BID ADDENDUM BID NO.: SP-18 NEW. 11/97 STATE OF 05PSX0097 DEPARTMENT OF ADMINISTRATIVE SERVICES Paul Greco PROCUREMENT SERVICES Bid Due Date: Contract Specialist 165 Capitol Avenue, 5th Floor South 4 august 2005

(860) 713-5189 PO Box 150414 Telephone Number HARTFORD, CT 06115-0414

BID ADDENDUM #1

DESCRIPTION: Cleaning of Septic Tanks, Vaults and Grease Traps for Using State Agencies and Political Sub-Divisions of the State

FOR: CT Department of Transportation 2800 Berlin Turnpike Newington, CT

BIDDERS NOTE:

Schedule Number 4, DEP Location Requirements have been added to this bid. See Schedule attached.

This Addendum must be Signed & Returned with your Bid.

Authorized Signature of Bidder Company Name

APPROVED______PAUL GRECO Contract Specialist (Original Signature on Document in Procurement Files)

Date Issued: 18 July 2005 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 1 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

DEP locations found within CT DOT District 1 Dinosaur State Park, Rocky Hill Residence Every 2 years 500 gallon $

Dinosaur State Park ( 1 Composting Unit) As needed 300 gallon $

Kensington Hatchery, Kensington Shop and residence Every 2 to 3 1500 gallon $ years

Manager’s House Every 2 years 1250 gallon $

Shenipsit State Forest, Stafford Springs Managers’ House Every 3-5 years 1200 gallon $

Shop building Every 3-5 years 1200 gallon $

Portland Complex, Portland Every 3-5 years 2/1000 gallon $ 500 gallon $

Wadsworth Falls State Park, Middletown Every 3-5 years 2000 gallon $ Every 3-5 years 500 gallon $

Penwood State Park, Bloomfield Penwood Main. Shop Every 3 to 4 500 gallon $ years Penwood toilet Every 3 to 4 1500 gallon $ years Stratton Brook Beach Toilet, West Simsbury Once a year 1500 gallon $

Heublein Tower residence, Simsbury Every 3 to 4 1000 gallon $ years

Heublein Tower ( 2 Composting Units) As needed 300 gallon $

Page 1 of 13 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 2 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

DEP locations found within CT DOT District 2

Baldwin Bridge Dump Station , 10 per year 1000 gallon $ Old Saybrook

Marine Complex HQ Pumpout Station, 35 per year during boat 2000 gallon $ Old Lyme season, Mon – Fri.

Marine Complex HQ Pumpout Station, 10 per year during boating 2000 gallon $ Old Lyme season, Sat.-Sun.

Gay City State Park, Hebron Every 3-5 years 2/ 2000 gallon $ 1500 gallon $ , Day Pond Rd., Colchester Every 3-5 years 1500 gallon $

Mashamquet Brook State Park, Every 3- 5 years 5/5000 gallon $ Pomfret Center Mansfield Hollow State Park, North Every 3-5 years 3/ 1200 gallon $ Windam

Natchaug Forest, Eastford Every 3- 5years 3/ 1200 gallon $

Quaddick State Park, Thompson Every 3-5 years 1500 gallon $ 2/ 1200 gallon $

Chatfield Hollow State Park, Killingworth Every 3- 5years 3/ 1000 gallon $ 8500 gallon $ 500 gallon $

Cockaponset State Forest, Haddam Every 3- 5 years 2/ 500 gallon $ 1200 gallon $

Harkness Memorial State Park, Waterford Every 2 years Toilet Building 4000 $ Maintenance 1000 $ Mansion 1000 $ Office 4000 $ Visitor Center 4000 $

Page 2 of 1 3

PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 3 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

Rocky Neck State Park, Niantic All Rocky Neck locations 3-5 years Crane 4500 gallon $

Egret 4500 gallon $

Heron 4500 gallon $

Osprey 4500 gallon $

Seagull 4500 gallon $

Mgr House 1000 gallon $

Concession 1000 gallon $

500gallon $

Nature Center 1000 gallon $

Camp Office 500 gallon $

Apartment 1000 gallon $ Shop 1000 gallon $ West Bath 2/ 5000 gallon $ Pavilion 2000 gallon $ East Bath 2/ 5000 gallon $ Trailer Dump Station 1000 gallon $

Page 3 of 13 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 4 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

Hopeville Pond State Park, Jewett City Every 2 – 3 years 2/ 1000 gallon $ 1100 gallon $ 20000 gallon $ 3000 gallon $ 800 gallon $

Pachaug State Forest, Voluntown, Every 2-3 years 3/1000 gallon $

Salt Rock state Campground, Sprague Every 2-3 years 2/1000 gallon $

Gillette Castle State Park East Haddam Every 2-3years 1250 gallon $ 1000gallon $

Eastern District HQ Marlborough Every 3- 5 years 4/1000 gallon $ 1500 gallon $

Squa Rock Complex, Moosup Every 3-5 years 1500 gallon $ 1000 gallon $

Page 4 of 13 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 5 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

The Following Compost Toilets Require On Call/As On Call 300 gallon Needed Service - Tank Capacity For Each Unit is 300 Gallons (Liquids Only) Numbers to the left of locations represent number of units on site.

3 , Groton $ *Chatfield Hollow State Park, 6 Killingworth $

2 , Haddam $

2 Mansfield Hollow State Park, Mansfield $

2 Devil's Hopyard State Park, East Haddam $ 8 , Voluntown $

$ 3 Hopeville Pond State Park, Griswold

1 Hammonasset Beach state Park, Madison $

6 *Mashamoquet Brook State Park, Pomfret $

2 Salmon River State Forest, Colchester $

1 Salt Rock State Campground, Sprague $

4 , Niantic $

1 Day Pond State Park, Westchester $

2 , Hebron $ 1 Haley Farm Sate Park, Groton $

$ 1 Harkness Memorial State Park, Waterford 2 *, East Hampton $ *Mt. Misery, Voluntown $ Page 5 of 13

PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 6 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

Continued, 300 gallon compost units

2 , Eastford $

2 Nechatic State Forest, Eastford $

2 Pattaconk, Haddam $

3 Quadick State Park, Thompson $

4 Rocky Neck State Park, Niantic $

4 Bigelow Hollow State Park, Union $

Page 6 of 13 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 7 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

DEP locations found within CT DOT District 3 Every 3- 5 years Hammonasset Beach State Park, Madison

Maintenance 2000 $

Camp Managers 1000 $

Westbath-Mens 4000 $

Westbath-Womens 4000 $

Kennedy House 2000 $

Main Pavillion 10000 $

Dudley Lane 1500 $

Nature Center 2000 $

Eastbath-Mens 10000 $

Eastbath-Womens 10000 $

Pequot 1 6000 $

Pequot 2 6000 $

Tunxis 6000 $

Mohegan 1 6000 $

Mohegan 2 6000 $

Mohawk 6000 $ Quinnipiac 6000 $

Podunk 6000 $

Page 7 of 1 3

PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 8 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

Camp Store 500 $

West Concession 500 $

Meigs Concession 500 $

Camp Office 1000 $

Main Gate 1500 $

Meigs Bath House 20,000 $

Area 1 Building 1 2000 $

Area 1 Building 2 2000 $

Area 1 Building 3 2000 $

Area 1 Building 4 2000 $

Dowds North - Mens 2000 $

Dowds North -Womens 1500 $

Dowds South - Mens 1500 $

Dowds South - Womens 1500 $

Beach Road North 1500 $

Beach Road South 4000 $

Nipmuck South - Mens 4000 $

Nipmuck South - Womens 1500 $

Nipmuck North - Mens 1500 $

Nipmuck North - Womens 1500 $

Campground Dump Station 3-4 times per 2000 $

year Campground Holding Tank 3-4 times per 10000 $ year Page 8 of 13

PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 9 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

Sleeping Giant State Park, Hamden Sleeping Giant Picnic Area Every 2 years 1200 gallon $

Sleeping Giant Mgrs. House, Shop Every 3 to 4 1000 gallon $ years Wharton Brook Upper Every 2 years 1500 gallon $

Wharton Brook Lower women Every 2 years 2000 gallon $

Wharton Brook Lower men Every 2 years 2000 gallon $

West Rock residence Every 4 to 5 1000 gallon $ years

Sleeping Giant ( 2 Composting Units ) As needed 300 gallon $

Sherwood Island State Park, Green farms As needed 300 gallon $ Sherwood Island ( 1 Composting Unit)

Page 9 of 13 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 10 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

DEP locations found within CT DOT District 4

Black Rock State Park, Thomaston Campground North Toilet (#4) Once a year 2500 gallon $

Campground South Toilet (#3 beach circle) Once a year 2500 gallon $

R.V. Station Once a year 1000 gallon $

Lower Rec Toilet (#5) Every 3 to 4 2500 gallon $ years

Camp office cabin Every 3 to 4 1500 gallon $ years

Beach Toilet (#1) Once a year 2500 gallon $

Mattatuck residence Once a year 500 gallon $

Thomaston Garage toilets Every 5 years 1500 gallon $

Thomaston Garage floor drain Once a year 1000 gallon $

Roraback District Hdqtrs. Every 3 years 1000 gallon $

Farmington Hdqts Every 3 to 4 500 gallon $ years

Burlington Hatchery, Burlington Hatchery Facility Every 3 to 4 1000 gallon $ years

Mgrs. House Once a year 2000 gallon $

Burr Pond State Park, Torrington Burr Pond Maint. Shop 3 to 5 years 500 gallon $ Burr Pond Mgr’s House 2 years 750 gallon $ Main Toilet Building Once a year 1200 gallon $ Concession 3 to 4 years 1000 gallon $ Lifequard Building 3 to 4 years 500 gallon $

Page 10 of 13 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 11 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

Lake Waramaug, New Preston campground Once a year 18000 gallon $ Lake Waramaug camp cabin office Every 3 to 4 500 gallon $ years Managers House Every 3 to 4 500 gallon $ years Maint. Shop Every 3 to 4 500 gallon $ years Parking lot beach toilet Once a year 1000 gallon $ Concession Every 3 to 4 500 gallon $ years Mt. Tom beach toilet Once a year 1500 gallon $ $ Camp Columbia residence Every 3 to 4 1250 gallon years

Macedonia State Park, Kent Macedonia Maint Shop Every 3 to 4 750 gallon $ years Macedonia residence house Every 2 years 500 gallon $ Macedonia camp office Every 5 to 6 500 gallon $ years Kent Falls Toilet Once a year 500 gallon $ Housatonic Campground South Toilet Once a year 2500 gallon $ Housatonic Campground North Toilet Once a year 2500 gallon $ Housatonic Maint. Shop Every 2 years 1500 gallon $ Housatonic R.V. Station Once a year 500 gallon $ Macedonia ( 11 Composting Units ) As needed 300 gallon $ , Goshen Maint. Shop Every 5 years 1000 gallon $ , Derby Indian Well South toilet Every 2 year 20000,5000 gal. $

Indian Well North toilet Every 2 years 2000 gallon $ Indian Well Concession Every 3 to 4 500 gallon $ years Kellogg residence Every 3 to 4 500 gallon $ years

Page 11 of 13 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 12 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

Peoples State Forest, Pleasant Valley Peoples Maint. Shop Every 3 to 4 500 gallon $ years Peoples South toilet Every 2 years 2/ 750 gallon $ Peoples North toilet Every 2 years 1000 gallon $ American Legion S.F. camp cabin Every 4 to 5 500 gallon $ years American Legion S. F. South toilet Once a year 2/ 750 gallon $ American Legion S. F. North toilet Once a year 2/ 750 gallon $ American Legion S. F. R.V. station Once a year 1250 gallon $ Valley Hdqts South toilet Every 4 to 5 750 gallon $ years Valley Hdqts North toilet Every 4 to 5 500 gallon $ years Salmon holding Facility/Mgr’s House Every 3 to 4 500 gallon $ years Putnam Memorial State Park, Reddingridge Putnam Memorial toilet, Rt. Jct. Every 3 to 4 500 gallon $ years Putnam Memorial residence Every 3 to 4 1000 gallon $ years Putnam Memorial Housing Every 3 to 4 250 gallon $ years Putnam Memorial Maint. Shop Every 5 years 1500 gallon $ Putnam Memorial ( 3 Composting Units ) As needed 300 gallon $ Sessions Woods W.M.A. Burlington Maint. Shop Every 4 to 5 500 gallon $ years Residence Every 2 to 3 500 gallon $ years Conference Building Every 2 to 3 4000 gallon $ years Gray House Every 3 to 4 500 gallon $ years

Page 12 of 13 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 4 DELIVERY for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS CASH DISCOUNT Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN # Page 13 OF 13

CT DEPARTMENT OF ENVIRONMENTAL PROTECTION EST. QUANTITY / PER TANK ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK CAPACITY EACH TIME # VAULTS AND GREASE TRAPS GAL.

