Top Banner
STATE OF NEW JERSEY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DEPARTMENT OF THE TREASURY DEPARTMENT OF ENVIRONMENTAL PROTECTION DEPARTMENT OF ENVIRONMENTAL PROTECTION RFP DOCUMENTS RFP DOCUMENTS Remedial Investigation/ Remedial Action Selection (RI/RAS) Term Contract Request For Proposal Bid Number: 09-X-20281 VOLUME 1 - Terms and Conditions Date Issued: September, 2008
90

Remedial Investigation/ Remedial Action Selection (RI/RAS ...

Feb 19, 2022

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

STATE OF NEW JERSEYSTATE OF NEW JERSEYDEPARTMENT OF THE TREASURYDEPARTMENT OF THE TREASURY

DEPARTMENT OF ENVIRONMENTAL PROTECTIONDEPARTMENT OF ENVIRONMENTAL PROTECTION

RFP DOCUMENTSRFP DOCUMENTS

Remedial Investigation/Remedial Action Selection(RI/RAS) Term Contract

Request For ProposalBid Number: 09-X-20281

VOLUME 1 -- Terms and Conditions

Date Issued: September, 2008

Page 2: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

1

Request for Proposal

FOR: NJDEP RI/RAS TERM CONTRACT

Event Date Time

Bidder’s Electronic Question Due Date September 23, 2008 5:00 PM

Bid Submission Due Date

October 15, 2008 2:00 PM

Dates are subject to change. All changes will be reflected in Addenda to the RFP posted on the Division of Purchase and Property website.

SMALL BUSINESS

SET-ASIDE (REFER TO RFP SECTION 4.4.2.2 FOR MORE INFORMATION.)

STATUS NOT APPLICABLE

ENTIRE CONTRACT

PARTIAL CONTRACT

CATEGORY I

II

III

RFP Issued By New Jersey Department of Environmental Protection State of New Jersey Department of the Treasury Division of Purchase and Property Trenton, New Jersey 08625-0230 September, 2008

Page 3: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

1

Table of Contents

LIST OF ATTACHMENTS ......................................................................................................................................................................5

1.0 PURPOSE, INTENT AND GENERAL GUIDELINES..........................................................................................................6

2.0 BACKGROUND ..................................................................................................................................................................................7

3.0 DEFINITIONS ....................................................................................................................................................................................9 3.1 SUPPLEMENTAL DEFINITIONS ..........................................................................................................................................10 4.1 BIDDING STAGES ....................................................................................................................................................................11

4.1.1 ELECTRONIC QUESTION PERIOD ..........................................................................................................................11 4.1.2 ADDENDA: REVISIONS TO THIS RFP ....................................................................................................................11 4.1.3 SUBMISSION OF BID PROPOSAL ...........................................................................................................................12

4.2 RFP AND BID PROCEDURES..............................................................................................................................................12 4.2.1 QUESTIONS, EXCEPTIONS AND ANSWERS ......................................................................................................12 4.2.2 INVESTIGATION AND SUPPLEMENTAL INQUIRIES REGARDING BIDDER QUALIFICATIONS

AND RESPONSIBILITY ...............................................................................................................................................13 4.2.3 CONTENTS OF BID PROPOSAL ..............................................................................................................................13

4.2.4 COST LIABILITY ...............................................................................................................................................................13 4.2.5 BID ERRORS......................................................................................................................................................................13 4.2.6 MANDORATORY REQUIREMENTS AND MINOR FORMALITIES................................................................14 4.2.7 RFP REQUIREMENTS, REQUESTS AND RESPONSES ..................................................................................14 4.2.8 JOINT VENTURE ...............................................................................................................................................................15

5.0 BID PROPOSAL PREPARATION AND SUBMISSION .....................................................................................................16 5.1 GENERAL INSTRUCTIONS FOR BID PROPOSAL.......................................................................................................16 5.2 BID PROPOSAL PREPARATION.........................................................................................................................................16

5.2.1 BIDDER RESPONSIBILITY............................................................................................................................................17 5.2.2 FINANCIAL CAPABILITY OF THE BIDDER............................................................................................................17

5.3 BID PROPOSAL DELIVERY AND IDENTIFICATION ..................................................................................................17 5.4 CONTENTS OF BID PROPOSAL .........................................................................................................................................17

5.4.1 FORMS THAT MUST BE SUBMITTED WITH BID PROPOSAL .....................................................................18 6.0 GENERAL TERMS AND CONDITIONS FOR BIDS AND CONTRACTS...................................................................32

6.1 AFFIRMATIONS........................................................................................................................................................................32 6.1.1 RFP OBLIGATIONS ..........................................................................................................................................................32 6 1.2 EPA REQUIREMENTS.....................................................................................................................................................32 6.1.3 RESPONSIBILITIES OF THE CONTRACTOR ........................................................................................................32 6.1.4 COVENANT OF NON-COLLUSION ............................................................................................................................32 6.1.5 COVENANT AGAINST CONTINGENT FEES.........................................................................................................33 6.1.6 PUBLIC WORKS CONTRACT-ADDITIONAL AFFIRMATIVE ACTION REQUIREMENT......................33 6.1.10 ONGOING OBLIGATION TO FURNISH REQUIRED INFORMATION ........................................................34

6.2 CONTRACT INTERPRETATION AND ADMINISTRATION.........................................................................................34 6.2.1 LAW GOVERNING CONTRACT ..................................................................................................................................35 6.2.2 FEDERAL REGULATIONS ............................................................................................................................................35 6.2.3 CONTRACT PARTIES .....................................................................................................................................................35 6.2.4 REMEDIES............................................................................................................................................................................35 6.2.5 CONFLICT OF TERMS ....................................................................................................................................................35 6.2.6 COMPUTATION OF TIME...............................................................................................................................................35 6.2.7 AVAILABILITY OF FUNDS ............................................................................................................................................35 6.2.8 CORPORATE "CERTIFICATE OF AUTHORIZATION" TO CONDUCT PROFESSIONAL

ENGINEERING AND SURVEYING SERVICES IN NEW JERSEY...............................................................36

Page 4: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

2

6.3 LICENSES, PERMITS AND CERTIFICATES ..................................................................................................................36 6.3.1 MAINTENANCE OF LICENSES.........................................................................................................................................36

6.3.2 ADVERSE NOTIFICATION.............................................................................................................................................36 6.3.3 NON-COMPLIANCE WITH LABORATORY STANDARDS ................................................................................36

6.4 LIABILITY, INSURANCE AND SECURITY........................................................................................................................37 6.4.1 COPYRIGHT AND PATENT LIABILITY.....................................................................................................................37 6.4.2 INDEMNIFICATION BY THE CONTRACTOR .........................................................................................................38 6.4.3 GENERAL INSURANCE PROVISIONS .....................................................................................................................38 6.4.4 INSURANCE SPECIFICATIONS ..................................................................................................................................39 6.4.5 CERTIFICATES OF INSURANCE................................................................................................................................40 6.4.6 MAINTENANCE OF INSURANCE ...............................................................................................................................40 6.4.7 DISCLAIMER .......................................................................................................................................................................40

6.5 PROJECT SCHEDULE, CHANGE ORDERS, TERMINATION AND EXTENSIONS .........................................41 6.5.1 CONTRACT TERM AND EXTENSION OPTION ...................................................................................................41 6.5.2 DELAY BY CONTRACTOR............................................................................................................................................41 6.5.3 WORK STOPPAGE ORDER/SUSPENSION OF WORK ....................................................................................41 6.5.4 CLAIMS..................................................................................................................................................................................42 6.5.5 REDUCTION IN SCOPE OF WORK ..........................................................................................................................42 6.5.6 CHANGE ORDERS ..........................................................................................................................................................43 6.5.7 TERMINATION ....................................................................................................................................................................44 6.5.8 TRANSITIONAL PERIOD................................................................................................................................................44

6.6 ADDITIONAL WORK REQUIREMENTS ............................................................................................................................45 6.6.1 COOPERATION WITH OTHER STATE CONTRACTORS ................................................................................45 6.6.2 ENVIRONMENTAL PROTECTION ..............................................................................................................................45 6.6.3 GEOGRAPHICALLY BASED SYSTEMS ..................................................................................................................45 6.7 AUDITS AND LEGAL ASSISTANCE .............................................................................................................................45 6.7.1 LEGAL ASSISTANCE.....................................................................................................................................................45 6.7.2 EVIDENCE DOCUMENTATION ..................................................................................................................................45 6.7.3 AUDITS AND RECORDS ................................................................................................................................................46

6.8 SUBCONTRACTS, SUBSTITUTIONS AND ASSIGNMENTS ...................................................................................47 6.8.1 SUBCONTRACTING ..............................................................................................................................................................47 6.8.2 SUBSTITUTIONS OF PERSONNEL ................................................................................................................................48 6.8.3. SMALL BUSINESS SUBCONTRACTOR UTILIZATION PLAN ...........................................................................48

6.8.4 ASSIGNMENT OF CONTRACT ....................................................................................................................................49 6.9 OWNERSHIP AND DISSEMINATION OF INFORMATION AND MATERIAL ......................................................49 6.9.1 DISSEMINATION OF INFORMATION ............................................................................................................................49 6.9.2 OWNERSHIP OF MATERIAL ............................................................................................................................................49

6.9.3 STATE PATENT RIGHTS AND COPYRIGHTS .....................................................................................................50 6.9.4 FEDERAL PATENT AND COPYRIGHT REGULATIONS ..................................................................................50 6.9.5 CONFIDENTIALITY ...........................................................................................................................................................50

6.10 PRICES AND PAYMENTS ....................................................................................................................................................50 6.10.1 FORM OF COMPENSATION ............................................................................................................................................50

6.10.2 COST AND PRICE CONSIDERATIONS .................................................................................................................54 6.10.3 PARTIAL PAYMENT ......................................................................................................................................................54 6.10.4 PROCEDURES FOR PAYMENT................................................................................................................................54 6.10.5 PROMPT PAYMENT.......................................................................................................................................................56 6.10.6 ADDITIONAL COMPENSATION/WRITEN AUTHORIZATION........................................................................56 6 10.7 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA.............................................................56

7.0 PROPOSAL EVALUATION AND CONTRACT AWARD ...................................................................................................58 7.1 PROPOSAL EVALUATION COMMITTEE ........................................................................................................................58 7.2 ORAL PRESENTATION AND/OR CLARIFICATION OF BID PROPOSAL ..........................................................58 7.3 EVALUATION CRITERIA........................................................................................................................................................58 7.4 DIRECTOR'S RIGHT OF FINAL BID ACCEPTANCE ..................................................................................................59 7.5 NOTICE OF INTENT TO AWARD........................................................................................................................................59 7.6 PRECONDITIONS FOR EXECUTION OF CONTRACT ...............................................................................................60 7.7 REQUIREMENTS OF N.J.S.A. 19:44A-20.13-25 (FORMERLY EXECUTIVE ORDER 134)...........................60

7.7.2 BREACH OF TERMS OF THE LEGISLATION: .....................................................................................................61

Page 5: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

3

7.7.3 CERTIFICATION AND DISCLOSURE REQUIREMENTS: ................................................................................61 7.7.4 STATE TREASURER REVIEW: ..................................................................................................................................61 7.7.5 ADDITIONAL DISCLOSURE REQUIREMENT OF P.L. 2005, C. 271: ..........................................................62

7.8 SOURCE DISCLOSURE REQUIREMENTS.....................................................................................................................62 REQUIREMENTS OF N.J.S.A. 52:34-13.2: .........................................................................................................................62 7.8.1 SOURCE DISCLOSURE REQUIREMENTS: ..........................................................................................................62 7.8.2 BREACH OF CONTRACT OF EXECUTIVE ORDER 129:.................................................................................62

8.0 SCOPE OF WORK ......................................................................................................................................................................63 A. GENERAL .....................................................................................................................................................................................63 B. BASIC SERVICES.......................................................................................................................................................................63 C. GENERAL REQUIREMENTS..................................................................................................................................................64

1. PROGRESS REPORTING.................................................................................................................................................64 2. PROJECT MEETINGS ........................................................................................................................................................64 3. COMMUNITY RELATIONS ................................................................................................................................................64 4. PROJECT COMMUNICATION AND COORDINATION ...........................................................................................65 5. PROJECT MANAGER (CONTRACTOR) ......................................................................................................................65

8.1 TASK 1 - PROJECT SCHEDULE, PROJECT ORGANIZATION, FILE REVIEW AND BACKGROUND INVESTIGATION & CONCEPTUAL INVESTIGATION APPROACH REPORT ...........................................................65

8.1.1 PROJECT SCHEDULE ..................................................................................................................................................65 8.1.2 PROJECT ORGANIZATION ........................................................................................................................................65 8.1.3 BACKGROUND INVESTIGATION ............................................................................................................................66 8.1.4 TASK 1 DELIVERABLES .............................................................................................................................................68

8.2 TASK 2 - WORK PLAN DOCUMENTS............................................................................................................................69 8.2.1 GENERAL...........................................................................................................................................................................69 8.2.2 TASK 3 SITE SAMPLING AND INVESTIGATION PLAN.................................................................................69 8.2.3 QUALITY ASSURANCE PROJECT PLAN (QAPP) ............................................................................................73 8.2.4 HEALTH AND SAFETY PLAN (HASP) ..................................................................................................................73 8.2.5 TASK 2 DELIVERABLES ............................................................................................................................................74

8.3 TASK 3 - REMEDIAL INVESTIGATION ..........................................................................................................................74 8.3.1 FIELD SAMPLING ...........................................................................................................................................................74 8.3.2 POTABLE WELL SAMPLING .....................................................................................................................................75 8.3.3 WELL DRILLING/SOIL BORING/ALTERNATIVE SAMPLING METHODS................................................75 8.3.4 LABORATORY ANALYSIS..........................................................................................................................................75 8.3.5 DATA VALIDATION........................................................................................................................................................75 8.3.6 SURVEYING ......................................................................................................................................................................75 8.3.7 WETLAND DELINEATION AND ASSESSMENT.................................................................................................75 8.3.8 QUALITATIVE AND QUANTITATIVE RISK ASSESSMENT ...........................................................................76 8.3.9 GROUNDWATER MODELING.....................................................................................................................................76 8.3.10 TANK INTEGRITY TESTING AND SAMPLING .................................................................................................76 8.3.11 REMEDIAL INVESTIGATION REPORT................................................................................................................76 8.3.12 TASK 3 DELIVERABLES ...........................................................................................................................................77

8.4 TASK 4 - REMEDIAL ACTION SELECTION EVALUATION ...................................................................................77 8.4.1 ESTABLISHING REMEDIAL ACTION GOALS AND OBJECTIVES ..........................................................77 8.4.2 DEVELOPMENT OF REMEDIAL ACTION ALTERNATIVES FOR EVALUATION ..................................77 8.4.3 TREATABILITY STUDIES ............................................................................................................................................79 8.4.4 TREATABILITY STUDY REPORT.............................................................................................................................79 8.4.5 COMPARATIVE ANALYSIS OF ALTERNATIVES ..............................................................................................81 8.4.6 REMEDIAL ACTION SELECTION EVALUATION REPORT ...........................................................................81 8.4.7 PROJECT MEETING ......................................................................................................................................................81 8.4.8 DRAFT DECISION DOCUMENT ................................................................................................................................82 8.4.9 RESPONSIVENESS SUMMARY................................................................................................................................82 8.4.10 TASK 4 DELIVERABLES ...........................................................................................................................................82

8.5 TASK 5 - CONCEPTUAL DESIGN....................................................................................................................................82 8.5.1 GENERAL...........................................................................................................................................................................82 8.5.2 TASK 5 DELIVERABLES ............................................................................................................................................83

8.6 TASK 6 - SURVEYING ..........................................................................................................................................................83 8.6.1 SITE PROPERTY SURVEYS.......................................................................................................................................83

Page 6: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

4

8.6.2 TOPOGRAPHIC MAP OF THE SITE ........................................................................................................................84 8.6.3 REMEDIAL INVESTIGATION MAP...........................................................................................................................84 8.6.4 NJDEP GEOGRAPHIC INFORMATION SYSTEM...............................................................................................85 8.6.5 TASK 6 DELIVERABLES .............................................................................................................................................85

9.0 METHOD OF ASSIGNMENT AND ENGAGEMENT ............................................................................................................86 9.1 USE OF THE CONTRACT ......................................................................................................................................................86 9.2 ORDER OF ASSIGNMENT ...................................................................................................................................................86 9.3 CONTRACTOR SPECIFIC CASE ENGAGEMENT PROCESS.................................................................................86 9.4 MANAGEMENT OF THE CONTRACT ...............................................................................................................................88

Page 7: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

5

LIST OF ATTACHMENTS NOTE: RFP Cover Sheet is a separate download on the website titled “Signatory Page” NOTE: A download titled “Standard RFP Forms” is linked to every solicitation placed on the webpage. These forms are identical to the ones supplied with the bid document and need not be submitted in duplicate. Download Signatory Page Attachment 1 Ownership Disclosure Form (Separate Download) Attachment 1A Disclosure Of Investigation/Action Involving Bidder (Separate Download) Attachment 2 Notice Of Intent To Subcontract Form (Separate Download) Attachment 3 Subcontractor Utilization Form (Separate Download) Attachment 4 Macbride Principles Certification (Separate Download) Attachment 5 Affirmative Action Employee Information Report (Separate Download) Attachment 6 Services Source Disclosure Form (Separate Download) Attachment 7 Bidder Information Form Attachment 8 Project History Forms Attachment 9 Project Staffing Plan Attachment 10 Price Schedules Attachment 11 Subcontractor Contract Form Attachment 12 Conflict Of Interest Certification (Sample) List of appendices

Page 8: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

6

1.0 PURPOSE, INTENT AND GENERAL GUIDELINES

The NJ Standard Terms & Conditions version 07/27/07 will apply to all contracts or purchase agreements made with the State of New Jersey. These terms are in addition to the terms and conditions set forth in this RFP and should be read in conjunction with them unless the RFP specifically indicates otherwise.

The purpose of this Request for Proposal (RFP) is to solicit proposals from qualified firms for the New Jersey Department of Environmental Protection (NJDEP) to award a two (2) year level of effort term contract to perform a variety of professional investigation, evaluation and report preparation services for Site Remediation Program efforts. Professional services may include, without limitation, Preliminary Assessments, Site Investigations, Remedial Investigations, Field Sampling Services and Remedial Action Alternative Evaluations for a variety of Site Remediation Program projects. In certain cases, the contractor may be engaged to perform only portions of the entire Site Remediation Program process (i.e. specific tasks in support of an ongoing project conducted in-house by DEP personnel) and to perform a conceptual design of the preferred alternative. These services are necessary to aid in the site remediation program efforts being undertaken throughout the State of New Jersey. The purpose of this contract is to establish within the NJDEP the ability to respond to projects with a formal yet expedited remedial investigation, remedial action selection and pre-design for sites which, although they may have some characterization done, are not fully delineated and/or require a detailed engineering and economic evaluation of alternatives upon which to base a cleanup decision. It is the intent of the State to award a two (2) year term contract to two (2) primary contractors. The highest ranked firm will be designated as Primary Contractor #1, and the second highest ranked firm will be designated as Primary Contractor #2. It is the State's intent to alternate engagements to both of the Primary Contractors. In the event of a conflict of interest, the alternate Primary Contractor will be engaged for work at that site. It should be clearly understood that by submitting a bid proposal, each firm agrees to accept its position in this contract. The term of this contract will be two (2) years from the date of final contract execution, The State reserves the right to extend the contract for periods of time totaling up to two years on the terms specified in Section 6.5.8 of this agreement. Upon expiration of the contract the State reserves the right to continue the engagement by the contractor on projects necessary to complete a Site Remediation action begun during the contract period. The total professional labor of a site-specific project, including any professional subcontract work, is not anticipated to exceed 5,000 hours, and the State expects to assign up to fifteen (15) projects annually. At a minimum, 85% of the professional engineering work must be done in-house by the Prime Contractor. Up to 100% of the fieldwork such as surveying, well drilling, sampling, sample lab analysis, etc. may be subcontracted, with costs independent of the above single project ceiling for the Contractor. Non-professional subcontractors are post-award requirments and not part of the submitted bid proposal. Any prime contractor may be assigned up to five (5) site-specific projects at one time, each under a separate, negotiated work order. The contractor will be expected to work on the assigned number of project concurrently. At the time of work order negotiation, the NJDEP will detail the level of technical oversight and review that will be performed by the NJDEP internally. In some instances, the contractor may be given substantial autonomy, with limited review, to complete the agreed upon work order. The contractor, in these cases, will assume full responsibility and liability for the accuracy and professional judgement of all work. The in-house staffing must include senior level and mid-level positions with diverse disciplines that may be required for the execution of simultaneous projects with varying scope of work needs from preliminary site assessments to conceptual design of remedial actions. The types of sites may include, but are not limited to one or more of the following:

Page 9: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

7

• Groundwater contamination projects, including adversely affected private residential wells or

public purveyors; source investigations; development of long-term monitoring programs;

• Operating or closed industrial plants;

• Uncontrolled hazardous or solid waste disposal sites;

• Gas station or underground storage tank projects, including vapor control cases which exhibit "immediate environmental concern" conditions;

The NJDEP reserves the right to perform some or all of the investigations itself or to contract for these services as part of a larger contract for remedial investigations and feasibility studies, remedial action selection, designs, construction or other site-specific projects. The purpose of this contract is to provide for engineering services where NJDEP cannot do the work itself and has not otherwise contracted for these services as part of a larger project. However, if in the opinion of the State, the cost of the services required will exceed the cost limitation imposed by this contract, the State reserves the right not to engage the Contractor for projects under this term contract. The engineering services engaged for each project under this contract will be performed in one or more work orders, with each work order involving one or more tasks as described in Section 8.0, Scope of Work. The need for subsequent work orders may be dependent on findings/results of the previous work orders, or may result in a decision to terminate the project if no further action is warranted. Subsequent to the site investigation and characterization services, the contractor may be required to prepare a pre-design, or conceptual design of the selected remedy, typically for discrete operable units of the final remedy, such as soil removals, floating product extraction and treatment systems, vapor recovery systems, point of entry or wellhead treatment systems, that do not require a detailed, "from scratch" design; rather, a term contractor can be engaged to implement these remedies. The final design of larger, permanent remedies will typically be performed under other contract mechanisms. All Site Remediation services provided under this contract shall be conducted in accordance with the Department's Technical Requirements for Site Remediation, NJAC 7:26E-1 et al. and CERCLA/SARA and the NCP when applicable; specific references are made throughout the technical Scope of Work contained in Section 8. The Contractor may, in certain circumstances, also be required to perform tasks beyond the minimum requirements as specified in NJAC 7:26E-1 et al. Such efforts may include, without limitation, documented comparison of remedial action alternatives, focused feasibility studies, human health and ecological risk assessments, investigation/evaluation of sites that may contain munitions and explosives of concern, cultural resource surveys, wetlands delineations/assessments, and treatability studies. While engaged on contracts, the prospective Contractors have to demonstrate broad experience with New Jersey's environmental laws, regulations, and guidance; most importantly, these include, but are not limited to, the Technical Requirements for Site Remediation NJAC 7:26E-1 et al., New Jersey Soil Cleanup Criteria N.J.A.C. 7:26D, New Jersey Ground Water Quality Standards NJAC 7:9-6, New Jersey State Surface Water Quality Standards NJAC 7:9B, Federal Surface Water Quality Criteria 40 CFR Part 131, Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (CERCLA), 42 U.S.C. 9605, as amended by the Superfund Amendments and Reauthorization Act of 1986 (SARA), P.L. 99-499, the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), 40 CFR Part 300, and NJDEP Soil Reuse Guidance. In addition, the contractor has to demonstrate the ability to effectively manage the contract, develop accurate scopes of work and price proposals, and produce deliverables on schedule and at or below budget. 2.0 BACKGROUND

Page 10: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

8

The NJDEP Site Remediation and Waste Management Program is the organization through which the State of New Jersey will carry out its cleanup activities at contaminated sites. New Jersey's Known Contaminated Sites List identifies some 8,000 potential sites that require action under various State agencies and authorities. The Publicly Funded Remediation Element addresses those sites where Potentially Responsible Parties have declined to undertake actions at sites posing a threat to public health and the environment. Contaminated sites vary considerably in type and size, nature and amount of hazards presented. Common contaminated sites may involve contamination of soil, contamination of groundwater and/or surface water supplies, adverse ecological impact, dispersal of toxic or hazardous vapors, explosions, and fires. The hazardous substances found at sites may include organic solvents, gasoline and waste oils tanks and vessels, pesticides, heavy metals, inorganic acids, alkalis and salts, as well as explosive, flammable, radioactive, carcinogenic, and infectious materials. Remedial activities normally begin with preliminary site assessment (PA) and site investigation (SI) activities, which lead to a remedial investigation (RI), a thorough assessment and characterization of the site. Based on the RI, a remedial action alternative evaluation is conducted, if needed. Finally, a preferred remedy is selected and presented to the impacted community and interested parties. The next step is the Engineering Design of the Remedial Action. Based on the design's detailed drawings and specifications, the construction of the remedy is then undertaken. Finally, operations, maintenance and monitoring efforts are begun to ensure continued operability and efficacy of the completed Remedial Action until such time as the remedial objectives have been achieved. Situations are also continuously being discovered within sites that require remedial response(s) on other than the traditional schedule of cleanup activities. The cases are uncontrolled discharges wherein a hazardous substance release presents an imminent threat to human health or the environment thereby necessitating an expedited remedial response or responses. The ability to respond to these cases will begin with the site investigation, identification and evaluation of remedial alternatives, and the conceptual design of operable units to manage, mitigate or eliminate the risk(s) to the receptor. These operable units are discrete actions that comprise an incremental step(s) toward addressing a site problem(s).

