REQUEST FOR PROPOSAL
CHARLES COUNTY, MARYLAND
BIOSOLIDS MANAGEMENT
RFP NUMBER 15-02
October 2, 2014
Prepared For:
Charles County
Department of Public Works,
Utilities Division
i
Table of Contents
PART I - INSTRUCTIONS TO OFFERORS
PREPARATION OF PROPOSAL ............................................................................ I-1 1.0
CONTRACT INFORMATION ................................................................................. I-9 2.0
PROPOSAL CONTENT .......................................................................................... I-12 3.0
PROPOSAL EVALUATION PANEL AND CRITERIA FOR EVALUATION I-17 4.0
SOCIO-ECONOMIC PROGRAMS ....................................................................... I-19 5.0
MISCELLANEOUS TERMS .................................................................................. I-20 6.0
FORMS ...................................................................................................................... I-25 7.0
PART II - GENERAL PROVISIONS
GENERAL PROVISIONS ........................................................................................ II-1 1.0
PART III - SPECIAL PROVISIONS
GENERAL ................................................................................................................ III-1 1.0
SCOPE OF SERVICES ........................................................................................... III-2 2.0
SCOPE OF WORK ................................................................................................ III-14 3.0
APPENDICES
APPENDIX 1 – BIOSOLIDS ANALYSIS ..................................................................... APP-1
APPENDIX 2 – ELECTRIC USAGE ............................................................................ APP-4
APPENDIX 3 –FACILITY MAPS ................................................................................. APP-5
APPENDIX 4 – EXAMPLE MDE ANNUAL SEWAGE SLUDGE GENERATORS
REPORT ........................................................................................................................... APP-7
PART I - INSTRUCTIONS TO OFFERORS
Biosolids Management RFP# 15-02
I-1
PREPARATION OF PROPOSAL 1.0
GENERAL PROPOSAL INFORMATION 1.1
The Commissioners of Charles County are soliciting proposals from qualified contractors to
provide biosolids management including all services required to process, dewater, stabilize,
transport, store, and ultimately dispose of wastewater biosolids produced from Mattawoman
Wastewater Reclamation Facility (WRF) and provide maintenance for all associated equipment
with the work.
As used herein, the term “County” shall refer to the Government of Charles County, Maryland.
The terms “bidder”, “offeror”, “proposer”, “quoter”, etc. shall be synonymous and shall mean the
individual or firm submitting a response to this solicitation. In like manner, the terms “bid”,
“offer”, “proposal”, “quote”, etc., shall be synonymous and shall refer to a response submitted to
this solicitation. The term “Contract” shall mean the agreement between the County and the
offeror selected, whether issued by formal contract, award letter, purchase order, or any other
means acceptable to the County. The term “Successful Offeror” and “Contractor” shall mean the
Offeror selected for award, based upon the proposal submitted in response to this solicitation.
SOLICITATION FORMS 1.2
1.2.1 Price Proposal Form
Proposal price shall be submitted on the Price Proposal Form (pgs. I-26 & I-27), attached
hereto. The unit price shall include all costs, including but not limited to: direct costs, indirect
costs, mobilization, loading, transport, storage charges, disposal charges, overhead, and profit
to the contractor in fulfillment of this contract. All blank spaces of the form shall be fully
completed; the proposed Total Proposed Price shall include all work as stipulated in the Scope
of Work. The form must be signed by an officer authorized to make a binding commitment for
the firm proposing. Offerors shall provide a cost breakdown of the Total Proposal Price as
shown on the Price Proposal Form. See Part I, Section 3.0 – Proposal Contents for
additional instructions related to proposal contents.
The quantities of work described in these solicitation documents are the County’s best
estimates and are to be utilized for purposes of evaluation only. Quantities are not guaranteed
and are not to be interpreted as such. The 3,900 dry tons per year of biosolids production at the
Mattawoman WRF is an estimate only and the County makes no guarantees as to the actual
yearly weight of biosolids disposed.
1.2.2 Offeror’s Experience Project Summaries
Offerors shall have a minimum of five (5) years of successful, demonstrated experience
actively engaged as a general contractor in the management and disposal of wastewater
biosolids within any State located in the United States of America. Offerors shall provide a
minimum of three (3) project summaries on the Offeror’s Experience Project Summary form
(pg I-28) documenting projects similar in character and scope to the work specified under this
project and which have been successfully completed or are currently in progress by this
Offeror in the last ten (10) years. A separate form shall be completed for each project. These
projects shall identify references that possess first-hand knowledge of the quality and
performance of facilities operated by the proposed team submitted in Section 2.0 – Technical
Biosolids Management RFP# 15-02
I-2
Proposal of the Offeror’s proposal submission. See Part I, Section 3.0 – Proposal Contents for
additional instructions related to proposal contents. This information must be furnished by each
Offeror. The term “completed” means accepted and final payment received from the owner or
authorized representative. The term “in progress” means work has not been completed. Firms
which, in the sole opinion of the County, lack sufficient specific experience, may be deemed
non-responsible, and will not receive consideration for this project.
1.2.3 Offeror’s Equipment Form
Offerors shall identify all equipment (owned, to be purchased, or rented/leased) valued at over
$5,000 per item to be used in the course of work solicited in this Request for Proposals. The
Offeror’s Equipment Form (pg I-29) shall be included in Section 2.0 – Technical Proposal of
the Offeror’s proposal submission as described in Part I, Section 3.0 – Proposal Contents of
this solicitation package. Equipment contained on this list is subject to inspection by the
County, represented by the Department of Public Works, prior to contract award.
Documentation proving legal ownership or lease of all equipment to be used in the execution
of work as a result of this solicitation shall be provided at the time of equipment inspection.
1.2.4 Additions/Modifications to Solicitation Forms
Modifications of or additions to the Price Proposal Form or any other County form may be
cause for rejection of the proposal, however, the County reserves the right to decide, on a case
by case basis, in its sole discretion, whether or not to reject such a proposal as nonresponsive.
As a precondition to acceptance, the County may, in its sole discretion, request that the Offeror
withdraw or modify any such modifications or additions which do not affect quality, quantity,
price, or delivery.
PROPOSAL CONTENT 1.3
Proposals must be responsive to the scope, specifications, and all other criteria specified herein.
All proposals shall be valid and irrevocable for a minimum of one hundred eighty (180) days
from the due date. No exceptions may be taken to the requirements of this solicitation.
By submitting a proposal in response to this RFP, the Offeror certifies their acceptance of all
terms and conditions set forth within this document, which will be made a part of the contract.
PROPOSAL SUBMISSION 1.4
Offerors shall submit Proposals in accordance with the following requirements:
1.4.1 Technical Proposal Package
The copies of the Technical Proposal package should include the following:
Narrative and submission requirements as described in Part I, Section 3.0 (pg. I-12),
including responses to Sections 1.0, 2.0, and 3.0. Information contained in Sections 4.0
and 5.0 of the proposal submission shall not be included in the Technical Proposal
package.
Offerors shall not submit any solicitation forms in the bound copies of the technical
proposal. THERE MUST BE NO PRICE INFORMATION IN THE TECHNICAL
PROPOSAL. FAILURE TO COMPLY MAY RESULT IN REJECTION OF YOUR
PROPOSAL.
Biosolids Management RFP# 15-02
I-3
The Offeror must submit six (6) numbered copies of the Technical Proposal package. Each
copy of the Technical Proposal should be printed double-sided on 8 ½” x 11” with pages
numbered consecutively in the bottom right-hand corner (exclusive of the title page, table of
contents, and any sectional dividers). Left and right margins must be at least one inch. Copies
shall be provided in loose-leaf, three-ring binder form. Binders shall be no larger than 3” in
thickness. Drawings and schematics are permitted on 11” x 17” foldout pages.
All copies shall be submitted in one sealed envelope/package labeled with the Company’s
name and address and marked “Technical Proposal”.
1.4.2 Original Proposal Package
The Original Proposal package shall include the following:
All original copies of proposal documents contained in Part I, Section 3.0 – Proposal
Contents, including responses to Sections 1.0, 2.0, and 3.0.
Offeror submissions for Section 4.0 and 5.0 as described in Part I, Section 3.0 –
Proposal Contents.
One (1) copy of the Original Proposal package in Adobe PDF format on USB flash drive.
Offerors shall submit one (1) unbound original and one (1) unbound copy of the Original
Proposal package in separate sealed envelope/package from the Technical Proposal package
labeled with the Company’s name and address and marked “Originals”.
1.4.3 Package Submission
Technical and Original Proposal envelopes shall be sealed in a package marked “RFP No. 15-
02, BIOSOLIDS MANAGEMENT – DO NOT OPEN” and submitted to:
Shanna Reese, Assistant Chief of Purchasing
Charles County Government
Address for USPS Mail delivery*: Physical address for courier delivery:
P.O. Box 2150 200 Baltimore Street
La Plata, MD 20646 La Plata, MD 20646
*NOTE: Due to a remote USPS mail delivery site and Charles County mail processing times,
additional time may be necessary for mail delivery. It is the Offeror’s responsibility to ensure
that proposals are delivered to the Purchasing Office (Room #B130) before the due date and
time. Any proposals not received timely will not be considered
SOLICITATION SCHEDULE 1.5
This schedule may be subject to change. Offerors shall monitor the Bid Board accordingly for
addendums.
Biosolids Management RFP# 15-02
I-4
Milestone Date
RFP Published October 2, 2014
Pre-Proposal Meeting & Site
Visit #1 October 15, 2014 at 10:00 am
Site Visit #2 October 22, 2014 at 10:00 am
Site Visit #3 October 28, 2014 at 10:00 am
Last Day for Questions October 29, 2014 before 4:30 pm
Last Day for Addendums November 13, 2014
Proposals Due to County November 21, 2014 before 11:00 a.m.
MANDATORY PRE-PROPOSAL MEETING LOCATION 1.6
A mandatory pre-proposal meeting will be held at the Mattawoman Wastewater Treatment Plant,
5310 Hawthorne Rd., La Plata, MD 20646. Report to Building #1B to sign in and be directed to
the meeting. Please arrive no later than 9:45 a.m. due to the time requirements for checking into
the facility.
MANDATORY SITE VISITS LOCATION 1.7
Mandatory site visits will be conducted at Mattawoman Wastewater Treatment Plant, 5310
Hawthorne Rd., La Plata, MD 20646. Report to Building #1B to sign in. These will be the only
opportunities for site visits. Due to safety restrictions at the site, all visitors proceeding to the site
location are recommended to wear steel-toed shoes/boots during the site visit portion of the
meeting. Offerors shall attend a minimum of two (2) site visits in order to submit a proposal in
response to this solicitation.
SOLE POINT OF CONTACT 1.8
The Purchasing Representative identified herein is the SOLE POINT OF CONTACT at Charles
County Government for this procurement. All communication between Offerors and Charles
County Government shall be with the Purchasing Representative until a fully executed contract
is delivered to the Contractor. OFFERORS OR ANY OF THEIR AUTHORIZED
REPRESENTATIVES MAY NOT INITIATE CONTACT WITH CHARLES COUNTY
GOVERNMENT OTHER THAN THE CONTACT IDENTIFIED BELOW, FOR ANY
REASON DURING THE PROCUREMENT PROCESS OR PRIOR TO FULL CONTRACT
EXECUTION. Any communication outside this process may result in disqualification.
Purchasing Representative
Shanna Reese, Assistant Chief of Purchasing
Purchasing Office
Email: [email protected]
Fax: (301) 645-0543
QUESTIONS 1.9
All inquiries concerning technical or bidding information should be directed in writing (via email
or fax) with the solicitation number and name in the subject line to the Purchasing
Biosolids Management RFP# 15-02
I-5
Representative identified in Part I, Section 1.8 – Sole Point of Contact. Please see the
Solicitation Schedule, above, for the due date for questions.
DUE DATE FOR SUBMISSION OF PROPOSALS 1.10
Please see the Solicitation Schedule, above, for the due date and time for proposals. Proposals
are due in the Purchasing Office (Room #B130) before the due date and time specified. It is the
Offeror’s responsibility to ensure that proposals are delivered to the Purchasing Office before the
due date and time. Submission, modification, or withdrawal of proposals after the due date/time
will NOT be considered. All proposals shall be valid and irrevocable for a minimum of one
hundred eighty (180) days from the due date.
ADDENDA AND SUPPLEMENTS 1.11
In the event that it becomes necessary to revise any part of this solicitation, or if additional
information is necessary to enable the Offeror to make an adequate interpretation of the
provisions of this solicitation, a supplement to the solicitation will be issued. The Offeror shall
acknowledge in their proposal, the receipt of all addenda, supplements, amendments, or changes
to the solicitation that were issued by the County. Oral statements made by County personnel
shall not bind the County in any manner whatsoever and cannot be used to protest or otherwise
challenge any aspect of this solicitation or subsequent agreement.
If any person contemplating submitting a proposal in response to this solicitation is in doubt as to
the true meaning of any part of the solicitation, they may submit to the County, a minimum of
fourteen (14) calendar days prior to the scheduled due date, a written request for an interpretation
or correction thereof. The person submitting the request will responsible for its prompt delivery.
Any interpretation, correction, changes to the solicitation will be made only by addendum
duly issued, and will be posted on the County Bid Board found at
www.charlescountymd.gov. Click on “Procurement Opportunities” and then “Bid Board”.
Any and all addenda issued prior to the proposal due date/time shall become a part of the
contract documents and shall be covered in the bid prices, unless an alternate schedule is
presented by addendum. It is the responsibility of the Offeror to check the County Bid Board as
frequently as necessary to obtain all updates and addenda to the solicitation.
BID SECURITY 1.12
A five percent (5%) Bid Bond from a surety licensed to do business in the State of Maryland and
satisfactory to the COUNTY, certified check, or bank Cashier’s/Treasurer’s Check shall
accompany the proposal or the proposal will not be considered. Bid Bonds shall have the
accompanying Power of Attorney. The Bid Bond shall be based upon the Total Proposed Price
from the Price Proposal Form.
Bid securities shall be returned promptly after the County and the selected offeror have executed
the contract, or, if no offeror’s proposal has been selected within one hundred eighty (180)
consecutive calendar days after the due date for proposals, upon the demand of the Offeror at any
time thereafter, as long as the offeror has not been notified of acceptance of his proposal. The
Offeror, to whom the contract shall have been awarded, shall be required to execute the contract
in accordance with the terms and conditions herein. If the Offeror selected for award fails or
refuses to execute the contract and/or fully comply with requirements of this solicitation their bid
Biosolids Management RFP# 15-02
I-6
security shall be forfeit to the County as liquidated damages in accordance with the terms and
conditions contained herein.
PERFORMANCE AND PAYMENT BONDS 1.13
A Performance Bond and Labor & Material Payment Bond in the amount of one-hundred percent
(100%) of the contract price will be required for this project and contract, from sureties licensed
to do business in the State of Maryland and satisfactory to the COUNTY, and shall be submitted
to the County at the time of contract execution by the Offeror within the timeframes required
herein. Premiums for the bonds described above shall be paid by the Contractor. Bonds shall
contain a provision that it shall not be cancelled, non-renewed or materially altered without at
least ninety (90) days written prior notice to the County.
After the start of a new Contract or extension year, the County may consider reducing the
bonding percentage of the Performance Bond and the Labor & Material Bond. If all work has
been completed to the satisfaction of all regulatory agencies and the County and if the Successful
Offeror provides documentation that all payments to equipment suppliers, employees, or any
other debts incurred by the Successful Offeror for the previous year of this Contract have been
paid, the County may permit the Successful Offeror to reduce the performance bond and the
labor and material bond by twenty five (25) percent for the next contract year. Bonding
requirements may not be reduced below fifty (50) percent during the contract term or extension
years.
PERFORMANCE DATA: 1.14
Offerors shall have the capability to perform classes of work contemplated, having sufficient
capital to execute the work properly within the specified time.
SIGNATURES 1.15
The Price Proposal Form must be signed by an officer authorized to make a binding commitment
for the firm submitting the Proposal.
REJECTION OF BIDS/PROPOSALS 1.16
Although not intended to be an exhaustive list of causes for disqualification, any one or more of
the following causes, among others, may be sufficient for the disqualification of an Offeror and
the rejection of its bid:
Evidence of collusion among Offerors.
Lack of competency revealed by financial statements, experience, equipment
statements, or other factors.
Lack of responsibility as shown by past work, judged from the standpoint of
workmanship as submitted or from previous experience with the Offeror.
Default on a previous similar contract for failure to perform.
Being delinquent in payments due to Charles County Government.
The County reserves the right to reject any/all proposals, to waive irregularities and/or
informalities in any proposal, and to make award in any manner, consistent with law, deemed in
the best interest of the County.
