FLORIDA DEPARTMENT OF TRANSPORTATION

Size: px
Start display at page:

Download "FLORIDA DEPARTMENT OF TRANSPORTATION"

Transcription

1 FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: May 3, 2016 RE: RFP #: RFP-DOT-15/ RM RFP TITLE: District-Wide Contamination Assessment, Remediation and Environmental Support Services OPENING DATE: May 13, 2016 at 3:00 PM Notice is hereby given of the following changes to the above-referenced RFP: 1. CHANGE: Timeline PROPOSALS DUE, ON OR BEFORE :30 PM (Technical and Price Proposal) Procurement Office, MS North McKinley Drive Tampa, Florida (813) PUBLIC OPENING (Technical Proposal) :00 PM North McKinley Drive Tampa, Florida Pelican Conference Room PUBLIC OPENING / MEETING (Price Proposal) :00 AM North McKinley Drive Tampa, Florida Pelican Conference Room POSTING OF INTENDED AWARD :00 AM 2. REPLACE: Exhibit A, Scope of Services Proposers must acknowledge receipt of this Addendum by completing and returning to the Procurement Office, by no later than the time and date of the proposal opening. Failure to do so may subject the proposer to disqualification. Proposer Address Submitted by (Signature) Rosa Morales Procurement Agent Failure to file a protest within the time prescribed in Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.

2 EXHIBIT A SCOPE OF SERVICES DISTRICT-WIDE CONTAMINATION ASSESSMENT, REMEDIATION, AND ENVIRONMENTAL SUPPORT SERVICES I. OBJECTIVE: The Florida Department of Transportation (FDOT), District Seven, desires hazardous waste and petroleum contamination remediation services and emergency response services to be provided on an as-needed basis. These services shall include, but are not limited to, response to Department requests for environmental assessment action; provision of staff to support the District s responsibilities in these work areas; remediation efforts in support of roadway construction; site assessments; emergency response actions; multi-matrix sampling and laboratory analytical testing. Work will be for any situation determined by the Department to represent an immediate impact to the transportation system, or a threat to the environment or citizens of the State or for situations deemed necessary by the Department. These services will be required District-Wide (Citrus, Hernando, Hillsborough, Pasco and Pinellas counties) for the term of the contract. The Department reserves the right to have specific projects accomplished under separate Agreements. II. SERVICES TO BE PROVIDED BY VENDOR: The Vendor shall furnish all labor, materials, equipment, tools and transportation required to perform any of the following work elements, if and when required by the Department. A. HAZARDOUS AND CONTAMINATED MATERIALS: 1. The Vendor shall provide monitoring, sampling, analyses, neutralization, decontamination, and remediation services for all work required by the Department. Provide reports and documents detailing these actions. Provide assessment or remedial alternatives for any potential condition, spill, leak or event which is the result of a hazardous waste, petroleum product material, environmentally regulated substances, or unknown materials. This work will be performed on an as needed basis, upon request by the Department. The Vendor must be able to provide monitor well and soil boring installations, removal, or abandonment; and provide aboveground and underground storage tank removal or maintenance services on an as needed basis. 2. The Vendor shall conduct Asbestos Containing Materials (ACMs) surveys for bridges or any other structures as directed throughout the District for the purpose of identifying any ACMs on projects. Prepare special provisions or abatement plans as A-1

