Hazardous Waste Part III - Chemical Spills, Hazardous Materials and Waste Containment Sites

expired opportunity(Expired)
From: New Hampshire(State)
8002546

Basic Details

started - 07 Jan, 2020 (about 4 years ago)

Start Date

07 Jan, 2020 (about 4 years ago)
due - 30 Jun, 2021 (about 2 years ago)

Due Date

30 Jun, 2021 (about 2 years ago)
Contract

Type

Contract
8002546

Identifier

8002546
Department of Administrative Services

Customer / Agency

Department of Administrative Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

RFB #2186-19 Page 1 STATE OF NEW HAMPSHIRE Department of Administrative Services Division of Procurement and Support Services Bureau of Purchase and Property State House Annex Concord, New Hampshire 03301 Date: July 11, 2019 NOTICE OF CONTRACT COMMODITY: HAZARDOUS WASTE PART III-CHEMICAL SPILLS, HAZARDOUS MATERIALS AND WASTE CONTAINMENT SITES CONTRACT NO.: 8002546 NIGP: 926* VENDOR: Clean Harbors Environmental Services Inc VENDOR # : VC # 174558 20 Dunklee Road Bow NH 03304 CONTACT PERSON(s): Jason Babbidge Tel. No.: 800-645-8265 or 603-224-6626 Fax No.: 603-224-6778 E-Mail: BabbidgeJA@Cleanharbors.com EFFECTIVE FROM: July 1, 2019 Through June 30, 2021 PAYMENT & TERMS: Payment method (P-Card or ACH). Payments shall be made via ACH or Procurement Card (P-card = Visa Credit Card) unless otherwise specified by the state of New Hampshire. Use the following link to enroll with the State Treasury for ACH payments:
rel="no-follow" href="https://www.nh.gov/treasury/state-vendors/index.htm" target="_blank">https://www.nh.gov/treasury/state-vendors/index.htm INVOICING & PAYMENTS: Invoices shall be submitted after completion of work to the requesting agency. Payment shall be paid in full within thirty (30) days after receipt of invoice and acceptance of the work to the State’s satisfaction. F.O.B.: F.O.B. Destination to any location within the State of New Hampshire ORDERING: State agencies will place their orders by electronic order entry, by e-mail, by FAX, or they may establish a standard delivery order. Eligible participants will utilize their own individually established ordering procedures. mailto:BabbidgeJA@Cleanharbors.com https://www.nh.gov/treasury/state-vendors/index.htm RFB #2186-19 Page 2 SCOPE OF SERVICES: Vendor shall supply all labor, tools, transportation, materials, equipment and permits as necessary and required to perform services for cleanup and disposal of chemical spills, hazardous materials and waste containment site services part III as specified. Chemical spills, hazardous materials and waste containment sites services–part III shall be completed within 48 hours and/or a reasonable time frame as mutually agreed upon with agency and Vendor. Minimum Qualifications A. Contractor shall be regularly and continuously engaged in the business of providing chemical spill cleanup, removal of hazardous waste, and waste containment services to customers of similar size and complexity as the State for at least five (5) years. B. Contractor shall be qualified (or subcontract a qualified transporter) to transport all waste streams under this contract. C. Contractor (or subcontract transporter) shall possess all local, regional, state and federal licenses, permits, registrations to haul Hazardous Waste, and shall provide documentation of same upon request D. Contractor’s transfer, storage, reuse, recycling, treatment, and disposal facilities shall have appropriate local, regional, state, and federal licenses, permits, and registrations to perform the services listed, and shall provide documentation of same upon request. E. All Contractor-supplied personnel (including technical/operational/ supervisory, laborers, lead/forepersons, specialists, and field chemists) shall be in compliance with Occupational Safety and Health Administration (OSHA) 1910.120 requirements with regards to facial hair and respirator use, and under an OSHA compliant annual medical surveillance program. If awarded, the Contractor shall provide documentation of same upon request. F. Contractor shall possess all permits, licenses and professional credentials necessary to supply product and perform services as specified under this RFB. G. Safety Precautions: If awarded, Contractor shall exercise precautions for the protection of persons and property. Contractor shall install adequate safety guards and protective devices for any and all equipment and machinery. Contractor shall ensure that its work proceeds under the highest standards of safety and prudence, and in compliance with all applicable Federal, State, and local laws and regulations relating to safety. H. Equipment and Supplies: If awarded, Contractor shall furnish all supplies and equipment necessary to carry out its work, including personal protective equipment not limited to MSHA approved full-face air purifying respirators Level D work attire, ANSI approved steel-toed boots, and prescription safety eyewear if required, and consumable