Loading...
Agenda 01/13/2009 Item #16C 4Agenda Item No. 16C4 January 13, 2009 Page 1 of 119 EXECUTIVE SUMMARY Recommend that the Board of County Commissioners reject RFP 08 -5093 to Cliff Berry Inc. (CBI). OBJECTIVE: To proactively procure a contract for cleaning up the discharge of hazardous waste in a cost effective manner. CONSIDERATIONS: The intent of the Request For Proposal (RFP) process was to establish a contract for emergency response services with a qualified vendor that would be in a constant state of readiness to clean-up a discharge of hazardous or regulated product on county owned property or property the county is responsible for. Notification of the RFP was sent to 574 vendors on June 23, 2008. Eight vendors downloaded the RFP information from the purchasing website and CBI was the sole responder to RFP -5093 by the due date of July 17, 2008. Due to the lack of competitive proposals and to ensure the county is receiving best value services, it is recommended that CBI's RFP 08 -5093 be rejected. Rather than re- soliciting the contract, staff intends to utilize the Florida Department of Environmental Protection's (FDEP) Contract #LE401 for emergency response services, which was previously bid competitively. Staff has reviewed the FDEP contract and believes that it offers a better value rate than CBI's proposal for labor and equipment. FISCAL IMPACT: There is no minimum expenditure in the approval of this contract. In the event that emergency response services are requested, Southern Waste Services, Inc. (SWS) will be obligated to honor their rates, teens and services for FDEP Contract #LE401 to Collier County Government. SWS is required to maintain comprehensive general liability insurance coverage of not less than $1,000,000 per occurrence. GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this executive summary. LEGAL CONSIDERATIONS: This item is legally sufficient for Board action. This item is not quasi - judicial, and as such ex parte disclosure is not required. This item requires a majority vote only. -JAB RECOMMENDATION: That the Board of County Commissioners reject the award of RFP 08 -5093 to CBI for emergency response services in Collier County. Prepared By: Rob Ward, Pollution Control and Prevention Department Page I of 1 Agenda Item No. 16C4 January 13, 2009 Page 2 of 119 COLLIER COUNTY BOARD OF COUNTY COMMISSIOD Item Number: 16C4 Item Summary: Recommend that the Board of County Commissioners reject RFP 08 -5093 to Cliff Berry Inc. (CBI) Meeting Date: 1/13/2009 9:00.00 AM Approved By Jack P. Curran Purchasing Agent Date Administrative Services Purchasing 12/1812008 1:20 PM Approved By Jeffrey A. Walker, CPCU, Risk Management Director Date ARM Administrative Services Risk Management 12/1812008 1:26 PM Approved By Jennifer A. Belpedio Assistant County Attorney Date County Attorney County Attorney Office 12/18/2008 2:44 PM Approved By Dianna Perryman Contract Specialist Date Administrative Services Purchasing 12/18/2008 3:07 PM Approved By Steve Carrell Purchasing /General Svcs Director Date Administrative Services Purchasing 12118/2008 4:14 PM Approved By Ray Smith Director Date Public Utilities Pollution Control & Prevention 12/1812006 4:30 PM Approved By Thomas Wides Operations Director Date Public Utilities Public Utilities Operations 12118/2008 4:44 PM Approved By James W. DeLony Public Utilities Administrator Date Public Utilities Public Utilities Administration 12/19/2008 10:31 AM Approved By Randy Greenwald Management/Budget Analyst Date County Manager's Office Office of Management & Budget 12/22/2008 3:09 PM Approved By James V. Mudd County Manager Date Board of County County Manager's Office 12/2312008 6:09 PM Commissioners file: / /C: \AgendaTest \Export\ 121 - January%2013 %202009\ 16. %2000N SENT %20AGENDA \... 1/7/2009 w,. 'M W I We �A He O 0 TABLE OF CONTENTS Section 1 Attachment A — Contractual Services Bidder Acknowledgment Section 2 Transmittal Letter Section 3 Technical Response 3.1 Introduction 3.2 Qualifications and Experience 3.3 Organization and Operational Procedures 3.4 Scope of Services 3.5 Technical Approach 3.6 Personnel 3.7 Equipment 3.8 Laboratory Support 3.9 Schedule of Prices — Attachment C 3.10 Past Performance — Attachment D 3.11 DEP Past Performance 3.12 Diversity/Minority Business Utilization Plan Section 4 Section 5 Respondent/Subcontractor Summary Form — Attachment G Subcontractor Agreement Letters Agenda Item No. 16C4 January 13, 2009 Page 4 of 119 Y I Agenda Item No. 16C4 �a.a..sarr c STATE OF FLORIDA SUBMIT PROPOSAL TO: Dgmhmnt of EEmikonmemd Prowdofe `RSCo OMM REQUEST FOR PROPOSAL xo9 cOlnnwtNe.eln, rarod.. Roan 270 TaIwassse, PkNida 32799 1727 CONTRACTUAL SERVICES Telephone Number. Bidder Acknowledgment Pape 1 of PROPOSALS WILL BE OPENED 02:09 P.M, THURSDAY, 9120M PROPOSAL NO. 00 Pages and may not be wAhdrawn within So days after such dale and time 29020MC AGENCY MAILING DATE: PROPOSALTITLE: EKERGFNCY RESPONSE SERVICES 9&17N1 STATE PURCHASING SUBSYSTEM (SPURS) VENDOR NUMBER F - 650183433 -010 VENDOR NAME REASON FOR NO PROPOSAL SEP 26 2001 SWS Environmental First Response contracts VENDOR MAILING ADDRESS 1619 Moylan Road CITY - STATE - ZIP —70STING OF BID TABULATIONS Bad anwbnw all laeanww awaeah sea e ew,and ha ww by Mthous, e n BN Panama City Beach FL 32407 l " I pseast arhefe dah nwwwand Mo. lw.gmmw. W Ndw 72 hyena Pallasbaea and Ms an 6 h Bambn t2p.6f(d a larun m pat Me IwIW a oMx YwaXy PHONE NUMBER 5 AREA CODE — — shmuw1Mh lapwnabbrrl ,wad mra no,emdMNdwaYmb ewalaadptwsaompa ldldw van poss^aMw FREE NUMBER 800 — 852 -8878 ChW*l t20' on or~ 1011 ImpdyeW BW Rgws,pb nanahwewdprwr� WrswNd, dexrRNdb •ArarPwTwPtm em,w arauMNW.prdoahwfaMaanb ma almPa,aaamtNnwlt. rtlYMaPwwwb anbr� awrmanand.tpprrvvss ro.Nde eY.e aIMPWPme� aroeswry aawrw mebrwWbpw eIMPr4vWAweMAnmrarb ayelNP,wawrbbawPYrtY xlMYnprMwY eaaWA'V Mw.lrrseaa b AU O IZED SIGNATURE MANUAL 1 ) dM(aaaawmr P.woW hdtMYMpq,m�and alad,ewWt w.garwy w Ma Sub a Fldrka. van Rawea aahra yew nPaes If W 61M Pmpay y q�xpYO; ar Prdpos,sraW OOmw: as espPl orNnyw-b Me Bban ifFmrma .added edaavhbwdhwedwo Jam a J. Weber Jr. President arras, dwaw pmry nowahwtller .assess surds, Oa AMAhuw dwiPrbw 9laM and rib srY.dFmnm sea aamgawm M.pdwwponnPmnw aamiNCpumtewdaawWMer AU HORI D SIGNATURE (TYPED) TITLE fix, 1,d. aw m m.a.a Ma1N .°rose nbs'ii :,rev mt•w1..Wm prymwrwMa PrdPOe.r. GENERAL CONDITIONS SEALED PROPOSALS: N"ohowamawtlY wpYl wwses"nw arm mm a (d) INVOICING AND PAYMENT.. Tha arAr.mor .Hell se cam wan .usmlYron aamad send sWsnhw h a mabd ambMa. (DO NOT M)CUIOE MORK 1"M ONE MOPOSAL Pala W41LOPE) The andeathe amrobp• yew oonanh. M adtl6on m the saws aWresR M nab a P dog , oM)Nd hwob.s m Ma puroheesr as Me sneso sllpWtw on IN 0 Mwl M Ban end Oa yeah, is mold, efts, tlYMr, as, w amemse Of 20d*, kw M dctlws an,,mofdhe Fro mtl coe" and IN Possible Menbef. PrOme lPdcYna$b Won asaMad pr" Mama when remand pun be b)ww. NI P•Pmwas w aemlepl to Me carpnbn A ay. se Paldeo. I.I.. Mae oonUM the canned minbor, puray. order number and Me owlraptwe SPUR, vendor numNr. An adglnal and M,N Pemmsl spedlisM herein. llwN wddh do not dmwy WM MaN careyetlmt ale eratyw bwleetica. (S),�badar Mwk.awNaWitYed.lheeal Mayon Mplrw bye made WaraMrb eadrea b mw ss .1. M •taro has •greed diharMew Mwkw ea anes or OMr 1. EXECUTION OF PROPOSAL: Pwmatl hest ooeshamwwl aPana.aaweabW owpn Bwm w awsm, or awannY wa,talad N epm,mnpe war tlb rain tl or b,br repesweunw In dM spaah Proamed aticoa PropaN deal ah NPs, or peMw In NL Use of row yaoaW M sea" 1n21et and 267.066, F.SAcnamsT PENY.np: PMawa anwbls M an not Maryland. a ovMe made by Pupdes, m roe Propose prop mW w shell bye made In eco,hums with Saabn 216,422, F.S., wbldh mute the bNlwtad. Tab carbetry nrM died 9PVRa r011aa wmbuaw rimeaTare aaMpemdnm bid wmr.mora right, and Me SYIt spenwo tee mumMUaa poncemMp Interest p ndlmatl.CarpNU preerlW MmmmlaayrMC •aWrrLand Mm MepropoW.pyouwnma imewwww".01MMI as agvdgN.VOa)011 PID7PON6E STRW:TOappw raesanrW NWamM yeah O. pwm. ntaManWeMNBenkee . wood Bdp PapfaYW,4ca0 anvan w)bbe Roved, aialwn for veWa psymwe NYiry, Vermon ne6'ma1660) EWINmee Way, Men 660, TLbhmeN. PL a MMAM.(M) 407-4064 henwebanly. stS7261bds,ser 7 Am. "6P+d. Magay, IMO,leye FiOrybapwM on Ban sues, aPnsions 2. NO PROPOSAL SUSUnTED: 11 not suaM6rw a Propose. rwraw by radanlrp ry SWe egwd•r. TM elrsead mr hAdiN w FigaM es, BpwaM spYesM win. VCIDOROVRt1o0M11Nr Yponse PPeagOpwSseNwMMbw.gwrorramb.eeY. M,,,d,yNMo." i dVrmnlMn, nursing It -No PROPOSAL' seed esplaM fthhawn m Upmt WacYhYaa �amNreahwbesPwawstpow Me wepum prwbWt6faa. FWaabtwpamb aaocaaMmaaldaamwawApglWNaw.ds godNOYeaM.nY Mead conriart Oth wdah andwrvbw. WeNMS bad rNnn brgohdWWe, romm�brtAnwbmawt cwdew,,aoMwpwaeaMispaxl tleeltnd ntMQaaaror IMMaeeonanra W ftOepadRY OSPs,100 ofSrr lw ,MeFiressM1h,Ndasan,Menswear rpuYlKKs,IV ,amond.aw. rwmpd Moue la,wndval a van somiseemw born 6s, proddsw man MorawhapgBa it saved adtlo,,a. The MYeartle. Mai hwwM IM.Now: Toques,Y shwedem, pdsuar rtop Nbw a'NO PROW11W. and It meal setlaress . hulwte nauoint w4lard nopaW and woos ay whamswnwhwdty, ah remained n law dun pan wand proposed opening Mery and Ibpr, sat by convemw. . �MbrMCane 6ae drys,d salNdif rv.03 3. PROPOSAL OPENt4ft YIIMpewk.mtlae bcdbnt Merin wesmayed 10 Me TO 66Ad Ra�Ml bees yeah psyede,Mseleeanb Us, lmnlpe wwa, Me ePMMPeWb FS, ad payeelaiarwton 110 MappgwlaMMw,ab,00nbdaw rprcypadtYlW aam.TM enwsa perry pwrdw ad M endow Mm mo,1or ft Mo en'SreWaWdnymaawNMphany nwapbaswot m Ma pwpw weand dsN afro P•P•sa oanhp. Proposes whits foram eNeyet opr rwtw emlbn Wwa76dry Bye peMca blrostlrwpbpOm .YmewM b/Me. MImMPRMaN aNes Mw an 111 Mdse wM eolahaaarW Urar yew aelpye wuewa pseadles,41.0 MMMrs0. waind0eoaro10erW.011en byMWmna MbpMnewnt.ompbW.AOwpdsel ,,,w bye amrW aneropwbN a MM Proposed. NOTE: Propmp anWaahYweNmmNlwd while hero b ah ron.na b • vwba neoel,ee a vendor MPareeca errs, wM owls b dairy MMep The lmakeaAnent MS a apwpsy odvpbf ,pdn wMhen ,eyed wth an wwbssd. Na addressaxi, b PW anpom died aymw dye pr.delefarlMw M. sivoc a and nave ah sawlneddlaMp n nw wombed hossby wrpdMmwt or Cmu an has man MsaiaaDnrmaMg Me apwgy.A WntlorGrou0lmw INe awn eataheNled wend tls, sided t Depermwedl Resifts erld feeds, iMdupYtl6isbevquY inclW atlmpY Ne6WmIt Pmp=W woust oft Ne rail bye PtaiMed by Isloo ons. d ten mq NmpNeneM PrddoragadYbq wryp suit 4. PRICES, TERMS AND PAYMENT: F. ImpN yew N PrmaW es, hdewe M wby=awe,a amino, lien CrlmuneeN wise la cam • Po60140ased4 ye ry yang Me suit NMbY randaW w ees pumAewr. P d Coned u Halle, idwdn -ii v M Sou Pmass, M snY resew dye aonmwu and Cartm Hoar dI1N111alYCes wnwMp ronpsylydw, yeses Ws,'lure Is • eae Brady (e) TAXES: rho BMW rd aY F.deralrnmr pan SWS awadiM d n rom.,, PuaheMgna.In wdhp,.wlaieMea410ed augserbwPd erg rawwwaY Orahn sid .Beaota omtwwNnWwwlapplybpu naarvloNbWn tam ce�deaurc�WN bed WOUpwcyuYwMONYM WencywnpMwMrawpP .Iwwd aw0aeII16Aw,F9. arahrhThas ,cheseea fps Me Meprowns,nt Of suleawnW rW pwysrry as ahtuue In Chapter 192. F. S. (a) ANNUAL APPROPRIATIONS .- T)w sub of FW&'69 M cam are W060nb p r, uWar Bas =bad to =is grant umn M snap eppooinks ov Me was•b•t . (b) DISCOUNTS: Cash dlwcurds for PrenaPI Payment that nt IM con.tdoned In marninho Mbwawnm mm b, PwPdw avalwtla Pllpwe6. S CONFLICT OF INTEREST:The Nwd hwurrahr b*LbIW to 6s, pwwlas of ChWW 112, F.6 Propose a same dbcbN wen May Propoew Use rams p any o0car, dndye, or agent (0) MISTAKES: Propoawaweimwledbasardn OMCaWeone.smad wM, POaoew Mo b pw Ywnpbyea of Me lands d snake, or ate of llaapntlw. Forma At premews salt prkea..bengn4 as, el lnWWwd) oneahaMMp to lM..tares inwbw. Fanure In do da,m, db roanamy easy w,,,,*ym who oars, drably or Indirectly w banMt a 6W(6KIa assn ah se M proposers dew UM PBees M and Moved In away, non h the PrwoNYs Pre or ens d ah brwbhm, M awprah wM GtWbr W. FS_ n . �na 6nrem6eep .cone.dMp�naMawpaoMPa�ureIC, �,�or IN. F.6.. b pwbn a ad d Me MlaaMmes a a atbYatam ORIGINAL Iolue red sea NO. « Wany n • pl KK n s" a w pem tlng In M draNrry a e ao0swa OMMN h Ift Minimal MUM n Man DEP OalkNtlorl N0. i0e2g01C. AodmwwlA Pop T yeas apadnc s,Otwme6w:aMPOpowrasaw wMOeINT,PNPmtla,ryautledlMawl. A F]VVUM111019TAL FIIII RE5113ION5E 800- 852 -8878 September 19, 2001 Ms. Ruth Heggen Proca=czd Section, MSN93 Florida Department of Environmental Protection 3900 Commonwealth Boulevard Tallahassee, Florida, 32399 -3000 RE: Transmittal Letter for Response to Request for Proposal K 2002001C " Emergency Response Services" Response Region - District 4 Dcar Ms. Heggen: Agenda Item No. 16C4 January 13, 2009 Page 6 of 119 Southern Waste Services, Inc. DBA: SWS, Environmental First Response (SWS) along with our analytical and disposal subcontractors is pleased to present this proposal to the Florida Department of Environmental Protection, Bureau of Emergency Response (FDEPBER). We have carefully examined the Request for Proposal (REP) and are confident that we have the Personnel, Egrripmem and Expertise to perform this com sot and all required services. The corpmate contacts for this RFP are: James Weber harry Marsh President Senior Operations Manager • 1619 Moylan Road 1619 Moylan Road Panama City Beach, Florida 32401 Panama City Beach, Florida 32407 1- 800.852-9878 1- 800 - 852 -078 • On behalf of SWS, we thank the FDEPBER for this opportunity to present this proposal and are committed to a continued suocessRil relationship. First Response Atlanta, GA Orlando, FL Tampa, FL Panama City, FL Ft. Myers, FL Pensacola, FL Ft. Lauderdale, FL St Petersburg, FL Montgomery, AL Decatur, AL Savannah, GA Agenda Item No. 16C4 January 13, 2009 Page 7 of 119 3.1 Introduction Southern Waste Services (SWS), conducting business as SWS, Environmental First Response, was established in 1988 to provide emergency response, plant maintenance, and remediation services to clients in the southeastern United States. Since the Company's inception, SWS has grown to become the premier provider of these services in the Southeast with 15 offices located in Alabama, Florida, and Georgia. SWS is a Florida owned and Florida based organization serving the environmental needs for public and private organizations and businesses in the fields of emergency response, site mediation, and absorbent manufacturing, distribution, and sales. SWS has bad the distinction of serving Florida Department of Environmental Protection, Division of Law Enforcement, Bureau of Emergency Response (FDEPBER) as the Emergency Response Contractor for four of the seven current Response Districts (Districts 3,4,5 East and 5 West) over the past 5 years. Under these contrails with FDEPBER, SWS has successfully responded to a variety of spills, or threatened releases, in an area that geographically covers nearly 70% of the state. For this proposed contract, SWS offers FDEPBER the proven skills, prior experience, and emergency response capability to promptly and effectively cleanup any spill, or threatened release, of oil or hazardous materials, as required in the Request for Proposal (RFP) No. 2002001 C. If selected as an emergency response contractor for FDEPBER under this procurement, SWS will menage all responses and work authorizations with consistent vigilance and a heavy emphasis on safety and cost management. SWS will demonstrate in this proposal the capability of managing all aspects of the awarded contract under this solicitation. Relevant experience that SWS offers FDEPBER under this proposal includes: 4 emergency responses for public and private clientele; O mediation project management for petroleum and petrochemical facilities; • proven experience managing a wide variety of emergency and non - emergency projects involving both hazardous, and non - hazardous, materials, substances, and wastes; and • environmental sampling and monitoring capability before, during, and after site removal activities. Representative projects demonstrating the experience and capability of SWS can be found in the Technical Response under Section 3.2, Qualifications and Experience Based on the location of the Company's primary service centers and the desire to provide the highest level of response capability, through optimum logistical locations and superior equipment utilization, SWS proposes to provide Emergency Response Services to FDEPBER District 4, utilizing SWS Service Centers located in: 4 Tampa, Florida 4- St. Petersburg, Florida * r sk Wares, Florida ? FL Myers, Florida . N Kissimmee, Florida SWS Environmental First Response DEP — Emergency Response Services r 1 lJ Agenda Item No. 16C4 January 13, 2009 Page S of 119 The management philosophy of SWS stresses the application of a strong Health and Safety component along with providing superior project management skills in controlling and mitigating spills and incidents for its many clients. Peer review and involvement among the key personnel herein identified will ensure that quality objectives as set forth by FDEPBER arc consistently met. SWS strongly believes that the success of any potential contract with FDEPBER lies in the ability of the Company to sad* both planned, and unplanned, events during the contract term. A primary objective of SWS will be to maintain flexibility and adaptability to better serve FDEPBER during the term of any awarded contract under this solicitation. Additional considerations for SWS will be the expansion of the Company's past and present relationships with FDEPBER under this contract. SWS will endeavor to provide additional value at all times to the FDEPBER during the execution of this contract. Assistance in providing cost - effective responses to actual, or threatened, releases while mitigating long -term liability will be the primary operational focus of SWS Response Teams under this procurement. Effective communication and interaction between FDEPBER and SWS will greatly benefit both parties in successfully accomplishing the objectives of this solicitation. Meetings between FDEPBER and SWS to review performance under this contract should be held periodically to improve overall contract effectiveness and efficiency. Reviewing past, and current, projects, identifying strengths and weaknesses, and incorporating mutually agreed upon modifications to response postures and resource deployment will greatly assist FDEPBER and SWS in improving the effectiveness, and overall performance, of awarded contracts under this solicitation. The Company's operational philosophy of maintaining the highest level of professionalism and ethics will eliminate any potential conflicts of interest that may arise dining the execution of assigned work orders. SWS is committed to promptly complying with all reporting requirements referenced in this solicitation regarding real, or potential, conflicts of interest that may arise during the course of this contract. The proposal that follows complies with all requirements as referenced in the Request for Proposal No. 2002001 C. The Technical Response for this RFP, as prepared by SWS, will establish the unique qualifications of the Company to satisfactorily perform all work as anticipated under this procurement. SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 9 of 119 3.2 Qualifications and Experience Comosav Overview: SWS has demonstrated its capability in successfully responding to, and managing responses to hazardous and non - hazardous materials, substances, and wastes for a wide variety of domestic and international clients since the Company's inception, In some cases, these responses have required the prompt mobilization of pemmicl, equipment, and supplies to remote locations, such as the Andean highlands and mountains of Bolivia for an emergency response to a pipeline rupture and subsequent release, that require strong internal management systems and immediate resource activation procedures. To demonstrate the extent of the Company's service capability, and its ability to satisfactorily perform under this solicitation, three (3) outstanding cleanup operations or emergency situations am presented in this section. These projects involved the activation of appropriate resources, effective coordination and deployment of response resources, strong tactical operations to promptly contain and cleanup the spilled material, effective procurement systems to supply the needs of the response team, and mitigation of long -term environmental liability to persons and property Representative Experience: The primary service offered by SWS since the Company was established in 1988 is emergency response. SWS has been involved with responding to major oil and hazardous materials spills and • performing cleanup actions on some of the more notable incidents in recent years. With a nation -wide reputation gained by providing quality services to our clients along with maintenance of the highest standards of integrity, SWS has been involved in projects ranging from oil spills in Bolivia, Brazil, and Puerto Rico to responses for a variety of clients in virtually all geographical locations domestically. The Company has performed emergency response cleanup actions involving most listed, and characteristic, wastes as determined by the United States Environmental Protection Agency (USEPA). E Some of the more significant of the hazardous materials responses performed by SWS includes the cleanup of Mercury contaminated businesses, residences, and schools; train derailments involving acids, bases, and other toxic substances; responses involving biomedical and biological products and wastes; and management of responses involving water, air, and shock- sensitive products, substances, and wastes. Some of the more significant oil spill responses that SWS has participated in includes: • Tampa Bay Barge Collision (No. 6 Oil ) — Tampa, Florida • Morris J. Berman (No. 6 Oil) — San Juan, Puerto Rico 4, M/V Julie N.(No. 2 and No. 6 Oil) — Portland, Maine �i Transteddes Pipeline Company (Crude Oil Spill) — Oruro, Bolivia �r Colonial Pipeline (Crude Oil Spill) — Houston, Texas • Genesis Pipeline (Crude Oil Spill) — Collins, MS • Potomac Energy Power Company (No. 2 and No. 6 Oil) — Aquasco, Maryland SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 10 of 119 This partial list of oil spill responses that SWS has successfully managed doesn't include the thousands of smaller spills and releases that the Company has responded to over the years. SWS is estimating that the Company will respond to over 1,300 incidents this year alone, after responding successfully to nearly 1,200 incidents in 2000. The Company's ability to successfully respond to oil spills or releases is supported by a significant inventory of marine response equipment, This capability to successfully respond to spills, or releases, in coastal waters, bays, rivers, and other navigable waterways provides FAEPBER with experienced resources to protect sensitive coastal areas throughout the attire state. Some of the more significant hazardous materials responses that SWS has participated in includes: is CSX Transportation Train Derailment (acids, bases, and oils) — Marianna, Florida 4, Nicor Natural Gas Corporation Remediation (elemental Mercury) — Chicago, fllinois ERRS Region 4 Removals as a teaming partner with rr Group (acids, bases, chlorinated hydrocarbons, pesticides/berbicides, shock - sensitive materials) -Cr Celadon Trucking Services (organic pesticide fire) — Jasper County, South Carolina * Carolina Skits Warehouse Fite (Methyl Ethyl Ketone) — Waycross, Georgia SWS has managed many complex and technically demanding remediation projects, demonstrating the Company's ability to successfully manage projects involving historical contamination to commercial property and the environment. Some of the more significant of • these projects involved managing sites contaminated with hydrocarbons, chlorinated solvents, arsenic contaminated and dioxin contaminated soils, as well as management of long -term remediation projects involving the installation and operations and maintenance (O&M) of groundwater treatment systems. • As part of the existing services provided to private clients, SWS has performed responses involving biological products and waste spills that requires special training and capability. To this end, SWS has an established a Blood -borne Pathogens Exposure Control Plan (ECP) to ensure the safety of response personnel involved with cleanup actions involving these materials. The SWS ECP includes training in accordance with the OSHA Blood -home Pathogens Standard, 29 CFR 1910.1030, and is designed to eliminate or minimize occupational exposures to employees from blood or certain other body fluids. Examples of bio-medical, biological warfare substances, and chemical warfare substance responses successfully completed by SWS includes the following: • Universal Engineering Sciences (Anthrax Response) — Orlando, Florida • Radisson Bay Harbor Hotel (Bio- medical) —Tamps, Florida SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Pagel 1 of 119 • SWS has successfully executed responses involving air, water, and shock- semsitivc materials and substances. Extensive Company Health and Safety protocols are strictly adhered to in responses involving these materials. Some representative projects managed by SWS includes the following: * Orion Refining Corporation (Ethyl Aluminum Dichloride) — Norco, Louisiana S Hoescht Celanese ( Picric Acid) — Houston, Texas SWS currently serves FDEPBER as a waste transportation services contractor in the four out of seven Response Districts (Districts 3, 4, 5 East and 5 West under this solicitation). Serving in this capacity, SWS is acutely familiar with the proper collection, sampling, characterization, temporary storage, transportation, and disposal of wastes resulting from emergency and non - emergency response actions. SWS fully adheres to all applicable state and federal waste management and disposal regulations governing the collection, transportation, and disposal of project wastes. SWS has demonstrated the ability to accurately sample and characterize recovered waste materials for recycling, treatment, and/or disposal on thousands of projects. Many projects managed by SWS require the cost - effective transportation and disposal of recovered wastes as a result of emergency and non - emergency projects. The Company has the proper licensing and an extensive inventory of transportation equipment to properly transport most, if not all, of the wastes that may occur during the term of the proposed contract. Included in this section is the current licensing held by the Company to fully support any transportation - related needs that FDEPBER may have under this proposal. • Some representative projects that SWS has successfully managed involving transportation and disposal or routine, and project - specific wastes, includes: • • Harding Lawson Associates (Department of Defense) — Statewide • Coastal Systems (Irboratory chemicals and reagents) — Panama City, Florida • First National Hank of Northwest Florida (HA ZCAT) — Pensacola, Florida Disposal of hazardous, and non - hazardous, materials, substances, or wastes are commonly complicated by the introduction of additional media that limits recycling and re -use objectives. The Company's Transportation and Disposal Coordinators are well- trained and experienced in reviewing and evaluating all possible options to recycle or reuse the collected waste. An important element of the Company's operational philosophy of providing additional value for our clients involves reviewing and evaluating all options to reduce long -term risk and liability regarding waste management issues. SWS Environmental First Response DEP —Emergency Response Services f._. 