ARITHMETICAL ERRORS 1.17
Any errors in computations may be corrected during the County’s review of the proposals. The
Biosolids Management RFP# 15-02
I-7
County shall not be responsible for Offeror computation errors contained on the Price Proposal
Form. All values contained on the Price Proposal Form remain the responsibility of the Offeror.
Where the unit price and the extension price are at variance, the unit price will prevail.
ELIGIBILITY FOR AWARD 1.18
By submitting a proposal in response to this solicitation, the Offeror certifies that their firm is not
debarred, suspended, or otherwise ineligible for participation in government procurement by the
federal government, the State of Maryland, or any other state, county, or municipal government.
The firm certifies that it is not delinquent in any payments due to Charles County Government.
The County reserves the right to refuse proposals and/or not contract with firms in a delinquent
payment status with Charles County Government.
COMMUNICATIONS 1.19
Contact with any County representative concerning this RFP, other than as stated herein, is
prohibited. “County representative” shall include, but not be limited to all elected and appointed
officials, County employees, and members of the Evaluation Committee.
DISCLAIMER 1.20
All information contained in this RFP is based on the best data available. The County, however,
does not warrant the accuracy of this information or the underlying data. Each Offeror bears the
responsibility for making its own assessment of the information and posing questions according
to the procedures set forth herein.
EVIDENCE OF OFFEROR RESPONSIBILITY 1.21
The County may require the Offeror to submit additional information regarding financial
responsibility, technical expertise, and other qualifications, and may consider any information
otherwise available concerning those qualifications. The County may make such investigation,
as it deems necessary, to determine Offeror responsibility, to verify Offeror performance in
similar installations, to determine reliability and suitability for intended use of products offered,
and to verify the accuracy of information contained in Offeror’s Proposal.
OFFEROR INVESTIGATIONS 1.22
Prior to submitting a proposal, each offeror shall make all investigations and examinations
necessary to ascertain all conditions and requirements affecting the full performance of the
contract and to verify any representations made by the County that the Offeror will rely upon. No
assertions of ignorance of such conditions and requirements resulting from failure to make such
investigations and examinations will relieve the Successful Offeror from its obligation to comply
in every detail with all provisions and requirements of the contract documents or will be
accepted as a basis for any claim whatsoever for any monetary consideration on the part of the
Successful Offeror.
ORAL PRESENTATIONS 1.23
The County may request, at its discretion, that some or all Offerors make oral presentations of
their qualifications or to substantiate any portions of Proposals submitted. The County’s
Purchasing Office will schedule such presentations. Offerors may be instructed to limit the
number of representatives and the time for the oral presentation. Such presentations will provide
Offerors with an opportunity to answer any questions the Evaluation Committee may have on an
Biosolids Management RFP# 15-02
I-8
Offeror’s Proposal. Not all Offerors may be asked to make an oral presentation or provide a best
and final offer.
DISCUSSIONS WITH OFFERORS 1.24
Notwithstanding anything contained in this RFP, after the Purchasing Office computes the
Offerors final scores, discussions may be conducted with responsible Offerors whose Proposals
have been determined by the Evaluation Committee to be eligible for award. Discussions may
be held for purposes of clarification to assure full understanding of and responsiveness to the
RFP requirements. Offerors shall be accorded fair and equal treatment with respect to any
opportunity for discussion and revisions of Proposals, and revisions may be permitted after
submissions and before award for the purpose of obtaining best and final offers. In conducting
discussions, there shall be no disclosure of any information derived from Proposals submitted by
competing Offerors.
BEST AND FINAL OFFERS 1.25
The Purchasing Office shall notify each responsive, responsible Offeror of the scope of the
requested best and final offer. The Purchasing Office shall establish a date and time for the
submission of best and final offers and discussions. If more than one submission of best and
final offers is requested, an Offeror’s immediate previous offer shall be construed as its best and
final offer unless the Offeror submits a timely notice of withdrawal or another best and final
offer. The Chief of Purchasing may consult with and seek the recommendation of the Evaluation
Committee during the best and final offer process. The County shall consider best and final
offers to be irrevocable for ninety (90) days from the date of their submission.
Biosolids Management RFP# 15-02
I-9
CONTRACT INFORMATION 2.0
AWARD OF CONTRACT 2.1
The County intends to award this contract on the basis of a combination of the evaluation of the
offerors’ experience and qualifications, as well as the fee proposed. The County shall review
responsiveness and responsibility of Offerors’ proposals. Award will not be based upon price
alone, and this solicitation does not commit the County to award a contract or to award to that
firm which has submitted the lowest fee. In addition, the County reserves the right to accept any
proposal either in part or in its entirety. The contract entered into with the Successful Offeror
shall meet all standard provisions required by the County and by any involved government
agencies.
The County intends to contract with a single firm and not with multiple firms doing business as a
joint venture. Subcontractors may not be used in the conduct of this contract without express
written approval of the County. The County reserves the right to reject any subcontracted
relationship if changes or additions of subcontractors are necessary during the life of the
contract. The Contract documents will consist of the Contract, this Solicitation, the Offeror’s
proposal, and any addenda or other modifications to the solicitation.
CONTRACT EXECUTION 2.2
The successful Offeror to whom the contract shall have been awarded shall be required to
execute the contract on the form attached hereto (or as authorized by the County) and shall
furnish all requirements due at contract execution, which may include, but is not limited to
performance bonds and/or payment bonds, insurance certificates, equipment inspections,
licenses, etc., as specified herein.
DEFAULT AND SUSPENSION 2.3
If an offeror who has been selected for award and offered a contract refuses or fails to execute
the contract and/or fully comply with all requirements of this solicitation within fourteen (14)
consecutive calendar days after receipt of formal notice of award or an alternate date specified by
the Chief of Purchasing, the Offeror may be considered to have defaulted with respect to
execution of the contract, and to have abandoned all rights and interests in the contract. In such
instance the bid security, if any, may be declared forfeited to the County without further notice to
the Offeror. In the event of such default, award may then be made to another Offeror determined
to be in the best interest of the County, or the solicitation may be cancelled and/or re-advertised
for proposals as deemed if deemed in the best interests of the County.
A contractor, who has executed a contract with the County, may be considered to have defaulted
in the performance of the Contract, by: failure to comply with the requirements of the contract,
sub-standard performance, failing to complete the contract, and/or by other significant errors and
omissions as determined by the Project Manager and the Chief of Purchasing. In such instance,
the Contractor’s performance and/or payments bonds, if any, may be exercised, and the Contract
terminated and awarded to another Offeror if determined to be in the best interest of the County.
An offeror/contractor, who has defaulted as discussed above, may be declared by the Chief of
Purchasing to be ineligible to bid on future County solicitations for a period of up to two (2)
years from the date the County determined the Offeror/Contractor to have defaulted. This
Biosolids Management RFP# 15-02
I-10
determination by the Chief of Purchasing shall be final, and not subject to appeal.
TERM OF CONTRACT 2.4
The Contract shall be valid from March 1, 2015 to June 30, 2020, with options for four (1) year
extensions at the sole option of the County. Each one year extension term shall commence on
July 1 and expire on June 30 the following calendar year. All one-year extensions will be subject
to the availability of appropriation of County funds.
The following work periods apply to this Contract:
Preliminary Work Period: March 1, 2015 – June 30, 2015
Base Period: July 1, 2015 – June 30, 2020.
The Preliminary Work Period will allow for the completion of activities, under the Contract, that
are required in order for the Facility to commence operations. The Preliminary Work must not
interfere with the work current contractor is performing.
Pricing Adjustment for Extension Years:
Unit prices shall remain firm during the Base Period of the Contract. During the Base Period,
pricing shall be adjusted at the beginning of each Contract year at the unit prices proposed on the
Price Proposal Form. During each extension year, at the written request of the successful Offeror
to the Chief of Purchasing, pricing shall be adjusted by the percentage change in the CPI from
the previous year. For purposes of this agreement, the CPI is defined as the Consumer Price
Index for All Urban Consumers, as published by the United States Department of Labor, Bureau
of Labor Statistics. For purposes of adjustment, the CPI used for each subsequent year of the
Contract shall be the last published percentage change in the CPI (for the previous 12 months) on
May 1st preceding the anniversary date of the Contract.
The County may, in the event of extraordinary circumstances and not more than twice during
the Contract extension periods, review and approve equitable requests for rate adjustments
submitted in writing by the Contractor. The Contractor shall be required to submit working
papers, limited to five (5) pages in length, as required in Part III, Section 2.10.7 detailing full
justification for the requested rate adjustment. The Chief of Purchasing and Contracting Officer
shall review requests for equitable rate adjustments and the Contracting Officer, or designee,
shall either approve or deny the request in writing. The final rate adjustment determination made
by the Contracting Officer, or designee, is final and not subject to appeal. Rate adjustments will
not be considered during the Preliminary Work Period or Base Period of the Contract.
INSPECTION OF EQUIPMENT 2.5
Equipment contained on the Offeror’s Equipment List shall be subject to inspection by the
County, at the discretion of the Chief of Operations and Maintenance, prior to contract award or
anytime thereafter. Documentation (vehicle title or leasing agreements) proving legal ownership,
or lease of all equipment to be used in the execution of work as a result of this solicitation, shall
be provided at the time of equipment inspection. Registration (if applicable) in the Offeror’s
name shall be validated at the time of inspection. Equipment deemed insufficiently qualified
and/or equipped, or of insufficient type and/or quantity to accomplish the work as solicited, shall
be solely determined by the Contracting Officer (or designee), whose determination is not
subject to appeal. The Offeror shall notify the County of acquisition of additional equipment to
Biosolids Management RFP# 15-02
I-11
be used in the performance of work in any Contract(s) as a result of this solicitation, including at
a minimum all information contained on the Offeror’s Equipment List.
BID/AWARD PROTESTS 2.6
All protests made pursuant to this solicitation must be in writing and delivered to the Chief of
Purchasing: (a) within ten (10) calendar days after the Purchasing Office has publicly posted the
proposed contract award, if the Offeror seeks as a remedy the award of the contract, or (b) before
the submission date for proposals, if the Offeror seeks as a remedy the cancellation or
amendment of the solicitation. Each protest must contain a protest filing fee in the amount of
$500 (US currency); if the fee is paid by check, then the check must be made out to
“Charles County Government”. The Chief of Purchasing, may, at his sole election, return the
filing fee to the protesting Offeror, if the protest is sustained. Filing fees for unsustained protests
shall not be returned. The Chief of Purchasing must dismiss any protest not timely received.
Only an Offeror that is “aggrieved” is eligible to file a protest. Aggrieved means that the Offeror
who is filing the protest is susceptible for an award of the contract if the protest is sustained (e.g.,
a fourth ranked Offeror is not aggrieved unless the grounds for a protest, if sustained, would
disqualify the top three ranked Offerors or would require that the solicitation be reissued). Each
protest must contain the following: identification of the solicitation; the name, address and
telephone number of the protesting Offeror; a statement supporting that the Offeror is aggrieved;
and specification of all grounds for the protest, including submission of detailed facts and all
relevant documents, citation to relevant language in the solicitation, regulations, or law relied
upon; and, all other matters which the Offeror contends supports the protest. The burden of
production of all relevant evidence, data and documents, and the burden of persuasive argument
to support the protest is on the Offeror making the protest.
The Chief of Purchasing shall forward to the County Attorney, all protests timely received and
appropriate information addressing the circumstances of the protest. The Chief of Purchasing
shall also forward for the County Attorney’s information, all protests not timely received and/or
otherwise ineligible, that was dismissed by the Chief of Purchasing.
The Chief of Purchasing, after consultation with the County Attorney, shall determine whether to
sustain or reject the protest, and shall provide written notice of his determination to the Offeror
making the protest, and to the County Attorney. In the case of a sustained protest, the Chief of
Purchasing, after consultation with the County Attorney, shall determine what remedy shall be
taken to redress the protest. All decisions of the Chief of Purchasing shall be final, and not
subject to appeal.
Biosolids Management RFP# 15-02
I-12
PROPOSAL CONTENT 3.0
Requirements for the Proposal are listed below. Offerors shall complete the forms identified in
Part I, Section 1.2. Failure to include responses in the Proposal to all of the requirements of the
RFP may result in rejection of the Proposal. Proposals that repeat RFP language or content
verbatim shall be deemed unsatisfactory and rejected. Proposals shall be submitted in the format
below. Proposals shall address the following areas at a minimum, but not limited to:
SECTION 1.0 – GENERAL
As part of the Technical Proposal, the Offeror shall provide a complete description of the
proposed work plan for managing and disposing of biosolids under this contract. This section
shall include, at a minimum:
Title Page: Title page showing the RFP name, the Offeror’s name; the name, address and
telephone number of the Offeror’s contact person, and the date of the Proposal.
Table of Contents: The Offeror shall provide a “Table of Contents” with page numbers
and a “List of Exhibits”, which references the page number of each exhibit.
Transmittal Letter: A transmittal letter briefly stating the Offeror’s understanding
of the work to be done, the commitment to perform the work within the time period, a
statement why the Offeror believes itself to be best qualified to perform the engagement,
and a statement that the Proposal is a firm and irrevocable offer for 180 days from the
Proposal due date. The letter is to be signed in ink by an individual authorized to legally
bind the Offeror’s company or organization and stating the individual’s title and position.
SECTION 2.0 – TECHNICAL PROPOSAL
The purpose of the Technical Proposal is to demonstrate the qualifications, competence, and
capacity of the Offeror to perform in conformity with the requirements of this RFP. The
Technical Proposal should demonstrate the qualifications of the firm and of the particular staff to
be assigned to this engagement.
The Technical Proposal shall address all the points outlined in the RFP (excluding any price
information which should only be included in the Original Proposal) and shall be limited to no
more than thirty (30) pages. The Technical Proposal should be prepared simply and
economically, providing a straightforward, concise description of the Offeror’s capabilities to
satisfy the requirements of the RPF. While additional data may be presented, the requirements
outlined in Part I, Section 3.0 of this RFP must be included. It represents the criteria against
which the Proposal will be evaluated.
The Technical Proposal shall describe, in detail, the processes and equipment required to meet
the requirements given in this RFP and Technical Specifications. Include the following
information:
Executive Summary: The Executive Summary shall highlight the key aspects of the
proposal, emphasizing how the recommended approach meets or exceeds the project
goals and objectives.
Biosolids Management RFP# 15-02
I-13
General drawings, including drawing index and abbreviations; process flow diagrams.
Process description.
Section 2A - Work Plan
As part of the Technical Proposal, the Offeror shall provide a complete description of the
proposed work plan for managing and disposing of biosolids under this contract. The work
plan shall include, at a minimum:
General description, including process description.
Description of equipment, methods, and staffing organization proposed for biosolids
dewatering, and lime stabilization.
Description of proposed biosolids transportation plan to include type and number of
vehicles.
Description of equipment and methods proposed for the ultimate disposal of
biosolids.
Description how regulatory paper work will be administered. Who will have
responsibilities in filling out which forms. Describe County’s responsibilities and
Offerer’s responsibilities.
List the facilities proposed for the temporary storage and/or disposal of biosolids,
including approved landfills during non-application periods. Indicate size and type
of facility and ability to accommodate storage requirements. This shall also include
the intended location of proposed landfill sites.
Description of the proposed biosolids sampling and testing programs.
Description of the proposed records and reporting system.
Description of the proposed emergency spill control and clean-up plan.
Description of the proposed public relations program.
Description of the Preventive Maintenance Plan.
A detail phased plan for implementation, using the Notice-of-Award as day one (1).
Implementation planning activities, equipment, delivery, and installation, test and
check out, and permit acquisition in sufficient detail, so as to enable the beginning of
“routine operations” on July 1, 2015, for Mattawoman WRF.
Description of plans for regular housekeeping and cleaning of the building, trash
removal.
List experience and knowledge of regulatory laws related to Federal and State
regulations.
Offeror’s Equipment List.
Section 2B - Land Disposal Sites
Attach summaries of existing permits available for sites that are intended to be used for
biosolids disposal following the award of this Contract. Indicate the remaining capacity for
biosolids disposal at each site. Also attach copies of existing permits issued by the State
Biosolids Management RFP# 15-02
I-14
regulatory agencies for the transporting, storage, and land application of biosolids. Describe
additional sites to be permitted to meet the requirements for one-year worth of permitted
capacity within ninety (90) days of the Notice-to-Proceed.
Section 2C - Project Management Plan
Project Management Administration and Scheduling: Provide a detailed project management
plan indicating the methods to be used to manage the efforts of the team to deliver a quality
product. Describe scheduling methods, project planning.
SECTION 3.0 –EXPERIENCE AND QUALIFICATIONS
The Offeror shall supply its Management Plan and discuss the following at a minimum in
Section 3.0 of its proposal submission:
Section 3A – Biosolids Disposal Experience
Experience in operating dewatering, lime-stabilization and biosolids land applying and
biosolids disposal. Also, describe experience in the maintenance of the dewatering facilities.