safety equipment, such as, chemical protective suits, gloves, respirator cartridges, face shields, and non-prescription safety spectacles, as required. I. Contractor may subcontract for some, part, or all labor services. Subcontracted labor will be considered as employees of the Contractor, and their work shall be subject to all provisions of the contract. The State will deal only with the Contractor, who shall be responsible for the performance of laborers. J. Contractor shall be responsible for competency, performance, conduct, appearance, integrity of laborers, and be responsible for taking any disciplinary action with respect to provided labor as may be necessary. Contractor shall promptly follow up with any laborer issues brought to their attention by the State or members of the public. All services performed under this contract shall be performed between the hours of 7:30 A.M. and 4:00 P.M, Monday through Friday (State holidays excluded) unless there is an emergency or other arrangements are made in advance with the State. Any deviation in work hours shall be pre-approved by the requesting agency. RFB #2186-19 Page 3 For non-emergencies, the State requires five (5) business days advanced knowledge of said work schedules to provide security and access to respective work areas. No premium charges shall be paid for any off-hour work. The Vendor shall not commence work until a conference is held with each agency, at which representatives of the Vendor and the State are present. The conference shall be arranged by the requesting agency (State). The State shall require correction of defective work or damages to any part of a building or its appurtenances when caused by the Vendor’s employees, equipment or supplies. The Vendor shall replace in satisfactory condition all defective work and damages rendered thereby or any other damages incurred. Upon failure of the Vendor to proceed promptly with the necessary corrections, the State may withhold any amount necessary to correct all defective work or damages from payments to the Vendor. The work staff shall consist of qualified persons completely familiar with the products and equipment they shall use. The requesting agency may require the Vendor to dismiss from the work such employees as deems incompetent, careless, insubordinate, or otherwise objectionable, or whose continued employment on the work is deemed to be contrary to the public interest or inconsistent with the best interest of security and the State. The Vendor or their personnel shall not represent themselves as employees or agents of the State. While on State property, vendor or their personnel shall be subject to the control of the State, but under no circumstances shall such persons be deemed to be employees of the State. All vendors or their personnel shall observe all regulations or special restrictions in effect at the State Agency. The Vendor’s personnel shall be allowed only in areas where services are being performed. The use of State telephones is prohibited. If sub-contractors are to be utilized, please include information regarding the proposed sub-contractors including the name of the company, their address, contact person and three references for clients they are currently servicing. HAZARDOUS MATERIALS AND CONTAMINATED SITES A. GENERAL TERMS AND CONDITIONS 1. Projects are to be quoted per occurrence to all Vendors awarded a contract based on the pricing in the Offer Section. Utilizing agency shall issue a detailed Scope of Work (SOW) through a Request for Quote (RFQ) to include all specifications of each individual project. The RFQ will be awarded to the lowest cost response meeting specifications. 2. Bids are requested for the emergency cleanup of spills involving hazardous materials or wastes and non- emergency remediation of sites contaminated with hazardous materials or wastes. Such cleanup shall include recycling, treatment, or disposal of hazardous materials or wastes that are or may be a risk to public health or the environment. New Hampshire Revised Statutes Annotated (RSA) 147-A, B, C and Rules and Regulations promulgated there-under are applicable to any awarded contract. See: https://www.des.nh.gov/organization/divisions/waste/hwcb/hwcs/permit_hw_standard.htm 3. Bid Prices shall be for providing qualified and fully trained personnel, and proper materials, equipment and transport/disposal at the quantities listed on the Bid Form. The quantities listed are for bidding purposes only and do not represent the actual quantities to be purchased and assigned. The form is included at the end of this section. The items contained in this bid include the more common equipment and personnel normally required for the type of work anticipated. Any other equipment or personnel not listed, but which might be required to remediate a site, shall be provided at a cost to be agreed on by the Contractor and the Agency requesting the services. 