Page 11: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

9

3.0 DEFINITIONS

Community Relations Plan (CRP) - A document prepared by the New Jersey Department of Environmental Protection (NJDEP) that provides policy and guidelines on effective community relations. Cost Analysis - The review and evaluation of each element of contract cost to determine reasonableness, allocability and allowability. Deliverables - Items defined in the Scope of Work, Section 8.0, as products or proof of services rendered under this contract. Director - Director of the Division of Purchase and Property, Department of the Treasury, who by statutory authority is the contracting officer for the State of New Jersey. This term does not refer to any Director or Assistant Director within the Department of Enviromental Protection. Direct Labor (Actual Salary Rate) - The actual salary paid to an employee. Does not include overtime rates (For further clarification see EPA Form 5700-41 Instructions). Existing Data - All non-confidential documents on file with the NJDEP including sampling and analysis reports, site inspection forms and preliminary site investigation reports. Existing data may be obtained through the Site Manager. Indirect Costs (Overhead) - Those costs incurred by the Contractor in the usual conduct of his/her business that are not direct labor or other direct costs attributable to specific projects. (For further clarification see EPA Form 5700-41 Instructions.) NJDEP Case Manager – This refers to the NJDEP professional with overall responsibility for remedial work at a specific contaminated site. This term may sometimes used interchangeably with “NJDEP Project Manager” in this RFP. NJDEP State Contract Manager – The NJDEP representative who will serve as the contractor’s point-of-contact and overall coordinator for the term contract, in the Bureau of Investigation, Design and Construction (BIDC). Price Analysis - The process of evaluating a prospective price without regard to the Contractor's separate cost elements and proposed profit. Price analysis determines the reasonableness of the proposed contract price based on adequate price competition, previous experience with similar work, established catalog or market price, law, or regulation. Procurement Specialist - A Purchase Bureau representative responsible for obtaining goods and services for state agencies. Project - All tasks and Contractor responsibilities delineated in the RFP. Site - The work area defined by the RFP (generally, the area described and the immediate vicinity thereof). Site Access - Sufficient legal authority to enter a site in order to perform a project. Unless otherwise specified, all legal site access will be secured by NJDEP. However, actual physical mobilization on-site is the responsibility of the Contractor. Total Bid Price - The sum of the bid prices for each of the Scope of Work tasks provided by the bidder on the Price Schedules.

Page 12: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

10

Unit Price - A price per specified unit of measure for individual line items bid on the Price Schedules that shall incorporate all associated costs. 40 CFR Part 31 - Section 40, Code of Federal Regulations, United States Environmental Protection Agency - "Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments." 40 CFR Part 33 - Section 40, Code of Federal Regulations, Part 33, United States Environmental Protection Agency -"Procurement Under Assistance Agreements." 40 CFR Part 35, Subpart 0 - Section 40, Code of Federal Regulations, United States Environmental Protection Agency -"State and Local Assistance, Cooperative Agreements and Superfund State Contracts for Superfund Response Actions."

3.1 SUPPLEMENTAL DEFINITIONS

Conceptual Design - An engineering approach for the selected remedy including: schematic drawings, preliminary site and facility layouts and identification of additional data required to proceed with full design, engineering cost estimates (such as equipment, materials and labor), institutional requirements, implementation schedule. Immediate Environmental Concern (IEC) Case - A project which requires interim remedial activity(s) to address a known source, hazard, or affected medium. Key Personnel - Contractor's assigned project personnel who function at Professional Levels P3, P4 and P5. Operable Units - A discrete action that comprises an incremental step(s) toward addressing a site problem(s). This discrete portion of remedial response manages migration, or eliminates or mitigates a release, threat of a release, or pathway of exposure. Receptor - An entity in the pathway of, and sensitive to, a pollutant, contaminant, or hazard.

.

Page 13: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

11

4.0 BIDDING PROCEDURES

This RFP is being issued by the Purchase Bureau, Division of Purchase and Property on behalf of the Department of Environmental Protection. The RFP is part of a competitive bidding process which is governed by statutory law, see N.J.S.A. 52:34-6 et seq., by regulations, see N.J.A.C. 17:12-1 et seq., and by decisions of the courts. The procedures and submissions required herein are necessary to comply with the bidding laws and other laws applicable to this purchase, and to ensure a full, fair and informed competition and contract award. Read the instructions in this RFP carefully. Failure to comply with the mandatory requirements of the RFP will result in bid proposal rejection. 4.1 BIDDING STAGES

There are two stages in the bidding process for this contract. A bidder must timely complete each stage. The stages are:

1. Electronic Question Period 2. Submission of Bid Proposal

4.1.1 ELECTRONIC QUESTION PERIOD

Questions should be directly tied to the RFP and asked in consecutive order, from beginning to end, following the organization of the RFP. Each question should begin by referencing the page number and section number to which it relates. Bidders are not to contact the Using Agency directly, in person, by telephone or by email, concerning this RFP. The cut-off date for electronic questions and inquiries relating to this RFP is indicated on the cover sheet and below. Addenda to this RFP, if any, will be posted on the Purchase Bureau website after the cut-off date All questions must be emailed to the Purchase Bureau procurement specialist by the time and date designated below:

September 23, 2008, CLOSE OF BUSINESS (5:00 PM) [email protected] Telefax number: (609) 292-4401 The Purchase Bureau will also accept questions and inquiries from all potential bidders electronically via web form. To submit a question, please go to Current Bid Opportunities webpage or to http://ebid.nj.gov/QA.aspx

4.1.2 ADDENDA: REVISIONS TO THIS RFP In the event that it becomes necessary to clarify or revise this RFP, such clarification or revision will be by addendum. Any addendum to this RFP will become part of this RFP and part of any contract awarded as a result of this RFP. ALL RFP ADDENDA WILL BE ISSUED ON THE DIVISION OF PURCHASE AND PROPERTY WEB SITE. TO ACCESS ADDENDA, SELECT THE BID NUMBER ON THE BIDDING OPPORTUNITIES WEB PAGE AT THE FOLLOWING ADDRESS:

Page 14: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

12

http://www.state.nj.us/treasury/purchase/bid/summary/bid.shtml.

There are no designated dates for release of addenda. Therefore interested bidders should check the Purchase Bureau "Bidding Opportunities" website on a daily basis from time of RFP issuance through bid opening. It is the sole responsibility of the bidder to be knowledgeable of all addenda related to this procurement. 4.1.3 SUBMISSION OF BID PROPOSAL

As discussed in RFP Section 5.0 below, the bid proposal must include the bidder's proposed prices, and any information required by the State for this contract. A. In order to be considered for award, the bid proposal and all required attachments and information must be received by the Purchase Bureau of the Division of Purchase and Property at the appropriate location by the required time. Any bid not received on time at the right place will be rejected. The location, date and time are:

DATE: October 15, 2008 TIME: 2:00 PM. LOCATION: BID RECEIVING ROOM - 9TH FLOOR PURCHASE BUREAU DIVISION OF PURCHASE AND PROPERTY DEPARTMENT OF TREASURY 33 WEST STATE STREET, P.O. BOX 230 TRENTON, NEW JERSEY 08625-0230

Bids will be publicly opened at this time. Thereafter, the bidders' submissions will be available for public inspection, and the bidders' qualifications and bids will be evaluated for award by the State. Directions to the Purchase Bureau can be found at the following web address: http://www.state.nj.us/treasury/purchase/directions.htm. Note: Bidders using USPS Regular or Express mail services should allow additional time since USPS mail deliveries are not delivered directly to the Purchase Bureau. 4.2 RFP AND BID PROCEDURES The following procedures apply to this RFP. 4.2.1 QUESTIONS, EXCEPTIONS AND ANSWERS If bidders have any questions about or objections to the RFP, the Purchase Bureau, Division of Purchase and Property will respond to questions and exceptions posed in writing prior to the question cut-off date. Any objection to the RFP must be raised prior to the bid opening or else be forever waived. Unless the Division expressly accepts an objection in a written addendum to the RFP, the objection shall be deemed rejected and the original provisions of the RFP shall be deemed controlling. Answers to questions will be given as an addendum to the RFP. Answers that are documented in an addendum will be binding on vendors and the State unless subsequently modified by the Purchase Bureau in writing. Any oral explanations or instructions not covered by an addendum shall not be binding on the State.

Page 15: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

13

4.2.2 INVESTIGATION AND SUPPLEMENTAL INQUIRIES REGARDING BIDDER QUALIFICATIONS AND RESPONSIBILITY

In addition to the information supplied with a proposal, the Director of the Division of Purchase and Property may seek supplemental information or make supplemental inquires to the qualifications and responsibility of a bidder and to the accuracy or adequacy of information supplied by a bidder. The bidder shall cooperate with these inquiries and shall supply any information and site access required by the Director. In submitting a bid proposal, the bidder consents to investigation by the Director or, at the Director's request, the Attorney General to determine whether the bidder is sufficiently responsible to undertake the work hereunder. The bidder consents to the use and consideration by the Director for these purposes of any pertinent information which may be derived from the investigatory arm of any state or federal governmental agency including but not limited to, any information pertaining to the bidder's criminal history. 4.2.3 CONTENTS OF BID PROPOSAL Subsequent to bid opening, all information submitted by bidders in response to the bid solicitation is considered public information, except as may be exempted from public disclosure by the Open Public Records Act, N.J.S.A. 47:1A-1 et seq., and the common law. Because the State proposes to negotiate and/or pursue a Best and Final Offer, bid proposals will not be made public until the Letter of Intent to Award is issued. A bidder may designate specific information as not subject to disclosure when the bidder has a good faith legal/factual basis for such assertion. The State reserves the right to make the determination and will advise the bidder accordingly. The location in the bid proposal of any such designation should be clearly stated in a cover letter. The State will not honor any attempt by a bidder either to designate its entire bid proposal as proprietary and/or to claim copyright protection for its entire proposal. By signing the cover sheet of this RFP, the bidder waives any claims of copyright protection set forth within the manufacturer's price list and/or catalogs. The price lists and/or catalogs must be accessible to State using agencies and cooperative purchasing partners and thus have to be made public to allow all eligible purchasing entities access to the pricing information. All bid proposals, with the exception of information determined by the State or the Court to be proprietary, are available for public inspection after the Letter of Intent to Award is issued. At such time, interested parties can make an appointment with the Purchase Bureau to inspect bid proposals received in response to this RFP. 4.2.4 COST LIABILITY The State assumes no responsibility and bears no liability for costs incurred by a bidder in the preparation and submittal of a bid proposal in response to this RFP. 4.2.5 BID ERRORS In accordance with N.J.A.C. 17:12-1.22, “Bid Errors,” a bidder may withdraw its bid as follows: A bidder may request that its bid be withdrawn prior to bid opening. Such request must be made, in writing, to the Supervisor of the Business Unit. If the request is granted, the bidder may submit a revised bid as long as the bid is received prior to the announced date and time for bid opening and at the place specified.

Page 16: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

14

If, after bid opening but before contract award, a bidder discovers an error in its proposal, the bidder may make written request to the Supervisor of the Business Unit for authorization to withdraw its proposal from consideration for award. Evidence of the bidder’s good faith in making this request shall be used in making the determination. The factors that will be considered are that the mistake is so significant that to enforce the contract resulting from the proposal would be unconscionable; that the mistake relates to a material feature of the contract; that the mistake occurred notwithstanding the bidder’s exercise of reasonable care; and that the State will not be significantly prejudiced by granting the withdrawal of the proposal. Note: a PB-36 complaint form may be filed and forwarded to the Division’s Contract Compliance and Administration Unit (CCAU) for handling. A record of the complaint will also be maintained in the Division’s vendor performance file for evaluation of future bids submitted. All bid withdrawal requests must include the bid identification number and the final bid opening date and sent to the following address:

Department of the Treasury Purchase Bureau, PO Box 230 33 West State Street – 9th Floor Trenton, New Jersey 08625-0230 Attention: Supervisor, Business Unit

If during a bid evaluation process, an obvious pricing error made by a potential contract awardee is found, the Director shall issue written notice to the bidder. The bidder will have five days after receipt of the notice to confirm its pricing. If the vendor fails to respond, its bid shall be considered withdrawn, and no further consideration shall be given it. If it is discovered that there is an arithmetic disparity between the unit price and the total extended price, the unit price shall prevail. If there is any other ambiguity in the pricing other than a disparity between the unit price and extended price and the bidder’s intention is not readily discernible from other parts of the bid proposal, the Director may seek clarification from the bidder to ascertain the true intent of the bid. 4.2.6 MANDORATORY REQUIREMENTS AND MINOR FORMALITIES In order for a bid proposal to be considered responsive to this RFP, the bidder must comply with all of the mandatory procedures and requirements of the RFP and must agree to all of the material terms and conditions contained in the RFP. Failure to do so will result in bid proposal rejection. These mandatory requirements include, but are not limited to, the grounds for automatic bid rejection listed in the rules of the Division of Purchase and Property, N.J.A.C. 17:12-2.5, such as:

• Failure to sign the bid proposal. • Failure to submit bid proposal on time. • Submission of bid proposal in pencil. • Failure to attend Mandatory Bidder's Conference or Mandatory Site Inspection, if

required. • Failure to initial price alterations. • Inclusion of Cash on Delivery term in bid proposal.

However, pursuant to N.J.A.C. 17:12-2.4 and depending on the circumstances, the Director may determine to waive any minor deviation from the RFP and/or any deviation from a minor formality which does not affect the integrity of the bidding process or materially affect the contract which the State seeks through this RFP. 4.2.7 RFP REQUIREMENTS, REQUESTS AND RESPONSES

Page 17: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

15

This RFP contains certain requirements, certain expectations and certain requests for goods, services and information. Unless the context clearly indicates otherwise, the RFP will be subject to the following interpretations and applications: 1. The failure to comply with any provision which is preceded by "shall," "must" or "is required" may result in rejection of the bid as non-responsive if the provision is deemed a material deviation from the bidding specifications. 2. Any provision preceded by "should" or "is expected" is directory. As such, failure to comply with the provision will be considered negatively when evaluating the quality of the bid and when combined with other minor deviations may result in rejection of the bid as non-responsive. 3. Any provision which is preceded by "is requested" is precatory. As such, the provision indicates something that is desired by the State and for which a bidder will be given favorable consideration in the evaluation of bids. However, a bid will not be penalized for failing to provide an item which is merely requested. 4. The Director may waive any bidding specification which does not affect the integrity of the bidding process or materially affect the contract which the State seeks through this RFP 4.2.8 JOINT VENTURE If a joint venture is submitting a bid proposal, the agreement between the parties relating to such joint venture should be submitted with the joint venture’s bid proposal. Authorized signatories from each party comprising the joint venture must sign the bid proposal. A separate Ownership Disclosure Form, Disclosure of Investigations and Actions Involving Bidder, Affirmative Action Employee Information Report, MacBride Principles Certification, and Business Registration or Interim Registration must be supplied for each party to a joint venture.

Page 18: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

16

5.0 BID PROPOSAL PREPARATION AND SUBMISSION The bidder is advised to thoroughly read and follow all instructions contained in this RFP, including the instructions on the RFP’s signatory page, in preparing and submitting its bid proposal. Note: Bid proposals shall not contain URLs (Uniform Resource Locators, i.e., the global address of documents and other resources on the world wide web) or web addresses. Inasmuch as the web contains dynamically changing content, inclusion of a URL or web address in a bid response is indicative of potentially changing information. Inclusion of a URL or web address in a bid response implies that the bid's content changes as the referenced web pages change.

5.1 GENERAL INSTRUCTIONS FOR BID PROPOSAL

The following instructions apply to all bid proposals: A. SIGNATURE OF BID PROPOSAL The Bid Form must be signed by an authorized person and submitted with the Bid Proposal. The RFP's Signatory Sheet is provided for this purpose. The signature must be an original in ink. Typed, stamped or penciled signatures are not acceptable. If the bidding entity is a corporation the bid proposal must be signed by a person authorized to sign on behalf of the corporation and be accompanied by a corporate resolution authorizing the individual signing the bid proposal to enter into contractual agreements on behalf of the corporation. The corporate resolution must specify the identification number of this RFP and the state of incorporation and must be affixed with the corporate seal. Note that a signature on a Stockholders Disclosure Form or other attachment is not sufficient. UNSIGNED BID PROPOSALS AND BID PROPOSALS NOT PROPERLY SIGNED WILL BE REJECTED. B. PRICE ALTERATIONS Any modification or correction (including a white out) on the face of a bid of a unit price or lump sum price which has already typed or written into the bid proposal must be initialed in ink by the person signing the bid proposal or else that price will be disqualified from consideration and, if the price is critical to the bid proposal, the bid proposal will be rejected.

C. LITERATURE AND BID INFORMATION When the RFP requires price lists, product literature or other information, this material must be submitted concurrently with the bid proposal in order to be considered as part of the bid proposal. If submitted after the bid proposal opening deadline, such information will be rejected and will not be evaluated with the bid proposal.

5.2 BID PROPOSAL PREPARATION In order for a bid proposal to be considered responsive, a bidder must agree to perform the Scope of Work described in this RFP, agree to the terms and conditions provided in this RFP, complete the attachments provided with this RFP or their equivalent, and provide the information as required below. Bidders are

Page 19: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

17

advised to read the entire RFP and any addenda subsequently issued by the Issuing Office before preparing and submitting their bid proposals.

5.2.1 BIDDER RESPONSIBILITY

The bidder assumes sole responsibility for the complete effort required in submitting a bid proposal in response to this RFP. No special consideration will be given after bid proposals are opened because of a bidder's failure to be knowledgeable as to all of the requirements of this RFP. 5.2.2 FINANCIAL CAPABILITY OF THE BIDDER In order to provide the State with the ability to judge the bidder’s financial capacity and capabilities to undertake and successfully complete the contract, the bidder should submit certified financial statements to include a balance sheet, income statement and statement of cash flow, and all applicable notes for the most recent calendar year or the bidder’s most recent fiscal year. If certified financial statements are not available, the bidder should provide either a reviewed or compiled statement from an independent accountant setting forth the same information required for the certified financial statements, together with a certification from the Chief Executive Officer and the Chief Financial Officer, that the financial statements and other information included in the statements fairly present in all material respects the financial condition, results of operations and cash flows of the bidder as of, and for, the periods presented in the statements. In addition, the bidder should submit a bank reference. If the information is not supplied with the bid proposal, the State may still require the bidder to submit it. If the bidder fails to comply with the request within seven (7) business days, the State may deem the proposal non-responsive. A bidder may designate specific financial information as not subject to disclosure when the bidder has a good faith legal/factual basis for such assertion. Bidder may submit specific financial documents in a separate, sealed package clearly marked “Confidential-Financial Information” along with the Bid Proposal. The State reserves the right to make the determination to accept the assertion and shall so advise the bidder 5.3 BID PROPOSAL DELIVERY AND IDENTIFICATION

In order to be considered, a bid proposal must arrive at the Purchase Bureau in accordance with the instructions on the RFP signatory page Bidders are cautioned to allow adequate delivery time to ensure timely delivery of bid proposals. State regulation mandates that late bid proposals are ineligible for consideration. THE EXTERIOR OF ALL BID PROPOSAL PACKAGES ARE TO BE LABELED WITH THE BID IDENTIFICATION NUMBER AND THE FINAL BID OPENING DATE OR RISK NOT BEING RECEIVED IN TIME. 5.4 CONTENTS OF BID PROPOSAL As evidence of the bidder's qualifications and responsibility to perform the work required by this RFP, the bidder must submit a package of information which should include at least the following items, copies of which are either included as Attachments to this RFP or to be supplied by the bidder in separate format. One clearly marked original and four (4) copies should be submitted). PROOFS OF REGISTRATION THAT MUST BE SUBMITTED WITH THE BID PROPOSAL

Page 20: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

18

BUSINESS REGISTRATION CERTIFICATE FROM THE DIVISION OF REVENUE FAILURE TO SUBMIT A COPY OF THE BIDDER’S BUSINESS REGISTRATION CERTIFICATE (OR INTERIM REGISTRATION) FROM THE DIVISION OF REVENUE WITH THE BID PROPOSAL MAY BE CAUSE FOR REJECTION OF THE BID PROPOSAL. The bidder may go to www.nj.gov/njbgs to register with the New Jersey Division of Revenue or to obtain a copy of an existing Business Registration Certificate. Refer to Section 1.1. of the NJ Standard Terms and Conditions version 07/27/07 located on the Advertised Solicitation, Current Bid Opportunities webpage

5.4.1 FORMS THAT MUST BE SUBMITTED WITH BID PROPOSAL A. SIGNATORY PAGE (SEPERATE DOWNLOAD) The bidder shall complete and submit the Signatory page provided on the Advertised Solicitation, Current Bid Opportunities webpage. This form must be downloaded seperately from the RFP and other attachments. The Signatory page shall be signed by an authorized representative of the bidder. If the bidder is a limited partnership, the Signatory page must be signed by a general partner. If the bidder is a joint venture, the Signatory page must be signed by a principal of each party to the joint venture. Failure to comply will result in rejection of the bid proposal. B. OWNERSHIP DISCLOSURE FORM - ATTACHMENT #1 (SEPERATE DOWNLOAD) In the event the bidder is a corporation, partnership or sole proprietorship, the bidder must complete the attached Ownership Disclosure Form. A current completed Ownership Disclosure Form must be received prior to or accompany the bid proposal. Failure to do so will preclude the award of a contract. The Ownership Disclosure Form is located on the Advertised Solicitation, Current Bid Opportunities webpage. C. DISCLOSURE OF INVESTIGATIONS/ACTIONS INVOLVING BIDDER – ATTACHMENT #1A

(SEPERATE DOWNLOAD) The bidder shall provide a detailed description of any investigation, litigation, including administrative complaints or other administrative proceedings, involving any public sector clients during the past five years including the nature and status of the investigation, and, for any litigation, the caption of the action, a brief description of the action, the date of inception, current status, and, if applicable, disposition. The bidder shall use the Disclosure of Investigations and Actions Involving Bidder form located on the Advertised Solicitation, Current Bid Opportunities webpage. D. NOTICE OF INTENT TO SUBCONTRACT FORM – ATTACHMENT #2 (SEPERATE DOWNLOAD) All bidders must include in their bid proposal a completed and signed Notice of Intent to Subcontract form located on the Advertised Solicitation, Current Bid Opportunities webpage. The bidder must identify whether they intend to subcontract any portion of the work under this contract, not including non-professional subcontractors. E. SUBCONTRACTOR UTILIZATION FORM – ATTACHMENT #3 (SEPERATE DOWNLOAD)

Page 21: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

19

. ABidders intending to utilize subcontractors must also include a completed and signed SubContractor Utilization Plan form located on the Advertised Solicitation, Current Bid Opportunities webpage. Failure to submit the required forms shall result in a determination that the bid is materially non-responsive. Bidders seeking eligible small businesses should contact the New Jersey Commerce, Economic Growth and Tourism Commission at (609) 292-2146. F. MACBRIDE PRINCIPLES CERTIFICATION – ATTACHMENT #4 (SEPERATE DOWNLOAD) The bidder is required to complete the attached MacBride Principles Certification evidencing compliance with the MacBride Principles. The requirement is a precondition to entering into a State contract. The MacBride Principles Certification Form is located on the Advertised Solicitation, Current Bid Opportunities webpage: G. AFFIRMATIVE ACTION EMPLOYEE INFORMATION REPORT– ATTACHMENT #5 (SEPERATE DOWNLOAD) The bidder is required to submit a copy of Certificate of Employee Information or a copy of Federal Letter of Approval verifying that the bidder is operating under a federally approved or sanctioned Affirmative Action program. If the bidder has neither document of Affirmative Action evidence, then the bidder must complete the attached Affirmative Action Employee Information Report (AA-302). This requirement is a precondition to entering into a State contract. The Affirmative Action Employee Information Report (AA-302) is located on the Advertised Solicitation, Current Bid Opportunities webpage: H. SERVICES SOURCE DISCLOSURE FORM – ATTACHMENT #6 (SEPERATE DOWNLOAD) Pursuant to N.J.S.A. 52:34-13.2, the bidder is should submit with its bid proposal a completed source disclosure form. The Services Source Disclosure Form is located on the Advertised Solicitation, Current Bid Opportunities webpage. This attachment may be submitted as part of the post-award requirements. I. BIDDER INFORMATION FORM – ATTACHMENT #7

1. The bidder should attach additional sheets, if needed. In addition, the bidder shall include the following: 2. A narrative of the company's history focusing on the firm's work on hazardous waste projects. In order to be eligible for this contract, the company (or its direct predecessor companies) must have been in existence for at least seven (7) years and have at least seven (7) years of engineering experience on hazardous waste projects. 3. A chart delineating the company's organizational structure, including any joint ventures and affiliations with any other companies. 4. Describe the company's staffing/personnel. In order to be eligible for this contract, the company must demonstrate its capability to support its existing obligations while undertaking up to fifteen (15) site-specific projects per year under this contract. 5. Provide a list of the company's contracts over the last five (5) years with the federal government and state government agencies. 6. A list of the RI/RAS, Remedial Design and Conceptual Design projects that the company has done over the last seven (7) years. In order to be eligible for this contract, the company (or its direct predecessor companies) must have completed at least ten (10) RI/RAS projects and two (2) remedial design projects (one of which may be a conceptual design) within the past seven (7).