The Offeror should describe the experience of each member of the project team. The types of
facilities of interest include wastewater treatment, biosolids processing, and similar complex
mechanical projects. Experience under this heading should be limited to the most recent ten
(10) years. Provide a brief description of the safety record for projects by the lead contractor
and major subcontractors within the last five (5) years. This section shall contain a
comprehensive summary of the firm’s overall experience in biosolids disposal and shall be
separate and distinct from the Offeror’s Experience Project Summary forms.
Section 3B – Key Staff (limit to 20 pages total)
Describe education and experience of each key staff member. The Offeror shall identify those
personnel who will be responsible for each major element of the project. Identify supervisory
and employees who will perform non-supervisory roles. As a minimum, personnel proposed
for the following staff positions shall be identified:
Project Manager
Site Manager
Maintenance Manager
Regulatory Specialist/Manager
Transportation Manager
Biosolids Land-Application Manager and Biosolids Storage Manager.
Include resumes for each of the above personnel and describe their role in the project. Submit
a maximum two-page resume complete with the name of facilities operated, responsibilities,
size/complexity of facility, dates of facility service, contact person, and contact information per
position. The expertise and experience of key personnel will be one of several factors used to
select a Successful Offeror for this project. The key personnel presented in the Proposal are
expected to actively participate in the project. Replacements and substitutions are discouraged.
It is, however, recognized that people sometimes change employment.
Section 3C – Project Summaries (limit to 10 pages total) – See Part I, Section 1.2.2
The Offeror’s major team members shall have experience working on projects of similar or
Biosolids Management RFP# 15-02
I-15
greater complexity to that described in this section. Experience in any mechanically complex
project will be considered favorably. This Offeror’s Experience Project Summary form,
contained herein, shall identify at least three (3) references with first-hand knowledge of the
quality and performance of facilities operated by the proposed team. Provide the following
information for each reference in a separate narrative that contains:
Name of project
Location (mailing address)
Name of contact familiar with Offeror’s work
Description of the facilities, systems, and processes provided. Include a discussion of
their relevance to this project.
Identify major participants from the proposed project team and discuss their roles in each
project.
References may be contacted to ensure that the information provided is current. Charles
County may elect to visit one or more of the selected references to observe first-hand the
quality and performance.
Section 3D – Experience with Public Sector Entities
References for previous work with city, county, and state governments.
Section 3E – Biosolids Experience with MDE
Indicate biosolids management experience with the Maryland Department of the Environment.
Include size, location, and number of permits for sites permitted over the past five (5) years.
Section 3F – Permits and Licenses
Provide copies of relevant permits and licenses required for biosolids management. Provide
evidence that the Offeror is a licensed contractor. All licenses and registrations shall be issued
by/applicable in the State of Maryland. Identify all current professional licenses and
registrations (state and year first registered). Offerors shall submit permit(s) for a disposal
site(s), with a minimum capacity equal to six (6) months of biosolids production from the
Mattawoman WRF.
SECTION 4.0 - FINANCIAL CAPABILITY (ONLY SUBMIT WITH ORIGINAL
PROPOSAL PACKAGE)
The following financial data shall be provided. If the Offeror is a subsidiary of another firm,
then the information requested should be provided for both the Offeror and the parent
organization as it may be applicable to the Proposal.
The Offeror’s most recent Form 10K, as filed with the U.S. Securities and Exchange
Commission (SEC) and all applicable documents since the last 10K form.
All Offerors not filing a Form 10K with the SEC should submit the following
information:
o Federal Tax Returns for the last three (3) years;
o Audited financial statements for the past three (3) fiscal years to include, at a
minimum, income statement, balance sheet, and statement of changes in financial
Biosolids Management RFP# 15-02
I-16
position;
o Copies of quarterly financial reports since the last audited statement;
o Any material changes in the mode of conducting business, bankruptcy
proceedings, and mergers or acquisitions for the past three years, as well as any
disclosure of any potential mergers or acquisitions;
o Any and all lawsuits filed against the Offeror since January 1, 2004, and a
statement as to the outcome or current status of each lawsuit; and
o A full and complete description of the legal and financial relationships among all
entities that will be bound by the terms and conditions of the Contract, including
any entities that will guarantee the obligations of, or provide financial support to,
any such parties.
SECTION 5.0 – REQUIRED FORMS (ONLY SUBMIT WITH ORIGINAL PROPOSAL
PACKAGE)
The Offeror shall submit the following forms in Section 5.0:
Price Proposal Form;
Addendum Certification;
Intended Non-MBE Subcontractors form;
Charles County MBE Utilization Affidavit;
Proposed MBE Subcontractors form;
SLBE Utilization Affidavit (if applicable);
Official Letter of SLBE Intent (if applicable);
Non-Collusion Affidavits.
Biosolids Management RFP# 15-02
I-17
PROPOSAL EVALUATION PANEL AND CRITERIA FOR 4.0
EVALUATION
All Proposals will be evaluated, including merit and reasonableness, according to the following
criteria and point value. Within the content of the information required in Parts II & III of the
RFP, Offeror’s are welcome to submit any and all supporting information which describes their
ability to meet and exceed the criteria within the space limitations provided. The evaluation of
proposals will be conducted by an evaluation committee. Each member of the committee shall
evaluate the proposals independent of the other members, after which, scores will be
combined/averaged and a scoring matrix will be developed. Price Proposals shall be opened and
scored separately and the price score added to the technical score. A contract may be awarded to
the Offeror with the highest score. If the Purchasing Office and the apparent Successful Offeror
are unable to enter into a contract for any reason, the Contract may be awarded to the next
highest-ranked Offeror. Once a contract award has been made, the County will notify all firms
accordingly and will also provide a copy of the composite score tabulation.
Evaluation criteria include the following:
Evaluation Criteria Points
1. Technical Proposal 35
a. Work Plan 9
b. Offerors shall identify their intended biosolids storage site(s), or potential
sites or landfills, and demonstrate an acceptable plan for receiving a permit
from the regulatory agencies for utilization of this site(s).
9
c. Project Management Plan 9
d. Ability and Plan to manage aging equipment 4
e. Concept for planning improvements to the aging dewatering equipment. 4
2. Experience and Qualifications 25
a. Firm experience and references 15
b. Qualifications of key staff proposed 10
3. Price 40
TOTAL POINTS 100
Biosolids Management RFP# 15-02
I-18
The County reserves the right to reject any/all proposals, to waive irregularities and/or
informalities in any bid/proposal, and to make award in any manner, consistent with law, deemed
in the best interest of the County.
Biosolids Management RFP# 15-02
I-19
SOCIO-ECONOMIC PROGRAMS 5.0
MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM 5.1
Offerors are advised that Charles County Government has established a MBE Program which
applies to all formal solicitations. There is an aspirational minimum goal of 25% MBE
participation for each project.
The County recognizes, as Minorities, the following groups: African Americans; American
Indians/Native Americans; Asians; Hispanics; Women; Physically or Mentally Disabled persons
and Disabled American Veterans. The County will automatically recognize MBE status for any
firm certified by the Maryland State Highway Administration, Federal 8-A registration or
Charles County Government. Information concerning the Charles County MBE Registration
Process may be obtained by contacting the Charles County Purchasing Office, at (301) 885-
1334.
The solicitation documents included herein contain a form entitled “Minority Business
Enterprise Utilization Affidavit”. This document indicates the MBE certification status of the
Offeror, as well as the level of participation of any MBE sub-contractor(s) or supplier(s).
Offerors are required to complete this form and submit it with their proposal. The awarded
Offeror shall be required to report MBE Utilization to the County post award on the County’s
“MBE Utilization – Post Award” form, if they have proposed any MBE usage. The County
maintains a list of registered MBE firms on its Purchasing Office website located at
http://www.charlescountymd.gov/fas/purchasing/purchasing.
SMALL LOCAL BUSINESS ENTERPRISE (SLBE) PROGRAM: 5.2
Proposers are advised that Charles County Government has established a Small Local Business
Enterprise (SLBE) Program, which registered Charles County SLBE firms responding to this
solicitation may receive a preference in accordance with the provisions of the Program that may
apply to a formal solicitation resulting in an award of less than $500,000 if they:
Are registered in the Charles County SLBE Program and eligible in all other respects, at
the time the firm’s bid/proposal is submitted.
Complete the attached SLBE forms and indicate their SLBE status.
Are susceptible for award for a contract valued less than $500,000.
Registered Charles County SLBEs must meet all the same requirements of non-SLBE Offerors.
Information concerning the Charles County SLBE Registration Process may be obtained by
contacting the Charles County Purchasing Office, at (301) 885-1334. The County maintains a list
of registered SLBE firms on its Purchasing Office website located at
http://www.charlescountymd.gov/fas/purchasing/purchasing.
Biosolids Management RFP# 15-02
I-20
MISCELLANEOUS TERMS 6.0
INCURRING COSTS 6.1
The County is not liable for any costs incurred by the Offeror prior to issuance of contract.
INDEMNIFICATION CLAUSE 6.2
The Contractor shall protect, hold free and harmless, defend and indemnify Charles County,
including its officers, agents, and employees from all liability, penalties, costs, losses, damages,
expenses, causes of action, claims or judgments, including attorney’s fees, resulting from injury
to, or death of, any person or damage to property of any kind, which injury, death or damage
arises out of, or is any way connected with the performance of the work under this contract. This
agreement shall apply to any acts or omissions, negligent conduct, whether active or passive,
including acts or omissions of contractor’s agents or employees; except that this agreement shall
not be applicable to injury, death or damage to the property arising from the sole negligence of
Charles County, it’s officers, agents and employees.
PAYMENT OF TAXES 6.3
The firm awarded the contract resulting from this solicitation shall be responsible for paying all
Maryland sales tax, and any other applicable taxes, on items purchased by the Contractor in the
pursuit of this contract. The County tax exempt status cannot be transferred to the Contractor.
INSURANCE 6.4
The Contractor shall provide, at their expense, the following:
Contract Professional Liability Insurance with limits of at least $1,000,000 each
occurrence and $3,000,000 aggregate.
Comprehensive automobile bodily injury and property damage insurance covering all
vehicles whether owned, hired, or non-owned operated by/or on behalf of the Contractor
in the performance of this contract with not less than the following units:
o Bodily Injury: $1,000,000 per person
$2,000,000 per occurrence
o Property Damage: $500,000 per occurrence
The Contractor shall also obtain and pay premium for the following:
Workmen’s Compensation in compliance with Maryland Statutory Limit.
Comprehensive General Liability in an amount not less than $2,000,000 (combined
personal injury and/or property damage) per occurrence subject to $2,000,000 aggregate.
The successful Offeror shall provide the County with Certificates of Insurance evidencing the
coverage required by this solicitation prior to award of a contract. The following certificates shall
name The County Commissioners of Charles County (or other name as directed by the County)
as an additional named insured:
Comprehensive automobile bodily injury and property damage insurance
Comprehensive General Liability
All Certificates shall reference the solicitation name and number, and have an ending date that
covers the entire contract term or extension period. Such certificates shall provide that the
Biosolids Management RFP# 15-02
I-21
County be given at least sixty (60) days prior written notice of any cancellation of, intention to
not renew, or any material change in such coverage. The Contractor shall provide the County
with copies of the Declarations and Exclusions for the Professional Liability insurance.
If the insurance obtained requires deductibles, the Contractor shall pay all costs not covered
because of such deductibles. Providing insurance as required herein does not relieve the
successful Offeror of any responsibility or obligations ensuing as a result of the contract award,
or for which the Offeror may be liable by law or otherwise. Proof of Insurance will be required
and must be submitted prior to final execution of the Contract by Charles County Government.
PERFORMANCE EVALUATIONS 6.5
The County shall perform periodic performance evaluations, at the County’s discretion, on all
Work performed by the Contractor under this Contract. The Contractor shall have the
opportunity to review performance evaluations upon request. Performance evaluations shall be
maintained in the County’s contract files.
SUBCONTRACTORS 6.6
The Contractor shall not sublet any portion of this contract, or assign or transfer any interest in
this contract without receiving prior written approval from the County. Where two or more
Offerors desire to submit a single proposal in response to this RFP, they should do so on a prime-
subcontractor basis rather than as a joint venture. Subcontracts for any portion of this contract
must be clearly identified in the Offeror’s proposal. Subcontracts are subject to Minority
Business Enterprise (MBE) and Small Local Business Enterprise (SLBE) requirements detailed
herein. Offerors shall supply sufficient documentation to indicate that a minimum of 33% of the
Contract work will be performed by their own forces and not by subcontractors.
CORPORATION REGISTRATION 6.7
Business entities not organized under the laws of the State of Maryland, and whenever required
by law, must be registered with the State Department of Assessments and Taxation, 301 W.
Preston Street, Baltimore, Maryland 21201 (“SDAT”) prior to conducting any business within
the State. All Offerors shall present evidence that they are in good standing with SDAT.
NEWS RELEASE 6.8
No news releases pertaining to this proposals request or the service, study, or project to which it
relates will be made without County approval.
PUBLIC INFORMATION ACT NOTICE 6.9
Offerors should give specific attention and identification of those specific portions of their bids
which they deem to contain confidential and/or proprietary information. Such information must
be individually noted as being confidential or proprietary, either at that location, or in a separate
consolidated listing contained within the bid/proposal, and provide justification of why the
material should not be subject to disclosure by the County upon request under the Maryland
Public Information Act. Offerors may not declare their entire proposal package to be
confidential or proprietary. Failure to provide specific identification and justification may result
in the County releasing the information if requested to do so.
Biosolids Management RFP# 15-02
I-22
HOLIDAY SCHEDULE 6.10
The Offeror shall not be restricted by the County’s holiday schedule and work shall be
completed in accordance with the scope of work in Part III – Special Provisions of this
solicitation package.
The following holidays are observed by the County:
NEW YEAR'S DAY
MARTIN LUTHER KING JR.'S BIRTHDAY
*LINCOLN'S BIRTHDAY
WASHINGTON'S BIRTHDAY
*MARYLAND DAY
GOOD FRIDAY
MEMORIAL DAY
INDEPENDENCE DAY
LABOR DAY
COLUMBUS DAY
VETERAN'S DAY
ELECTION DAY(WHEN APPLICABLE)
THANKSGIVING DAY
DAY AFTER THANKSGIVING
CHRISTMAS DAY
*FLOATING HOLIDAYS - COUNTY OFFICES AND OPERATIONS SHALL BE OPEN.
MID-ATLANTIC PURCHASING TEAM RIDER CLAUSE 6.11
USE OF CONTRACT(S) BY MEMBERS COMPRISING Mid –Atlantic Purchasing Team
COMMITTEE
Extension to Other Jurisdictions
The Charles County Government extends the resultant contract(s), including pricing, terms and
conditions to the members of the Mid-Atlantic Purchasing Team, as well as all other public
entities under the jurisdiction of the United States and its territories.
Inclusion of Governmental & Nonprofit Participants (Optional Clause)
This shall include but not be limited to private schools, Parochial schools, non-public schools
such as charter schools, special districts, intermediate units, non-profit agencies providing
services on behalf of government, and/or state, community and/or private colleges/universities
that require these goods, commodities and/or services.
Notification and Reporting
The Contractor agrees to notify the issuing jurisdiction of those entities that wish to use any
contract resulting from this solicitation and will also provide usage information, which may be
requested. The Contractor will provide the copy of the solicitation and resultant contract
documents to any requesting jurisdiction or entity.
Biosolids Management RFP# 15-02
I-23
Contract Agreement
Any jurisdiction or entity using the resultant contract(s) may enter into its own contract with the
successful Contractor(s). There shall be no obligation on the party of any participating
jurisdiction to use the resultant contract(s). Contracts entered into with a participating
jurisdiction may contain general terms and conditions unique to that jurisdiction Including, by
way of illustration and not limitation, clauses covering minority participation, non-
discrimination, indemnification, naming the jurisdiction as an additional insured under any
required Comprehensive General Liability policies, and venue.