Southford Falls State Park, Southbury Southford Falls Maint. Shop Every 4 to 5 500 gallon $ years Kettletown campground A – toilet Once a year 2000 gallon $ Kettletown R.V. station Once a year 1000 gallon $ Ketttetown beach toilet Once a year 2500 gallon $ Kettletown Mgrs. House Every 4 to 5 1000 gallon $ years

Kettletown Camp B toilet Once a year 4000 gallon $ w/1000 grease $ trap

Kettletown camp office Every 4 to 5 500 gallon $ years

Middlebury Garage, Middlebury Every 5 years 1000 gallon $

Southford Falls ( 2 Composting Units ) Southbury As needed 300 gallon $

Squantz Pond State Park, New Fairfield Squantz Pond Maint. Shop Every 4 to 5 500 gallon $ years Squantz Pond Mgr’s house Every 2 years 500 gallon $ Squantz Pond Public safety building Once a year 5000 gallon $ Squantz Pond concession Once a year 2/500 gallon $ Squantz Pond lifeguard house Every 4 to 5 500 gallon $ years Squantz small park Every 2 years 1500 gallon $ , Litchfield Topsmead residence house, shop Every 2 to 3 500 gallon $ years Mansion museum Every 3 to 4 500 gallon $ years Mgr’s House Every 4 to 5 500 gallon $ years

Page 13 of 13 INVITATION FOR BIDS SP-11 Rev. 10/03 STATE OF CONNECTICUT DEPARTMENT OF ADMINISTRATIVE SERVICES

Paul Greco PROCUREMENT SERVICES Contract Specialist 165 Capitol Avenue, 5th Floor South PO Box 150414 (860) 713-5189 Telephone Number HARTFORD, CT 06115-0414

NOTICE TO VENDORS: Logon to www.das.state.ct.us/busopp.asp DAS CT State Web Site http://www.das.state.ct.us/busopp.asp select the Bidder Notification System & [email protected] complete the form to automatically receive a synopsis Contract Specialist E-mail Address

of new Bids & RFP’s via e-mail. (860) 622-2932 Addresses for undeliverable e-mails will be deleted. Fax Number

Invitation for Bids SPECIFICATIONS & BID DOCUMENTS ATTACHED

Bid Number: 05PSX0097 Bid Opening Date & Time: 4 August, 2005 at 2:00 PM Eastern Time

Bid Description: Cleaning of Septic Tanks, Vaults and Grease Traps for Using State Agencies and Political Sub- Divisions of the State

This contract replaces the following contract award(s) in part or in total: 001-A-01-0184-C

SEALED BID NO.: 05PSX0097 NOTE: Always use mailing label at left on all packages when NOT TO BE OPENED UNTIL: 4 August 2005 2:00 PM Eastern Time returning the ORIGINAL & ONE COPY of your bid response. Return Bid To: Bids cannot be accepted after specified Bid Opening Time. PROCUREMENT SERVICES DEPARTMENT OF ADMINISTRATIVE SERVICES Vendors will not be admitted to state buildings without a valid photo ID. STATE OF CONNECTICUT 165 CAPITOL AVE 5th FLOOR SOUTH Hand-delivered bids must be brought to: PO BOX 150414 DAS Customer Service Room 110

HARTFORD CT 06115-0414 165 Capitol Avenue, Hartford, CT

BIDDER’S CHEC KLIST Bid Number: SP-20 REV. 9/04 STATE OF CONNECTICUT BIDDER’S CHECKLIST 05PSX0097

READ CAREFULLY

IT IS SUGGESTED THAT YOU REVIEW AND CHECK OFF EACH ACTION AS YOU COMPLETE IT.

____ 1. The Bid Proposal (SP-26) must be signed by a duly authorized representative of the company. Unsigned bids automatically rejected.

____ 2. The Proposal Schedule (SP-16) must be included with your bid and contain the following:

_____ a. VENDORS NAME MUST BE IN THE UPPER RIGHT CORNER OF ALL PROPOSAL SCHEDULE PAGES.

_____ b. The bid prices you have offered have been reviewed and verified.

_____ c. The price extensions and totals have been checked. (In case of discrepancy between unit prices and total prices, the unit price will govern the bid evaluation).

_____ d. Any errors, alterations, corrections or erasures to unit prices, total prices, etc. must be initialed by the person who signs the bid proposal or his designee. Such changes made and not initialed mean automatic rejection of bid.

_____ e. The payment terms are Net 45 Days (You may offer cash discounts for prompt payment). Net Terms for periods less than 45 days (Ex. Net 30) may result in bid rejection. Exception: State of CT Small Business Set-Aside bids payment terms shall be in accordance with CGS 4a-60j.

_____ f. The delivery information block has been completed. Be specific: In most cases, “as ordered” or “as required” is not complete information.

____ 3. Vendor Affidavit must be signed, notarized, and returned with bid. Failure to do so may result in bid rejection.

____ 4. Any technical or descriptive literature, drawing or bid samples that are required have been included with the bid.

____ 5. If required the amount of bid surety has been checked and the surety has been included.

____ 6. Form DAS-45 or SP-34 (as applicable) must be completed entirely regardless of the number of employees, even if the company is family owned and/or operated and must be submitted with each bid or bid may be rejected.

____ 7. Any addenda (SP-18) to the bid have been signed and included.

____ 8. MAKE SURE TO INCLUDE THE ORIGINAL PROPOSAL SCHEDULE PAGES (SP-16) ALONG WITH ONE COPY (unless more copies are requested within the bid specifications).

____ 9. The bid number on the pre-addressed mailing label or on your hand marked return envelope exactly matches the bid number inside the envelope.

____ 10. The pre-addressed mailing label has been used on your bid envelope or the bid envelope has been: _____ a. marked with the Bid Number and Bid Opening Date & _____ b. addressed to: State of Connecticut Department of Administrative Services Procurement Services 165 Capitol Avenue, 5th floor PO Box 150414 Hartford, CT 06115-0414

____ 11. The bid is mailed or hand-delivered in-time to be received no later than the designated opening date and time. Late bids are not accepted under any circumstances. Please allow enough time if mailing in your bid. Hand-delivered bids must be delivered to the DAS Customer Service Desk, Room 110, 165 Capitol Ave, Hartford, CT.

____ 12. Do not return pages that you are not quoting on. THIS FORM IS NOT TO BE RETURNED WITH YOUR BID. BID PROPOSAL THIS FORM AND SP-26 Rev. 04/03 STATE OF CONNECTICUT REQUIRED PROPOSAL (Prev. Rev. 11/02) SCHEDULE FORMS DEPARTMENT OF ADMINISTRATIVE SERVICES Paul Greco PROCUREMENT SERVICES MUST BE RETURNED Contract Specialist 165 Capitol Avenue, 5th Floor South

(860) 713-5189 PO BOX 150414 Read & Complete Telephone Number HARTFORD, CT 06115-0414 Carefully Page 1 of 3

BID NO: BID DUE DATE: BID DUE TIME: BID SURETY: DATE ISSUED: 05PSX0097 4 August 2005 2:00 PM Eastern Time $0.00 6 July 2005 DESCRIPTION: Cleaning of Septic Tanks, Vaults and Grease Traps for Using State Agencies and Political Sub-Divisions of the State

FOR: CT Department of Transportation TERM OF CONTRACT / DELIVERY DATE REQ’D: 2800 Berlin Turnpike From date of Award for a term of two years . The State Newington, CT reserves the right to extend this contract for a period of up to the full term of the contract. See Mandatory Pre-Bid Information on Invitation for Bids (form SP-11) Agency Requisition Number(s): 24403

INVITATION FOR BIDS: Pursuant to the provisions of Section 4a-57 of the General Statutes of Connecticut as amended, sealed proposals will be received by Procurement Services for the State of Connecticut, at the address above for furnishing the commodities and/or services herein listed to state agencies.

NOTE: Bidder means Individual/Sole Proprietor, Partnership or Corporation name.

IMPORTANT: ALL pages of this form, Sections 1 through 4 must be completed, signed and returned by the bidder as part of the bid package. Failure to submit all pages of this form constitutes grounds for rejection of your bid.

Section 1 of 4 - BIDDER INFORMATION

COMPLETE BIDDER LEGAL BUSINESS NAME Taxpayer ID # (TIN): SSN FEIN

WRITE/TYPE SSN/FEIN NUMBER ABOVE BUSINESS NAME , TRADE NAME, DOING BUSINESS AS (IF DIFFERENT FROM ABOVE)

BUSINESS ENTITY: CORPORATION LLC CORPORATION LLC PARTNERSHIP LLC SINGLE MEMBER ENTITY NON-PROFIT PARTNERSHIP INDIVIDUAL/SOLE PROPRIETORSHIP NOTE: IF INDIVIDUAL/SOLE PROPRIETOR, INDIVIDUAL’S NAME (AS OWNER) MUST APPEAR IN THE LEGAL BUSINESS NAME BLOCK ABOVE. BUSINESS TYPE: A. SALE OF COMMODITIES B. MEDICAL SERVICES C. ATTORNEY FEES D. RENTAL OF PROPERTY (REAL ESTATE & EQUIPMENT) E. OTHER (DESCRIBE IN DETAIL)

UNDER THIS TIN, WHAT IS THE PRIMARY TYPE OF BUSINESS YOU PROVIDE TO THE STATE? (ENTER LETTER FROM ABOVE)

UNDER THIS TIN, WHAT OTHER TYPES OF BUSINESS MIGHT YOU PROVIDE TO THE STATE? (ENTER LETTER FROM ABOVE)

NOTE: IF YOUR BUSINESS IS A PARTNERSHIP, YOU MUST ATTACH THE NAMES AND TITLES OF ALL PARTNERS TO YOUR BID SUBMISSION. NOTE: IF YOUR BUSINESS IS A CORPORATION, IN WHICH STATE ARE YOU INCORPORATED? WRITTEN SIGNATURE OF PERSON AUTHORIZED TO SIGN BIDS ON BEHALF OF THE ABOVE NAMED BIDDER DATE EXECUTED ÍSIGN HERE TYPE OR PRINT NAME OF AUTHORIZED PERSON TITLE OF AUTHORIZED PERSON

IS YOUR BUSINESS CURRENTLY A DAS CERTIFIED SMALL BUSINESS ENTERPRISE? YES (ATTACH COPY OF CERTIFICATE) NO IF YOU ARE A STATE EMPLOYEE, INDICATE YOUR POSITION, AGENCY & AGENCY ADDRESS. BID PROPOSAL BID NO. SP-26 Rev. 11/97 STATE OF CONNECTICUT 05PSX0097

DEPARTMENT OF ADMINISTRATIVE SERVICES Paul Greco PROCUREMENT SERVICES Contract Specialist 165 Capitol Avenue, 5th Floor South

(860) 713-5189 PO BOX 150414 Read & Complete Telephone Number HARTFORD, CT 06115-0414 Carefully Page 2 of 3

Section 1 of 4 - BIDDER INFORMATION (CONTINUED)

BIDDER ADDRESS STREET CITY STATE ZIP CODE

Add Additional Business Address & Contact information on back of this form. BIDDER E-MAIL ADDRESS BIDDER WEB SITE

REMITTANCE INFORMATION: INDICATE BELOW THE REMITTANCE ADDRESS OF YOUR BUSINESS. SAME AS BIDDER ADDRESS ABOVE. REMIT ADDRESS STREET CITY STATE ZIP CODE

CONTACT INFORMATION: NAME (TYPE OR PRINT)

1ST BUSINESS PHONE: Ext. # HOME PHONE: ST 2ND BUSINESS PHONE: Ext. # 1 PAGER: ND CELLULAR: 2 PAGER: 1ST FAX NUMBER: TOLL FREE PHONE: 2ND FAX NUMBER: TELEX: WRITTEN SIGNATURE OF PERSON AUTHORIZED TO SIGN BIDS ON BEHALF OF THE ABOVE NAMED BIDDER DATE EXECUTED ÍSIGN HERE TYPE OR PRINT NAME OF AUTHORIZED PERSON TITLE OF AUTHORIZED PERSON

IS YOUR BUSINESS CURRENTLY A DAS CERTIFIED SMALL BUSINESS ENTERPRISE? YES (ATTACH CERTIFICATE COPY TO BID) NO IF YOU ARE A STATE EMPLOYEE, INDICATE YOUR POSITION, AGENCY & AGENCY ADDRESS.