Page 22: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

20

J. PROJECT HISTORIES ATTACHMENT #8 The bidder must submit a set of seven (7) Project History Forms, Attachment #8, documenting the bidder's past experience on hazardous waste site RI/RAS and projects similar to the subject of this contract. These Project Histories shall be evaluated against the criteria defined below and in Attachment #8 on a Pass/Fail basis. All Project Histories must conform to the minimum requirements in order for the bidder to be eligible for contract award. 1. General Requirements for Project Histories Five (5) of the seven (7) project histories must be RI/RAS projects and two (2) of the seven (7) project histories must be Remedial Design (RD), one of which can be a Conceptual Design. Each project must have been completed within the previous seven (7) years. Each project must have been completed by the bidder. Projects, which were completed by, proposed subcontractors of the bidder, or by employees of the bidder while working for other firms will not be acceptable. Each project must have the minimum number of professional service man-hours to complete as specified below. If more than seven (7) Project Histories are submitted, only the first seven (7) in the order they occur will be reviewed and the additional Project Histories will not be considered. If more than seven (7) Project Histories are submitted for a Joint Venture, only the first four (4) for the lead partner and three (3) for the second partner, in the order they are presented by the partners, will be reviewed and the additional Project Histories will not be considered Specific Requirements for Project Histories For each project history, the bidder must have satisfactorily completed the RI/RAS phase of the project. Each RI/RAS project history must have included, but not limited to, the following items:

• A Work Plan • Field Sampling Report • Alternative Evaluation • Remedial Action Selection • Final Report

2) All five (5) of the RI/RAS project histories must deal with RI/RAS projects covering both soil and groundwater investigations. 3) Each of the five (5) projects must have included an approved Final RI Report that presents the results of the field investigation with maps, tables and narrative. This shall include an evaluation of waste characteristics (i.e. toxicity, TCLP, persistence, biodegradability, etc.) and site characteristics (i.e. topography). 4) One (1) of the projects must have included an ecological assessment or wetland study that involved investigation and characterization of ecosystems and habitats that had been or may have been impacted by contamination and/or remediation, similar to the requirements given in Section 8.3.8. This can be satisfied with either a RI/RAS or RD project.

Page 23: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

21

5) Two (2) of the five (5) projects must have included a Remedial Action Alternative evaluations which include a detailed evaluation of the viable alternatives for the hazardous waste sites, similar to the requirements given in Section 8.4 of this RFP Scope of Work. 6) One (1) of the projects must have included ground water contaminant plume delineation studies and/or modeling performed by the bidder’s own staff to determine contaminated plume size and future movement and attenuation potential. This can be satisfied with either a RI/RAS or RD project. Significant deficiencies in the requirements of the project histories may result in a determination of non-responsiveness to the RFP or be reflected in the technical scoring of the proposal. It is incumbent on the bidder to clearly and unambigiously detail that the project history meets the required criteria. 3. Required Format for Project Histories The bidder is required to complete each section of the Project History Form. Where indicated, the bidder shall check off the qualifying criterion that applies to the project submitted. 1) In the section titled "Purpose and Results of Contract," the bidder shall describe the problem, which the bidder was hired to solve, and the success or failure of his/her solution. At least two project histories should discuss how the project schedule was met. 2) In the section titled "Description of Contract Services," the bidder shall describe the engineering services, which the bidder provided and/or secured for his/her client. 3) In the section titled "Client Contact Person", the bidder shall name the person who functioned as the project manager for the client and provide a telephone number where the client person may be contacted. The purpose of these forms is to allow the bidder to demonstrate that he or she has done and can do satisfactory work of the sort required by this RFP. These Project Histories shall be evaluated against the criteria defined above and on the forms, and in Section 7.1. 4. Requirements for Project Histories for Joint Ventures A joint venture partnership bidding on this solicitation must submit a set of seven (7) “Project History Forms” as described in RFP Sections 5.1.A.7.a through 5.1.A.7.c and distributed between the joint venture partners as described below: Each partner of a Joint Venture must submit a set of Project History Forms documenting the firms past experience on hazardous waste site RI/RAS and RD projects similar to the subject of this contract. Four (4) Project Histories shall be submitted by one partner and three (3) by the other. These Project Histories shall be evaluated against the requirements and criteria defined in RFP Sections 5.1.A.7.a, 5.1.A.7.b and 5.1.A.7.c and in Attachment 8 on a Pass/Fail basis. All Project Histories must conform to the requirements listed in order for the Joint Venture to be eligible for contract award under this solicitation. The Project Histories submitted by the members of the Joint Venture must be broken down as follows: 1) Of the five (5) RI/RAS project histories submitted, two (2) must be from one joint venture partner and three (3) from the other. All five (5)-project histories must have a minimum of 3,000 professional hours each to complete (See RFP Section 5.1.A.7.b). At least one (1) of the seven (7) project histories must have included an Ecological Evaluation. At least one (1) of the seven (7) project histories must have included groundwater modeling.

Page 24: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

22

L. STAFFING PLAN SUMMARY FORM & INDIVIDUAL WORK HISTORY FORM - ATTACHMENT #9 The bidder must submit a completed Project Staffing Plan Summary Form and Individual Work History Forms (Attachment 9) where the following information must be provided:

• Summary of the bidder's proposed project team. • A resume for each person named on the staffing plan. • A minimum of one (1) “Individual Work History Form” for the Program Manager and two (2) forms

for each Project Manager proposed in the Staffing Plan. “Individual Work History Forms” are not required for the RI Leaders, RAS Leaders, Conceptual Design Leaders and Professional Support Staff.

The purpose of the “Individual Work History Form” is to demonstrate that the personnel proposed for this contract has experience working in the proposed contract title (or title that has similar duties and responsibilities) on successfully completed RI/RAS projects similar to the scope of this RFP. Failure to demonstrate adequate applicable experience of a proposed individual will result in that person being disqualified and consequently may render rejection of the bidders proposal if minimal personnel requirements are not satisfied. The “Individual Work History Form” is in addition to the resumes that are required. Only one (1) copy of the form is provided. Bidders are requested to make additional copies of the form as appropriate.

M THE BIDDERS TECHNICAL PROJECT ORGANIZATIONAL PROPOSAL As described In Section 5.2.4 of this document, presenting the bidder's organizational and management approach to address the multiple projects under this contract. Requirements for Joint Ventures A bid proposal by a joint venture in which neither is a corporation the bid proposal must be signed by an officer of each joint venturer. For each joint venture partner that is a corporation, the bid proposal must be signed by a person authorized to sign on behalf of the corporation and be accompanied by a corporate resolution authorizing the individual signing the bid proposal to enter into contractual agreements on behalf of the corporation. The corporate resolution must specify the identification number of this RFP and the state of incorporation and must be affixed with the corporate seal. Therefore, if both joint venture partners are corporations, then the proposal must be signed by one person from each corporation and be accompanied by a corporate resolution authorizing the individual signing the bid to enter into contractual agreements on behalf of the corporation. Note that a signature on a Stockholders Disclosure Form or other attachment is not sufficient. Unsigned bid proposals and bid proposals not properly signed will be rejected. N. PRICE PROPOSAL – ATTACHMENT #10

GENERAL This section must specify all the price information on which the bidder is basing its proposal. Attachment 10 of the RFP contains the Price Schedules A-E and Labor Work Sheets. All information required in Attachment 13 must be completed or the proposal shall be considered non-responsive. A. Price Schedule A & B - Prime Contractor and Professional Subcontractor Salary Rates

Page 25: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

23

On Price Schedules A-1 thru A-6 and B-1 thru B-6 the bidder shall state for itself and any proposed professional subcontractor the name, title and current direct hourly rates for each employees listed in each labor category and shall calculate an average direct salary rate to be used for calculating the total estimated proposal price. Instructions for completing this are on the schedules. The term of the contract will be a two (2) year period. It is anticipated that it may take up to three months to award this contract and that the time interval from the bid due date to the end of the contract may span a two and one quarter (2 1/4) year period. The State will use the average of the top four (4) salary rates, as supplied by bidder, for each of the labor categories. In instances where the bidder fails to supply rates for a particular labor category, the State will use the calculated average rate from the next higher labor category. B. Price Schedule C - Prime Contractor and Professional Subcontractor Labor Work Sheets On Schedule C, the bidder must delineate the number of hours per labor category it will assign to the Prime Contractor and any Professional Subcontractor. On Schedule C, the NJDEP has estimated the total hours that may be needed under this contract for each Labor Category. These estimates are for bidding purposes only and are based on the NJDEP's experience on past projects of this sort. The actual total and distribution of hours will vary from project to project, depending on the type of project and the specific scope of work. Under this contract, the Prime Contractor may only subcontract up to a maximum of 15% of the estimated Total Contract Hours. In Column I the bidder must delineate the hours assigned to the Prime Contractor, which must be a minimum of 85% of the Total Contract Hours. If the bidder intends to use a Professional Subcontractor(s), the subcontractor's hours must be listed in Column II for each applicable labor category. Column I plus Column II must be equal to the figure given in Column III. Subcontractor Indirect rates in line item (2) and fixed 15% Other Direct Office Cost percentage on line item (5) against the Total Direct Salary If the bidder does not intend to use a professional subcontractor, then all hours on Schedule C should be assigned to the prime contractor. C. Price Schedule D - Prime Contractor and Professional Subcontractor Total Cost On Price Schedules D-1 and D-2 the bidder shall derive the Prime Contractor's and Professional Subcontractor's Total costs by multiplying the total hours listed for each labor category on Schedule C and the average direct hourly rates listed in Schedules A & B for each labor category, and then adding in the indirect costs, direct costs and profit. The average hourly rates are transferred from Schedules A & B and multiplied by the hours in Schedule C to obtain the Total Direct Labor Cost, line item (1) of Price Schedule D. The bidder shall apply the Prime Contractor and Professional Cost as shown on Schedule C. The bidder shall also apply the Profit Rate against the total Direct and Indirect Salary Cost in line item (3). The Total Cost is then obtained by summation of line items (3), (4) and (5). NOTE: The costs of telephone, computer, and fax machine usage shall be considered part of the Prime Contractor’s and Professional Subcontractor’s Indirect Costs. NOTE: For Joint Ventures bidding on this solicitation as the Prime Contractor, the Indirect Rate submitted must be a singular rate, which shall apply to all joint venture members, and used in the execution of the contract. If a Prime Contractor is proposing a Professional Subcontractor for only one or two of the labor categories listed, then zeros should be placed in those categories for which a Professional Subcontractor is not being

Page 26: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

24

proposed. If a Prime Contractor is intending to use more than one Professional Subcontractor, then a separate Price Schedule B and D-2 must be prepared for each Professional Subcontractor. D. Price Schedule E - Total Bid Price Price Schedule E shall state the bidder's Total Bid Price including the Total Cost for hours worked of the Prime Contractor and costs of any Professional Subcontractors. The Total Bid Price shall be a sum of the prices listed on Schedule D of the Prime Contractor and any subcontractors, which have been calculated from the total hours and average salary rates in Schedules A, B & C. F. Other Direct Office Costs

For bidding purposes, bidders shall add into their costs on Schedules D-1 and D-2 an amount for Other Direct Office Costs, which shall equal fifteen percent (15%) of the Total Direct Labor Cost. Other Direct Office Costs shall include all direct project-related office costs, including, but not limited to the following:

• reproduction and printing, • other material costs of producing deliverables, • mail costs, including express mailing, • travel and subsistence for all personnel except full-time field personnel engaged in field work

Under this contract, the contractor shall be paid its actual Other Direct Office Costs up to a not-to-exceed total of fifteen percent (15%) of its Total Direct Labor Cost. G. Other Direct Field Costs Bidders should not include in their bid any amount for Other Direct Field Costs. A separate budget for Other Direct Field Costs shall be established for each site-specific engagement task as a negotiated budget and included as a change order in conjunction with any required non-professional subcontracts. Other Direct Field Costs include all costs directly associated with the performance of field investigations, including but not limited to:

• all consumables and field supplies, including personal protective equipment, • field equipment and instruments, • travel and daily subsistence of full-time field personnel engaged in field work

NOTE: Mode of travel to and from a site or to the NJDEP Offices is at the discretion of the contractor. Travel transportation cost remuneration however, will be limited to ground travel within a one hundred (100) mile radius of the NJDEP offices in Trenton, NJ. Travel will be reimbursed in accordance with the NJ Travel Regulations, as supplemented by the prevaiing GSA rates. Mileage reimbursement will not be allowed for rental cars. Rental cars will be reimbursed at cost, plus gas and tolls, which must be documented with receipt. H. Non Professional Subcontractor Costs Bidders should not include in their bid any amount for non-professional subcontractors. Non-professional subcontractor costs for laboratory analysis, surveying, well drilling, material removal and similar activities will be established at the time of each Site Specific Project contract engagement. 5.2.4 TECHNICAL PROJECT ORGANIZATIONAL PROPOSAL

Page 27: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

25

In the proposal, the bidder shall delineate the structure of his/her project organization, and shall describe his/her approach to the management of this project as defined below: (For a Joint Venture, only one of the firms shall act as the lead firm in dealing with the State regarding negotiations of scope of work and costs for the site-specific engagements under the contract.) 1) A chart that delineates the bidder's project organization, from the program manager, the other key personnel and the other professional and technical personnel, and describes the roles of the various personnel. In order to be eligible for this contract, the bidder must propose sufficient personnel to undertake up to ten site-specific engagements simultaneously with an average professional man-hours level-of-effort of 3,000 hours each, and up to fourteen (14) engagements over the two (2) year term of the contract. 2) An operational management plan that describes:

a. The bidder's cost and schedule controls, focusing on the bidder's plans for managing numerous concurrent projects.

b. The bidder's contingency plans for dealing with problems and correcting errors that occur.

c. The bidder's policies and plans for dealing with emergencies and work overloads.

d. The bidder's policies and procedures for selecting and managing subcontractors.

e. The bidder's policies and procedures for maintaining quality control and conducting audits of

the work. 5.2.5 STAFFING PLAN 5.2.5.1 General Requirements a) In the Staffing Plan, a firm acting as the sole bidder, or a Joint Venture Partnership, must have available a minimum of twenty-three (23) and may propose up to a maximum of forty-0ne (41)professional staff persons for this project as follows:

Contract Title Minimum Proposed Maximum Proposed Program Manager 1 1 Project Managers 4 7 Remedial Investigation Leaders 4 7 Remedial Action Selection Leaders

2 3

Conceptual Design Leaders 2 3 Professional Support Staff 10 20 TOTAL 23 41

The professional manpower requirement is based on the State engaging the Primary Contractor(s) for up to fifteen (15) site-specific projects per year. These projects will be implemented either sequentially, or grouped together at the same time, during the course of the contract, thus requiring different staff needs and variable staff man-hour level-of-effort at a given time, depending on the phase and number of the various projects. It is expected that one (1) Project Manager will carry no more than five (5) projects. Attachment 10 (Staffing Plan Summary Form) is provided for purposes of listing the people being proposed by the bidder.

Page 28: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

26

b) The Program Manager, Project Managers, Remedial Investigation Leaders, Remedial Action Selection Leaders and Conceptual Design Leaders must work directly for the bidder and may not be employees of a subcontractor. The Program Manager, Project Managers and Investigation Leaders must each have broad experience in remedial investigation work of hazardous waste projects. c) In naming the Program Manager, the Project Managers, the Remedial Investigation Leaders, the Remedial Action Selection Leaders, and Conceptual Design Leaders, the bidder shall thereby commit to providing the named persons for work under this contract, unless the bidder receives written approval from the State to substitute people with equivalent qualifications at the same salary rates. See RFP Section 6.8.2. In naming the support staff, the bidder merely commits to providing people with equivalent qualifications at the stated salary rates. d) The bidder must propose people with a suitable mix of engineering, science and technical backgrounds (environmental, civil, chemical, biological, ecological, geotechnical, hydrological, groundwater, wastewater, soil) so that the bidder can successfully perform the various tasks that may be required under this contract. e) Only 15% of the professional labor hours may be provided by a subcontractor. 85% of the professional labor must be provided by the bidder's employees. f) Bidders should note that the personnel proposed in the Staffing Plan should be consistent with Price Schedules A –1 through A-11 and B-1 through B-11 (Attachment 13). g) If the bidder is a joint venture, the bidder must submit a unified personnel proposal with a single Program Manager for the entire contract and a single Project Manager for each engagement, who can act for the joint venture. h) The bidder shall furnish resumes for personnel named in his/her bid. These resumes should describe chronologically the person’s educational background, employment experience, and professional and technical experience in work similar to that required under this contract. 5.2.5.2 PERSONNEL REQUIREMENTS The bidder's proposed personnel must meet the following requirements that should be documented in their resumes. A) PROGRAM MANAGER The bidder shall provide the resume for one (1) Program Director. Only one (1) Program Manager shall be proposed from a bidding firm or Joint Venture Partnership. Duties/Responsibilities – The program manager will be responsible for supervising the project manager(s) and for ensuring the quality of the bidder’s work under this contract. The Program Manager shall have overall administrative responsibility to the State for this contract and shall be responsible for ensuring the bidder’s compliance with the NJ Technical Regulations, all other codes and regulations applicable to the sites and work covered by the contract, the bidders own quality control standards and procedures, and the general standards of good engineering practice. Minimum Qualifications Minimum of three (3) years with the firm. Must meet the criteria of a P5 Level as detailed in Section 5.2.5.3. Must be a person who has performed duties at a level higher than a Project Manager and must have supervised and been responsible for the work of the Project Managers for a minimum of one (1) year.

Page 29: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

27

The Individual Work History Form (Attachment 10) and/or resume submitted must include experience working as a Program Manager on at least one (1) previous successfully completed RI/RAS projects similar to the scope of this RFP. The resume submitted should highlight appropriate experience working as a Program Manager on RI/RAS projects similar to the scope of this RFP. B) PROJECT MANAGER The bidder shall provide resumes for a minimum of four (4) and a maximum of seven (7) Project Managers. The DEP assumes that a project manager may be available to manage up to five (5) projects simultaneously. Based on this assumption, the bidder must be willing to assign a minimum of four (4) full time equivalent project managers at a given time in order to handle the potential case load projected for this contract. The NJDEP reserves the right to limit the amount of projects assigned to any one project manager to five (5) projects. Duties/Responsibilities - The Project Manager shall be responsible for the planning and direction of the work for an engagement and the day to day direction, planning, administration, costs, budget, change orders, invoicing, and contact with NJDEP in these matters. Minimum Qualifications Minimum of two (2) years with the firm. All Project Managers must meet the criteria of a P4 Level as detailed in Section 5.2.5.3. Each Individual Work History Form (Attachment 10) and/or resume submitted must include experience working as a project manager on at least two (2) previous successfully completed RI/RAS project similar to the scope of this RFP. Each resume submitted should highlight appropriate experience working as a Project Manager on RI/RAS projects similar to the scope of this RFP. C) REMEDIAL INVESTIGATION LEADER The bidder must submit resumes for a minimum of four (4) and a maximum of seven (7) Remedial Investigation Leaders. The DEP assumes that a Remedial Investigation Leader may be available to simultaneously supervise four (4) site-specific engagements. Based on this assumption, the bidder must be willing to assign a minimum of four (4) full time equivalent Investigation Leaders at a given time in order to handle the potential caseload anticipated for this contract. Duties/Responsibilities – The Remedial Investigation Leader shall be responsible for managing and conducting the day to day activities on a specific investigation, providing technical expertise, coordination, scheduling and overseeing subcontractors and field work, evaluating results, and meeting scheduled completion dates. Minimum Qualifications Minimum of two (2) years with the firm. All Remedial Investigation Leaders must meet the criteria of at least a P3 Level as detailed in Section 5.2.5.3. Must have experience working as a Remedial Investigation Leader on RI/RAS projects similar to the scope of this RFP. D) REMEDIAL ACTION SELECTION LEADER

Page 30: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

28

The bidder must submit resumes for a minimum of two (2) and a maximum of three (3) Remedial Action Selection (RAS) Leaders. The DEP assumes that a RAS Leader may be available to simultaneously supervise seven (7) site-specific engagements. Based on this assumption, the bidder must be willing to assign a minimum of two (2) full time equivalent RAS Leaders at a given time in order to handle the potential caseload anticipated for this contract. Duties/Responsibilities – – The RAS Leader shall be responsible for a comprehensive review and evaluation of all RI phase investigation results. In addition, the RAS Leader shall identify and quantify the extent and nature of contamination for each impacted media, and evaluate and develop viable remedial alternatives with cost estimates and discuss how each alternative will achieve media specific remediation goals. Minimum Qualifications

• Minimum of two (2) years with the firm. • All RAS Leaders must meet the criteria of at least a P3Level as detailed in Section 5.2.5.3. • Must have experience working as a Remedial Action Selection Leader on RI/RAS projects

similar to the scope of this RFP. E) CONCEPTUAL DESIGN LEADER The bidder must submit resumes for a minimum of two (2) and a maximum of three (3) Conceptual Design Leaders. The DEP assumes that a Conceptual Design Leader may be available to simultaneously supervise three (3) site-specific engagements. Based on this assumption, the bidder must be willing to assign a minimum of two (2) full time equivalent Conceptual Design Leaders at a given time in order to handle the potential caseload anticipated for this contract. Duties/Responsibilities – The Conceptual Design Leader shall be responsible for the design of various types of hazardous waste sites. On completion of the remedy selection of a project, the Design Leader shall be responsible for the preparation of 1) a report providing the basis for the design to implement the remedy selected, 2) schematic drawings, and 3) a cost estimate for the remedial action of the project. Minimum Qualifications

• Minimum of three (2) years with the firm. • All Conceptual Design Leaders must meet the criteria of at least a P3 Level as detailed in

Section 5.2.5.3. • Must be a Licensed Professional Engineer in the State of New Jersey. • Must have experience working as a Conceptual Design Leader on RI/RAS projects similar to the

scope of this RFP. F) PROFESSIONAL SUPPORT STAFF The bidder must submit resumes for a minimum of ten (10) and a maximum of twenty (20) Professional Support Staff.