3 needed directing proper removal, containment and disposal of this material. Conduct air monitoring, reporting or other oversight of projects that are identified as containing ACMs. 3. The Vendor shall provide transportation and disposal of any hazardous wastes, contaminated materials or groundwater, or petroleum-impacted materials in accordance with all local, state and federal rules, regulations and laws. All wastes generated must be disposed of at a state-approved disposal or recycling facility. All wastes generated must be accounted for using proper manifesting and tracking and this documentation will be required as a part of the final report for each project. 4. The Vendor must comply with all local, state and federal rules, regulations and laws whenever work for the Department is being performed. The Vendor shall obtain all permits and licenses required for work under this contract. The Vendor shall provide for all appropriate health and safety requirements within all work areas. The Vendor shall have staff, or anticipate hiring subcontractors licensed by the State of Florida as General Contractors, Pollutant Storage System Contractors and Utility Contractors. The Vendor shall obtain and maintain these licenses for the duration of the contract. The Vendor shall also prepare all reports and permits, as required, to comply with Chapters , , , , , , and of the Florida Administrative Codes (F.A.C.) and all other applicable rules, regulations and laws. 5. The Vendor will be available on a 24 hours a day, seven days a week, 52 weeks a year basis to provide response to any situation (including emergency responses). Response will be with adequate equipment, personnel, and materials to begin and end within a specified period of time after notification from the Department. 6. The Vendor must own, subcontract, or have immediate access to the following equipment types. These include, but are not limited to: monitor well construction equipment, hand augers, split spoon samples (and other soil sampling devices), steam cleaners (and other decontamination equipment), appropriate safety materials and equipment, hazardous materials containment equipment, and heavy construction equipment as necessary. 7. The Vendor must have immediate access to a variety of multi-matrix sampling equipment, to include but not limited to: ph meters, temperature and conductivity meters, Ground Penetrating Radar (GPR), Organic Vapor Analyzers (OVAs), explosimeters, well sampling bailers, groundwater and other pumps (to include hosing, tubing, etc.), water level indicators, product thickness measurement devices, ENCORE sampling containers, and multi-matrix sample containers and coolers. 8. The Vendor shall have access to the following laboratory equipment. This list is to include, but is not limited to: gas chromatographs, mass spectrometers and spectrophotometers, atomic absorption and emission equipment, standard pressure liquid chromatographs (SPLC) and high pressure liquid chromatographs (HPLC), A-2

4 total organic carbon analytical and extraction equipment, and biological analytical equipment. 9. The Vendor must utilize personnel trained or experienced in the following fields. These fields include, but are not limited to: chemistry, biology, industrial hygiene, microbiology, geology and hydrogeology, engineering (chemical, environmental, civil, transportation or mechanical), drafting, heavy equipment operation, hazardous materials handling and disposal, and worker health and safety. Personnel must have experience in construction plans reading, sampling techniques, analytical procedures and protocols, transportation and disposal of hazardous materials and petroleum products, hazardous materials spill clean up and emergency response, site investigation, assessment, restoration and environmental audits, soil and groundwater remediation methodologies, transportation project construction requirements and underground storage tank removal as required by the Department. 10. The Vendor must provide the Department with reports or memos detailing work performed for each assignment. The reports or memos must be technically concise and include all tables, graphics and appendices to fully document the assessment or remedial efforts of the Vendor. These reports or memos must meet the needs of the Department, the Florida Department of Environmental Protection (FDEP) and other applicable agencies. The Vendor shall be prepared to discuss and validate all elements of the reports or memos with the Department and other interested parties. A monthly status report, including cost-to-date breakdowns, must be tied to billings and submitted at the beginning of each month. All project reports or memos (other than the monthly status report) shall be completed in the time period requested and be in a Department approved format. 11. All sampling and analytical laboratory services will be conducted in accordance with FDEP Standard Operating Procedures (SOP). 12. The Vendor shall provide temporary storage facilities for potential hazardous wastes and/or petroleum wastes generated by field activities until all permits can be obtained for disposal. 13. The Vendor shall obtain all local, state, and federal permits to provide the above mentioned storage services, including permits for the transportation and disposal of hazardous and contaminated materials or wastes. Vendor shall have sufficient liability insurance coverage for these services. 14. Any services that cannot be provided by the Vendor will be provided by a Department approved subcontractor or professional services provider. Requests to sublet any portion of the work must be submitted to the Department for approval. Each subcontractor or professional services provider shall maintain all appropriate permits and insurance for the services that they provide. The Department will not be third party to any subcontractor s or professional services provider contract with the A-3