FOR PURCHASE ORDER DISTRIBUTION: 1) CHECK ONLY ONE BOX BELOW 2) INPUT E-MAIL ADDRESS OR FAX # (IF CHECKED) E-MAIL FAX USPS MAIL EDI If EDI was selected, give us a person to contact in your company to set up EDI: NAME: E-MAIL ADDRESS: TELEPHONE NUMBER:

FOR REQUEST FOR QUOTATION (RFQ) DISTRIBUTION: 1) CHECK ONLY ONE BOX BELOW 2) INPUT E-MAIL ADDRESS OR FAX # (IF CHECKED) E-MAIL FAX USPS MAIL

ADD FURTHER BUSINESS ADDRESS, E-MAIL & CONTACT INFORMATION BELOW IF REQUIRED

BID PROPOSAL BID NO. SP-26 Rev. 11/97 STATE OF CONNECTICUT 05PSX0097

DEPARTMENT OF ADMINISTRATIVE SERVICES Paul Greco PROCUREMENT SERVICES Contract Specialist 165 Capitol Avenue, 5th Floor South

(860) 713-5189 PO BOX 150414 Read & Complete Telephone Number HARTFORD, CT 06115-0414 Carefully Page 3 of 3

Section 2 of 4 – IMPORTANT INFORMATION FOR BIDDERS

AFFIRMATION OF BIDDER: The above signed bidder affirms and declares:

1. That this proposal is executed and signed by said bidder with full knowledge and acceptance of the provisions of Form SP-19 of current issue and in effect on the date of bid issue. Form SP-19, entitled Standard Bid and Contract Terms and Conditions are made a part of the contract.

2. That this proposal is executed and signed by said bidder with full knowledge and acceptance of the provisions of all Special Bid Terms and Conditions attached hereto.

3. That should any part of this proposal be accepted in writing by Procurement Manager within thirty (30) calendar days from the date of bid opening unless an earlier date for acceptance is specified by bidder in proposal schedule, said bidder will furnish and deliver the commodities and/or services for which this proposal is made, in the quantities and at the prices bid, and in compliance with the provisions of the STANDARD BID AND CONTRACT TERMS AND CONDITIONS, COMMODITY SPECIFICATION, PROPOSAL SCHEDULE AND SPECIAL BID AND CONTRACT TERMS AND CONDITIONS. Should award of any part of this proposal be delayed beyond the period of thirty (30) days or an earlier date specified by bidder in proposal schedule, such award shall be conditioned upon bidder’s acceptance.

4. Acceptance of the conditions set forth herein, agreement in strict accordance therewith, and will furnish and deliver the commodities and/or services to the state agency or agencies named in the PROPOSAL SCHEDULE at the prices bid therein.

5. Should Procurement Services determine that bidder has not completed Section 3 - Bidder Debarment and/or Suspension included as part of this document, then such determination may be just cause for disqualification from the evaluation of this bid.

Section 3 of 4 - BIDDER DEBARMENT AND/OR SUSPENSION

The abovesigned bidder further affirms and declares that neither the bidder and/or any company official nor any subcontractor to the bidder and/or any company official has received any notices of debarment and/or suspension from contracting with the State of Connecticut or the Federal Government. YES NO

The abovesigned bidder further affirms and declares that neither the bidder and/or any company official nor any subcontractor to the bidder and/or any company official has received any notices of debarment and/or suspension from contracting with other states within the United States. YES NO

If the abovesigned bidder and/or any company official or any subcontractor to the bidder and/or any company official has received notices of debarment and/or suspension from contracting with the State of Connecticut, other states within the United States or Federal Government, said notices must be attached to this document when submitting this proposal.

Number of notices attached

Section 4 of 4 – OTHER NOTICES

Notice regarding Package Handling at 165 Capitol Avenue

As part of new security processes, all mail, packages and parcels, including bids, delivered to the State Office Building at 165 Capitol Avenue will be opened and examined by trained mail handling staff. Bids will then be resealed, forwarded to Procurement Services, and opened as scheduled. This procedure also applies to hand- carried packages.

Bidders, note that additional time will be required to carry out these procedures. Allow extra time for processing of mail or personally delivered bids to Procurement Services. Remember, Bids cannot be accepted after Bid Opening Time specified on the bid.

NOTE: ALWAYS USE MAILING LABEL INCLUDED WITH EACH BID ON ALL PACKAGES WHEN RETURNING THE ORIGINAL & ONE COPY OF YOUR BID RESPONSE.

SIGNATURE OF AUTHORIZED PERSON IN SECTION 1 CONSTITUTES AGREEMENT WITH ALL PROCEDURES INDICATED ABOVE.

STANDARD BID BID NO.: TERMS AND CONDITIONS SP-19 Rev. 1/05 STATE OF CONNECTICUT 05PSX0097 (Prev. Rev. 11/02) DEPARTMENT OF ADMINISTRATIVE SERVICES Paul Greco PROCUREMENT SERVICES Contract Specialist 165 Capitol Avenue, 5th Floor South

(860) 713-5189 PO Box 150414 Telephone Number HARTFORD, CT 06115-0414

Standard Bid and Contract Terms and Conditions - Page 1 of 4

All Invitations For Bids issued by the Department of 7. Pursuant to Section 12-412 of the Connecticut General Administrative Services, Procurement Services will bind Statutes, the State of Connecticut is exempt from the payment Bidders to the terms and conditions listed below, unless of excise, transportation and sales taxes imposed by the Federal specified otherwise in any individual Invitation For Bids. Government and/or the State. Such taxes must not be included in bid prices. Incorporated by reference into this contract are applicable provisions of the Connecticut General Statutes 8. In the event of a discrepancy between the unit price and including but not limited to Sections 4a-50 through 4a-80 the extension, the unit price shall govern. and applicable provisions of the Regulations of Connecticut State Agencies including but not limited to 9. By its submission the Bidder represents that the bid is not Sections 4a-52-1 through 4a-52-22. made in connection with any other Bidder submitting a bid for the same commodity or commodities and is in all respects fair The contractor agrees to comply with the statutes and without collusion or fraud. and regulations as they exist on the date of this contract

and as they may be adopted or amended from time to 10. All bids will be opened and read publicly and upon award time during the term of this contract and any are subject to public inspection. amendments thereto.

Guaranty or Surety Submission of Bids 11. Bid and or performance bonds may be required. Bonds 1. Bids must be submitted on forms supplied by must meet the following requirements: Corporation - must be Procurement Services. Telephone or facsimile bids will not be signed by an official of the corporation above their official title accepted in response to an Invitation For Bids. and the corporate seal must be affixed over the signature; Firm 2. The time and date bids are to be opened is given in each or Partnership - must be signed by all the partners and indicate bid issued. Bids received after the specified time and date of they are “doing business as”; Individual - must be signed by the bid opening given in each bid proposal shall not be owner and indicated as “Owner”. The surety company executing considered. Bid envelopes must clearly indicate the bid the bond or countersigning must be licensed in Connecticut number as well as the date and time of the opening of the bid. and the bond must be signed by an official of the surety The name and address of the Bidder should appear in the company with the corporate seal affixed over their signature. upper left hand corner of the envelope. Signatures of two witnesses for both the principal and the surety must appear on the bond. Power of attorney for the 3. Incomplete bid forms may result in the rejection of the official signing the bond for the surety company must be bid. Amendments to bids received by Procurement Services submitted with the bond. after the time specified for opening of bids, shall not be considered. An original and one copy of the proposal Samples schedule shall be returned to Procurement Services. Bids 12. Accepted bid samples do not supersede specifications for shall be computer prepared, typewritten or handwritten in quality unless sample is superior in quality. All deliveries shall ink. Bids submitted in pencil shall be rejected. All bids shall have at least the same quality as the accepted bid sample. be signed by a person duly authorized to sign bids on behalf of the bidder. Unsigned bids shall be rejected. Errors, 13. Samples are furnished free of charge. Bidder must indicate alterations or corrections on both the original and copy of the if their return is desired, provided they have not been made proposal schedule to be returned must be initialed by the useless by test. Samples may be held for comparison with person signing the bid proposal or their authorized designee. deliveries. In the event an authorized designee initials the correction, Award there must be written authorization from the person signing 14. Award will be based on quality of the articles or services to the bid proposal to the person initialing the erasure, be supplied, their conformance with specifications, delivery alterations, or correction. Failure to do so shall result in terms, price, administrative costs, past performance, and rejection of bid for those items erased, altered or corrected financial responsibility. and not initialed. 15. Procurement Services may reject any bidder in default of 4. Conditional bids are subject to rejection in whole or in any prior contract or guilty of misrepresentation or any bidder part. A conditional bid is defined as one which limits, with a member of its firm in default or guilty of modifies, expands or supplements any of the terms and misrepresentation. conditions and/or specifications of the invitation for bids. 16. Procurement Services may correct inaccurate awards 5. Alternate bids will not be considered. An alternate bid is resulting from clerical or administrative errors. defined as one which is submitted in addition to the bidders Contract primary response to the invitation for bids. 17. The existence of the contract shall be determined in 6. Prices should be extended in decimal, not fraction, to be accordance with the requirements set forth above. However, the net, and shall include transportation and delivery charges award of the contract is not an order to ship. fully prepaid by the Contractor to the destination specified in 18. The Contractor shall not assign or otherwise dispose of the bid, and subject only to cash discount. their contract or their right, title or interest, or their power to

STANDARD BID BID NO.: TERMS AND CONDITIONS SP-19 Rev. 1/05 STATE OF CONNECTICUT 05PSX0097 (Prev. Rev. 11/02) DEPARTMENT OF ADMINISTRATIVE SERVICES Paul Greco PROCUREMENT SERVICES Contract Specialist 165 Capitol Avenue, 5th Floor South

(860) 713-5189 PO Box 150414 Telephone Number HARTFORD, CT 06115-0414

Standard Bid and Contract Terms and Conditions - Page 2 of 4 execute such contract to any other person, firm or corporation 26. Deliveries are subject to re-weighing on State sealed scales. without the prior written consent of Procurement Services. 27. Payment terms are net 45 days after receipt of goods or 19. Bidders have ten days after notice of award to refuse invoice, whichever is later, unless otherwise specified. acceptance of the award; after ten days the award will be binding on the Contractor. If the Contractor refuses to accept 28. Charges against a Contractor shall be deducted from the award within the ten day period, the award will be made current obligations. Money paid to the State by the Contractor to the next lowest responsible qualified bidder. shall be payable to the Treasurer, State of Connecticut.