• A minimum of ten (10) Professional Support Personnel must meet the criteria of the P2 or P1 Professional Labor Categories.

• Each resume shall reflect the requirements included in Section 5.2.5.3. The past experience should demonstrate a background involved with hazardous waste projects.

G CRITERIA FOR STAFFING PLAN ACCEPTANCE

Page 31: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

29

The Program Manager and the minimum number of Project Managers, Remedial Investigation Leaders, Remedial Action Selection Leaders, Conceptual Design Leaders and Professional Support Staff must pass the minimum criteria for acceptance described above in order for the Staffing Plan to be accepted. If the plan fails the criteria, the submission will be found unresponsive and the bidder will be deemed ineligible for contract award. 5.2.5.3 LABOR CATEGORIES The labor categories described below are considered typical professional and technical levels required to accomplish the work specified in the SOW and are to be used for establishing labor rates on the Price Schedules under this RFP and for preparing the Project Organizational Chart. The descriptions below are intended as general guidelines for determining the appropriate labor category for the bidders’ personnel. NOTE: Management staff at a level higher than the P5 Professional Level, and clerical and support staff at a level lower than the T1 Technician Level are not to be included in the bidder's Staffing Plan or price proposal, but should be considered part of the bidder's overhead cost. All personnel listed as Key Personnel will be considered a contractual commitment by the Contractor, and any change in personnel at this level will require written approval from NJDEP in accordance with Section 6.8.2 of this RFP. PROFESSIONAL LABOR CATEGORIES P5 Level – Provides top-level oversight and supervision of activities, services, and work products, in engineering or scientific subject areas. Applies company policy and provides guidance to project managers and senior technical/scientific personnel on engineering or scientific subject areas. Supervises discussions among senior professionals and makes final decisions on complex technical issues on projects. Operates mostly independently in the top levels of the company. Typical Title: Program Manager, Chief Engineer, Chief Scientist, Department Head Qualifications: Minimum of B.S. Degree in Civil/Environmental Engineering or related Engineering, Technical, or Science Field Experience: 12 years or more experience in civil and/or environmental engineering or environmental science, including at least 8 years of experience in site remediation projects involving remedial investigations, remedial design and remedial action, and a minimum of 3 years with the bidding firm. P4 Level- Plans, coordinates, and supervises projects of major significance, necessitating advanced knowledge and the ability to originate and apply new and unique methods and procedures. Conducts project team meetings as necessary. Supplies technical advice and counsel to other professionals. Reviews project work products prepared by staff. Generally operates with a wide latitude for action or decision without prior approval. Typical Title: Project Manager,RI Leader, RAS Leader, Conceptual Design Leader, Design Leader, Lead Scientist Qualifications: Minimum of B.S. Degree in Civil/Environmental Engineering or related Engineering, Technical, or Science Field. Experience: 8-12 years or more experience in the environmental engineering or environmental science, with 6 years or more experience in the remediation of hazardous waste projects involving

Page 32: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

30

remedial investigations, remedial alternative analysis and remedial design, and a minimum of 2 years with the bidding firm. P3 Level - Under general supervision of project manager, plans, coordinates, and supervises specific work tasks conducted during the course of a project, normally involving the critical components of a project. Estimates and schedules work to meet completion dates. Directs assistance, reviews progress and evaluates results; makes changes in methods, design and equipment where necessary. Reviews technical reports and work products prepared by engineering and technical staff. Operates with some latitude for unreviewed action or decision. Carries out assignments associated with projects. Writes and compiles technical reports and reviews technical reports prepared by junior engineers. Performs engineering evaluations and calculations of moderate to high complexity. Translates technical guidance received from supervisor into usable data applicable to the particular assignments; coordinates the activities of juniors or technicians. Typical Title: Project Engineer, Senior Engineer, Project Scientist, Senior Scientist, Project/Team Leader Qualifications: Minimum of B.S. Degree in Civil / Environmental Engineering, Environmental Science, Geology, or related Technical or Engineering Field. Experience: 6-8 years of experience in the environmental field, with 3 - 5 years or more of experience in the remediation of hazardous waste projects involving remedial investigations, remedial alternative analysis and remedial design, and a minimum of 2 years with the bidding firm. P2 Level - Under supervision of a project engineer or senior engineer/scientist, carries out assignments associated with projects. Writes technical/scientific reports. Performs engineering evaluations and calculations of moderate complexity. Assists junior engineers and technicians. Work assignments are varied and require some originality and ingenuity. Typical Title: Engineer, Environmental Engineer, Civil Engineer, Scientist, Geologist, Biologist. Qualifications: Minimum of B.S. Degree in Civil/Environmental Engineering or related engineering field, Biology, Ecology, Health Science, Geology or other Technical or Science Fields. Experience: 3 - 6 years experience in the environmental field. P1 Level - Lowest or entering classification. Works under close supervision of senior engineer or project leader. Gathers and correlates basic data and performs routine analysis. Works on less complicated assignments where little evaluation is required. Conducts routine field tasks under supervision of senior staff. Typical Title: Junior Engineer, Engineering Trainee Qualifications: Minimum of B.S. Degree in Engineering, Science, Geology or related technical field. Experience: 0 - 3 years in the environmental field. TECHNICAL LABOR CATEGORIES LEVEL 2 (T2) - Performs assignments of moderate to high complexity. Works under general supervision of a scientist or engineer. Prepares CADD drawings and other detailed technical figures, drawings, and tables and performs data entry as directed. Operates all types of field instruments and

Page 33: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

31

equipment. Collects environmental samples. Collects, records, and analyzes field data; prepares field sampling summary reports. May supervise lower level technicians and field activities. Typical Title: Senior Technician, Field Technician, GIS Analyst, CADD Operator Experience: 4 years or more LEVEL 1 (T1) - Performs assignments of low to moderate complexity under close supervision. Prepares CADD drawings. Performs data entry and prepares tables as directed. Operates field instruments and equipment. Collects, records, and analyses field data. Typical Title: Junior Technician, Field Technician Experience: 1 - 3 years

Page 34: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

32

6.0 GENERAL TERMS AND CONDITIONS FOR BIDS AND CONTRACTS The contract awarded as a result of this RFP shall consist of this RFP, addendum to this RFP, the Contractor's bid proposal and the Division's Notice of Award. Unless specifically stated within this RFP, the Special Contractual Terms and Conditions of the RFP take precedence over the NJ Standard Terms and Conditions version 07/27/0. . In the event of a conflict between the provisions of this RFP, including the Special Contractual Terms and Conditions and the NJ Standard Terms and Conditions version 07/27/07, and any Addendum to this RFP, the Addendum shall govern. In the event of a conflict between the provisions of this RFP, including any Addendum to this RFP, and the bidder's bid proposal, the RFP and/or the Addendum shall govern. 6.1 AFFIRMATIONS In signing and submitting a response to this RFP, the bidder hereby makes the following affirmations which apply to the bid submissions and to any contract issued hereunder. 6.1.1 RFP OBLIGATIONS The bidder hereby warrants that it has received and read the RFP and all addenda thereto. The bidder warrants that it understands the requirements of the work required by the State. The bidder warrants that the information contained in its bid submission is truthful and accurate and that it is capable and willing to accept a contract arising from this RFP. The bidder warrants that it has the capabilities and credentials required by the RFP and stated in the qualifications submission. The bidder warrants that it will faithfully perform the work required by this RFP and will abide by the terms, conditions and other requirements of this RFP. 6 1.2 EPA REQUIREMENTS The bidder understands that work under this Contract may now or in the future be funded in whole or in part by the Federal Environmental Protection Agency (EPA) pursuant to an assistance agreement with the State. As such, the bidder agrees that its responsibilities hereunder shall be performed consistent with any EPA requirements for work funded by the EPA and that all applicable EPA standards of performance for work of this type are hereby incorporated by reference. 6.1.3 RESPONSIBILITIES OF THE CONTRACTOR

The Contractor shall have sole responsibility for the complete effort specified in the contract. Payment will be made only to the Contractor. The Contractor shall have sole responsibility for all payments due any subcontractor. The Contractor is responsible for the professional quality, technical accuracy and timely completion and submission of all deliverables, services or commodities required to be provided under the contract. The Contractor shall, without additional compensation, correct or revise any errors, omissions, or other deficiencies in its deliverables and other services. The approval of deliverables furnished under this contract shall not in any way relieve the Contractor of responsibility for the technical adequacy of its work. The review, approval, acceptance or payment for any of the services shall not be construed as a waiver of any rights that the State may have arising out of the Contractor’s performance of this contract.

6.1.4 COVENANT OF NON-COLLUSION

Page 35: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

33

A. Pursuant to N.J.S.A. 52:34-19 and consistent with Executive Order No. 189 (1988), the Contractor does hereby warrant and represent that this Contract has not been solicited, secured, or prepared directly or indirectly, in manner contrary to the laws and regulations of the State OF NEW JERSEY and that said laws and regulations have not been violated and shall not be violated as they relate to the procurement or the performance of the Contract by any conduct as described below, including the paying or giving of any fee, commission, compensation, gift, gratuity or consideration of any kind, directly or indirectly, to any State employee, officer or official. B. In connection with this contract, the Contractor shall not pay, offer to pay, or agree to pay, either directly or indirectly, in connection with this contract, any fee, commission, compensation, gift, gratuity, or other thing of value of any kind to any State officer or employee or special State officer or employee, as defined by N.J.S.A. 52:13D-13b. and c., in the Department of Treasury or by the Department of Environmental Protection or to any member of the immediate family, as defined by N.J.S.A. 52:13D-13i., of any such officer or employee, or any partnership, firm, or corporation with which they are employed or associated, or in which such officer or employee has an interest within the meaning of N.J.S.A. 52:13D-13g. C. The Contractor shall report in writing to the Attorney General and the Executive Commission on Ethical Standards the solicitation of any fee, commission, compensation, gift, gratuity or other thing of value by any State officer or employee or special State officer or employee from any other State vendor. D. The Contractor shall not influence, or attempt to influence or cause to be influenced, any State officer or employee or special State officer or employee in its official capacity in any manner which might tend to impair the objectivity or independence of judgment of said officer or employee. E. The Contractor shall not cause or influence, or attempt to cause or influence, any State officer or employee or special State officer or employee to use, or attempt to use, its official position to secure unwarranted privileges or advantages for the Contractor or any other person.

6.1.5 COVENANT AGAINST CONTINGENT FEES The bidder warrants that no person or selling agency has been employed or retained to solicit or secure this Contract upon any agreement or understanding for a commission, percentage, brokerage or contingent fee excepting bonafide employees or bonafide established commercial or selling agencies maintained by the bidder for the purpose of securing business. 6.1.6 PUBLIC WORKS CONTRACT-ADDITIONAL AFFIRMATIVE ACTION REQUIREMENT N.J.S.A. 10:5-33 requires that: "During the performance of this contract, the Contractor agrees as follows: The Contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Except with respect to affectional or sexual orientation and gender identity or expression, the Contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in

Page 36: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

34

conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause; The Contractor or subcontractor, where applicable will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, affectional or sexual orientation, gender identity or expression, disability, nationality or sex. The Contractor or subcontractor where applicable, will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment."

6.1.7 PREVAILING WAGE A. New Jersey Prevailing Wage Act P.L. 1963, Chapter 150 (NJSA 34:11056.2 et seq.) is made part of every contract entered into by the State where applicable. The Bidder's signature on the Bid is its guarantee that neither it nor any subcontractors it might employ to perform the work covered by this Bid are listed or are on record in the Office of the Commissioner of the Department of Labor as one who failed to pay prevailing wages in accordance with the provisions of this Act. The Contractor also agrees to comply with the Wage Act, Copeland Act and the Contract Work Hours and Wages Act, as stated in 29 CFR Parts 3, 4 and 5. B. The Contractor also agrees that if any conflict exists between the wage requirement of the New Jersey Prevailing Wage Act and Section 9604(g) (1) and the Federal requirements, the Contractor must comply with the higher of the two wage requirements when both requirements are applicable. 6.1.8 CLEAN AIR AND WATER CERTIFICATION The Contractor warrants that it is currently in compliance and shall continue in compliance for the term of this Contract with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857 (b)), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, the USEPA Regulations (40 CFR, Part 15) and the Resource Conservation and Recovery Act (RCRA) 42 U.S.C. 6901, Subtitle C of October 21, 1976, 40 CFR, Parts 260 through 267 and 121 through 124 promulgated November 19, 1980. 6.1.9 FIRM PRICES The bidder agrees to hold the bid prices firm for at least ninty (90) days following the bid opening date to allow the STATE to evaluate its bid and make an award. If awarded a Contract, the CONTRACTOR agrees not to raise the bid prices for the duration of the Contract, except as allowed in the contract. 6.1.10 ONGOING OBLIGATION TO FURNISH REQUIRED INFORMATION The bidder warrants that it will provide the information and items necessary, fulfill the preconditions for execution of a contract hereunder and will immediately inform the Director of any material changes in the information submitted in its bid response to this RFP. Failure to do so will be considered a material breach of Contract. 6.2 CONTRACT INTERPRETATION AND ADMINISTRATION In signing and submitting a bid proposal under this RFP, the bidder hereby agrees that the following provisions apply to the interpretation and administration of its/it bid and any contract hereunder.

Page 37: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

35

6.2.1 LAW GOVERNING CONTRACT It is agreed and understood that any contract awarded as a result of this RFP shall be governed and construed, and the rights and obligations of the parties hereto shall be determined, in accordance with the laws of the State of New Jersey including but not limited to the Contractual Liability Act, N.J.S.A. 59:13-1 et seq. 6.2.2 FEDERAL REGULATIONS It is agreed and understood that, as work under this Contract may be eligible for Federal EPA funding assistance, all Federal regulations applicable to this work, at the time of any engagement, including those found at 40 CFR 35.6610, shall apply to this Contract and supersede any conflicting provisions of this RFP, the Contractor’s bid proposal or any formal contract documents. 6.2.3 CONTRACT PARTIES The parties to this contract are the Contractor and the State of New Jersey. Although this Contract may be funded wholly or in part with funds from the Federal Environmental Protection Agency, neither the United States nor any of its departments, agencies or employees, is, or will be, considered a party to this contract.

6.2.4 REMEDIES Nothing in the contract shall be construed to be a waiver by the State of any warranty, expressed or implied, of any remedy at law or equity, except as specifically and expressly stated in a writing executed by the Director. In the event that the Contractor fails to comply with any material contract requirements, the Director may take steps to terminate the contract in accordance with the State administrative code and/or authorize the delivery of contract items by any available means, with the difference between the price paid and the defaulting Contractor's price either being deducted from any monies due the defaulting Contractor or being an obligation owed the State by the defaulting Contractor. 6.2.5 CONFLICT OF TERMS In case of a conflict of terms, the order of priority in interpreting the Contract Documents shall be: (1) the formal Contract Document signed by the State and the Contractor which memorializes the agreement between the State and the Contractor; (2) The RFP and all addenda thereto; (3) The Contractor’s response to the RFP. Unless the formal contract document expressly accepts any deviation from, exceptions to or alterations of the RFP's provisions, any deviations, exceptions or alterations contained in the Contractor’s response to the RFP shall not be considered part of the contract and the RFP's provisions shall be deemed controlling. 6.2.6 COMPUTATION OF TIME When the RFP or Contract refers to a period of time in terms of days, the day of the act or event from which the designated period begins to run is not to be included. The last day of the period so computed is to be included, unless it is a Saturday, Sunday or legal holiday, in which event the period runs until the end of the next day which is neither a Saturday, Sunday nor legal holiday. In computing a period of time of less than seven days, Saturday, Sunday and legal holidays shall be excluded. 6.2.7 AVAILABILITY OF FUNDS

Page 38: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

36

The State’s obligation hereunder is contingent upon the availability of appropriated funds from which payment for Contract purposes can be made. No legal liability on the part of the State for the payment of any money shall arise unless until funds are made available each year by the Legislature. 6.2.8 CORPORATE "CERTIFICATE OF AUTHORIZATION" TO CONDUCT PROFESSIONAL ENGINEERING AND SURVEYING SERVICES IN NEW JERSEY Any corporation (except a professional service corporation established pursuant to the "Professional Service Corporation Act," N.J.S.A. 14A: 17-1 et seq.) offering or providing professional engineering and/or land surveying services in the State of New Jersey must obtain a "Certificate of Authorization" from the State Board of Professional Engineers and Land Surveyors to perform these functions. Any corporation offering or providing said services without the requisite Certificate of Authorization is in violation of N.J.S.A. 45:8-56. 6.3 LICENSES, PERMITS AND CERTIFICATES 6.3.1 MAINTENANCE OF LICENSES In signing and submitting a bid proposal, the bidder warrants that it has and shall maintain, during the term of this Contract, all licenses, certifications, authorizations, or any documents required by the Federal government, State government, County and Municipal governments, and international authorities, wherever necessary, to perform this Contract. 6.3.2 ADVERSE NOTIFICATION The Contractor shall promptly notify the State of any disciplinary action or change in the status with regard to any license, permit or other authorization required by law or this RFP. 6.3.3 NON-COMPLIANCE WITH LABORATORY STANDARDS Throughout the duration of the contract, the laboratory of any Contractor or subcontractor providing laboratory services pursuant to this contract should continuously be in compliance with the standards for laboratory services. For any analysis for which a laboratory or subcontractor is used, that laboratory must comply with NJAC7:18, the Regulations Governing the Certification of Laboratories and Environmental Measurements. If the State becomes aware, either through inspections or another source of information, that the Contractor or its subcontractors is not in compliance with said standards, such non-compliance shall be sufficient grounds to permit the State to decline engagement of the Contractor.

A. LABORATORY CERTIFICATION In accordance with NJDEP regulations as published in the New Jersey Administrative Code 7:18 (N.J.A.C. 7:18), the laboratory that analyzes samples collected under this contract must be certified by the New Jersey Environmental Laboratory Certification Program. The list of required certifications and accreditations that relate to this contract is attached as Appendix J. The following is an exerpt from N.J.A.C. 7:18-1.4(a) and (b). “N.J.A.C. 7:18-1.4 Certification Program Requirements (a) A laboratory that analyzes samples for the purpose of establishing compliance with any regulatory program shall obtain and maintain certification as a certified environmental laboratory in accordance

Page 39: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

37

with this chapter. An analysis performed by a laboratory that is not a certified environmental laboratory does not establish compliance with any regulatory program. (b) When analyzing regulatory samples, a certified environmental laboratory shall perform only those methods for which it has received certification or has received approval to use as alternate test procedures (ATPs) pursurant to N.J.A.C. 7:18-2.20..”

B. NELAP ACCREDITATION NJDEP is a participant in the National Environmental Laboratory Accreditation Program (NELAP). NELAP is a voluntary mechanism for participating States to cross recognize each others laboratory certifications. The laboratory certification requirements may be satisfied by laboratories holding a mix of the following environmental laboratory certifications/accreditations as follows:

1. NJDEP Environmental Laboratory Certification, or 2. NJDEP Primary NELAP Accreditation, or 3. NJDEP Secondary NELAP Accreditation.

At no time will laboratory certification or NELAP accreditation in another State alone satisfy the laboratory certification requirements of this contract. Laboratories holding certification or NELAP Accreditation in other States must apply to the NJDEP for NJDEP Secondary NELAP Accreditation, complete an application form, pay a fee and have the NJDEP Secondary NELAP Accreditation application approved. Questions regarding laboratory certification and accreditation will be answered by the NJDEP Office of Quality Assurance at: NJDEP Office of Quality Assurance PO Box 424 Trenton, NJ 08625-0424 609-292-3950 6.4 LIABILITY, INSURANCE AND SECURITY

In signing and submitting a bid proposal, the bidder warrants that it accepts the following liability and insurance provisions for this Contract.

6.4.1 COPYRIGHT AND PATENT LIABILITY Section 2.1 of the NJ Standard Terms and Conditions version 07/27/07 is deleted and replaced with the following: 2.1 Patent and Copyright Indemnity a) The Contractor shall hold and save the State of New Jersey, its officers, agents, servants and employees, harmless from liability of any nature or kind for or on account of the use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in the performance of the contract. b) The State of New Jersey agrees: (1) to promptly notify the Contractor in writing of such claim or suit; (2) that the Contractor shall have control of the defense of settlement of such claim or suit; and (3) to cooperate with the Contractor in the defense of such claim or suit, to the extent that the interests of the Contractor and the State are consistent. c) In the event of such claim or suit, the Contractor, at its option, may: (1) procure for the State of New Jersey the legal right to continue the use of the product; (2) replace or modify the product to provide a

Page 40: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

38

non-infringing product that is the functional equivalent; or (3) refund the purchase price less a reasonable allowance for use that is agreed to by both parties. 6.4.2 INDEMNIFICATION BY THE CONTRACTOR

Section 2.2 of the NJ Standard Terms and Conditions version 07/27/07, is deleted and replaced with the following: The Contractor shall defend, indemnify, protect and save harmless the State, its agents, servants, and employees from and against any and all suits, claims, losses, demands, or damages of whatever kind or nature arising out of or alleged to arise out of any act, error or omission in the performance of this Contract resulting from the negligence, gross negligence, willful misconduct, intentional tort, fraud, bad faith, or criminal behavior of the Contractor, its agents, servants, employees and subcontractors. The Contractor shall, at its own expense, appear, defend and pay all charges for attorneys and all costs and other expenses arising from such suit or claim incurred in connection therewith. If any judgment shall be rendered against the State for which indemnification is provided under this paragraph, the Contractor shall, at its own expense, satisfy and discharge the same. The State shall, as soon as practicable after a claim has been made against it, give written notice thereof to the Contractor, along with full and complete particulars of the claim. If the suit is brought against the State or any of its agents, servants, and employees, the State shall expeditiously forward or have forwarded to the Contractor every demand, complaint, notice, summons, pleading or other process received by the State or its representatives. It is expressly agreed and understood that any approval by the State of services performed and/or reports, plans or specifications provided by the Contractor shall not operate to limit the obligations of the Contractor assumed in this section or in the other provisions of this Contract. 6.4.3 GENERAL INSURANCE PROVISIONS This Request for Proposal (RFP) requires certain insurance. A. CONTRACTOR’S INSURANCE This RFP requires comprehensive general liability insurance (albeit with a pollution exclusion), Professional liability insurance (albeit with a pollution exclusion), automobile liability insurance, workers compensation and employers liability insurance. Proof of the required insurance in the form of insurance certificates and, where requested by the State, insurance policies must be made available for review at the State’s offices as a condition of Contract award. Failure to provide and maintain up-to-date proof of required insurance will result in automatic bid rejection and/or Contract termination. Where a bidder submits a certification that either insurance, a letter of credit or other liability guarantee will be procured when needed, the bidder must subsequently provide the promised Certificates of Insurance, letters of credit or other documentation as a condition of Contract award. B. SUBCONTRACTORS INSURANCE 1. Subcontractors doing work at the site must satisfy the same insurance requirements and provide the same documentation as the bidder with the exception of professional liability insurance. 2. Subcontractors providing only consultation or other off-site services and not performing work at the site must satisfy the statutory workers compensation and employees liability insurance requirements of this RFP.