4. The Vendor shall identify laboratory(ies) to be used for analyzing samples of hazardous chemicals, contaminated soils, water and other samples required to be analyzed under this contract. All laboratories shall be certified by the N.H. Department of Environmental Services. 5. The services to be performed shall be in accordance with all current State and Federal Emergency Response Requirements. https://www.des.nh.gov/organization/divisions/waste/hwcb/hwcs/permit_hw_standard.htm RFB #2186-19 Page 4 6. All work and remediation shall follow the Env-Wm 600 Contaminated Site Management, EPA standards and regulations, New Hampshire Department of Environmental Services (NHDES) regulations, regulations established by OSHA, and applicable local codes and ordinances. 7. It shall be the Vendor’s responsibility to obtain all required State and federal permits and registrations required under this Contract. 8. The Vendor shall provide at least 51% of the labor, equipment, and materials based on the final invoiced costs for each assignment, minus the associated transport and disposal costs. Exceptions shall be allowed where transport and disposal are the primary work activities. 9. The Vendor shall ensure that all sampling conducted is in accordance with applicable EPA analytical protocols. It is anticipated that air, surface water, groundwater, and soil samples shall be collected under. All samples shall be properly collected in the appropriate containers and be properly preserved and transported. Strict chain-of-custody procedures shall be followed at all times in order to guarantee sample integrity. 10. Any contract awarded under Part III of this bid may be funded in part by a grant from the United States Environmental Protection Agency. Neither the United States nor any of its departments, agencies, or employees is or will be a part to the bid or any resulting contract. 11. A duly authorized representative for the state agency/municipality/institution requiring work by the Vendor shall perform inspection and acceptance of materials and services provided. B. SCOPE OF WORK 1. Services to be provided by the Vendor shall include but are not limited to the following activities: a. containment of hazardous chemical products; b. collection of hazardous chemicals to prevent migration. Methods of collection of hazardous chemicals, in both the surface and subsurface, may include: interception trenches, pump systems, neutralization ponds, and pre-treatment and containment; c. installation of temporary above ground tanks and associated piping/pumps; d. solidification and adsorption of hazardous chemicals with inert binders and cements; e. groundwater recovery employing one or more of the following processes: well points, collection trenches, recovery wells, hydraulic barriers, and injection wells; f. control of surface water through diversion and/or collection; g. excavation for the removal of hazardous waste-contaminated soil and sediments; h. transportation and disposal of collected hazardous chemicals, and contaminated soils, sediments, and consumable materials used in the clean-up of a site; i. treatment of hazardous wastes on-site and/or pretreatment for disposal at a hazardous waste facility; and j. securing the site from trespassers and/or all unauthorized personnel. k. removal of above ground storage tanks and underground storage tanks (non-petroleum or unknown). C. EMERGENCY AND NON-EMERGENCY RESPONSE 1. If a release poses a significant and immediate threat to human health and to the environment, then the release is considered an emergency. The State will determine if an emergency exists. 2. The Vendor shall respond to a non-emergency spill or release within a maximum of 24 hours unless a greater time is approved by the Agency using the Vendor’s services. The State Agency will determine if a spill or release is a non-emergency. 3. The State and Vendor shall agree to the choice of the method to be used in addressing the cleanup of a site prior to commencement of the work. RFB #2186-19 Page 5 4. The Vendor shall have the capability to provide a satisfactory initial response to any reported emergency petroleum release or spill in the State of New Hampshire. 5. The 24-hour manned emergency telephone number for the State of New Hampshire is 603-271-3636. The NHDES telephone number for the Waste Management Division – Spill Response & Complaint Investigation Section is 603-271-3899; (8am to 4pm, Mon- Fri.) 6. The Vendor shall maintain a 24-hour per day, 7 days per week response capability. 7. In situations where severe weather conditions may affect road conditions and the travel time, the Agency contact person may allow the Vendor additional travel time. Such additional travel time shall be agreed to at the time of notification and shall be documented by both the Vendor and the Agency contact person. 