20. Failure of a Contractor to deliver commodities or perform Tangible Personal Property services as specified will constitute authority for Procurement 29. (a) For any contract for provision of tangible personal Services to purchase these commodities or services on the property to the state entered into on or after the effective date of open market. The Contractor agrees to promptly reimburse this section, each department head, as defined in section 4-5 of the State for excess cost of these purchases. The purchases the general statutes, shall enter into an agreement with the will be deducted from the contracted quantities. contractor pursuant to which such contractor shall agree, on its own behalf and on behalf of each affiliate, as defined in 21. Rejected commodities must be removed by the Contractor subsection (d) of this section, of such contractor, for the term of from State premises within 48 hours. Immediate removal may the state contract, to collect and remit to the state on behalf of be required when safety or health issues are present. its customers any use tax due to the state under the provisions of chapter 219 of the general statutes for items of tangible 22. Contractor agrees to: hold the State harmless from personal property sold by the contractor or by any of its liability of any kind for the use of any copyright or affiliates in the same manner as if the contractor and its uncopyrighted composition, secret process, patented or affiliates were engaged in the business of selling tangible unpatented invention furnished or used in the performance of personal property for use in this state and had sufficient nexus the contract; guarantee their products against defective with this state to be required to collect use tax due to the state. material or workmanship; repair damages of any kind, for (b) The following provisions shall apply to and be made part of which they are responsible to the premises or equipment, to any agreement entered into pursuant to subsection (a) of this their own work or to the work of other contractors; obtain and section: (1) The contractor and its affiliates are not liable for pay for all licenses, permits, fees etc. and to give all notices use tax not paid to them by a customer; (2) A customer's and comply with all requirements of city or town in which the payment of a use tax to the contractor or its affiliates relieves service is to be provided and to the State of Connecticut; to the customer of liability for the use tax; (3) The contractor and carry proper insurance to protect the State from loss. its affiliates shall remit all use taxes they collect from customers 23. Notwithstanding any provision or language in this on or before the due date specified in the agreement, which may contract to the contrary, the Commissioner may terminate not be later than the last day of the month next succeeding the this contract whenever he/she determines in his/her sole end of a calendar quarter or other tax collection period during discretion that such termination is in the best interests of the which the tax was collected; and (4) Any contractor or affiliate State. Any such termination shall be effected by delivery to who fails to remit use taxes collected on behalf of its customers the Contractor of a written notice of termination. The notice by the due date specified in the agreement shall be subject to of termination shall be sent by registered mail to the the interest and penalties provided for persons required to Contractor address furnished to the State for purposes of collect sales tax under chapter 219 of the general statutes. (c) correspondence or by hand delivery. Upon receipt of such Any agreement entered into under subsection (a) of this section notice, the Contractor shall both immediately discontinue all may provide that the contractor and its affiliates shall collect services affected (unless the notice directs otherwise) and the use tax only on items that are subject to the six per cent deliver to the State all data, drawings, specifications, reports, rate of tax. (d) For purposes of this section, "affiliate" means estimates, summaries, and such other information and any person, as defined in section 12-1 of the general statutes, materials as may have been accumulated by the Contractor in that controls, is controlled by, or is under common control with performing his duties under this contract, whether completed another person. A person controls another person if the person or in progress. All such documents, information, and owns, directly or indirectly, more than ten per cent of the voting materials shall become the property of the State. In the event securities of the other person. For purposes of this subsection, of such termination, the Contractor shall be entitled to "voting security" means a security that confers upon the holder reasonable compensation as determined by the Commissioner the right to vote for the election of members of the board of of the Department of Administrative Services, however, no directors or similar governing body of the business, or that is compensation for lost profits shall be allowed. convertible into, or entitles the holder to receive, upon its exercise, a security that confers such a right to vote. "Voting Delivery security" includes a general partnership interest. (PA 03-01 24. All products and equipment delivered must be new Sec.105) unless otherwise stated in the bid specifications. Saving Clause 25. Delivery will be onto the specified State loading docks by 30. The Contractor shall not be liable for losses or delays in the the Contractor unless otherwise stated in the bid fulfillment of the terms of the contract due to wars, acts of specifications. public enemies, strikes, fires, floods, acts of God or any other acts not within the control of or reasonably prevented by the STANDARD BID BID NO.: TERMS AND CONDITIONS SP-19 Rev. 1/05 STATE OF CONNECTICUT 05PSX0097 (Prev. Rev. 11/02) DEPARTMENT OF ADMINISTRATIVE SERVICES Paul Greco PROCUREMENT SERVICES Contract Specialist 165 Capitol Avenue, 5th Floor South

(860) 713-5189 PO Box 150414 Telephone Number HARTFORD, CT 06115-0414

Standard Bid and Contract Terms and Conditions - Page 3 of 4

Contractor. The Contractor will give written notice of the cause and probable duration of any such delay.

Advertising 31. Contractors may not reference sales to the State for advertising and promotional purposes without the prior approval of Procurement Services.

Rights 32. The State has sole and exclusive right and title to all printed material produced for the State and the contractor shall not copyright the printed matter produced under the contract.

33. The Contractor assigns to the State 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.

33. Contractor 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 the State harmless and indemnify the State from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations.

34. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging This contract is subject to the provisions of Executive Order No. Three of Governor Thomas J. Meskill promulgated June 16, 1971, the provisions of Executive Order No. Seventeen of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A. 91-58 nondiscrimination regarding sexual orientation, and the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated August 4, 1999 regarding Violence in the Workplace Prevention Policy. STANDARD BID BID NO.: TERMS AND CONDITIONS SP-19 Rev. 1/05 STATE OF CONNECTICUT 05PSX0097 (Prev. Rev. 11/02) DEPARTMENT OF ADMINISTRATIVE SERVICES Paul Greco PROCUREMENT SERVICES Contract Specialist 165 Capitol Avenue, 5th Floor South

(860) 713-5189 PO Box 150414 Telephone Number HARTFORD, CT 06115-0414

Standard Bid and Contract Terms and Conditions - Page 4 of 4

Records, Files, and Information it shall be prohibited from using or disclosing the PHI provided or made available by the state agency/covered entity or viewed 35. The contract resulting from the ITB is subject to the while on the premises for any purpose other than as expressly provisions of §1-218 of the Connecticut General Statutes, as it permitted or required by this Contract. These uses and may be modified from time to time. In accordance with this disclosures must be within the scope of the Bidder’s services section, each contract in excess of two million five hundred provided to the state agency/covered entity. Bidders shall thousand dollars between a public agency and a person for establish and maintain reasonable safeguards to prevent any the performance of a governmental function shall (1) provide use or disclosure of the PHI, other than as specified in this that the public agency is entitled to receive a copy of records Contract or required by law. Bidder agrees that anytime PHI is and files related to the performance of the governmental provided or made available to any subcontractors or agents, function, and (2) indicate that such records and files are Bidder must enter into a subcontract, which contains the same subject to the Freedom of Information Act and may be terms, conditions and restrictions on the use and disclosure of disclosed by the public agency pursuant to the Freedom of PHI as contained in this Contract. Bidder agrees to make Information Act. No request to inspect or copy such records or available and provide a right of access to PHI by the individual files shall be valid unless the request is made to the public for whom the information was created and disclosed. Bidder agency in accordance with the Freedom of Information Act. agrees to make information available as required to provide an Any complaint by a person who is denied the right to inspect accounting of disclosures. Bidder agrees to make its internal or copy such records or files shall be brought to the Freedom practices, books, and records relating to the use or disclosure of of Information Commission in accordance with the provisions PHI received from, or created or received by Bidder on behalf of of sections 1-205 and 1-206 of the Connecticut General the state agency/covered entity, available to the Secretary of Statutes. Health and Human Services (HHS) for purposes of determining compliance with the HHS Privacy Regulations. At termination 36. Incorporated by reference into this contract is Section 4- of this Contract, Bidder agrees to return or destroy all PHI 61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General received from, or created by the state agency/covered entity. If Statutes which prohibits contractors from taking adverse not feasible, extend the protections of this agreement to the PHI action against employees who disclosed information to the and limit further uses and disclosures. Bidder will have Auditors of Public Accounts or the Attorney General. procedures in place for mitigating any harmful effects from the use or disclosure of PHI in a manner contrary to this Contract Health Insurance Portability and Accountability Act or the HHS Privacy Regulations. Bidder must develop and (HIPAA) implement a system of sanctions for any employee, 37. Under the Health Insurance Portability and subcontractor or agent who violates this Contract or the HHS Accountability Act (HIPAA) of 1996, Bidders are expected to Privacy Regulations. The PHI shall be and remain the resources adhere to the same standards as the state agency/covered of the state agency/covered entity. Bidder agrees that it entity as to Protected Health Information (PHI), to maintain acquires no title or rights to the information, including any de- compliance with Title 45 CFR Part 164.504, Uses and identified information, as a result of this Contract. Bidder Disclosures: Organizational Requirements, Bidder Contracts. agrees that the state agency/covered entity has the right to Protected Health Information (PHI) includes information immediately terminate this Contract if the state agency/covered related to claims, health services, federal and state tax entity determines that Bidder has violated a material term of information, financials, criminal/court related information this HIPAA Compliance Agreement above. and other personally identifiable records. Bidder agrees that 34. BIDDER QUALIFICATIONS Bid Number: SP-14 new 11/97 STATE OF CONNECTICUT 05PSX0097 Page 1 of 2 BIDDER’S STATEMENT OF QUALIFICATIONS

THIS FORM WILL BE USED IN ASSESSING A BIDDER’S QUALIFICATIONS AND TO DETERMINE IF THE BID SUBMITTED IS FROM A RESPONSIBLE BIDDER. STATE LAW DESIGNATES THAT CONTRACTS BE AWARDED TO THE LOWEST RESPONSIBLE QUALIFIED BIDDER. FACTORS SUCH AS PAST PERFORMANCE, INTEGRITY OF THE BIDDER, CONFORMITY TO THE SPECIFICATIONS, ETC. WILL BE USED IN EVALUATING BIDS. ATTACH ADDITIONAL SHEETS IF NECESSARY

COMPANY NAME: & ADDRESS:

NUMBER OF YEARS COMPANY HAS BEEN ENGAGED IN BUSINESS UNDER THIS NAME: ______YEARS

LIST ANY CONTRACT AWARDS TO YOUR COMPANY BY THE STATE OF CONNECTICUT WITHIN THE LAST THREE (3) YEARS, THAT YOU ACTUALLY PERFORMED SERVICE AGAINST. INDICATE WHICH STATE AGENCY, AND PROVIDE CONTRACT NAME AND NUMBER, AND THE NAME AND TELEPHONE NUMBER OF THE PURCHASING AGENT ADMINISTERING THE CONTRACT.

CONTRACT NO. CONTRACT NAME STATE AGENCY PURCHASING AGENT TEL. NO.

______

______

______

LIST ANY CONTRACT AWARDS TO YOUR COMPANY BY THE STATE OF CONNECTICUT WITHIN THE LAST THREE (3) YEARS. INDICATE WHICH STATE AGENCY, AND PROVIDE CONTRACT NAME AND NUMBER, AND THE NAME AND TELEPHONE NUMBER OF THE PURCHASING AGENT ADMINISTERING THE CONTRACT.

CONTRACT NO. CONTRACT NAME STATE AGENCY PURCHASING AGENT TEL. NO.

______

______

______

______

LIST OTHER NAMES YOUR COMPANY GOES BY: ______

LIST PREVIOUS COMPANY NAME (S) ______

LIST AT LEAST THREE COMPLETED PROJECTS SIMILAR IN NATURE TO THIS INVITATION FOR BIDS WHICH DEMONSTRATES YOUR COMPANY’S ABILITY TO PERFORM THE REQUIRED SERVICES.

Company Name and Address Telephone No.: Dollar Value:

1. ______

______

2. ______

______

3. ______

______

BIDDER QUALIFICATIONS Bid Number: SP-14 new 11/97 STATE OF CONNECTICUT 05PSX0097 Page 2 of 2 BIDDER’S STATEMENT OF QUALIFICATIONS

COMPANY NAME:

SIZE OF COMPANY OR CORPORATION: NUMBER OF EMPLOYEES: FULL TIME ______PART TIME ______

COMPANY VALUE: EQUIPMENT ASSETS ______TOTAL ASSETS ______

IS YOUR COMPANY REGISTERED WITH THE OFFICE OF THE CONNECTICUT SECRETARY OF STATE? YES NO

REGISTRATION DATE, IF AVAILABLE: ______

IF REQUESTED, WOULD YOUR COMPANY PROVIDE A “GOOD STANDING” CERTIFICATE ISSUED BY THE CONNECTICUT SECRETARY OF STATE’S OFFICE? YES NO

LIST OF EQUIPMENT TO BE USED FOR THIS SERVICE (INCLUDE MODEL, YEAR & MANUFACTURER):

MODEL YEAR MANUFACTURER

______

______

______

______(Attach additional sheets if necessary)

LIST ANY RELEVANT CERTIFICATIONS, LICENSES, REGISTRATIONS, ETC. WHICH QUALIFY YOUR COMPANY TO MEET THE REQUIREMENTS OF THIS BID.

(Attach additional sheets if necessary) LIST ANY CRIMINAL CONVICTIONS AGAINST YOUR COMPANY AND ANY OF YOUR COMPANY’S OFFICERS, PRINCIPAL SHAREHOLDERS, DIRECTORS, PARTNERS, LLC MEMBERS AND LLC MANAGERS.

(Attach additional sheets if necessary)

LIST ANY ADMINISTRATIVE ACTIONS EITHER PENDING REVIEW BY THE STATE OR DETERMINATIONS THAT THE STATE HAS MADE REGARDING YOUR COMPANY OR ANY OF YOUR COMPANY’S OFFICERS, PRINCIPAL SHAREHOLDERS, DIRECTORS, PARTNERS, LLC MEMBERS OR LLC MANAGERS. THIS WOULD INCLUDE COURT JUDGEMENTS, ACTIONS, SUITS, CLAIMS, DEMANDS, INVESTIGATIONS AND LEGAL, ADMINISTRATIVE OR ARBITRATION PROCEEDINGS PENDING IN ANY FORUM. INCLUDE A LISTING OF OSHA VIOLATIONS AND ANY ACTIONS OR ORDERS PENDING OR RESOLVED WITH ANY STATE AGENCY SUCH AS THE DEPARTMENT OF CONSUMER PROTECTION, THE DEPARTMENT OF ENVIRONMENTAL PROTECTION, ETC. DETAIL THIS INFORMATION ON A SEPARATE SHEET OF PAPER. SUCH INFORMATION SHOULD BE FOR THE LAST THREE (3) YEARS. ______(Attach additional sheets if necessary)

I HEREBY CERTIFY UNDER PENALTY OF FALSE STATEMENT THAT ALL THE INFORMATION SUPPLIED IS COMPLETE AND TRUE.

