Florida Department of Transportation 605 Suwannee Street Tallahassee, FL

Size: px
Start display at page:

Download "Florida Department of Transportation 605 Suwannee Street Tallahassee, FL"

Transcription

1 RICK SCOTT GOVERNOR Florida Department of Transportation 605 Suwannee Street Tallahassee, FL JIM BOXOLD SECRETARY District Two Purchasing Department November 24, 2015 To: All Bidders Addendum No. 1: ITB-DOT-15/ DS District Wide Environmental Site Restoration Exhibit B Bid Blank had Section 1, Section 2 and Section 3 to complete. Section 3 has been omitted from the bid blank to reflect actual sections to be completed as listed on pages 2 through 9. Corrected Exhibit B Bid Blank, page 1 of 9, must be submitted with Section 1 and 2, pages 2 through 9, to be found responsive. Please see attached corrected Exhibit B Bid Blank, page 1 of 9 with Sections 1 and Sections 2, pages 2 through 9. Failure to file a protest within the time prescribed in Section (3), F.S., shall constitute a waiver of proceedings under Chapter 120, F.S. Company Name Signature Date Darlene Sawyer Phone (386) Fax (386) darlene.sawyer@dot.state.fl.us

2 ITB DOT 15/ DS COMMODITY CODE EXHIBIT B BID BLANK This is a Term Agreement for an Indefinite Quantity whereby the Vendor agrees to furnish services during a prescribed period of time. The Department does not guarantee any specific quantity of services to be performed by the Vendor. This is a 5-year agreement with renewal options. This Agreement may be renewed for a period that may not exceed three (3) years or the term of the original agreement, whichever is period is longer. Renewals shall be contingent upon satisfactory performance evaluations by the Department and subject to the availability of funds. Renewal of the agreement shall be in writing and shall be subject to the same pricing, terms, and conditions set forth in the initial Agreement. SECTION 1 TOTAL + SECTION 2 TOTAL = TOTAL BID AMOUNT + = PRICES SHALL BE FOR THE ORIGINAL 5-YEAR TERM OF THE AGREEMENT AND FOR ANY RENEWAL PERIODS. AGREEMENT AWARD DETERMINED BY THE TOTAL BID AMOUNT OF SHADED COLUMNS ONLY. THE TOTAL BID AMOUNT (SHADED AND NON-SHADED COLUMNS) IS FOR EVALUATION PURPOSES ONLY. BIDDER MUST BID ALL ITEMS (SHADED AND NON-SHADED COLUMNS) FOR BID TO BE CONSIDERED RESPONSIVE. MFMP Transaction Fee: All payment(s) to the vendor resulting from this competitive solicitation WILL be subject to the MFMP Transaction Fee in accordance with the attached Form PUR 1000 General Contract Condition #14. However, all vendors should be aware that effective November 1 st, 2015 through July 1 st, 2016, in accordance with Senate Bill 2502-A, the Transaction Fee will change from one percent (1%) to seven-tenths of one percent (.70%) of the payment issued. The Transaction Fees imposed shall be based upon the date of issuance of the payment. NOTE: In submitting a response, the bidder acknowledges they have read and agree to the solicitation terms and conditions and their submission is made in conformance with those terms and conditions. ACKNOWLEDGEMENT: I certify that I have read and agree to abide by all terms and conditions of this solicitation and that I am authorized to sign for the bidder. I certify that the response submitted is made in conformance with all requirements of the solicitation. Bidder: FEID#. Address: City,State,Zip:. Phone: Fax: Authorized Signature: Date: Printed/Typed: Title: THE DEPARTMENT RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. The State of Florida s performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. Page 1 of 9

3 SECTION I - CONTRACT RATES CONTRACT AWARD DETERMINED BY TOTAL BID AMOUNT OF SHADED COLUMNS ONLY. THE TOTAL BID AMOUNT IS FOR EVALUATION PURPOSES ONLY. BIDDER MUST BID ALL ITEMS (SHADED & NON-SHADED FOR BID TO BE CONSIDERED RESPONSIVE. PART A LABOR RATES ITEM NO. DESCRIPTION Regular * Unit 1 Contract Manager per hour 2 Senior Engineer/Scientist/Chemist/Geologist per hour 3 Engineer/Scientist/Chemist/Geologist per hour 4 Transportation & Disposal Coordinator per hour 5 Health & Safety Engineer/Coordinator per hour 6 Operations Foreman per hour 7 Field Technician per hour 8 Equipment Operator per hour 9 Truck Driver per hour 10 GIS Specialist per hour 11 Clean-Up Technician/Laborer per hour 12 Site Supervisor per hour 13 Draftsperson/ CADD Operator per hour 14 Secretary/Word Processor per hour 15 Senior Heavy Equipment Operator per hour Labor s TOTAL $0.00 *PRICES SHOWN INCLUDE OVERHEAD, FRINGE BENEFITS, AND OPERATING COSTS. PART B EQUIPMENT RATES ITEM NO. DESCRIPTION Daily Weekly 16 Automobile ** 17 Pickup Truck/Van ** 18 Roll Off Container, 20 cubic yards 19 Water Tanker, 2,000-3,000 gallons ** Price of Equipment & Vehicles shall include all costs to operate and maintain including mileage and fuel. PART C DRILLING SERVICES*** ITEM NO. DESCRIPTION Unit 20 Driller Mobilization each 21 Flush-Mounted Manhole Cover with lock, installed each 22 Grout per 50 lb bag 23 PVC Monitor Well, 2" diameter per foot 24 PVC Monitor Well, 2" temporary well per foot 25 Soil Borings per foot 26 Well Cap w/ lock, installed each 27 Drilling per day 28 Well Abandonment, 2" diameter per foot 29 Well Abandonment, 4" diameter per foot 30 Well Abandonment, 6" diameter per foot 31 Well Abandonment, 8" diameter per foot FEIN NO. 2of 9 Contract s