5 Vendor. Therefore, the Vendor will be solely responsible for payments to the subcontractor or professional services provider and will insure that the subcontractor or professional services provider meets all requirements of the Department, as specified herein. 15. The Vendor shall ensure that, in addition to all previous requirements, compliance is kept with all applicable local, state and federal laws and regulations regarding their actions for the Department. B. EMERGENCY RESPONSE SERVICES: 1. The Vendor is required to perform and provide emergency response services for all situations that threaten the roadways, waters, soils, or residents of the State. The Vendor will be available on a 24 hours a day, seven days a week, 52 weeks a year basis to provide response to any situation to include initial assessments, initial remedial actions, etc. Response will be with adequate equipment, personnel, and materials to complete the work in a timely manner. 2. Emergency requests can be initiated by the FDOT Contract Manager, FDOT Emergency Operations Coordinator (or designee) and FDOT Traffic Management Center Operators with approval of the Lead Operator. 3. The Vendor s goal should be to arrive and complete the cleanup within 90 minutes in accordance with the State of Florida Open Roads Policy, signed by the Secretary of the Department of Transportation, Director of Highway Patrol and the Agency s General Counsel Office in October of The Department recognizes that some spills may be extensive and cleanups may take longer than the 90 minute goal. 4. The Vendor shall supply all equipment to provide Maintenance of Traffic (MOT) for each situation that is being responded to. The Vendor is required to have personnel who can correctly set up and maintain the MOT, as per Department specifications. The Vendor must have access to correct signalization and signage. If the Vendor does not have sufficient on-staff personnel, a Department approved subcontractor should be used. 5. The Vendor shall provide treatment, transportation or disposal of any hazardous wastes, contaminated materials, contaminated groundwater or petroleum impacted materials, in accordance with all local, state, and federal rules, regulations and laws. All wastes generated must be disposed of at a state-approved disposal or recycling facility. All wastes generated must be accounted for, using proper manifesting and tracking procedures. This documentation will be required as a part of the final report for each project. A-4

6 6. The Vendor shall provide temporary storage facilities for potential hazardous/ petroleum wastes generated by field activities until all permits can be obtained for disposal or recycling. 7. The Vendor shall obtain all local, state and federal permits to provide the abovementioned storage and transportation services, including permits for the transportation and disposal of hazardous and contaminated materials or wastes. Vendor shall have sufficient liability insurance coverage for these services in the event of an accident. 8. Services that cannot be provided by the Vendor will be provided by a Department approved subcontractor. Each subcontractor shall maintain all appropriate permits and insurance for the services that they provide. The Department will not be third party to any subcontractor s contract with the Vendor. Therefore, the Vendor will be solely responsible for payments to the subcontractor and will ensure that the subcontractor meets all requirements of the Department. 9. The Vendor shall provide the Department with reports detailing work performed for each task assignment. The reports must be technically concise and include all tables, graphics and appendices to fully document the emergency response, assessment, or remedial efforts of the Vendor. These reports must meet the needs of the Department, the FDEP and other applicable agencies. 10. A monthly status report, including cost-to-date breakdowns, must be tied to billings and submitted at the beginning of each month. All project reports (other than the monthly status report) shall be completed in the time period requested and shall be in a Department approved format. As part of the work authorization process, all job related materials such as, but not limited to, timesheets, vendor s invoices, and disposal manifests, must be submitted prior to receiving the Letter of Authorization for that project. No final costs will be approved until all job related materials have been reviewed and approved by the Department. 11. Work within properties maintained by the Department will be completed only after sufficient Fixed Capital Outlay (FCO) funds have been made available. No work on any maintenance yard, sub-maintenance yard, or Department administered facility shall be done without this funding being in place. 12. The Vendor shall provide information to the Department regarding contact names and numbers at which emergency response personnel can be reached on a 24 hours-a-day basis. The basic contact information should be supplied in a laminated wallet size form and be distributed to all Maintenance personnel and contract management personnel. The Department shall provide the Vendor with a list of all persons authorized to request emergency response services. Persons not on this list should not be treated as representing the Department, unless confirmation is given by a person on that list. A-5