Biosolids Management RFP# 15-02
I-24
MID-ATLANTIC PURCHASING TEAM MEMBERS
Complete this table and submit it with your bid. This extends the use of Contracts issued as a result of this solicitation to other
jurisdictions above if selected Yes (Y). Y N Y N Y N
Alexandria, Virginia Fairfax County Water Authority Montgomery College
Alexandria Public Schools Falls Church, Virginia Montgomery County, Maryland
Alexandria Sanitation Authority Fauquier Co. Schools & Government Montgomery County Public School
Annapolis City Frederick, Maryland Northern Virginia Community
College
Anne Arundel County Frederick County, Maryland Prince George’s Community College
Anne Arundel School Gaithersburg, Maryland Prince George’s County, Maryland
Arlington County, Virginia Greenbelt, Maryland Prince George’s Public Schools
Arlington Co. Public Schools Harford County Prince William County, Virginia
Baltimore City Harford County Schools Prince William County Public
Schools
Baltimore Co. Schools Howard County Prince William County Service
Author
Bladensburg, Maryland Howard County Schools Rockville, Maryland
Bowie, Maryland Herndon, Virginia Spotsylvania County
Carroll County Leesburg, Virginia Spotsylvania County Schools
Carroll County Schools Loudoun County, Virginia Stafford County, Virginia
Charles County Government Loudoun County Public Schools Takoma Park, Maryland
City of Fredericksburg Loudoun County Water Authority Upper Occoquan Service Authority
College Park, Maryland Manassas City Public Schools Vienna, Virginia
District of Columbia Government Manassas Park, Virginia Washington Metropolitan Area
Transit Authority
District of Columbia
Water & Sewer Auth.
Maryland DGS Purchasing Washington Suburban Sanitary
Commission
District of Columbia
Public Schools
MD Nat’l Capital Park & Planning
Commission
Winchester, Virginia
Fairfax, Virginia Metropolitan Washington Airport
Authority
Winchester Public Schools
Fairfax County, Virginia Metropolitan Washington Council of
Governments
Biosolids Management RFP# 15-02
I-25
FORMS 7.0
Biosolids Management RFP# 15-02
I-26
Firm’s Name and Address:
Date:
PRICE PROPOSAL FORM
The County Commissioners of Charles County, Maryland
Charles County Government Building
Post Office Box 2150
La Plata, Maryland 20646
Honorable Commissioners:
This Price Proposal is submitted in accordance with your “Notice to Offerors” inviting proposals to be
received for the work outlined in the “Special Provisions” attached hereto for RFP No. 15-02,
BIOSOLIDS MANAGEMENT.
Having carefully examined the proposal documents, the undersigned herein agrees to furnish all services
as outlined in the proposal documents for the amounts specified below:
BASE ITEMS
ITEM DESCRIPTION OF ITEMS UNIT UNIT PRICE ($) EST
QTY Dry Tons
TOTAL PRICE ($)
BY1
Base Year 1 – Biosolids Management
operations and maintenance for all
services described herein
Dry
Ton $________/Dry Ton 3,900
BY2
Base Year 2 – Biosolids Management
operations and maintenance for all
services described herein
Dry
Ton $________/Dry Ton 3,900
BY3
Base Year 3 – Biosolids Management
operations and maintenance for all
services described herein
Dry
Ton $________/Dry Ton 3,900
BY4
Base Year 4 – Biosolids Management
operations and maintenance for all
services described herein
Dry
Ton $________/Dry Ton 3,900
BY5
Base Year 5 – Biosolids Management
operations and maintenance for all
services described herein
Dry
Ton $________/Dry Ton 3,900
TOTAL PROPOSAL PRICE
Biosolids Management RFP# 15-02
I-27
Price Proposal Form (cont’d)
The undersigned has caused this Proposal to be executed as of the day and year indicated above.
_____________________________________
(Signature) (Title)
_____________________________________
(Printed Name) (Phone)
____________________________________ _____________________________________
(Email) (Fax)
By submitting a proposal in response to this solicitation, the Offeror certifies that their firm is not
debarred, suspended, or otherwise ineligible for participation in government procurement by the federal
government, the State of Maryland, or any other state, county, or municipal government.
Biosolids Management RFP# 15-02
I-28
RFP #15-02
OFFEROR’S EXPERIENCE PROJECT SUMMARY
Solicitation Information
Solicitation Name: BIOSOLIDS MANAGEMENT Solicitation #:15-02
Offeror Name:
Project Information
Project Name/Location: ______________________________________________________________
Owner Name/Address: _______________________________________________________________
_________________________________________________________________________________
Contact Name/Title: ________________________________________________________________
Telephone: __________________________________ Fax: _________________________________
Email: ___________________________________________________________________________
Value of Work Performed: $
Percentage of the Work Firm Responsible For %
Annual Operations & Maintenance Costs $
Operation Status/Completion Date
Project Description*
*Attach additional sheets as necessary.
Biosolids Management RFP# 15-02
I-29
RFP #15-02
OFFEROR’S EQUIPMENT LIST
(For equipment valued at over $5,000 per item)
Solicitation Information
Solicitation Name: BIOSOLIDS MANAGEMENT Solicitation #:15-02
Offeror Name:
EQUIPMENT # ___________
Equipment Type: ______________________________________________________________
Make/Model: _______________________________________________________________
Quantity: ________________________ Own ☐ Purchase ☐ Rent ☐ Lease☐
Describe the Purpose of the Equipment:*
EQUIPMENT # ___________
Equipment Type: ______________________________________________________________
Make/Model: _______________________________________________________________
Quantity: ________________________ Own ☐ Purchase ☐ Rent ☐ Lease☐
Describe the Purpose of the Equipment:*
EQUIPMENT # ___________
Equipment Type: ______________________________________________________________
Make/Model: _______________________________________________________________
Quantity: ________________________ Own ☐ Purchase ☐ Rent ☐ Lease☐
Describe the Purpose of the Equipment:*
*Attach additional sheets as necessary.
Biosolids Management RFP# 15-02
I-30
SAMPLE CONTRACT
THIS CONTRACT, made this day of , in the year 2014, by and
between ___________________________________hereinafter called the CONTRACTOR, and the
CHARLES COUNTY COMMISSIONERS, hereinafter called the COUNTY. The parties to this
CONTRACT intend to form a CONTRACT under seal.
WHEREAS, the CONTRACTOR will provide the necessary services for Proposal No. 15-02,
BIOSOLIDS MANAGEMENT, in CHARLES COUNTY, MARYLAND subject to all conditions,
covenants, stipulations, terms and provisions contained in the General Provisions and Special Provisions
being in all respect made a part hereof, at and for a sum equal to the aggregate cost of the services,
materials, and supplies done or furnished, at the prices and rates respectively named therefore in the
proposal, attached hereto;
Now, therefore, this CONTRACT witnesseth, that the CONTRACTOR both hereby covenant and
agree with the COUNTY that he will well and faithfully provide said necessary services for the
individually listed unit prices shown on the PROPOSAL FORM, in accordance with each and every one
of the above-mentioned General Provisions and Special Provisions, at and for a sum equal to the
aggregate cost of the services, materials, and supplies done and furnished at the prices and rates
respectively named therefore in the CONTRACTOR’s proposal dated _____________ 2014, attached
hereto, and will well and faithfully comply with and perform each and every obligation imposed upon him
by said General Provisions and Special Provisions.
The CONTRACTOR hereby agrees to commence work under this CONTRACT on or before a
date to be specified in a written a Notice to Proceed from the COUNTY. The term of the contract shall be
from March 1, 2015 to, June 30, 2020, and there shall be four (4) one-year extensions, available, at the
sole option of the COUNTY.
And the COUNTY doth hereby covenant and agree with the CONTRACTOR that it will pay to
the CONTRACTOR when due and payable under the terms of said General Provisions and Special
Biosolids Management RFP# 15-02
I-31
Provisions, the above-mentioned sum; and it will well and faithfully comply with and perform each and
every obligation imposed upon it by said General Provisions and Special Provisions or the terms of said
award.
Extensions to this CONTRACT, if any, may be executed by the Purchasing Office upon
application and recommendation of the Department Head of the respective using Department, without
further review or approval by the Board of County Commissioners.
IN WITNESS WHEREOF, the parties hereto have set their hands and respective seals as of this
day and year first above written:
XXXXXXXXXX XXXXXXXXX XXXXX
By (Signature): (SEAL)
COUNTY COMMISSIONERS OF CHARLES
COUNTY, MARYLAND
By:
Printed Name/Title:
Candice Quinn Kelly, President
(Date)
(Date)
(Address)
Approved as to Form:
(City, State, Zip Code)
(SEAL)
Barbara L. Holtz, Esq., County Attorney
(Secretary)
(Date)
(Witness)
(Date)
NOTES: IF CONTRACTOR IS A CORPORATION, THE CORPORATE SECRETARY MUST ALSO SIGN, AND THE
CORPORATE SEAL MUST BE IMPRESSED. IF THE CORPORATION DOES NOT POSSESS A SEAL,
SIGNATORIES MUST “CIRCLE” THE WORD (SEAL) AND INITIAL.
BUSINESS ENTITIES OTHER THAN CORPORATIONS MUST SIGN, “CIRCLE” THE WORD (SEAL), AND
INITIAL. SIGNATURES MUST BE WITNESSED AND DATED.
Biosolids Management RFP# 15-02
I-32
ADDENDUM CERTIFICATION
RFP Number: 15-02
Project Name: BIOSOLIDS MANAGEMENT
The undersigned acknowledges that he/she received the following Addenda to the solicitation for the
above-identified RFP, and that this proposal was prepared in accordance with said Addenda.
Addendum Number: Date of Addendum:
Offeror
Address
Signature Date
Biosolids Management RFP# 15-02
I-33
INTENDED NON-MBE SUB-CONTRACTORS
RFP Number: 15-02
Proposal Name: BIOSOLIDS MANAGEMENT
Note: Any MBE sub-contractors intended for this project shall be identified on the Proposed MBE
Contractors form.
Sub-contractor (Name and Address)
Work to be performed
Offeror:
Address:
Signature: Date:
All Offerors are required to complete this form and submit it with their proposal. Please note
N/A if Not Applicable.
Biosolids Management RFP# 15-02
I-34
CHARLES COUNTY MBE UTILIZATION AFFIDAVIT
RFP NO. 15-02
Name of Offeror:
Please respond to the following questions: Check One
Yes N o
1. Certified Minority Business Enterprise?
a. Certified by: State of Maryland?
b. Federal 8-A Registration?
c. Charles County Local Government?
d. Other (please list)
Principle Owner’s Minority Class (please check):
African American Asian American Hispanic American
Native American Women Other (please list)
2. If the response to Question 1 is no, have Minority Business Enterprises provided services, or supplied
any items associated with your response to this Request for Proposal or Invitation to Bid?
NOTE: If the response to Question 2 is yes, please include a list on the next page of all MBE subcontractors,
names and addresses, the nature of the services or supplies being furnished, percentage of the overall contract
amount and complete the remainder of this form. If the response to Question 2 is no, please provide signature
and title at bottom of form.
Total Bid/Proposal $
Total Minority Business Enterprise Bid/Proposal $
Percent of Total Minority Business Enterprise Contract %
Signature Title
All Offerors are required to complete this form and submit it with their proposal. Please note
N/A if Not Applicable.
Biosolids Management RFP# 15-02
I-35
PROPOSED MBE SUB CONTRACTORS
(if applicable)
COMPANY NAME & ADDRESS: __________________________________________________
(Include City, State, Zip Code
and County) __________________________________________________
__________________________________________________
PRODUCT/SERVICES __________________________________________________
________________________________________________________________________________
* MINORITY CLASS ___________________ PERCENT OF PARTICIPATION _______
═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═
COMPANY NAME & ADDRESS: __________________________________________________
(Include City, State, Zip Code
and County) __________________________________________________
__________________________________________________
PRODUCT/SERVICES
________________________________________________________________________________
* MINORITY CLASS ___________________ PERCENT OF PARTICIPATION _______
═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═
COMPANY NAME & ADDRESS: __________________________________________________
(Include City, State, Zip Code
and County) __________________________________________________
__________________________________________________
PRODUCT/SERVICES __________________________________________________
________________________________________________________________________________
* MINORITY CLASS ___________________ PERCENT OF PARTICIPATION _______
═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ ═ If additional space is needed, please submit information on a separate sheet and attach hereto
See Part I, Section 5.1 for list of Minority Classes
Biosolids Management RFP# 15-02
I-36
Charles County Government
SMALL LOCAL BUSINESS ENTERPRISE (SLBE) UTILIZATION AFFIDAVIT
Bidders/Offerors seeking SLBE preference are required to complete this form and submit it with their
bid/proposal.
Solicitation Information
Solicitation Name: BIOSOLIDS MANAGEMENT Solicitation #:15-02
Part 1. Prime Bidder/Offeror SLBE Status
Name of Bidder/Offeror: ___________________________________________________________
Respond to the following questions:
Check One
Yes No
1. Is the Prime Contractor a Registered SLBE?
If Yes, identify the Bidder/Offeror’s SLBE Registration #:
2. If the response to Question 1 is No, is the Bidder/Offeror claiming
SLBE preference based upon the use of registered SLBE(s) to
provide services or items associated with the Bidder’s/Offeror’s
Bid/Proposal?
Yes No
NOTE: If the response to Question 2 is Yes, complete Part 2 below and the “SLBE Subcontractors
Participation Schedule” form in Part 4.
Part 2. SLBE Subcontractor Participation
Provide the total value of SLBE work to be provided and complete the “SLBE Subcontractors
Participation Schedule” form in Part 4 identifying the individual SLBE(s) and the amount of their
intended involvement.
Total Bid/Proposal Price: $
Total SLBE Work – Bid/Proposal Value: $
Percentage of Total Work (Dollar Value) of SLBE(s): %
Part 3. Certification of SLBE Preferences
By signing below, the BIDDER/OFFEROR certifies that it has complied with SLBE program
requirements and during the course of the project will maintain all terms and conditions set forth in the
SLBE forms, including the SLBE participation schedule and Letters of SLBE Intent. Additionally, the
BIDDER/OFFEROR will notify the Chief of Purchasing within 72 hours via written notice if a
subcontractor on the SLBE participation schedule is unable to perform work set forth in the schedule;
and within 7 consecutive days of making the determination, make a written request to amend the
SLBE participation schedule. The COUNTY shall be granted access to inspect any relevant matter
related to SLBE Program compliance, including records and the jobsite and to interview
subcontractors and workers. The BIDDER/OFFEROR is aware that noncompliance, as determined by
the COUNTY, may result in the BIDDER/OFFEROR to take corrective actions and/or result in
sanctions as set forth in the contract.
__________________________________
Signature
_________________________
Title
__________________
Date
Biosolids Management RFP# 15-02
I-37
Part 4. SLBE Subcontractors Participation Schedule
Instructions: Identify each registered SLBE subcontractor below, including SLBE registration numbers, Federal Employer Identification
Numbers (FEINs), company names and addresses, the nature of the services or supplies being furnished, value of work to be performed by
the SLBE, and the percentage of the overall project amount and complete the “Official Letter of SLBE Intent” with each SLBE
subcontractor/joint-venture partner included in the schedule below.
SLBE
Registration #
FEIN or Social
Security #
Company Name
Address
Phone & Fax
Services to be Provided
Value of
SLBE Work
From Letter
of
Intent
SLBE % of
Contract
$ %
$ %
$ %
$ %
$ %
If additional space is needed, please submit information on a separate sheet and attach hereto. For each registered SLBE subcontractor identified, complete an “Official Letter of SLBE Intent” form provided below.
Biosolids Management RFP# 15-02
I-38
Charles County Government
OFFICIAL LETTER OF SLBE INTENT
A LETTER OF INTENT is required for each SLBE identified in Part 4 of the SMALL LOCAL
BUSINESS ENTERPRISE (SLBE) UTILIZATION AFFIDAVIT. The LETTER OF INTENT must be
signed by bother the Bidder/Offeror and Registered SLBE Firm.
Solicitation Information
Solicitation Name: BIOSOLIDS MANAGEMENT Solicitation #:15-02
Part 1. To be Completed by the Bidder/Offeror
Name of Bidder/Offeror: _____________________________________________________________
Address:__________________________________________________________________________
_________________________________________________________________________________
Contact Name/Title: ________________________________________________________________
Telephone: __________________________________ Fax: _________________________________
Email: ___________________________________________________________________________
Identify the services to be performed or items to be supplied by the SLBE, including Bid Item (if
applicable):
Value of Work to be Performed by the SLBE: $
Value of Work as a Percentage of Total Bid/Proposal Price %
Part 2. To be Completed by the SLBE
Name of SLBE: ____________________________________________________________________
SLBE Registration #:____________________________
Address:__________________________________________________________________________
_________________________________________________________________________________
Contact Name/Title: ________________________________________________________________
Telephone: _____________________________ Fax: ______________________________________
Email: ___________________________________________________________________________
Part 3. Certification of SLBE Intent
The Bidder/Offeror certifies its intent to utilize the SLBE identified above for the effort identified in
this bid/proposal, and that the work described above is accurate. Bidder/Offeror will provide the
County with a copy of the related subcontract agreement and/or purchase order prior to
commencement of the SLBE’s work. The SLBE firm certifies that it has agreed to provide such work
identified and/or supplies for the amount stated above.