Page 41: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

39

3. Subcontractors providing either transportation or disposal or both must meet the insurance requirements as the prime contractor. C. COST OF INSURANCE AND OTHER LIABILITY GUARANTEES All insurance and other liability guarantees must be maintained at the expense of the Contractor. The costs of any insurance or other liability guarantees must be contained within the Contractor Is bid price (as part of its unit prices, lump sum price or otherwise as appropriate) and may not be separately bid or billed.

6.4.4 INSURANCE SPECIFICATIONS

A. COMPREHENSIVE GENERAL LIABILITY COVERAGE The Contractor and any on-site subcontractor is required to procure and maintain at its own expense comprehensive general liability insurance (CGLI) for work under this Contract at least one (1) million dollars per occurrence and in the aggregate. This coverage may include an exclusion for pollution claims. This requirement must be satisfied by CGLI with coverage as broad as the standard coverage form currently in use in the State of New Jersey which shall not be circumscribed by any endorsement limiting the breadth of coverage, other than an exclusion for pollution claims. The policy shall include operations and premises liability, Contractor’s protective liability, personal injury liability, an endorsement (broad form) for Contractual liability, and an endorsement for broad form property damage coverage. The State of New Jersey shall be named as an additional insured. The policy shall be specifically endorsed to eliminate any exclusions for explosion, collapse and underground hazards (x,c,u). Any insurance policy, which operates on a “claims-made” basis, shall be maintained for the term of this Contract with an extended discovery period for two (2) years thereafter. B. PROFESSIONAL LIABILITY INSURANCE The CONTRACTOR is required to procure and maintain at his/her or her own expense architects or engineer's professional liability insurance, albeit with an exclusion for pollution claims, of at least TWO (2)) million dollars. To the extent that any subcontractor(s) may engage in architectural or engineering work hereunder, the subcontractor(s) shall also procure and maintain such insurance. The policy must be endorsed to provide contractual liability coverage for indemnification by the CONTRACTOR as required by this contract. If the services to be performed under this contract include construction supervision, the policy shall be specifically endorsed for coverage of such supervision. The policy shall be maintained in effect for at least two (2) years after the completion of all work performed under this contract or any amendment to his/her contract. Should the CONTRACTOR change carriers during the term of this contract, he/she shall obtain from his/her new insurance company endorsement for retroactive coverage. C. COMPREHENSIVE AUTOMOBILE LIABILITY INSURANCE The Contractor and any on-site subcontractor is required to obtain Comprehensive Automobile Liability insurance covering owned, non-owned, and hired vehicles with minimum limits of one (1) million dollars per occurrence for bodily injury and property damage liability combined. D. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE The Contractor and all subcontractors are required to obtain Workers Compensation Insurance applicable to the laws of the State of New Jersey and any other state where the Contractor and subcontractor will be active under this Contract, and Employers Liability Insurance with a limit of not less than: $100,000 per occurrence for bodily injury liability; $100,000 occupational disease each employee; and $500,000 aggregate occupational disease.

Page 42: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

40

6.4.5 CERTIFICATES OF INSURANCE A. As a condition of receiving a contract award and a precondition for executing a formal contract hereunder, the bidder must submit certificates for all insurance required for the Contractor and any subcontractors. B. Insurance shall be procured from insurance companies admitted or approved to do business in the State of New Jersey. Insurance certificates shall be from licensed insurance brokers or agents. C.Insurance certificates submitted for this Contract must specify:

• The insurance companies; • The effective dates of the policies; and • The levels of policy coverage. • Whether the policies operate on a claims-made or occurrences basis; • Whether there are any exclusions attached to the policies which might relate to work hereunder

contracted for by the State; Whether any "pollution exclusion" is attached to the policies and whether such exclusion operates to bar any claims on a project involving hazardous wastes or merely to bar pollution-related claims on such a project; Whether the policies' limits apply individually to each site-specific Contract or generally to all work everywhere performed by the Contractor; and Whether the policies cover the cost of defense against claims. D. The certificates shall provide for thirty (30) days notice, in writing, to the State prior to any cancellation, expiration, or non-renewal during the term the insurance is required to be maintained in accordance with this Contract. The Contractor shall further be required to provide the State with valid certificates of renewal of the insurance upon the expiration of the policies. All certificates and copies of insurance policies shall be forwarded to: Frank Kuzniacki NJDEP, Hazardous Waste Procurement Unit 401 East State Street, 6th Floor, P.O. Box 413, Trenton, NJ 08625-0413 6.4.6 MAINTENANCE OF INSURANCE In the event the Contractor or any subcontractor fails or refuses to renew any of its insurance policies to the extent required by this Contract, or any policy is canceled, terminated, or modified so that the insurance does not meet the requirements of this Contract, and the Contractor does not otherwise satisfy the liability guarantees required by this Contract, the State may refuse to make payment of any further moneys due under this Contract or refuse to make payments of moneys due or coming due under other agreements between the Contractor and the State. The State, in its sole discretion, may use moneys retained under this paragraph to renew the Contractor’s insurance for the periods and amounts referred to above. During any period when any required insurance is not in effect and the Contractor does not otherwise satisfy the liability guarantees required by this Contract, the State may at its option, either suspend work under this Contract, or proceed to default the Contractor and thereby terminate this Contract.

6.4.7 DISCLAIMER

Page 43: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

41

The Contractor expressly understands and agrees that any insurance protection or other liability guarantees required by this contract shall in no way limit the Contractor’s obligations assumed in the contract, and shall not be construed to relieve the Contractor from liability in excess of such coverage or guarantees, nor shall it preclude the State from taking such other actions as are available to it under any provision of this Contract or otherwise in law. 6.5 PROJECT SCHEDULE, CHANGE ORDERS, TERMINATION AND EXTENSIONS The Contractor shall perform all work required by the RFP according to the schedules contained in the RFP, its bid, and any subsequent schedules and agreements between the parties. The Contractor understands and agrees that the term and scope of the Contract shall also be governed by the following provisions. 6.5.1 CONTRACT TERM AND EXTENSION OPTION

The term of the contract shall be for a period of two (2) years. The effective date of the contract and the start of contract year one (1) will be the date the contract is signed by the Director, Division of Purchase and Property. The contract may be extended for two (2) additional years with periods of up to one (1) year, by mutual written consent of the Contractor and the Director at the same terms, conditions and pricing. The length of each extension shall be determined when the extension request is processed. Should the contract be extended, the Contractor shall be paid at the rates in effect at the time of contract. 6.5.2 DELAY BY CONTRACTOR A. The Contractor is responsible for completing the Scope of Work according to the approved project work schedules for each site-specific engagement. Any unauthorized delay may subject the Contractor to Contract Termination. B. The State may authorize an extension of either the schedule for individual tasks within the project or the schedule for the whole project on a day-to-day basis for delays caused by events which could not reasonably be anticipated and which are beyond the control of the Contractor. Such causes include, but are not limited to, actions by employees or other Contractors employed by the State, unanticipated work changes ordered by the State, strikes, lockouts, fire, delays caused by common carriers, unavoidable casualties, work stoppage orders and work suspension orders. C. The Contractor must request authorization for a schedule extension promptly when it learns of the potential cause for delay and in any case, written confirmation and justification of the delay must be submitted within 5 days of the event which caused the delay. The Contractor must submit any request for extension to the Site Manager. D. Any extension of a task schedule within the overall project schedule must be approved in writing by NJDEP. Any extension of the project schedule must be approved as a written change order by both NJDEP and the Director. 6.5.3 WORK STOPPAGE ORDER/SUSPENSION OF WORK A. The NJDEP and/or the Director may, at any time, direct the Contractor to stop work under this contract where it is determined that continuance of work may detrimentally impact the health and safety of persons on the site or in the community at large.

Page 44: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

42

In cases of emergency, the Site Manager may orally direct the Contractor to immediately stop all work or portions of work for cause, and such order may last for up to 72 hours. The reason for the order must be stated orally by the Site Manager and shall be confirmed in writing. The Site Manager may orally lift a Work Stoppage Order prior to the end of the 72 hour period if and when the conditions that caused the Work Stoppage no longer exist. Any Work Stoppage Order beyond 72 hours shall be issued in writing by the State. B. The State may order the Contractor in writing to suspend, delay or interrupt all or any part of the work performed under this Contract for such period of time as the State may determine to be appropriate for the convenience of the State. C. Where the Work Stoppage or Suspension is not the result of the Contractor’s fault, the Contractor may be eligible to file a request for additional compensation for delay caused by the State as described in Section 6.5.4.

6.5.4 CLAIMS A. The Contractor may file a claim for additional compensation and/or additional time as a result of a change order or changed condition, or a delay in the work caused by the State if the performance of all or any part of the work is suspended for an unreasonable period of time by an act of the State in its administration of the Contract or by the State’s failure to act within a time specified in this Contract. The State shall make an equitable adjustment for any increase in the time and/or the cost of performance of this Contract (excluding profit) necessarily caused by a change or changed condition or unreasonable suspension. B. No adjustment shall be made under this clause for any change or suspension to the extent:

1. It is caused by the fault or negligence of the Contractor; or 2. The performance would have been so changed, suspended, delayed or interrupted by any other

cause, including the negligence of the Contractor; or 3. An equitable adjustment is provided for or excluded under any other provision of the Contract; or 4. The change or delay was such as could reasonably be expected by the Contractor as part of a

project of this sort and therefore should have been anticipated in its bid proposal. C. No compensation under this clause shall be allowed:

1. Unless the Contractor notifies the State forthwith of any act or omission by the State which will cause a delay or increase in cost in the Contractor’s work. If possible, notice should be given before the change or delayed work is begun. In any case, an Initial Notice of Claim must be submitted to the NJDEP Site Manager no later than five (5) days from the date of the alleged change order, changed condition or delay; and

2. Unless the Contractor justifies the claim by submitting an Analysis and Documentation of Claim

within thirty (30) days of the change order, changed condition or delay which gave rise to the claim.

D. Other than for causes specified herein, the Contractor shall not be eligible for any damages or compensation for claims under this Contract. 6.5.5 REDUCTION IN SCOPE OF WORK

Page 45: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

43

The State has the option, in its sole discretion, to reduce the scope of work for any task or subtask called for under this contract. In such an event, the Director shall provide advance written notice to the Contractor. Upon receipt of such written notice, the Contractor will submit, within five (5) working days to the Director and the State Contract Manager, an itemization of the work effort already completed by task or subtask. The Contractor shall be compensated for such work effort according to the applicable portions of its price schedule.

6.5.6 CHANGE ORDERS A. Any modifications of the price, Scope of Work or terms and conditions of the contract must be done by written change order approved by the Director. B. The Director may at any time, without notice to any surety, issue a written change order which changes the work within the general scope of this contract, including but not limited to changes:

1. In the specifications (including drawings and designs); 2. In the time, method or amount of performance of the work; and 3. In the facilities, equipment, materials, or services which will be furnished by the State.

C. The Director may recognize as a change order any other written order (including a direction, instruction, interpretation or determination) which has been authorized by the Director and which the Director determines has caused a change in the work, provided the Contractor has given the State timely written notice in the form of an Initial Notice of Claim,within five (5) days of the State’s written order stating the date, circumstances and source of the State’s order and why the Contractor regards the order as a change in the work. The Contractor must justify the claim through submission of an Analysis and Documentation of Claim within thirty (30) days of the alleged change order. D. The Director may also authorize a change order where the Contractor encounters a delay caused or approved by the State or where the NJDEP has asked the Contractor to perform emergency services which could not await the execution of written authorization from the Director. E. If any change order under this clause causes an increase or decrease in the Contractor Is cost or the time required to perform any part of the work under this contract, the Director shall make an equitable adjustment of the price and/or schedule for the contract. F. Except as provided in this clause, no order, statement or conduct of the State shall be treated as a change order or entitle the Contractor to an equitable adjustment. G. No requests by the Contractor for any equitable adjustment shall be allowed if made after final payment for work under this contract. H. Except for emergency services specifically authorized, as such by the DEP, no services beyond the contract's requirements for which the Contractor expects additional compensation should be furnished without the written authorization of the Director. I. No change order or claim by the Contractor will be processed until the State’s Contract and Modification and Proposal Form DWM-042 has been completed, signed and submitted by the Contractor.

Page 46: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

44

6.5.7 TERMINATION A. This Contract or any engagement made therefrom may be terminated:

1. In whole or in part by the State in the event of a material default or substantial failure of the Contractor to fulfill the Contract;

2. In whole by the Contractor in the event of substantial failure by the State to fulfill its Contract

obligations; 3. In whole or in part by the State for its convenience.

B. Termination may be effected only after giving the other party:

1. No less then ten (10) days written notice by certified mail; and, 2. An opportunity for consultation.

C. Upon termination, the State shall determine an equitable adjustment of the Contract price as follows:

1. If termination for default is effected by the State, an equitable adjustment in the price provided for in this Contract shall be made for work successfully completed prior to termination, but (a) no amount shall be allowed for anticipated costs or profit on unperformed services or other work, (b) no amount shall be allowed for termination settlement costs incurred by the Contractor relating to commitments which had become firm prior to the termination, and (c) any payment due to the Contractor at the time of termination may be reduced to cover any additional costs to the State because of the Contractor’s default.

2. If termination for default is effected by the Contractor or if termination for convenience is effected

by the State, an equitable adjustment for any termination shall provide payment to the Contractor for services rendered and expenses incurred prior to the termination, and for termination settlement costs reasonably incurred by the Contractor relating to commitments which had become firm prior to the termination. The equitable adjustment shall include a reasonable profit for services or other work performed.

D. Upon receipt of a termination notice, the Contractor shall:

1. Promptly discontinue all affected work (unless the notice directs otherwise), and 2. Deliver or otherwise make available to the State all data, drawings, specifications, reports,

estimates, summaries and such other information and materials as may have been accumulated by the Contractor in performing this Contract, whether completed or in process.

E. Upon termination, the State may take over the work and award another Contract to complete the work or may arrange to have the work completed. F. If after termination for failure of the Contractor to fulfill Contractual obligations, it is determined that the Contractor had not failed to fulfill the Contractual obligations, the termination shall be deemed to have been for the convenience of the State. 6.5.8 TRANSITIONAL PERIOD In the event that a new contract has not been awarded prior to the contract expiration date, as may be extended herein, it shall be incumbent upon the Contractor to continue the contract under the same

Page 47: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

45

terms and conditions until a new contract can be completely operational. At no time shall this transition period extend more thanninty (90) days beyond the expiration date of the contract. 6.6 ADDITIONAL WORK REQUIREMENTS In addition to the specific work requirements contained in the Scope of Work, the Contractor understands and agrees that it shall fulfill the following additional requirements.

6.6.1 COOPERATION WITH OTHER STATE CONTRACTORS

The Contractor shall cooperate with and not interfere with any other Contractor engaged by the State to perform services at a site. 6.6.2 ENVIRONMENTAL PROTECTION Unless the Scope of Work expressly provides otherwise, the Contractor shall return the site(s) to its previous condition and the Contractor shall remediate to the satisfaction of the NJDEP, any problems on or around the site(s) caused by the Contractor’s work on this project. 6.6.3 GEOGRAPHICALLY BASED SYSTEMS

Geographically based data shall be submitted in a manner and format consistent with the publication entitled "Geographic Information System, Mapping and Digital Data Standards" prepared by the Department's Bureau of Geographic and Information Analysis, 2006. http://www.nj.gov/dep/gis/njdepstandards06.pdf 6.7 AUDITS AND LEGAL ASSISTANCE The Contractor understands and agrees that it shall cooperate in maintaining records and in presenting information required by the State as follows: 6.7.1 LEGAL ASSISTANCE The Contractor shall provide assistance to the State in legal actions by the State against the parties deemed responsible for hazardous and solid wastes at a project site to recover the costs of this Contract and/or to prosecute violations of State and Federal environmental laws at the site. This assistance may include the preparation of reports, assisting State and/or Federal attorneys in the preparation of the government's case, testimony in court (expert and/or other types of testimony), testimony at deposition, the preparation and execution of interrogatory responses and affidavits, the preparation of the (official) record and other similar activities. Failure of the Contractor to meet these requirements shall be considered a material breach of Contract. Where such assistance involves extra work by an employee, the State will reimburse the Contractor for such assistance at the prevailing hourly rates for the employee's primary classification at the time of request. 6.7.2 EVIDENCE DOCUMENTATION If, during the performance of its responsibilities on site pursuant to the SOW, the Contractor(s) locates any documents, labels, drums, bottles, boxes or other containers, and/or other physical materials that could establish the identity of the entity or entities which generated, hauled and/or disposed of hazardous substances at a site; or owned or operated a landfill at a site; the Contractor shall immediately advise the NJDEP Site Manager of its find. Until the Site Manager or its designee arrives at the site of the located potential evidence, the Contractor(s) shall not move the material unless action is required to protect the safety of workers, or to prevent the release of the hazardous substance into the ambient environment. The Contractor may, however, move or disturb the potential evidence if

Page 48: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

46

leaving it at its point of discovery until the Site Manager arrives would cause its deterioration, destruction or loss. 6.7.3 AUDITS AND RECORDS The following record keeping procedures apply to this Contract: A. STATE FUNDED WORK The Contractor shall maintain books, records, documents and other evidence directly pertinent to the performance of the work in accordance with generally accepted accounting principles and practices consistently applied and shall make them available for inspection by the State no less than three years from the date of final payment. B. EPA FUNDED WORK

1. In addition, for any work under this Contract funded by the EPA, the Contractor shall maintain such books, records and evidence in accordance with 40 CFR Part 35.6700 in effect on the date of execution of this Contract. The Contractor shall also maintain the financial information and data used in the preparation or support of the cost submission required under 40 CFR 35.6585 for any negotiated contract or change order and a copy of the cost summary submitted to the State. Notwithstanding the relevant terms of these Federal regulations, all such materials will be maintained for a period of not less than 10 years from the date of Final Payment. The United States Environmental Protection Agency, the Comptroller General of the United States, the United States Department of Labor, the State, or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. The Contractor will provide proper facilities for such access and inspection.

2. The Contractor agrees to make paragraphs 1 through 7 of this clause applicable to all change

orders directly related to project performance. 3. Audits conducted under this provision shall be in accordance with generally accepted auditing

standards and with established procedures and guidelines of the reviewing or audit agency(ies). 4. The Contractor agrees to disclose all information and reports resulting from access to records

under Paragraphs 1 and 2 of this clause to any of the agencies referred to in Paragraph 1. 5. Records under Paragraphs 1 and 2 above shall be maintained by the Contractor during

performance on EPA assisted work under this subagreement and for the time periods specified in 40 CFR Part 35.6705 or in accordance with paragraph 1 above, whichever is longer. In addition, those records which relate to any controversy arising under an EPA assistance agreement, litigation, the settlement of claims arising out of such performance or to costs or items to which an audit exception has been taken shall be maintained by the Contractor for the time period specified in 40 CFR Part 35.6705.

6. Access to records is not limited to the required retention periods. The authorized representative

designated in paragraph 1 of this clause shall have access to records at any reasonable time for as long as the records are maintained.

7. This right of access clause applies to financial records pertaining to all contract change orders

regardless of the type of contract, and all contract amendments regardless of the type of contract. In addition, this right of access applies to all records pertaining to all contracts, contract change orders and contract amendments:

Page 49: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

47

a. To the extent the records pertain directly to contract performance; b. If there is any indication that fraud, gross abuse or corrupt practices may be involved; or, c. If the contract is terminated for default or for convenience.

6.8 SUBCONTRACTS, SUBSTITUTIONS AND ASSIGNMENTS 6.8.1 SUBCONTRACTING Subcontracting is permitted under this RFP and contract. Professional subcontracting services can be used up to a 15% level-of-effort and must be included in the Prime CONTRACTOR’S total work estimate. Non-professional subcontractor needs are not part of this bid and are to be bid out for each specific contract engagement. Every subcontractor must be approved by the STATE, and for every subcontractor proposed in this bid, appropriate documentation must be submitted as listed in the Bid Submission Checklist and described in Section 5 of this document. A. PROFESSIONAL SUBCONTRACTING Professional Subcontracting for investigative work is limited to a maximum of 15% of the total hours projected as presented in the labor work sheet, Attachment 13, Price Schedule C. If a Prime CONTRACTOR provides a bid that utilizes the services of a professional subcontractor, then the total hours allocated to the Prime's services must be decreased by the total contract hours allotted to the professional subcontractor. Every professional subcontractor must be approved by the STATE and appropriate documentation must be submitted-in this bid as described in Section 5 for known planned subcontractors or submitted according to the needs of a site specific case. B. NON PROFESSIONAL SUBCONTRACTING Prices for nonprofessional subcontractors, such as well drillers or obtain bids from non-professional subcontractors on NJDEP's Pre-qualified lists. NJDEP surveyors will not be provided with this bid. It is anticipated that these services will be required on a site-by-site or on an engagement basis. If a particular engagement requires the services of a nonprofessional or professional CONTRACTOR for a service not identified in this RFP, then it will be the responsibility of the Prime CONTRACTOR under this term contract to provide these services. The Prime CONTRACTOR will be responsible for obtaining a minimum of four competitive bids for the nonprofessional services required at the time of engagement, with the lowest responsive firm receiving the particular award. Whenever possible, the Prime CONTRACTOR will reserves the right to reject the bid or the qualifications of any proposed subcontractor. C. RESPONSIBILITY FOR SUBCONTRACTOR The CONTRACTOR shall be responsible for compliance by the subcontractor with all terms, conditions and requirements of the RFP and with all local, STATE and Federal Laws. The CONTRACTOR shall be liable for any noncompliance by any subcontractor. Further, nothing contained herein or in any contractual agreement shall be construed as creating any contractual relationship between the subcontractor and the STATE. D. PAYMENTS DUE SUBCONTRACTORS The CONTRACTOR shall be solely responsible for payments due to any subcontractors hereunder and shall hold the STATE harmless therefore. As part of any subcontract, the CONTRACTOR shall include a

Page 50: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

48

provision whereby the subcontractor recognizes the CONTRACTOR as solely responsible for any payments due and absolves the STATE for any such responsibility. See Supplement A, "Subcontractor Contract Forms". E. ADDITION OR SUBSTITUTION OF SUBCONTRACTORS If, during the course of the Contract, the CONTRACTOR finds that he/she cannot provide a subcontractor as proposed in the bid proposal or needs an additional subcontractor, the CONTRACTOR may request in writing from the STATE permission to substitute or add subcontractors. Such request must: 1. Explain why the subcontractor cannot be provided and/or the new subcontractor is needed; 2. Demonstrate that the qualifications of any new subcontractors are sufficient and that any substitution is equal to or better than any originally proposed subcontractor; 3. Warrant that the addition or substitution will be provided at no additional cost to the STATE; and 4. Provide for the new subcontractor all the mandatory submissions and information which is required by the RFP subcontractors. Prior approval of any addition or substitution must be received from both the Director and the NJDEP. 6.8.2 SUBSTITUTIONS OF PERSONNEL If, during the course of the Contract, the CONTRACTOR finds that he/she cannot provide CONTRACTOR or subcontractor personnel who have been designated as key personnel or at a Professional P3 and above level, as proposed in the bid proposal, the CONTRACTOR may provide substitute personnel with approval from the STATE. Such request for this approval must include the following: A. Explain the reasons why the original person(s) cannot be provided; B. Demonstrate that the qualifications of the substitution are equal to or better than the originally proposed person(s); C. Warrant that the substitution will be provided at no additional cost to the STATE; and D. Include a resume and any other information that was required by this RFP for the original person(s). E. Requests for personnel substitution must be approved by the NJDEP Term Contract Coordinator before any services are performed by a proposed substitute.

