liability and products /completed operations. Contractor shall continue to provide products/completed operations coverage for two (2) years after completion of the work.

Automobile Liability and Physical Damage Coverage: $1,000,000 combined single limit per occurrence for any auto, including statutory uninsured/underinsured motorists coverage and $1,000 medical payments. Policy to include collision and comprehensive coverage for any auto used for the purpose of this contract.

Umbrella Liability: $1,000,000 per occurrence, $2,000,000 aggregate following form.

Workers’ Compensation: Statutory limits including Employer’s Liability with limits of $100,000 each accident, $500,000 for each disease/policy limit, and $100,000 for disease for each employee as required by the State of Connecticut. If the Contractor decides not to procure workers’ compensation in accordance with Connecticut law, the Contractor agrees to comply with the Connecticut Workers’ Compensation Act’s (Act) requirements for withdrawing from the provisions of the Act, including, but not limited to, filing the appropriate notice of withdrawal with the commissioner. The Contractor is wholly responsible for taking the actions necessary to withdraw from the provisions of the Act. In lieu of procuring workers’ compensation insurance and providing the Town with proof thereof, the Contractor agrees to hold the Town of West Hartford, the West Hartford Board of Education, their respective boards and commissions, officers, agents, officials, employees, servants, volunteers, contractors and representatives harmless from any and all suits, claims, and actions arising from personal injuries sustained by him during the course of the performance of this contract, however caused.

Personal Property for "all risk" insurance on a replacement cost basis to cover the value of personal property belonging to the Contractor and others (including but not limited to the personal property of subcontractors) located on Town property while in use or in storage for the duration of the contract. Deductible not to exceed $1,000.

Mark M. Zessin 2/4/14 Duly Authorized Date

Mark M. Zessin (Print Name Here)

6 12/17/2015 BidSync p. 82 5 Supplier: Anchor Engineering Serv.,Inc.

Insurance Exhibit (West Hartford)

For the purpose of this exhibit: the term "Contractor" shall also include their respective agents, representatives, employees or subcontractors; and the term "Town of West Hartford and West Hartford Board of Education" (hereinafter called the "Town") shall include their respective officers, agents, officials, employees, volunteers, boards and commissions.

The Contractor shall procure and maintain the required insurance coverage against claims that may arise from, or in connection with the services and goods provided by the Contractor for the duration of the contract term, including any and all extensions. The Contractor shall provide the Town with a certificate of insurance confirming compliance with this exhibit prior to commencement of the contract. Such insurance shall be written for not less than specified, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever is greater. The Contractor shall assume any and all premiums and deductibles in the described insurance policies. Both the Contractor and Contractor's insurer(s) agree to have no right of recovery or subrogation against the Town and the described insurance shall be primary coverage. Any failure to comply with the claim reporting provisions of the policy shall not affect coverage provided to the Town. Each required insurance policy shall not be suspended, voided, cancelled or reduced except after thirty (30) days prior written notice, ten (10) days notice for non-payment, has been given to the Town.

All liability policies (with the exception of Worker’s Compensation) shall include the Town of West Hartford, the West Hartford Board of Education, and their respective officers, agents, officials, employees, volunteers, boards and commissions as an Additional Insured and shall include, but not be limited to investigation, defense, settlement, judgment or payment of any legal liability. Failure to maintain the required insurance coverage and Additional Insured Endorsements shall be grounds for termination of the contract. It is agreed that the scope and limits of the insurance specified are minimum requirements and shall in no way limit or exclude the Town from additional limits or coverage provided under each policy. The policies shall be on the occurrence form and must be written by companies licensed to do business in the State of Connecticut. The Town’s Risk Manager shall review any and all exceptions.

Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, property damage, contractual liability and products /completed operations. Contractor shall continue to provide products/completed operations coverage for two (2) years after completion of the work.

Automobile Liability and Physical Damage Coverage: $1,000,000 combined single limit per occurrence for any auto, including statutory uninsured/underinsured motorists coverage and $1,000 medical payments. Policy to include collision and comprehensive coverage for any auto used for the purpose of this contract.

Umbrella Liability: $1,000,000 per occurrence, $2,000,000 aggregate following form.

Workers’ Compensation: Statutory limits including Employer’s Liability with limits of $100,000 each accident, $500,000 for each disease/policy limit, and $100,000 for disease for each employee as required by the State of Connecticut. If the Contractor decides not to procure workers’ compensation in accordance with Connecticut law, the Contractor agrees to comply with the Connecticut Workers’ Compensation Act’s (Act) requirements for withdrawing from the provisions of the Act, including, but not limited to, filing the appropriate notice of withdrawal with the commissioner. The Contractor is wholly responsible for taking the actions necessary to withdraw from the provisions of the Act. In lieu of procuring workers’ compensation insurance and providing the Town with proof thereof, the Contractor agrees to hold the Town of West Hartford, the West Hartford Board of Education, their respective boards and commissions, officers, agents, officials, employees, servants, volunteers, contractors and representatives harmless from any and all suits, claims, and actions arising from personal injuries sustained by him during the course of the performance of this contract, however caused.

Personal Property for "all risk" insurance on a replacement cost basis to cover the value of personal property belonging to the Contractor and others (including but not limited to the personal property of subcontractors) located on Town property while in use or in storage for the duration of the contract. Deductible not to exceed $1,000.

Mark M. Zessin 2/4/14 Duly Authorized Date

Mark M. Zessin (Print Name Here)

Capitol Region Council of 636 Governments 6

12/17/2015 BidSync p. 83 Capitol Region Council of 636 Governments 5 Supplier: Anchor Engineering Serv.,Inc.

GENERAL VENDOR INFORMATION

VENDORS ARE ASKED TO FILL OUT THIS FORM SO THAT THEIR BID RESPONSES ARE CONSIDERED COMPLETE.

The undersigned: is aware that any CRPC member may reject any and all bids, or any part of any and all bids; is aware that quantities furnished herein are estimates only; has not included any state or federal taxes for which the CRPC members are not liable; and is making this bid without collusion with any person, individual or corporation.

COMPANY

Anchor Engineering Services, Inc.

REPRESENTATIVE

D. Scott Atkin

POSITION

Principal

ADDRESS

41 Sequin Drive

Glastonbury, CT

(ZIP)

06033

TELEPHONE #

860.633.8770

FAX #

860.633.5971

TAX ID # 06-1365014

E-MAIL ADDRESS

[email protected] 12/17/2015 BidSync p. 84 SIGNATURE

D. Scott Atkin

PAYMENT TERMS: %30Days

DATE: 12/16/2015

6 5 Supplier: Anchor Engineering Serv.,Inc.

GENERAL VENDOR INFORMATION

VENDORS ARE ASKED TO FILL OUT THIS FORM SO THAT THEIR BID RESPONSES ARE CONSIDERED COMPLETE.

The undersigned: is aware that any CRPC member may reject any and all bids, or any part of any and all bids; is aware that quantities furnished herein are estimates only; has not included any state or federal taxes for which the CRPC members are not liable; and is making this bid without collusion with any person, individual or corporation.

COMPANY

Anchor Engineering Services, Inc.

REPRESENTATIVE

D. Scott Atkin

POSITION

Principal

ADDRESS

41 Sequin Drive

Glastonbury, CT

(ZIP)

06033

TELEPHONE #

860.633.8770

FAX #

860.633.5971

TAX ID # 06-1365014

E-MAIL ADDRESS Capitol Region Council of 636 Governments [email protected]

SIGNATURE

D. Scott Atkin

PAYMENT TERMS: %30Days

DATE: 12/16/2015

6

12/17/2015 BidSync p. 85