______SIGNATURE DATE

______TITLE EMPLOYMENT Bid Number: INFORMATION FORM STATE OF CONNECTICUT (DAS-45) 05PSX0097 COMMISSION ON HUMAN RIGHTS AND OPPORTUNITIES (CHRO) REV 2/98 WORKPLACE ANALYSIS AFFIRMATIVE ACTION REPORT EMPLOYMENT INFORMATION FORM Company Name Contact Person Phone Number Date Street Address City State

Report all permanent full-time or part-time employees, including apprentice and on-the-job trainees. Enter the number on all lines and in all columns. JOB CATEGORY A B C D E F OVERALL TOTALS WHITE BLACK HISPANIC ASIAN / PACIFIC AMERICAN INDIAN OR (Sum of all columns, (NOT OF HISPANIC (NOT OF HISPANIC ISLANDER ALASKAN NATIVE A-F ORIGIN) ORIGIN) Male & Female Male Female Male Female Male Female Male Female Male Female Officials/Managers Professionals Technicians Sales Workers Office/Clerical Craft Workers (Skilled) Operatives(Semi-skilled) Laborers (Unskilled) Service Workers TOTALS ABOVE Do you use minority businesses as subcontractors or suppliers? Explain: Yes No If CT based, do you post all employment openings with the Explain: State of Connecticut Employment Service? Yes No Do you use an Affirmative Action Plan? Yes No Explain:

Describe your recruitment, hiring, training and promotion anti-discrimination practices.

OSHA COMPLIANCE Bid Number: SP-12 NEW 11/97 STATE OF CONNECTICUT 05PSX0097 Certificate of Compliance with Connecticut General Statute Section 31 - 57b

I hereby certify that all of the statements herein contained below have been examined by me, and to the best of my knowledge and belief are true and correct.

The ______HAS / HAS NOT Company Name (Cross out Non-applicable)

been cited for three (3) or more willful or serious or serious violations of any Occupational Safety and Health Act (OSHA) or of any standard, order or regulation promulgated pursuant to such act, during the three year period preceding the bid, provided such violations were cited in accordance with the provisions of any State Occupational Safety and Health Act of 1970, and not abated within the time fixed by the citation and such citation has not been set aside following appeal to the appropriate agency of court having jurisdiction or HAS / HAS NOT (Cross out Non-applicable) received one or more criminal convictions related to the injury or death of any employee in the three-year period preceding the bid.

The list of violations (if applicable) is attached.

______(Name of Firm, Organization or Corporation)

Signed: ______Written Signature:

______Name Typed: (Corporation Seal)

Title: ______(Title of Above Person, typed)

Dated: ______

State of )

County of ) ss: A.D., 20______)

Sworn to and personally appeared before me for the above, ______, (Name of Firm, Organization, Corporation)

Signer and Sealer of the foregoing instrument of and acknowledged the same to be the free act and deed of

______, and his/her free act and deed as (Name of Person appearing in front of Notary or Clerk)

______. (Title of Person appearing in front of Notary or Clerk)

My Commission Expires: ______(Notary Public) (Seal) VENDOR AFFIDAVIT TO BID NO.: ACCOMPANY BID STATE OF CONNECTICUT 05PSX0097 SP-8 Rev. 6/04 DEPARTMENT OF ADMINISTRATIVE SERVICES Paul Greco PROCUREMENT SERVICES Contract Specialist 165 Capitol Avenue, 5th Floor South

(860) 713-5189 PO Box 150414 Telephone Number HARTFORD, CT 06115-0414

Vendor Affidavit to Accompany Bid for DAS State Contracts, as defined in Public Act 04-245 Section 2 Page 1 of 1

I, ______(name, title and company name), hereby swear that, during the two-year period preceding the submission of this bid that neither myself nor any principals or key personnel of the submitting firm or corporation who participated directly, extensively and substantially in the preparation of this bid nor agent of the above gave a gift, as defined in Conn. Gen. Stat. Section 1-79(e), including a life event gift as defined in Conn. Gen. Stat. Section 1-79(e)(12), except the gifts listed below:

Name of recipient of gift Value of Gift Date of Gift Gift Description __

1.

2.

3. to (1) any public official or state employee of the state agency or quasi-public agency soliciting the bids who participated directly, extensively, and substantially in the preparation of the bid solicitation; or (2) to any public official or state employee who has supervisory or appointing authority over the state agency or quasi-public agency soliciting the bid.

Further, neither I nor any principals or key personnel of submitting firm or corporation who participated directly, extensively and substantially in the preparation of this bid know of any action to circumvent this vendor affidavit disclosure.

Sworn as true to the best of my knowledge and belief, subject to the penalties of false statement.

______Print name Signature Date

Sworn and subscribed before me on this day of , 200 ,

______Commissioner of the Superior Court/ Notary Public

GENERAL BID AND CONTRACT TERMS AND CONDITIONS 05PSX0097

SCOPE: The State desires to obtain services for various State agencies and political subdivisions (primarily the Department of Transportation and the Department of Correction) that are necessary to pump, clean and disposal of waste materials contained in existing septic tanks, vaults and Grease Traps at various State locations on an as needed basis. The enclosed Proposal Schedules contain specific DOT and DOC locations that require service. An additional State Agencies, Town and Municipality schedule is also attached for those agencies wishing to utilize this contract as well.

All services must be pre scheduled with the user agency. User agencies and political subdivisions must assign an on-site representative that will work with the awarded contractor(s) to establish firm dates and times when services are to be performed. Once a date and time has been established prompt service must be rendered. The on-site state or local representative in charge of a given location will be expected to inspect and approve services performed. Said representative/inspector must be present during cleaning operations.

ALL WORK IS TO DONE ON AN AS NEEDED/REQUESTED BASIS.

The contractor must obtain a signature on the pump ticket from a state employee or user authorized representative from the facility where the pumping was performed. This pump ticket must specify the gallons pumped and the price, and must be forwarded within twenty-four (24) hours to the office issuing the purchase orders. This pump ticket is not to be confused with the invoice sent as described elsewhere in this specification. At the DOT turnpike restaurant locations in Madison a restaurant manager's signature must be obtained.

CONTRACT PERIOD: The term of this contract will be for two (2) years from Date of Award with an option for the State to extend this contract for up to two (2) additional one (1) year periods of time.

AWARD: An award will be issued to the lowest responsible qualified bidder who is in compliance with the specifications. The State reserves the right to award in whole or in part to include but not limited to DOT district, town, county and or location or as determined to be in the best interest of the State.

1

INSURANCE CERTIFICATES REQUIRED: Before any contract is executed, the successful contractor(s) will be required to file with the Department of Transportation, within twenty (20) days from the date of notification a Certificate of Insurance. The certificate must be executed by a company authorized to write such business in the State of Connecticut, and the company must be authorized to underwrite the specific line coverage as designated below. The Department of Transportation will provide their standard insurance certificate form “CON-32A” (most current version), contractors are cautioned that only this form is acceptable. The insurance certificate and coverage requested must be updated and kept current throughout the life of the contract, including any extensions. Failure to submit proof of insurance coverage within twenty (20) days of request will allow the State to re-award the contract or re-bid the project as it deems necessary. Insurance certificates must document that the vendor has owner’s and contractor’s protective liability, commercial general liability, automotive liability, workers compensation insurance, and any other insurance requirements in the amounts cited in the bid document to protect the State in the event of a claim, and/or in accordance with any statutory requirements.

With respect to the operations performed by the contractor under the terms of this Contract and also those performed for the contractor by its subcontractors, the contractor will be required to obtain at its own cost and for the duration of this Contract, and any supplements thereto, with the State being named as an additional insured party paragraphs (B), (C), and (F), and (G) if specified, the following minimum liability insurance coverage at no direct cost to the State. Changes to the types and dollar amounts of coverage, if required, will be specified in the individual bid package.

Contractor shall assume any and all deductibles in the described insurance policies.

The contractor's insurers shall have no right of recovery or subrogation against the State 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 State.

Each required insurance policy shall not be suspended, voided, cancelled or reduced except after 30 days prior written notice by certified mail has been given to the State.

"Claims Made" coverage is unacceptable, with the exception of Professional Liability.

Contractor agrees that he/she will not use the defense of sovereign immunity the adjustment of claims or in the defense of any suit, unless requested by the State.

1 B. COMMERCIAL GENERAL LIABILITY

Commercial General Liability Insurance, including Contractual Liability Insurance, providing a Combined Single Limit of one million dollars ($1,000,000) for all damages arising out of bodily injury to or death of all persons in any one accident or occurrence, and for all damages arising out of injury to or destruction of property in any one accident or occurrence, and, subject to that limit per occurrence, a total (or aggregate) limit of two million dollars ($2,000,000) for all damages arising out of bodily injury to or death of all persons and out of injury to or destruction of property during the policy period. Total/aggregate coverage shall be per project, purchase order or contract aggregate. Coverage shall include Premises and Operations, Independent Contractors, Products and Completed Operations, Contractual Liability and Broad Form Property Damage.

C. AUTOMOBILE LIABILITY

The operation of all motor vehicles, including those hired or borrowed, used in connection with the Contract shall be covered by Automobile Liability Insurance providing a total of one million dollars ($1,000,000) Combined Single Limit per occurrence for all damages arising out of bodily injury to or death of all persons in any one accident or occurrence, and for all damages arising out of injury to or destruction of property in any one accident or occurrence. In cases where an insurance policy shows an aggregate limit as part of the automobile liability coverage, the aggregate limit must be at least two million dollars ($2,000,000). Coverage extends to owned, hired and non-owned automobiles. If the vendor/contractor does not own an automobile, but one is used in the execution of the contract, then only hired and non-owned coverage is required. When it is clearly established that no vehicle is used in the execution of the contract, then automobile coverage is not required. Contractor operations on airports that use vehicles on the air side require five million dollars ($5,000,000) automotive coverage unless specifically modified by the State, and may require additional special vehicle coverage depending on the types of vehicles employed.

D. WORKERS’ COMPENSATION

With respect to all operations the contractor performs and all those performed for the contractor by subcontractor(s), the contractor, and subcontractor(s) if used, shall carry Workers Compensation Insurance at statutory coverage limits and/or, as applicable, insurance required in accordance with the U. S. Longshoremens and Harbor Workers Compensation Act, the Federal Employers Liability Act, all in accordance with the requirements of the laws of the State of Connecticut, and the laws of the United States respectively.

F. UMBRELLA LIABILITY

In the event the contractor secures excess/umbrella liability insurance to meet the minimum requirements specified as items B, C, F, and G (if required) the State of Connecticut must be named as Additional Insured.

2

The Contractor agrees to furnish to the State a “Certificate of Insurance, CON-32A”, in conjunct with Items B, C, D, F, and G above, fully executed by an insurance company or companies satisfactory to the State, for the insurance policy or policies hereinabove, which policy or policies shall be in accordance with the terms of said Certificate of Insurance. For the Workers’ Compensation Insurance and, if applicable, the U. S. Longshoremens and Harbor Workers” Compensation Act coverage, the policy number (s) and term of the policy (ies) shall be indicated on the CON-32A. Each insurance policy shall state that the insurance company agrees to investigate and defend the insured against all claims for damages, even if groundless.

Contractor hereby indemnifies and shall defend and hold harmless the State, its officers and its employees from and against any and all suits, actions, legal or administrative proceedings, claims, demands, damages, liabilities, monetary loss, interest, attorney’s fees, costs and expenses of whatsoever kind or nature arising out of the performance of this agreement, including those arising out of injury to or death of Contractor’s employees or subcontractors, whether arising before, during or after completion of the services hereunder and in any manner directly or indirectly caused, occasioned or contributed to in whole or in part, by reason of any act, omission, fault or negligence of Contractor or its employees, agents or subcontractors.