6.8.3. SMALL BUSINESS SUBCONTRACTOR UTILIZATION PLAN All bidders must complete the Notice of Intent to Subcontract Form whether or not they intend to utilize subcontractors in connection with the work set forth in this RFP. If the bidder intends to utilize subcontractor(s), then the SubContractor Utilization Plan must also be submitted with the bid. N.J.A.C. 17:13-4 and Executive Order 71 mandate that if the bidder proposes to utilize a subcontractor, the bidder must make a good faith effort to meet the set-aside subcontracting targets of awarding a total of twenty-five percent (25%) of the value of the contract to New Jersey-based, New Jersey Commerce, Economic Growth & Tourism Commission registered small businesses, with a minimum of five (5) percent awarded to each of the three categories set forth below, and the balance of ten (10) percent spread across the three annual gross revenue categories: Category I – $1 to $500,000; Category II - $500,001 to $5,000,000; Category III - $5,000,001 to $12,000,000.

Page 51: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

49

Should the bidder choose to use subcontractors and fail to meet the Small Business Subcontracting targets set forth above, the bidder must submit documentation demonstrating its good faith effort to meet the targets with its bid proposal or within seven (7) business days upon request. Should the bidder propose to utilize a subcontractor(s) to fulfill any of its obligations, the bidder shall be responsible for the subcontractor’s(s): (a) performance; (b) compliance with all of the terms and conditions of the contract; and (c) compliance with the requirements of all applicable laws. The bidder must provide a detailed description of services to be provided by each subcontractor, referencing the applicable Section or Subsection of this RFP. The bidder should provide detailed resumes for each subcontractor’s management, supervisory and other key personnel that demonstrate knowledge, ability and experience relevant to that part of the work which the subcontractor is designated to perform. The bidder should provide documented experience to demonstrate that each subcontractor has successfully performed work on contracts of a similar size and scope to the work that the subcontractor is designated to perform in the bidder’s proposal.

6.8.4 ASSIGNMENT OF CONTRACT The Contract may not be assigned by the Contractor, in whole or in part, without the prior written consent of the Director. Such consent, if granted, shall not relieve the Contractor of any of its/it responsibilities under the Contract. 6.9 OWNERSHIP AND DISSEMINATION OF INFORMATION AND MATERIAL 6.9.1 DISSEMINATION OF INFORMATION Notwithstanding any other provision of this RFP, the Contractor shall not publish, permit to be published, or distribute, use, or disclose to anyone for public consumption, any information, oral or written, concerning the results or conclusions made pursuant to the performance of this Contract, without the prior written consent of the State. 6.9.2 OWNERSHIP OF MATERIAL All data, technical information, materials gathered, originated, developed, prepared, used or obtained in the performance of the contract, including, but not limited to, all reports, surveys, plans, charts, literature, brochures, mailings, recordings (video and/or audio), pictures, drawings, analyses, graphic representations, software computer programs and accompanying documentation and print-outs, notes and memoranda, written procedures and documents, regardless of the state of completion, which are prepared for or are a result of the services required under this contract shall be and remain the property of the State of New Jersey and shall be delivered to the State of New Jersey upon 30 days notice by the State. With respect to software computer programs and/or source codes developed for the State, the work shall be considered “work for hire”, i.e., the State, not the Contractor or subcontractor, shall have full and complete ownership of all software computer programs and/or source codes developed. To the extent that any of such materials may not, by operation of the law, be a work made for hire in accordance with the terms of this Agreement, Contractor or subcontractor hereby assigns to the State all right, title and interest in and to any such material, and the State shall have the right to obtain and hold in its own name and copyrights, registrations and any other proprietary rights that may be available. Should the bidder anticipate bringing pre-existing intellectual property into the project, the intellectual property must be identified in the bid proposal. Otherwise, the language in the first paragraph of this

Page 52: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

50

section prevails. If the bidder identifies such intellectual property ("Background IP") in its bid proposal, then the Background IP owned by the bidder on the date of the contract, as well as any modifications or adaptations thereto, remain the property of the bidder. Upon contract award, the bidder or Contractor shall grant the State a non-exclusive, perpetual royalty free license to use any of the bidder/Contractor's Background IP delivered to the State for the purposes contemplated by the Contract. 6.9.3 STATE PATENT RIGHTS AND COPYRIGHTS Subject to Federal regulations and/or to any special agreements with the State, any discovery, invention or other material developed by the Contractor in the course of its duties under this Contract is subject to patent and copyright in the name of the State. 6.9.4 FEDERAL PATENT AND COPYRIGHT REGULATIONS The State intends to apply for federal reimbursement of the costs of this Contract. Therefore, Federal requirements regarding inventions and discoveries are hereby made part of this Contract. The Contractor is hereby notified, pursuant to the provisions of 40 CFR 35.6595 (a) (3) that the USEPA has copyright provisions stated in 40 CFR 35.6450 and 40 CFR 31.34. 6.9.5 CONFIDENTIALITY All financial, statistical, personnel and/or technical data supplied by the State to the Contractor are confidential. The Contractor is required to use reasonable care to protect the confidentiality of such data. Any use, sale or offering of this data in any form by the Contractor, or any individual or entity in the Contractor’s charge or employ, will be considered a violation of this contract and may result in contract termination and the Contractor’s suspension or debarment from State contracting. In addition, such conduct may be reported to the State Attorney General for possible criminal prosecution. 6.10 PRICES AND PAYMENTS 6.10.1 FORM OF COMPENSATION A. DIRECT LABOR COSTS The CONTRACTOR will be paid the actual hourly salary rate for each individual listed on Price Schedule A-1 thru A-11. For purposes of payment under this contract any increases in the actual direct salary rate for an individual are limited to 5% per year above those provided on the price schedules. The total hours required for each specific contract engagement will be negotiated at the time of the occurrence. B. SUBCONTRACTOR COSTS The CONTRACTOR will be paid the actual hourly salary rate for each individual listed on Price Schedule B-1 thru B-11. For purposes of payment under this contract any increases in the actual direct salary rate for an individual are limited to 5% per year above those provided on the price schedules. The total hours permitted for Professional Subcontractor personnel are limited to fifteen percent (15%) of the total professional hours required for each site specific case and are included in the total hours negotiated for each specific case.

Page 53: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

51

Costs for non-professional subcontractors will be compensated for the actual work completed and approved by the STATE and in accordance with pricing submitted by the subcontractor for each specific engagement. Payments to subcontractors are solely the responsibility of the CONTRACTOR as outlined in Section 6.8.1 of this RFP. Compensation for all subcontractor work completed will be made to the CONTRACTOR after approval of the work and submission of invoices per Section 6.10.4.

C. OTHER DIRECT COSTS 1) Other Direct Office Costs shall include all direct project-related office costs, including, but not limited

to the following: reproduction and printing, other material costs of producing deliverables, mail costs, including express mailing, and travel and subsistence for all personnel except full-time field personnel engaged in field work and will be handled on an individual contract engagement basis. These are to be estimated by the CONTRACTOR for each specific project work order with costs broken down and justified at market competitive rates. Total Office Other Direct Costs shall not exceed the fifteen percent (15%) of the direct labor figure presented in Price Schedule D. Actual Other Direct Office Costs will be compensated by submission of invoices to NJDEP listing the items and cost summaries.

2) Other Direct Field Costs shall include all costs directly associated with the performance of field

investigations, including but not limited to: all consumables and field supplies, including personal protective equipment, field equipment and instruments, travel and daily subsistence of full-time field personnel engaged in field work (See NJ Travel Regulations, Appendix 13). will be handled on an individual contract engagement basis. A separate budget for Other Direct Field Costs shall be established for each site-specific engagement task as a negotiated budget and included as a change order in conjunction with any required non-professional subcontracts. Actual Other Direct Field Costs will be compensated by submission of invoices to NJDEP listing the items and cost summaries.

D. PROFIT AMOUNT The Profit amount for each site-specific project will be established between the STATE and the CONTRACTOR prior to each engagement at an amount not to exceed the maximum percentage presented by the CONTRACTOR in Price Schedule D.

E. DETERMINATION OF MAXIMUM HOURS PER TASK The maximum hours for each task addressed in Section 9.3.E shall be determined as follows: 1) The parties can agree on the maximum number of hours for each task within an engagement. In the

event the CONTRACTOR exceeds the maximum number of hours for a task in the Scope of Work, the CONTRACTOR shall not be entitled to any additional compensation.

2) In the event that the STATE and the CONTRACTOR cannot agree on the maximum number of hours

of each task within an engagement, the STATE shall establish the maximum number of hours. Also, the CONTRACTOR shall review the work effort midway through an engagement to assess the hours expended against those defined by the STATE. If the CONTRACTOR expects to exceed the maximum number of hours, the CONTRACTOR shall notify the STATE in a timely manner. In the event the CONTRACTOR exceeds the maximum number of hours for a task within the original Scope of Work, then the CONTRACTOR shall be entitled to compensation for actual direct and indirect costs, provided the STATE has pre-approved the CONTRACTOR exceeding this maximum number. However, the CONTRACTOR shall not be entitled to any additional profit amount.

Page 54: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

52

3) In order to expedite start of a new engagement, the STATE also has the option to issue a purchase order to the CONTRACTOR with not-to-exceed budgets for all work leading up to but not including the field investigation effort. In such cases, the work effort shall be managed as in item 2) above.

F. TOTAL COMPENSATION For each site specific engagement successfully performed hereunder, the CONTRACTOR will be paid: 1) the actual direct salary costs described in Section 6.10.1a, 2) the provisional indirect/ overhead cost rate identified on Price Schedule D. based on the

CONTRACTOR’S most recent audit in accordance with Federal cost principles and subject to the final determination through an audit by the STATE of the Contract work period,

3) the total profit amount as set forth in Sections 6.10.1.D and E, and the actual other direct costs

incurred by the CONTRACTOR subject to the limitations set forth in Section 6.10.1.C. G. LIMITATIONS

Tasks under this contract will also be subject to the following limits: 1. For the labor categories and professional levels included on Price Schedules A & B, the

STATE will pay the actual direct salary rate. The STATE will pay an adjusted actual direct salary rate increase up to a limit of five percent (5%) per year for each of the years in the contract. These increases may occur on each yearly anniversary date during the contract including any extension thereto. For purposes of calculating such allowable salary increases, the first contract year shall commence on the bid due date.

If it can be demonstrated that an individual received a promotion, a change in title and is working on the contract in the new title, payment above the 5% cap may be allowed. It must be determined that it is necessary to have promoted individuals working on the contract in their new titles for the benefit of the contract, and in the best interest of the STATE. In any event the total salary increase for a promoted individual shall not exceed 10%.

2. Other actual direct costs and actual expenses of the CONTRACTOR, including purchases

of materials and equipment and authorized costs of photocopying, postage, rental vehicles and miscellaneous out-of-pocket expenses shall be invoiced at cost to the CONTRACTOR, with no markup for overhead and profit.

3. Travel costs will be reimbursed according to New Jersey STATE Travel Regulations.

These regulations include the requirement that actual expenses be documented by the submission of actual receipts. Remuneration for travel transportation costs shall be limited to ground travel within a one hundred (100) mile radius of the NJDEP Offices in Trenton, NJ.

4. Indirect cost rates shall be based on the CONTRACTOR’S direct certified salary costs and

should cover the CONTRACTOR’S payroll burden and general and administrative costs and shall be developed provisionally by the CONTRACTOR for use in this bid and finally by NJDEP on the basis of the Federal cost principles included in the Federal Procurement Regulations (40 CFR 31.22, 48 CFR, 31.2 and 31.4). For a Joint Venture bidding on this solicitation, a separate rate shall be provided for each partner of the Joint Venture. The final indirect cost rate approved by NJDEP may not be more than 10% higher than the provisional rate bid by the CONTRACTOR or Joint Venture.

Page 55: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

53

5. The costs of a corporate owned or leased vehicle employed on the project may be billed at no more than the auto mileage allowance permitted by the prevailing GSA rates.

6. The actual cost to the CONTRACTOR of all work on this project, which is subcontracted to

others, shall be invoiced at cost to the CONTRACTOR with no markup by the CONTRACTOR for overhead and profit.

7. The costs of subcontractors are subject to the provisions herein and to NJDEP approval.

H. PROGRESS PAYMENTS Progress payments for CPFF Bid Items shall be subject to the following guidelines. Monthly progress payments to the CONTRACTOR for costs shall be made upon presentation to the NJDEP and acceptance by the NJDEP of itemized billings certified by the NJDEP Site Manager. These itemized billings shall be accompanied by the Monthly Project Progress Reports required in the Scope of Work, Section 8.0 and must reflect the activities detailed in that report. Itemized billing costs shall be prepared as follows: 1. For each labor category and individual in the category the CONTRACTOR shall provide labor hours

worked per task, actual hourly rate, and total cost. Direct labor hours spent on the project shall be supported by employee time sheets. Hourly rates shall be supported by payroll records.

2. Each invoice submission must include a summary of all costs previously invoiced, for all cost

categories. Specific requirements within cost categories are as follows:

a) Labor – the total amount of direct labor, indirect charges, and profit previously invoiced.

b) Other Direct Office Costs – the quantities, unit price, and amount previously invoiced for each line item, and the total amount of office ODCs previously invoiced.

c) Other Direct Field Costs – the quantities, unit price, and amount previously invoiced for each

line item, and the total amount of non-office ODCs previously invoiced. This shall include all line items of both CONTRACTOR costs and subcontractor costs.

3. Provisional indirect cost rates shall be used for progress payments until such time as an actual

overhead rate can be developed which shall then be applied retroactively. Upon completion of the project, a final indirect cost rate or rates will be developed and/or accepted by the NJDEP.

4. Non-salaried expenses (other direct costs) shall be itemized by category. These costs must be

supported with either in-house ledgers, logs or invoices, showing how rates were developed, or by invoices and/or canceled checks from suppliers.

5. The CONTRACTOR shall include a percentage of its profit in each monthly billing. The percentage

shall be the not-to-exceed amount presented by the CONTRACTOR in its bid on Price Schedule D. 6. Retainage shall be withheld by NJDEP in accordance with Section 6.10.4.G. I. PRICE REDUCTION The STATE shall be charged for CPFF items no more than the least the CONTRACTOR charges any of its other clients for similar work. In the event that the price the CONTRACTOR charges for an item decreases during the Contract period, the NJDEP shall receive the full benefit of such reduction on any undelivered or uncompleted good or service and for all subsequent goods or services provided during

Page 56: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

54

the balance of the Contract. The NJDEP shall be notified in writing of such reduction(s) within five (5) days of the effective date. . 6.10.2 COST AND PRICE CONSIDERATIONS With respect to any costs governed by 40 CFR Part 35.6585, the following shall apply: A. The STATE will conduct a cost analysis of all negotiated change orders and all negotiated contracts

estimated to exceed $25,000. B. The STATE shall conduct a price analysis for any formally advertised procurement estimated to

exceed $25,000 if there are fewer than three bidders. 6.10.3 PARTIAL PAYMENT

Where less than the entire contract is performed as a result of the STATE’S determination to reduce or terminate the contract for convenience, then: A. For each fixed price or unit price Bid Item successfully completed by the CONTRACTOR, the

CONTRACTOR will be paid the fixed price or unit price designated for that Bid Item. B. For each fixed price or unit price Bid Item that has been partially completed, the

CONTRACTOR will be paid the percentage of the bid or unit price equal to the percentage of work successfully completed.

C. For each cost plus fixed fee Bid Item already successfully completed, the CONTRACTOR will

be paid the appropriate amounts due and owing. D. For each cost plus fixed fee Bid Item that has been partially completed, the CONTRACTOR

will be reimbursed the amount of actual costs incurred plus a prorated amount of the fixed fee for that Bid Item based on a percent of the Bid Item successfully completed. In no event will the fixed fee or the total costs exceed the fixed fee and not-to-exceed cost for the completed Bid Item specified in the RFP Bid Schedules.

6.10.4 PROCEDURES FOR PAYMENT

Payment will be conditioned on the following:

A. DELIVERABLES

Approval by NJDEP of any deliverable work products or other payment items required by the contract.

B. INVOICES

All invoices submitted must include the name of the contract, contract work order number and the name and address of the CONTRACTOR. Not more than one invoice shall be submitted per work order per month and must indicate the tasks under the work order or change order (if applicable) for which they apply. Contractor shall not invoice the State until the total exceeds $500.00 unless it represents final payment for a work or change order. The Invoice for a given work order must be all inclusive of tasks/work effort conducted during the period covered. The invoices shall be submitted to the NJDEP. Payment is contingent upon the STATE’S certification of itemized bills referenced to Bid Items and deliverables.

Page 57: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

55

C. PAYMENTS TO SMALL SUBCONTRACTORS

The CONTRACTOR shall report all payments made to small business subcontractors to the using agency's project manager. This report shall be attached to payment invoices when they are submitted for payment. See RFP Section 5.2 F.

D. PAYMENT OF OBLIGATIONS

After payment of the first invoice, subsequent invoices shall include an affidavit that the CONTRACTOR has duly paid all prior obligations due and owing and covered by the previous invoice.

E. REJECTED INVOICES

Any invoice submitted that does not comply with this Section shall be returned to the CONTRACTOR for correction and resubmission.

F. DISCOUNTS

Where a CONTRACTOR has included a prompt payment discount in his/her bid, the discount period shall commence when the STATE both has accepted the CONTRACTOR’S services and has accepted a duly completed invoice, whichever date is later. The date of the check issued by the STATE in payment of an invoice shall be deemed the date of the STATE’S response to that invoice.

G. RETAINAGE

The State will retain five percent (5%) of the total of each invoice submitted for all work pursuant to this RFP. Retainage on unit priced prime contractor and unit priced subcontracted work will be released upon satisfactory completion of the work and State acceptance of all deliverables. All other retainage will be released at completion of final audit and/or satisfactory resolution of any audit question. Partial release of retainage consistent with audit findings may be authorized for unquestioned costs at the completion of the audit. The State intends to audit all cost reimbursement work under this contract at the end of each contract year. These audits will cover all work completed up to the time of the audit.

In the event that an audit is not initiated within two (2) years of the completion of any site-specific engagement, the State will release all retainage being held for that engagement. A retainage release under this provision shall not constitute a waiver of the State’s rights under the contract for claims against the Contractor as a result of a subsequent audit The CONTRACTOR may submit an irrevocable letter of credit as a substitute for retainage held by the STATE, consistent with forms and procedures prescribed by the Division of Purchase and Property.

H. FINAL PAYMENT AND RELEASE OF CLAIMS

Upon satisfactory project completion, the CONTRACTOR shall as a condition before final payment or as a termination settlement under this Contract, execute and deliver to the STATE a release of all claims against the STATE of New Jersey arising under or by virtue of this Contract except claims which are specifically exempted by the CONTRACTOR to be set forth therein. Unless otherwise provided in this RFP or by New Jersey law or otherwise expressly agreed to by the parties to this Contract, final payment under this Contract or

Page 58: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

56

settlement upon termination of this Contract shall not constitute a waiver of the STATE’S claims against the CONTRACTOR or his/her sureties under this Contract or the STATE’S right to continued performance of the CONTRACTOR’S obligations pursuant to the Contract. The CONTRACTOR shall also submit an affidavit that all debts incurred under the Contract have been duly paid. Upon receipt of the release of all claims against the STATE and the affidavit of debt payment, the retainage (including any adjustments) will be released as the final payment.

I. SUBMISSION OF PAYMENT VOUCHERS (VENDOR INVOICES)

Unless specifically directed otherwise, The CONTRACTOR is requested to send all payment vouchers to: Financial Support Unit Contracting and Financial Services Element NJDEP, Division of Remediation Support 401 East State Street, 6th Floor P.O. Box 413 Trenton, NJ 08625 -0413

6.10.5 PROMPT PAYMENT A. The New Jersey Prompt Payment Act (P. L. 1987, C. 184) mandates that STATE agencies pay invoices within sixty (60) days of either receipt of a properly executed STATE Invoice or receipt and acceptance of the goods/services, whichever is later. If a vendor is eligible for interest payments under the Prompt Payment Act the Department of Treasury will automatically calculate the amount due using a daily interest rate established by the State Treasurer. B. The Prompt Payment Act covers any person who is engaged in a trade or business, including private, nonprofit entities operating as Contractors, and who has a STATE contract requiring either single or multiple payments. The Act does not cover public utilities, government instrumentalities or third party Contractors. C. Any interest payments calculated on delinquent accounts as defined in the Prompt Payment Act will be paid by the appropriate STATE agencies within thirty (30) days of payment of the original invoice. Interest will not be paid until it exceeds $5.00 per properly executed invoice. Vendor signatures are not required on STATE invoices processed for interest payments. D. It is the intention of NJDEP to expeditiously process for payment all properly executed invoices. STATE agencies will notify Contractors in writing within thirty (30) days of any defect or impropriety in any STATE invoice submitted for goods or services provided which would prevent the running of the time period specified (sixty days). The cooperation of vendors is required not only to assure that properly executed invoices are submitted, but to ensure that any other associated documentation (e.g. change order) is also executed in a timely fashion. 6.10.6 ADDITIONAL COMPENSATION/WRITEN AUTHORIZATION

No services for which the CONTRACTOR charges additional compensation will be paid for unless there was prior written authorization by the STATE for the services.

6 10.7 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA

A. The STATE will evaluate bid prices and do a cost analysis of any change order.

Page 59: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

57

B. The CONTRACTOR shall assure that the costs and prices submitted for evaluation are based on current, accurate and complete data supported by their books and records. If the STATE or EPA determines that any price (including profit) in this contract or any amendment hereunder was increased by any significant sums because the data provided was incomplete, inaccurate or not current at the time of submission, then such price or cost or profit shall be reduced accordingly and the STATE shall modify the contract in writing to reflect such action.

Page 60: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

58

7.0 PROPOSAL EVALUATION AND CONTRACT AWARD

7.1 PROPOSAL EVALUATION COMMITTEE

Bid proposals may be evaluated by an Evaluation Committee composed of members of affected departments and agencies together with representative(s) from the Purchase Bureau. Representatives from other governmental agencies may also serve on the Evaluation Committee. On occasion, the Evaluation Committee may choose to make use of the expertise of outside consultant in an advisory role. The Evaluation Committee will complete its evaluation and recommend to the Director for award the responsible bidder(s) whose bid proposal, conforming to this RFP, is most advantageous to the State, price and other factors considered. The Evaluation Committee considers and assesses price, technical criteria, and other factors during the evaluation process.

7.2 ORAL PRESENTATION AND/OR CLARIFICATION OF BID PROPOSAL

After the submission of bid proposals, unless requested by the State as noted below, vendor contact with the State is still not permitted. A bidder may be required to give an oral presentation to the Evaluation Committee concerning its bid proposal. The Evaluation Committee may also require a bidder to submit written responses to questions regarding its bid proposal. The purpose of such communication with a bidder, either through an oral presentation or a letter of clarification, is to provide an opportunity for the bidder to clarify or elaborate on its bid proposal. Original bid proposals submitted, however, cannot be supplemented, changed, or corrected in any way. No comments regarding other bid proposals are permitted. Bidders may not attend presentations made by their competitors. It is within the Evaluation Committee’s discretion whether to require a bidder to give an oral presentation or require a bidder to submit written responses to questions regarding its bid proposal. Action by the Evaluation Committee in this regard should not be construed to imply acceptance or rejection of a bid proposal. The Purchase Bureau buyer will be the sole point of contact regarding any request for an oral presentation or clarification.

7.3 EVALUATION CRITERIA EVALUATION BASED ON PRICE AND OTHER FACTORS Bidders are advised that a contract will not necessarily be issued strictly to the lowest priced, responsive, responsible bidder who has met the minimum established requirements. Consistent with N.J.S.A. 52:34-12 and these specifications, the State will award a Primary Contract and a Secondary Contract to the two (2) responsive, responsible bidders whose bids provide the best values to the State, price and other factors considered. The proposals of those bidders who have been determined to be responsive and responsible will be ranked according to price and the technical quality of their proposal. The qualitative factors to be used in the technical evaluation are as follows:

Page 61: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

59

1. The strength of the firm’s experience as demonstrated in the project history forms.

2. The strength of the firm’s proposed project personnel as demonstrated in the resumes

submitted. Resumes will be scored based upon qualifications and the overall quantity and quality of prior experience on remedial investigations, remedial action selections, and conceptual designs. Work on projects located in New Jersey will be considered a positive factor. References (including telephone numbers) must be provided for proposed Program Managers, Project Managers, RI Leaders, RAS Leaders, and Conceptual Design Leaders.