7 13. In the event the Vendor fails to complete the authorized services by the completion time designated, the Department may exercise the remedy of liquidated damages against the Vendor, in the amount of $ for each day after the designated completion time that the Vendor fails to complete the services. The Parties agree that if the Department allows the Vendor to continue and finish the services, or any part of it, after the expiration of the time allowed, that the Department s action shall in no way act as a waiver on the part of the Department of the liquidated damages due under this contract. The Vendor shall pay said sum to the Department not as a penalty, but as liquidated damages. C. SITE ASSESSMENT AND SOURCE REMOVAL REPORT PREPARATION: 1. The Vendor shall perform investigations and prepare Site Assessment (SA) Reports or Memos, Source Removal (SR) or Remedial Alternatives Reports or Memos for petroleum contaminated or hazardous materials sites as required by the Department. Documentation shall include all requirements of the FDEP s Petroleum Contamination Site Cleanup Criteria, Chapter F.A.C., FDOT Project Development and Environment (PD&E) manual and all other applicable codes and regulations. 2. The Site Assessment activities shall include, but are not limited to: determination of contaminant source, establishment of the horizontal and vertical extent of contamination, determination of the direction of contaminant migration in groundwater or soils, direction of groundwater flow, mechanism of contaminant migration, inventory of wells within a one-half mile radius, report or memo preparation, and recommendations on necessary remedial activities. These recommendations shall be in accordance with Chapters , , and all other applicable codes and regulations. 3. In accordance with Chapter F.A.C., and all other applicable codes and regulations, the Site Assessment (SA) report or memo shall include, but not be limited to: confirming the source and the horizontal and vertical extent of contamination; estimating the volume of contaminated materials or products released; determining the total mass of contaminated materials; identifying any perched zones; and describing site geology and hydrogeology. These reports or memos shall be in acceptable form for the Department and ready for issuance to the local regulatory agency. These reports or memos shall be submitted within the time period required by the Department. 4. The Source Removal activities can include the response to emergency spills, leaks of petroleum and other products, situations in which free product is discovered during construction activities, as well as unforeseen impacts that occur during other work phases. The Source Removal activities shall include, but are not limited to, the following actions: responding to the situation within a time frame defined by the Department; contacting the local regulatory agency within 24 hours of discovery; ensuring that product or contamination does not spread to other areas; sampling A-6

8 and analysis of the materials for proper handling and disposal; beginning active recovery of the free product; beginning soil excavation as necessary; beginning groundwater extraction as necessary; and providing written notification to the local regulatory agency within 10 calendar days of discovery. Excavated materials that are stockpiled on-site shall be stored on and covered with a liner and berm system that contains runoff and protects the soil pile. Excavations that are left open shall be secured to prevent accidental or intentional entry by the public. 5. In accordance with Chapter F.A.C. and all other applicable codes and regulations, the Source Removal Report or Memo shall include, but is not limited to, notification to FDEP as to the type and probable amount of product released, product thickness in nearby wells or boreholes, impacts to excavations or utility conduits, method of free product recovery, type of field screening, dimensions of excavation, depth to groundwater and documentation confirming proper treatment and disposal. The report or memo should also include information on methods of effluent treatment (if any), quantity of recovered product, post active remedial alternatives and method of disposal. The report or memo shall be submitted as required by the Department or within 60 calendar days of disposal. These reports or memos shall be in an acceptable form for the Department and ready for issuance to the local regulatory agency. 6. The Vendor shall ensure that, in addition to the previous requirements, compliance is maintained with all applicable local, state and federal laws and regulations. 7. The Vendor shall conduct assessment of petroleum or other contamination as required by the Department. This will include, but is not limited to, parcels identified by earlier environmental assessments. 8. The Vendor shall provide all work necessary for a complete assessment of contamination at each site required by the Department. The elements of work will include, but are not limited to: establishment of baseline survey benchmarks; installation of soil borings and monitor wells; collecting samples of soil and groundwater; air monitoring; and establishment of hydrogeological and geological conditions at the site. 9. The Vendor shall determine the presence of contaminants in the air, groundwater or soil. Obtain water level elevation measurements and determine direction of groundwater flow. Install monitor wells to establish site characteristics, collect groundwater samples and soil samples. 10. All groundwater and soil samples will be analyzed at FDEP approved analytical laboratories, using established rules and regulations. Samples shall be collected and analyzed using Environmental Protection Agency (EPA) methods as specified in Chapter , Tables C, D, and E and Chapter , Table A. Analysis for soil Pre-Burn, TCLP, and TRPH by FL-PRO, and other required analyses shall also be performed on an as needed basis. A-7