Updates on the insurance coverage is the responsibility of the contractors. Insurance requirements will be strictly enforced. Contractors should hand carry or mail Insurance Certificates to the Department of Transportation, Bid Unit. UNDER NO CIRCUMSTANCES SHOULD INSURANCE CERTIFICATES BE SENT TO DAS PROCUREMENT SERVICES OR TO ANY DISTRICT OFFICE.

Please mail or hand carry certificates to: Department of Transportation Bureau of Finance and Administration Attn: April Holt P.O. Box 317546 2800 Berlin Turnpike Newington, CT 06131-7546

Purchase orders WILL NOT be issued without receipt of properly executed insurance certificates.

EQUIPMENT: All equipment to be used in connection with the above work is subject to inspection and approval by state and or local representatives.

Contractors are advised to inspect sites prior to offering a bid as no subsequent claim will be considered for lack of familiarity with conditions.

3 Contractor must pay for all necessary dumping fees, per gallon assessments and any charges imposed by a disposal site. Any permits required by a sewer authority or town are also the responsibility of the contractor.

SUBCONTRACTING: Contractors receiving award shall not sublet, subcontract, sell, transfer, assign or otherwise dispose of the agreement and any portion thereof, or of the work provided for therein, or of his right, title or interest therein, to any person, firm, partnership or corporation without the written consent of the Department of Administrative Services and the using agency or political subdivision.

No subcontracting will be allowed at any Department of Transportation sites.

CANCELLATION CLAUSE: The state reserves the right to cancel the contract if the contractor is not performing their contractual obligations in a manner which is satisfactory to the state. The cancellation shall become effective upon written notification to the contractor.

SCHEDULED SERVICE/EMERGENCY SERVICE: Work should normally be performed during normal State work hours (8:00 a.m. to 4:30 p.m.) unless alternative hours are specifically agreed upon or specified by the user authority or in the Proposal Schedule (Note: DOC and DOT Special Requirements).

NOTE: Special Requirements – In case of an emergency , pump outs will occur within four (4) hours of a call. Any pump out requested outside normal 8:00 a.m. – 4:00 p.m. work hours will be subject to a 25% upcharge.

PURCHASE ORDERS: Purchase orders will be issued by the using agency or political subdivision for goods or services related to this contract. Vendors are cautioned not to ship goods or perform services without receiving a purchase order number. Questions regarding DOT purchase orders should be directed to their Agreements Unit at (860) 594-2070.

PAYMENTS: The state of Connecticut's payment terms are NET 45 unless contractor is a certified set-a-side vendor in which case terms are NET 30. Payment and invoicing inquiries should be directed to the using State agency or political subdivision issuing an order. If the invoice relates to a Department of Transportation site it should be sent to:

Department of Transportation 2800 Berlin Turnpike P. O. Box 317546 Newington, CT 06131-7546 Attn: Accounts Payable Unit

4

If the invoice relates to a Department of Correction site it should be sent to:

Department of Correction Attn: Accounts Payable P. O. Box 290891 Wethersfield, CT 06129-0891 DOC Accounts Payable: (860) 692-7480

All billing must contain the vendor's Federal Identification Number, the Department of Transportation's or other using entities purchase order number, your company's invoice number, the date work was performed, the location where work was performed and a description of work performed.

Payments may be delayed if the invoice is not properly completed in accordance with the instructions listed above.

QUESTIONS: Questions regarding the General Bid and Contract Terms and Conditions should be directed to Paul Greco at (860) 713-5189. Questions relating to specific work sites may be referred to Kathy Germain at (860) 594-2341 for DOT questions, Fran Caron at (860) 692-6890 for DOC questions or the using entities business office.

CHANGE OF ADDRESS: In the event that the awarded vendor moves or changes telephone numbers, it is the contractor's responsibility to advise the Department of Administrative Services, Procurement Services of such changes in writing. The Department will not be held responsible if payments or purchase orders are delayed due to additional routing caused by lack of notification on the contractor's part. Change of address or telephone numbers must be forwarded to:

Department of Administrative Services Procurement Services 165 Capitol Ave., Room G-8-A Hartford, CT 06106 Attn: Paul Greco

BID OPENING: Bidders are encouraged to attend the public opening of this bid on the date and time specified in the bid documents.

1

SPECIAL ISTRUCTIONS/REQUIREMENTS:

A CT DOT District map is enclosed to aid prospers in familiarizing themselves with the geographic location of where a specified DOT and DOC facility may reside by district.

This Bid request contains three (3) Bid Proposal Schedules as follows 1. CT DOT Schedule referencing all CT DOT locations residing in a particular CT DOT District. 2. CT DOC Schedule referencing all CT DOC locations residing in a particular CT DOT District 3. Additional State Agency, Town and and Municipality Schedule to be proposed by County.

Connecticut Department of Correction’ Security Regulation and Collect Background Report forms are enclosed.. Contractors must complete and submit to the CT Department of Correction prior to accessing a Correctional facility. For questions regarding these forms, please contact Fran Caron at 860-692-6890.

1 ATTACHMENT A

STATE OF CONNECTICUT DEPARTMENT OF TRANSPORTATION

I-395 REST AREA PLAINFIELD, CONNECTICUT

MAINTENANCE OF SEPTIC TANK EFFLUENT SCREENS (To be cleaned at each pump out)

The second compartment of the two compartment septic tank is provided with two effluent screen units designed to reduce the suspended solids leading on the subsurface sewage disposal system. The screen units are fastened to the concrete septic tank by the unit’s PVC discharge pipe and lower support pipe and wall flange. The two screen units discharge from the tank separately, with both discharge pipes entering a junction tank located immediately adjacent to the septic tank.

Each screen unit consists of a screen cartridge mounted in a 15” diameter PVC housing. Each screen cartridge, consisting of 61 polypropylene mesh tubes, is provided with top and bottom sealing rings and a lifting handle for removal of the cartridge from its housing for cleaning.

The individual screen units should be cleaned at each pumping, unless operating experience indicates that a shorter cleaning cycle is necessary. The need for more frequent cleaning will be evident by a significant rise of the liquid level in the septic tank above the normal operating level. Should the screens be neglected and become sufficiently clogged with solids, the liquid level may rise a sufficient height in the septic tank to cause the screen cartridge to become buoyant and float the screen cartridge up within its housing. This condition should be avoided.

Cleaning of the units should be performed by a septage hauler licensed by the Connecticut Department of Health Services. Cleaning should be performed at the same time the septic tank and junction tank are cleaned, in accordance with the following recommendations:

1. Remove all septic tank manhole covers and open the screen unit access hatch. Pump liquid, scum, and sludge solids from the septic tank to a level below the base of the screen housing. 2. When the liquid level in the second compartment of the septic tank is lowered below the base of the screen housing, remove each screen cartridge from its housing by lifting the cartridge up vertically using the handle until the screen is fully exposed from the PVC housing. Place the cartridge in the void space between the housings and support the unit by sliding a timber support through the lifting handle bottom cross member and resting the support on top of the screen access hatch riser. Thoroughly clean the tubes by washing with pressurized, clean water to hose accumulated solids off the screens, letting the wash water and solids fall into the tank.

2

3. Use pressurized, clean water to hose accumulated solids off the PVC housings. Make certain that the flip drain valve at the bottom of each housing is operational.

4. After cleaning, make certain that the top and bottom sealing rings on the cartridge are clean, in good condition, and properly installed, and re-insert each cartridge into its housing, making certain that each is properly seated.

5. After both cartridges and housings have been cleaned, pump all wash water and solids from the septic tank using a septage pumper truck and dispose of the pumpage in the same manner as septage.

6. Replace all manhole covers and close the screen unit access hatch.

7. Water will be supplied at the Mobil building by Mobil Oil Corporation with advance request by the pumping vendor.

3 State of Connecticut Department of Correction Collect Background Report for Vendor/Contractors

NAME: ______LAST FIRST MI DOB MM/DD/YY) MAIDEN NAME: ______SSN: ______

HGT: WGT: RACE: ______SEX: ______

SCARS/TATTOOS (Describe in detail all tattoos): ______

DRIVER'S LICENSE #: ______STATE: ______PHONE NO:______

SUBMITTED BY: ______DATE: ______COMPANY: ______

POSITIVE NO PRIOR RESPONSE CONVICTIONS FLO2 DRIVER INFO

FLQW CT. VEHICLE/WANTED INQ

SPRC CT. STATE MASTER FILE

FLQH INTERSTATE III CHECK

RT45SS DOC SS CHECK

RT45NM DOC NM CHECK

FLIQ OUT OF STATE CHECK

CHECK COMPLETED BY: DATE:

COMMENTS/FINDINGS:

RELEASE OF INFORMATION I, the undersigned, do hereby authorize the Connecticut Department of Correction (CT DOC) to obtain and disclose any and all information deemed appropriate by the Department, from any source(s), including a criminal background investigation relating to whatever in the opinion of the Connecticut Department of Correction is relevant to my suitability for entry into any correctional facility administered by said Department. In addition, I hereby relinquish and waive any and all claims; present and future, against the State of Connecticut and any of its employees or agents in the exercise of the authority granted herewith.

Signature of Applicant Date Signed

Signature of Witness Date Signed

STATE OF CONNECTICUT DEPARTMENT OF CORRECTION

SECURITY REGULATIONS (Page 1 of 2)

Facility Admittance

1. Due to the location and nature of the work, the contractors shall be required to issue identification badges to each of their employees. These badges shall be worn in plain sight at all times within the confines of the Correctional Facility.

2. All bidders and contracted personnel shall provide to the Facility Maintenance Supervisor the following information at least 72 hours in advance of being admitted on site: a. Name b. Date of Birth c. Social Security Number d. Driver's License Number

Official Working Rules

The following are a list of Official Working Rules submitted by the Department of Correction which the Contractor shall be obligated to follow.

• No verbal or personal contact with any inmates. • All workmen will work under the observation of an assigned correctional officer or supervisor who will check them in and out. • Equipment will be checked daily and, when not in use, locked in a secure place as the facility officials may direct. • Hacksaws, blades, and files will remain in the custody of the officer assigned, except when actually being used. • The correctional officials reserve the right to refuse admittance to any workman for any cause the correctional officials deem sufficient. • In the event of any emergency, all outside workmen will be escorted outside the facility by the correctional official. • All questions pertaining to interruptions of service or to safety of the facility, will be taken up with the appropriate correctional official. • Work at the facility shall be carried on during the time between 8:00 a.m. and 12:00 Noon and between 12:30 p.m. and 4:30 p.m., the maximum allowable working day being 8 hours. No work shall be carried on at the facility on any Saturday, Sunday or Holiday, unless there is an emergency requirement. • The contractor shall insure that when all apparatus is not in use, it will be made unusable or be supervised to prevent use by inmates for escape. • The contractor shall supply, to the agency, a copy of all material safety data sheets for all products used in the process of construction, construction materials, and products brought onto the premises. • Vendors shall provide a detailed list of tools brought into the institution including length of hacksaws, drill bits, etc. Institutions shall conduct inventories of contractor tools upon entering the institution.

"Rules and Regulations of the Dept. of Correction Facility"

All persons employed or entering the Dept. of Correction facility shall read the following rules and regulations and extracts of the laws governing the introduction and control of contraband. Each employee or person shall sign this paper to assure that he/she understands the penalties imposed for violation of these rules and regulations.

Restricted Areas

All persons except Correctional personnel employees, upon entering the grounds are restricted to the immediate area of their work assignment. In order to go to other areas, written permission must be granted by the supervisory correctional official in charge. Only persons having official business will be admitted to construction sites.

Inmates

There may be times when inmates may be working adjacent to or in the same area as construction personnel. All persons are prohibited from accepting or giving anything to an inmate. Inmates are accountable to Correctional personnel only, no other person shall have any conversation or dealings with inmates without the approval of the Correction authorities.

Vehicle Control

Any persons entering upon the Correction grounds, shall remove the ignition keys and lock the vehicle when they leave it for any reason. A Correction Officer shall remain with the contractors’ vehicle(s) while inside the compound. Vendors shall insure that equipment on trucks are secured while in the compound. STATE OF CONNECTICUT DEPARTMENT OF CORRECTION

SECURITY REGULATIONS (Page 2 of 2)

Contraband

Clothing or contraband shall not be brought into or onto the Correction facility's grounds or left in a vehicle. Contraband is defined in subsequent paragraphs and all persons are subject to these Department of Correction Facility Rules and Regulations concerning contraband when on the Correction facility's grounds.

The introduction or attempt to introduce into or upon the grounds of the Correction facility or the taking or attempt to take or send therefrom anything whatsoever without the knowledge of the Facility supervisor is prohibited.