Bidder/Offeror: ___________________________________________
Signature Title ____________________
Date
SLBE Firm Rep: ___________________________________________
Signature Title ____________________
Date
Biosolids Management RFP# 15-02
I-39
NON-COLLUSION AFFIDAVITS
I do solemnly declare and affirm, under the penalties of perjury, the following:
1. That neither I, nor the best of my knowledge, information and belief, the Offeror, nor any officer,
director, partner, member, associate or employee of the Offeror, nor any person in his behalf, has in any
way agreed, connived or colluded with any one for and on behalf of the Offeror, to obtain information
that would give the Offeror an unfair advantage over others, nor gain any favoritism in the award of this
contract, nor in any way to produce a deceptive show of competition in the matter of bidding or award of
this contract.
2. That neither I, nor the best of my knowledge, information and belief, the Offeror, nor any officer,
director, partner, member, associate of the Offeror, nor any of its employees directly involved in
obtaining contracts with the State of Maryland or any County or any subdivision of the State has been
convicted of bribery, attempted bribery or conspiracy to bribe under the laws of any State or Federal
Government of acts or omissions committed after July 1, 1977, except as noted below: All pursuant to
Article 78A, Section 16D of the Annotated Code of Maryland.
Signature
Name and Title of Signer
Company
Date
Subscribed to and sworn to before me, a Notary Public of the State of County
or City of this year and date first written above.
Notary Public My Commission Expires
PART II - GENERAL PROVISIONS
Biosolids Management RFP# 15-02
II-1
GENERAL PROVISIONS 1.0
DEFINITIONS: 1.1
COMMISSIONERS The County Commissioners of Charles
County.
COUNTY The County Commissioners of Charles
County, Maryland.
CONTRACT The written agreement executed by the
County Commissioners of Charles County
and the successful proposer, covering the
performance of the work and the furnishing
of materials required in the construction of
the project. The contract shall include: A
conventional contract or award letter,
instructions to proposers, solicitation,
specifications and scope of work, special
provisions, general provisions, any other
addenda or written instructions pertaining to
the method and manner of performing the
work, and the Proposer’s proposal.
CONTRACTING OFFICER The Director of Public Works, and includes
a duly appointed successor or authorized
representative.
CONTRACTOR The person or persons, partnership, firm or
corporation who enters into a contract
awarded to him by the COUNTY.
DEPARTMENT The authorized division or agency of
Charles County government responsible for
the service or work for which the contract
will be written.
DAYS Calendar Days
EXTRA WORK A written order to the CONTRACTOR and
signed by the CONTRACTING OFFICER,
ordering a change in or an addition to the
work from that originally shown in the
specifications.
Biosolids Management RFP# 15-02
II-2
GENERAL PROVISIONS All requirements and provisions contained
in this document.
INSTRUCTIONS TO PROPOSERS Information explaining the procurement
process, significant dates, and bidding
requirements.
OWNER The entity holding title or having vested
interest in the property and rights associated
with the property.
SPECIAL PROVISIONS Statements modifying or changing the
requirements or provisions of the General
Specifications or adding new requirements
or provisions thereto.
SPECIFICATIONS/SCOPE OF WORK The written or printed agreements and
instructions pertaining to the performance of
the work to be performed, and/or the
quantity and quality of the work/materials to
be furnished under the contract.
CHANGES: 1.2
A. The CONTRACTING OFFICER may, at any time, without notice to the sureties,
by written order designated or indicated to be a change order, make any change in
the work within the general scope of the contract, including but not limited to
changes:
(1) In the specifications (including drawings and design);
(2) In the method or manner of performance of the work;
(3) In the COUNTY furnished facilities, equipment, materials, services, or
site; or
(4) Directing acceleration in the performance of the work.
Any other written order or an oral order (which terms as used in this paragraph
(B.) shall include direction, instruction, interpretation, or determination) from the
CONTRACTING OFFICER, which causes any such change, shall be treated as a
change order under this article, provided that the CONTRACTOR gives the
CONTRACTING OFFICER written notice stating the date, circumstances, and
source of the order and that the CONTRACTOR regards the order as a change
order.
Biosolids Management RFP# 15-02
II-3
B. Except as herein provided, no order, statement, or conduct of the
CONTRACTING OFFICER shall be treated as a change under this article or
entitle the CONTRACTOR to an equitable adjustment hereunder.
C. If any change under this article causes an increase or decrease in the
CONTRACTOR'S cost of, or the time required for, the performance of any part of
the work under this contract, whether or not changed by any order, an equitable
adjustment shall be made and the contract modified in writing accordingly;
provided, however, that except for claims based on defective specifications, no
claim for any change under paragraph (B.) above shall be allowed for any costs
incurred more than twenty (20) days before the CONTRACTOR gives written
notice as therein required; and provided further, that in the case of defective
specifications for which the COUNTY is responsible, the equitable adjustment
shall include any increased cost reasonably incurred by the CONTRACTOR in
attempting to comply with such defective specifications.
D. If the CONTRACTOR intends to assert a claim for an equitable adjustment under
this article, he must, within thirty (30) days after receipt of a written change order
under paragraph (A.) above or the furnishing of a written notice under paragraph
(B.) above, submit to the CONTRACTING OFFICER a written statement setting
forth the general nature and monetary extent of such claim, unless this period is
extended by the COUNTY. The statement of claim hereunder may be included in
the notice under paragraph (B.) above.
F. No claim by the CONTRACTOR for an equitable adjustment hereunder shall be
allowed if asserted after final payment under this contract.
CHANGE ORDERS: 1.3
A. Additional Costs:
The cost of any change ordered in writing by the CONTRACTING OFFICER
which results in an increase in the contract price will be determined by one or the
other of the following methods, at the election of the CONTRACTING
OFFICER.
(1) On the basis of a stated lump sum price, or other consideration fixed and
agreed upon by negotiation between the CONTRACTING OFFICER and
the CONTRACTOR in advance, or if this procedure is impractical
because of the nature of the work or for any reason,
(2) On the basis of the actual necessary cost as determined by the
CONTRACTING OFFICER, plus a fixed fee to cover general supervisory
and office expense and profit. The fixed fee shall not exceed fifteen
percent (15%) of the actual necessary costs. The actual necessary cost
will include all reasonable expenditures for material, labor, and supplies
furnished by the CONTRACTOR and a reasonable allowance for the use
of his plant and equipment where required, but will in no case include any
allowance for general superintendent, office expense, or other general
Biosolids Management RFP# 15-02
II-4
expense not directly attributable to the extra work. In addition to the
foregoing, the following will be allowed: the actual payment by the
CONTRACTOR for workmen's compensation and public liability
insurance; performance and payment bonds (if any); and all
unemployment and other social security contributions (if any) made by the
CONTRACTOR pursuant to Federal or State statutes; when such
additional payments are necessitated by such extra work. An appropriate
extension of the working time, if such be necessary, also will be fixed and
agreed upon, and stated in the written order.
B. Reduced Costs:
The cost of any change ordered in writing by the CONTRACTING OFFICER
which results in a decrease in the contract price will be determined in a manner
conformable with paragraph A.2 under Additional Costs.
DIFFERING SITE CONDITIONS: (NOT APPLICABLE TO RFP 15-02) 1.4
A. The CONTRACTOR shall promptly, and before such conditions are disturbed,
notify the CONTRACTING OFFICER in writing of:
(1) Subsurface or latent physical conditions at the site differing materially
from those indicated in this contract, or
(2) Unknown physical conditions at the site, of an unusual nature, differing
materially from those ordinarily encountered and generally recognized as
inhering in work of the character provided for in this contract.
The CONTRACTING OFFICER shall promptly investigate the condition(s), and
if he finds that such conditions do materially differ and cause an increase or
decrease in the CONTRACTOR'S cost of, or the time required for, performance
of any part of the work under this contract, whether or not changed as a result of
such conditions, an equitable adjustment shall be made and the contract modified
in writing accordingly.
B. No claim of the CONTRACTOR under this article shall be allowed unless the
CONTRACTOR has given the notice required in paragraph (A.) above; provided,
however, the time prescribed therefore may be extended by the County.
C. No claim by the CONTRACTOR for an equitable adjustment hereunder shall be
allowed if asserted after final payment under this contract.
TERMINATION OF CONTRACT FOR CONVENIENCE: 1.5
A. The COUNTY may, by written notice to the CONTRACTOR, terminate this
contract in whole or in part at any time, either for the COUNTY'S convenience or
because of the failure of the CONTRACTOR to fulfill his obligations under this
contract.
Biosolids Management RFP# 15-02
II-5
Upon receipt of such notice, the CONTRACTOR shall:
(1) Immediately discontinue any part or all services as directed by the County’s
authorized representative, and
(2) Deliver to the COUNTY the originals of all data, drawings, specifications,
reports, estimates, summaries and such other information and materials as
may have been accumulated by the CONTRACTOR in performing under
this contract, whether completed or in process.
B. If the termination is for the convenience of the COUNTY, an equitable
adjustment in the contract price shall be made but no amount shall be allowed for
anticipated profit on unperformed services.
C. If the termination is due to the failure of the CONTRACTOR to fulfill his
obligations under this contract, the COUNTY may take over the work and
prosecute the same to completion by contract or otherwise. In such case, the
CONTRACTOR shall be liable to the COUNTY for any additional cost
occasioned to the COUNTY.
D. If, after notice of termination for failure to fulfill obligations, it is determined that
the CONTRACTOR had not so failed, the termination shall be deemed to have
been effected for the convenience of the COUNTY. In such event, adjustment in
the contract price shall be made as provided in Paragraph B of this clause.
E. The rights and remedies of the COUNTY provided in this clause are in addition to
any other rights and remedies provided by law or under this contract.
TERMINATIONS FOR DEFAULT - DAMAGES FOR DELAY - TIME 1.6
EXTENSIONS:
A. If the CONTRACTOR refuses or fails to prosecute the work, or any separable
part thereof, with such diligence as will insure its completion within the time
specified in this contract, or any extension thereof, or fails to complete said work
within such time, the COUNTY may, by written notice to the CONTRACTOR,
terminate his right to proceed with the work or such part of the work as to which
there has been delay. In such event, the COUNTY may take over the work and
prosecute the same to completion, by contract or otherwise, and may take
possession of and utilize in completing the work such materials, appliances, and
plant as may be on site of the work and necessary therefore. Whether or not the
CONTRACTOR'S right to proceed with the work is terminated, he and his
sureties shall be liable for any damage to the COUNTY resulting from this refusal
or failure to complete the work within the specified time.
Biosolids Management RFP# 15-02
II-6
B. If fixed and agreed liquidated damages are provided in the contract and if the
COUNTY so terminates the CONTRACTOR'S right to proceed, the resulting
damage will consist of such liquidated damages until such reasonable time as may
be required for final completion and acceptance of the work together with any
increased costs occasioned the COUNTY in completing the work.
C. If fixed and agreed liquidated damages are provided in the contract and if the
COUNTY does not so terminate the CONTRACTOR'S right to proceed, the
resulting damage will consist of such liquidated damages until the work is
completed and accepted.
D. The CONTRACTOR'S right to proceed shall not be so terminated nor the
CONTRACTOR charged with resulting damage if:
(1) The delay in the completion of the work arises from unforeseeable causes
beyond the control and without the fault or negligence of the
CONTRACTOR, including but not restricted to, acts of God, acts of the
COUNTY in its contractual capacity, acts of another Contractor in the
performance of a contract with the COUNTY, fires, floods, epidemics,
quarantine restrictions, strikes, freight embargoes, unusually severe
weather, or delays of subcontractors or supplies arising from
unforeseeable causes beyond the control and without the fault or
negligence of both the CONTRACTOR and such subcontractors or
suppliers; and
(2) The CONTRACTOR, within ten (10) days from the beginning of any such
delay (unless the CONTRACTING OFFICER grants a further period of
time before the date of final payment under the contract), notifies the
CONTRACTING OFFICER in writing of the causes of delay.
The CONTRACTING OFFICER shall ascertain the facts and the extent of
the delay and extend the time for completing the work when, in his
judgment, the findings of fact justify such an extension, and his findings of
fact shall be final and conclusive on the parties, subject only to appeal as
provided in the article of these General Provisions entitled Disputes.
E. If, after notice of termination of the CONTRACTOR'S right to proceed under the
provisions of this article, it is determined for any reason that the CONTRACTOR
was not in default under the provisions of this article, or that the delay was
excusable under the provisions of this article, the rights and obligations of the
parties shall, if the contract contains an article providing for termination for
convenience of the COUNTY, be the same as if the notice of termination had
been issued pursuant to such article. If, in the foregoing circumstances, this
contract does not contain an article providing for termination for convenience of
the COUNTY, the contract shall be equitably adjusted to compensate for such
termination and the contract modified accordingly; failure to agree to any such
Biosolids Management RFP# 15-02
II-7
adjustment shall be a dispute concerning a question of fact within the meaning of
the article of these General Provisions entitled Disputes.
F. In the event the construction of this project is interrupted, halted or discontinued
by the order of a Court of competent jurisdiction or the order of a supervening
appropriate government authority over which the COUNTY has no control, then
in that event, it is the intention of these specifications that the COUNTY'S
liability shall be limited only to the actual value of the work already performed
and materials already purchased, with no allowance permitted for loss of profits
that would have ultimately accrued to the CONTRACTOR had the
CONTRACTOR completed the contract.
G. The rights and remedies of the COUNTY provided in this article are in addition to
any other rights and remedies provided by law or under this contract.
H. As used in Paragraph (D.1.) of this article, the term subcontractors or suppliers
means subcontractors or suppliers at any tier.
PAYMENTS TO CONTRACTOR: (NOT APPLICABLE TO RFP 15-02) 1.7
A. The COUNTY will pay the contract price, less all costs for overtime
superintendence and inspection, as herein-after provided.
B. The COUNTY will make progress payments monthly as the work proceeds, or at
more frequent intervals as determined by the CONTRACTING OFFICER, on
estimates approved by the CONTRACTING OFFICER. Progress payments will
be due and payable thirty (30) calendar days after the COUNTY receives an
acceptable invoice. If requested by the CONTRACTING OFFICER, the
CONTRACTOR shall furnish a breakdown of the total contract price showing the
amount included therein for each principal category of the work, in such detail as
requested, to provide a basis for determining progress payments. In the
preparation of estimates, the CONTRACTING OFFICER, at his discretion, may
authorize material delivered on the site and preparatory work done to be taken
into consideration. Material delivered to the CONTRACTOR at locations other
than the site may also be taken into consideration (1) if such consideration is
specifically authorized by the contract and (2) if the CONTRACTOR furnishes
satisfactory evidence that he has acquired title to such material and that it will be
utilized on the work covered by this contract. Such payments shall be conditioned
upon submission by the CONTRACTOR of bills of sale or such other procedures
satisfactory to the COUNTY to establish the COUNTY'S title to such materials or
equipment or otherwise protect the COUNTY'S interest, including applicable
insurance and transportation to the site.
C. All material and work covered by progress payments made shall thereupon
become the sole property of the COUNTY but this provision shall not be
construed as relieving the CONTRACTOR from sole responsibility for all
material and work upon which payments have been made or the restoration of any
Biosolids Management RFP# 15-02
II-8
damaged work, or as waiving the right of the COUNTY to require the fulfillment
of all of the terms of the contract.
MATERIAL AND WORKMANSHIP: 1.8
All work under this contract shall be performed in a skillful and workmanlike manner. The
CONTRACTING OFFICER may, in writing require the CONTRACTOR to remove from the
work any employee the CONTRACTING OFFICER deems incompetent, careless, or otherwise
objectionable.
SUPERINTENDENCY BY CONTRACTOR: 1.9
The CONTRACTOR shall give his personal superintendence to the work or have a competent
foreman or superintendent, satisfactory to the CONTRACTING OFFICER, on the work at all
times during progress, with authority to act for him.
PERMITS AND RESPONSIBILITIES: 1.10
The CONTRACTOR shall, without additional expense to the COUNTY, be responsible for
obtaining any necessary licenses and permits, and for complying with any applicable Federal,
State, and Municipal laws, codes, and regulations in connection with the prosecution of the work.
He shall be similarly responsible for all damages to persons or property that occurs as a result of
his fault or negligence. He shall take proper safety and health precautions to protect the work,
the workers, the public, and the property of others. He shall also be responsible for all materials
delivered and work performed until completion and acceptance of the entire construction work,
except for any complete unit of construction thereof which theretofore may have been accepted.
CONDITIONS AFFECTING THE WORK: 1.11
The CONTRACTOR shall be responsible for having taken steps reasonably necessary to
ascertain the nature and location of the work, and the general and local conditions which can
affect the work or the cost thereof. Any failure by the CONTRACTOR to do so will not relieve
him from responsibility for successfully performing the work without additional expense to the
COUNTY. The COUNTY assumes no responsibility for any understanding or representations
concerning conditions made by any of its officers or agents prior to the execution of this
contract, unless such understanding or representations by the COUNTY are expressly stated in
the contract.