40 Agenda Item No. 16C4 January 13, 2009 Page 12 of 119 Licenses, Certifications, and Permits: Discharge Cleanup Organization Certification • First Responder /Complete Cleanup Issuing Authority. Florida Department of Environmental Protection Division of Law Enforcement Bureau of Emergency Response Service Center Expiration Date: Ft. Myers October 17, 2001 Panama City October 17, 2001 Pensacola November 7, 2001 Ft Lauderdale October 17, 2001 Pinellas Park March 8, 2002 Bio- hazardous Waste Transporter Registration Issuing Authority. Florida Department of Health Issuing Authority: Georgia Department of Natural Resources Terminal Facility Discharge Prevention & Response Certification Issuing Authority: Florida Department of Environmental Protection Division of Waste Management Tank Regulation Section Service Center Certificate Number Expiration Date Panama city 98056 July 25, 2002 Pinellas Park 98328 July 28, 2002 Comprehensive Quality Assurance Plan Issuing Authority: Florida Department of Environmental Protection Identification Number Expiration Date Operating Permit, Septage Disposal Service Issuing Authority. Florida Department of Health & Rehabilitative Services S WS Environmental First Response DEP — Emergency Response Services • 40 Agenda Item No. 16C4 January 13, 2009 Page 13 of 119 Hazardous Waste Transporter Certification Issuing Authority Florida Department of Environmental Protection Service Center Expiration Date Panama City EPA ID# FLO 000 936 831 November 1, 2001 Ft. Istuderdale EPA ID# PLR 000 050 385 October 1, 2001 Pinellas Park EPA ID# FLO 000 996 744 November 1, 2001 Tampa Issuing Authority: Alabama Department of Environmental Management Issuing Authority Georgia Department of Natural Resources Service Center Expiration Date Savannah EPA ID# GAR 000 013 086 N/A Atlanta EPA ID# GAR 000 020 172 N/A Used Oil Transportation Registration Issuing Authority. Florida Department of Environmental Protection Hazardous Waste Management Section C..v:r. r r.r Remctratirm Number Emiratlon Date FLO 000 996 744 *Includes Oil Filters Hazardous Material Abatement & Remediation; Fueling Systems; Demolition; Hydroblasting & Sandblasting; Clearing, Grubbing, Snagging Issuing Authority. Mississippi State Board of Contractors Discarded Hazardous Material & Sludge Hauler's Permit Issuing Authority: Broward County Department of Planning and Environmental Protection, Pollution Prevention and Remediadon Division T :—. 1,r,...,t... Expimtion Date Waste Hauler Discharge Permit Issuing Authority: City of Tampa Permit Number SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 14 of 119 Vessel Sanitary Waste Water Removal Service Issuing Authority. Board of County Commissioners, Broward County, Florida Permit Number Erairation Date Liquid Waste Transportation Permit .0 Issuing Authority. Dade County (Florida) Dept. of Environmental Resources Management, Pollution Prevention Division Permit Number Ernitation Date Motor Carrier Identification Number Issuing Authority U. S. Department of Transportation Federal Highway Administration Identification Number Expiration Date 448238 N/A Hazardous Materials Certificate of Registration Issuing Authority: U. S. Deparrmem of Transportation Research and Special Programs Administration United States Coast Guard Letter of Adequacy Issuing Authority: USCG MSO Tampa Service Center Issue Date Pinellas P&J4 Tampa Ba-y March 30 1995 Issuing Authority: USCG MSO Mobile Service Center Date Issuing Authority USCG MSO Savannah Service Center Issue Date Savannah August t5, 1997 Issuing Authority: USCG PASO Miami SWS Environmental First Response DEP - Emergency Response Services • • Agenda Item No_ 16C4 January 13, 2009 Page 15 of 119 OSRO Certification - Classification Guidelines Assigned Number, 97 -105 Issuing Authority: USCG National Strike Force Center SW S Environmental First Response DEP — Emergency Response Services N. w' E,if'[...�.2'-~'�5B � .®' 4v�3iIG am ice. SW S Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 16 of 119 Outstandine Proiects Train Derailment: Lead Firm SWS. Environ±rnntall First Response Project Cost $ 1 -7U Name of Client CSX Tran-4portation Contact Person FA Cook Current Telephone # (2) 359 -3249 Project Description The SWS Team responded to a 34-car derailment near Marianna, Florida, resulting in the release of chlorate, hydrogen peroxide, sodium hydroxide, ammonium nitrate, and tall oil fatty acids. Response teams from several SWS Team offices conducted an initial assessment and determined that several of the tars were heavily damaged, requiring immediate actions to contain product left in the damaged cars and to prevent further contamination to areas adjacent to the derailment SWS personnel prepared a site- specific health and safety plan and commenced construction of access roads, surveillance trails, and impoundments to contain spilled products within the designated exclusion area. Recovered products were bulked into temporary on -site storage containers for off -site disposition. SWS provided response management, response execution, and logistical support for the client This project was managed by Harry Marsh • Major Water Borne Oil Spill Response: l -- Lead Firm SW 5_F`menW First Response Project Cost $1.734 -346 Name of Client United States Coast Guard — MSO Tat64za Florida Contact Person Commander CyntW Ctowe Current Telephone # (9111 ) ''?&219 Project Description During routine dredging operations along an area scheduled for beach re- nourishment, residual oils were encountered from a major spill that occurred in the area in 1993. The SWS Team was contracted to provide dean -up operations for the three -month duration of the operation. The scope of work required the SWS Team to provide monitoring and clean -up capability on a 24- hour per day basis in support of the dredging operation. The SWS Team constructed a staging area for the contaminated spoil removed and used vacuum equipment to recover residual oils released during beach restoration operations. Due to the politically sensitive nature of the project, the SWS Team implemented noise abatement and control procedures to minimize disturbing nearby residences during the project's duration. This project was managed by Robert Raymond. �1 LJ SWS Environmental First Response DEP — Emergency Response Services L-1 • • Agenda Item No. 16C4 January 13, 2009 Page 17 of 119 Natural Disaster Response: Lead Firm SWS F.nvironmen i First �R ypoge Project Cost Name of Client Fs a�CcunN — Solid Waste /Road Deoar*ur+ent Contact Person John Kusnerek Current Telephone # ($50) 595 -3527 Project Description SWS was contracted to provide collection, transportation and debris reduction services for the large amount of storm materials recovered along public right- of-ways in the aftermath of Hurricane Erin in Pensacola, Florida. SWS had dedicated crews employed for this project utilizing knuckle -boom trucks and front -end loaders to transfer the collected debris to roll-off trucks for transport to county collection sites. SWS staged and managed air curtain incinerators (smokeless) at three collection sites in the county to bum all vegetative materials collected during the response. An average of 5,000 cubic yards of material was collected and treated daily during the 10 -week project. This project was managed by Butch Warden SWS Environmental First Response DEP — Emergency Response Services • I 1 U Agenda Item No. 16C4 January 13, 2009 Page 18 of 119 3.3 Organizational and Operational Procedures Southern Waste Services (SWS), dba SWS, Environmental First Response, was founded in Florida in 1985 and subsequently incorporated in 1988. The Company currently has 15 offices in Alabama, Florida, and Georgia, with 10 offices located in the state of Florida The Company will perform the majority of the work internally as contemplated under this solicitation. SWS will create a contract- specific organization to fully support FDEPBER in its various operations. This organization will be tasked with being an effective and efficient resource for FDEPBER when activated, BER Work Authorizations, when issued, will be managed by the following personnel: ✓ FDEPBER Response District 4 - Point of Contact (POC) — Robert Raymond ✓ FDEPBER Response District 4 - Alt Point of Contact (APOC) — Peggy Weber ✓ FDEPBER Response District 4 - Service Center Manager (SCM) Greg Williams — Tampa, Florida Darrell King- St. Petersburg, Florida Kenneth Straub — Lake Wales, Florida Renard Manley — Kissimmee, Florida ✓ FDEPBER Response District 4 - Contract Administrator (CA) — Shelly Czupryna FDEPBER Response District 4 Point of Contact: In District 4, Robert Raymond, Regional Operations Manager, will serve as the point -of- contact (POC) for FDEPBER under this contract. Mr. Raymond will be responsible for receiving emergency and non - emergency work orders. He will be tasked with initiating internal mobilization of appropriate resources for hazardous and non - hazardous materials spills, or threatened releases, and ensuring that all contractual requirements are consistently met. Mr. Raymond and local service center managers will immediately implement cost management procedures to provide FDEPBER with real -time cost tracking and reporting capability. POC — Contract Resoonsibilities: ✓ Serve as point -of- Contact (POC) for the prompt execution and staffing of all assigned work orders. This includes overall management of the level of resources committed, cost tracking and reporting, project health and safety plans and pmexdures, and project procurement policies and procedures to be utilized during the course of the work order. ✓ Assist FDEPBER representatives with project equipment and personnel requirements for assigned work orders ✓ Compile, prepare, and distribute all work order reports ✓ Supervise the pAlaction of work order daily cost reports and project invoicing FDEPBER Response District 4- Service Center Manager: For FDEPBER Response District 4, these key personnel will serve as a direct resource for FDEPBER in this Response District. These individuals have years of experience managing a diverse array of projects, from oil -spill and hazardous materials responses to managing complex SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 19 of 119 • remediation projects with multiple wastes and site hazards. These key personnel have directly managed numerous emergency responses to oil, chemical, and biological spills. These contract - dedicated individuals will be tasked to provide additional value for FDEPBER during the planning and execution of assigned work orders. Establishing solid working relationships with FDEPBER representatives in their response district will the primary objective for these personnel. SWS Service Center Managers will provide all necessary labor, equipment, and materials to promptly, and satisfactorily, complete assigned BER work authorizations. The Service Center Manager and his project management staff will provide on -site supervision on all assigned projects and will have direct responsibility for all facets of the work, including site safely procedures, quality assurance and control, and overall work order performance. The SWS Service Center Manager will be responsible for compiling all project information necessary to generate project reports and invoices. FDEPBER Service Center Manager Responsibilities: • Mobilize resources as directed by Response District 4 POC to emergency and non- emergency project locations • Coordinate multi -office responses to increase the project level of effort when required • Directly supervise work order performance in support of the FDEPBER State On- Scene Coordinator (SOSC), including health and safety, operational execution, and cost tacking and reporting ✓ Supervises subcontractor performance and directly manages project procurement requirements FDEPBER — Contract Administrator. Ms. Czupryna will serve as the FDEPBER Contract Administrator under the proposed contract for Response District 4. Ms. Czupryna will be responsible for the collection, validation, and production of verifiable labor, equipment, and materials charges incurred during the execution of assigned work orders. Additionally, Ms. Czapryna will prepare electronic invoicing and associated reports for submittal to FDEPBER, after receipt of all BER project paperwork from Tallahassee. Hard copy invoices with all supporting documentation will be submitted for all assigned work authorizations as required. SWS will manage all project data electronically with hard copies of project cost and data stored for inspection and review by FDEPBER representatives as required. FDEPBER— Contract Administrator Responsibilities: • Collect, reconcile, and validate work order costs for labor, equipment, and materials • Supervise the production and timely submittal of work order reports and invoices • Supervise and approve work order procurement policies and procedures and preparation of reports on procurement practices • Validate all subcontractor invoicing and deliverables (1TsuTaTce, bonding) in accordance • with FDEPBER and SWS requirements SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 20 of 119 I JSSubcontractimn, Selected subcontractors will be utilized in support of the prompt execution of assigned work authorizations issued SWS during the term of the contract These subcontractors were selected based on their financial and professional histories and their respective abilities to improve the overall response posture of the SWS Team. The subcontractors to be submitted for use under this proposal, and their respective contributions to the FDEPBER contract, are listed as follows: ✓ Clark Environmental— Disposal Services ✓ PC & B Envimamental Laboratories, lno.— Analytical Services ✓ Bhote Environmental Associates, Inc. — Engineering Support Em=encv Response Notification and Activation, In District 4, Robert Raymond, Regional Operations Manager, will serve as the regional point -of- contact (PM for FDEPBER under this contract Mr. Raymond will be responsible for receiving emergency and non - emergency contract work authorizations. He will initiate activation of appropriate resources for emergency responses to hazardous and non - hazardous materials spills, or threatened releases of these materials, and will ensure that all contractual requirements are consistently met Mr. Raymond and the nearest SWS Service Center Manager will implement cost management procedures so as to provide FDEPBER with minimal portal- to- portal charges for the specific work order. • The SWS Regional POC can be contacted 24 -hours it day, 7-days a week by calling SWS at (800) 881 -8369. This number is staffed 24 -hours a day to itmnedistely respond to the after-hours needs of FDEPBER and to promptly dispatch response crews and equipment for emergency spills or releases. In the event of a natural disaster, calls are routed to a service center outside the strike zone and calls are dispatched by use of cellular phones and/or two-way radios. This system has been put to the test during numerous hurricanes, including the devastating Hurricane Opal, and has passed with 100% response. • SWS has developed specific procedures for after-hours activation and response. Typically, calls that are received after -hours require personnel to depart their respective service carter within 30 minutes of notification. A supervisor, and equipped supervisor's truck, is dispatched to the site from his or her home immediately upon notification. Crews are typically dispatched within 45 minutes from the time the cell is received. Response personnel during normal business hours are typically dispatched within 15 minutes of the notification District-Wide Emergency Response Coverseer To satisfy the 4-hour response requirement for Response District 4, SWS has offi*s) located in the region at Tampa, St. Petersburg, Lake Wales, Ft. Myers, and Yissimmee, Florida These primary and secondary service centers have been certified by the FDEPBER under the Discharge Cleanup Organizations (DCO) accreditation. Based on the 45 -mph stipulation as referenced in this solicitation, the SWS Service Centers proposed for emergency response services will satisfy this requirement. (See Concentric Map). SWS Environmental First Response DEP — Emergency Response Services �mm UO� 0 Z N a � E�m �ca (p t6 C N I • `_ Z r �mm .o M L � N Em o, @a c a� 1. 0 I* Agenda Item No. 16C4 January 13, 2009 Page 23 of 119 . 3.4 Scope of Services To support FDEPBER in Response District 4, SWS has the experience and proven capability to satisfactorily execute any, and ail, assigned work orders. SWS routinely offers oft -spill emergency response, hazardous materials emergency response, non - emergency response and remedial site management services from its service centers in Tampa, St Petersburg, Lake Wales, Ft Myers, and Kissimmee, Florida In FDEPBER Response District 4, SWS offers the following services: ✓ Oil -spill emergency response ✓ HAZMAT emergency response ✓ Routine site maintenance and decontamination services ✓ Sampling, Characterization, Profiling, and Disposal services ✓ Transportation of hazardous and non - hazardous wastes, liquids and solids ✓ Long -term remediation management services With an extensive inventory of response equipment, each primary and secondary service center can promptly respond and contain any spill or release. Although the majority of responses anticipated during the contract term will be successfully managed by the primary regional service center, SWS will supplement these service centers with support from appropriate internal and external resources when necessary. Supplemental resources are available through the Company's offices and service centers include • railroad response and remediation services, enhanced marine response capabilities, and spill products manufacturing and distribution services. E Additional services available to support FDEPBER activities under this contract: • Railroad response and remediation services • Extensive oil-spill response inventory and capability ✓ Spill products manufacturing, sales, and distribution services Additionally, SWS has an extensive network of subcontractors to draw upon in the event of a major spill or release that requires an unusually large level of effort to safely and adequately respond These subcontractors have unique skills that may be required for response - specific situations that may occur. SWS Environmental First Response DEP — Emergency Response Services • Agenda Item No. 16C4 January 13, 2009 Page 24 of 119 3.5 Technical Approach Response Notification: SWS has implemented a responsive and thorough management structure that provides instant access to response professionals that will ensure an immediate response activation for FDEPBER District 4. The standard operating procedure for resource activation involves FDEPBER notification to the Company's emergency response phone number at (900) 881 -8369. This number is staffed 24. hours a day to immediately respond to any, and all, FDEPBER needs and initiate the immediate mobilization of appropriate resources to effectively manage any emergency situations that may occur. After -hours emergency response calls are referred to three key operational managers for prompt attention to immediate needs that PDEPBER may have. These key individuals are notified and immediately connected to the BER representative to exchange important details of the incident to ensure that the required resources, and in some situations resources in excess of the typical response posiuro as outlined below, are mobilized. These three key operational personnel are: ✓ Jim Weber, Jr. Corporate POC/President ✓ Harry Match, Jr. Alternate Corporate POC/Sr. Operations Manager ✓ Jorge Sanchez Regional Operations Manager Response Activation: Upon notification, work order hazards are reviewed by the SWS service center Health and Safety Officer (HSO) assigned to the response. Technical information from Material Safety Data Sheets (MSDS) are reviewed on the required levels of protection for response personnel, recommended material handling practical, and treatment options to neutralize or otherwise render the waste material inert and non - hazardous to persons or property. Information collected for use in prepaing a site - specific health and safety plan (HSP) is supplemented by communicating with the manufacturer of the product or substance and/or CHEMTREC or other information sourem Based on prior experience working with FDEPBER, SWS understands that the FDEPBER SOSC plays an active role in determining the response personal and equipment needed, prior to the response. The initial SWS Response Team typically consists of a supervisor and three response WAnicias. Depending on the severity of the response, this initial response team is deployed with a response trailer (oil -spill or HAZMAT) complete with personal protection equipment (PPE'), pumps. hand - tools, materials, and supplies. For marine responses, boat(s) with boat trailers, a minimum of 1,000 -feet of containment boom and boom trailer(s) are also typically mobilized. SWS is aware that company personnel may be requested to visit site(s) for a pre - performance inspections These visits will be used to unilaterally determine personnel end equipment requirements and to assist in developing site - specific FDEPBER work authorizations. SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 25 of 119 • Response Assessment and Execution: Immediately upon arrival to the site, the SWS supervisor, in coordination with the FDEPBER SOSC, will determine the response hazards to persons and property. After conducting a safety survey, which may include use of monitoring equipment to establish background readings and contamination levels, the appropriate level of PPE is selected and work zones established. The exclusion, contamination reduction, and support zones arc definceird and a safety briefing for entry beams conducted. Chemical and physical hazards arc reviewed and entry tithes strictly controlled. After performing an initial site survey with appropriate air - monitoring egmptneat, periodic surveys are conducted during the response to monitor site conditions during the containment and recovery operations of any spilled product, substance, or waft. Personal and perimeter sampling may be utilized based on the toxicity of the product and its proximity to residential or industrial areas. Results from periodic site and perimeter sampling are used to modify protection levels, entry times, or other work practices to be used during the response. Per SWS Standard Operating Procedures (SOP), Buddy systems are used for all entries above Level C (APR, protective clothing, and Level D compliment). The SWS entry teams are immediately directed to stop and/or control any releases of additional material from the source of the spill. Secondary containment is immediately established to contain the product and to control any additional contamination to persons and/or property. Secondary containment may consist of the use of strategically deployed containment boom, construction of temporary earthen berms and levies, or other means to control spreading of the released product to the environment. • Typical Response F.auipment Mobilised: s Equipment dedicated to the response will be largely dictated by the nature of the work authorization. For oil spill responses, the following equipment would be used: ✓ Workboats Woutboard motors. rope, and anchors ✓ Containment boom ✓ Skimmers, Vacuum Trucks, sad Traders ✓ Frac Tanks, portable storage tanks, drams, and other contaitrers ✓ Miscellaneous wash pumps, hose, and fittings Equipment mobilized to hazardous materials incidents will typically involve the following: ✓ Stainless steel or conventional tanks and trailers ✓ Supplied air systems, Supplied Air Respirator (SAR) and/or SCBA ✓ Chemical pumps, hose, and fittings ✓ Poly drums or portable container SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 26 of 119 • Waste Sampiiae, Transportation, and Disposal: Recovered liquids and solids from containment and collection operations are builceA if ample storage capacity is available, and the waste sampled for chacactmization and profiling purposes. Representative samples are collected based on the volume, matrix, and storage or containment area used, in compliance with the SWS Comprehensive Quality Assurance Plan (COMPQUAP). Composite samples per unit of volume era typically created from the various aliquots taken from the recovered material and samples are prepared for shipment to an approved laboratory for analysis. The collected waste will then be transported to an approved FDEPBER temporary storage facility after coordination with the FDEPBBER SOSC, unless the nature of the response required specific methods to safely manage the recovered materials. Should the FDEPBER SOSC require SWS toamamage the transportation and disposal of a site- specific response waste, the SWS project supervisor will then proceed to schedule off -site recycling or disposal of the recovered waste, after analysis is performed and the waste is properly characterized and profiled All waste management of the response waste will be performed under the direction, and in coordination with, the FDEPBER SOSC. Waste from the spilt or release would be competitively bid among FDEPBER approved vendors and award will be based on cost, scheduling, and the current compliance status of the proposed vendor. Response Rcuortint: . Project reporting during, and after, the response will provide critical information on the status of the response and produce real -time data on cost and response issues to the FDEPBER State On- Scene Coordinator (SOSC). All project- generated reports wilt be forwarded to the FDEPBER representative for review, consultation and approval prior to the commitment of additional resources or cost on behalf of the FDEPBER. 