8. When a spill occurs, the Agency contact person shall notify the Vendor by telephone, providing the best available information regarding the spill. If possible, this will include the location, type of product, estimated size of the spill, a brief description of the impacted area, name and contact phone number of responsible party, and a preliminary list of the resources that may be required. 9. The Vendor may be supervised by representatives of the. 10. Any discharge of oil in violation of RSA 146-A shall be reported to the NHDES, Waste Management Division by any party having knowledge of the discharge. 11. Upon arrival at the site of a hazardous waste spill or incident, the Part II contractor shall coordinate with the Agency representative to use the Part III Vendor’s services or applicable bid rates. D. ASSIGNMENT OF PERSONNEL 1. Assignment of Vendor personnel to any of the projects/sites shall be appropriate to the complexity and size of the project and the type of work to be performed. The lowest technical level of personnel capable of performing the work shall be assigned to the project whenever possible. Where overly qualified personnel are assigned to the project, the Agency, at its sole discretion, may pay the Vendor at the rate in the Bid for the work actually being performed, i.e., should a Foreman be performing the duties of a Laborer, the rate paid by the Agency may be reduced from the rate of Foreman to that of Laborer 2. Duplicate supervisory personnel shall not be assigned to the project unless the work effort warrants that level of involvement. As an example, the assignment of multiple Foremen to a project shall be appropriate to the level of work occurring. 3. The Vendor shall provide to the Agency, the names and job assignments of all management personnel for approval prior to assignment to the Work. Once assigned to the project, the Vendor shall not substitute personnel in any of the management positions without prior approval from the Agency. E. HEALTH AND SAFETY 1. The nature of the work to be performed is inherently hazardous. 2. In performance of work the Vendor shall, as a minimum, satisfy all federal, State, and local statutes, regulations, ordinances, etc., regarding health and safety. The Vendor shall ensure complete compliance with all the requirements of 29 CFR 1910.120 “Hazardous Waste Operations and Emergency Response” Final Rule. Beyond these minimum requirements, the Vendor shall develop and make available to the Agency for review a Health and Safety Plan (HASP) specific to the release or spill site. These plans shall include: descriptions of measures designed to protect the health and safety of the incident responders, location of nearest hospital, and names of safety personnel. 3. The Vendor shall have sufficiently trained staff as safety personnel and as hazardous waste technicians and operators. The minimum safety training requirements are established in sub-Section C, Part III. 4. It shall be the Vendor’s responsibility to amend or revise the HASP once on site to address specific site conditions. F.CONSULTANTS, SUBCONTRACTORS AND VENDORS 1. The State may at any time by written order require the performance of extra work activities not included in the scope of the Bid. In the case of work that is done by subcontractors, payment to the Vendor shall be limited to a price determined by adding fifteen (15) per cent to the quoted cost of the work. Said RFB #2186-19 Page 6 markup shall be the Vendor’s fee in directing the operations of the subcontractor, for administrative supervision, and for all overhead costs. 2. Vendor shall be responsible for all payments to the subcontractors. 3. The Vendor may use the service of a Subcontractor where reasonable, appropriate and consistent with industry practice. The Vendor shall not award any Work or Subcontractor without prior approval of the State. 4. The Vendor shall be fully responsible to the State for the acts, errors and omissions of a Subcontractor. 5. The Subcontractor shall be bound by the same terms and conditions as those that bind the Vendor to the State, but there shall be no direct contractual relationship between a Subcontractor and the State. 6. The Vendor shall provide to the State the subcontractor’s reports and documentation for each Assignment. 7. A Vendor that relies on a Subcontractor to provide equipment or services for Emergency Work shall structure their Subcontractor agreement (or agreements) to ensure same-day deployment capability. 8. A Vendor may employ the services of a Consultant as a Subcontractor for certain Assignments, with prior written approval of the State. 9. A Vendor may obtain materials, supplies and services from a vendor as necessary to complete routine Work without specific approval of the State. 