3. The strength of the firm’s proposed project organizational plan. A good plan would include a

well-balanced staff of the various disciplines needed to conduct remedial investigations, remedial action selections, and conceptual designs, including field sampling personnel, technicians, environmental scientists, geologists and/or hydrogeologists, engineers, and cost estimators. A team of professionals who have worked together on previous remedial investigations, remedial action selections, and conceptual designs would be considered a positive factor.

A. RESPONSIVENESS In order for a bid proposal to be considered fully responsive, a bidder must agree to perform the Scope of Work described in the RFP, agree to the terms and conditions provided in this RFP, complete the attachments provided with this RFP or their equivalents, submit a bid bond where required, and provide the information as required in Sections 4.0 and 5.0 of this RFP. A key component in the determination of a bidder's responsiveness will be the information provided on the project history forms and its conformance to the requirements of Section 5.0, and the personnel proposal and its conformance to the requirements of the RFP. Bidders who fail to provide and meet these requirements will be determined non-responsive. B. RESPONSIBILITY In order to be considered responsible, a bidder must have a public record which indicates that it is able and willing to perform the required work and has satisfactorily performed such work in the past. The State has adopted as its test of responsibility the Federal rules at 40 CFR Part 31. A responsible bidder must have: 1. Financial resources, insurance and other liability guarantees, technical qualifications, experience,

organization and facilities adequate to carry out the project, or a demonstrated ability to obtain these. 2. Satisfactory performance record for completion of Contracts. Bidders who fail to meet the minimum thresholds for these key components will be disqualified for this contract. 7.4 DIRECTOR'S RIGHT OF FINAL BID ACCEPTANCE The Director reserves the right to reject any and all bids or to award in whole or in part as deemed to be in the best interest of the State. It shall have authority to award a contract to the bidder best meeting specifications and bid conditions, and who is determined to have offered the most advantageous bid to the State, price and other factors considered. 7.5 NOTICE OF INTENT TO AWARD

Page 62: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

60

The Purchase Bureau will notify all bidders in writing of the Director's intent to award a Contract. Bidders not receiving an award will have ten working days to protest the award decision pursuant to the rules of the Division of Purchase and Property, N.J.A.C. 17:12-3.3 et seq. Upon resolution by the State of any bid protest for a contract involving Federal Superfund monies, bidders may appeal the matter to the Federal Environmental Protection Agency and have seven calendar days to file a protest appeal with the appropriate EPA counsel. 7.6 PRECONDITIONS FOR EXECUTION OF CONTRACT Subsequent to the issuance of a Notice of Intent to Award a Contract, the Director will execute a formal Term Contract for the work under this RFP. As a precondition for final execution of a formal Term Contract, the bidder must submit the following documents to the Purchase Bureau. Unless the time frame is shortened by the Director for good cause or is extended by the Director at his or her discretion, these documents must be submitted within 10 days of receipt of the Notice of Intent. Failure to timely submit the documents may be deemed a material breach of contract and may result in rescission of the Notice of Intent and rejection of the proposed Contractor as non-responsive to the RFP. PRIME CONTRACTOR SUBMISSIONS A. Insurance Certificate(s) covering insurance required in Section 6.4, including certification from

broker. B. Any other documentation of the bidder's proposal which is required by the Evaluation Committee

report or otherwise required by the State and which is still outstanding including requirements of N.J.S.A. 19:44 A-20.13-25 and N.J.S.A. 52:34-13.2

SUBCONTRACTOR SUBMISSIONS A. Insurance Certificate(s) covering insurance if required under Section 6.4 B. SubContractor Contract Form – Attachment #11

7.7 REQUIREMENTS OF N.J.S.A. 19:44A-20.13-25 (FORMERLY EXECUTIVE ORDER 134) In order to safeguard the integrity of State government procurement by imposing restrictions to insulate the negotiation and award of State contracts from political contributions that pose the risk of improper influence, purchase of access, or the appearance thereof, the Legislature enacted N.J.S.A. 19:44A-20.13 – 25 on March 22, 2005 the “Legislation”), retroactive to October 15, 2004, superseding the terms of Executive Order 134. Pursuant to the requirements of the Legislation, the terms and conditions set forth in this section are material terms of any contract resulting from this RFP: 7.7.1 DEFINITIONS: For the purpose of this section, the following shall be defined as follows: A) Contribution – means a contribution reportable as a recipient under “The New Jersey Campaign Contributions and Expenditures Reporting Act.” P.L. 1973, c. 83 (C.19:44A-1 et seq.), and implementing regulations set forth at N.J.A.C. 19:25-7 and N.J.A.C. 19:25-10.1 et seq. Through December 31, 2004, contributions in excess of $400 during a reporting period were deemed "reportable" under these laws. As of January 1, 2005, that threshold was reduced to contributions in excess of $300. B) Business Entity – means any natural or legal person, business corporation, professional services corporation, Limited Liability Company, partnership, limited partnership, business trust, association or

Page 63: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

61

any other legal commercial entity organized under the laws of New Jersey or any other state or foreign jurisdiction. The definition of a business entity includes (i)all principals who own or control more than 10 percent of the profits or assets of a business entity or 10 percent of the stock in the case of a business entity that is a corporation for profit, as appropriate; (ii)any subsidiaries directly or indirectly controlled by the business entity; (iii)any political organization organized under section 527 of the Internal Revenue Code that is directly or indirectly controlled by the business entity, other than a candidate committee, election fund, or political party committee; and (iv)if a business entity is a natural person, that person’s spouse or child, residing in the same household. 7.7.2 BREACH OF TERMS OF THE LEGISLATION: It shall be a breach of the terms of the contract for the Business Entity to (i)make or solicit a contribution in violation of the Legislation, (ii)knowingly conceal or misrepresent a contribution given or received; (iii)make or solicit contributions through intermediaries for the purpose of concealing or misrepresenting the source of the contribution; (iv)make or solicit any contribution on the condition or with the agreement that it will be contributed to a campaign committee or any candidate of holder of the public office of Governor, or to any State or county party committee; (v)engage or employ a lobbyist or consultant with the intent or understanding that such lobbyist or consultant would make or solicit any contribution, which if made or solicited by the business entity itself, would subject that entity to the restrictions of the Legislation; (vi)fund contributions made by third parties, including consultants, attorneys, family members, and employees; (vii)engage in any exchange of contributions to circumvent the intent of the Legislation; or (viii)directly or indirectly through or by any other person or means, do any act which would subject that entity to the restrictions of the Legislation. 7.7.3 CERTIFICATION AND DISCLOSURE REQUIREMENTS: A) The State shall not enter into a contract to procure from any Business Entity services or any material, supplies or equipment, or to acquire, sell or lease any land or building, where the value of the transaction exceeds $17,500, if that Business Entity has solicited or made any contribution of money, or pledge of contribution, including in-kind contributions to a candidate committee and/or election fund of any candidate for or holder of the public office of Governor, or to any State or county political party committee during certain specified time periods B) Prior to awarding any contract or agreement to any Business Entity, the Business Entity proposed as the intended awardee of the contract shall submit the Certification and Disclosure form, certifying that no contributions prohibited by the Legislation have been made by the Business Entity and reporting all contributions the Business Entity made during the preceding four years to any political organization organized under 26 U.S.C.527 of the Internal Revenue Code that also meets the definition of a “continuing political committee” within the mean of N.J.S.A. 19:44A-3(n) and N.J.A.C. 19:25-1.7. The required form and instructions, available for review on the Purchase Bureau website at http://www.state.nj.us/treasury/purchase/forms.htm#eo134 , shall be provided to the intended awardee for completion and submission to the Purchase Bureau with the Notice of Intent to Award. Upon receipt of a Notice of Intent to Award a Contract, the intended awardee shall submit to the Division, in care of the Purchase Bureau Buyer, the Certification and Disclosure(s) within five (5) business days of the State’s request. Failure to submit the required forms will preclude award of a contract under this RFP, as well as future contract opportunities. C) Further, the Contractor is required, on a continuing basis, to report any contributions it makes during the term of the contract, and any extension(s) thereof, at the time any such contribution is made. The required form and instructions, available for review on the Purchase Bureau website at http://www.state.nj.us/treasury/purchase/forms.htm#eo134, shall be provided to the intended awardee with the Notice of Intent to Award. 7.7.4 STATE TREASURER REVIEW:

Page 64: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

62

The State Treasurer or his designee shall review the Disclosures submitted pursuant to this section, as well as any other pertinent information concerning the contributions or reports thereof by the intended awardee, prior to award, or during the term of the contract, by the Contractor. If the State Treasurer determines that any contribution or action by the Contractor constitutes a breach of contract that poses a conflict of interest in the awarding of the contract under this solicitation, the State Treasurer shall disqualify the Business Entity from award of such contract. 7.7.5 ADDITIONAL DISCLOSURE REQUIREMENT OF P.L. 2005, C. 271: Contractor is advised of its responsibility to file an annual disclosure statement on political contributions with the New Jersey Election Law Enforcement Commission (ELEC), pursuant to P.L. 2005, c. 271, section 3 if the Contractor receives contracts in excess of $50,000 from a public entity in a calendar year. It is the Contractor’s responsibility to determine if filing is necessary. Failure to so file can result in the imposition of financial penalties by ELEC. Additional information about this requirement is available from ELEC at 888-313-3532 or at www.elec.state.nj.us. 7.8 SOURCE DISCLOSURE REQUIREMENTS REQUIREMENTS OF N.J.S.A. 52:34-13.2: Under the referenced statute, effective August 3, 2005, all contracts primarily for services awarded by the Director shall be performed within the United States, except when the Director certifies in writing a finding that a required service cannot be provided by a Contractor or subcontractor within the United States and the certification is approved by the State Treasurer. 7.8.1 SOURCE DISCLOSURE REQUIREMENTS: Pursuant to the statutory requirements, the intended awardee of a contract primarily for services with the State of New Jersey must disclose the location by country where services under the contract, including subcontracted services, will be performed. The Source Disclosure Certification form is located on the Advertised Solicitation, Current Bid Opportunities webpage http://www.state.nj.us/treasury/purchase/bid/summary/07x39201.shtml. FAILURE TO SUBMIT SOURCING INFORMATION WHEN REQUESTED BY THE STATE SHALL PRECLUDE AWARD OF A CONTRACT TO THE BIDDER. If any of the services cannot be performed within the United States, the bidder shall state with specificity the reasons why the services cannot be so performed. The Director shall determine whether sufficient justification has been provided by the bidder to form the basis of his certification that the services cannot be performed in the United States and whether to seek the approval of the Treasurer. 7.8.2 BREACH OF CONTRACT OF EXECUTIVE ORDER 129: A SHIFT TO PROVISION OF SERVICES OUTSIDE THE UNITED STATES DURING THE TERM OF THE CONTRACT SHALL BE DEEMED A BREACH OF CONTRACT. If, during the term of the contract, the Contractor or subcontractor, who had on contract award declared that services would be performed in the United States, proceeds to shift the performance of any of the services outside the United States, the Contractor shall be deemed to be in breach of its contract, which contract shall be subject to termination for cause pursuant to Section 3.5b.1 of the Standard Terms and Conditions version 05 09 06 of the RFP, unless previously approved by the Director and the Treasurer.

Page 65: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

63

8.0 SCOPE OF WORK A. GENERAL This SOW is intended to provide the Contractor with the general requirements of the various Site Remediation Program efforts (PAs, SIs, RIs, etc.) to be performed under this contract. The tasks and sub-tasks described in this Scope of Work represent the maximum effort that may be required for an engagement under the contract. However, some of these tasks/subtasks may not be required for each case. For each case, the Contractor will perform one or more Work Orders consisting of task(s) as described in this SOW. The Contractor is fully expected to be able to accept up to five (5) separate work orders at one time. The major components to this Scope of Work include, but are not limited to, the following:

• Completing a comprehensive File Reviews and preparing a Site Background and Conceptual Investigation Approach report. Upon review and approval by NJDEP, preparation of site-specific work plans, including Health and Safety Plan, Site Sampling and Investigation Plan, Quality Assurance Project Management Plan, Sub-Contractor IFBs,. Preparation and maintenance of a comprehensive Project Schedule.

• Field sampling and other field work, including, without limitation, monitoring well installation, soil

boring, soil and water sampling, ecological studies, indoor/outside air sampling, private well sampling, ground water studies, geophysical studies, etc. to characterize/delineate the full extent of site-related contamination in all media, and to select and develop site specific remedial objectives and remedial actions.

• Laboratory Analysis of various media samples, data compilation, data evaluation, electronic data

submittal and data validation.

• Remedial Action selection evaluations in which potential remedial alternatives are evaluated with respect to cost, effectiveness, and permanence. These may include the performance of bench or pilot scale treatability studies.

• Groundwater modeling as an aid to quantifying existing hydro geologic conditions, and future

conditions either as a result of pumping and treating or natural attenuation.

• Performance of qualitative and quantitative risk assessments to generate site-specific cleanup standards/goals; cultural resource surveys, wetland delineation and evaluation, and ecological assessments.

• Conceptual design of preferred remedy sufficient, in some cases, for cost proposals to be made by

various NJDEP response contractors should conditions warrant an expedited response action.

• Community relations support to NJDEP. B. BASIC SERVICES The possible investigative and remedial action alternative evaluation task assignments for a specific engagement are listed below and are further defined throughout this SOW: Task 1 - Project Schedule, Project Organization, purchase order budget tracking reports, and File

Review/Background Investigation and Conceptual Investigation Approach for PA level, SI level or RI level investigations.

Page 66: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

64

Task 2 - Work Plan Documents Task 3 - Investigation Fieldwork and Results Report Preparation Task 4 - Remedial Action Selection Evaluation and Report Task 5 - Conceptual Design Task 6 - Surveying and Site Mapping C. GENERAL REQUIREMENTS 1. PROGRESS REPORTING The Contractor shall prepare and submit monthly project progress reports that contain the following information:

a) Work accomplished during the reporting period. b) Status of Task items outlined in the Work Order. c) Updated project schedule. d) Percent of completion (e.g. in terms of man hours expended). e) Problems or delays experienced during the reporting period. f) Actions being taken to rectify problems. g) Activities projected over the next month. h) All personnel changes (key personnel changes will require prior NJDEP approval). i) Billing to date showing detailed breakdown of costs incurred for the month on a task by task basis.

2. PROJECT MEETINGS The Contractor shall prepare for and attend monthly project meetings as required in NJDEP offices, Trenton, New Jersey. The meetings may include but not be limited to the following topics: technical issues, progress, budget, change orders and results presentations. The Contractor may be required to prepare an agenda and follow up with minutes summarizing the meeting discussions and problem resolutions. The Contractor will be required to make presentations to NJDEP management at the following critical decision points in the project:

• At the completion of the NJDEP review of the Background Investigation and Conceptual Investigation Approach report and prior to preparation of the SSIP;

• At the conclusion of the RI

• Prior to initiation of the detailed Remedial Action Selection Evaluation; (i.e. after the contractor fully

develops the alternatives to be evaluated);

• At the time the draft RASE Report and draft Decision Document are submitted for NJDEP review

• At the completion of the draft (and final) conceptual design These meetings can be combined with the normal project meetings described above. These meetings are intended to provide the contractor with clear direction from both the project team and management at critical points in the project that will result in fewer, if any, delays during the remedy selection process. 3. COMMUNITY RELATIONS The Contractor will usually attend and give presentations at public meetings. These meetings are routinely held at the initiation of site activities, and at the time the Department's proposed Decision Document is released for public comment (see Sections 8.4.5.1 and 8.4.11.1). In certain cases, additional meetings with

Page 67: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

65

the community may be held to update public officials or residents on the project status as may be necessary. 4. PROJECT COMMUNICATION AND COORDINATION The Contractor's sole contact for all Contract related matters, throughout the course of each project, shall be the NJDEP Site Manager. The Contractor will receive all contract orders and approvals through the Site Manager consistent with Section 6.9.5. The Contractor will not, without prior approval of the Site Manager, communicate about the project progress to anyone unless stipulated otherwise in Section 6.9.5. The State may require implementation of a bulletin board system to facilitate communication. Cellular phones may also be required for all field work unless a field office with phones is in place. 5. PROJECT MANAGER (CONTRACTOR) The management of each site engagement will be assigned to one person who will act as the main contact for the execution of this work. The Project Manager is responsible for direction, coordination and thorough knowledge of the day to day status of the work in progress. The Project Manager will be present at all meetings requested by the NJDEP. Note: All costs for Progress Reporting, Project Meetings, and the management and coordination of each site specific project shall be included and appropriately distributed in the costs for Tasks 1 through 6. 8.1 TASK 1 - PROJECT SCHEDULE, PROJECT ORGANIZATION, FILE REVIEW AND BACKGROUND INVESTIGATION & CONCEPTUAL INVESTIGATION APPROACH REPORT 8.1.1 PROJECT SCHEDULE A. The Project Schedule shall detail the project tasks and timeframes approved in the pre-engagement

meetings. B. The Project Schedule shall include a Task/Subtask activity bar chart (Gantt Chart) or critical path

method (CPM) sequence of events. The project schedule shall include but not be limited to all applicable items from the following for the site specific engagement:

• Task/Subtask start and completion dates. • Deliverable dates for all contract task deliverables. • NJDEP Review Periods (assume 20 working days). • Subcontractor period(s) of performance and procurement durations, as required. • Project meetings with/between NJDEP (and USEPA if applicable). • Access agreements, permit applications.

C. The Project Schedule shall become effective and binding after the above draft Project Schedule

receives NJDEP approval. 8.1.2 PROJECT ORGANIZATION The Contractor shall provide, and update as necessary, a project roster for the individual engagement that identifies, by Task or Subtask, the personnel names, professional level, title, hourly rate, and number of hours allocated to accomplish the work contained in the task or subtask. Where personal resumes have not been provided previously for an individual, these should be included along with the roster of personnel and salary rates. The Contractor is responsible for updating the roster and rates in accordance with the Terms

Page 68: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

66

and Conditions, Section 6.8.2, "Substitution of Personnel". NJDEP reserves the right to require changes of key personnel at its discretion. 8.1.3 BACKGROUND INVESTIGATION The Contractor shall complete a comprehensive File Review and prepare a concise Background Investigation and Conceptual Investigation Approach (BICIA) Report for each site as appropriate. This report shall be included in and used in developing the site specific work plans (SSWP) and the Task 3 reports. The objectives are to: 1) familiarize the Contractor with the information and data generated previously on the sites, 2) identify data and information needs for planning and performance of the Investigation/Evaluation Tasks and development of the Site Sampling and Investigation Plan (SSIP) and Quality Assurance Project Plan (QAPP), 3) prepare a complete, concise summary of site information for use in various project reports and community relations activities, and 4) insure that the Contractor's approach for investigation of the site is consistent with the NJDEP's requirements and needs. The Background Investigation shall be conducted and conform to the requirements as described under the NJDEP Technical Requirements For Site Remediation, N.J.A.C. 7:26E-3.1 et. al. as appropriate. A. FILE REVIEW The NJDEP will make available to, and the Contractor shall review and is responsible for knowing and applying the information contained in the files of the NJDEP and local government agencies. The Contractor shall obtain aerial photos for the site, and contact local utilities for information regarding the location of underground utility lines. The Contractor shall also obtain or otherwise review: - Sanborn Fire Insurance Maps - MacRae's Industrial Directory - Property Title and Deed - Federal, State and/or local files and permits - USGS 7.5 minute topographic quadrangle - Current site and area zoning approvals and proposals - NJDEP Geographic Information System (GIS) data B. SITE DESCRIPTION The Background Investigation and Conceptual Investigation Approach Report shall also include a Site Description section that describes the site's ownership and history of use, and the physical and environmental setting. This section shall also describe: 1. Site geology 2. Hydrogeology and groundwater classification 3. Surface water drainage patterns 4. Existing and historical land use of the site and surrounding areas 5. Anticipated future use for the site and surrounding areas 6. Compilation and evaluation of historical aerial photographs, in chronological order 7. Survey of the site and identification of adjacent property C. NATURE OF THE PROBLEM The Contractor shall conduct a site inspection, and address each of the following items at each site: stressed vegetation, visible or apparent discharges to air, soil, surface water and groundwater, obvious storage, spill and disposal areas, off site migration pathways and other physical evidence of waste disposal at the site. Based upon an assessment of the information gathered during the Site Reconnaissance, a

Page 69: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

67

thorough compilation and evaluation of any previous sampling results for any contaminated media at the site (i.e. soil, ground water, surface water, sediment, etc.) as well as the information gathered in Section 8.1.3.E, the contractor shall prepare a report section as part of the BICIA Report entitled "Nature of the Problem". This section shall be presented in the form of a Conceptual Site Model, similar to Figure 2-2 of OSWER Directive 9355.3-01, October 1988, "Guidance for Conducting Remedial Investigations and Feasibility Studies Under CERCLA", identifying: 1. Known and suspected sources of contamination; 2. Types of contaminants and affected media; 3. Release mechanisms and potential contaminant pathways; 4. Known and potential human and environmental receptors.

D. PRELIMINARY IDENTIFICATION OF APPLICABLE OR RELEVANT AND APPROPRIATE REQUIREMENTS (ARARS)

The Contractor shall identify potential health-based and environmental requirements related to determining initial action levels, and requirements which may restrict activities that can be undertaken at different locations, such as flood-plains, wetlands, endangered species areas, coastal zones, preserve areas, and cultural resources areas, and on whether the requirements might be met at the completion of each operable unit or the total site remedy. ARARs and To Be Considered (TBC) requirements will be grouped into contaminant-specific, action-specific, and location specific categories. Certain ARARs such as surface water discharge effluent limitations are developed on a case by case basis. ARARs shall be developed consistent with the NCP. Appendix 7 provides a comprehensive list of New Jersey's potential ARARs and TBC requirements. E. CULTURAL RESOURCE SURVEY The Contractor shall conduct a Phase I cultural resource survey to determine if the site may contain historical artifacts or other significant items that would potentially impact the conduct or schedule of the Remedial Investigation. In the event that the site requires a Phase II cultural resource survey, the field investigations will be included in the Remedial Investigations under Task 3. F. PRELIMINARY SITE CHARACTERIZATION Based upon the background information that is available, the Contractor may be required to perform preliminary site characterization to fill data gaps prior to preparation of site-specific work plans. Subsequent to this fieldwork and collecting information, the Contractor will be able to prepare a comprehensive Site Sampling and Investigation Plan (SSIP) under Task 2. The fieldwork may include, but not be limited to:

• Aerial survey and /or land survey for preparing a topographic map with boundaries of the properties under investigation

• Survey using Global Positioning Satellite (GPS) Units • excavation of test pits and trenches using Case 580 or equivalent excavator with extended reach,

and 24" bucket • soil borings using hydraulic direct push sampling system to obtain soil samples • hydro punch sampling for ground water samples • soil gas survey • electromagnetic survey • radiation survey

Page 70: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

68

G. SITE INSPECTION OF “MEC” AREAS Based on the findings of a Preliminary Assessment Report or a file review conducted by the Department or by the Contractor, some project sites or areas of concern may pose risks associated with “munitions or explosives of concern” (MEC). Such areas of concern shall be referred to as Munitions Response Areas (MRAs) and shall be afforded specialized treatment and attention, prior to conducting typical Remedial Investigation work. Accordingly, the Contractor may be required to perform the following work tasks as part of a preliminary site characterization phase at MRAs. 1. Munitions Response Historical Records Review and Workplan Preparation If the Department or the Contractor determine from review of site history information that a site is a “formerly used Defense site “(FUDS), or a privately owned/operated site that received, manufactured, stored or tested munitions or explosives , then the Contractor may be engaged to complete a Munitions Response Historical Records Review (MR HRR) in accordance with the Interstate Technology & Regulatory Council’s Technical/Regulatory Guidelines, November 2003. (www.itrcweb.org/gd_uxo.asp). If the Contractor is engaged to perform an MRHRR, the information collected from this record review shall be summarized by the Contractor in a report and used to prepare a Conceptual Site Model for the identified MRA(s). Additionally, the Contractor shall prepare a Workplan for a phase 1 field inspection. This initial phase of fieldwork may include, without limitation:

• Vegetation clearing/grubbing; • Surface clearance using geophysical techniques; • Sub-Surface investigations using geophysical techniques and test-pitting/probing; • Geophysical Prove-out studies;

This Workplan shall be prepared by an Explosives and Ordnance Disposal (EOD) expert trained and certified by a U.S. Department of Defense Military agency, or equivalent training/certification as approved by the NJDEP. 2. Site Investigation of MRAs Upon Department approval of a Workplan for a Phase 1 Field Inspection, the Contractor shall prepare Invitations for Bids from Subcontractor firms needed to implement the fieldwork. The Contractor will then be engaged to mobilize to the field and implement the field tasks described in the approved plan. All work shall be managed and overseen by a U. S. Military trained and certified Explosives and Ordnance Disposal (EOD) expert. All findings shall be photo-documented in the field and a results report shall be prepared and submitted to the Department for review. Geophysical proveouts shall be conducted in accordance with the Interstate Technology and Regulatory Council (ITRC) guidance for Geophysical Proveouts for Munitions Response Projects, November 2004. (www.itrcweb.org/gd_uxo.asp) 8.1.4 TASK 1 DELIVERABLES 8.1.4.1. The Project Schedule shall be submitted to the NJDEP for approval within 30 calendar days after

Contractor's receipt of approved Work Order. Based on NJDEP comments and modifications, the Contractor shall provide the approved final Task 1 documents within 2 weeks of receipt of comments. The Contractor shall supply 9 copies of the draft and 9 copies of the final.