0 Project cost reports will be prepared daily (or more fiequently as required) for distribution to the SOSC and/or other FDEPBER representative(s). Procurement needs and procedures will be reviewed with the FDEPBER representative and estimated daily costs for these items included All approved BER project forms will be forwarded to the SWS Coati aet Administrator for preparation of the project invoice(s). An electronic invoice will be prepared and a paper copy Of the invoice, along with verifiable supporting documentation, will be forwarded to FDEPBER. SWS EnvirotmnenW First Response DEP — Emergency Response Services • Agenda Item No. 16C4 January 13, 2009 Page 27 of 119 3.6 Personnel The primacy strength of SWS lies in the skills and capabilities of its employees and managers. SWS has incorporated, and strongly endorses, a policy of improving the quality and productivity of its woMoroe by providing all personnel well - defined class -room and field training. SWS provides detailed training for employees at each of the company's service centers at levels that meets, and in many cases exceeds, existing regulatory requirements. In the opinion of management, investment in improving the quality of the SWS workforce yields tangible returns in the areas of reduced safety costs and improved field performance. For FDEPBER Response District 4, SWS primary (and secondary) service centers are located in Tamps, St. Petersburg, and Lake Wales, Ft. Myers, and Kissimmee, Florida In FDEP/BER Response District 4, SWS has the following organization in place to respond to any emergency, and non - emergency, work orders issued by FDEP/BER under this proposal. These key personnel have successfully responded to spills, and releases, involving a broad range of hazardous and non - hazardous products, substances, and wastes. ✓ Project Manager — personnel used in this capacity in support of the contract will have, at a minirm n, a high - school degree and ten years of supervisory experience. These key personnel will have task - specific training in areas of specialized environmental response and management, in addition to existing training requirements under current state and federal rules and regulations. These individuals will be directly responsible for all facets of the response, including health and safety procedures used ✓ Site Safety Officer — personnel assigned to FDEPBER work authorizations will have, at a minimum a high- school degree and five years of direct experience serving as a SSO on emergency, and non - emergency, responses for this contract. These personnel will have • specialized training in hazardous communication, applicable USDOT material collection, transportation, and shipping standards, instrument use and calibration, and first aid/CPR These individuals will be responsible for the preparation and implementation of the site- SWS Environmental First Response DEP — Emergency Response Services Robert Raymond Regional Operations Tampa, Florida 20 years manager Peggy Weber Regional Alternate APOC St. Petersburg, Florida 30 years Greg Williams Service Center Tampa, Florida 12 years Manager Darrell King Service Center St, Petersburg, Florida 7 years er Kenneth Straub Service Center Lake Wales, Florida 8 years Manager John Magnuson Service Center Ft. Myers, Florida 8 years or Renard Manley Service Center Kissimmee, Florida 13 years M or Shelly Czupryna Contract St. Petersburg, Florida 5 years Administraror ✓ Project Manager — personnel used in this capacity in support of the contract will have, at a minirm n, a high - school degree and ten years of supervisory experience. These key personnel will have task - specific training in areas of specialized environmental response and management, in addition to existing training requirements under current state and federal rules and regulations. These individuals will be directly responsible for all facets of the response, including health and safety procedures used ✓ Site Safety Officer — personnel assigned to FDEPBER work authorizations will have, at a minimum a high- school degree and five years of direct experience serving as a SSO on emergency, and non - emergency, responses for this contract. These personnel will have • specialized training in hazardous communication, applicable USDOT material collection, transportation, and shipping standards, instrument use and calibration, and first aid/CPR These individuals will be responsible for the preparation and implementation of the site- SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 28 of 119 ` specific health and safety plan, monitoring site activities, and management of personnel and equipment decontamination activities. ✓ Engineer (PE) - personnel used during the execution of assigned work authorizations will have, st a minimum, a bachelor's degree in civil, mechanical, or chemical engineering and will be registered in the state of Florida This labor category would require a minimum of ten years experience. in addition to the training standards as required under 29 CFR 1910.120, including supervisor training requircmeuts, these individuals will have specialized training to support complex response actions that may arise during the course of the contract. These personnel will be tasked with supervising the design and feasibility of material raasfers, containment methods and types appropriate to the response, and treatment options for the specific work authorization. ✓ Engineer- personnel used for this position will have, at a minimum, a bachelor's degree in civil, mechanical, or chemical engineering and will have from two to ten years experience working on emergency response and remediation projects. These individuals will have all required training under applicable OSHA and SWS training protocols. Personnel serving in this capacity will be under the direct supervision of a Senior Engineer (PE). ✓ Senior Chemist - Personnel assigned to issued work authorizations will have, at a minimum, a bachelor's degree in chemistry, environmental science, or related disciplines and possess a minimum of ten years experience. In addition to applicable OSHA and SWS training protocols, these personnel will have specialized training in HAZCAT (hazardous categorization), Hazard Communication, USDOT requirements relating to waste collection, • packaging and labeling. Personnel in this labor category will be required to design appropriate sampling protocols and procedures; interact, and monitor, approved analytical laboratory performance under this contract. ✓ Chemist - Personnel used in support of the contract will have, at a minimums, a bachelor's degree in chemistry, environmental science, or related disciplines and possess from two to ten years experience. In addition to applicable OSHA and SWS training protocols, these personnel will have specialized training relating to sampling, analytical interpretation, waste characterization and profiling and recycling treatment, and disposal toles and regulations. ✓ General Scientist - Personnel used during the execution of this contract will have, at a minimum, a bachelor's degree in environmental science, or related field, and possess from one to three yearns experience. In addition to the standard Company and OSHA training requirements, these personnel will have specialized training in instrument use and calibration, Phase 1 and Phase 2 site assessments, and contaminsat investigation These individuals will be tasked with response support to project engineering and safely personnel as required. ✓ Geologist/Hydro-Geologist- Staff used in support of this contract will haM at a minimums, a bachelor's degree in Geology or related discipline and five years of direct field experience. In addition to the standard Company and OSHA training requirements, these personnel will have advanced training in plume delineation, recovery, and treatment options available for use. The responsibilities of these professionals will involve the identification, characterization, and areal extent of any sob - surface contamination as a result of a spill or release. SWS Environmental First Response DEP - Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 29 of 119 . ✓ Site Supervisor — Personnel tasked with supervising the response, and exemitim of assigned work authorizatiions will have, at a minimum, a high - school degree and five years of direct supervisory experience. In addition to applicable OSHA and SWS training requirements, these personnel will have specialized training in such areas as confined space entry, railroad response and track safety, and competent person certification for excavations and shoring. The responsibilities of the site supervisor include the tactical execution of all work authorization objectives. It ✓ Site Foreman — Personnel tasked with directing the implementation, and execution, of the specific work authorization tactical objectives. Personnel will have, at a minimum, high school and/or vocational training in areas related to environmental response and cleanup and a minimum of three years response experience. In addition to applicable OSHA and SWS training requirements, these personnel will have specialized training in confined space entry, general construction training, fall protection, lockout/tag -out, and HAZCOM. ✓ Recovery Technician — Personnel tasked with executing the tactical objectives of the work awhorization. Personnel in this labor category will have all applicable training relating to "an aggressive responder" as w U as SWS training in areas of HAZCOM, Confined Space Entry. use of specialized response gear for responses to fires and shock - sensitive materials. Personnel in this category will have liom one to three years direct response experience. Thera are no educational requirements for this position. ✓ Equipment Operator — Personnel directed to utilize heavy equipment during the execution of assigned work authorizations. These personnel will have at a minimum, high school and • related construction and demolition expereum operating excavators, graders, compactors, cranes and related hoisting equipment. In addition to applicable OSHA and SWS training requirements, these individuals will have advanced training in operations and maintenance of a wide variety of equipment. These personnel will have a minimum of five years experience operating general construction equipment. ✓ General Laborer — Personnel utilized during the execution of assigned work authorizations will have all requited OSHA training for the work to be performed. This may include training in construction standards, HAZCOM, and 8 hour training requirements under 29 CFR 1910.120. These individuals will have one to three years of construction and environmental experience. There are no educational requirements for this position. • ✓ Truck Driver — personnel tasked to provide transportation - related services before, during, and after the initial response. In addition to applicable OSHA and SWS training protocols, these individuals will have successfully passed, and maintained, a current Commercial Drivers License (CDL) accreditation for hazardous and non - hazardous materials. Specialized training requirements for these personnel include all applicable DOT training including WAS 181 and 186 and Hazardous Communications training. These individuals will have a minimum of five years experience and have, at a miaimtnn, high school and vocational training. SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 30 of 119 • ✓ Explosive Specialist— Personnel utilized during the response to design and manage the controlled denotation of materials that pose an immediate throat to persons, property, or the environment. In addition to applicable OSHA training, these individuals will have advanced training in HAZCOM, Fire Prevention and Control, and specialized training from agencies such as the US Army and ATE These individuals will have a minimum of five years direct field experience and possess a high school degree and/or related military training in proper management and use. ✓ Diver — Personnel utilized to assess, control, and recover liquid and/or solid materials from submerged marine vessels, trains, or commercial vehicles. In addition to applicable OSHA and SWS training requirements, these individuals will have training in HAZCOM and search and rescue training from agencies such as the US Navy and the US Coast Guard. These personnel will have a minimum of a high school degree, related vocational training and/or military training in the field. These personnel will have a minimum of five years of direct experience in search, rescue, and recovery operations. ✓ Welder— Personnel utilized to provide these services under this contract would have, at a minimum a high school degree and/or related vocational training related to construction and demolition operations. These individuals will have all applicable OSHA and SWS training as well as specialized training in the safe and proper use of various welding equipment. These personnel will have a minimum of three years of direct field experience in the environmental and/or the construction fields. These personnel will be tasked to perform welding related activities in potentially hazardous areas during the response. . ✓ Secretary - Personnel used during the term of the contract will be primarily administrative with, at a minimum, a high school degree and related vocational training in clerical functions, including office equipment use and maintenance. There are no specific training requirements for these individuals unless they respond to unusual spills or releases. These personnel will have a minimum of one years experience and will provide administrative assistance in preparing bid packages, site reports, and related tasks during, and after, work order response and execution. • ✓ Project Accountant — Personnel tasked to provide work authorization procurement, accounting, and reporting functions to the SWS Project Manager and the FDEP/BER SOSC. These individuals will have, at a minimurn, a bachelor's degree in accounting or related business discipline and/or vocational training in business management. If assigned to hazardous materials responses, these individuals are requited to have applicable OSHA and SWS training certification. Personnel will have a minimum of three years relevant experience in project cost accounting and vendor procurement. SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 31 of 119 • 3.7 Equipment Emergency response services comprise one of the core businesses that SWS has customarily, and successfully, offered to numerous public and private clientele since the company was established. To continue expanding the core capability of the company, SWS invests in a broad range of emergency response equipment to fully support any response:, large or small. A strong and proactive procurement and maintenance program ensures that equipment mobilized with personnel to an emergency response is satisfactory and appropriate fe; the work to be performed. SWS strongly believes that the underlying value offered to FDEPBER tinder this solicitation is that the Company has the inventory to respond to virtually all work authorizations historically issued under previous contracts. This permits greater control on the timeliness of response, improves quality assurance and quality control on the equipment deployed, and reduces overall equipment cost. These advantages will assist FDEPBER in achieving the cost- effecWenew and efficiency objectives under this contract SWS has implemented a proactive management structure to identify present and future equipment needs to better service its emergency, and non - emergency, clientele. Prat of this policy involves requesting comments from our customers on the performance of equipment used on spills and remediation projects. The Company is committed to continually improving overall project performance by investing in equipment that will assist the client in achieving their response objectives. The table that follows lists the egmpment available from SWS primary and secondary service • centers to assist FDEPBER in the prompt response, and cleanup, of issued work authorizations under this contract. SWS will provide FDEPBER with valuable emergency response resources by virtue of the Company's well maintained inventory of marine and land -based response equipment to promptly deploy, contain, and cleanup virtually any material, substance, or waste anticipated under this contract. • SWS Enviromnental First Response DEP — Emergency Response Services J • • DEP- District 4 Equipment Table Agenda Item No. 16C4 January 13, 2009 Page 32 of 119 FDEP1BER District 4 Equipment List SF a pe• s C9 U Km or v U. hc a -or u utr s v �, o 121- V Enr en Re Unit 1 1 1 1 1 5 15 Industrial Vacuum Truck 2 1 0 0 1 10 22 M h Pressure •Jet Thick 0 1 0 0 1 2 5 Roll Ott Sox Trans rt Unit 1 0 0 0 1 4 8 mcl Pickup, A1151z05 4 3 2 1 3 16 65 ruck, Road Tractor 1 1 0 0 0 4 8 Truck, Stekeba 1 0 1 0 1 2 7 Truck, Dum 0 0 0 0 0 2 2 Trailer, Util t 1 0 1 1 6 30 Trailer, Office Trailer, storage Trailer, Lowb 0 1 0 1 1 1 0 0 0 0 0 0 0 0 0 0 4 3 2 6 6 slier, Boom 1 1 1 1 1 3 12 Boat, Motorized Oil,BOOm, 18° - 24' / 1,D00 Air Compressor 2 3 1 2 2 1 0 0 1 1 2 0 1 0 1 8 18 5 23 40 1 14 Generator 0 1 1 1 1 5 14 V tin , L1 9M Stand 1 1 1 1 1 4 14 Hole 0 1 0 0 1 4 13 Pressure Washer 1 1 1 1 1 9 14 O anlc Vapor Meters 1 1 1 0 1 4 11 as Meters 1 1 1 0 1 4 12 Confined Space E ul mem 0 1 1 0 1 3 10 SCSA's 3 4 3 2 4 16 50 Lon • Llne Air Su I 1 1 1 0 1 4 14 H1 2h Volume Skimmer 1 0 0 0 0 3 5 rum Skimmer 0 1 0 1 1 3 10 Pum , Chemical 1 1 1 1 1 3 13 Pum , Transfer 0 1 1 0 1 4 15 Peristalt c Pump 0 1 0 0 0 1 4 utOn Torch 1 1 0 0 0 6 14 Welder 1 0 0 0 0 3 8 Chain Sew 1' 1 0 1 1 3 10 eedeater 1 1 1 1 1 1 3 13 Drum Cart 1 1 0 0 1 4 12 Hand Au er 0 1 1 1 0 3 9 Patch Kit 1 0 1 1 1 4 13 2- ey Radios 1 5 1 7 1 4 3 5 26 as SWS Environmental Fret Response DEP - Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 33 of 119 • 3.8 Laboratory Support Overview: To fully support the needs of FDEPBER in Response District 4, SWS has had years of experience with waste characterization and disposal sampling, sample preparation, sample preservation and subsequent delivery to a certified laboratory with a duly executed chain-of- custody. This experience is beneficial to FDEPBER when it comes to evaluating the quality, and promptness, of analytical laboratories. The following laboratory is proposed by SWS for support during the term of this contract: ✓ PC &B Environmental Laboratories — Oviedo, Florida This environmental laboratory is fully qualified to perform the required analysis of all anticipated wastes matrices within the time frames required under this solicitation. This laboratory is fully approved for use by the following agencies: ✓ Florida Department of Environmental Protection ✓ US Environmental Protection Agency ( USEPA) ✓ US Army Corps of Engineers (USACE) ✓ Florida Department of Transportation (FDOT) Additionally, this laboratory complies with FDEPBER, NELAC, and USEPA Quality • Assurance and Quality Control standards and repotting requirements. Management„ Stfuctu n• To maintain the quality standards required under this contract, and to ensure that site- specific analytical reports are submitted in a timely manner, SWS will provide experienced Transportation & Disposal Coordinators to interact and supervise laboratory performance and reporting. new coordinators will coordinate sample design, collection, preparation, and forwarding to the laboratory, in coordination with the SWS Project Manager and the FDEP/BER SOSC. Requested turnaround times and reporting requirements will be supervised by thew individuals to ensure prompt, and accurate, reporting for products, substances, or wastes recovered during emergency, and non-emergency, work authorizations issued under this contract SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 34 of 119 ATTACHMENT C SCHEDULE OF PRICES 40 PRICE SCHEDULE INFORMATION The following information pertains to Attachment C, Schedule of Prices. • Daily costs shall reflect a straight eight -hour workday. • Daily rates for equipment are available after eight consecutive hours of equipment use, including standby hours. • Weekly rates for equipment are available after five consecutive days of equipment use, including standby hours. • Standby rates are to be applied when equipment is on the job, but not actively being used, or the equipment has been tasked by an OSC to be available. • For long -term equipment usage (more than one week), rates can be negotiated on a lump sum basis. • Labor and equipment rates will be from portal -to- portal. • For the purposes of this contract, holidays are State of Florida holidays only. • Travel expenses and per diem, if authorized by the BER Project Manager, shall be in accordance with the requirements contained in Chapter 112.061, Florida Statutes, and must be documented by a State of Florida Travel Voucher with appropriate receipts. Reimbursement will be at rates currently allowed for State of Florida employees. • • Charges for services or expenses, including services and expenses of subcontractors, directly identifiable to a particular assignment of work, which are not included in Attachment C, shall be compensated on a "cost plus" basis and must be evidenced on the daily report for that particular joh Such approvals should not be common, but will enable the DEP to obtain expendable supplies of specialized services that may be unanticipated, but which are related to this solicitation. In the event that DEP determines that such rates should become part of the Price Schedule attached to the contract resulting from this solicitation, the DEP will initiate a change order evidencing rates mutually agreed to by both parties for inclusion in Attachment C. • All the contractor's response personnel identified in Attachment C shall be trained as appropriate to 29 CFR, 1910.120 standards. The BER OSC may from time to time ask for training documentation from personnel on site. • Equivalent vehicles and equipment contracted or rented shall be invoiced at the contract rates contained in the Price Schedule. • If the selected contractor cannot respond due to other commitments, and another subcontractor is used, the DEP will be invoiced at the rates contained in the Price Schedule for the equivalent personnel and equipment. • Response vehicles or trailers are defined as units that are fully equipped with various PPE, breathing air, tools (both regular and non - sparking), patch kits, field monitoring equipment, overpack drums, expendables, etc, that will be used as the primary response unit for the selected contractor. CJ DEP Solicitation No. 200Z001C, Attulrment C, Page i of 10 Agenda Item No. 16C4 January 13, 2009 Page 35 of 119 PRICE LIST If sufficient space is not provided in any, category, attach additional sheets using the same format. Prices shall be in US. dollars. A blank field denotes a non - available item. Labor costs include overhead, geoenl and administrative, profit and any other related costs, There w1 be no minhnusn charge. Standard time is considered Monday - Friday, 0800 hours -1700 hours, or the first Ckot hours of those core hours world, Overtime is before 0800 hours, or alber 1700 hours, or after the eight -hour workday is completed, and weekends and State of Florida holidays. . Personnel Title Standard Time Overtime Pro'ect hfartwer 72.00 7200 Site Safety Officer 65.00 65.00 Engineer 78.00 78.00 Engineer 63.00 63.00 Senior Chemist 78.00 78.00 Chemist 63.00 63.00 General Scientist 60.00 60.00 Geologist/Hydrogwlogift 50.00 50.00 Site Supervisor 50.00 6150 Site Foreman 45.00 56.50 Recovery Technician 42.00 52.50 Equipment Operator 34.00 42.50 General Labor 26.00 32.50 Truck Driver 30.00 40.00 Explosive Specialist 60.00 90.00 Diver 48.00 60.00 Welder 32.00 40.00 Secre 26.00 32.50 PIro'ect Accountant 36.00 54.00 Vehicle rates inchi6e all maintenance costs, mileage, fad, mobilization and demobilization costs. 'Mete whll be no mini eUrn, charges Personal vehicle use will be at State of Rocda testes. Vehicle Type Hourly Daily Weeldy Standby Response Vehicle, ENE ton $ 12.00 $ 120.00 $ 480.00 $ 50.00 /d Response VelticI TWO ton $ 15.00 $150.00 $ 500.00 $ 50.00/d Res onse Trailer $ 8.00 $ 75.00 $ 300.00 $ 35.00/d Stakebed Vehicle _QhM_ ton $ 12.00 $ 120.00 $ 480.00 $ 50.00 /d Stakebed Vehicle, TWO ton $ 20.D0 $ 150.00 $ 500.00 $ 50.00/d Box Truck, ONE ton $ 15.00 $ 90.00 $ 450.00 $ 50.00/d DF.P Solicitation No. 20020030, Attachment C, Page 2 of 10 • Agenda Item No. 16C4 January 13, 2009 Page 36 of 119 Vehicle Type Hourly Daily Weekl y Standb Box T ton $ 25.00 $150.00 750.00 $ 75.00 /d Autornobde/Van $ 8.00 $ 48.00 $ 240.00 $ 48.00/d Pickup Truck, 2 x 4 $ 8.00 $ 48.00 $ 240.00 S 48.00/d Pickup Trud4 4 x 4 $ 10.00 $ 60.00 $ 300.00 $ 75.00/d Pickup Truck, 1 ton $10.00 $ 60.00 $ 300.00 $ 75.00/d Semi- tractor 25.00 $ 200.00 $1,000.00 $ 75.00/dy Semi- ttactorw/ cargo trailer $ 45.00 $ 360.00 $1800.00 S 75.00/d Semi- tractorw/ tanker $ 65.00 $ 520.00 $ 2,600.00 $ 75.00/d Vacuum Truck, 4000 a. $ 35.00 $ 280.00 $ 1350.00 $ 50.00 /d Vacuum Tru $ 45.00 $ 360.00 $1,750.00 $ S0.00 /d Vacuum Unit; $ 30.00 $ 240.00 $1,150.00 $ 50.00 /d Dump Tru -,U_ yd. $ 35.00 $ 280.00 $ 1400.00 S 50.00 /d Dum p Truck, _2$- yd. $ 45.00 $ 360.00 $1.750.00 S 50.00 d Roll-off Truck $ 35.00 $ 280.00 $1350.00 1 S 50.00 /d Roll -off Box, -ZQ_ yd, S 2.00 $ 15.00 S 75.00 $ 5.00 /d Drill Ri Truck $ 75.00 $ 600.00 $3.000.00 S 75.00/dy et Truck, .15ao PSI $ 35.00 $ 280.00 $1,350.00 $ 75.00/dy Decontamination Trailer, _Z_ ft S 7.00 $ 50.00 $ 250.00 $ 25.00/d Office Trailer, _3O_ ft $ 8.00 $ 48.00 $ 150.00 25.00/d Lowboy Equipment Trailer, -24- ft $ 10.00 $ 75.00 $ 375.00 25.00/d Udk Trailer, __1L ft. $ 5.00 $ 25.00 $ 125.00 S 10.00/d Storage Trailer, _2L ft. $ 5.00 $ 25.00 $ 125.00 $ 10.00 /d Bomb Trailer $ 50.00 $ 400.00 $1,500.00 $250.00/ Equipment rates include all maintenance costs, fuel, mobilization and demobilization charger. There will be no minimum Charge. Equipment T e & Size Hourly Daffy Weekly Standby 916 Rubber -tire Loader w equivalent) $ 35.00 $ 350.00 $1400.00 S 35.00/hr 936 Rubber -tire Loader or equivalent) $ 50.00 $ 515.00 $ 060.00 S 50.00 1hr Case 580 Backhoe ore ent $ 25.00 $ 200.00 $ 750.00 $ 25.00 /hr Cat 215 Trackhoe orequivalent) $ 55.00 $ 400.00 $1,600.00 $ 55.00 /hr Cat 225 Tmckhoe ore $ 65.00 $450.00 $1800.00 $ 65.00/hr Extend -a -hoe $ 55.00 $ 400.00 $2,000.00 $ 55.00 /hr D -3 Bulldozer or ' alen $ 35.00 $ 350.00 $1,250.00 S 35.00/hr. D-4 Bulldozer or ales $ 40.00 $ 365.00 $1,350.00 $ 40.00 /hr D -6 Bulldozer or equivalent) $ 45.00 $ 525.00 $1600.00 $ 45.00 /hr Bobcat Skid Loader or ent $ 15.00 $ 150.00 $ 500.00 $ 15.00 /hr Fork lift $ 10.00 $ 75.00 $ 375.00 S 10.00 /hr Motor Grader $ 40.00 $ 400.00 $1,600.00 $ 25.00/hr DEP Solicitation Na 2002001C, Attachment C, Page 3 of 10 Agenda Item No. 16C4 January 13, 2009 Page 37 of 119 All water response equipment includes maintenance and fuel costs. Boats include an adequate motor SI immers include all hoses and caaaectio ns Type & Size Hourly Daily WCC1t1 Standby Work Boat, _ ft. $ 5.00 $ 30.00 $ 150.00 $ 3.00 /hr Work Bo ft. $ 6.00 $ 45.00 $ 225.00 $ 5.00 /hr Work Bo 1L ft $ 15.00 $ 125.00 625.00 $15.00 /hr Work- Bo _25_ ft $ 25.00 $ 200.00 $ 1000.00 $25.00 /hr Containment Boo _L in. 1.00/ft/d 1.00/ft/d 1.00/ft/d .50/ft/dy Containment Boom min. 1.00/ft/d 1.00/ft/d 1.00/ft/d .50 /ft /d Containment Boo -10- in. 1.00/ft/d 1.00/ft/d 1.00/ft/d .50 /ft /d Containment Boom _,1$_ in. 1,00/ft/d 1.00/ft/d 1.00/ft/ft .50 /ft /d Containment Boom _2!j_ in. 1.00/ft/d 1.00/ft/d 1.00/ft/d .50 1ft 1d Skimmer $ 6.00 $ 45.00 $ 225.00 $ 45.00/d -Weir-type Drum Skimmer $ 15.00 $ 150.00 $ 750.00 $150.00 /d Generator Tastes include maintenance and fud costs Type & Size Hourly Daily Weeldy Standby Generator, 5 KW $ 5.00 $ 35.00 $175.00 $ 5.00 1hr Generator, 10 KW •. $ 10.00 $ 70.00 $ 350.00 $ 5.00 /hr Generator, 15 KW $ 12.00 $ 84.00 $ 400.00 $ 5.00 /hr Generator, 30 KW $ 12.00 $ 84.00 $ 400.00 $ 5.00 1hr Generator, 50 KW $ 14.00 $100.00 $ 500.00 $ 5.00 /hr Portable Lighting $ 12.00 $ 84.00 $ 420.00 $ 5.00 /hr DEP Solicitation No. 20020010, Atrachmeot G Page 4 of 10 vo • 0 Agenda Item No. 16C4 January 13, 2009 Page 38 of 119 Pumping equipment rates include all mainunance Bud fuel cosm !Re Sc Size Hourly Dafly Weeldy Standb Submersible Pump, „2, in. $ 2.00 $ 12.00 $ 60.00 $ 2.00 /hr Submersible Pump, '� in. $ 3.00 $ 18.00 $ 90.00 $ 3.00 1hr Submersible Pump, -L in. $ 3.50 $ 21.00 $105.00 $ 3.50 /hr Diaphrawn Pump, min. $ 7.00 $ 42.00 $ 210.00 $ 7.00 /hr Diaphragm Pump, in. $ 8.50 $ 51.00 $ 255.00 $ 8.50 /hr D-liphr2grn Pump, -L in. $ 8.50 $ 51.00 $ 325.00 $ 8.50 /hr Centifua Pum -2- in. $ 3.00 $ 24.00 $ 120.00 $ 3.00 /hr Centrifija Pump, -I- in. $ 5.00 $ 40.00 $ 200.00 $ 5.00 /hr Centri P=P. A- in. $ 6.00 $ 48.00 $ 240.00 $ 6.00 1hr Trash Pump, -3- in. $ 9.00 $ 72.00 $ 360.00 $ 9.00 /hr Trash Pump, -L in. $10.00 $ 80.00 $ 400.00 $10.00 /hr DEP Solicitation No. 20020010, Anarimunt G Page 5 of 10 Agenda Item No. 16C4 January 13, 2009 Page 39 of 119 Type & Size Hourly Day- wCCwY Standb Drum P=p $ 200 $ 12.00 $ 60.00 $ 2.00 /hr Disch=Xe Hose, -2. in. I 7FO/ft .50 /ft $2.50/ft .10 /ft Disch=ge Hose _L in. .10/ft .50 /ft $2.50 /ft .10 /ft Suction Hose ,_3_ in. .10 /ft .50 /ft $2.50/ft .10 /ft Steam Washer BTU $ 5.00 $ 75.00 $ 375.00 $ 5.00 /hr Turbidity Meter I $ 30.00 $ 150.00 $20.00 /hr Dissolved Oxygen Meter $20.00 I $ 30.00 i $ 150.00 $20.00 /hr Portable Gas Chromatograph $20.00 150.00 $ 750.00 $20.00 /hr Type Hourly Daily Weeldy Standb Air Compressor, 185 CFM $ 10.00 $ 70.OQ $ 350.00 $ 10.00/hr Air Blower CFM $ 200 $ 10.00 $ 50.00 $ 1.00 /hr Air Blower 5 0 CFM $ 3.00 $ 25.00 $ 150.00 $ 1.00 /hr Portable Pressure Washer $5.00 $ 50.00 $ 200.00 $ 5.00 /hr Steam Washer BTU $ 5.00 $ 75.00 $ 375.00 $ 5.00 /hr Turbidity Meter I $ 30.00 $ 150.00 $20.00 /hr Dissolved Oxygen Meter $20.00 I $ 30.00 i $ 150.00 $20.00 /hr Portable Gas Chromatograph $20.00 150.00 $ 750.00 $20.00 /hr HazCAt Kit $I0.00 $ 80.00 $ 400.00 $10.00 /hr Mectromatic Induction EM -31 $ 1.00 $ 1.00 $ 1.00 $ 1.00 /hr Metal Detector $100 $ 20.00 $ 80.00 $ 2.00 /hr Type Hourly Dafly weeldy Standb H Meter $ 1.00 $ 8.00 $ 40.00 $ 1.00 1hr Ex losimeter /Combustible Gas Meter $ 3.00 $ 25.00 $ 125.00 $ 3.00 /hr Radiation Detector $ 1.50 $ 10.00 $ 50.00 $ 1.50 /hr Photoionbation Detector $ 5.00 $ 75.00 $ 375.00 $ 5.00 /hr Org=ic Vapor Analyzer OVA $ 8.00 $ 50.00 $ 240.00 $ 8.00 /hr Turbidity Meter $20.00 $ 30.00 $ 150.00 $20.00 /hr Dissolved Oxygen Meter $20.00 I $ 30.00 i $ 150.00 $20.00 /hr Portable Gas Chromatograph $20.00 150.00 $ 750.00 $20.00 /hr HazCAt Kit $I0.00 $ 80.00 $ 400.00 $10.00 /hr Mectromatic Induction EM -31 $ 1.00 $ 1.00 $ 1.00 $ 1.00 /hr Metal Detector $100 $ 20.00 $ 80.00 $ 2.00 /hr DEP Solicitation Na 2002001C, Anacl=mt C, Pagc 6 of 10 J • Agenda Item No. 16C4 January 13, 2009 Paae 40 of 119 Type Hourly Daily Weeldy i Stazkdhy Vapor Detector Pump such u r $ 20.00 $ 40.00 $ 200.00 $ 20.00 /hr Vapor Detector Tubes wbe $ 7.00 /ea $ 7.00 ea $ 7.00 /ea $ 7.00 /ea Chain Saw $ 4.00 $ 25.00 $ 125.00 $ 4.00 /d Weedeater $ 2.00 $15.00 $ 75.00 $ 2.00 /d ackhammer $ 5.00 $ 50.00 $ 250.00 $ 5.00 /hr Drum Cart $ 1.00 $ 10.00 $ 50.00 $ 1.00 /d S S Hand Auger $ 2.00 $ 20.00 $ 100.00 $ 2.00 /d Power Augcr $10.00 $ 64.00 $ 320.00 $10.00 /hr T e HO!!LIZ Daily Weeldy Standby Oxygen/Acetylene Torch $ 4.0 $ 32.00 $160.00 $ 4.00 /d Electric Welder $ 4.00 $ 32.00 $ 160.00 $ 4.00 /d Chain Saw $ 4.00 $ 25.00 $ 125.00 $ 4.00 /d Weedeater $ 2.00 $15.00 $ 75.00 $ 2.00 /d ackhammer $ 5.00 $ 50.00 $ 250.00 $ 5.00 /hr Drum Cart $ 1.00 $ 10.00 $ 50.00 $ 1.00 /d S S Hand Auger $ 2.00 $ 20.00 $ 100.00 $ 2.00 /d Power Augcr $10.00 $ 64.00 $ 320.00 $10.00 /hr Split Spoon Sampler $ 3.00 $ 25.00 $130.00 f 3.00 /hr Cylinder Patch Kit $30.00 $ 30.00 $ 30.00 $30.00 /d Non-Sparking Tool Kit $ 5.00 $ 30.00 $100.00 $ 5.00 /d Portable Laptop Co m uter $ 4.00 $ 30.00 $ 150.00 $ 4.00 /d 2-Way Radios $ 3.00 $ 25.00 $ 125.00 $ 3,00 /d PERSONAL PROTECTIVE EQUIPMENT PPE Level (Use this list when complete levels of protection are used) $ /person /day Level A (SCBA, full)-encapsulating suit, eaves, boots, coolvest, etc.) $-445M Level B (SCBA, level B suit w/ hood, inner & outer eaves, boots, etc) $ 124.00 Level C (APR, saranes suit, inner & outer ewes, boots, etc) $--QM Level D C= nex or Tyvek suit, chemical resistant coves, boots, etc.) $ 35.00 Work Clothes (General work clothes, safety boots, cloth eaves) $ 15.00 Itemized PPE $ /each or pair (Use this list when full levels of protection are not used or extra items are needed.) SCBA S 10.001dy APR $ S.00jsly DEP Solicitation No, 20020010, Attachment C, Page 7 of 10 Respirator Cartridges (per pair) Tyvek Suit Saranez Suit Poly Rain Suit Acid Suit Polypropylene Suit Disposable Level A Vapor Protection Suit Disposable Latez Sample Gloves PVC Gloves Viton Gloves Nitrite Gloves Neoprene Gloves Butyl Gloves Leather Palm Work Gloves Rubber Boots Neoprene Boots PVC Boots Polyuretbane Boots Disposable Latex Overboots Chest Waders I-up Boots Sampling Equipment Agenda Item No. 16C4 January 13, 2009 Page 41 of 119 1 1�1 11 .. / 11 11 Y 1 . 