10. The Vendor shall provide the State with all technical instructions, operations and maintenance manuals, warranties and security codes/keys, related to materials, supplies and services acquired from a Subcontractor or vendor. G. WORK ADJACENT TO STRUCTURES 1. For work in the vicinity of a structure which may affect structural integrity, the Vendor shall obtain the services of a qualified structural or geotechnical Professional Engineer licensed in the State of New Hampshire. The engineer shall provide evaluation and design services prior to the start of the work. 2. In instances where it becomes necessary to excavate next to existing structures, photos shall be taken of the structure prior to commencement of the work. Where appropriate, videotaping of the structural conditions may also be performed to supplement photographs. The completeness of the photographic record may be crucial in any subsequent litigation that may arise. H. SITE RECORDS 1. The Vendor shall maintain records for each response site. These shall include daily logs, reports, and a photo history of the site. The Vendor shall maintain daily logs listing the work performed, the number of personnel on the site and equipment on site. The log shall also document weather conditions, a list all personnel, subcontractors and visitors on-site. 2. The Vendor shall take photographs of the site conditions and photographs at the completion of the work. Digital photographs are preferred; if prints, photos shall be 4-inch by 6-inch color. Photos shall be documented with the date, time, and location of the camera. Should the project extend over several days, progress photos shall also be taken and kept with the project records. I. INCIDENT REPORTS 1. The Vendor shall prepare a report upon the completion of the effort at each site. The purpose of the report is to document the incident and the work performed. The report shall provide findings, and conclusions regarding the activities completed; account for the funds expended, and provide guidance and recommendations, which could be, applied to future response efforts of a similar nature. Incident Reports shall be submitted within 30 days of completion of work on the site to the Agency, which had activated the services request. Failure to submit the report within the time allowed shall result in the holding of all subsequent payments to the Vendor until the report is submitted, and approved. A copy of this report will also be submitted to the State, if any discharge of oil in violation of RSA 146-A has occurred. 2. At a minimum, each Incident Report shall include a completed Initial Response Action Reporting Form. The following supplementary information shall be provided in the report: RFB #2186-19 Page 7 a. actual cost breakdown; b. name of Agency representative who initiated the response; c. date and time personnel and equipment arrived; d. date and time Vendor notified; e. number of individuals responding; f. equipment and materials used; and recorded for disposal documentation J. VENDOR PAYMENT REQUEST FORMAT & CONTENT 1. The Vendor shall invoice each Assignment separately. For long duration projects, multiple invoices may be submitted. Each invoice shall be submitted in the appropriate electronic format prescribed by the State. 2. Each payment request or invoice shall include the following information: a. Department of Environmental Services Site Number, Project Type, Site Name, Town or City. b. Vendor project number and dates when work was performed. c. Invoice number and date. d. Project description (for example, “truck rollover on highway, “XYZ Property). e. Daily work summaries (complete and legible copies) including the following, as applicable: 3. An incident description. a. List of all equipment and materials used with quantities. b. List of all Vendor personnel on-site, with labor categories and hours worked by each individual. c. Copies of Subcontract invoices and work orders, itemizing services and materials provided. Additional information may be required to document the cost of services and materials provided. d. Copies of Vendor payroll sheets to document overtime pay per individual. e. Copies of approved Scope of Work and Change Orders. f. Copies of signed Waste Manifests and Bills of Lading. g. Copies of Certificates of Disposal from approved facilities. h. Invoice detail for each item shall include: 4. Price Schedule Item Number. 5. Item description. 6. Quantity billed. 7. Item price. 8. Amount billed. a. The labor costs associated with preparation, travel, office time and on-site time shall be listed separately for each day of activity. b. The invoice subtotal or total shall be provided at the bottom of each invoice sheet. 9. Emergency response premiums shall not be paid. No administrative and fuel/energy surcharge costs are permissible. 10. Payment for services shall be 100% of the billed amount, payable within 30 days upon acceptance of the Vendor’s invoice. Certification of final disposition of the waste material shall be received by the r Agency within 90 days from completion of the work waste shipment records should be received by the Agency no later than submittal of last invoice. The Agency may waive this requirement in situations where long-term services are required or where it is deemed appropriate. 