OTHER CONTRACTS: 1.12
The COUNTY may undertake or award other contracts for additional work excluded from this
contract, and the CONTRACTOR shall fully cooperate with such other Contractors and
COUNTY employees and carefully fit his own work to such additional work as may be directed
by the CONTRACTING OFFICER. The COUNTY'S separate contractors will coordinate their
work with the CONTRACTOR. The CONTRACTOR shall not commit or permit any act which
will interfere with the performance of work by any other CONTRACTOR or by employees.
PATENT INDEMNITY: 1.13
Except as otherwise provided, the CONTRACTOR agrees to indemnify the COUNTY and its
officers, agents, and employees against liability, including costs and expenses, for infringement
upon any Letters, Patents of the United States arising out of the performance of this contract or
Biosolids Management RFP# 15-02
II-9
out of the use or disposal by or for the account of the COUNTY of supplies furnished or
construction work performed hereunder.
COVENANT AGAINST CONTINGENT FEES: 1.14
The CONTRACTOR warrants that no person or selling agency has been employed or retained to
solicit or secure this contract upon an agreement or understanding for a commission, percentage,
brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial
or selling agencies maintained by the CONTRACTOR for the purpose of securing business. For
breach or violation of this warranty the COUNTY shall have the right to annul this contract
without liability or in its discretion to deduct from the contract price or consideration, or
otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee.
EQUAL OPPORTUNITY: 1.15
During the performance of this contract, the CONTRACTOR agrees as follows:
A. The CONTRACTOR will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, or national origin. The
CONTRACTOR will take affirmative action to ensure that applicants are
employed, and that employees are treated during employment, without regard to
their race, color, religion, sex, or national origin. Such action shall include, but
not be limited to, the following: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates or pay or other
forms of compensation; and selection for training, including apprenticeship.
B. The CONTRACTOR will, in all solicitations or advertisements for employees
placed by or on behalf of the CONTRACTOR, state that all qualified applicants
will receive consideration for employment without regard to race, color, religion,
sex, or national origin.
C. The CONTRACTOR will send to each labor union or representative of workers
with which he has a collective bargaining agreement or other contract or
understanding, a notice, to be provided by the CONTRACTING OFFICER
advising the labor union or worker's representative of the CONTRACTOR'S
commitments under this Equal Opportunity article, and shall post copies of the
notice in conspicuous places available to employees and applicants for
employment.
D. In the event of the CONTRACTOR'S noncompliance with the Equal Opportunity
article of this contract or with any of the said rules, regulations, or orders, this
contract may be cancelled, terminated, or suspended, in whole or in part.
SUSPENSION OF WORK: (NOT APPLICABLE TO RFP 15-02) 1.16
A. The CONTRACTING OFFICER may order the CONTRACTOR in writing to
suspend, delay, or interrupt all or any part of the work for such period of time as
he may determine to be appropriate for the convenience of the public.
Biosolids Management RFP# 15-02
II-10
B. If the performance of all or any part of the work is, for an unreasonable period of
time, suspended, delayed, or interrupted by an act of the CONTRACTING
OFFICER in the administration of this contract, or by his failure to act within the
time specified in this contract (or, if no time is specified, within a reasonable
time), an adjustment shall be made for any increase in the cost of performance of
this contract (excluding profit) necessarily caused by such unreasonable
suspension, delay, or interruption and the contract modified in writing
accordingly. However, no adjustment shall be made under this article for any
suspension, delay, or interruption to the extent (1) that performance would have
been so suspended, delayed, or interrupted by any other cause, including the fault
or negligence of the CONTRACTOR or (2) for which an equitable adjustment is
provided for or excluded under any other provision of this contract.
C. No claim under this article shall be allowed (1) for any costs incurred more than
twenty (20) days before the CONTRACTOR shall have notified the
CONTRACTING OFFICER in writing of the act or failure to act involved (but
this requirement shall not apply as to a claim resulting from a suspension order),
and (2) unless the claim, in an amount stated, is asserted in writing as soon as
practicable after the termination of such suspension, delay, or interruption, but not
later than the date of final payment under the contract.
SUBCONTRACTORS: 1.17
Subsequent to the award, the CONTRACTOR shall, submit for approval a complete list of
subcontractors who will be engaged by him in the execution of the work. After the list of
subcontractors has been approved, no changes shall be made in it without the permission and
approval of the CONTRACTING OFFICER. The CONTRACTING OFFICER will, however,
permit the CONTRACTOR to take the work out of the hands of any or all of the subcontractors
and complete it himself if for any reason it becomes necessary or desirable for him to do so.
That portion of the specifications beginning with the CONSTRUCTION SPECIFICATIONS, if
included in these documents, is arranged for editorial convenience only, the divisions thereof are
not to be construed in the whole as the complete representation of the work, nor individually as
authorization or approval by the COUNTY to subdivide the CONTRACTOR'S responsibilities
into subcontracts related to such division. Nothing contained in the contract documents shall
create any contractual relationship between any subcontractor and the COUNTY.
FAIR TREATMENT OF SUBCONTRACTORS AND VENDORS: 1.18
The CONTRACTOR must make payment to any sub-contractor or vendor within 15 business
days of receiving payment from the County for a Contractor invoice submitted to the County that
billed for services or commodities provided by that sub-contractor or vendor.
Contractors may not impose retainage rates upon sub-contractors that are higher than those
imposed upon the Contractor by the County.
SPECIFICATIONS, STANDARDS, AND FORMS: 1.19
Specifications and also standards of associations, societies, and laboratories referred to in these
specifications shall become a part of this contract and shall be considered as though incorporated
herein. The latest edition or amendment of supplement thereto in effect on the latest bid
Biosolids Management RFP# 15-02
II-11
invitation shall apply. Standards of associations, societies, and laboratories referred to in the
specifications may be obtained directly from such organizations.
The COUNTY shall not be responsible for furnishing any drawing, specification, or published
material not specifically identified in the Special Provisions of these specifications.
WORKING HOURS PER DAY: (NOT APPLICABLE TO RFP 15-02) 1.20
The normal number of working hours per day on this contract will be limited to eight (8), unless
otherwise authorized by the CONTRACTING OFFICER.
SATURDAYS, SUNDAYS, HOLIDAYS, AND NIGHT WORK: (NOT 1.21
APPLICABLE TO RFP 15-02)
The CONTRACTOR will not be permitted to do any work which requires the services of the
COUNTY'S inspection supervisory forces on Saturdays, Sundays, or holidays unless otherwise
authorized by the CONTRACTING OFFICER in writing. However, the CONTRACTOR, with
verbal permission of the CONTRACTING OFFICER, may be permitted to perform on Saturdays
and holidays, clean-up and such other items for which no specific payment are involved. In
cases of bona fide emergencies, sound judgment shall be exercised.
CONTRACTOR RESPONSIBLE FOR OVERTIME COST: (NOT APPLICABLE 1.22
TO RFP 15-02)
In cases where the CONTRACTOR desires to work in excess of the normal number of working
hours per day and/or on designated COUNTY holidays, Saturdays, or Sundays, the
CONTRACTOR shall submit such requests in writing to the CONTRACTING OFFICER at least
three (3) days in advance of the requested extended working hour period. The CONTRACTOR
shall include with the request the specific tasks or operations to be performed during the
proposed period of extended working hours. The CONTRACTOR shall be responsible for all
costs incurred by the COUNTY in providing superintendence and inspection services to
accommodate the CONTRACTOR in working extended hours including premium time, quality
control testing, per diem, and miscellaneous expenses. The COUNTY shall, with
documentation, deduct the said monies for superintendence and inspection of the
CONTRACTOR's work outside the normal working hours from payments due the
CONTRACTOR. Said requested deductions shall not constitute a change or change order to the
contract. The CONTRACTOR expressly agrees to the deductions from payments due in
accordance with the following fee schedule for those services as deemed necessary by the
COUNTY:
COUNTY Staff ................... Actual Cost of Staff
Miscellaneous........................Actual Cost of Staff
Other ...................................Actual Cost of Staff
EMERGENCY WORK: 1.23
In case of an emergency, when work requiring supervision by the COUNTY or the
CONTRACTOR is to be performed on Saturdays, Sundays, holidays or for longer than eight (8)
hours per day, the CONTRACTOR shall request permission of the CONTRACTING OFFICER
to do so. If, in the opinion of the CONTRACTING OFFICER, the emergency is bona fide, he
Biosolids Management RFP# 15-02
II-12
will grant permission to the CONTRACTOR to work such hours as may be necessary. Also if,
in the opinion of the CONTRACTING OFFICER, a bona fide emergency exists, he may direct
the CONTRACTOR to work such hours as may be necessary whether the CONTRACTOR
requests permission to do so or not.
OPERATING AND RESTORATION: (PARAGRAPHS 2 & 3 ARE NOT 1.24
APPLICABLE TO RFP 15-02)
1. The CONTRACTOR shall so conduct his operation as not to interfere with or endanger
the ordinary use of existing structures, roads, utilities, and other facilities. The
CONTRACTOR shall provide and maintain all temporary roadways which may be
authorized and all control and safety devices necessary to maintain traffic, safety and the
optimum normal use thereof. Equipment, operations, and materials shall be confined to
the limits defined by the CONTRACTING OFFICER.
2. The site of the work and facilities required to be constructed under the contract shall be
maintained in a clean, orderly, and safe condition. Rubbish, surplus materials, and excess
equipment shall not be permitted to accumulate during the progress of the work.
3. After each facility is completed and after all the work under the contract has been
completed, the structure, facility, temporary facilities, barricades, toilets, and all the
premises shall be left clean and in a condition satisfactory to the CONTRACTING
OFFICER.
4. The CONTRACTOR shall restore at his expense any damage to any property, including
damage to trees, shrubs, ground cover, and other vegetation, and the CONTRACTOR
shall save and hold the COUNTY free from all claims for damages or injury to all
persons or property caused or alleged to have been caused by the CONTRACTOR, his
agents, employees, workmen, and subcontractors in the execution of this contract.
WORK STOPPAGE BY THE COUNTY: (NOT APPLICABLE TO RFP 15-02) 1.25
The CONTRACTING OFFICER, by issuance of a stop work order, may direct the
CONTRACTOR to suspend any work that may be subject to damage because of weather
conditions.
SAFETY AND HEALTH: 1.26
The CONTRACTOR shall conduct his operations, including those involving machinery and self-
propelled vehicles and equipment in order to protect the lives and health of employees and other
persons; prevent damage to property, materials, supplies, and equipment; and to avoid work
interruptions; and the CONTRACTOR shall, in the performance of this contract, comply with
the applicable provisions of Federal, State and Municipal safety, health and sanitation laws and
codes, and shall otherwise furnish and employ such additional safeguards, safety devices,
protective equipment and measures, and fire preventive and suppressive measures and equipment
as shall be necessary for the protection of property and for the life and health of personnel. The
CONTRACTOR shall, after receipt of notice of deficiencies, immediately correct the conditions
to which attention has been directed. Such notice when served on the CONTRACTOR or his
representative at the site of work shall be deemed sufficient.
Biosolids Management RFP# 15-02
II-13
If the CONTRACTOR fails or refuses to comply promptly with requirements, the
CONTRACTING OFFICER may issue an order to suspend all or any part of the work. When
satisfactory corrective action is taken, an order to resume work will be issued. No part of the
time lost due to any such suspension order shall entitle the CONTRACTOR to any extension of
time for the performance of the contract or to excess costs or damages.
The CONTRACTOR shall maintain an accurate record of and shall report to the
CONTRACTING OFFICER in the manner and on the form prescribed by the CONTRACTING
OFFICER, all cases of death, occupational disease or traumatic injury requiring medical
attention or causing loss of time from work, or loss of or damage to property of the
CONTRACTOR, the public, or the COUNTY arising out of or in the course of fires or
employment incident to performance of work under this contract.
INSURANCE: 1.27
A. Workman’s Compensation:
Prior to executing the CONTRACT, the CONTRACTOR shall furnish
compensation insurance for employees engaged in this work, shall comply with
the Workmen's Compensation Laws of the State of Maryland and shall give proof
of such insurance satisfactory to the CONTRACTING OFFICER.
B. Liability:
Insurance provided shall be in accordance with the requirements specified in
PART I, SECTION 6.4.
ADVERTISING: 1.28
No signs or advertisements shall be displayed on the work site except with the prior approval of
the CONTRACTING OFFICER.
FEDERAL, STATE, AND LOCAL TAXES: 1.29
Except as may be otherwise provided in this contract, the contract price includes all applicable
Federal, State, and Local taxes, and duties.
INSPECTION AND ACCEPTANCE OF WORK: 1.30
All work on improvements shall be subject to inspection by the CONTRACTING OFFICER
during and upon completion of construction and to approval and acceptance by such
representative on behalf of the COUNTY, if said work is found to be in accordance with the
CONTRACT.
When all work comprised in this contract has been completed, including cleanup and restoration,
the CONTRACTOR shall so notify the CONTRACTING OFFICER in writing; the
CONTRACTING OFFICER will then make a final inspection. When defects, errors, and
omissions disclosed by the final inspection have been corrected, acceptance will be given in
writing, but until such acceptance, the CONTRACTOR shall be responsible for the work covered
by this contract.
Biosolids Management RFP# 15-02
II-14
ERRORS AND OMISSIONS: 1.31
The CONTRACTOR shall, immediately upon his discovery of any statement or detail which is
discrepant or which otherwise appears to be in error, bring the same to the attention of the
CONTRACTING OFFICER for decision or correction. Full instructions will always be given if
such error or omission is discovered.
INTENT OF SPECIFICATIONS: (NOT APPLICABLE TO RFP 15-02) 1.32
It is the spirit and intent of these documents, specifications, and of any drawings forming part of
them, to provide that the work and all parts thereof shall be fully completed and suitable in every
way for the purpose for which designed, and that all parts of the work shall be of a quality be of a
quality comparable and consistent with the general quality of the facility being constructed. The
CONTRACTOR shall supply all materials and do all work which reasonably may be implied as
being incidental to the work of this contract.
DISPUTES: 1.33
A. Except as otherwise provided in this contract, any dispute concerning a question
of fact arising under this contract which is not disposed of by agreement shall be
decided by the CONTRACTING OFFICER who shall reduce his decision to
writing and mail or otherwise furnish a copy thereof to the CONTRACTOR.
The decision of the CONTRACTING OFFICER shall be final and conclusive
unless, within thirty (30) days from the date of receipt of such copy, the
CONTRACTOR mails or otherwise furnishes to the CONTRACTING OFFICER
a written appeal addressed to the COUNTY. The decision of the COUNTY for
determination of such appeals shall be final and conclusive. In connection with
any appeal proceeding under this article, the CONTRACTOR shall be afforded an
opportunity to be heard and to offer evidence in support of his appeal. Pending
final decision of a dispute hereunder, the CONTRACTOR shall proceed diligently
with the performance of the contract and in accordance with the CONTRACTING
OFFICER'S decision.
B. This DISPUTES article does not preclude consideration of questions of law in
connection with decisions provided for in Paragraph A above. Nothing in this
contract, however, shall be construed as making final the decision of any
administrative, official, representative, or board on a question of law.
COMPLIANCE WITH FEDERAL EMPLOYMENT REGULATIONS: 1.34
A. Federal law requires that employers must verify that an individual whom they
plan to employ or continue to employ in the United States is authorized to accept
employment in the United States.
B. By submitting a bid/proposal in response to this solicitation, the
Proposer/Contractor certifies that no person will be employed on this project in
any manner, including sub-contractors and suppliers, that is not eligible to work in
the United States, or whose employment is in violation of State or federal law.
The Contractor has sole responsible for compliance with this requirement.
Biosolids Management RFP# 15-02
II-15
C. Violation of this requirement may result in termination of the Contract, a penalty
of $1,000 per day or occurrence, whichever is higher, and/or reporting of the
violation to the appropriate authorities.
* * * * * END OF GENERAL PROVISIONS * * * * *
Biosolids Management RFP# 15-02
PART III - SPECIAL PROVISIONS
Biosolids Management RFP# 15-02
III-1
GENERAL 1.0
DESCRIPTION OF SERVICES REQUIRED 1.1
The County is soliciting the services of qualified firms for furnishing all services required to
process, handle, stabilize, transport, store and ultimately dispose of wastewater biosolids
produced from the Mattawoman WRF in Charles County and provide maintenance of the
equipment associated with the biosolids processing.
It shall be the responsibility of each Offeror to evaluate all existing conditions at the
Mattawoman WRF during the scheduled site visits. Site inspections shall be in accordance with
the requirements herein.