1 Sample jars shall include labels, custody seals end plastic bags EPA Level 1 mesas the jan are pre- cleaned and fully laboratory certified /QA tested Otherwise, the containers are new, non- mrtified as out of the box, Type $ Each $ Dozen VOC Vial, 40 ml (EPA Level ] 1.75 18.00 jar, 250 ml A Level l 3.70 40.00 jar, 500 rnl PA Level 1 3.80 41.10 az 1 t/L A Level l 6.65 71.80 VOC ViA 40 ml 1.05 11.30 jar, 250 ml 2.70 29.40 jar, 500 rnl 4.20 45.40 az 1 t/L 4.75 52.00 Disposable Bailer 10.00 108.00 Glass Sample Rods 3.00 3240 Teflon Sample Tube 14.30 154.60 Disposable Coliwasa 1215 131.80 DEP Solicitation No 2002WIC, Attachraent G Page 8 of 10 Materials Agenda Item No. 16C4 January 13, 2009 Page 42 of 119 Vermiculite (Per Bag) 5 gallton Clay Oil Absorbant (per So lb. Bag) 30 gallion "Spill Magic" Quick Sorb (per 251b. Bag} 85 gallon Soda Ash (per 100 lb. Bag) $ 40.00 Lime (per 50 lb. Bag) $ 7.50 Sodium Bicarbonate (per 50 lb. Bag) $ 200.00 Absorbant Pads $ .30 /oad $ 30.00 /bale Absotbant Sweep $ 35.00 /b2le Absorbant Boom, _-5-in. $ 10.00/10 h. AbsorbantBoom,_8 in. $ 15.00/12A Oil Snare on -a -rope ff 51.00 each Oil Snare, loose $ 35.00 each Visqueen, 24' x 100' x 4 mil $ 38.00 /roll Poly Bags j .30/bae $ 40.00 /roll Roll-off Liner $_ 24.00 each Dump Truck Liner $ 26.00 each Drum Liner $ 1.00 each Drum Label $ 58each Pol bun - recon $ 15.00 Barricade Tape $ 12.00 7roll Survey Tape $_ 6.50 /roll Duct Tape $ 4.00 /roll • Polyethylene Barrier Fence, 4' x 100' $ 30.00 /roll Miscellaneous $ 200.00 $ $ $ $ $ $ $ $ 0 Drums & Containers $ /Container T e 5 gallton 20 gallon 30 gallion 55 jZaUon 85 gallon Steel, bun -new $ 30.00 $ 40.00 $ 35,00 $ 38.00 $ 200.00 Steel, bun - recon, $ 30.00 $ 40.00 $ 35.00 $ 35.00 $ 200.00 Steel, open head - new $ 25.00 $ 45.00 $ 35.00 $ 40.00 $ 110.00 Steel open-head - recon. $ 25.00 $ 45.00 $ 35.00 $ 35.00 $ 110.00 Poly, bun - new $ 15.00 $ 32.00 $ 40.00 $ 63.00 $ 200.00 Pol bun - recon $ 15.00 $ 32.00 $ 35.00 $ 52 00 $ 200.00 Poly en- head -new $ 15.00 $ 32.00 $ 35.00 $ 52.00 $ 200.00 DEP Solicitation No. 2002001C. Attachment C, Page 9 of 10 Agenda Item No. 16C4 January 13, 2009 Page 43 of 119 Type 5 zanon 20 on 30 gallon 1 55 gallon 85 llon Poly, open-head — remn. $ 15.00 $ 3200 $ 25.00 $ 31.00 $ 105.00 Fiberboard 1$10.00 $ 15.00' $ 7200 $ 30.00 $ 100.00 $ 10.00 /sample For cooler purchase, padu@ng, shipping, labor for completing Chain-of- Custody, e=, per DOT hazardous materials regulations. If BER supplies the cooler, packs and ships the samples, this charge will not apP1y. Poly Overpack Drum, 65 gallon new S 107.00 Recon. S 95.00 Poly Overpack Drum, 95 gallon new $ 135.00 Recon. $ 135.00 Steel Overpack Drum, 110 gallon new $ 200.00 Recon. $ 135.00 Additional Service Fees (not to exceed 15 %) This includes nay personnel, =pcndables or eTiipment not listed in the Puce Schedule, analytical and disposal charges Invoices <$5,000 4_% Invoices $5,000 - $10,000 _ 9 % Invoices $10,000 - $15,000 8 % Invoices >$15,000 10—% Sample Handling Fee $ 10.00 /sample For cooler purchase, padu@ng, shipping, labor for completing Chain-of- Custody, e=, per DOT hazardous materials regulations. If BER supplies the cooler, packs and ships the samples, this charge will not apP1y. REMAINDER OF PAGE LEFT INTT TIALLY BLANK s, DEP Solicitation No. ?002001 C, Attachment 4 Page 10 of 10 J 0 Agenda Item No. 16C4 January 13, 2009 Page 44 of 119 ATTACHMENT D CLIENT REFERENCE FORMS The respondent mast list eight (8) separate and verifiable projects which have either been completed within the last three (3) years (completed since August 17,1998) or which have been ongoing for a minimum of at least two (2) years for clients of the respondent (not intended subcontractors). Do not list any projects completed for the DER Information on each project must be provided on this Attachment Any information not submitted on this attachment will not be considered. The projects listed shall be for services similar in nature to that described in this solicitation. Confidential clients ahWL=Lbe included. Contracts that the respondent has completed for firms who are listed as subcontractors in their response to this solicitation malt -= be used as Past Performance references under this solicitation. Note: The Project Performance Period dates must ve that the project has either been completed within the last three (3) years (completed since August 17, 1998) or has been ongoing for a minimum of at least two (2) years. lien #1 Name: Ft^ ^a° Power CoQ=tion Address: 3201 ads, Street South St Petersbt yFlorida 33711-3828 Contact Person: Pail McDonald Phone Number: (Z22) 826 -4217 Project Performance Period: 218/01 to 3/14/01 Dates should be in mm /yy fornut Focation of Project/Incident St Petersburg, plorid2 Brief description of the services performed for this project Response Teams responded to a No. 6 Fuel oil spill at the client's facility in St Petersburg, Florida ed when facility personnel overfilled an aboveground storage tank, causing the release of an estim to 3,000 barrels of the product is inadvertent release contaminated tiro surrounding containment area along with a storm water drainq tem, causing the spilled product to further contaminate three adjacent containment and soil areas at d ility. SWS Response Teams vacuumed the fieestanding OR that had migrated through the plant's ston ter and sump drainage systems and decontaminated the overfilled storage tank An estimated 1,700 barre the product were recovered by the use of vacuum and pumping units. ter removal and bulking of the recovered oil into a designated storage tank, the oil- saturated son inside d ccted containment areas was excavated to background levels. The soil removal was complicated by d derlying air, steam, and water piping in the areas to be excavated. This required SWS Response Teams i orporate confined space protocols in the vertical and horizontal spaces between the piping and the tar mdations to recover all of the oil impacted soils. The subsequent excavation of the on impacted sc rduced in excess of 3,600 tons of material that was stockpiled, sampled and characterized for disposal at sit- approved TSDR DF-P Solicitation Na 2002001 Attethment A Page 1 of 8 Agenda Item No. 16C4 January 13, 2009 Page 45 of 119 Client #2 #2 Name: = Transportation- Inc. Address: 5000 QAter Stxnet,?305 lark rxnitle. Florida 32202 Contact Person: FA Cook Phone Numbs. (9041 359 -3249 Project Performance Period: 5122101 to Current Dates should be in mm /yy format I• •- .n rY r+ -r- a.r. lulu •! Approximate Fee for Services: Brief description of the services performed for this project: S responded to a 200 -gallon spill of diesel fuel that contain inated ballast rock on client Bright -of -way new allahassee, Florida. As a result of the spill, the ballast rock was contaminated and free product collecte along an embankment near the railroad's right -of -way. S Response Teams, in coordination with CSX Environmental personnel, prepared a site - specific Health Safety Plan (HSP) to safely contain, collect, and remove the freestanding fuel and decontaminate the diese. acted ballast rock along the railway. Due to concerns that the spilled product might reach a near initial cleanup actions involved placing secondary containment between the spilled product and th waterway. A combination of absorbent materials and earthen levees were used to contain the product. SW ersonnel bulked the recovered product into client supplied storage tanks. completion of the free product recovery, the contaminated ballast rock was removed and bi emediated with Mncroblaze, an aerobic biorenediation agent The contaminated ballast rock was allowed t iodegrade and additional ballast rock was placed to restore the embankment to its original contour an ;rade SWS Response Teams collected periodic samples underneath the area where the freestanding diesel removed and of the ballast rock being bio- remediated. DEP Solicitation No. 20020o1 C, Attachment D, Page. 2 of 8 • • client #1 Name: Ut CounjZ QQopMdM Inc. — Address: i iSlr�i.SkLy Agenda Item No. 16C4 January 13, 2009 Page 46 of 119 Brief description of the services performed for this project SWS Response Teams serve this client under contract as their primary emergency response contractor fox y, and all, PCB - contaminated spills or releases at transformers throughout Lee County, Florida. The scope f the contract requires the containment, the collection, and re- cycling and /or disposal of PCB-contarninated squids and soils at client approved disposal faciilities. tandard response protocols for the SWS Response Team is the use of Level C protection levels for response ?ersonnel and air monitoring capability to provide useful data on background, and site, organic levels during e execution of the project(s). Information from the periodic air monitoring surveys are then used, necessary, to modify entry times, protection levels, and decontamination procedures to be used. After recovering the transformer carcasses and any residual PCB - contaminated oils, the recovered material e then recycled and /or disposed of at a client- approved TSDF along with any excavated soils that may haw been impacted during the spM. DEP Solicitation Na 2002001C, Attsch ment D, Page 3 of 8 Agenda Item No. 16C4 January 13, 2009 Page 47 of 119 S1ient #4 Name: Flemid 11_ k Address: I AM Art h4u eum Drive .12ck onville Florid '+2207 Contact Person: .Jim Anderum Phone Number. (2041 307_2968 Project Performance Period: 1108101 to 4/10/01 tn Dsw should be in m /yq format .1 MEMEMOMMEMEMMOd Approximate Fee for Services: S 66-312-61 Brief description of the services performed for this project responded to a t raker accident that resulted in the release of refined gasoline near Hudson, Florida in Pasco County. Initial containment and cleanup actions focused on recovering spilled product and re -openin th highways to local traffic. SWS Response Teams were able to recover the majority of the gasoline promptly and effectively and shipped over 34,000 gallons of this product to a client-approved recycling/fu ending vendor. ks a result of the accident, amid concerns that some of the spilled product would migrate below the surface patting shallow water sands used for drinking water by the local residents, SWS personnel installed monitoring wells and performed post*clearrup sampling for the client This involved project supervision an versight of an approved drilling contractor used to install the four (4) monitoring was and periodic sampling of the wells to determine potential impacts to the city's drinking water supply. s, DEP Solicitation Na 2DOMOIC, Attedrment 1), Page 4 of 8 is • Agenda Item No. 16C4 January 13, 2009 Page 48 of 119 Client # Name -& /O a... Florida 1' Contact Person: -12rues Abld Phone C tG Prc�ect Performance Period: e 1 D. of ProVzrJ-Ti�rfent: ROD Persimmon R-4- 1:1 Brief description of the services performed for this project SWS was tasked by client to deconwrtinate oil stained ballast rock, remove various debris from diem railroad tracks, and vacuum, clean, and service the facility's oil/wane separator at Sanford, Florida. After reviewing the work to be performed with the Amtrak Facility Manager, a site - specific Health and Safety Plan was developed and reviewed with response personnel prior to initiating work at the facity. WS personnel removed and disposed of heavily stained ballast rock, decontaminated lighdy stained rock ollected debris from the right -of -way and bulked the recovered material into roll -off containers. SM cwm econtammated the facility's oil/water separator and associated piping using vacuum trucks and purnpinS its. All vacuum and pumping units were grounded prior to use and all recovered liquids were recycled off ite with a client- approved fuels blending fatality. s DEP Solicitation No. 2002001C, Attachment D, Page 5 of 8 Agenda Item No, 16C4 January 13, 2009 Page 49 of 119 Client #, Name: Flnriri !;rate Univemit;I� Address: 945 West Pefr rson Street Tailaha_ ee Florida 92306-4191 Contact Person: Tom,)amhson Phone Number (84 644-9800 Project Performance Period: 8/23/01 to 9/26/01 Data should be in mm /yy format Location of Project/Incident FSIi C Wv: _Bella=and Johnson Builrhnp Approximate Fee for Services: S 31-419, 10 Brief desorption of the services pertonned for mss protect 3WS responded to a spill of Mercury at client's campus in TaQahassee, Florida that occurred when Elene !vtercury was spilled while moving an antique barometer from the Bellamy Building across campus to Johnson Building. While moving the barometm Mercury was spilled, contuninating hallways, walkways the truck used to move the instrument across campus. I'he SWS Response Team met with the client's representatives to determine the most expedient means .ecovering the spilled Mercury and Health and Safety issues for response personnel and students and fac ;hat were on campus during semester break. iWS crews utilized Jerome Model 431 Mercury Vapor Analyzers OvWA) to survey the affected roo uAways, and the moving company's truck Response personnel performed the survey, and subsegr leanup, in Level C PPE with Mercury Vapor Cartridges. HEPA Vacuum units were employed to recc visible Mercury and to cleanup those areas that registered traces of Mercury. A remedial action level of . mg/m3 was used for cleanup operations. Due to the tendency of Mercury to solarize at temperatures ab 77° Fahrenheit, all air - handling systems were shut down during the cleanup operation. For areas that were difficult to decontaminate, a Nitric Acid Solution was used to satisfactorily cleanup nover's van and various comers of rooms and hallways. After physical and chemical treatment, the affec yeas were re- surveyed to approved background levels. DEP Solicitation Na 2007A01C, Anachrr^^t D. Page 6 of 8 r 1 U • Agenda Item No. 16C4 January 13, 2009 Page 50 of 119 Client #7 Name: Qjf P yw r r zp ratlon wn , »r-. Person: Contact T . Tn& Tuclser ... :5Q Project PerfurnwicePeric,& 7129 to R/99 Dates should be in mm/37 fortnat 0.... .1 lil.l 1.1 bnet descnpuon or the services penormoa for tnis SWS Team was contacted to provide remedial services for this diem's Substation in Panama Ia. The scope of work required the team to delineate the extent of arsenic contamination and exc sninated areas to remove the source contamination r to conunencing removal of the impacted soils, the SWS Team conducted pre - excavation sum xate the extent of the contamination and to measure "in place' yardage requiring replacernmr. The n removed in excess of 6,200 tons of arsenic contaminated soils and replaced the soil with pre -am dill in 12" lifts. The backfill was compacted to in excess of 95% Proctor density with a 30-ton Comr returned the area to pre- existing grade and contour. s, DRP Solicitation No. 2002001C, Attadunent D. Page 7 of 8 Agenda Item No. 16C4 January 13, 2009 Page 51 of 119 diem #8 Name: Inc Address: P.O. Box 97. Old Chemsnand Road Gon=les Florida 1256n Contact Person: Lee WElres Phone Number: (BSS,) 958.7528 Project Performance Period: 1101 to 1/01 Dates should be in mm /yy format Location of Project/Incident Solutia Plant in Gonsates Florida Approximate Fee for Services: S 19 59300 Brief description of the services performed for this project responded to a spill of Nitric Salt Solution that was released onto an asphalt -covered area at y in Gonzales, Florida. SWS Response Teams, working in coordination with the client's represa i off access to the spill area and prepared a site - specific Health and Safety Plan (HSP) for r nnei tasked to recover the spdhd material. Response Teams recovered the spilled material and bulked the Nitric Salt Solution into iners for subsequent disposal by the client. After cleating up the material, SWS Response iruninated the Nitric Process Area that had been impacted by the spill. DEP Solicitation Na 2002001C, Attachment D, Page 8 of 8 Agenda Item No. 16C4 January 13, 2009 Page 52 of 119 3.11 DEP Past Performance SWS, as mentioned in earlier sections, has had the distinction of serving FDEPBER as an Emergency Response Connector in the Northwest and Southwest Response Districts since 1995. new former FDEPBER districts comprise four of the seven districts as described in this solicitation, covering a geographical area that includes roughly 70% of the state. Current emergency response services contracts awarded SWS is the f9rmer Northwest and Southwest Response Districts has established the Company as a qualified resource for FDEPBER to effectively and effeciendy execute the scope of services as de='W in this solicitation. The existing emergency response contracts held by SWS also include assignment of the Abandoned Drum Recovery Contract in the former Northwest Response District. Under this contract, the Company provides response, containment, and transportation of these wastes to designated FDEPBER temporary waste storage facilities, Refereences for the existing emergency response contracts awarded SWS, and a FDEPBER representative to contact for an evaluation of the Company's performance in its execution of these existing contracts, are as follows: ✓ David Staples Florida Department of Environmental Protection 160 Governmental Center • Pensacola, FL 32501 -5794 • (850) 595 -8300 W 1163 (850) 595 -8637 (fax) Contract Number. LE098 Emergency Response Services for Northwest Response Region ✓ Cbris Rossbach Florida Department of Environmental Protection — Bureau of Emergency Response 8402 Laurel Far Circle, Suite 110 Tampa, FL 33610 (813) 744 -6462 (813) 744 -6464 (fax) Contract Number. LEM Emergency Response Services for Southwest Response Region SWS Environmental First Response DEP — Emergency Response Services Agenda Item No. 16C4 January 13, 2009 Page 53 of 119 • 3.12 Diversity/Minority Business Utilization Plan SWS remains firmly committed to providing equal opportunity in employment, and subcontracting, at all times during the course of the company's operations. This commitment to the use of qualified, minority -owned businesses during the term of this contract is expressed in this proposal by use of the following small, minority, and women -owned businesses: ✓ Clark Environmental — Disposal Services ✓ PC & B Environmental Laboratories, Inc — Analytical Services ✓ Blrate Environmental Associates, Inc. — Engineering Support To mare opportunities for minority and disadvantaged businesses under this contract, SWS will determine the specific subcontracting opportunities from responses to FDEPIBER emergency and non - emergency work authorizations. The Company will then solicit qualified firms to determine their interest, and capabilities, ofperforming the work under the specific work authorization. Firms will be evaluated on their status, cost, and their contribution to the prompt execution of the specific project Additional factors will be the company's state and federal compliance record, insurance, and bonding capability, if required. in addition to the companies presented above, the process of sourcing, evaluating, and certifying additional qualified minority businesses will be managed by the SWS Accounting Manager and the SWS Equal Employment Opportunity Officer (EEOO). These individuals will be tasked • with the overall management of all subcontracting and materials procurement policies, procedures, and practices during the execution of this contract. r1 LJ Ms. Bonnie Curry and Ms. Jan Richmond will review, evaluate, and audit all contract - related procurement procedures used to award subcontracts to qualified vendors under FDEPlBER work authorizations issued in Response District 4, The SWS Contract Administration Group will maintain documentation specifying the procurement need and the results of the solicitation. Included in this documentation will be an analysis of the bids received and justification for award for the procurement need Source fists will be maintained of all qualified business enterprise investigations conducted and referrals received from local, state, and federal agencies during the duration of this contract. in addition to accessing public sources, SWS will investigate small business associations in each geographical area in the response region for potential candidate firms that may be used during this connect The SWS Team will attempt to identify qualifying firms and actively solicit their interest and involvement with this contract s SWS Environmental First Response DEP — Emergency Response Services _N 0 -O uI m Cd m m C N m Q 0 z x •'h _i 0 O NR+1 m b v v° v z 0 F" 1 r z n, q 0 F B C. Q O E GCS a 2 5 .5� �a N 4! z� c� fl a � Q ri gaga ti .8 'f «p .5 F D tltl 'S7 5 0..p Tn N 1.� W W ��pgEQ V O -0 o [ UTr vF 0 .5 NI O Pr Cf LT Z .g Q OTHER NON-PROFIT O M %ORMOREMINOIITTY COMMUNITY SERVED a O OR MORE MINORITY OFFICERS O31% 13 %OR MORE MINORITY BOARD 51 IL AMERICAN WOMAN M a O NATIVE AMEAIGN ASIAN/HAWAIIAN HISPANIC fA o Z AFRUN AMERICAN AMEIICAN VMMAN K W NATIVEAMEIUCAN ASIAN /HAWAIIAN M HISPANIC OAFRICAN AMERICAN N La O Or< NONLPROFTTORGA1QZAnOIN GOVERNMENTALAGENCY SMALL BUSSINESS(FEDERAL) SMAL . BUSMESS ISTAM NON - MINORITY V CVO °Q 0 ON W C � y U Ra GQ NI O Pr Cf LT Z .g Q Agenda Item No. 16C4 January 13, 2009 Page 55 of 119 soon ME NOON OEM NOON No • ..■■■.■.■■■■■■ MEN ■...■...i.■... r. MEN����������� SON .■■■■■.■■■. • • • _ N _ C mm c m Q O co V N a N aka b � C q e OM v b CD 0 zy w a o $ 0 P w A A a W s � W a p m ° u CO a z o a „ 5 _ •k Ak O t�1 A4 s �R a o z s R � w 0 u �s z 0 r Agenda Item No. 16C4 January 13, 2009 Page 57 of 119 September 20, 2001 James Weber SWS, Environmental First Response 1619 Moylan Road Panama City Beach, FL 32407 Reference: Florida Ddpartment of Environmental Protection Request for Proposal #2002001 C "Emergency Response Services' Dear Mr. Weber: Clark Environmental, Inc. is pleased to be a part of the SWS, Environmental First Response (SWS) team for the above referenced project. We look forward to providing SWS and the Florida Department of Environmental Protection . assistance in the capacity of providing remediation, transportation and disposal services for hazardous and non - hazardous waste from emergency responses. Clark Environmental, Inc. has two FDEP permitted facilities, a Thermal Treatment Facility and a Non - Hazardous Solid Waste Processing Facility. Clark Environmental, Inc. has the dedicated staff and equipment committed to providing SWS with quality service in a timely and economic manner. Should SWS be awarded the above reference contract, Clark Environmental, Inc. hereby confirms that we will provide the full extent of our personnel and equipment to the successful execution of this contract. Should you have any questions or should additional information be required, please call me at 800- 276 -2187. Sincerely, ElizabetG President • Clark Environmental, Inc. 755 Prairie Industrial Parkway • Mulberry, Florida 33860.9587 • 800 - 276 -2187 • 863 - 425 -4884 • Fax: 863. 