11. Labor costs, with the exception of preparing site Incident Reports, shall apply to on-site time only. Portal-to-Portal time shall not be paid for. 12. Item II-M-1, Site Mobilization and Demobilization, covers the cost to the Vendor for mobilizing equipment and personnel to the site of a spill and subsequently demobilizing the equipment and personnel upon completion of the assignment. One payment shall be made for each site the Vendor is called to, regardless of the number of personnel and equipment required at the site. Payment shall normally be made upon demobilizing from the site. However, where the Vendor’s equipment and personnel will be required on-site for a period exceeding one month, half of the bid amount shall be paid for mobilization and the remaining half shall be paid upon demobilizing from the site. RFB #2186-19 Page 8 The Vendor in providing costs for the disposal of the wastes, Items II-D-1 through II-D-7C shall include with each bid item a designation for the method of disposal of the material. The Vendor shall use one of the following letters to identify the method of disposal: a. R – recycling; c. I – incineration; or b. T – treatment; d. L- land filling In the event a waste item is not covered in the Bid, the price for disposal, recycling, or treatment, shall be negotiated with the generating Agency, and so noted on the invoice rendered by the Vendor. 13. The State realizes that the most preferred method of disposal, recycling, may not be appropriate or possible for certain wastes. The Vendor’s designation shall be the most preferred method of disposal available for the waste based on current industry standards. Consistent use by the Vendor of a disposal method of a lower preference than that commonly used may be grounds for rejection of the Bid, to be in compliant with State Government Waste Reduction, Recycling and Recycled Products Waste (RSA 9- C). 14. All labor prices Items II-L-1 through II-L-8 are based on Level D, personal protective equipment. Items II- P-1 through II-P-3 shall be the additional cost of providing Level A, Level B or Level C PPE to each worker donning PPE as directed by the Site Safety Officer. 15. Payment for laboratory analyses shall include all labor, materials, and equipment necessary to perform the laboratory analysis and report the results. The cost of performing special analyses not listed in the Bid shall be provided at a cost to be agreed upon by the Vendor and the Agency requesting the services. All laboratory analysis prices shall be based upon a two (2) week turn-around, unless the requesting agency ask for alternative turnaround time and associated costs. 16. If the project lasts for more than one (1) day and is over 80 miles from the Vendor’s N.H. base of operations, per diem charges for employees on the project shall be allowed. Per diem rates shall be reimbursed for the expense of meals and lodging. Per diem rates shall not exceed the current prevailing rates for the State established by federal travel regulations. Receipts shall be originals and submitted with the request for compensation in order to verify the expense. 17. Costs for the disposal, recycling, treatment, land-filling and transportation of materials contaminated with hazardous wastes shall be accepted or rejected based on comparison with the Part III Vendor bid prices and quoted prices by the Part II contractor. 18. Prices for the disposal, recycling, treatment, and transportation of waste materials shall include all applicable state and federal fees and taxes. 19. Cost of preparing the HASP shall be included in and incidental to Item II-M-1, Mobilization and Demobilization, contained in the Bid. 20. Heavy Equipment that is on-site but not being used on a daily basis may be considered as standby equipment and payment for the Bid item shall be reduced to a standby rate. The standby rate for all equipment shall be 50% of the rate stated in the bid. Where it is agreed by the Agency that a piece of equipment is essential on site to mitigate a potential threat to on-site personnel, public health, or the environment, this reduction in the charge rate may not be applied. 21. Equipment used on-site for any part of the payment period shall be paid for the full amount of that period, i.e., equipment with a daily lease rate shall be paid the full rate regardless the length of time the equipment is used on-site within the payment period. Measurement for payment for equipment with half day rates shall extend from midnight to noon and from noon to midnight. Payment for equipment during on site time cross-over periods must be onsite for at least four (4) hours and does not include travel time. 22. Equipment and/or items not included in this proposal shall use the NH Petroleum Reimbursement Fund Program unit and project base cost sheet. Payment for materials used without a Bid Item or NH Petroleum Reimbursements Fund Program shall be actual cost plus 10 percent. 