Any reference to operational periods of the biosolids processing facility are for general
information only and it shall be the responsibility of each Offeror to assess the operational
capabilities of the existing equipment. Each Offeror shall also be aware that extended operation
may be required periodically to remove accumulated biosolids from the Mattawoman WRF.
Dewatered, stabilized biosolids shall be directly loaded into transport trailers, meeting all state
and federal requirements as transport vehicles for biosolids. The Successful Offeror shall be
responsible for providing sufficient trailers and all required maintenance or replacement related
to these transport vehicles.
A truck weigh scale is utilized at the Mattawoman WRF to capture both in and out transport
trailer weights; this is also used by the biosolids processing operator to determine trailer loading
weights.
The Successful Offeror will be responsible in completing all the required regulatory State and
Federal documents associated with the dewatering process and biosolids disposal for the
Mattawoman WRF, unless the regulations and requirements state otherwise. Copies of the forms
and documents must be provided to the Mattawoman WRF Superintendent in a timely manner.
The provisions in the RFP shall supersede the Charles County General Provisions if found to be
in conflict. Failure of this RFP to amend verbiage in the General Provisions from general usage
for the scope of this Contract shall not exempt the Successful Offeror from any liability, which
results from applying the General Provisions to the Biosolids Management Program.
DEFINITIONS 1.2
Biosolids: The solid material and scum produced and/or treated in a water reclamation facility.
Contract Year: One year of contract time, beginning on July 1, 2015. Each successive contract
year shall begin on that anniversary date.
Chief: Charles County Chief of Operations and Maintenance
BFP: Belt Filter Press
DPW: Charles County Department of Public Works, located in the state of Maryland.
Biosolids Management RFP# 15-02
III-2
Handling: All processes in which biosolids are handled under this Contract.
Management: The conducting and supervising of the complete Contract with a degree of skill,
and/or without interruption to the continuous processing, handling, stabilization, transportation,
storage, and ultimate disposal of biosolids.
Processing of biosolids: Dewatering of liquid biosolids to a biosolid cake, with a dry, solid
density, suitable for lime stabilization and transport.
Regulatory Agency: Shall apply to any agency having authority to regulate the
handling/disposal of biosolids under the scope of this Contract.
Stabilization: The addition of lime to increase the pH of the biosolids to twelve (12) or greater
for two or more hours as stated in the Federal 503 Regulations on Processes to Significantly
Reduce Pathogens (PSRP). Stabilized biosolids must meet all the requirements of the Federal
503 Regulations for Class B sewage biosolids.
Storage: The storage of biosolids during those periods of time that the biosolids cannot be
ultimately disposed of.
Transportation: The hauling of biosolids in watertight vehicles.
Ultimate disposal: The final handling of biosolids under a Regulatory Agency Permit.
WRF – Mattawoman Water Reclamation Facility
SCOPE OF SERVICES 2.0
The Contractor shall furnish all services as required to process, stabilize, transport, store and
ultimately dispose of wastewater biosolids produced and provide all maintenance associated with
the work at:
Mattawoman WRF
5310 Hawthorne Road,
La Plata, MD 20646
The management of biosolids from Mattawoman WRF and the dewatering, stabilizing,
transporting, storage and ultimate disposal of said biosolids shall be within the requirements of
all applicable Federal, State, and local laws.
The Successful Offeror shall comply with all conditions, provisions, and specifications contained
herein and which are hereby made a part of the Contract. The submission of a Proposal shall be
considered prima facie evidence that the Offeror has familiarized himself with and understands
the conditions under which the Contract will be awarded.
BIOSOLIDS PROCESSING SYSTEM 2.1
In the Technical Proposal, offerors shall present and describe the plans to continue the
Biosolids Management RFP# 15-02
III-3
dewatering and lime stabilization operations, using the current equipment or describe in detail
the changes that are proposed to successfully continue all the necessary dewatering and lime
stabilization operations per requirements of this contract. Offerors possess the option to propose
modification of the operating capabilities of the Mattawoman WRF dewatering and stabilization
system, at no additional cost to the County, in its proposal. Proposals shall conform to all
requirements of the solicitation. All proposed new equipment must be suitably housed within the
existing structure. Offerors shall only propose one biosolids processing system for
consideration by the County.
MODIFICATION PERFORMED AT THE SUCCESSFUL OFFEROR’S OPTION 2.2
The Successful Offeror may modify the operating capabilities of the Mattawoman WRF
dewatering and stabilization system, at no additional cost to the County, pending the written
approval of the Contracting Officer. All new equipment must be suitably housed within the
existing structure.
CONSTRUCTION TERMS AND CONDITIONS 2.3
In the event the County and the Successful Offeror determine that modification of the existing
facilities or new construction is required, the following conditions shall apply:
Costs will be negotiated between the County and the Successful Offeror prior to County
approval of the work.
The Successful Offeror may obtain a Contractor to perform the work with Contracting
Officer approval.
All construction work shall be performed in accordance with all local, state, and federal
ordinances, codes, guidelines, and regulations applicable.
The County shall maintain final approval authority over any and all requirements
(including specifications and drawings).
Any construction work occurring valued at over $500,000 shall be subject to Charles
County Code, Chapter 299 - Prevailing Wages.
SERVICES REQUIRED 2.4
Average historical yearly biosolids production for Mattawoman WRF is shown in Part III,
Section 2.9. The Successful Offeror shall remove biosolids from the Mattawoman WRF on a
scheduled basis and with such frequency that the accumulated biosolids do not interfere with the
operation of the water reclamation facility. The Successful Offeror shall dewater and stabilize
all biosolids as well as load, transport, store off-site, and ultimately dispose of all biosolids, on an
as needed basis so as not to interfere with the operation of the facility. Interference with the
operation of the water reclamation facility shall be determined by the WRF Superintendent and
shall generally be defined as:
• Deteriorated plant effluent or general plant performance resulting from excessive
solids in the system.
• Increased operating cost caused by excessive solids in the liquid and solids treatment
processes.
• Any condition that produces objectionable odors.
• Continued accumulation of solids in the liquid and solids treatment processes.
• Storage of solids for more than 24-hours during the days of normal operation.
Biosolids Management RFP# 15-02
III-4
Operation of the plant biosolids thickening devices, such as gravity thickeners, shall be the
responsibility of the Mattawoman WRF Superintendent. The Mattawoman WRF Superintendent,
or his/her designee, has an option to direct the Successful Offeror as to when and where to
withdraw biosolids and what quantity, otherwise the Successful Offeror can use his experience to
make that decision, provided it benefits WRF operations and follows proper dewatering
protocols. The Successful Offeror shall operate and maintain the biosolids dewatering equipment
at a level, which prevents biosolids storage in the thickeners and to keep biosolids at normal
levels at County aerobic holding tanks, or as otherwise directed by the Mattawoman WRF
Superintendent, to prevent biosolids storage which might escalate overflow and/or recycle solids.
The Successful Offeror is required to withdraw and process the biosolids from the sludge holding
tanks regardless of the operational status of the dewatering equipment or the availability of
transport vehicles.
SITE ACCESS 2.5
The Successful Offeror’s accessibility to the WRF for the purpose of transporting/processing
biosolids shall be at the discretion of the Successful Offeror, unless otherwise directed by
Mattawoman WRF Superintendent. The Successful Offeror shall be required to coordinate
proximity card adjustments to match requested work hours with the Department of Public Works
– Utilities Division prior to start of work.
EXISTING FACILITIES 2.6
The biosolids dewatering and stabilization systems at the Mattawoman WRF shall be operated
and maintained by the Successful Offeror. The biosolids dewatering and lime stabilization
system are presently operated approximately five (5) days a week for a period of approximately
forty-five (45) to sixty (60) hours per week with two operators, one to run the lime stabilization
and loading section, another to operate the belt filter presses. The Successful Offeror shall be
solely responsible for all biosolids dewatering, lime stabilization and disposal of biosolids from
Mattawoman WRF.
The facility operates two separate sections that require dewatering, both are aerobic digesters but
function as aerated sludge holding tanks due to short retention times. Digesters #1 & #5
(Skimming’s) pumping system contains a Vogelsang Rota-Cut Grinder with controls and a single
Moyno progressive cavity pump and VFD. This equipment is operated by local control only at
the site; building #22A, the equipment is located downstairs. Digesters #6 through #11
(containing gravity thickened sludge) pumping system contains a Vogelsang Rota-cut Grinder
with controls and two (2) Vogelsang Multi-LOB pumps with VFDs. This equipment is located
at Building #23 and requires energizing and de-energizing at the site. The pump speed controls
are located at the Belt Filter Press building in the operator’s booth. The dewatering building #2
contains, but is not limited to, the following major equipment: three (3) 2-meter Belt Filter
Presses with separate control cabinets, booster pumps and hydraulic units, one (1) sludge cake
conveyor belt, a dry mix polymer storage, mixing, and feed system with three dedicated polymer
feed streams, one for each press. Attached to this building is the lime stabilization storage silo
and feed/mixing system with trailer loading areas for biosolids.
2.6.1 Plant Biosolids Characteristics
Digesters #1 & #5 (old digesters) receive the skimming’s scum and grease from the clarifiers.
The digester #6 through #11 (new digesters) receive a gravity thickened mix of approximately
Biosolids Management RFP# 15-02
III-5
2% to 3% solids containing primary sludge, waste activated sludge, septage receiving sludge
and waste chemical sludge. The waste chemical sludge contains ferric chloride. Analytical
data for the processed biosolids are provided in Appendix 1.
2.6.2 Site Inspection
All prospective offerors are responsible for inspecting the existing site at Mattawoman to
ascertain for themselves the operational condition of equipment and support appurtenances.
Prospective Offerors can visit the Mattawoman WRF during the approved site visit schedule.
The County takes no responsibility for the accuracy or validity of any information provided
verbally by the existing Contractor or by County personnel during this site inspection.
FACILITY EQUIPMENT MAINTENANCE 2.7
The Successful Offeror will be responsible for maintenance of the equipment including, but not
limited to the major equipment listed below, within the dewatering process. Equipment
maintenance responsibility of the Successful Offeror begins at the Vogelsang Rota-cut grinders
at both the new and old digesters and extends through the lime stabilization process.
• Belt Filter Presses.
• Belt Filter Press Control Panel and all the associated electrical equipment.
• Sludge cake conveyer.
• All the equipment associated with Lime Stabilization system.
• All the equipment associated with Polymer Feed system.
• Water Booster pumps.
• Hydraulic unit for BFPs.
• Moyno Progressive cavity pumps that push/send biosolids (skimmings) to Belt Filter
Presses, including VFD.
• Vogelsang Grinders and controls associated with the Dewatering system.
• Volgelsang rotary lobe pumps, and associated VFDs.
• Flow meters associated with Dewatering system.
• Valves.
• Piping.
OFFEROR’S RESPONSIBILITY 2.8
It shall be the responsibility of each offeror to assess the operational capability and
maintainability of the existing Dewatering Equipment and Lime Stabilization Equipment at the
Mattawoman WRF. The Successful Offeror shall be responsible for operating and maintaining
all the equipment in Part III, Section 2.7 – Facility Equipment Maintenance, starting on July 1,
2015, and the County takes no responsibility for the condition of the existing dewatering facility
at that time.
BASIC INFORMATION REGARDING THIS RFP 2.9
For the duration of the Contract, the Successful Offeror shall furnish all services as required to
process, stabilize, transport, store and ultimately dispose of wastewater biosolids produced and
provide all maintenance associated with the sludge handling and dewatering work at
Mattawoman WRF, including housekeeping for the Dewatering Building.
Currently, the County desires to produce Class B biosolids, this provision will remain the same
for the remainder of the Contract.
Biosolids Management RFP# 15-02
III-6
2.9.1 Existing Conditions
Second floor of the Dewatering Building contains three existing belt filter presses, control
panel, conveyer, water booster pumps and other related equipment.
The first floor contains the polymer system and polymer control panels.
Mattawoman WRF historical sludge production data:
_______________________________________________________________
Average Biosolids production 10.2 DT (Dry Tons)
(DT/day, 7 days/week)
________________________________________________________________
Maximum Month Biosolids Production 14 DT (estimate)
(DT/day, 7 days/week)
________________________________________________________________
Thickened Solids Concentration (%),
For incoming sludge to BFPs 2% to 3%
________________________________________________________________
Biosolids Characteristics Mix of primary clarifier sludge,
waste activated sludge,
waste-chemical sludge and
Clarifier’s scum/skimmings.
PAYMENT 2.10
2.10.1 General
The basis for payment under this Contract is for biosolids removed from the facility and
recorded as required under Part III of this solicitation. The Successful Offeror shall submit a
monthly invoice before the 15th of each month for the preceding month. The first page of each
invoice shall be a monthly summary page listing the water reclamation facility, total dry tons
of biosolids removed, tons of lime used in lime stabilization, subtotal cost per the reclamation
facility, and total cost per month.
A monthly invoice will include sheet listing the dates and dry tons removed daily for the
month. Attached to this summary shall be the copies of all weight tickets for the month. No
payment shall be allowed for biosolids without an authenticated weigh ticket.
Invoice forms shall be established by the Successful Offeror and approved by the County after
the award of the Contract and before the Notice to Proceed.
The Successful Offeror should use the chart below to anticipate future four years of Dry Tons
(DT) production at the Mattawoman WRF. Charles County DPW does not anticipate a
reduction or increase in Dry Tons produced for the next four year period; within 25 % above or
below.
Biosolids Management RFP# 15-02
III-7
Calendar Year Historical Biosolids Production
From Mattawoman WWTP
Table 2-1
Year Wet Tons Tons of Lime Dry Tons* % Solids
2009 17,851.49 500.35 3,642.64 23.21
2010 16,731 479.02 3,782.38 25.47
2011 16,313.09 668.17 3,776.12 27.24
2012 15,977.48 454.21 3,620.9 25.51
2013 17,198.58 548.74 3,861.63 25.64
*After lime is added.
The invoices of dry ton weights shall be used as the official weights removed from the
Mattawoman WRF for each contract year. The official weights shall not include lime or any
other chemical added by the Successful Offeror.
2.10.2 Calculations of Payments Based on Variations in Biosolids, Dry Solids Content
For the Mattawoman facility, all payments made by the County for this Contract shall be based
upon the weight of dry biosolids cake produced. Daily tests shall be used to determine the dry
solids content of the dewatered stabilized biosolids.
The weight of lime added for lime stabilization shall be extracted from the dry tons of biosolids
recorded each day. The product of wet tons of biosolids hauled and the percentage of biosolids
minus tons of lime added equal dry tons of biosolids cake. Monthly invoices shall be
calculated as follows:
Total dry tons invoiced = (Total authenticated wet tons hauled) * (% total solids of
biosolids cake) – (Total tons of lime for stabilization)
The Successful Offeror shall reimburse the County the fee (currently one (1) dollar per wet ton
hauled off the site) for the Maryland Department of Environment sewage biosolids generator
fee. Monthly invoices shall be calculated as follows.
Price of credit to County = (Total authenticated wet tons hauled)*(fee per wet ton)
For all the monthly billings, the calculation of lime added to biosolids shall be the month’s
actual lime deliveries. These calculated lime amounts are deducted from total biosolids
removed from each facility to determine invoice weights of biosolids.
2.10.3 Measurement of Biosolids and Lime
1. Vehicles used in transporting biosolids shall be weighed upon arrival at the facility and
immediately prior to leaving the facility, and the weights shall be recorded on Weekly
Operations Summary/Daily Report forms provided by the Successful Offeror. These
forms are to include the date, ticket number, truck number, trailer number, farm & field
numbers, wet tons, loads hauled, and daily cumulative wet tons.
2. The Successful Offeror shall supply all personnel required to measure all vehicle weights
Biosolids Management RFP# 15-02
III-8
of all biosolids removed from the water reclamation facility, or make provisions to do so
at no cost to the County.
3. Payment shall be made on the basis of dry tons of biosolids cake, as defined hereinafter.
The County reserves the right to establish procedures for determining the dry tons of
biosolids cake from the wet tonnage leaving the facility site.
4. All weigh tickets at Mattawoman WRF are generated on a computerized scale system.
Each weight ticket includes vehicle identification (truck/trailer number), authorized truck
operator’s name, date, and time of day (in/out), gross weight, tare weight, net weight,
origin and load type.
5. In the event that the scale is out of service, the Successful Offeror shall be required to
have all biosolids weighed at a commercial or County site scale having proper
certification. These weight tickets are to be provided to the County and are to include the
above parameters.
2.10.4 Electric Power
The biosolids dewatering and stabilization systems in building #2 and the new digesters
building #23 are provided with electrical sub-monitoring meters. The Successful Offeror shall
be responsible for paying for the utilization of power for these areas at the current electrical
utilities billing rate (sub-metering kilowatt hours (x) the current SMECO rate). Electrical costs
will be calculated by the County, and shall be subsequently deducted from the Successful
Offeror’s next monthly invoice.