425.2854 0 • • PCBB Environmental Laboratories, Inc. 210 Park Road, Oviedo, Florida 32765 Phone: 407-359-7194 Fax: 407-359-7197 September 20, 2001 James Weber SWS, Environmental First Response 1619 Moylan Road Panama City Beach, FL 32407 RE: Florida Department of Environmental Protection Request For Propsal #2002001 C "Emergency Response Services" Dear Mr. Weber, Agenda Item No. 16C4 January 13, 2009 Page 58 of 119 PC &B Environmental Laboratories Inc., Is pleased to be a part of the SWS, Environmental First Response (SWS) team for the above referenced project. We look forward to providing SWS and the Florida Department of Environmental Protection assistance In the capacity of Analytical Laboratory Sevices. PC &B has dedicated staff and equipment committed to providing SWS with the quality service in a timely and economic manner. Should SWS be awarded the above referenced contract, PC &B hereby confirms that we will provide the full extent of our personnel and equipment to the successful execution of this contract. If there are any further questions, please call me at 407- 359.7194. Sincerely, PC &B Environmental Laboratories Inc. %au,"n C Dawn Ambrogio Project Manager /Sales Manager afir i Bhate Environmental Associates, Inc. EnWronmeMal Enplrlear9 arid SOier1 M • 1508 1311 Aw a SOWN SuOa 300 Bimdnghem ■ Alabama ■35205 (205) 91(14000 (205) 9184050 (FAQ September 24, 2001 Mr. James Weber SWS Environmental First Response 1619 Moylan Road Panama City Beach, Florida 32407 Subject: Florida Department of Environmental Protection Request For Proposal #2002001C "Emergency Response Services" Dear Mr. Weber: Agenda Item No. 16C4 January 13, 2009 Page 59 of 119 Bhate Environmental Associates, Inc. (Bhate) is pleased to be a part of the SWS Environmental First Response (SWS) Team for the above referenced project. We look forward to providing SWS and the Florida Department of Environmental Protection assistance in the capacity of Environmental Engineering Services. Bhate has dedicated staff and equipment committed to providing SWS with quality service in a timely and economic manner. We have offices located in Fort Walton Beach and Tampa, Florida. Should SWS be awarded the above referenced contract, Bhate hereby confirms that we will provide the full extent of our personnel and equipment to the successful execution of this contract. If there are any further questions, please call me at (205) 918 -4000. Sincerely, Bhanvironmental Associates, Inc. Sam Bhate Principal 01 �mc) � O � N O rM !�c°o c a� C N m Q f 0 N 18 P a g 0 n a O Z Z yyy D W p LL U g w , , „. ,EE ZO o a ag � EiSS z$, oY .V U yaaWk p� N M W $ 79 ei: e LD m y. � gam. , t oc K m L E @o LL € a Ip o o- z p St � 9a t wLLNO U E � $ O P+ m'za ci yyy N 1A • g w Z g DI u .g � • '.I u� • S! o e €° S = $$ Ua $o ZZ0gE� , $ g is c g I. o$ wad ^n 1 e .°+ ��pQU{ .� ``Jn '• ,may N Li m $g 5 c dr S m IL �a.� U '� d O° 333 0 g' o U e .a 4 £' z o U o H �.: gg • � 3 3 3 4' E 4 ; ❑ QpQ W w .a g o cm A c •[ 5 a ao yy( $ 5 oa N 18 P a g 0 n a O Agenda Item No. 16C4 January 13, 2009 Page 61 of 119 DEP CONTRACT NO. LE401 AMENDMENT NO. 3 THIS CONTRACT as enter into on the 240' day of April, 2002, and amended on the 10° day of February, 2006, and on the 20h�day of April, 2007, between the FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (hereinafter referred to as the "Department') and SOUTHERN WASTE SERVICES, INC. (hereinafter referred as the "Contractor") is hereby amended WHEREAS, the Department ha determined that it would be in its best interest to fund the work perforated under this Contract as work is needed, instead of encumbering funds through the Contract; and, WHEREAS, the Contract needs to be revised authorize funding upon execution of Work Authorization Fortes; and, WHEREAS, this revision will require additional changes to the Contract. NOW, THEREFORE, the partie� hereto agree as follows: In accordance with Paragmp No. 4, which provides for two (2) one -year renewal options, the second renewal option is hereby exe cised and the completion date of the Contract is hereby changed from April 23, 2008 to April 23, 2009. — Paragraph No. 6 is hereby deleted in its entirety and replaced with the following: A. Funding under this Con ct shall be authorized by and for each executed Work Authorization Form as issued by the Dep The Contractor is not authorized to perform any services that exceed the funding amount autho ' d for each Work Authorization Form. Upon completion and final payment of a Work Authorization F rm, any funds remaining from that particular Work Authorization Shan be unencumbered by the armteni. The Contractor hereby agrees that the Contractor or its subcontractors shall no commence work under a Work Authorization Form until said Work Authorization Form has n Hilly executed by both the Department and the Contractor. B. For purposes of this C ntract, the following representatives identified herein are delegated the authority to execute Wor Authorization Forests for or on behalf of the Department: Emergency RespDi ise Managers Emergency Respoi tse Specialists C. For purposes of this C ntract, the following representatives identified herein are delegated the authority to execute Wor Authorization Forests for or on behalf of the Contractor: Site Supervisor or iigher Level Position D. It is hereby understood agreed that once the final invoice, for all work authorized prior to the execution of this Amcndj now, has been approved and paid by the Department, the remaining funding encumbered under the C4 nuact shall be unencumbered All invoices for work authorized prior to the execution of this Amendr xnt must be received by the Department no later than May 15, 2008. -- Attachment A, Work Authorize ion Form, is hereby deleted in its entirety and replaced with Attachment A -1, Revised Work Authorization Forni, attached hereto and made a part of the Contract. In all other respects, the Con rract of which this is an Amendment, and attachments relative thereto, shall remain in full force and effect. OF PAGE INTENTIONALLY LEFT BLANK DEP Contract No. LE401, Amendment No. 3, Page I of 2 Agenda Item No. 16C4 January 13, 2009 Page 62 of 119 IN WITNESS WHEREOF, the parties have caused this Amendment to be duly executed the day and year last written below. SOUTHERN WASTE SERVICES, INC. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION 1 B AOELD ion of Law Enforcement or designee Date: y1=40& Jim Reyn DEP Vtract Manager DEP Contracts Adminift4ator Approved as to form and legality: DEP 4ttorney List of attachments/exhibits included as part of this Atoandment; Specify Letter/ DEP Contract No. LE401, Amendment No. 3, Page 2 of 2 Agenda Item No. 16C4 January 13, 2009 ATTACHMENT A -1 Page 63 of 119 BUREAU OF EMERGENCY RESPONSE REVISED WORK AUTHORIZATION FORM Contractor Organization Code DEP Incidents: ObjeIX Code Fund Incident Date: Contract No.: Rep: Grant DEP 060: Site Name: Location: Phone(a): Office: City: County: Cell: Description of Work (check all that apply): • spill response ❑ overpack drums ❑ transport drums to TSA ❑ remove sol • abandoned drum ❑ sampling ❑ transport dorms to TDFS ❑ other: Suspected materials and amounts: Level of Effort (check all that apply): ❑ use subcontractor par OSC Personnel Vehicles Equipment • supervisor. ❑ 1 -ton Response Vehicle ❑ overpack drums: ❑ visqueen • recovery tech: ❑ 24on Response Vehicle ❑ 55 gal. Drums: ❑ roll-off containers: • field chemist ❑ vacuum truck ❑ sampling gear, Level 1 ❑ vapor detector • equip. oper.: ❑ pickup or van ❑ sampling gear, Level 2 ❑ PPE level: ❑ ❑ stakebed truck ❑ other. Comments: Anat"I 8 Disposal Arrangements (analytical will usually be listed in Chainol Cuslady or other forth): ❑ via Safety Kleen ❑ via City Env. ❑ via Contractor ❑ via subcontractor ❑ other. Work Assignment Type: ❑ fixed price ❑ cost estimate Reimbursement Potential: esfd.amount$ ❑ yes ❑ not likely ❑ OPA =90 reimbursement ❑ likely ❑ no ❑ Resp. Party reimbursement Comments: Funding Information: Project No. Organization Code ED ObjeIX Code Fund Ca Nr Modriel OCA Grant Amount Approvals: DEP Representative: Contractor Budget Representative to sign after Work Authorization executed, but prior to transmittal of copies to Procurement and Finance & Accounting to confirm funding information. BER Budget DEP Contract No. LE401, Attachment A -1, Page 1 of 1 Catalog: CONTRACT OTHER Profile: SOLICITATION Solicitation Type: SOLICITATION Page Count: Document Date: Solicitation No: o Page Count: Document Date: �[ Solicitation No: Page Count: \ Document Date- Solicitation Not Page Count: Sb rp I7 D� Document Date: Y Solicitation No: A00.2 0014 Page Count: Document Date: Solicitation No: Page Count: Document Date: Solicitation No• Page Count: Document Date: Solicitation No• , Page Count: Document Date: Solicitation No:. Page Count: Document Date: Solicitation No: Page Count: Document Date: Solicitation No: Page Count: Document Date: Solicitation No: Page Count: Document Date: Solicitation No: Page Count: Document Date: Solicitation No: Page Count: Document Date: Solicitation No: Page Count: Document Date: Solicitation No: Page Count: Document Date: Solicitation No: Agenda Item No. 16C4 January 13, 2009 Page 64 of 119 Jab Bush Governor Prospective Contractor: Agenda Item No. 16C4 January 13, 2009 P Department of age 65 of 119 Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard David B. Svuhs Tallahassee, Florida 32399 -3000 Secretary August 17, 2001 Subject DEP Solicitation Number 2002001 C Request for Proposals (RFP) for Emergency Response Services This is an RFP from emergency response oriented contractors to respond to general emergency response situations. The RFP package consists of this transmittal letter with the following attachments: Attachment A - State of Florida Request for Proposal Contractual Services Acknowledgment Form Attachment B - General Instructions for the Preparation and Submission of Proposals for Emergency Response Services Attachment C - Schedule of Prices Attachment D Client Reference Forms Attachment E - Evaluation Criteria Attachment F - RFP Response Checklist Attachment G - Respondent/Suboontrector Summary Form Attachment H - Proposed Contract Your proposal should comply fully with these Instructions which stipulate what is to be included in the response. Prospective contractors submitting a proposal to this solicitation shall affix the green "Sealed Response" decal on the envelope containing their response. The term "sealed response" is used only to put the DEP's mallroom on notice that the package received Is a response to a DEP solicitation and therefore should not be opened but delivered directly to the Procurement Section. This solicitation does not commit DEP to pay any costs Incurred In the preparation and submission of a response In any form or to procure or contract for said services or supplies. The Secretary of the DEP, or his written designee, are the only individuals who can commit the DEP to the expenditure of funds in connection with any contract resulting from this solicitation. The designated DEP Procurement Section representative for this solicitation Is the undersigned. All communications hereon should cite the subject solicitation number and be directed to my attention at the address provided in Attachment B, Section A.S. RH /rh Attachments Sincerely, �UA knrn Ruth Heggen Operations & Management Consultant "More Protection, Less Process" P,kned w meyded Pepe, Agenda Item No. 16C4 January 13, 2009 Page 66 of 119 ATTACHMENT B GENERAL INSTRUCTIONS FOR THE PREPARATION AND SUBMISSION OF PROPOSALS FOR EMERGENCY RESPONSE SERVICES A.1 Solicitation Num A2 Solicitation Type: A.3 Date of RFP Issuanos: A.4 Issuing Office: 2002001C Request for Proposals (RFP) August 17, 2001 Bureau of Emergency Response Division of Law Enforcement Florida Department of Environmental Protection (DEP) Responses must be reoelved by: MAILING ADDRESS: Ms. Ruth Heggen Procurement Section, MS#93 Florida Department of Environmental Protection 3900 Commonwealth Blvd. Tallahassee, FL 32399 -3000 Phone: (850) 9225942 HAND DELIVERY ADDRESS: Ms. Ruth Heggen Procurement Section, Room 235 Florida Department of Environmental Protection 3800 Commonwealth Blvd. Tallahassee, FL 32399 -3123 Phone: (850) 922 -5942 NO LATER THAN 2:00 P.M. EASTERN DAYLIGHT SAVING TIME (EDST) ON THURSDAY, SEPTEMBER 20, 2001. Caution, A response received at the designated office after the exact time specified for receipt will not be considered, as specified by the provisions of Chapter 287, Florida Statutes, and Chapter BOA -1, Florida Administrative Code, describing treatment of Late Proposals, Modification of Proposals, and W thdrawal of Proposals. A.6 Solicitation Schedule Information: By Thursday, September 20, 2001, at 2:00 p.m. EDST, prospective contractors shall submit four (4) copies of their response to this RFP. See instructions for proposal preparation in Section A.29 and submittal information in Section A.5. On or about 8:30 A.M. on Tuesday, October 9, 2001, review committee recommendations will be posted in the DEP Procurement Section Office (Carr Building, Room 235). The DEP reserves the right to short list respondents deemed to be In the competitive range to conduct oral discussions prior to the final determination of contract award. If the DEP exercises this right, the short list will be posted In the DEP Procurement Section on or about 8:30 A.M. on Tuesday, October 16, 2001. DEP Solicitation No. 2002001C, Attachment B, Page 1 of 14 Agenda Item No. 16C4 January 13, 2009 Page 67 of 119 These dates are to be used by the prospective contractor for planning purposes and are subject to change. The DEP reserves the right to revise the solicitation schedule provided above. Modifications of the schedule contained herein shag be provided in writing to the organizations participating in this solieitatlom AT Question s: INFORMATION WILL NOT BE AVAILABLE BY PHONE Any information received through any oral communication shall not be binding on the DEP and shalt not be rolled upon by an offeror. See Attachment A, Item 7, I nterpretaUonslDisputes. Please notify the DEP Contracts Office (see Section A.5 above) at least one (1) week prior to the event If an accommodation because of a disability Is required. Information on Federal Procurement Regulations, State Statutes or Rules, referred to in this solicitation, may be obtained by contacting the DEP Procurement Section referred to in Item A.5 above. For the purposes of this solicitation, the terms respondent, offeror, contractor and consultant are used interchangeably and mean a person(s) or firm(s) submitting a response to this solicitation. A.8 Notification: Proposal Tabulation, with recommended award, will be posted for review by interested parties at the location where proposals were received, on or about 8:30 AM., Tuesday, October 9, 2001, and will remain posted for a period of seventy -two (72) hours, which does not include weekends or State observed holidays. Any proposer who desires to protest the recommended award must file a protest with the Procurement Section, Department of Environmental Protection, 3900 Commonwealth Boulevard, MS#93, Tallahassee, Florida 32399 -3000, within the time prescribed In Section 120.57(3), Florida Statutes and Chapter 28.110, Florida Administrative Code. Notices delivered by hand delivery or delivery service shall be to the Procurement Section, Department of Environmental Protection, 3800 Commonwealth Boulevard, Carr Building, Room 235, Tallahassee, Florida 32399 -3123. A.9 Protests: See Attachment A, General Conditions, Items 7 and 8. Failure to file a protest within the time prescribed In Section 120.57(3), Florida Statutes, of fallure 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. Written notices, formal requests and proceedings must conform with the requirements set forth in Chapter 28.110, Florida Administrative Code (FA.C.). Protests must be filed with the Procurement Section, Department of Environmental Protection, 3900 Commonwealth Boulevard, MS#93, Tallahassee, Florida 32399 -3000 within the time prescribed In Section 120.57(3), Florida Statutes and Chapter 28 -110, Florida Administrative Code. Notices delivered by hand delivery or delivery service shall be to the Procurement Section, Department of Environmental Protection, 3800 Commonwealth Boulevard, Carr Building, Room 235, Tallahassee, Florida 32399 -3123. n Any person who flies an action protestin a ecision or intended decision pertaining to contracts administered by the DEP pursuant to 20.57(3) F.S. shall post with the DEP at the time of filing the formal written protest a bond payable to the DEP In an amount equal to 1 percent of the DEP's estimate of the total volume of the contract or $5,000, whichever Is less, which bond shall DEP Solicitation No. 2002001 C, Attachment B. Page 2 of 14 be conditioned upon the payment of all administrative hearing in which the action proceeding. In lieu of a bond, the DEP amount of the frond. FAILURE To FILE TI Agenda Item No. 16C4 January 13, 2009 Page 68 of 119 costs which may be adjudged against him in the Is brought and In any subsequent appellate court may accept a cashier's check or money order in the The pollution of the air, land and waters of the state constitutes a menace to the public health and welfare; creates a public nuisance; is harmful to wildlife, fish and other aquatic rds; and Impairs domestic, agricultural, industrial, recreational and other beneficial uses of the air, land and water. Pursuant to Sections 403.1655, 376.09 and 376.305, Florida Statutes, and Chapter 62 -107, Florida Administrative Code, the Florida Department of Environmental Protection (DEP) can contract with private Independent contractors to respond to emergency Incidents which pose an environmental or public health threat when the responsible party Is unknown or falls to act In a timely or appropriate manner. The (DEP) Bureau of Emergency Response (BER) is requesting proposals from emergency response oriented contractors to respond to general emergency situations Involving regulated materials, provide short-term mitigation efforts, respond to abandoned containers or uncontrolled hazardous material releases, pollutant discharges in the coastal zone, or respond to any situation determined by the BER to represent a threat to the public or the environment of the state of Florida. The selected contractor's services may be utilized to provide monitoring of a site; sample both hazardous and non - hazardous materials; analyze,samples; neutralize releases; decontaminate personnel, equipment or strictures; remove fuel from sunken or sinking vessels; transport hazardous and run - hazardous materials and samples; deploy boom, skimmers or other oil spill response equipment, excavate areas where hazardous or non - hazardous materials may be buried; or site cleanup services. Materials that may be encountered include pollutants, oil and any of its derivatives, hazardous substances, hazardous waste, biomedical waste, chemical or biological warfare agents, solid waste, unknown material, or any material that Is regulated by the DEP or the federal government which may be a threat to the public health or environment. The selected contractor must provide the services outlined herein as the need arises on a twenty -four (24) hour, seven (7) days a week, fifty -two (52) weeks a year basis. The selected contractor must have a physically monitored twenty-four (24) hour telephone number for purposes of notification. Pager and answering machine numbers are not acceptable. The selected contractor shall arrive on -site with appropriate equipment and personnel as soon as possible, but no later than four (4) hours after notification by an authorized BER representative. If the selected contractor fails to arrive on -stile with the specified personnel and equipment within the specified timeframs, liquidated damages will be assessed at the rate of $100 per hour for each hour (or pro-rated portion of an hour) that exceeds the four (4) hour response time frame. The BER may waive the four (4) hour time frame on a case -by -case basis, or during non - emergencies, but always at the BER's discretion. The selected contractor must be able to provide laboratory services on a twenty-four (24) hour turn-around basis when requested. The selected contractor will be required to package and transport all wastes according to U.S. Department of Transportation (DOT) regulations. The selected contractor shall transport all materials collected to the BER hazardous waste storage area, or other storage or disposal area authorized by the BER. The DEP waste disposal contractor will generally be responsible for transportation of the waste from the temporary storage area to final disposal of the waste. However, the selected contractor may occasionally DEP SallcU0on No. 20020011C, Attnchrt nt 8. Page 3 of 14 Agenda Item No. 16C4 January 13, 2009 Page 69 of 119 be requested to provide transportation and disposal services at the discretion of the BER On- Scene Coordinator (OSC). AN samples will be shipped to the DEP waste disposal contractor for disposal analyses, unless otherwise specified by the BER OSC. The BER may request the emergency services contractor to provide transportation and disposal services when: • a fixed price agreement that includes disposal is agreed to; • an on -going Job requires scheduled maintenance, cleanup services or monitoring; • on -site treatment or destruction is the preferred disposal method; • the wastes are Identified as non - hazardous solid waste, biomedical wastes, or chemical or biological warfare agents; or, • the BER determines the emergency services contractor Is best suited to provide the transportation and disposal services. The selected contractor may be required to provide technical assistance or expert witness services under the contract resulting from this solicitation upon request of the DEP. No minimum amount of work is guaranteed under this Contract A.11 Rinse Regions The DEP has divided the state Into seven (7) regions which correspond to the BER districts (except Monroe County, which for the purposes of this contract will be attached to District 2). The response regions are as follows: District 1 North District 2 District 3 District 4 District 5 East Alachua Broward Charlotte' Citrus Dixie Baker Dade Collier DeSoto Franklin Bradford Martin Glades Hardee Gadsden Clay Monroe Hendry Hernando Gilchrist Columbia Okeechobee Lee Highlands Hamilton Duval' Paini Beach* Hillsborough Jefferson Flagler St. Lucie Levy Lafayette Nassau Monroe Manatee Leon Putnam Pasco Liberty St Johns Polk Madison Union Pinellas Suwannee Sarasota Taylor Sumter Wakulls District 1 South District 5 West Brevard Bay" Indian River Calhoun Lake Escamble Marion Gulf Orange Holmes Osceola Jackson Seminole Okaloosa Volusla Santa Rosa Walton Washington ' Counties where DEP BER's Temporary Storage Areas (fSAs) are located DEP Soliclrseon No. 2002001C, Aaachmant a, Pay 4 of 14 Agenda Item No. 16C4 January 13, 2009 Page 70 of 119 The respondent must submit a separate proposal for each region for which they are proposing to provide services. The DEP reserves the right to modify the regional boundaries based on changes to the BER regional Ones. Any changes will be made part of the contract through a change order. A.12 Number of Awards: The DEP anticipates the issuance of a total of seven (7) contracts, one (1) contract for each region of the state as outlined in Section AA I above, as a result of this solicitation. However, the DEP reserves the right not to Issue any cortracts, or to Issue multiple contracts per region, If it will be more advantageous to the DEP and the State of Florida. The DEP, at its sole discretion, shall make this determination. No minimum amount of work Is guaranteed under any contracts resulting from this solicitation. Only the BER will assign work to the selected contractors. In the event that the selected contractor for any of the regions, as identified in Section A.11 above, are unable to meet their obligations under the contrail, the BER reserves the right to Issue a work authorization to a contractor from another response region. A.13 Contract Period: The contract Is expected to begin on or about October 29, 2001, and remain in effect fora period of five (5) years. Based on continued satisfactory performance, the DEP reserves the right to renew any contract resulting from this solicitation. Renewal shall be subject to the terms and conditions set forth in the existing contract and shall be considered during the fifth year of the contract. Such renewal shall be limited to two (2) additional one (1) year periods. The DEP reserves the right to review, on an annual basis, any or all contracts resulting from this solicitation. In the event that a selected contractor does not receive a satisfactory review, the DEP may terminate that contract in Its entirety and use a selected contractor from another response region as the sole contractor for that region. A.14 Type of Contrail Contemplated: I it is anticipated that the method of payment for work conducted under the contract resulting from this solicitation will be a combination of fixed price, cost reimbursement and fee schedule. The DEP reserves the right to award another contract type if such will be most advantageous to the DEP and the State of Florida, price and other factors considered. The maximum compensation under a contract resulting from this solicitation shall not exceed $10,000,000 for the entire five (5) year term. In the event that the DEP exercises a renewal option, as described in Section A.13 above, the DEP reserves the right to Increase the calling amount of the contract to provide for the renewal pertod(s). A copy of the proposed contract containing all requirements Is included as Attachment H. The requirements should be scrutinized by the offeror since modifications proposed by the offeror may not be considered. A.15 Use of Contract by Other State of Florida Governmental Entities: Other State of Florida Govemmental entities (Entity) may purchase from the oontrect(s) resulting from this solicitation, provided such use of the contracts) has been determined to be cost effective by the Entity and In the best Interest of the State. The selected contractor(s) has DEP Solrcttation Na 200200M Attachment B, Page 5 of to Agenda Item No, 16C4 January 13, 2009 Page 71 of 119 the option of selling the commodities or services described In this solicitation to other State of Florida governmental entities at the selected contractor's discretion. Eligible users of the contract resulting from this solicitation Include other State of Florida Agencies (tnciuding members of the State University System and Community College System), Water Management Districts, Counties, Local County Boards of Public Institution, Municipalities, and other 1=1 public agencies or authorities. A.16 Offer Acceptance Period: The DEP expects to execute the contract(s) as soon as possible after the announcement of the award. The DEP has the discretion to terminate negotiations If an agreement is not reached within thirty (30) days of announcement of award. A.17 Ownershic of Materials: All material submitted by prospective contractors responding to this RFP will become the property of the DEP and be subject to the provislons of Chapter 119, Florida Statutes. A.18 Disclosures: Information will be disclosed to respondents in accordance with State statutes and rules applicable to this solicitation after evaluations are complete. A.19 Laws and Permits: The selected contrector(s) must comply with all local, state and federal laws, rules, regulations and codes whenever work is being performed under this contract. All permits and licenses, required for the contract,'wiil be obtained by the selected contractor(s) and maintained for the duration of the contract. DEP will not pay the cost of licenses or permits. A.20 Insurance: The firm(s) selected under this RFP shall maintain, during the fife of the contract, Workers' Compensation Insurance for all of its employees connected with the contract Such insurance shall comply fully with the Florida Workers' Compensation Lew. In case any Gass of employee engaged in hazardous work under the contract is not protected under the Workers' Compensation statute, the respondent shall provide adequate insurance, satisfactory to the DEP, for the protection of its employees not otherwise protected. The firm(s) selected under this RFP shall maintain, during the life of the contract, comprehensive general liability coverage with limits of not less than $1,000,000 per occurrence and $2,000,000 general aggregate for bodily Injury and property damage; and comprehensive automobile liability coverage with limits of not less than $1,000,000 combined single limit The selected contractor(s) shall also maintain pollution liability coverage with limits of not