23. The cost of preparing and maintaining site records shall be included in and incidental to Mobilization and Demobilization, Item II-M-1, in the Bid. 24. Labor Bid Items shall be adjusted for overtime in accordance with the following schedule: RFB #2186-19 Page 9 a. Bid Price x 1.5 – Work hours in excess of 8 hours on any weekday or Saturday. b. Bid Price x 2.0 – Work hours on Sundays and State recognized holidays. 25. The Contaminated Material Disposal bid items are for the cost to transport the wastes from the site or incident to the disposal facility and for the disposal, treatment, recycling, and /or land-filling of the wastes. There shall not be separate transport costs from the site or incident to a processing facility which in-turn packages the wastes for final disposal at another facility to be charged at the transport /disposal bid prices and will be billed at the equipment rate. K. CHANGE ORDERS 1. The State shall use written Change Orders for Non-Emergency Work to authorize additional Work not originally requested under the approved Scope of Work or to authorize additional quantities and items for handing and disposition under the given Assignment. In some cases, the Change Order mechanism may be used by the State to consolidate and transport and/or dispose of contained wastes from more than one site for economic advantages. The amount of compensation to be paid to the Vendor for any extra work shall be agreed upon between the parties and stipulated in the Change Order. 2. The Vendor shall complete a Change Order form provided by the State for changes to time, materials, transportation or disposal costs, for any time or schedule change, and/or for use of subcontractors. The State must pre-approve the Work and dates under a Change Order, for the Vendor to be compensated. 3. The State may verbally authorize minor changes or alterations in the Work that do not involve extra cost. These items shall not need to be authorized by a written Change Order. WARRANTY REQUIREMENTS: Successful Vendor shall be required to warranty all of the equipment awarded to Vendor for a period of not less than one (1) year or the manufacturer’s standard period of time, whichever is greater, from the date the items are received, inspected and accepted by the State of New Hampshire. The warranty shall cover 100% of all parts, shipping, labor, travel, lodging and expenses. Item Description Unit Price MOBILIZATION/DEMOBILIZATION III-MO- 1a. Emergency Mobilization/Demobilization COOS $1,100.00 GRAFTON $800.00 CARROLL $700.00 SULLIVAN $700.00 MERRIMACK $400.00 BELKNAP $400.00 STRAFFORD $400.00 CHESHIRE $700.00 HILLSBOROUGH $400.00 ROCKINGHAM $400.00 III-MO- 1b. Non-Emergency Mobilization/Demobilization COOS $1,100.00 GRAFTON $800.00 CARROLL $700.00 SULLIVAN $700.00 MERRIMACK $400.00 RFB #2186-19 Page 10 BELKNAP $400.00 STRAFFORD $400.00 CHESHIRE $700.00 HILLSBOROUGH $400.00 ROCKINGHAM $400.00 EMERGENCY / NON-EMERGENCY RESPONSE LABOR III-L-1 Project Manager/ Site Supervisor Hour $0.00 III-L-2. Health and Safety Officer Hour $0.00 III-L-3. Foreman Hour $60.00 III-L-4. Engineer Hour $60.00 III-L-5. Field Chemist Hour $55.00 III-L-6. Technician Hour $55.00 III-L-7. Equipment Operator Hour $57.00 III-L-8. Driver Hour $0.00 III-L-9. Laborer Hour $0.00 PERSONAL PROTECTION CLOTHING AND EQUIPMENT III-P-1. Add-on cost of Level C PPE Per Person Per Day $30.00 (garment, gloves, disposable boots, mask, air purifying cartridges and tape) III-P-2. Add-on costs for Level B PPE Per Person Per Day $50.00 (garment, gloves, disposable boots, SCBA and tape) III-P-3. Add-on cost for Level A PPE Per Person Per Day $100.00 (garment, gloves, boots, SCBA and tape) RESPONSE EQUIPMENT III-E-1 Vacuum Truck Half-Day $300.00 III-E-2. Rack Body Truck Half-Day $80.00 III-E-3. Standard Pickup Truck Half-Day $80.00 III-E-4. Dump Truck, 12 wheel Half-Day $240.00 III-E-5. Backhoe,1/2 cy. Bucket And 16 Feet Dig Depth Half-Day $100.00 III-E-6. Loader, 1.5 cy Bucket Half-Day $250.00 III-E-7. Excavator (tracked, 150 type) Half-Day $250.00 III-E-8a. Roll-Off Container, 20 c.y. Day $8.00 III-E-8b. Roll-Off Container, 30 c.y. Day $10.00 III-E-8c. Roll-Off Liner,. Each $50.00 III-E-8d. Drop-Off And Pickup Charge Regardless Of Container Size Incident $775.00 III-E-9. Pump, Diaphragm 2-In Or 3-in. Discharge Half-Day $75.00 III-E-10. Pump, Centrifugal 1-½ in. Or 3 in. Discharge Half-Day $75.00 III-E-11. Air Compressor 125/175 psi Half-Day $150.00 III-E-12. Electric/Air hand tools Or ½ in. Rotary Percussion Drill Half-Day $25.00 III-E-13. Skidsteer Loader (Bobcat or equivalent) Half-Day $125.00 III-E-13a. Skidsteer Loader Attachments Half-Day $10.00 III-E-14. Jackhammer, Bits and Hose Half-Day $30.00 III-E-15 Generator, up to 5000 watt Half-Day $75.00 RFB #2186-19 Page 11 III-E-16 Emergency Response Trailer or Van Half-Day $50.00 III-E-17 Wet/Dry HEPA Vacuum Half-Day $30.00 III-E-18 Mini-Excavator-tracked-7.500# Half-Day $125.00 FIELD MONITORING EQUIPMENT