4 SECTION I - CONTRACT RATES *** rates include decontamination and steam cleaning, where applicable PART D MISCELLANEOUS SUPPLIES ITEM NO. DESCRIPTION Unit 32 Overpack Drums each Gallon Drum, Closed Top or Open Top w/cover, 17H each 34 Sorbent Boom bundle 35 Sorbent Pads bale 36 Sorbent Roll roll 37 Sorbent Sweep bale 38 Synthetic Hay Bales, staked linear ft 39 Clean Fill Material, DOT approved ton PART E DISPOSAL ITEM NO. DESCRIPTION Unit 40 Hazardous Sludge per 55 gal drum 41 Non-Hazardous Sludge per 55 gal drum 42 Hazardous Liquid per 55 gal drum 43 Non-Hazardous Liquid per 55 gal drum 44 Hazardous Soil per 55 gal drum 45 Non-Hazardous Soil per 55 gal drum 46 Investigative Derived Waste per 55 gal drum Total Amount for Section I $0.00 (Shaded Column only) FEIN NO. 3of 9 Contract s

5 SECTION 2 - Environmental Services s CONTRACT AWARD DETERMINED BY TOTAL BID AMOUNT OF SHADED COLUMNS ONLY. THE TOTAL BID AMOUNT IS FOR EVALUATION PURPOSES ONLY. BIDDER MUST BID ALL IITEMS (SHADED AND NON-SHADED COLUMNS) FOR BID TO BE CONSIDERED RESPONSIVE. ORGANIC GC/MS Extractable Semi- 100 Quantitative Screen 101 Purgeables GC/MS EPA Water Purgeables GC/MS EPA LL, Soil 103 Acid Extractables GC/MS 104 Herbicides GC/EC Base Neutral Extractables 105 GC/MS 106 Pesticide Extractables Organochlorine Pesticides 107 GC/EC Polychlorinated Biphenyls (PCBs) GC/EC Organophosphorus Pesticides 109 GC/NP OTHER COMPOUNDS AND CHEMICALS 110 Phenols, total Colorimetric 111 Cyanide 112 EP Toxicity Extractions, Solids 113 Chloride EP Toxicity Extractions, 114 Oils/Mixed Phase Chlorinated Purgeables GC EPA 115 Method of 9

6 SECTION 2 - Environmental Services s Aromatics - EPA Method (VOA) -Soil Aromatics - EPA Method (VOA) - Water GC/MS Library Search (up to unknown), additional cost per sample. Volatile Halocarbons - EPA 119 Method 8021(VOH)-Water Volatile Halocarbons - EPA 120 Method 8021-LL (VOH)- Soil 2,3,7,8 - TCDD (Dioxin) EPA 121 Method 513/613 1,4-Dioxane EPA Method SIM PETROLEUM PRODUCTS 123 Gasoline Analytical Group 124 Kerosene Analytical Group 125 Preburn: 8010/8020, TRPH, RCRA Metals METALS 126 Aluminum 127 Antimony 128 Arsenic 129 Barium 130 Beryllium 131 Boron 132 Cadmium 133 Calcium 5 of 9

7 SECTION 2 - Environmental Services s 134 Chromium 135 Cobalt 136 Copper 137 Iron 138 Lead 139 Magnesium 140 Manganese 141 Mercury 142 Nickel 143 Potassium 144 Selenium 145 Silver 146 Sodium 147 Thallium 148 Tin 149 Vanadium 150 Zinc 151 RCRA 8 Metals OTHER 152 Flash Point 153 Flammability 6 of 9

8 SECTION 2 - Environmental Services s 154 Ignitability 155 Corrosivity 156 Reactivity Waste Screening, to include 157 Oxidizer 158 Peroxide Containing 159 Cyanide Containing 160 Sulfide Containing 161 Chlorinated Solvent Containing Total Recoverable Petroleum 162 Hydrocarbon (TRPH)- Water Total Recoverable Petroleum 163 Hydrocarbon (TRPH)- Soil 164 Oil and Grease (O&G) 165 Total Halogens 166 BTU Content 167 Ash Content 168 Total Organic Carbon 169 Hardness 170 Total Suspended Solids (TSS) 7 of 9

9 SECTION 2 - Environmental Services s 171 Total Dissolved solids (TDS) Nitrogen, Nitrite (Colorimetric, Automated Cadmium Reduction) Nitrogen, Ammonia (Colorimetric, Automated Phenate) 174 Sulfate 175 Turbidity 176 Total Nitrogen 177 Total Fe Filter/Unfilter 178 Total Mn Filter/Unfilter 179 Orthophosphate 180 Color Biochemical Oxygen Demand 181 (BOD) 182 ph 183 Nitrate 184 Alkalinity 185 Carbon Dioxide by GC 186 Encore Sample 187 Ethylene Dibromide (EDB) Phosphorous, Total (Colorimetric, Automated Ascorbic Acid) Polynuclear Aromatic Hydrocarbons 190 EPA TO-18 8 of 9

10 SECTION 2 - Environmental Services s Toxicity Characteristic Leaching 191 Procedure (TCLP) 192 TCLP Single Metal Synthetic Precipitation Leaching 193 Procedure (SPLP) 194 RSK-175 (Gases) - Water GEOTECHNICAL 195 Sieve Analysis Full Scan 196 Sieve Analysis Single Size ipler will not used in the calculation for bidding puposes. TOTAL SECTION 2 $ - 9 of 9