less than $3,000,000 aggregate for personal injury or death, $1,000,000 per ocounence for personal Injury or death, and $1,000,000 per occ unrenoe for property damage. The selected contractors' certificates of insurance shall contain a provision that the Insurance will not be canceled or modtfied for any reason except after thirty (30) days written notice to the DEP Contracts Administrator. The certificate shall also name the DEP as an additional Insured. The selected contractors shall be required to submit insurance certificates evidencing such Insurance coverage prior to the execution of a contract with the DEP. DEP solicitation No. 2002001C, Attachment 6, Page 6 of 14 Agenda Item No. 16C4 January 13, 2009 Page 72 of 119 A21 Indemnification: The selected contractors must agree to Indemnify, defend, save and hold harmless the State of Florida and the DEP from all claims, demands, liabilities and suits of any nature arising out of, because of, or due to any negligent act or failure to act by the contractor, its subcontractors, agents or employees, to the extant permitted by Florida law. MMER-MIRM. a ■- . The State may seek recovery of the costs of cleanup of specific sites from any and all responsible parties, and must anticipate the possibility of litigation. In order to avoid a conflict-of- interest, or the appearance of a conflict -of interest, the State requires that the selected contract notify the DEP in writing and make such continuing disclosure throughout the term of the contract, of any present or anticipated contractual or business relationship between the selected contractor, or any subcontractor of the selected contractor, and any of the persons or entities who are, or may be, responsible for that site. For the purposes of this section, a contractor, or cordractoes subcontractor, may be deemed to have had a business relationship with one of the responsible parties If It has had such a relationship with a parent, or subsidiary, a predecessor or a successor of such party, or if it has been engaged by Independent legal representatives on behalf of any such parties, as so defined. A full disclosure shell include a description of the action that the selected contractor has taken, or proposes to take, to avoid or to mitigate such conflict- of-interest. In addition to the selected contractor's duty to disclose any conflict-0 f -Interest as described above, the DEP shall retain and exercise the right to determine on Its own initiative whether or not a oonflictof- interest on the part of the selected contractor exists. The DEP may terminate the contract if the DEP deems such termination to be In the treat interest of the DEP, or may terminate the selected contractor's assignment to a particular site or sites based upon Its assessment of the potential conflict The selected contractor will be required to provide written notification to the DEP within five (5) days of a potential conflict-of- interest The DEP will determine whether or not a conflictof- interest exists. • 7 uFIEI�IL- if a force majeure occurs which causes delays or the reasonable likelihood of delay in the achievement of the requirements of the contract, the selected contractor shall promptly notify the DEP orally and shall, within seven (7) calendar days, notify the DEP In writing of the anticipated length and cause of the delay, the measures taken or to be taken to minimize the delay, and the selected contractor's Intended timetable for implementation of these measures. If the parties agree that the delay or anticipated delay has been or will be caused by a force majeure, time for performance under the contract may be extended, at the discretion of the DEP, for a period of time equal to the delay resulting from the force majeure. Such agreement shall be confirmed by letter from the DEP accepting, or if necessary modifying the extension. A force majeure shall be an act of God, strike, lockout, or other industrial disturbance, act of the public enemy, war, blockade, public riot, lightning, fire, flood, explosion, failure to receive timely necessary governmental or third party approvals, governmental restraint, and any other cause, whether of the kind specifically enumerated herein or otherwise, which is not reasonably within the control of the selected contractor. The selected contractor is responsible for the performance of all services Issued under the contrail Failure to perform by the selected contractors subcontractor shall not constitute a force majeure event. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP SoOcitaSon No. 2002001 C, Attecthment B, Page 7 of 14 Agenda Item No. 16C4 January 13, 2009 Page 73 of 119 � c S The selected contractors) shall be required to prepare and submit quality assurance documents within thirty (30) days following contract execution. Failure to submit the documents within the thirty-day time frame will result In suspension of the contract until the documents have been submitted. The laboratory(ies) to be utilized as a subcontractor under any contract(s) resulting from this solicitation must be certified by the Florida Department of Health's Environmental Laboratory Program for all tests to be performed. The associated performance test samples for support to the certification proem must be In the matrices of interest If, at the time of contract execution, the laboratory has not begun the proem of certification, the laboratory will have she (6) months to become certified or the laboratory will be removed as a subcontractor for the contract resulting from this solicitation. Laboratories that are accredited by other NELAP accrediting authority must seek secondary accreditat ion through the Flodda Department of Health for the tests to be peformed. A.25 Subcontracting: The prospective contractor shall not subcontract, assign, or transfer any of the services sought under this solicitation, with the exception of those subcontractors Identified in the prospective contractor's response, without the prior written consent of the DEP, The DEP supports diversity in Its Procurement Program and requests that all subcontracting opportunities afforded by this solicitation embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. The DEP will be glad to furnish a list of Minority Owned firms that could be offered subcontracting opportunities. A.26 Vendor Realstraton Prior to entering Into a contract with the DEP, the selected contractor(s) must be registered with the Florida Department of Management Services (DMS) Vendor Registration System. A prospective contractor may contact DMS at telephone number (850) 487.4634 or register on the DMS Vendor Web Site at httpJ/Www.myflorida.com. Potential contractors who may have previously registered can confirm and/or update their registration at this website. From this webslts, prospective contractors can also obtain Information about the minority status of registered firms. A.27 Number of Copies to be Submitted: Four (4) signed copies of the proposal must be submitted for review by the DEP. Each copy Is to be bound Individually. One copy of the proposal shall bear original signatures. Use of legible reproductions of signed originals is authorized for all other copies of the proposal. The respondent must submit a separate proposal for each response region for which they are proposing to provide services. The transmittal letter in the response for each region must clearly identity the region for which the respondent is proposing to provide services. For example, If a respondent intends to provide services for both the Southwest region and the Northeast region, the respondent would submit 4 copies of a response for the Southwest region with a transmittal letter clearly Identifying It as a response for the Southwest region AND 4 copies of a response for the Northeast region with a transmittal letter clearly DEP Soncttatron No. 2002001C, Attachment a, Page 6 of 14 Agenda Item No. 16C4 January 13, 2009 Page 74 of 119 Identifying It as a response for the Northeast region. The DEP intends to review responses on a region by region basis A.28 Elaborate Responses: it Is not necessary to prepare your proposal using elaborate brochures and art work, expensive paper and bindings, or other expensive visual presentation aids. Your proposal shall be prepared in accordance with the Instructions herein. The Instructions for this RFP have been designed to help Insure that all responses are reviewed and evaluated In a consistent manner, as well as to minimize costa and response time. ANY AND ALL INFORMATION SUBMITTED iN VARIANCE WITH THESE INSTRUCTIONS WILL NOT BE REVIEWED OR EVALUATED. The proposal shall consist of the following parts: A. Acknowledgement Form: The State of Florida Request for Proposal Contractual Services Acknowledgement Form (original copy provided in solicitation package as Attachment A) shall be completed as Instructed. The originally signed copy shall be submitted In one copy of the response package marked "Original ". Three (3) photocopies of the signed original Attachment A shall be made, and one copy shall be provided In each of the three (3) additional response packages submitted to the. DEP. Failure to submit a fully completed, originally signed RFP Contractual Services Acknowledgement Form shall resuk in the response being deemed non-responsive and therefore, rejected. In the event that respondents submit a proposal as a joint venture, each member of the joint venture must complete and sign a separate Acknowledgement Form. S. Transmittal Letter. This letter serves only as the document covering transmittal of the proposal package. The letter must provide the name, title, address and telephone number of the official contact and an alternate, If available. This Individual shall have the authority to bind the respondent and shall be available to be contacted by telephone or attend meetings as may be appropriate regarding the solicitation schedule. This letter shall also clearly indicate the response region for which the respondent is proposing to provide services. C. Technical Response: The technical response package shall be prepared by each respondent utilizing 8.5" x 11" paper. Each respondent shall limit the technical response section to no more than thirty (30) pages (not Including Cost and Non -DEP Past Performance). The page limit of each section of the technical response package shall be determined by the respondent However, in no event shall the entire technical response package, excluding Cost and Non -DEP Past Performance, exceed the thirty (30) page limitation. Any photographs, maps, diagrams, charts or other non -text material which provides information about the respondent will be included in the page limitation of the Technical Response Package. „_ DEP Sollcitation No. 2002001 C, Attachment B. Page 9 of 14 Agenda Item No. 16C4 January 13, 2009 Page 75 of 119 Respondents we encouraged to prepare their Technical Response Package In the order outlined below. with the sections tabbed for ease of the Identification and review by the evaluation committee members. However, In no event shall the respondent use the tab pages to present additional Information. Tab pages which present information shall be counted In the page limit The Technical Response Package shall contain the follow)ng sections: The content of this section shall be at the sole discretion of the respondent. The respondent shall describe their qualifications and experience in the fields of emergency response, oil spill response and site cleanup. The respondent shall also describe their qualifications and experience with biomedical, chemical and biological warfare agents, and shock sensitive materials that may be Involved in Incidents. The contract resulting from this solicitation is not Intended to include waste disposal, but occasionally the emergency services contractor may be required to dispose d certain wastes on a case -by -case basis. The respondent shall describe their capability, qualifications and experience for the transportation and disposal of hazardous waste, oil and cli spill debris, biological and shock sensitive material. The respondent shall briefly describe no more than three (3) outstanding cleanup operations or emergency situations that demonstrate the capability of the company. In each case, indicate if the company was the prime contractor or a subcontractor. The respondent shall describe its corporate organization, el illates and subcontractors for the contract. Explain how they will contribute to the DEP emergency response contract The respondent shall describe their after -hours notification procedures for emergency services personnel, and an estimate of their average mobilization time, from notification to the time personnel and equipment are ready to leave the facility. The respondent shall describe how they Intend to serve the entire region within the four (4) hour response time frame. The respondent shall identify the location(S) of their facility serving this region. Use concentric time rings emanating from the facility to calculate the response time to the different parts of the region. The calculations shall be based on a speed of 45 mph, The respondent shall describe the extent of services available for the region without other outof- region resouroes. The respondent shall describe the entire extent of services they can provide for the region regardless of location. DEP Soildtaaon No. 2002001C, AttechmMt B. Page 10 of 14 1.3 R 0 Agenda Item No. 16C4 January 13, 2009 Page 76 of 119 The respondent shall describe their technical approach for performing the work described in Section A.10, Description of Work Being Procured. The technical approach shall be based on the respondents safety plan. This descdpdon must Include notification, Initial response onclude type and minimum number of personnel and equipments site work, equipmeM, sampling, site safety, and transportation of any waste collected, from any incident the BER may encounter. Personnel The respondent shall describe the level of education, training, work experience and a brief description of the responsibilities for each of the labor categories identified in the Schedule of Prices (Attachment C). The respondent shall Indicate the number and positions of part-time staff in their organization and explain how these individuals will be mobilized to respond In an emergency. ui m nt The respondent must possess adequate equipment to accomplish the activities for Me emergency services contract. This Includes at a minimum, but Is not limited to: levels A, B, C and D PPE; overpack drums and containers; spill control and cleanup supplies; overpack drums and drum liners; visqueen; response vehicles; vacuum thick; well drilling equipment; bomb taller, water treatment system; heavy equipment (dozers, front -end loaders, excavators, dump trucks, etc.y, tank and cylinder patch kits; chemical transfer pumps; winch or drum lifting equipment; work boats; containment boom; field tasting equipment; pressure washer, and any other appropriate equipment. The respondent shall identify the laboratoryees) It Intends to utilize for services under the contract. Describe, in detail, capabilities and turn around time for analyses. Cost or Price (Must use pages provided as Attachment C) On the pages provided as Attachment C, the respondent shall provide Its costs for the services requested in this solicitation. Failure by the respondent to provide a cost for any of the items listed, or fallure to use Attachment C, shall result In the response being deemed non - responsive and therefore, rejected. Attachment C Is a detailed listing of the cost or price for personnel, equipment, expendables and services In be utilized under the contract resulting from this solicitation. The respondent shalt not use this section as a supplement for providing additional technical information unless directly related to the cost or price of services. All Information and data provided shall be specific and complete to support the respondents cost estimate. The respondents schedule of prices should disclose all relevant cost and pricing data. DEP solicitation No. 2002001 C, Attachment a, Page 11 of 14 Agenda Item No. 16C4 January 13, 2009 Page 77 of 119 The prices listed in Attachment C shall be current and effective during the first twelve (12) months of the contract. The selected contractor may request an increase In price, up to 6 %, for each year after the initial year of the contract and for each of the two (2) possible one -year renewal periods. The request to Increase the prices must be made in writing to the DEP supported by a detailed justification which warrants the requested increase. The request must be submitted at least aixty (60) calendar days prior to the anniversary date of the contract in order for a request to be considered by the DEP. The DEP shall review the selected contractor's written request and supporting documentation to determine whether an Increase is warranted and, If so, what percentage Increase (not to exceed 5% In any one year) shall be authorized by formal amendment to the contract. 10. Past Performance (Must use pages provkled as Attachment D) In the spaces provided on Attachment D. the respondent (not Intended subcontractors) shall provide eight (6) separate and verifiable projects which have either been completed within the last ffitee (3) veare (Ixolects comoleted since years. All projects listed must be for work similar to that specified In this solicitation (i.e. work must be related to emergency response). Confidential clients 3hd _nQt be included. Projects that the respondent has completed for firths who are fisted as subcontractors in their response to this solicitation may not be used as Past Performance references under this so8cWon. The DEP will choose, at Its own discretion, two (2) of the respondents references to contact in older to complete an evaluation questionnaire as provided in Attachment E. The DEP will not attempt to correct incorrectly supplied Information. Failure to provide the required information for eight (8) separate and verifiable projects which have been completed within the last three f3) Yeas or which have been ongoing for a minimum of at least two (2) years In the spaces provided on Attachment D, or failure to provide the required information shall result In the respondent receiving a score of zero for the Past Performance section of the evaluation criteria. The respondent must fist all names under which it has operated during the past eight (8) years. The DEP will review Its records to Identify all contracts that the respondent has undertaken with the DEP, where the respondent was the prime contractor, during the last eight (8) years (contracts executed during or after August 17, 1993). The DEP shall choose one (1) of time respondents DEP references, if applicable, to contact In order to complete an evaluation questionnaire as provided in Attachment E. Satisfactory performance for the DEP project wtll Boors zero (0) points; unsatisfactory perfomlanoe may score up to minus ten ( -10) points. In this way, respondents who have not worked for the DEP, or who have performed satisfactorily for the DEP, will not be penalized. 12. Diversity/Minority Business Utilization Plan The respondents shall describe Its plan/methods to encourage diversity and utilize minority businesses in the performance of the services described in this solicitMon. DEP aollcltation No. 2002001c, Attachment B. Pape 12 of 14 Agenda Item No. 16C4 January 13, 2009 Page 78 of 119 The Information provided in this section should address the team described in Attachment G. The DEP supports diversity in Its Procurement Program and requests that all subcontracting opportunities afforded by this solicitation embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. Failure of the respondent to provide any of the information required In the technical response portion of the RFP response shall result in a score of zero (0) for that element of the evaluation, with the exception of the information required on Attachment C, which shall result In the response being deemed non- responstva and therefore, rejected. On the form provided as Attachment G, the respondent shall fist the name of the respondent(s), the name of each Intended subcontractor, and indicate the business category of each firm listed. AIIIIIIIII All respondents shall supply written proof of subcontract arrangements for this solicitetion. Documentation shall be supplied for each subcontractor (including laboratories) which the respondent Intends to utilize and for which the respondent has identified the qualifications and experience of In their proposal. The written documentation shall be a one (1) page letter supplied by the subcontractor on Its letterhead stationery, clearly identifying the DEP Solicitation Number (2002001C), the project title (Emergency Response Services), and the prime contractor with whom the firms Intends to subcontract. Failure to submit a letter of commitment from an Intended subcontractor identified In the proposal shall result in the disallowance of the qualifications and experience of that subcontractor from consideration in the evaluation process. A.30 Evaluation Criteria A. General 1. The DEP reserves the right to accept or reject any or all proposals received and reserves the right to make an award without further discussion of the responses submitted. Therefore, responses should be submitted Initially in the most favorable manner. 2. A non - responsive proposal shall Include, but not be limited to, time that a) are Irregular or are not in conformance with the requirements and instructions contained herein; b) fail to ulfte or complete prescribed forms; or c) have improper or undated signatures. A NON - RESPONSIVE PROPOSAL WILL NOT BE CONSIDERED. 3. The DEP may waive minor Informalitles or irregularities In the proposals received where such are merely a matter of form and not substance, and the corrections of which ARE NOT PREJUDICIAL to other respondents. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DFP SolUtaaon Na 2002001 C. Attachment B, Page 13 of 14 Agenda Item No. 16C4 January 13, 2009 Page 79 of 119 B. Scoring Each proposal will be reviewed by a selection committee of at least three (3) members. Each of the reviewers will work Independently using the evaluation criteria contained in Attachment E. Each committee member will use the total point scores to rank the responses (i.e. highest point total - 1, 2nd highest = 2). The committee chairman will calculate an average rank for each response and present them to the selection committee, without accompanying respondents' names, who will determine the recommended contract award or short list of firms to participate in oral discussions. Any requirement of this solicitation which Indicates the consequence of any noncompliance shall be strictly enforced. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Solicitation No. 2002001C, Attachment B. Pago 14 of 14 Agenda Item No. 16C4 January 13, 2009 Page 80 of 119 ATTACHMENT C SCHEDULE OF PRICES PRICE SCHEDULE INFORMATION The following information pertains to Attachment C, Schedule of Prices: • Daily costs shall reflect a straight eight -hour work day. • Daily rates for equipment are available after eight consecutive hours of equipment use, including standby hours. • Weekly rates for equipment are available after five consecutive days of equipment use, including standby hours. • Standby rates are to be applied when equipment Is on the job, but not actively being used, or the equipment has been tasked by an OSC to be available. • For long -term equipment usage (more than one week), rates can be negotiated on a lump sum basis. • Labor and equipment rates will be from portal -to- portal. • For the purposes of this contract, holidays are State of Florida holidays only. • Travel expenses and per diem, if authorized by the BER Project Manager, shall be in accordance with the requirements contained In Chapter 112.061, Florida Statutes, and must be documented by a State of Florida Travel Voucher with appropriate receipts. Reimbursement will be at rates currently allowed for State of Florida employees. • Charges for services or expenses, Including services and expenses of subcontractors, directly identifiable to a particular assignment of work, which are not included in Attachment C, shall be compensated on a'oost plus' basis and must be evidenced on the daily report for that particular job. Such approvals should not be common, but will enable the DEP to obtain expendable supplies of specialized services that may be unanticipated, but which are related to this, solicitation. In the event that DEP determines that such rates should become part of the Price Schedule attached to the contract resulting from this solicitation, the DEP will initiate a change order evidencing rates mutually agreed to by both parties for Inclusion in Attachment C. • All the contractor's response personnel Identified in Attachment C shall be trained as appropriate to 29 CFR, 1910.120 standards. The BER OSC may from time to time ask for training documentation from personnel on site. • Equivalent vehicles and equipment contracted or rented shall be invoiced at the contract rates contained in the Price Schedule. • if the selected contractor cannot respond due to other commitments, and another subcontractor is used, the DEP will be invoiced at the rates contained in the Price Schedule for the equivalent personnel and equipment. • Response vehicles or trailers are defined as units that are fully equipped with various PPE, breathing air, tools (both regular and non - Sparking), patch kits, field monitoring equipment, overpack drums, expendables, etc., that will be used as the primary response unit for the selected contractor. DEP "Idtation No. 2002001C, Attaahmn t C, Page 1 of 10 Agenda Item No. 16C4 January 13, 2009 Page 81 of 119 PRICE LIST If sufficient space is not provided in any category, attach additional sheets using the same format. Prices shelf be in U.S. dollars. A blank field denotes a non- evellable item. LABOR Labor costs include overhead, general and administrative, profit and any other related ousts. There will be no minimum charge, Standard time is considered Monday — Friday, 0800 hours - 1700 hours, or the first eight hours of those are tours worked. Overtime Is before 0000 hours, or after 1700 hours, or after the elghblwur work day Is completed, and weekends and State of Florida holidays. VEHICLES Vehicle rates Include all maintenance costs, mileage, fuel, mobilization and demobilization ousts. There will be no minimum charge. Personal vehicle use will be at State of Florida rates. 9' 'se _ Project Manager .mz Res Vehfde, ton Site Safe Officer En sneer PE R se Vehfde, ton Engineer Senior Chemist Chemist Stakebed Truck, ton General Scientist Gaol istM eol ist Stakebed Truck, ton Site Su rvisor Site Foreman Recove Technician E ui ment operator General Laborer Truck Driver Explosive Specialist Diver Welder Secretary Project Accountant VEHICLES Vehicle rates Include all maintenance costs, mileage, fuel, mobilization and demobilization ousts. There will be no minimum charge. Personal vehicle use will be at State of Florida rates. 