9 11. The Vendor shall determine the presence of suspected underground storage tanks, drums, or containers for sites which may have a history of use or storage. This will be accomplished by means of site surveys utilizing electromagnetic conductivity (EM), electrical resistivity, magnetometric or ground penetrating radar (GPR) techniques. 12. The Vendor shall ensure that, in addition to the previous requirements, compliance is kept with all applicable local, state and federal laws and regulations. 13. The Vendor is advised that any Department-owned excess property not being actively utilized by the Department within the vicinity of a construction project may, subject to the Department s approval at its sole discretion, be used by Vendor in order to support that project. No rent will be required for such use. Vendor shall return the property to the same or better condition as existing when the Vendor receives it. D. ENVIRONMENTAL SERVICES: 1. The Vendor shall perform wetland assessment, delineation, restoration or monitoring as needed prior to, after or during construction including reporting, regulatory meetings and roadway contractor coordination. 2. The Vendor shall conduct endangered species field surveys, prepare biological assessments and conduct gopher tortoise or other species relocations or enhancements, all in accordance with state and federal regulations. 3. The Vendor shall provide National Environmental Policy Act (NEPA) and FDOT PD&E manual compliance support on an as needed basis for the Department, in accordance with all applicable local, state and federal rules, regulations and laws. 4. The Vendor shall perform as required, those activities associated with site preparation, clearing and grubbing, construction activities and installation of transportation-related construction features including but not limited to the removal, replacement and/or construction of concrete or asphalt pavement and earthwork and compaction; removal, relocation, replacement or construction of underground utilities such as storm water drainage systems, water mains, sewer mains, etc.; installation and operation of dewatering systems and installation of sheet pile for cofferdams for barriers to address known or suspect contamination identified within the construction project. E. ACTIVE REMEDIATION AND NATURAL ATTENUATION: 1. Based on the Site Assessment or Source Removal reports or memos submitted to FDEP, initiate active remediation or Remediation by Natural Attenuation (RNA) of the contaminated site. Prepare and submit to the Department, at a minimum, A-8