Contraband may be defined as any article, whatsoever which is unauthorized under the circumstances and may include letters, stamps, tools, weapons, papers, floor implements, writing materials, messages (written and verbal) instruments and the like. Any questions which may arise regarding such matters should be promptly discussed with the Facility supervisor.

Failure or negligence in complying with these regulations will result in immediate disciplinary action and/or removal from the site.

Cigarettes are considered contraband in the institutions and shall NOT be brought into the institution.

State Laws Governing Contraband

P.A. 73-639 Section 16. Section 53a-174 of the 1971 noncumulative supplement of General Statutes, as amended by number 12 in lieu thereof:

1. Any person not authorized by law who conveys or passes or causes to be conveyed or passed, into any corrections or humane institution or the grounds or buildings thereof, or to an inmate of such an institution who is outside the premises thereof and known to the person so conveying or passing or causing such convey or passing to be such an inmate any controlled drug, as defined in Section #443, any intoxicating littering, and firearm, weapon, DANGEROUS INSTRUMENTS or explosives of any kind, any United States currency, or any rope, ladder or other instrument or device for use in making, attempting or aiding an escape, for a Class D Felony per Sec. 53a-35 subsection a. b, c, d is a term not to exceed five (5) years.

2. The unauthorized conveying, passing, or possessing of any rope or ladder or other instrument or device, adapted for use in making or aiding an escape, into any such institution or the grounds or building thereof, shall be presumptive evidence that it was so conveyed, passed or possessed for such use.

3. Any person not authorized by law who conveys into any such institution any letter or other missive which is intended for any person confined therein, or who conveys within the enclosure to the outside of such institution any letter or other missive written or given by person confined therein, shall be guilty of a Class A misdemeanor. Penalty for a Class "All misdemeanor per Sec. 53a-36 subsection 1, the term is not to exceed one (1) year.

4. Any person or visitor who enters or attempts to enter a Correctional Institution or facility by using a misleading or false name or title shall be guilty of a Class A misdemeanor.

Sec. 17 Section 53a-174a of said supplement is repealed and the following is substituted in lieu thereof:

1. A person is guilty of possession of a weapon or DANGEROUS INSTRUMENT in a Correctional Institution when, being an inmate of such institution, he knowingly makes, conveys from place to place or has in his possession or under his control any firearm, weapons DANGEROUS INSTRUMENT, explosive, or any other substance or thing designed to kill, injure or disable.

2. Possession of a weapon or DANGEROUS INSTRUMENT in a Correctional Institution is a Class “B” felony. Penalty for a Class “B” felony per Sec. 53a-35 subsection a, b, c, d is a term not to exceed twenty (20) years.

Signed:______Date:______

Page 1 of 4 BID NO. 05PSX0097 DELIVERY: STATE OF CONNECTICUT PROCUREMENT SERVICES TERMS: DOT PROPOSAL SCHEDULE # 1 CASH DISCOUNT: Days BIDDER: IMPORTANT! RETURN ORIGINAL AND ONE COPY BID NO.: 05PSX0097 SOCIAL SECURITY OR FEIN NUMBE Payment terms are net 45 days. Any deviation may result in bid rejection. Bid prices shall include all transportation charges FOB state agency. Cont. Specialist: Paul Greco (860)713-5 TANK PER TANK ITEM # DESCRIPTION OF COMMODITY AND/OR SERVICES BLDG. # CAPACITY EACH TIME

CLEAN SEPTIC TANKS AT THE LOCATIONS LISTED BELOW: DOT SITES

DOT DISTRICT 1

1 UNION SCALE HOUSE, 84 WEST BY EXIT 74 94-606 1500 $______

2 MERIDEN, 239 MILLER AVENUE 81-685 1000 $______

3 ROCKY HILL, STORAGE SHED, 660B BROOK STREET 81-219 1000 $______

4 UNION, ROUTE 190, E OF I-84 OFF RAMP TO EXIT 73 81-004 1000 $______

5 WEST WILLINGTON, REST AREA I-84 EB 81-572 20000 $______

6 WEST WILLINGTON, REST AREA I-84 WB 81-573 20000 $______

7 WEST WILLINGTON, REST AREA DUMP STATION, I-84 WB 81-573 5000 $______

8 WILLINGTON, REPAIR GARAGE, 41 TOLLAND TPKE, 81-682 1000 $______

9 WILLINGTON MAINTENANCE GARAGE , 41 TOLLAND TPKE, 81-686 1000 $______

10 WOLCOTT, ROUTE 69, 1010 WOLCOTT ROAD 81-013 2000 $______

11 ROCKY HILL, CENTRAL WAREHOUSE, 660A BROOK STREET 81-673 1000 $______

DOT DISTRICT 2

12 GUILFORD, ROUTE 1 81-161 1000 $______

13 HIGGANUM, CANDLEWOOD HILL RD & RT. 154 81-115 1000 $______

14 OLD SAYBROOK, RIVER ROAD 81-127 1000 $______

15 OLD SAYBROOK, MAINTENANCE REPAIR 81-671 2000 $______

16 HADDAM, MAINTENANCE GARAGE, SAYBROOK ROAD, 81-683 2000 $______RT. 154

17 MONTVILLE, REST AREA, RT 395S 81-197 3000 $______Page 2 of 4 BID NO. 05PSX0097 DELIVERY: STATE OF CONNECTICUT PROCUREMENT SERVICES TERMS: DOT PROPOSAL SCHEDULE # 1 CASH DISCOUNT: Days BIDDER: IMPORTANT! RETURN ORIGINAL AND ONE COPY BID NO.: 05PSX0097 SOCIAL SECURITY OR FEIN NUMBE Payment terms are net 45 days. Any deviation may result in bid rejection. Bid prices shall include all transportation charges FOB state agency. Cont. Specialist: Paul Greco (860)713-5 TANK PER TANK ITEM # DESCRIPTION OF COMMODITY AND/OR SERVICES BLDG. # CAPACITY EACH TIME

18 FRANKLIN, ROUTE 32 81-165 1000 $______

19 GROTON, ROUTE 184 81-155 1000 $______

20 WATERFORD, 20 INDUSTRIAL DRIVE 81-610 1000 $______

21 WATERFORD SCALE HOUSE SOUTH, RT 395 94-077 1250 $______

22 WATERFORD SCALE HOUSE NORTH, RT 395 94-078 1250 $______

23 WESTBROOK, ROUTE 145 (OFF CT TPKE) 81-162 2000 $______

BRIDG 24 MYSTIC, RT 1, MYSTIC RIVER BRIDGE E 0362 250 $______

25 EAST LYME, FLANDERS ROAD (OFF CT TPKE) 81-172 1000 $______

26 NORWICH, RT 97, OCCUM SECTION 81-175 1000 $______

27 WESTBROOK, REST AREA, CT TPKE 81-655 2000 $______

28 POMFRET, RT 101 81-023 1500 $______

29 BOLTON, RT 6 & 44 81-254 1000 $______

30 MARLBOROUGH, 64 S. MAIN STREET 81-606 1000 $______

31 LISBON, GARAGE, RT 12 81-110 1000 $______

32 PLAINFIELD, REST AREA, RT 395S 81-199 10000 $______The pumping is to include, at no extra charge, the cleaning of the effluent screens in accordance with procedures Attachment A.

33 CANTERBURY, MAINTENANCE, ROUTE 14 81-630 1000 $______

DOT DISTRICT 3

34 ORANGE, RT 34 81-009 1000 $______

35 STRATFORD, REGION 3 BUILDING, 300 RYDER LANE 81-217 1000 $______Page 3 of 4 BID NO. 05PSX0097 DELIVERY: STATE OF CONNECTICUT PROCUREMENT SERVICES TERMS: DOT PROPOSAL SCHEDULE # 1 CASH DISCOUNT: Days BIDDER: IMPORTANT! RETURN ORIGINAL AND ONE COPY BID NO.: 05PSX0097 SOCIAL SECURITY OR FEIN NUMBE Payment terms are net 45 days. Any deviation may result in bid rejection. Bid prices shall include all transportation charges FOB state agency. Cont. Specialist: Paul Greco (860)713-5 TANK PER TANK ITEM # DESCRIPTION OF COMMODITY AND/OR SERVICES BLDG. # CAPACITY EACH TIME

36 TRUMBULL, MAINTENANCE GARAGE, 3020 NICHOLAS AVE, 81-611 1500 $______ROUTE 108

DOT DISTRICT 4

37 CORMWALL, MAINTENANCE GARAGE, RT 4 81-043 1000 $______

38 DANBURY, ROCKWELL ROAD 81-143 2000 $______(INCLUDING 1 LEACHING WELL)

39 BEACON FALLS, MAINTENANCE GARAGE, BREAULT RD 81-678 1000 $______

40 NORFOLK, MAINTENANCE GARAGE, RT 272 81-803 1000 $______

41 SIMSBURY, RT 10, 1549 HOPMEADOW STREET 81-003 1000 $______

42 SOUTHBURY MAINTENACE & ELECTRICAL 81-688 1250 $______

43 THOMASTON, MAINTENANCE GARAGE, PROSPECT ST 81-607 1000 $______

44 WINCHESTER, MAINTENANCE GARAGE, 81-613 3000 $______800 TORRINGTON RD, 1 1/2 MI. NORTH OF RT 151, EXIT 46

ANY QUESTIONS PERTAINING TO THE ABOVE CLEANING (ITEMS 1 THROUGH 45) SHOULD BE RE THE OFFICE OF PROPERTY AND FACILITIES SERVICES, MR. DAVID. A. HARTLEY, PLANT FACILIT ENGINEER II, 2800 BERLIN TURNPIKE, NEWINGTON, CT, 06131, TELEPHONE (860) 594-2229. Page 4 of 4 BID NO. 05PSX0097 DELIVERY: STATE OF CONNECTICUT PROCUREMENT SERVICES TERMS: DOT PROPOSAL SCHEDULE # 1 CASH DISCOUNT: Days BIDDER: IMPORTANT! RETURN ORIGINAL AND ONE COPY BID NO.: 05PSX0097 SOCIAL SECURITY OR FEIN NUMBE Payment terms are net 45 days. Any deviation may result in bid rejection. Bid prices shall include all transportation charges FOB state agency. Cont. Specialist: Paul Greco (860)713-5 TANK PER TANK ITEM # DESCRIPTION OF COMMODITY AND/OR SERVICES BLDG. # CAPACITY EACH TIME

NUMBER TOTAL & SIZE OF PRICE EACH VAULTS TIME

45 MADISON, REST AREA I-95 EB 81-194 2 TANKS 8000

4000 $______

46 MADISON, REST AREA I-95 WB 94-360 4 VAULTS 8000 $______

47 MADISON, REST AREA I-95 EB $______PER LOCATION HAS A FLOW METER IN THE SEPTIC TANK DISCHARGE LINE. OCCASION PERIODIC CLEANING OF THIS FLOW METER IS REQUIRED. BIDDERS WILL QUOTE A PRICE PER OCCASION TO REMOVE THE SENSOR, CLEAN IT AND THEN REINSTALL SENSOR. SOURCE OF WATER FOR THIS ITEM WILL BE SUPPLIED BY THE STATE. ITEMS 45, 46, AND 47 WILL BE AWARDED AS A GROUP.

CONTACT MR. BRIAN TARINI AT (203) 579-6211 ON QUESTIONS PERTAINING TO CLEANING PROC REQUIRED.