2.10.5 Monitoring Fees
The Successful Offeror will initially be responsible for sewer/sludge monitoring fees, these are
to be included in the billing invoice for reimbursement from the County.
2.10.6 Non-Payment for Failure to Perform
All costs for work by the County because of the Successful Offeror’s failure to perform will be
deducted from current and future payments due to the Successful Offeror. The Successful
Offeror shall not be paid for work he fails to perform.
All costs for work by the County because of Successful Offeror spillage will be deducted from
current and future payments due the Successful Offeror.
The above remedies are considered nonexclusive remedies by the County and in no way
abrogate the County’s right to recover as against the Successful Offeror, his designees or
assigns by means otherwise provided by law.
2.10.7 Working Papers
The Successful Offeror shall submit copies of all working papers for determining his charges
on this Contract. The working papers shall be delivered after the Award of Contract and before
the Notice to Proceed. Following the County’s review, the working papers shall be sealed and
filed with the Contract files. The working papers, recorded from July 1, 2015, shall be the
basis from which the County shall determine Contract price increases/decreases in the event of
extraordinary circumstances, during the four extension years of the Contract.
Biosolids Management RFP# 15-02
III-9
Working papers shall include, but not limited to:
Changes in cost of polymer;
Changes in diesel fuel;
Discussion on pertinent State and Federal legislation that has impacted Land Application
and the sludge disposal industry; and
All other pertinent changes in costs.
2.10.8 Lime and Polymer
The Successful Offeror shall be responsible for all costs associated with procurement of lime
and polymer, and any other chemical used in the dewatering process and land application.
The Successful Offeror shall advise the County at least two (2) weeks in advance of any
intended change in type or manufacturer of lime of polymer. At that time, the Successful
Offeror shall provide all manufacturer literature necessary to insure that the use of the new
chemical is appropriate and will not adversely react with the existing County equipment. The
County maintains the right to deny the use of a particular chemical if it believes the use of that
chemical not to be in the best interests of the County. The Successful Offeror shall be
responsible for ordering all chemicals and storage of same within their designated areas.
2.10.9 Water and Sanitary Service
Water, both potable for sanitary facilities and non-potable, shall be provided to the Successful
Offeror by the County at no charge for reasonable use by employees and dewatering operation.
The Mattawoman facility is designated as a bottled water facility, the Successful Offeror will
be responsible for providing water intended for consumption by its’ employees. The Successful
Offeror shall be allowed the use of the plant sanitary facilities for their personnel.
MOBILIZATION SCHEDULE 2.11
The Successful Offeror shall submit a Mobilization Schedule for approval within fifteen (15)
days of the Award of Contract. The Notice to Proceed shall be withheld until the Mobilization
Schedule has been approved. The Mobilization Schedule shall consist of an update of the
detailed phased plan for implementation of all work.
CONTRACT INTERRUPTION 2.12
If the Successful Offeror fails for any reason whatsoever to provide the contracted services, or
fails to implement start-up in accordance with the updated Mobilization Schedule required under
Part III, Section 2.11, then the County has the right to acquire necessary services from within its
own resources; other contractors or any other reasonable sources to complete the scheduled
work. The County shall have sole discretion to determine if and when the Successful Offeror has
failure to provide contracted services either because of nonperformance or substandard
performance and shall charge the Successful Offeror all direct and indirect costs associated with
the dewatering, lime stabilization, removal, transportation, and disposal of all biosolids from the
designated County site to a biosolids disposal site because of the Successful Offeror’s
nonperformance or substandard performance. Said charges may also include any fines or
penalties imposed upon the County by regulatory agencies due to inability to comply with
requirements of plan operation as a result of Successful Offeror’s nonperformance.
The County shall in its sole discretion determine when the Successful Offeror has failed to
Biosolids Management RFP# 15-02
III-10
provide adequate services, but in any event shall take into consideration delays for such items as
snowstorms, fires, floods, or any other extraordinary or unusual circumstance which may delay
or disrupt removal of biosolids; provided however, that time is of the essence in the removal and
disposal of said biosolids and that the County may provide for removal through its own
resources, other sources immediately upon default by the Successful Offeror.
TESTING SCHEDULE 2.13
A schedule for biosolids testing and sampling is to be prepared by the Successful Offeror and
approved by the County after the award of the Contract and before the Notice to Proceed. The
following daily tests are to be performed on samples taken at the County’s facility are required as
part of this Contract, by the Successful Offeror:
Total solids % in feed biosolids ( out of the sludge holding tanks);
Total solids % in biosolids cake ( prior to lime stabilization);
Total solids % in lime stabilized biosolids, based on one (1) biosolids sample taken from
the biosolids being loaded into each truck;
Suspended solid in filtrate (mg/L);
Average daily pH of biosolids two (2) hours after lime stabilization;
All other tests required by State and Federal regulations.
All tests except pH shall be performed on composite samples collected by the Successful
Offeror. All costs associated with sampling and testing shall be borne by the Successful Offeror.
The County reserves the right to split the biosolids samples for the purpose of a separate test at
the County’s expense to verify the Successful Offeror’s test results, at any time during the
duration of the Contract.
DISPOSAL SITES 2.14
The County or its authorized representative shall be permitted access to the disposal site(s) on a
24-hour basis for the purpose of inspecting disposal operations and performing tests as required.
The Successful Offeror shall respond to all questions from regulatory agencies, County and
others. The Successful Offeror shall supply the County with copies of all correspondence
pertaining to the Contract, in a timely manner. Copies shall be submitted to the County’s Chief
of Operations and Maintenance and WRF Superintendent.
Biosolids shall be applied at loading rates not to exceed those approved by the State regulatory
agency where the biosolids are being applied. Also, in addition to testing required by the Testing
Schedule, biosolids shall be sampled and tested by the Successful Offeror as required by the
regulatory agencies, and the County shall be provided copies of all test reports. All tests done
for Regulatory Agencies shall be conducted by an independent laboratory approved by the
County and the Maryland Department of Environment and/or any other applicable Regulatory
Agencies. The cost for all sampling, testing, and reports shall be at the Successful Offeror’s
expense.
Soil samples from each field shall be collected and tested by the Successful Offeror as required
by the regulatory agencies. All soil samples shall be retained for future reference and shall be
stored by the Successful Offeror for the period of time required by the State regulatory agency
Biosolids Management RFP# 15-02
III-11
for where the biosolids are being applied.
REGULATIONS AND PERMITS 2.15
At the time of proposal submission, each offeror shall submit evidence that biosolids disposal
permits issued by the appropriate Regulatory Agency have been obtained having sufficient
capacity for six (6) months of biosolids disposal for Mattawoman WRF. Within thirty (30) days
of the Notice of Award the Successful Offeror shall submit said permits to the Chief of
Purchasing by registered mail. If the Successful Offeror shall fail to submit said permits, the
Successful Offeror shall forfeit the Bid Security.
STORAGE AND DISPOSAL SITES 2.16
Storage and landfill application shall comply with all local ordinances and regulations and State
and Federal regulatory requirements. Offerors shall submit permit(s) for a disposal site(s), with a
minimum capacity equal to six (6) months of biosolids production from the Mattawoman WRF.
Additional permit(s) with a minimum capacity equal to an additional six (6) months of biosolids
production shall be submitted within three (3) months of the Notice to Proceed, in accordance
with this RFP.
SAFETY PLAN 2.17
The Successful Offeror shall provide a safety plan which consists of the following items.
Successful Offeror’s safety attitudes and practices (safety staff, training, enforcement of rules,
disciplinary policies for violators, alcohol and controlled substance policies), OSHA incidence
rates for the previous three years and Experience Modification Rates (EMR) for worker’s
compensation. The OSHA incidence rates and the EMR shall be provided with explanation of
any rate reduction or increase and fatalities over the past three years. The Successful Offeror
shall submit the Safety Plan to the County for approval within fifteen (15) days of the award of
Contract. The Notice to Proceed shall be withheld until the Safety Plan has been approved by
the Chief of Operations and Maintenance or Mattawoman WRF Superintendent.
EQUIPMENT REQUIREMENTS 2.18
All equipment, fixed and mobile, for which the Successful Offeror is responsible shall be
maintained to levels consistent with safety, reliability, and applicable legal standards.
Equipment and buildings operated and maintained by the Successful Offeror shall be well
maintained and present a clean and a positive image. The Successful Offeror shall display their
logo on all vehicles used to haul biosolids from the County’s plants to the land disposal sites.
SPILLAGE AT WATER RECLAMATION FACILITY 2.19
The Successful Offeror shall be responsible for immediate cleanup and notifications in
accordance with the requirements of the Maryland Department of the Environment, as pertains to
the dewatering operation. Additionally, the Mattawoman WRF superintendent and Chief of
Operations and Maintenance should be notified of any pertinent information regarding the spill
as soon as possible. Should the Successful Offeror fail to clean up any spillage to the satisfaction
of the County or regulatory agency, the County may, at its sole discretion provide for the cleanup
of such spillage through its own resources or other sources. The County may assess against the
Successful Offeror any direct and indirect costs associated with such cleanup. No biosolids shall
be dumped on or at the Mattawoman WRF. Additionally, the Successful Offeror will be
responsible for immediate notifications and cleanup if a spill occurs outside Mattawoman WRF,
during transportation and related activities. Notifications and Cleanup must be accomplished in
Biosolids Management RFP# 15-02
III-12
accordance with the requirements of the Maryland Department of the Environment.
TRANSPORTATION REQUIREMENTS 2.20
The times available for biosolids handling/transportation will vary according to the laws and
desires of Charles County, State of Maryland, Charles County Health Department, Department
of Health for the State of Maryland and the regulatory agencies of the receiving County. The
Successful Offeror shall be aware of the possibility of restrictions in the future, which may affect
this Contract or the volume of biosolids to be removed.
The Successful Offeror’s accessibility to the Mattawoman WRF for the purpose of transporting
biosolids shall be at the discretion of the Successful Offeror, unless otherwise directed by the
Mattawoman Plant Superintendent or his/her designee.
In the event that a manually printed ticket is required the authorized scale attendant is available
Monday through Friday from 7:00 am until 3:00 p.m., the County will not be held liable for any
costs should a manually generated ticket be required outside of these hours.
The Successful Offeror shall provide the necessary equipment and/or facilities to prevent
interruption due to biosolids freezing in the trailers or loading auger.
Hauling also may be performed on all holidays without additional compensation.
The Successful Offeror shall not block any of the plant access roads with any temporary or
permanent equipment, piping or other facilities without prior written consent of the Chief of
Operations and Maintenance or Mattawoman WRF Superintendent.
The Successful Offeror shall obtain and maintain all necessary biosolids transportation permits
and perform any associated required reporting, with copies of same furnished to the County.
BIOSOLIDS DEWATERING 2.21
The biosolids dewatering equipment shall be required to remove ninety percent (90%) of the
suspended solids processed by it. The County has the option to require the Successful Offeror to
alter his method of operation if the facility is operating at less than ninety percent (90%)
efficiency at the Successful Offeror’s expense or to impose a fee for not meeting the efficiency
requirement. The County will require for the Successful Offeror to pay a $3,000 fee on daily
basis, when the Successful Offeror has failed to achieve 90% capture rate. These fees will be
deducted by the County from the monthly invoice. But, in any event, the County shall take into
consideration delays for such items as fire, power failure, or any other extraordinary or unusual
circumstances that may affect the performance of the dewatering equipment.
REPORTS AND RECORDS 2.22
The Successful Offeror shall submit copies of all pertinent correspondence regarding this
Contract to the County in a timely fashion, to the Chief of Operations and Maintenance and
WRF Superintendent. Timely shall mean within twenty-five (25) calendar days.
The Successful Offeror shall submit a monthly report with the monthly invoice itemizing the
following:
Biosolids Management RFP# 15-02
III-13
Pounds of wet biosolids removed from the water reclamation facility daily;
Identification of each site used for the disposal of biosolids per period covered under
the invoice;
Wet tonnage of biosolids applied to each disposal site;
Average daily weight of lime added for lime stabilization at the water reclamation
facility;
Daily test values identifying:
o Total percent solids in feed biosolids ( out of the sludge holding tanks);
o Total percent solids in biosolids cake ( prior to lime stabilization);
o Total percent solids in lime stabilized biosolids, based on one (1) biosolids
sample taken from the biosolids being loaded into each truck;
o Percent suspended solids in filtrate ;
o Average daily pH of biosolids two (2) hours after lime stabilization;
o All other tests required by State and Federal regulations;
o Weight in dry tons of solids per day, produced.
The Successful Offeror shall notify the Mattawoman WRF Superintendent and Chief of
Operations and Maintenance with the following information daily, should any of the following
items occur, (additionally a written report should be provided within five (5) business days to
Chief of Operations and Maintenance and WRF Superintendent):
Problems encountered that prevented the dewatered lime stabilization transporting,
storage, or disposal of biosolids under this Contract
Complaints made by local residents or public pertaining to the management of this
Contract
Personnel and/or equipment accidents
Site vandalism
Any attempts to disrupt the management of this Contract by the public
Personnel reported sick due to their affiliation with this biosolids contract
Biosolids spills related to the management of this Contract
Site(s) visits made by Federal, State, or County agencies and/or concerned citizens
The Successful Offeror shall provide the Mattawoman WRF Superintendent and Chief of
Operations and Maintenance with a monthly maintenance report on the equipment at the facility
with the following information:
Maintenance/service history
Major preventative maintenance performed
Parts used or replaced ( if a part has a monetary value of $500.00 or more)
Anticipated major maintenance to be performed in the near future
Biosolids Management RFP# 15-02
III-14
Payment for the monthly invoice shall be withheld until after the above information is received
in an acceptable form.
Yearly, by January 20th
, the Contractor shall collect and provide to the Mattawoman WRF
Superintendent, information that will be used by the County in their submittal of the following
calendar year annual reports:
State of Maryland Annual Sewage Sludge Generator’s Report that must include, by
facility all the needed information to complete the form. A sample worksheet is
shown at Appendix 4. Volumes of biosolids removed must coincide with that shown
on invoices.
National Pollutant Discharge Elimination System Discharge Monitoring Report (EPA
Form 3320-1). To support the submittal of this form by the County, the Contractor
must submit separate monthly certification statements that attest the process used to
reduce pathogens and vector attraction were met and that management practices were
also met.
Tier Two Emergency and Hazardous Chemical Inventory. To Support the submittal
of this form by the County, the Contractor must submit information that identifies the
type, volumes & other data of hazardous chemicals being used in their process. A
Safety Data Sheet must also be provided on any chemical use change.
The Successful Offeror shall provide the County with an annual report demonstrating
compliance with manufacturer’s maintenance requirements for major equipment specified.
Include summaries of the manufacturer’s requirements as well as preventive and routine
maintenance completed during the year.
The Successful Offeror shall meet the following safety requirements for the employees: OSHA
regulations as pertains to General Industry (29 CFR 1910 inclusive), Construction (29 CFR 1926
inclusive), MOSH (Maryland Occupational Safety & Health) laws and laws mandated by the
Maryland Department of the Environment that pertains to environmental safety.
SCOPE OF WORK 3.0
BASE ITEMS 3.1
Per dry ton prices for Mattawoman WRF for operation and maintenance of the dewatering and
stabilization facility and transportation of biosolids and land application of biosolids from this
facility, also includes housekeeping of the dewatering building. Prices required for modifications
to the facility to effectively operate over the life of the Contract shall be included in the price per
dry ton.
********END OF SCOPE OF WORK********
Biosolids Management RFP# 15-02
APPENDICES
Biosolids Management RFP# 15-02
APP-1
APPENDIX 1 – BIOSOLIDS ANALYSIS
Biosolids Management RFP# 15-02
APP-2
Biosolids Management RFP# 15-02
APP-3
Biosolids Management RFP# 15-02
APP-4
APPENDIX 2 – ELECTRIC USAGE
Historical Electrical Usage by Current Contractor
Total KWH Usage Total KWH Usage Month 2013 2012
January 112469 106058
February 102189 89236
March 101203 57990
April 29625 11967
May 12871 13840
June 14733 15565
July 15802 15643
August 14243 16383
September 12673 12156
October 34720 46101
November 92842 84472
December 98896 81359
Biosolids Management RFP# 15-02
APP-5
APPENDIX 3 –FACILITY MAPS
Mattawoman Water Reclamation Facility Map
Biosolids Management RFP# 15-02
APP-6
Biosolids Area
Biosolids Management RFP# 15-02
APP-7
APPENDIX 4 – EXAMPLE MDE ANNUAL SEWAGE SLUDGE GENERATORS REPORT
Biosolids Management RFP# 15-02
APP-8