9' 'se _ �s .mz Res Vehfde, ton R se Vehfde, ton Response Trailer Stakebed Truck, ton Stakebed Truck, ton Box Truck, ton DEP Solicitation No. 2002001C, Attachment C, Page 2 of 10 Agenda Item No. 16C4 January 13,2009 Page 82 of 119 Box Tnxdk, ton our Atttomobile/Van Picku Truck, 2x4 Picku Truck, 4x4 PICKUP Truck, 1 ton Semi- tractor Semi- tractor w/ cargo trailer Semi - tractor w/ tanker Vacuum Truck, gal. Vacuum Truck, gal. Vacuum Unit gal. Dump Truck, d. Dump Truck, d. Roll -off Truck Roll -off Box d. Drill Truck Jet Truck, PSI Decontaminatlon Trailer, ft. Office Trailer, ft. Lowboy Equipment Trailer, ft. Utility Trailer, ft. Storage Trailer, M Bomb Trailer HEAVY EQUIPMENT Equipment rates include all malntenarrce costa, fuel, mobilization and demobilization charges. Thera will be no minimum Charge. — e our 916 Rubber -tire Loader (or equivalent) 936 Rubber -tire Loader (or equivalent) Case 580 Backhoe (or equivalent Cat 215 Trackhoe (or equivalent) Cat 225 Trackhoe (or equivalent) Extender -hoe D-3 Bulldozer (or equivalent) D-4 Bulldozer (or equivalent) D-6 Bulldozer orequivalent) Bobcat Skid Loader (orequWent) Fork Uft Motor Grader oEP adiclhnion No. 20=01C, Awotm ont C, Paso 3 or 10 Agenda Item No. 16C4 January 13, 2009 Page 83 of 119 i WATER RESPONSE EQUIPMENT All water response equipment Includes maintenance and fuel mats. Boats Include an adequate motor. SMmmem include all noses and connectlons. LIGHTS & GENERATORS Generator rates Include maintenance and fuel costs. p1joliz - -_ -_ -_ _ 7millijYj, - - -- Containment Boom, in. Containment Boom, in. LIGHTS & GENERATORS Generator rates Include maintenance and fuel costs. DEP Solicitation No. 2002001C, Attachment C, Page 4 of 10 p1joliz - -_ -_ -_ _ 7millijYj, - - -- - DEP Solicitation No. 2002001C, Attachment C, Page 4 of 10 Agenda Item No. 16C4 January 13, 2009 Page 84 of 119 DEWATERING EQUIPMENT THERMAL DESTRUCTION PUMPS & HOSES Pumping equipment rates Include all malrdenanos and fuel owls. "M, Houdy.; 7 -Dal l y WY P . I Submersible Pump, in. Submersible Purnp, In. Submersible Pump, in. Diaphragm Pump, in. Pu, in. 22, Di. . , in. 'ph'M Ptm P Centrifugal Pump, in. Centrifugal Pump, In. r_ ntrifugai Pump, in. Trash Pump, _ n. Trash Pump, _in. DEP SkollclUffion No. 200200IC, AUNChM"*C. Page 5 of 10 Agenda Item No. 16C4 January 13, 2009 Page 85 of 119 COMPRESSION EQUIPMENT & BLOWERS FIELD TESTING EQUIPMENT DEP Shcckatlon No. 2002DO1C, AltachmsM C, Paps for 10 .-Hour DWlk 7.W661dy, ...Stand H Meter Explosimeter /Combustible Gas Meter Radiation Detector Photolonization Detector —(Pip-)— Vapor Analyzer OVA -Organic Turbid' Meter Dissolved Oxygen Meter Portable Gas Chromat ra h HazCat Kit Electromatic Induction EM -31 Metal Detector DEP Shcckatlon No. 2002DO1C, AltachmsM C, Paps for 10 Agenda Item No. 1604 January 13, 2009 Page 86 of 119 SPECIALIZED & MISCELLANEOUS EQUIPMENT PERSONAL PROTECTIVE EQUIPMENT PPE Level (Use this list when complete levels of protection are used) $Ipersontday Level A (SCBA, fully-encepeulanp suit, gloves, boots, coolvest, eta) $ Level B (SCS& level B suit w/ hood, Inner & outer gloves, boots, eta) $ Level C (APR, saranex suit. Inner & outer gloves, boots, eta) Torch Level D (Sarenex or Tyvek auk, chemical resistant gloves, boots, etc.) $ Work Clothes (General work clothes, safety boots, cloth gloves) $ -OxygenfAcetyiene $leach or pair (Use this list when full levels of protection are not used or extra items are needed.) SCBA $ APR $ IM • Auger PERSONAL PROTECTIVE EQUIPMENT PPE Level (Use this list when complete levels of protection are used) $Ipersontday Level A (SCBA, fully-encepeulanp suit, gloves, boots, coolvest, eta) $ Level B (SCS& level B suit w/ hood, Inner & outer gloves, boots, eta) $ Level C (APR, saranex suit. Inner & outer gloves, boots, eta) $ Level D (Sarenex or Tyvek auk, chemical resistant gloves, boots, etc.) $ Work Clothes (General work clothes, safety boots, cloth gloves) $ Itemized PPE $leach or pair (Use this list when full levels of protection are not used or extra items are needed.) SCBA $ APR $ DEP Solidhtlon No. 2002001C, Atbwhmwd C, Page 7 of 10 Respirator Cartridges (per pair) Tyvek Suit Seranex Suit, Poly Rain Suit Add Suit Polypropylene Suit Disposable Level A Vapor Protective Suit Disposable Latex Sample Gloves PVC Gloves Viton Gloves Nitrile Gloves Neoprene Gloves Butyl Gloves Leather Palm Work Gloves Rubber Boots Neoprene Boots PVC Boots Polyurethane Boots Disposable Latex Overboots Chest Waders Hip Boots EXPENDABLES S S Agenda Item No. 16C4 January 13, 2009 Page 87 of 119 Sampling Equipment Sample Jan shall Include labels, custody seals and plastic bays. EPA Level 1 means the jars are pre - cleaned and fURY laboratory oertitledlQA tested. Otherwise, the containers are new, non- oertllled as out of the box. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Solidbtlon No. 2002001C, Atteohment C, Pape a of 10 VOC vial, 40 MI (EPA Level t) Jar, 250 ml (EPA Level 1) Jar, 500 m EPA Level 1 Jar, 1 1L (EPA Level 1) VOC Vial, 40 ml Jar, 250 ml Jar, 500 m) Jar, t/L Dis sable Bailer Glass Sam le Rods Teflon Sample Tube Disposable Coliwasa REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Solidbtlon No. 2002001C, Atteohment C, Pape a of 10 Materials Vermiculite (Per Bag) Clay Oil Absorbent (per 50 lb. Bag) "Spill Magic" Quick Sorb (per 25 lb. Bag) Soda Ash (par 1001b. Bag) Lime (per 50 lb. Bag) Sodium Bicarbonate (per so lb. Bag) Absorbent Pads Absorbent Sweep Absorbent Boom, — in. Absorbant Boom, in. Oil Snare on-a -rope _ O)I Snare, loose Visqueen, 24'x100'x4 mil. Poly Bags Roll -off Liner Dump Truck Liner Drum Liner Drum Label Barricade Tape Survey Tape Duct Tape Polyethylene Barrier Fence, 4'x100' Miscellaneous Drums & Containers Agenda Item No. 16C4 January 13, 2009 Page 88 of 119 $ $ /pad $ !bale $ /bale $ /loft. $ /loft. $ each $ each $ /roll $ /bag $ /roll $ each $ each $ each $ each $/container $ /roll $ /roll $ /roll $ /roll P $ a a $ $ $ DEP sorlcWOon No.2002001C, AaaclemM C, Pag* 9 or 10 - IRUF Steel, open-head DEP sorlcWOon No.2002001C, AaaclemM C, Pag* 9 or 10 Agenda Item No. 16C4 January 13, 2009 Page 89 of 119 Poly Overpack Drum, 65 gallon new $ recon. $ Poly Overpack Drum, 95 gallon new $ recon. $ Steel Overpack Drum, 110 gallon new $ reoon. $ Additional Service Fees (not to exceed 15 %) This includes any personnel, expendables or equlpmerd not listed in the Price Schedule, analytcal and disposal charges. Invoices <$5,000 Invoices $5,000 - $10,000 Invoices $10,000 - $15,000 Invoices >$15,000 �o o� % Sample Handling Fee $ /sample For cooler purchase, packaging, shipping, labor for completing Chalnof- Cuswdy, etc., par DOT hazardous materials regulations. If BER supplies the cooler, packs and ships the samples, this charge will not appN• REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Solicitation No. 2002001C, Atlaclxnanl C, Papa 10 of 0 Agenda Item No. 16C4 January 13, 2009 Page 90 of 119 ATTACHMENT D CLIENT REFERENCE FORMS The respondent must list eight (8) separate and verifiable projects which have either been completed within the last three (3) years (completed since August 17, 1996) or which have been ongoing for a minimum of at least two (2) years for clients of the respondent (not intended subcontractors). Do not list projects completed for the DEP. Information on each project must ba provided on this Attachment. Any Information not submitted on this attachment shall not be considered. The projects listed shall be for services similar In nature to that described in this solicitation. Confidential clients shall not be included. Contracts ttud the respondent has completed for firms who are listed as subcontractors in their response to this solicitation may no be used as Past Perfomtance references under this solicitation. Note: The Project Per/ormance Period dates must velft that the project has either been completed within the last three (3) years (completed since August 17, 1998) or has been ongoing for a minimum of at least two (2) years. Client 1 Contact Phone Number. Project Performance Period: to Dates should be in mmlyy format. Location of Project/incident: Approximate Fee for Services: Brief description of the services performed for this project: DEP Solicitation No. 2002001C, Attachment D, Page 1 of 8 Contact Agenda Item No. 16C4 January 13, 2009 Page 91 of 119 Phone Number: Project Performance Period: to Dates should be in mmfyy format. Location of Project/lncident: Approximate Fee for Services: Brief description of the services performed for this project: DEP Solicitation No. 20020010, Attachment D, Papa 2 of 8 Client #3 Name Address: Contact Agenda Item No. 16C4 January 13, 2009 Page 92 of 119 Phone Number. Project Performance Period: to _ Dates should be in mmlyy format. Location of Projectllncident: Approximate Fee for Brief description of the services performed for this project: DEP Solicitation No. 2002001C, Attachment D, Papa 3 of 8 Client #4 Contact Agenda Item No. 16C4 January 13, 2009 Page 93 of 119 Phone Number. Project Performance Period: to Dates should be In mnVyy format. Location of ProjecOncident Approximate Fee for Services: Brief description of the services performed for this project: DEP Solicitation No. 2002001C, Attachment D, Pape 4 of 8 Client Agenda Item No. 16C4 January 13, 2009 Page 94 of 119 Contact Person: Phone Number: (� Project Performance Period: to Dates should be In mmtyy format. Location of Project/Incident: Approximate Fee for Services: Brief description of the services performed for this project: DEP aolicltaeon No. 2002001 C, Attachment D, Page 5 of 0 Client #6 Contact Agenda Item No. 16C4 January 13, 2009 Page 95 of 119 Phone Number. Project Performance Period: to _ Dates should be in mr /yy format. Location of Projectfincident: Approximate Fee for Brief description of the services performed for this project DEP Sotiollatlon No, 2002007C, Attachnwnt D, PS90 6 of 8 Address: Agenda Item No. 16C4 January 13, 2009 Page 96 of 119 Contact Person: Phone Number: (� Project Performance Period: to Dates should be In mmlyy fomrat. Location of Projectlincident: Approximate Fee for Services: Brief description of the services performed for this project DEP Solicitation No. 2002001C, Attachment D, Page 7 of 8 Client Agenda Item No. 16C4 January 13, 2009 Page 97 of 119 Contact Person: Phone Number: (_ ) Project Performance Period: to Dates should be In nwn/yy format. Location of ProjecUlncident: Approximate Fee for Services: Brief description of the services performed for this project DEP 8ottclta0on No. 2002001 C, Attachment D, Papa 8 of 8 ATTACHMENT EVALUATION CRITERIA Maximum Raw Score Possible A. Acknowledgement Form 0 (Disqualify proposal If not completed 8 signed.) B. Transmittal Letter 0 C. Technical Response 1. Introduction (contents optional) 2. Qualifications and Experience a. Hazardous Materials Emergency Response b. Oil Spill Response C. Waste Disposal 3. Organization and Operational Procedures a. CorporatelAtfillate Resource Capability b. Adequacy of Notification Procedures c. Response Time 4. Scope of Services 5. Technical Approach 6. Personnel a. Quality of Response Personnel b. Quality of Leadership 7. Adequacy of Equipment 8. Laboratory Support S. Price 1 10. Non-DEP Past Performance2 a. Client 1 b. Client 2 11. DEP Past Perfomtance3 12. DiversitylMinority Business Utilization Plan D. Subcontractor Documentation Failure to Submit Subcontractor Documentation Shall Result In the Disallowance of that Particular Subcontractor's Qualifications from Consideration in the Response Package. Total Points4 3 3 3 3 3 3 3 3 3 3 3 3 30 10 10 0 15 Weight Factor M x4 x1 X2 X2 X11 x3 x4 X3 X3 X3 X2 X1 K1 X1 x1 x1 DEP Solicitation No. 2002001C, Attachment E, Pago 1 of 4 Agenda Item No. 16C4 January 13, 2009 Page 98 of 119 I Ma)dr um Points Possible 0 0 ii, 12 12 3 6 6 3 9 12 9 9 9 6 30 10 10 0 15 161 Agenda Item No. 16C4 January 13, 2009 Page 99 of 119 Notes: 1 The respondent submitting the lowest total cost will receive the maximum points for the Cost element of the evaluation. The other respondents' scores will be based on a relative percentage of the dollar amount higher than the lowest cost or price submitted by the lowest primed respondent. For purposes of this solicitation the lowest total cost will be calculated by totaling a list of the categories of costs and waste streams representative of the ones most frequently used by the DEP. 2 Non -DEP Past Performance: The DEP will choose, at its own discretion, two (2) of the respondent's references to contact In order to complete an evaluation questionnaire as provided In this Attachment. The DEP will attempt to contact references by phone up to four (4) times. In the event that the contact person for a reference cannot be reached following the specified number of attempts, the respondent Mall receive a score of zero (0) for that reference evaluation. The DEP will not attempt to correct incorrec0y supplied information. 3 The DEP shall choose one (1) of the respondent's previous DEP contracts, If applicable, to canted in order to complete an evaluation questionnaire as provided In this Attachment. Satisfactory performance for the DEP project will score zero points; unsatisfactory performance may soore up to minus ten ( -10) points. in this way, respondents who have not worked for the DEP. or who have performed satisfactorily for the DEP, will not be penalized. 4 Failure of the respondent to provide any of the information required In the technical response portion of the RFP response shall result In a score of zero (0) for that element of the evaluation, with the exception of the Information required on Attachment C, which shall result in the response being deemed non - responsive and therefore, rejected. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Solicitation No. 2002001 C, Attachment E. Page 2 of 4 Agenda Item No. 16C4 January 13, 2009 Page 100 of 119 Evaluation Questionnaire for Non -DEP Past Performance Respondent's Name: Client's Name: Contact Person: Reviewer Code: Date: The following questions will be asked of client references chosen at the discretion of the DEP: Briefly describe the work the contractor performed for your company. 2. Did the contractor adhere to the agreed upon schedule? Yes = 1 point; No = 0 points. 3. Was the job completed within the proposed or agreed upon price? Yes = 1 point; No = 0 points. 4. Was the manifest returned to your company in a timely manner? Yes = 1 point; No = 0 points. 5. Did the contractor respond with the appropriate equipment and vehicles? Yes = 1 point; No = 0 points. 6. Did the contractor's personnel demonstrate adequate safety procedures? Yes = 1 point; No = 0 points. 7. Did the contractor provide adequate and timely responses to Information requests? Yes = 1 point; No = 0 points. 8. Did the contractor respond to your requests for services In a timely manner? Yes = 1 point; No = 0 points. 9. Were the contractor's reports and Invoices accurate, well documented and submitted within the agreed upon terms? Yes = 1 point; No = 0 points. 10. How would you rate the contractor's quality of work? Satisfactory = 2 points; Unsatisfactory = 0 points. Total Score DEP SoflcrteUm No. 2002001C, Attachment E, Page 3 of 4 Respondent's Name: Client's Name: Contact Person: Reviewer Code: Evaluation Questionnaire for DEP Past Performance Department of Environmental Protection Date: Agenda Item No. 16C4 January 13, 2009 Page 101 of 119 The following questions will be asked of one DEP Contract Manager chosen at the discretion of the DEP: 1. Briefly describe the work the contractor performed for the Department. 2. Did the contractor adhere to the agreed upon schedule? Yes = 0 points; No = -1 point. 3. Was the job completed within the proposed or agreed upon price? Yes = 0 points; No = -1 point. 4. Was the manifest retumed to your company in a timely manner? Yes = 0 points; No = -1 point. 5. Did the contractor respond with the appropriate equipment and vehicles? Yes = 0 points; No = -1 point. 8. Did the contractor's personnel demonstrate adequate safety procedures? Yes = 0 points; No = -1 point. 7. Did the contractor provide adequate and timely responses to information requests? Yes = 0 points; No = -1 point. 8. Did the contractor respond to your requests for services In a timely manner? Yes = 0 pants; No = -1 point. 9. Were the oontractor's reports and invoices accurate, well documented and submitted within the agreed upon terns? Yes = 0 points; No = -1 point. 10. How would you rate the contractor's quality of work? Satisfactory = 0 points; Unsatisfactory = -2 points. Total Score DEP SolicHaaon No. 2002001C, Attachment E, Pape 4 of 4 Agenda Item No. 16C4 January 13, 2009 Page 102 of 119 - ATTACHMENT F RFP RESPONSE CHECKLIST To Insure that your response package can be accepted, please be sure the following items are fully completed and enclosed: 1. The Request for Proposal Contractual Services Acknowledgement Form must be completed and signed (Attachment A In the solicitation package). Failure to submit a fully completed, originally signed RFP Contracbtal Services Acknowledgement Form shall result In the proposal being deemed non- responshm and therefore, rejected. Did you complete the following: a. State purchasing Subsystem (SPURS) Vendor Number (If no SPURS number, call phone number shown in General Conditions Item #1 and list Federal Employers IdentMcation or Social Security Number); b. Vendor Name; c. vendor Mating Address; d. City, State and Zip Code; e. Area Code and Phone Number, I. Sign Form; and, g. Type Name of Signatory and Title. In the avant that respondents submit • proposal as a Joint venture, each member of the joint venture must complete and sign a separate Acknowledgement Form. 2. Transmittal letter which includes the name, title, address, and telephone number of the responds ws official contact and an alternate, fi available, who have the authority to bind the respondent. 3. Technical Response (See Attachment B, Section A.29.C.) which Is fmdted to no more than thirty (30) pages (not including Attachments C and D) and which addresses the following subjects: a. Introduction; ,_... b. Qualifications & Experience; C. Organization and Operational Procedures; d. Scope of Services; e. Technical Approach; I. Personnel; g. Equipment, In. Laboratory Support; 1. Cost or Price (Must use pages provided as Attachment C), J. Non-DEP Past Performance References (Must be submitted on Attachment D), IL DEP Past Performance; and, 1. Diversity/Minority Business Utilization Plan. 4, Respondent/Subcontractor Summary Form - Attachment G. Ust the name of the respondent(s), the name of each intended subcontractor, and indicate the business category for each flnm Rated. 5. Submitted Letters Demonstrating Subcontractor Arrangement. Such letters must be written on the Intended subconaactor's letterhead and must Include the DEP Solicitation Number (2002001C), the project title (Emergency Response Services), and a dear agreement to provide services to the respondent's company. Failure to submit a letter of commitment from an Intended subcontractor Identified in the response shall result in the disallowance of the qualification and experience of that subcontractor from consideration in the evaluation process. 6. Four (4) complete copies (one original and three copies) of the entire response must be submitted to the DEP in accordance with Attachment B, Section A.5. This checklist (Attachment F) is provided merely for the convenience of the respondent and may not be reiled upon In lieu of the Instructions or requirements of this sollel adorn DEP Solicitation No. 2002001C, Attachment F, Page 1 of 1 O V O N 0 N Z mG w O Lj OTHER NOWPROW m v = m C) a °� 3 { O Z T E ` 0 m 72 W m m mid > $ f 61% OR MORE MINORITY COMMUNITY SERVED Q LL N (D m m m J b z K S1% OR MORE MMORT' OFFICERS o CL al 8 �s O LW 3m E 0y QBOARD 1E 51% OR MORE MINORITY o c a c m •% 25 E 'W w I� CD '13 5 c CID E DO � C7 Z a o GNi = a m EE `m m S w G41 r 3 02 w � U EE yy C m 4 V lI 101 V T J 1 n NATNE AMERICAN 3 m J 4J m g a �mWa Z E O Ts m& � � > a m W zm Dc W _ U Q Q a p m p{ a W E Wy I1gF'� Z o c m U- 0 G m Q V LL zmC 52C w $ H 8m a E W. o Al VAFRICAN ia* AMERICAN o- � w IL, e m G�ac Q WOMAN BUD C y LL E ci If z�W W V) ¢ H O V O N 0 N Z mG w O Lj OTHER NOWPROW f 61% OR MORE MINORITY COMMUNITY SERVED LL J z K S1% OR MORE MMORT' OFFICERS O QBOARD 1E 51% OR MORE MINORITY I� AMERICAN WOmm n NATNE AMERICAN 0 _ U Q Q _w u` ASMNNAWANAN Wy I1gF'� HISPANIC m VAFRICAN ia* AMERICAN N OAMERICAN WOMAN W ILI NATNE AMIRIGW mH- W A6IANAIAMLUMN HISPANIC O U ARICAN ANEWCAN W0 HON-PROFITORCANGATIOH F Z O LL U, ROVBOlMFMAI AGENCY H= SMALL BUSINESS OM'DlRAL) U2 3IAILEUSINESS(STAT17 Z NON- MElORRY J Ta UP so w 0 U w m L� LL 0 0 ow w 0 zzz J O V O N 0 N Z mG w O O M E mid c m Q `o ti S 8 s° w 0 i .■MEMO ■NOON ■■■■ • `o ti S 8 s° w 0 �\\ / � k k : k . § \ 2 _ 0 s 2 � § g � 2 — k � § , 2 c & 2 § # m � \ In 0 k / \ z in d \ D- Iu ;K ! 3 ! 0§ I. ) ! o b 2 U. ■ ® S22 § 2 (§ § §1 CL ■ § 2 W§ ! k \ k ` z co c m � §§ \ � � ui a ke f) � k k : k . § \ Agenda Item No. 16C4 January 13, 2009 Page 106 of 119 ATTACHMENT H The proposed contract language contained below should be reviewed by all prospective contractors. In responding to DEP Solicitation No. 2002001C, a prospective contractor has agreed to accept the terms and conditions of the contract contained in this attachment. The DEP reserves the right to make modifications to this contract If it is deemed to be In the best Interest of the DEP or the State of Florida. DEP Contract No. THIS CONTRACT is made and entered into between the FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (hereinafter referred to as the "Department") and (Name of Entity) whose address Is (Specify Address) (hereinafter referred to as the "Contractor"), a (Specify Type of Organization) . to provide emergency response services for the region. In consideration of the mutual benefits to be derived herefrom, the Department and Contractor do hereby agree as follows: 1. The Department does hereby retain the Contractor to provide emergency response services on a task assignment basis (a copy of the Work Authorization Forth Is attached hereto and made a part hereof as Exhibit 1) as outlined in DEP Solicitation No. 20020010, and the Contractor's response thereto, Incorporated herein by reference, and In accordance with Exhibit " (See Attachment B, Section A.10), Scope of Work, attached hereto and made a part hereof. Any terms and conditions of this Contract which vary from those contained In the solicitation or the Contractor's response thereto shall have precedence. The Contractor does hereby agree to perform such services upon the terms and conditions set forth to this Contract and all attachments and exhibits named herein which are attached hereto and incorporated by reference. 2. The Contractor shall perform the services In a proper and satisfactory manner as determined by the Department. Any and all such equipment, products or materials necessary to perform these services, shall be supplied by the Contractor, unless otherwise specified herein. 3. The Contractor shall perform as an independent contractor and not as an agent, representative, or employee of the Department. 4. This Contract shall begin upon execution by both parties and remain In effect for a period of five (5) years, inclusive. This Contract may be renewed for up to two (2) additional one -year perlods after the Initial Contract period. Renewal of this Contract shall be in writing and subject to the some terms and conditions of this Contract. All renewals are contingent upon satisfactory performance by the Contractor and the availability of funds. In the event of renewal after the initial term of this Contract, the Department reserves the right to increase the ceiling amount of this Contract to provide for the renewal period(s). 5. A. As consideration for the services rendered by the Contractor under the terms of this Contract, the Department shall pay the Contractor on a combination fixed priceloost reimbursementlfee schedule basis as spec0ted in each work authorization form. DEP Solicitation No. 2002001C. Attachment H, Pape 1 of 13 Agenda Item No. 16C4 January 13, 2009 Page 107 of 119 B. The Contractor shall submit invoices upon the completion of each task assigned. Each Invoice shall be itemized In accordance with the authorized budget categories in Exhibit ' (see Attachment C), attached hereto and made a part hereof, or shall be accompanied by an executed copy of the Work Authorization Form evidencing a fixed price. Five (5) copies of each invoice (1 original and 4 photocopies) shalt be submitted in conjunction with appropriate backup documentation (i.e. copy of an executed Work Authorization Form, test results, profiles, manifest, certificate of disposal, etc.) and must be submitted with a Department Contractual Services Invoice Form, attached hereto and made a part hereof as Exhibit II, as a cover page. Exhibit 111, Subcontractor Utilization Report Form, shall be completed and submitted with each invoice. Failure to provide Exhibit III with an invoice shall result in a delay in processing the invoice for payment until such time as the appropriate Information Is provided to the Department. The invoice and copies must be submitted within sixty (60) days of task completion. All invoices must be submitted In detail sufficient for a proper pro -audit and post -audit thereof. C. All rates contained In Exhibit " shall be current and effective during the first twelve (12) months of the Contract. The Contractor may request an increase in rates, up to 5 %, for each year after the Initial year of the Contract and for the two possible renewal periods. The request to increase rates must be made in writing to the Department supported by detailed justification which warrants the requested Increase. The Contractor shall submit Its written request at least sixty (60) calendar days prior to the anniversary date of the Contract In order for a request to be considered by the Department. The Department shall review the Contractor's written request and supporting documentation to determine whether an Increase Is warranted and, If so, what percentage Increase. D. Charges for services or expenses, including services and expenses of subcontractors, directly Identifiable to a particular assignment of work, which are not included in Attachment C, shall be compensated on a "cost plus' basis only and must be evidenced by an executed Work Authorization Form. Such approvals will not be common, but will enable the Department to obtain expendable supplies or special analytical or response/disposal services that may be unanticipated, but which are related to this Contract. In the event that the Department determines that such rates should become a part of the rate schedule attached to this Contract, the Department shall Initiate a change order evidencing the rates mutually agreed to by both parties for inclusion in Attachment C. 6. It is hereby understood and agreed that the compensation under this Contract shall not exceed $ for the five (5) year term of this Contract. The Initial funding increment is set at $ Based upon continued satisfactory performance and annual appropriations by the Legislature, the Department reserves the right to provide increments of funding on an 'as needed' basis up to $ The Contractor shall be notified, by certified letter, from the Chief, Bureau of Emergency Response, of additional funding increments. 