THE TOWN OF MADISON CAN NOT ACCEPT WASTE FROM ITEMS 45 AND 46. THE AWARDED VENDOR MUST MAKE ALTERNATE ARRANGEMENTS AND INCLUDE ALL COSTS ASSOCIATED WITH DUMPING AND HAULING IN HIS BID. NO EXTRA COSTS WILL BE PAID FOR EXTRA PUMPING DUE TO DELAY OF CONTRACTOR. CONTRACT TO BE USED ON AN AS NEEDED BASIS. PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 2 DELIVERY: for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS: CASH DISCOUNT: Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME: Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN #: Page 1 OF 4

CT DEPARTMENT OF CORRECTIONS EST. ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK PER TANK

# VAULTS AND GREASE TRAPS CAPACITY EACH TIME GAL.

Department of Correction/North Locations : CT DOT District 1 Cybulski CI, 264 Bilton Road, Somers CT 1 Contact: Kevin Roy (860) 763-6149 Grease Trap Quarterly 30 $ Cybulski CI, 264 Bilton Road, Somers CT 2 Contact: Kevin Roy (860) 763-6149 Grease Trap Quarterly 50 $ Enfield CI , 285 Shaker Road, Enfield 3 Contact: Rick Garner (860) 763-7395 Grease Trap Quarterly 200 $ Hartford CC, 177 Weston Street, Hartford 4 Contact: Ed Figiela (860) 240-1878 Grease Trap Quarterly 1250 $ MacDougall CI Lift Station, 1153 East St So, Suffield Contact: Bill Clifford (860) 627-2147 5 Note: This location service to include collecting and Monthly 4000 $ disposal of solids, sludge, and floating materials. Osborn CI, 100 Bilton Road, Somers X5450 Semi- (2) EACH 6 Contact: Bruce Panaia (860) 566-7500 Grease Trap Annual 30 $ Osborn/Northern Lift Station , 100 Bilton Rd, Somers Contact: Lou Brault (860) 763-4990 Septic 7 Note: This location service to include cleaning of solids, sludge, and floating materials. Non septic On Call 4000 $ cleaned solids may be placed in facility sewage man- hole. Grinder w/auger installed 5/04 reduces debris. Northern CI , 287 Bilton Road, Somers 35 8 Contact: Dave Benedetti (860) 763-8657 Grease Trap Monthly (In Floor) $ Robinson CI , 284 Shaker Road, Enfield (3) 55 EACH 9 Contact: Bill LaPorte (860) 763-6353 Grease Trap Weekly Drums $ Robinson -Beach, 284 Shaker Road, Enfield 10 Contact: Bill LaPorte (860) 763-6353 Septic On Call 1000 $ Robinson – Construction, 284 Shaker Rd, Enfield 11 Contact: Bill LaPorte (860) 763-6353 Septic On Call 1500 $ Walker RSMU , 1151 East Street So., Suffield 12 Contact: Mario Costa (860) 292-3492 Grease Trap Note: This location requires 175FT hose and (2) Quarterly 2000 $ people due to inacessibility of trap. Willard CI , 391 Shaker Road, Enfield 13 Contact: Kevin Roy (860) 763-6149 Grease Trap Quarterly 30 $ Maintenance Warehouse, 69 Sandhill Road, Enfield (2) EACH 14 Contact: Lou Brault (860) 763-4990 Septic On Call 1000 $ 69 Sandhill Road, Enfield – Sewer Pump (next to 15 flagpole) Lou Brault (860) 763-4990 Septic On Call 150 $

Page 1 of 4 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 2 DELIVERY: for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS: CASH DISCOUNT: Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME: Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN #: Page 2 OF 4

CT DEPARTMENT OF CORRECTIONS EST. ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK PER TANK

# VAULTS AND GREASE TRAPS CAPACITY EACH TIME GAL. DOC North - Staff House #1, 1 Walker Drive, Enfield 16 Contact: Irv Fallon (860) 763-4639 Septic On Call 1500 $ DOC North - Staff House #2, 2 Walker Drive, Enfield 17 Contact: Irv Fallon (860) 763-4639 Septic On Call 1500 $ DOC North - Staff House #3, 3 Walker Drive, Enfield 18 Contact: Irv Fallon (860) 763-4639 Septic On Call 1500 $ DOC North - Staff House #4, 4 Walker Drive, Enfield 19 Contact: Irv Fallon (860) 763-4639 Septic On Call 1500 $ DOC North - Staff House #5, 175 Bilton Rd, Enfield 20 Contact: Irv Fallon (860) 763-4639 Septic On Call 1500 $ DOC North - Staff House #6, 179 Bilton Rd, Enfield 21 Contact: Irv Fallon (860) 763-4639 Septic On Call 1500 $ DOC North - Staff House #7, 219 Bilton Rd, Enfield 22 Contact: Irv Fallon (860) 763-4639 Septic On Call 1500 $ DOC North - Staff House #8, 221Bilton Rd, Enfield 23 Contact: Irv Fallon (860) 763-4639 Septic On Call 1500 $

Department of Correction/South Locations : CT DOT District 2 Cheshire CI, 900 Highland Ave, Cheshire 24 Contact: Ray Waide (203) 250-2618 Grease Trap Monthly 100 $ Cheshire CI - Grounds Shop, 900 Highland Ave 25 Contact: Ray Waide (203) 250-2618 Septic On Call 1000 $ Maloney Firing Range, 275 Jarvis Street, Cheshire 26 Contact: Derrick Pommils (203) 271-5961 Septic On Call 1500 $ Manson Youth, 42 Jarvis Street, Cheshire 27 Contact: Gary Brazil (203) 806-2523 Grease Trap On Call 30 $ Webster CI, 111 Jarvis Street, Cheshire 28 Contact: Derrick Pommills(203) 271-5961 Grease Trap Quarterly 55 $ DOC South - Staff House, 901 Highland Ave, Cheshire 29 Contact: Kevin Markey (203) 806-2671 Septic On Call 1250 $ DOC South - Staff House, 911 Highland Ave, Cheshire 30 Contact: Kevin Markey (203) 806-2671 Septic On Call 1000 $ DOC South - Staff House, 923 Highland Ave, Cheshire 31 Contact: Kevin Markey (203) 806-2671 Septic On Call 1000 $ DOC South - Staff House, 933 Highland Ave, Cheshire 32 Contact: Kevin Markey (203) 806-2671 Septic On Call 1000 $ DOC South - Staff House, 944 Highland Ave, Cheshire 33 Contact: Kevin Markey (203) 806-2671 Septic On Call 1100 $ DOC South - Staff House, 954 Highland Ave, Cheshire 34 Contact: Kevin Markey (203) 806-2671 Septic On Call 1100 $

Page 2 of 4 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 2 DELIVERY: for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS: CASH DISCOUNT: Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME: Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN #: Page 3 OF 4

CT DEPARTMENT OF CORRECTIONS EST. ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK PER TANK

# VAULTS AND GREASE TRAPS CAPACITY EACH TIME GAL. DOC South - Staff House, 20 Jarvis Street, Cheshire 35 Contact: Kevin Markey (203) 806-2671 Septic On Call 750 $ DOC South - Staff House, 66 Jarvis Street, Cheshire 36 Contact: Kevin Markey (203) 806-2671 Septic On Call 1000 $ DOC South - Staff House, 78 Jarvis Street, Cheshire 37 Contact: Kevin Markey (203) 806-2671 Septic On Call 1000 $ DOC South - Staff House, 92 Jarvis Street, Cheshire 38 Contact: Kevin Markey (203) 806-2671 Septic On Call 1000 $ DOC South - Staff House, 104 Jarvis Street, Cheshire 39 Contact: Kevin Markey (203) 806-2671 Septic On Call 1000 $ DOC South - Staff House, 116 Jarvis Street, Cheshire 40 Contact: Kevin Markey (203) 806-2671 Septic On Call 1000 $

Department of Correction North/South Locations : CT DOT District 2 Bergin CI, 251 Middle Turnpike, Storrs (2) EACH 41 Contact: Don Mead (860) 487-2770 Grease Trap Quarterly 40 $ Bergin CI, 251 Middle Turnpike, Storrs (2) EACH 42 Contact: Don Mead (860) 487-2770 Grease Trap Quarterly 130 $ Brooklyn CI, 59 Hartford Road, Rt 6, Brooklyn 43 Contact: Al Olenick (860) 779-4562 Grease Trap On Call 65 $ Corrigan CI, 986 Norwich/NL Tpke, Rt 32 Uncasville 44 Contact: Mark Sullivan (860) 848-5728 Grease Trap Quarterly 1800 $ J.B. Gates CI, 131 No. Bridebrook Road, Niantic * 45 Contact: Bill Tkacz (860) 691-4815 Grease Trap Bi-Monthly 3000 $ Radgowski CI, 982 Norwich NL Tpke, Uncasville Semi- (2) EACH 46 Contact: Bill Porter (860) 848-5062 Grease Trap Annual 75 $ York CI, 201 West Main Street, Niantic (3) EACH 47 Contact: Jim Summers (860) 691-6825 Grease Trap Quarterly 2000 $ Munger Building, 201 West Main Street, Niantic 48 Contact: Jim Summers (860) 691-6825 Septic On Call 1800 $ Cabin, 201 West Main Street, Niantic 49 Contact: Jim Summers (860) 691-6825 Septic On Call 1000 $ Kennel, 201 West Main Street, Niantic 50 Contact: Jim Summers (860) 691-6825 Septic On Call 1000 $ York House, 201 West Main Street, Niantic 51 Contact: Jim Summers (860) 691-6825 Septic On Call 1000 $ Winthrop House, 201 West Main Street, Niantic 52 Contact: Jim Summers (860) 691-6825 Septic On Call 1000 $

Page 3 of 4 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 2 DELIVERY: for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS: CASH DISCOUNT: Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME: Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN #: Page 4 OF 4

CT DEPARTMENT OF CORRECTIONS EST. ITEM CLEANING AND PUMPING OF SEPTIC TANKS, FREQUENCY TANK PER TANK

# VAULTS AND GREASE TRAPS CAPACITY EACH TIME GAL. Haddam Jail, 945 Saybrook Road, Haddam 53 Contact: Tom Morrow (860) 739-3325 Septic On Call 6500 $

Department of Correction/South Locations : CT DOT District 3 New Haven CC, 245 Whalley Ave, New Haven Semi- 54 Contact: Rick Grabowiecki 203-974-4169 Grease Trap Annual 1000 $

Department of Correction/South Locations : CT DOT District 4 Garner CI, 50 Nunnawauk Road, Newtown 55 Contact: Bill French (203) 270-2890 Grease Trap Monthly 2000 $ Garner CI, 50 Nunnawauk Road, Newtown * 56 Contact: Bill French (203) 270-2890 Septic Bi-Monthly 2000 $ Garner CI, Trailer, 50 Nunnawauk Rd., Newtown 57 Contact: Bill French (203) 270-2890 Septic Monthly 150 $

*Note: Bi-Monthly Frequency = Every Other Month

Page 4 of 4 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 3 DELIVERY: for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS: CASH DISCOUNT: Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME: Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN #: Page 1 OF 2

STATE AGENCIES, POLITICAL SUB-DIVISIONS COUNTY CLEANING AND PUMPING OF SEPTIC TANKS, VAULTS UNIT AND GREASE TRAPS OF NET PRICE EACH TIME MEASURE

Fairfield 30 gallon Grease Trap Gal. $ ______

500 gallon Septic Tank / Vault Gal. $ ______

Additional per gallon cost if greater than above Gal. $ ______

Hartford 30 gallon Grease Trap Gal. $ ______

500 gallon Septic Tank / Vault Gal. $ ______

Additional per gallon cost if greater than above Gal. $ ______

Litchfield 30 gallon Grease Trap Gal. $ ______

500 gallon Septic Tank / Vault Gal. $ ______

Additional per gallon cost if greater than above Gal. $ ______

Middlesex 30 gallon Grease Trap Gal. $ ______

500 gallon Septic Tank / Vault Gal. $ ______

Additional per gallon cost if greater than above Gal. $ ______

New 30 gallon Grease Trap Gal. $ ______Haven 500 gallon Septic Tank / Vault Gal. $ ______

Additional per gallon cost if greater than above Gal. $ ______

Page 1 of 2 PROPOSAL SCHEDULE BID NO SP-16 NEW. 11/97 05PSX0097 STATE OF CONNECTICUT Paul Greco PROCUREMENT SERVICES Contract Specialist PROPOSAL SCHEDULE # 3 DELIVERY: for Bid 05PSX0097

(860) 713-5189 IMPORTANT! TERMS: CASH DISCOUNT: Telephone Number RETURN ORIGINAL AND ONE COPY % Days

Payment terms are net 45 days. Any deviation may result in bid rejection. BIDDER NAME: Bid prices shall include all transportation charges FOB state agency. SSN OR FEIN #: Page 2 OF 2

STATE AGENCIES, POLITICAL SUB-DIVISIONS COUNTY CLEANING AND PUMPING OF SEPTIC TANKS, VAULTS UNIT AND GREASE TRAPS OF NET PRICE EACH TIME MEASURE

New 30 gallon Grease Trap Gal. $ ______London 500 gallon Septic Tank / Vault Gal. $ ______

Additional per gallon cost if greater than above Gal. $ ______

Tolland 30 gallon Grease Trap Gal. $ ______

500 gallon Septic Tank / Vault Gal. $ ______

Additional per gallon cost if greater than above Gal. $ ______

Windham 30 gallon Grease Trap Gal. $ ______

500 gallon Septic Tank / Vault Gal. $ ______

Additional per gallon cost if greater than above Gal. $ ______

Page 2 of 2