10 monthly project status reports or memos for subsequent submittal to FDEP or other regulatory agencies. The report or memo shall include a narrative or checklist of remediation activities. The work shall be performed only with the prior written approval of the District Seven Hazardous Materials Contract Manager. Each report or memo will consist of all data, collected on a monthly basis (or as required by the Letter of Authorization), pertaining to all included monitoring and recovery wells. This report will also include the amount of free product recovered, composition of all waste streams generated by the site activities, operating data from treatment systems, system sampling results, or RNA sampling results prior to application for a No Further Action site closure. This shall apply for the full duration of any monitoring plan, as deemed necessary by FDEP and the Department. All reports or memos shall be in an acceptable form for the Department and ready for issuance to the local regulatory agency. 2. Remediation involving groundwater contamination shall follow the guidelines set forth in Chapter and , F.A.C. and all other applicable codes and regulations, with respect to sampling parameters and cleanup standards for all contaminants identified. All other applicable local, state and federal guidelines shall be followed during the remediation process. 3. In accordance with Chapter and , F.A.C. and all other applicable codes and regulations for petroleum and Chapter and for dry cleaning sites, the Vendor shall submit for the Department s approval and final submittal to FDEP, a natural attenuation plan and submit a Site Rehabilitation Completion Report at the completion of site remediation. The Vendor shall prepare and submit for the Department any and all permits, applications or final reports for each project. These reports shall be in acceptable form for the Department and ready for issuance to the local regulatory agency. 4. The Vendor shall ensure that, in addition to the previous requirements, compliance is kept with all applicable local, state and federal laws and regulations. F. RISK MANAGEMENT SERVICES: Risk Management, for the purposes of this contract, will be broadly defined to include such tasks as risk analysis, risk assessment, risk characterization, risk communication and policy as relating to risk. Risk management will be primarily concerned with human health and the environment. The potential risk can come from physical, chemical or biological agents and may also include natural events that precipitate releases. Risk Analysis is defined as a detailed examination of risk to include risk assessment, risk evaluation and management alternatives. The Vendor shall provide services for the following items, or for any component thereof: risk analysis, risk assessment, risk evaluation, and management alternatives. The risk assessment process should establish the acceptable level of risk for any given situation and is project and situation dependant. The risk estimation process A-9

11 should determine the characteristics of the risk or risks in a quantitative way and should include analysis of magnitude, spatial scale, duration and intensity of the condition and associated probabilities. G. WORK PLAN SUBMITTALS: The Vendor shall provide a work plan to the Department for each work authorization, which shall include a statement of proposed assistance to the Department. Each work plan shall contain a description of the sampling methodology, laboratory analytical methods, other assessment activities, equipment utilized, and the final disposition of any wastes generated during the fieldwork. Work plans will also provide a preliminary cost estimate. Final submittals will include a cost breakdown attachment that will be reviewed prior to issuing the Letter of Authorization (LOA) for the work. H. DBE PARTICIPATION: The Vendor shall submit monthly a DBE utilization schedule and a DBE Payment Certification, as provided by the Department, with each invoice. Within 30 calendar days after receipt of final payment, the Vendor shall submit a final certification to the Department. For Federally-funded contracts, Vendor shall submit data information into the BizWeb System. Submissions include contract activity of subcontractors, anticipated DBE Participation and subcontractor payments. Vendors must contact Business Innovations Plus at techsupport@biplus.com or or for a password and technical assistance All DBE Subcontractor(s) to be utilized must be approved by the Department. Any changes in the DBE Subconsultant(s) must be justified and approved by the Department. III. GUIDELINES FOR TESTING PROCEDURES: Attachment I contains the Guidelines for Testing Procedures as applicable to this Scope of Services. IV. DEPARTMENT RESPONSIBILITIES: The Department will provide a Contract Manager for administering the terms and conditions of this Agreement. This person will be: Daniel DeForge, Contract Manager, N. McKinley Drive, MS 7-500, Tampa, Florida The Department reserves the right to change the Contract Manager at any time. V. BEGINNING AND LENGTH OF SERVICES: A-10

12 A. The performance period of this Agreement shall commence upon execution of the contract and shall continue for a period of five years. Services will begin and be performed as directed by Letters of Authorization, issued in accordance with Exhibit B Method of Compensation of this Agreement. B. This Agreement may be renewed for a period that may not exceed three years or the term of original contract agreement, whichever is longer. Any renewal will be mutually agreed to in writing by the Department and the Vendor, subject to the same terms and conditions set forth in the Agreement. VI. TERMINATION ACTION: Reference is made to Paragraph 6 of the Standard Contractual Service Agreement. Any necessary default action will be processed in accordance with Department of Management Services Rule 60A-1.006(3). A-11