7. The State of Florida's performance and obligation to pay under this Contract Is contingent upon an annual appropriation by the Legislature. S. Pursuant to Section 215.422, Florida Statutes, the Department's Contract Manager shall have five (5) working days, unless otherwise specified herein, to Inspect and approve the services for payment the Department must submit a request for payment to the Florida Department of Banking and Finance within twenty (20) days; and the Department of Banking and Finance Is given ten (10) days to issue a warrant. Days are calculated from the latter date the Invoice is received or services received, inspected, and approved. Invoice payment requirements do not start until a proper and cored Invoice has been received. Invoices which have to be returned to a contractor for conection(s) will result In a delay in the payment. A Vendor Ombudsman has been established within the Florida Department of Banking and Finance who may be contacted If a contractor is experiencing problems In obtaining timely payment(s) from a State of Florida agency. The Vendor Ombudsman may be contacted at (650) 410.9724 or 1 -800- 848 -3792. DEP Solicitation No. 2002001C, AltechRont H, Page 2 of 13 Agenda Item No. 16C4 January 13, 2009 Page 108 of 119 9. In accordance with Section 215.422, Florida Statutes, the Department shall pay the Contractor interest at a rate as established by Section 55.03(1), Florida Statutes on the unpaid balance, If a warrant In payment of an Invoice is not issued within forty (40) days after receipt of a correct invoice and receipt, Inspection, and approval of the goods and services. Interest payments of less than $1 will not be enforced unless a contractor requests payment. The revised interest rate for each calendar year for which the term of this Contract Is in effect can be obtained by calling the Department of Banking and Finance, Vendor Ombudsman at the telephone number provided above, or the Department's Contracts Section at (850) 922 -5942. 10. The Contractor shall save and hold harrrdess and indemnify the State of Florida and the Department against any and all liability, claims, judgments or costs of whatsoever kind and nature for Injury to, or death of any person or persons and for the loss or damage to any property resulting from the use, service, operation or performance of work under the terms of this Contract, resulting from the negligent acts of the Contractor, Its subcontractor, or any of the employees, agents or representatives of the Contractor or subcontractor to the extent allowed by law. 11. The Department may terminate this Contract at any time In the event of the failure of the Contractor to fulfill any of Its obligations under this Contract. Prior to termination, the Department shall provide thirty (30) calendar days written notice of Its Intent to terminate and shall provide the Contractor an opportunity to consult with the Department regarding the reason(s) for termination. The Department may terminate this Contract without cause and for its convenience by giving thirty (30) calendar days written notice to the Contractor. Notice shall be sufficient if delivered personally or by certified mail to the address set forth In paragraph 12. 12. Any and all notices shall be delivered to the parties at the following addresses: Contractor Deoartment (Name and Address) (Name and Address) 13. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided In Section 287.017, F.S., for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 14. This Contract may be unilaterally canceled by the Department for refusal by the Contractor to allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with this Contract, unless the records are exempt from Sedlon 24(s) of Article I of the State Constitution and Section 119.07(1), Florida Statutes. 15. The Department's Contract Manager is Telephone Number �) _. The Contractor's Contract Manager is Telephone Number ( )_ _. All matters shall be directed to the Contract Managers for appropriate action or disposition. 16. The Department may at any time, by written order designated to be a change order, make any change In the work within the general scope of this Contract (e.g., specifications, time, method or manner of performance, requirements, regional boundaries, etc.). ,Ail change orders are subject to the mutual agreement of both parties as evidenced in writing. Any change order which causes an Increase or decrease In the Contractor's cost or time shall require an appropriate adjustment and modification DEP Solicita0on No. 2002001C, Attachment H. Page 3 of 13 Agenda Item No. 16C4 January 13, 2009 Page 109 of 119 (formal amendment) to this Contract. The Department may modify, tomes, and provide copies to the Contractor, without using a change order. 17. It is expressly understood and agreed that any articles which are the subject of, or required to tarty out, this Contract shall be purchased from the corporation Identified under Chapter 946, F.S., If available, in the same manner and under the same procedures set forth in Section 948.515(2), (4), F.S.; and for purposes of this Contract the person, firm or other business entity carrying out the provisions of this Contract shall be deemed to be substituted for this agency insofar as dealings with such corporation are concerned. The "Corporation identified" is PRISON REHABILITATIVE INDUSTRIES AND DIVERSIFIED ENTERPRISES, INC. (P.R.I.D.E.) which may be contacted at P.R.I.D.E. 12425 28th Street North St. Petersburg, Florida 33716 Telephone Number. (727) 572 -1987 18. The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Contract and that It has not paid or aged to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for fine Contractor any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of this Contract. 19. The State may seek recovery of the costs of cleanup of specific sites from any and all responsible parries, and must anticipate the possibility of Ildgatlon. In order to avoid a oonflictof- Interest, or the appearance of a conflict - interest, the State requires that the Contractor notify the Department in writing within five (5) days of the ConkacWrs discovery of a potential oorffictof- Interest and make such continuing disclosure throughout the term of the Contract, of any present or anticipated contractual or other business relationship between the Contractor, or any subcontractor of the Contractor, and any of the persons or entities who are, or may be, responsible for that she. The Department awes to notify the Contractor of all potentially responsible parties for a site when such Information becomes available to the Department. The Department shall notify the Contractor within bon (10) days of receipt of such notification whether or not it deems a oonflictof- tterest to exist. For the purposes of this Contract, a contractor or contractor's subcontractor may be deemed to have had a business relationship with one of the responsible parties If it has had a relationship with a parent organization, or subsidiary, a predecessor or a successor of such party, or if it has been engaged by Independent legal representatives on behalf of any such parties, as defined. A full disclosure shall Include a description of the action that the Contractor has taken, or proposes to take, to avoid or to mitigate such conflictsof- Interest. In addition to the Contractor's duty to disclose any oonflictof- interest as described above, the Department shall retain and exercise the right to determine on its own Initiative whether or not a conflict-of- Interest on the part of the Contractor exists. The Department may terminate the Contract If the Department deems such termination W be in the best interest of the Department, or may terminate the Contractor's assignment to a particular site or sites based upon its assessment of the potential oonflict-of- Interest. 20. If a force majeure occurs which causes delays or the reasonable likelihood of delay in the achievement of the requirements this Contract, the Contractor shall promptly notify the Department orally and shall, within seven ( 7) calendar days, notify the Department in writing of the anticipated length and cause of the delay, the measures taken or to be taken to minimize the delay, and the contraclofs Intended timetable for Implementation of these measures. If the parties agree that the delay or anticipated delay has beech or will be caused by a force majeure. time for peRormanco under this Contract may be extended, at the discretion of the Department, for a period of time equal to the delay resulting from the force majeure. Such DEP solicitation No. 2002001C, Attachment H, Page 4 of 13 Agenda Item No. 16C4 January 13, 2009 Page 110 of 119 agreement shall be confirmed by letter from the Department accepting, or If necessary modifying the extension. A force majeure shall be an ad of God, strike, lockout, or other industrial disturbance, ad of the public enemy, war, blockade, public rat, lightning, fire, flood, explosion, failure to receive timely necessary governmental or third party approvals, governmental restraint, and any other cause, whether of the kind specifically enumerated herein or otherwise, which is not reasonably within the control of the Contractor. The Contractor is responsible for the performance of all services issued under this Contract Failure to perform by the Contracto's suboontrador shall not constitute a force majeure event. 21. This Contract has been delivered In the State of Florida and shall be construed In accordance with the laws of Florida. Wherever possible, each provision of this Contract shall be interpreted in such manner as to be effective and valid under applicable law, but W any provision of this Contract shall be prohibited or invalid under applicable law, such provision shat be Ineffective to the extent of such prohibition or Invalidity, without Invalidating the remainder of such provision or the remaining provisions of this Contract Any action hereon or In connection herewith shall be brought In Leon County, Florida. 22. The Contractor shall maintain books, records and documents directly pertinent to performance under this Contract in accordance with generally accepted accounting principles consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Contract and for three years following Contract completion. In the event any work is subcontracted, the Contractor shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. 23. No delay or failure to exercise any right, power or remedy accruing to either party upon breach or default by either party under this Contract, shall impair any such right, power or remedy of either party; nor shall such delay or failure be construed as a waiver of any such breach or default, or any similar breach or default thereafter. 24. The Contractor recognizes that the State of Florida, by virtue of Its sovereignty, Is not required to pay any taxes on the services or goods purchased under the terms of this Contract 25. This Contract is neither Intended nor shall it be construed to grant any rights, privileges or interest in any third party without the mutual written agreement of the parties hereto. 26. A. No person, on the grounds of race, creed, color, national origin, age, sex, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Contract. B. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. 27. This Contract is an exclusive contract for services and may not be assigned In whole or in part without the written approval of the Department. 28. The Contractor shall not subcontract, assign, or transfer any work under this Contract, with the exception of (list of subcontractors Identified In RFP response packape) without the prior written consent of the Department's Contract Manager. The Contractor agrees to be responsible for the fulfillment of at work elements Included In any subcontract consented to by the Department and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the Contractor that the Department shall not be liable to any subcontractor for any expenses or Ilablilties Incurred under the subcontract and that the Contractor shall be solely liable to the subcontractor for all expenses and liabilities incurred under the subcontract. DEP Solicitation No. 2002001C, Attachment H. Page 5 of 13 Agenda Item No. 16C4 January 13, 2009 Page 111 of 119 29. To the extent required by law, the Contractor wiN be self- insured against, or will secure and maintaln during the life of this Contract, Workers' Compensation Insurance for all of his employees connected with the work of this project end, In case any work Is subcontracted, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for ail of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such self- insurance program or insurance coverage shall comply fully with the Florida Workers' Compensation law. Incase any class of employees engaged In hazardous work under this Contract is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide, adequate Insurance satisfactory to the Department, for the protection of his employees not otherwise protected. 30. The Contractor shall secure and maintain during the life of the Contract comprehensive general liability coverage with limits of not less than $1,000,000 per occurrence and $2,000,000 general aggregate for bodily Injury and property damage; and comprehensive automobile liability coverage with limits of not less than $1,000,000 combined single limit. The Contractor shall also maintain pollution liability coverage with limits of not less than $3,000,000 aggregate for personal Injury or death, $1,000,000 per occurrence for personal injury or death, and $1,000,000 per ocxurrenoe for property damage. The Contractor's current certificate of insurance shall contain a provision that the insurance will not be canceled for any reason except slier thirty (30) days written notice to the Department's Contracts Administrator. 31. The employment of unauthorized aliens by any contractorfvendor Is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the Contractor/vendor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Contract. The Contractor shall be responsible for including this provision in all subcontracts with private organizations Issued as a result of this Contract. 32. The Contractor shall comply with all applicable federal, state and local rules and regulations In providing services to the Department under this ContrecL The Contractor acknowledges that this requirement includes compliance with all applicable federal, state and local health and safety rules and reguistions. The Contractor further agrees to include this provision In all subcontracts Issued as a result Of this Contract. 33. The purchase of non - expendable equipment costing $1,000 or more is not authorized under the terms of this Contract 34. The Contractor shall be required to follow the Department Quality Assurance Rule, Chapter 62 -160, Florida Administrative Code (FAC.), Incorporated herein by reference. For sampling activities, the Contractor may either 1) follow Department 'Emergency Response Sampling Prooedures' standard operating procedure; or 2) obtain DEP Environmental Assessment Section approval for Its own sampling plan. Failure to follow Department quality assurance rules may result In suspension or cancellation of the Contract. 35. The Department reserves the right to revise this Contract to include additional language required by federal agency(ies) or other sources awarding funding to the Department In support of this Contend. 36. This Contract represents the entire agreement of the parties. Any alterations, variations, changes, modifications or waivers of provisions of this Contract shall only be valid when they have been reduced to writing, duly signed try each of the parties hereto, and attached to the original of this Contract unless otherwise provided herein, REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP solicitation No. 2002001 C, Attachment H, Page 6 of 13 Agenda Item No. 16C4 January 13, 2009 Page 112 of 119 IN WITNESS WHEREOF, the parties have caused this Contract to be duly executed, the day and year last written below. By: (Contractor's Authorized Signature) Date: List of attachments/exhlbit Specify Letter/ Tvoe Numbs Exhibit Exhibit Exhibit I Exhibit 11 Exhibit III By: Secretary or designee for the Florida Department of Environmental Protection DEP Contracts Administrator Approved as to form and legality: DEP Attorney s included as part of this Contract r Desododon fincluds number of Paces) Soope of Work ( Pages) Fee Schedule ( Page) Work Authorization Forth (1 Page) Contractual Services Invoice Form (1 Page) Subcontractor Lffiftatlon Report Form (4 Pages) REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Solieltaaon No. 2002001C, Attachment H, Page 7 of 13 EXHIBIT I Department of Environmental Protection job Bush Bureau of Emergency Response t3eetuuor_ 1 3900 Commcnwoft Donlgvatd Tallahassee FL 32399 -3000 (ssaH6i -2974: AzO�it°3951 Bureau of Emergency Response Work Authorization ` Agenda Item No. 16C4 January 13, 2009 Page 113 of 119 David B, Sataa Secretary Coatrsctor: DEPIaddantp Incident Date Contract" Rep.: DEP OSC: Site Nauru Location: Phone($): offices Ubr QeunO; cellular. Description of work: (,be* oil dud apply) 0 spill response O overpack dorms ❑ umsport drams to TSA O remove $oil O abandoned drums: O sampling O transport drams to TSDF ❑ other. Suspected materials, and amounts: Level of Etfort:(abeabdtarmappttej OusesubcoutractorperOSC Personnel Vehicles Equipment 0 supervisor. O 1 -ton Rcaponso Vebielo O oveapadk drama: visqueen D recovery tech: O 2400 Response Vehicle 55-gaL drums: roll-of containers: field chemist ❑ vacuum, truck ❑ sampling gear. Level 1 0 vapor deioctor Level ❑ PPE level: (]aqulp• open: ❑ pickup or van (] sampling gear. stakebed truck O other. a0 Comments: Analytical & Disposal Arrangements: ( swtyekai emuantytKmueocntado-oFCo +oerorosersua0 O via Safety7(lem O via City Env. O vis Contractor Ovlawboontractor O other, r. Work Assignment Type: ❑ fixed price ❑ east esamaae Relmby$emeatpotendala esed. a owt $ 13 yen" . O rot I(&!y', Q OPM'90 relmbm>remaut p laxly Ono _: fliuw•ra(r!dmbmseamt Co ummac Approved: rawaemr Rep.: Date: • DEP Solicitation No. 2002001C, Attachment H. Page 8 of 13 Agenda Item No. 16C4 EXHIBIT II January 13, 2009 Page 114 of 119 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION DIVISION OF LAW ENFORCEMENT Bureau of Em ergency Response n CONTRACTUAL SERVICES INVOICE Connector INVOICE M: �_— —� DEPIBEL Work A: I Invoke Data; Coetrect S: Site NundLocadon: City: County: Dates) Services Rendered by Connector. VENDOR: 11 BILL TO:. Florida Department of Environmental Protection Buren of Emergency Response 3900 Commonweahh Boulevard, MS 659 Tallahassee, Florida 32399 -3000 FP.ID A: Submit Ff VE (5) complete copies of invoice, including Phone 0: attachments. Only ONE (I) completed copy of this form is needed Please attach this fbmr to the TOP of your ORIGINAL Agent invoice. Contractor Use: Fixed Price: 11 Cost Plus: 1. Contract/Task Amount: 2. Less Previously Invoiced: 3. Other: INVOICE TOTAL: S S S S 1. Comra tlTask Amount: 2. Less Previously invoiced: 3. Other: INVOICE TOTAL: S a I- DEP Solicitation No. 2002001C, Attachment H, Page 9 of 13 CV O Z Tr m N � 3 � - C N mma c Q m at 0 LL U. a w Z 0 O rl U m y e u '> s L � 3' C Y m ro E c rs •Lj �- Ea 7 � Y1 � V G R 'o % �UMIX IL LU30 O m 0 i pk S 0- co M M C G W Fm C 2 eM W p � m rn m w� m vo� o 7 oO � e � y E O E 0 'W OTTER NONMgFR �r s1 %aRMare NWORm caaMwm eErtaEO J o Z 61 %OR YORE NINORm OFGICFA3 O Q BOAR0051 %OR MORE MINORm AMEPoCAN WOMAN w NAIVE AYEPoCAN = U F AEIANMAWAUAN cy I HWANIC lee Z AFRICAN AMERICAN Q AMEPoGN WOMAN �i m NATVEAMERICAN LLI m F� � A9IANM1MWNUN Tq- r W N19PAMC � U O AFRICANAMEWCAN QPKI.D.E. U _ N ROFROROANIIATON WoOVERNNENTAI AOBiCY 81AA« 9USNIEE91FEOERAI) y N U z SMALL suaEass (6TA71) Z m NONJIWO ZU�6. W O� U PH ((M of ; J R= r u. O W LLI JO Lu = W DO a W 2 N_ Z m O � O Colo 0 T.- (0 N � d OTHER NON -PROEM C V% 61% OR MORE MINORm COMMUNITY ly SERVED J Z e1x On MOPo3 uIN01im oFFIOQ25 O BOARD IS 61% OR MORE MWORm AMERICAN WOMAN C7 O NATIVE AMERICAN 2 Q - AsuwNAwAIUN W NSPANIO m Q AMWAN AMERICAN U OLU AMERICAN NOIAAN NATIVE AMERICAN W m p F- W ASIANMAVMIW! C NNIPANIC O AFRN;NlAMERICAN LUU Q NON-MWFM ORGANISATION Z O u W GOVERNMENTAI- AGENCY eMNL BUSINESS (FEDERAL) FCS— QW Z SNMl BUSINESS (STATE) Z co NON - MINORITY a �Ix rz tr5 � ❑ N J O7 S I— W Op W FJ—Q WO =W K ova LU $ z° a ZUO> z° 1- K wzy i z ED � R �N ❑ Dorn � O r- r N .� O C;C7� Z T� — C @ C N m Q art OTHER NOME n H N y.. MORE MRIORITY CAMMUNRY LL SERVED SERVE J O Z � 6tK OR MORfi MINORT'OFFICERS BOARD 1331 %OR MORE MIMORMY AMERICAN WOMAN � NAIVE AMERJCAN S F ASMNMAWAIWi W HISPANIC m K = AFRICAN AAIERrAN U y OAMERICAN WOMAN N W m NATNE AMEIUfNi m 2 W AMANAIAmnAN IF- } HISPANIC K AF1iN'sW AMOtGN {W0 P.R.ID.E. a NON-PROFlT ORGANIZATION Z O W _ OOVERNNUNTAI AGENCY (L SMALL MISSIES3 (FEOERAtI F- Cai SMAU S MNESS (STATE) Z m noHaAlnoRrrY °a g$ OQz C ZS � i3 N U- 00 W W tj O LU r 0Waa.. Sao 7d�4Z FF a 2 lil N zo~ z co c �oo z Yy �mm O M L.� C t0 C N m fA O 'O N C � d g � d4 Z n E n m Z 7 L CL v �o W m O co Q U 42 � F W LU m m U � C_ LL L � n o z z .o sC CL J O Z � � m Agenda Item No. 16C4 A January 13.2009 SUBMIT PROPOSAL TO: STATE OF FLORIDA D■parensrd of Em*cfwn■rdtl Prnb"w ConlralS■ 0319■, M■S SYdon 93 REQUEST FOR PROPOSAL 980CaNnmon■IWthBlvd., Room 233 Tauaru , Florida 32304123 CONTRACTUAL SERVICES Telephone Number: M5W='Bw2 Bidder Acknowledgment Pape 1 of PROPOSALS WILL BE OPENED ® 2= P.M., THURSDAY, VAM PROPOSAL NO. 35 Pates and may not be wNhdnrYm within SD days after such date and Ume. 2002001C AGENCY MAILING DATE: PROPOSAL TITLE: EMERGENCY RESPONSE SERVICES OMHTI01 STATE PURCHASING SUBSYSTEM (SPURS) VENDOR NUMBER VENDOR NAME REASON FOR NO PROPOSAL VENDOR MAILING ADDRESS CITY STATE •ZIP &d rabl.aeom wish rmMrnem•a •.None we a pomaitl b mrlaw w YpN•aI•d pap. m pia bide wen cP•netl and w■ fafam po•W Ia. A Ma at 72 taus. FWbn m ae u Iawlbn when lvNSrlia pn�ai�waverapxfpuneer AREA CODE PHONE NUMBERWwMwtmr mp.11 l°am.ema,beeiarnuq�.b FREE NUMBER cn•prr t20, Flwlda eWUbe. Pomrrp w1Y D• M e ebota. 1pI3SiDi IamY Mf pea PwCOW bnlMwaerMPM1OrwMaaanGp, gawrwt acavacwn l,vnraryawae6vn snip,« m aadd rmqam•eyFd�nnw spm a labyrr m e rn l ws w as p p.rnareN m naumwaewlaamwrr taaawm AUTHORIZED SIGNATURE (MANUAL) asa,ilprnp wPerapalifr�iiiwnFdrorm a�imvwL r mtPNroaplbwDlFaba �. a m NM Shnw AUTHORIZED SIGNATURE (TYPED) TITLE �Sfsm �paymswPrwDew. mna aid peaw+n spaaha in afwa�v dmwrraeba.ignlp r a2erlcY e� GENERAL CONDITIONS SEALED PROPOSALS: mpnopeml drab wdtma oripn•I wcxnvwrdgmat sot. nun ba (d) INVOICING AND PAYMENT: TM omredor shall b. pad aim ammlacmn avecul•d aid abmprd m •.eUad a ni app. (00 NOT M WOE MO THAN ONE PROPOSAL of properly mnb•e Mear a M Inrohm .r al In. roma Nlwlaae M M ronwl b b. em. VO apH n pbc d, .1N1 Wit" O' aM aOC.pWa. or goods. Was d.YmYam PER amnom) TM Ia[a of in. animations Nab capon, m asks. a p1. WPn NaaW. M deb ma and Mau Mpropoaa cperwr aq Mw apmaf runbar. Propral Pdw rblaumAW enabdbtl If ON. a. pro,W.d. Invofmp .nail eonlan tM ..ruita number, purchpa .,it., and IM amlrKlmf'e SPURS vnpor nYmpfr. An Onpba MO Imes wmoam lama swab wMn ,aura sins M femFled. A Ph em•la .Yblsd b M cMdltbne sp000rad Mreb. Thom which do not comply With Mm onclitlons am subpd to amoth0h, number (3) COP" a M lmela nn G abaaw.TlN fradpayrom aw neat berREdg WIN aaerM contact to oanprr urtrm me Sloe nr agrmd olhnww. Imeg m iw rm w she) I EXECUTION OF PROPOSAL: Ropomlmuetmmeln ernemw epaftaool eW Vked amgfaaWn br ea,aba a aapwaw mddaq M aaordana w�a M raW al a brow rowe•pmNha w ba ayem wmldad • plP t,WN M "I or Prowl in Ina. Ur d mma w•wsrd In Seou«u 112 s, and wo.w. F.SArrEREar PSNIILT=i Payment era aim, ft. net m )w At con•etloro ova by walomr b his propoea wisp mtn M chall ba mad• In aemrdance with Saeltn 21 SA22. F.S.. whleh slain Ira Ir.Y•Iw. Tlw mmparly,wme and sf•URS vendor mmbai eM1aa wpr,meach papa Maid contractor. rights an the Swh, ap•ncy'. roapbnsClilbea concarning ,Pmr•st aarowk•a. CanpN4«dannp 4lun,ctlone muab.wmmMdwlthMpropomL pyw an naa peMXra adtm. sole lwaymem wblrolmt. VlrspON RlBPON9i BYSTEMt TO acaaa rryYbradvendpr wooftM oapwnamd M•nepmem 5a.da.mmact Smee PvrcAearp, e05g sh bbmpw• yods Powmw syaam Iw uNbor parmre inquiry. Venda, mmW IM) . E.rnem Wm Sun M,, TWW.sim, (5511),M7491m•Aabry 01111512 pgMaanla.rrLafdSP.m MarbpyNwYpfddrybdndmptaWWdpPRmms 2. NO PROPOSAL SUBMRTED: v M submitting • «opeaa. raaanE by mbpnng by Shia apncb.. Tha "N•m rue adeenlnlPdab En2bh ofd Spanish speaking Wale. ROM■ UDSMAN: VwtlweaovldnppoodaalrwMSabpn •prNapmtlMawan only shit Moo— edclow"Imem lam.awdong it -w PROPOSAL'W web M maan to bavwkgaabwts'Lpmreayt'shsg.q Moro NA wpMpdgObuwptlsM spDrov. Mepaa P,owWdabma.Fnuabrospord baprmvwmm wpeilatlonwphq ,l Pvntglusttwds aooh an asthma. unbaMbd wwlAwww. ourilma ofGr ur camW awoT.e noun bratrchlmuro ron. coream., mmwnkaaoonan «w, «arrpaMwmisaa. aa,wd ��.M.pnrylbo 2pdMade6wra rpmN arpaymwllV «N1wrIbM O•pdmeM nrmaae endvelld Wllmcau• ebnmovad MaupPlb /s,amefrom ew Dropm•I malXn 0 d Senxbp and Fllnm. Tha lO dry• aro ltwasuW tmm M lanr a M ds Ywaba b In awns: To onlya.a rslpmdem,elwaeamn euI PR0Pg8AL',eM i1 nosh MGmlm arcrmisnaed11•peymamdle, Payr r•aslYed orM posearr0 mrvlsm aromist Wa'NO NO roaNW o rbr Mn IM srtm wppoN cpnlflp dale eM sap, vm n•apr weaned day. aeepa,sa bmrml paWtys by Ins CMplroWrpurfvadb SacWn 3. PROPOSAL OPENING:ShaIIWpIWa,onhadow ballet end ws Mme epecNedon 55AS F.S.. wnd M dm as Pmabl•. In ammo m M inhasssOWWI to M nfaw. To cabin p prvi.im dp ynartrar.mwaorafth at ackncpara"aalam Nrmawommlr•ep1w. Probaaa hiW mfspmelydaaaN etlM plgNrlirMaM pbadYw«WO.PI apnng.ritiams.wMM1farny naaon •ro mlw mIderaftadMlaw bawl aadmwn.(1)dwn.snot bheabaro as -Ppfam dalrvered. wtY cwt be conatbrod. 011an grrwam orlWPwne an nd emePbde .Awopoaa hOsta", Wiridw imrs "WI t.N. daeeMOne(1)ddbr w ■MMeNOnme Ynlrs MVanmp,agtMbpsymMLlmdM wlgch het b be named so • vwda MFaum d a same prapasbn eon wa reed r . maY nab mew st with maim ae Plolwaar. Nsaid, W opomtldarr2arw Pritha d a I upon wdYn ralwst who M e,doeed, mil amraea•d semPed arnaope and peylnent d a � awipfm aarq tafu.q.ppdnmwm. WtbM val a a prodded b M apanay. A Vndp� O,vLWaMn Iw been rIaWMW in- oemrmaraa Barren, arat Fit .. Thii um dwmilat mduaaadpwmalwaanea Proposal has pr p�roddedgbngher's. a vadws wM a aemlwmw f+caslm ss oWlakh nntay p.ymmlpi fn, a Srb 4. PRICES, TERMS AND PAYMENT: Fne prom alai W wear. em rrtdud..11 p quay. TM, d, OmbYdaln41 may, mstl • ep} w q cesM M Star eadcr rmaerodbma putdr•sr. lodr . g M wMaoselm PYk"the. cromedla•e Hoatreveing non- mm.SNIh is bee, dmum.taer aurtetmarp awn pm a po• flds 4w111•. Stab and umrs 1whi (■ TAXES: Time Rat. d Fbfde does nd pay Federal Erwin and Saln W. on dtrecl ) II s WlarnkgpW'm span., alMpm tM mmad apppa and napn WNMaromen pvrchaias of mrvicaY. so. I.. ... mDtbn numb•, on I.C. a Dwrentaa M^ wa�ulYetllY,'erine ipa,gcanfMe ptsvpa'ad8actiw+216a22.F.8. .Iw, Tat ..Mn der rM aW to msefterea ewvic mMpatfamarc.dmncaCr Icr M improvement dl Dlaw awn.O reel property as defined In Chapter 192. F S. (a) ANNUALAPPROPRIA71ONS : TM Slaw d Floods. pertorrtrMa and dongsikn to Pay unn, Ihr mntroa r contingent upon an annul apwmraWn by Ilw L"War.m. (b) DISCOUNTS: cash dbcmunm tun prompt beymeM mat rte im cnsd.rad in dsermbkq the lownl not cool lot propoml syaaakn purpmas. F. CONFLICT OF INTEREST.nyiaaad rwfavrer f6 atgct b oa wmbane a Chap•, (0) MISTAKES: Prvpm •naro•awct•db•aemn•msmltabme. scam dwolk presimal 112, FS. Pmppsat real O.dmr Wm aei ProPet she Meta d any oRar, dy1d1% a wain wMi..Iepanamel,mis Smnd FlOak. aairyor lb.pods.. Fabw' a ptppy2mn pdcs. anMNM.. and n hbmemna berwnbg b MSeebn ImmWd- Falu%.Wto discit lM nerna d ON Sbusionaemis wnoawm. rmaycr witabaapy an smarms d W(5w) or will ne at M m poeef. nak. Unit pros. bid we prom In swam, mom In b• mopoeals fan a ON d m earcfws. In aocwd.rc. with CMwai M. FS., ro poem a him moo" a tWp,wn MI him nd boon grtcurod Wtwartl to Section 201.0579) in (S). FS., b modern a ,Wasp stay d M pplartml hnPlenaN of a aYpaecant antrM, artldotbg In M d.fdlq a a r•Aurl lo, wotioaab, e, dMwmpbg • wwran Ire M- Mw shad IbW b cdnbW with IM ag•nP/ W am camsea drabtp an Wait wwtac arse PwomN mM decb• wlapeupropmslarywch aMad Mersa. Oltl ■epPN•dd,l w. Epo2m.G YLChnwMI1, Papa 1 M Y PUR 7033 Rev. SM198