III-M-1. Photoionization Detector Day $10.00 III-M-2. Metal Detector Day $10.00 III-M-3. Drager/Synsidyne and Tubes Day $40.00 III-M-4 Multi-Gas Meter (LEL, O2, CO2) Day $10.00 III-M-5 Jerome Meter (Mercury Vapor Analyzer) Day $10.00 CONTAINMENT AND CLEANUP MATERIALS III-C-1. Drums, 55 Gallon (17E) Each $40.00 III-C-2. Drums, 55 Gallon (17H) Each $45.00 III-C-3. Drums, 55 Gallon Poly Each $65.00 III-C-4. Drums, 85 Gallon Salvage Each $120.00 III-C-5a Lab Packs, 5 gal pails Each $12.00 III-C-5b Lab Packs, 15 gal drums Each $30.00 III-C-5c Lab Packs, 30 gal drums Each $45.00 III-C-5d Lab Packs, 55 gal drums Each $65.00 III-C-6. Drums, 95 Gallon, Salvage (1H2/X340/S) Each $120.00 III-C-7. Sorbent Pads, 18”X18”X3/16”, 200/Bale Bale $59.00 III-C-8. Speedi-Dry, (50 Lb. Bag) Bag $11.00 III-C-9. Polyethylene Sheeting (6 Mil, 20’x100’ Roll) Roll $95.00 III-C-10. Asbestos Bags Roll $20.00 ANALYTICAL/LABORATORY SERVICE III-A-1. Total Petroleum Hydrocarbons By EPA Method 8015B Sample $80.00 III-A-2. Volatile Organic Compounds By EPA Method 8260B Sample $110.00 III-A-3. Toxic Contaminant Leachate Procedure By EPA Method 1311 Sample $30.00 III-A-4. Flash Point By EPA Method 1010 Sample $20.00 III-A-5. pH By EPA Method 9040 Sample $10.00 III-A-6. Halogenated Organics For Soils By EPA Method 8260B Sample $80.00 III-A-7. Halogenated Organics By EPA Method 8021 Sample $80.00 III-A-8. Semi-Volatile Organics Acid/Base/Neutrals For Soils By EPA Method 8270 Sample $150.00 III-A-9. Reactives By EPA Method 9010 Sample $50.00 III-A-10. Polychlorinated Biphenyl By EPA Method 8082 Sample $60.00 III-A-11. Asbestos By EPA Method PCM Sample $300.00 III-A-12. Heavy Metals Analysis including sample preparation Sample $80.00 III-A-13. Add-On For 24-Hour Turn-Around On Analytical Samples Each $9.00 DISPOSAL OF CONTAMINATED MATERIALS 1- DRUM EQUALS 55-GALLONS 1- PAIL EQUALS 5- GALLONS III-D-1. Reactive Wastes, Solid RFB #2186-19 Page 12 Pail $135.00 III-D-2. Reactive Wastes, Liquid Pail $135.00 III-D-3. PCBs, Solid Drum $200.00 Pail $63.00 III-D-4. PCBs, Liquid Drum $250.00 Pail $85.00 III-D-5. Oxidizer, Solid Drum $300.00 (i.e. bleach, pool chems, nitrates) Pail $95.00 III-D-6. Oxidizer, Liquid Drum $300.00 (i.e. bleach, pool chems, nitrates) Pail $95.00 III-D-7. Organic Liquids (Halogen Conc. 2%) Drum $70.00 Pail $42.00 III-D-8. Organic Liquids (Halogen Conc.>2%) Drum $90.00 Pail $42.00 III-D-9. Acids pH2.0 Drum $115.00 Pail $42.00 III-D-10. Alkalines pH>12.5 Drum $115.00 Pail $42.00 III-D-11. Aqueous Base Drum $105.00 Pail $42.00 III-D-12. Solvent-based Paints Drum $125.00 Pail $42.00 III-D-13 Latex Paints Drum $85.00 Pail $42.00 III-D-14. Explosives and Shock-Sensitive Materials Pail $150.00 III-D-15. Lead and Acid Batteries Each $15.00 Drum $160.00 III-D-16. Poisonous Liquids Pail $75.00 III-D-17. Lab Packs Drum $200.00 Pail $55.00 III-D-18 Pesticides and Herbicides Drum $250.00 Pail $75.00 III-D-19. Biological Wastes Drum $150.00 Pail $75.00 III-D-20. Decontaminated Empty Drums Drum $15.00 III-D-21. Decon and Wash Waters, Drum $105.00 Bulk- Gals $1.00 III-D-22. Used Granular Activated Carbon Drum $50.00 Cubic Feet $2.00 III-D-23. Compressed Gas Cylinders Cylinder $50.00 III-D-24. Sludges, Cyanide Drum $350.00 Bulk - Gals $7.00 RFB #2186-19 Page 13 QUESTIONS: Direct any questions to Jeff Haley, 603-271-2202 or Jeffrey.Haley@DAS.NH.Gov III-D-25. Sludges, Chrome Drum $150.00 Bulk-Gals $7.00 III-D-26. Waste Petroleum Products and Used Oil Drum $50.00 Bulk-Gals $1.00 III-D-27. Waste Oils with Solvents Drum $70.00 Bulk-Gals $2.00 III-D-28. Waste Oils with Gasoline Drum $70.00 Bulk-Gals $2.00 III-D-29. Hazardous Waste, Solids NOS Drum $150.00 III-D-30. Hazardous Waste, Liquids NOS Drum $150.00 III-D-31. Soils Contaminated with Solvents Ton $150.00 III-D-32. Soils Contaminated with coal tars and/or PAHs Ton $63.00 III-D-33. Soils Contaminated with Heavy Metals Ton $150.00 III-D-34. Manifest/Land Ban Preparation Incident $225.00 mailto:Jeffrey.Haley@DAS.NH.Gov Division of Procurement and Support Services A. GENERAL TERMS AND CONDITIONS B. SCOPE OF WORK C. EMERGENCY AND NON-EMERGENCY RESPONSE D. ASSIGNMENT OF PERSONNEL E. HEALTH AND SAFETY F.CONSULTANTS, SUBCONTRACTORS AND VENDORS G. WORK ADJACENT TO STRUCTURES H. SITE RECORDS I. INCIDENT REPORTS J. VENDOR PAYMENT REQUEST FORMAT & CONTENT K. CHANGE ORDERS

25 Capitol Street, State House Annex Concord, NH 03301-6398Location

Address: 25 Capitol Street, State House Annex Concord, NH 03301-6398

Country : United StatesState : New Hampshire

You may also like

ENVIROMANAGER HAZARDOUS MATERIALS PROGRAM

Due: 31 Dec, 2024 (in 8 months)Agency: U.S. COAST GUARD

ASBESTOS HAZARDOUS EMERGENCY RESPONSE ACT AND LEAD PAINT SURVEY

Due: 28 Sep, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

20RP007 - HAZARDOUS MATERIALS TESTING, RISK ASSESSMENTS AND CLEARANCE TESTING

Due: 03 Oct, 2024 (in 5 months)Agency: City of Scottsdale

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

926 0000