8.1.4.2. The Contractor shall submit 9 copies (draft and final each) of the Background Investigation and

Conceptual Investigation Approach (BICIA) Report. If "preliminary site characterization" field efforts were performed pursuant to Section 8.1.3.F. above, then the results of those field efforts shall be incorporated into the BICIA report.

Page 71: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

69

8.1.4.3. In addition to the hard copies specified as the project deliverables, the Contractor shall provide one

copy of each deliverable on 3-1/2" computer diskette. All diskettes shall be standard IBM compatible format. Depending on the type of deliverable (e.g., Document, Data or Drawings), the Contractor shall provide the diskette copy in one of the following formats:

DOCUMENTS: Documents shall be in Microsoft Office Word 97. DATA: Data, including laboratory and field data, shall be in DBase-Compatible Format. Sample locations for all data points shall be delivered in NJ State Plane Coordinate systems. NJDEP has prepared a data entry program called the NJ HAZSITE Database, which is the preferred format. Other DBase-Compatible formats will be accepted. DRAWINGS: Drawings shall be in AutoCAD DOS Version 10-12 format (either .DWG or .DXF format). Site Drawings (those drawings representing geographic features such as well locations, topographic features, or wetland boundaries) shall be oriented to New Jersey State Plane Coordinates. 8.2 TASK 2 - WORK PLAN DOCUMENTS 8.2.1 GENERAL The Contractor shall prepare and submit the following for NJDEP review and approval prior to the initiation of any fieldwork: 1. Task 3 SITE SAMPLING & INVESTIGATION PLAN (SSIP) 2. Quality Assurance Project Plan (QAPP) 3. Health and Safety Plan (HASP) 8.2.2 TASK 3 SITE SAMPLING AND INVESTIGATION PLAN This comprehensive investigation plan shall describe and justify in detail, all work needed to be performed under this engagement to fully characterize site conditions, to fully delineate contamination in all media and to complete an effective and efficient remedial action selection evaluation. The Contractor may propose that field investigation work be conducted in two or more phases or distinct mobilizations for the purposes of allowing the first phase to be a screening level investigation and the subsequent phase(s) to be the confirmation investigation that achieves final delineation/characterization of all contaminated media. If the Contractor proposes multiple phases of fieldwork, the plan must clearly specify all work to be completed under each phase. The sampling and investigation activities to be performed under this engagement shall be in accordance with the New Jersey Technical Requirements for Site Remediation, NJAC 7:26E-1 et seq., the New Jersey Field Sampling Procedures Manual, (1988) and where applicable, the National Contingency Plan (NCP) and other relevant or appropriate U.S. EPA regulation and guidance for conducting investigations at uncontrolled hazardous contamination sites. The investigation activities may include, without limitation, the following:

• monitor well/well point/piezometer installations, soil borings, test pitting;

• sample collection in accordance with NJDEP Field Sampling and Procedures Manual and NJAC 7:26E-1 et seq.; including without limitation, samples of soil, surface water, groundwater, potable wells, sediment, product/waste material, building wipe/chip samples, air/vapors (including soil gases);

• field screening, field analysis and laboratory analysis of aqueous and non-aqueous samples; use of

alternative sampling and investigation techniques for soil and water including, without limitation, soil

Page 72: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

70

gas surveys and air monitoring, Hydropunch, Geoprobe, and other alternative sampling methods as determined on a site specific basis;

• geophysical investigations including remote sensing methods including, without limitation, ground

penetrating radar, terrain conductivity, down-hole gamma logging, magnetometer survey, resistivity, radionuclide screening;

• aquifer testing including without limitation slug tests, long-term pumping tests, short-term pumping

tests, water level monitoring;

• an inventory of the site wastes. This inventory shall identify the area, volume, or number of containers of wastes, with characterization of the wastes based on available data;

• building interior inspections/inventories to identify potential sources of waste handling, processing,

storage, etc.; asbestos inventories; potential points of drainage/discharge to the outside environment;

• for well drilling, the Contractor should specify the most appropriate drilling equipment and method

relative to the site conditions and investigation objectives and include rationale for determination of monitoring well location(s);

• tank integrity testing (note certification requirements for this work).

The Plan shall also describe and justify all secondary field activities related to the primary investigation and sampling activities. This may include, without limitation, site preparation (roads, clearing, grading and access approvals) staging areas, trailer area, location and provision of utilities, decon provisions, etc. The Plan shall clearly depict on a site map, approximate boundaries of known or suspected "areas of concern" to be investigated. Offsite areas of concern that may have been impacted by contaminant migration must also be identified and included in the investigation approach as necessary. In many instances, the sites to be investigated under this contract may not have completed Preliminary Assessments or completed Site Investigation phases in accordance with all provisions of the Technical Requirements for Site Remediation, N.J.A.C. 7:26E-1 et. seq. Accordingly, the Contractor shall insure that all provisions are adequately addressed when preparing the SSIP. Specifically, the Contractor shall insure the all potential "natural resource injuries" have be considered and evaluated and that, at a minimum, a Baseline Ecological Evaluation (pursuant to N.J.A.C. 7:26E-3.11 has been completed. When appropriate, supplemental ecological fieldwork and assessment shall be incorporated into the SSIP to fully characterize all natural resource injuries. SUBCONTRACTOR SERVICES The Plan shall also provide a list of field and laboratory activities, which will require subcontractors. For subcontractor services, the Contractor will be required to solicit competitive bids, particularly if the estimated cost exceeds $25,000. This solicitation effort could include the following:

1. Invitation for Bid (IFB) preparation or Request for Proposal preparation shall be submitted to the State for approval. Measurement and payment sections included in the RFPs shall clearly identify the scope of work and the method of payment for the completed work. The Units of measurement of work identified for each item of work shall be easy to measure and more practical and common in the industry (i.e., per day, per hour, etc). The Contractor may choose to provide fewer details in the RFPs about the work specifications due to the good relationship with the subcontractors. If this result in less work being performed at the site, then the Contractor will be responsible to have the

Page 73: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

71

subcontractors complete the work to the specifications required by the State at no extra cost to the State.

2. Mailing and receiving bids.

3. Bid tabulation, evaluation and recommendation to the State. The State shall have the final approval

regarding the subcontractor award. 8.2.2.1. PROJECT DESCRIPTION This section shall contain a brief description of the site including an overview of the project's scope or complexity, the purpose and need for further efforts outlined in this Plan and background information from any previous studies of the project area. Concise statements outlining the site history, summarizing existing data, identifying data gaps and data quality objectives of the project shall be presented. 8.2.2.2 PROJECT ORGANIZATION AND RESPONSIBILITIES a. An organizational chart(s) detailing the project organization, including the laboratory used for sample

analyses and other planned subcontractors shall be provided. The chart shall identify all key individuals of the prime contractor, subcontractor(s) and NJDEP personnel.

The personnel responsible for the following functions shall be identified in the organization charts.

• overall project coordination • overall project QA • overall QA coordinator • contractor health and safety coordinator • sampling procedures • sampling QC • laboratory analyses • performance auditing • laboratory QC • laboratory data processing activities • laboratory data processing QC • systems auditing (field and laboratory) performed by the Contractor • NJDEP contacts • field activities and sampling tasks

b. The prime Contractor and its Subcontractor(s) shall provide the following information about personnel

listed in Section 8.2.2.2.a above: telephone contact numbers, experience, responsibilities and authority on the project. If the personnel designated on the project change, the prime contractor shall submit information for the newly assigned staff member in accordance with Section 6.8.2.

8.2.2.3. SAMPLE LOCATIONS a. Provide a detailed map of the site which clearly identifies: 1) all site features (such as surface waters,

buildings, paved areas, tanks, utility lines, environmentally sensitive areas); 2) known/suspected areas of concerns (as previously identified in Background Investigation Report or other previous reports) that warrant investigation (include approximate boundaries); 3) locations of all samples to be collected, including monitor well locations, hydropunch, geoprobe, soil gas points, etc.; Survey activities will be necessary to prepare the map for the site specific work-plan. The map shall be drawn to a scale as approved by the NJDEP.

Page 74: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

72

b The Contractor shall provide justification/ rationale for all proposed investigation efforts, sample locations, sample depths, numbers of samples per AOC and analytical parameters. The Plan shall specify the proposed locations and sequence of sampling and investigation activities. If necessary, as determined by the NJDEP, joint site visits will be conducted with the Contractor to choose and finalize some or all of the sample locations prior to, during or after the Plan approval process.

c. Based on file review, background investigation and new information not available at the time of contract

engagement process, the Contractor may suggest additional sampling or investigation activities with supporting justification. If the NJDEP accepts the request for additional investigation a contract modification will be proposed which documents the additional scope of work and cost.

8.2.2.4. SAMPLING SUMMARY TABLE (SSIP) a. The SSIP shall include a Sampling Summary Table that summarizes sample collection activities. This

Table shall identify each media to be sampled, number of samples for each media, type of sample collection technique, analytical parameters for each sample, frequency of collection, sample depths, associated QC samples. The Sample Summary Table shall distinguish between the following types of samples:

1. Waste samples - including but not limited to sampling and analysis of contents of barrels/drums,

liquids, contaminated soils, contaminated groundwater, etc., which are analyzed to determine waste classification, treatment, or disposal methods.

2. Environmental Samples - including but not limited to sampling and analysis of aqueous and non-

aqueous material in order to measure the nature and extent of all site-related contamination and assess public health and environmental risks.

3. Quality control samples - including, but not limited to, blanks, duplicate samples, and performance

evaluation samples. b. The Sampling Summary Table shall consist of the following information in the following prescribed

format: 1) matrix type 2) number of samples to be collected per matrix 3) number of field and trip blanks required per matrix 4) analytical parameters to be measured per matrix 5) analytical parameters and methods to be used per sample/matrix 6) if applicable, number and type of duplicate samples to be collected 7) number and type of split samples to be collected 8) if applicable, number and type of performance evaluation (P.E) samples to be analyzed 9) sample preservation to be used per analytical method and sample matrix 10) sample container(s) to be used per analytical method and sample matrix 11) sample holding time to be used per analytical method and sample matrix 12) sample collection depths 13) frequency of collection if applicable; 14) sample collection technique; The information required in the table is to be consistent with the requirements of any special analytical considerations. Specific requirements include: duplicate samples, split samples, performance evaluation samples, trip blanks, field blanks, special preservation requirements and special analytical requirements. Complete analytical method citations are required to be included in the Sample Summary Table. A copy of a chart(s) listing all possible analytes, analytical methods requirements, preservation holding times and

Page 75: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

73

sample container requirements is not acceptable. Please refer to the NJDEP Quality Assurance Requirements (Appendix 6) for additional information. Note: The last revised version of the NJDEP Quality Assurance Requirements will be included in the

Addendum following the Bidders Conference. 8.2.2.5. DISPOSITION OF MATERIALS GENERATED The Contractor shall be solely responsible for arranging for the proper disposal of materials generated during the course of the investigation, in accordance with "Sections 2.C.8 and 2.C.9 of the May 1992 (or other current) Field Sampling & Procedures Manual (which are reproduced in Appendix 9) and State and Federal laws. This includes drill cuttings, personal protective clothing, purge water, pump test water generated, decontamination fluids, or other types of waste. The Contractor shall make every effort to minimize the generation of wastes that must be handled offsite. Every effort shall be made to return cuttings, test pit soils and pump-test and purge waters back into the onsite environment while insuring that no clean areas are contaminated and no enhanced migration of contaminants results from the Contractor's field efforts. 8.2.3 QUALITY ASSURANCE PROJECT PLAN (QAPP) The Contractor shall prepare a master Quality Assurance Project Plan, (QAPP) for all work conducted under this contract. The QAPP shall specifically describe procedures and methods that will be implemented by all personnel performing work under this contract, to control and insure the highest quality of all field efforts, laboratory efforts, data evaluation/validation data documentation, data storage and data reporting efforts. The QAPP shall be consistent with the Technical Requirements for Site Remediation, N.J.A.C. 7:26 E-1 et seq. and the NJDEP Field Sampling Procedures Manual (as amended). The master QAPP shall cover work under all engagements. The Contractor may reference to the master QAPP within each engagement-specific Site Sampling and Investigation Plan (SSIP) for all efforts to be conducted under a particular engagement. For any engagement-specific efforts that are not addressed in the master QAPP, the Contractor shall be responsible for adding quality assurance or quality control procedures/methods into engagement-specific SSIP as an addendum to the master QAPP. 8.2.4 HEALTH AND SAFETY PLAN (HASP) The Contractor shall prepare an overall Health and Safety Plan (HASP) for all of its on-site personnel engaged in field investigation related activities covered in the SOW. For each site specific engagement, the contractor shall amend the overall Health and Safety Plan based on the findings of the Background Investigations performed, or as a result of field conditions differing from those identified previously. Contractor will be responsible for applying, monitoring and modifying the HASP's guidelines throughout the course of the SOW for on-site activities. Site activities concerning inspections, investigations and remedial actions related to the NJDEP hazardous waste remedial program must be performed in such a manner as to assure the safety and health of workers engaged. All site activities shall be conducted in accordance with all pertinent general industry (29 CFR 1910) and construction (29 CFR 1926) standards of the Federal Occupational Safety and Health Administration (OSHA), U.S. Department of Labor, as well as any other State or Municipal codes or ordinances that may apply. Special attention must be given to compliance with those requirements set forth in OSHA's final rule entitled "Hazardous Waste Operations and Emergency Response", section 1910.120 of Subpart H of 29 CFR 1910, as described in the Federal Register of March 6, 1989. The Contractor may be required to utilize the HASP from a previous site specific remedial investigation effort as a basis for developing an acceptable plan for the investigation effort.

Page 76: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

74

The (updated) Health and Safety Plan shall include, at a minimum, the requirements detailed in Appendix 5 - Health and Safety Plan minimum requirements. The HASP must be reviewed and approved by NJDEP prior to conducting any field activities on the site with the exception of initial site visit and surveying required for Background Investigation Report. 8.2.5 TASK 2 DELIVERABLES A. All Task 2 deliverables must be complete documents but marked "Draft" when submitted for NJDEP

review and comments. Based on NJDEP comments and modifications, the Contractor shall provide the approved final documents within 2 weeks of receipt of NJDEP comments. These Task 2 deliverables shall consist of the following documents:

1. Task 1 Cultural Resource Survey (if applicable) - 9 copies of draft and 9 copies of final (if not

previously submitted). 2. Task 3 Site Sampling and Investigation Plan (SSIP) - 9 copies of draft and 9 copies of final 3 Quality Assurance Project Plan - 9 copies of draft and 9 copies of final 4. Sample data package from the selected subcontractor laboratory - 1 copy 5. Health and Safety Plan - 9 copies of draft and 9 copies of final. B. The Task 2 deliverables should be prepared and submitted in the sequence by which they are

numbered in order to allow for a continuous transfer of information and to accomplish the necessary scope of work and corresponding level of effort development leading to the next contract task. The Contractor may also be required to submit two copies of all deliverables directly to EPA Region II. Field activities under Task 3 cannot proceed until all Work Plan deliverables have been approved by the Department.

8.3 TASK 3 - REMEDIAL INVESTIGATION The remedial investigation shall be conducted in accordance with the provisions of the New Jersey Technical Requirements for Site Remediation, N.J.A.C. 7:26E-1 et al. The purpose of the remedial investigation is to collect and evaluate sufficient physical ,chemical and biological data, through field investigations, surveys, sampling and literature review, to fully characterize site/area of concern conditions as well as off-site conditions if applicable. Such characterization shall include, without limitation, identification of all contaminants of concern, the nature and extent of contamination in all media, contaminant migration pathways, contaminant fate and transport mechanisms, identification of all impacted and potentially impacted human and ecological receptors, the nature and extent of injuries to natural resources and the physical and chemical properties/characteristics of site-specific media. The remedial investigations must provide sufficient information to allow completion of a design for remedial action. The investigations must also be tailored toward problem resolution by providing data to define and assess the merits of alternatives for remedial action. Based on review of existing data and information relating to the project as reflected in the Planning documents submitted under Task 2, this Task 3 consists of the Contractor performing the approved field investigation and sampling work as described in the project plans, conducting the appropriate tests and undertaking surveys to fully delineate the nature and extent of contamination, and subsequently completing a thorough evaluation of viable remedial action alternatives. All field and laboratory activities shall be based on the approved Task 3 Site Sampling and Investigation Plan, and shall be conducted in accordance with the site-specific, approved HASP and QAPP for this engagement. The Contractor shall mobilize and perform the work outlined in the SSIP. Based on the results of the investigation, the Contractor will prepare a Remedial Investigation Report in accordance with the requirements of the NJDEP Technical Requirements for Site Remediation, 7:26E-4.8, Appendix 4. 8.3.1 FIELD SAMPLING

Page 77: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

75

The Contractor shall collect and analyze all samples in accordance with and as specified in the approved SSIP, QAPP and HASP. 8.3.2 POTABLE WELL SAMPLING The Contractor shall obtain drinking water samples from private or public water supplies. Sampling of private potable wells or public water supply wells shall be conducted in accordance with applicable NJDEP policy and procedures as presented the NJDEP Field Sampling Procedures Manual or other Standard Operating Procedures (SOPs). The contractor shall coordinate with the Site Manager and/or the Bureau of Community Relations in arranging for access to and scheduling of potable water sampling. The NJDEP Bureau of Safe Drinking Water shall communicate analytical results to both the local health officer and the homeowner and/or purveyor. The Contractor may be requested to prepare draft correspondence, in conformance with Department SOPs, summarizing the results of potable water sampling results. 8.3.3 WELL DRILLING/SOIL BORING/ALTERNATIVE SAMPLING METHODS The Contractor shall implement the field investigation activities as described in the Task 3 Planning documents submitted under Task 2. Based upon the site specific need for well installation, soil borings, or other sampling methods, the Contractor shall have obtained at least three (3) price proposals from qualified well drilling firms or qualified environmental services firms, and shall arrange the field sampling activities accordingly. 8.3.4 LABORATORY ANALYSIS The Laboratory Analysis of all samples, collected at the site by the Contractor/ Subcontractor, shall be performed by laboratory(ies) subcontracted by the prime Contractor that has been approved by the NJDEP during QAPP review. It shall be the responsibility of the Contractor to provide the samples to the laboratory of sufficient quantity and in the appropriate containers and storage conditions, along with the chain of custody form. The Contractor shall be responsible for insuring that the laboratory is capable of submitting data in electronic format compatible for final submission in accordance with the Department's Electronic Data Deliverable requirements. 8.3.5 DATA VALIDATION The NJDEP, or the Contractor, shall perform the data validation review for samples analyzed under this contract. The Contractor is responsible for the quality and validity of all data generated under this engagement. During the data validation process, the Contractor shall insure that their subcontracted laboratory is available to communicate with and respond to any questions or concerns raised by the Department or the Department's contracted data validator. The Contractor must insure that the laboratory provide any additional information or QA/QC documentation requested by the validators within three (3) working days of the request. On a Case-by-Case basis, the NJDEP may require the Contractor to provide Data Validation Services for some or all of the analytical results collected for a project. The Contractor may use a Subcontractor for Data Validation or may use in-house professionals with specialized training, educational background and experience related to Analytical Laboratory methodology, laboratory instrument calibration, laboratory procedures, Quality Assurance/Quality Control procedures and validation report preparation. The NJDEP may audit validation efforts and will review and comment on validation reports prepared by the Contractor. 8.3.6 SURVEYING See Task 6 of this RFP. 8.3.7 WETLAND DELINEATION AND ASSESSMENT

Page 78: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

76

The Contractor may be required, to conduct a wetland delineation and assessment in accordance with the Federal Guide to Delineating Wetlands (1987), or the most recent revision to this Federal guidance. 8.3.8 QUALITATIVE AND QUANTITATIVE RISK ASSESSMENT The Contractor, or subcontractor, may be required to perform a qualitative or quantitative human health or ecological risk assessment. This task will be required when the Department determines that generation of site-specific remediation standard is appropriate or contaminants of concern are found at a site for which no applicable remediation standard or remedial action criteria has been established for a given media. Qualitative or quantitative risk assessment shall be performed pursuant to the NJDEP Technical Requirements for Site Remediation, N.J.A.C.7:26E-1 et seq. and in accordance with applicable U.S. EPA guidance. Coordination between the Department and the Contractor is essential in the conduct of any such assessments. The performance of any ecological assessment shall include provisions to characterize all natural resource injuries including the length of time natural resources have been impacted and a summary of historical data demonstrating past injuries. 8.3.9 GROUNDWATER MODELING The Contractor shall be required to perform groundwater modeling, unless other wise directed, for sites at which ground water has been impacted or will be impacted due to a release of a hazardous substance or due to a response taken to control a release. This modeling shall be used to determine the approximate time required to achieve applicable remediation standards, the pore volumes to be treated, receptor identification and evaluations, remediation system effectiveness and efficiency, the optimal aquifer pumping rate(s) and thus the treatment plant capacity requirements. Additional data input and modeling may be performed either in the conceptual design phase, or may be required in the RASE task phase in support of the remedy selection process. 8.3.10 TANK INTEGRITY TESTING AND SAMPLING The Contractor may be required to conduct tank integrity testing of above and below ground storage tanks and associated piping and pumping systems, estimate the volume of materials contained therein, and sample the contents for disposal. All work shall be conducted in accordance with the current applicable federal and state UST regulations, and personnel conducting this work must be currently certified by the Department. 8.3.11 REMEDIAL INVESTIGATION REPORT The Contractor shall prepare a Remedial Investigation Report in accordance with the NJDEP Technical Requirements for Site Remediation, N.J.A.C. 7:26E-4.8, included in Appendix 4. The RI Report shall include, at a minimum, the following information:

• Surveyed locations of all sampling and testing points on a site map of appropriate scale; coordinates shall be provided to the Department's Geographic Information System (GIS). The GIS standards and procedures are described in the NJDEP document entitled "Geographic Information System, Digital Data Standards" included in Appendix 10.

• Presentation of the results of all field investigations performed including drilling logs, aquifer tests,

ground water modeling and all other environmental assessments. A sample summary table shall illustrate the number of samples taken by media, the range of analytical results obtained, the

Page 79: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

77

number of exceedances over the applicable remediation standard for all impacted media , and the average and median concentrations for site-specific areas of concern.

• Discussion of the results of the data and how they relate to the objectives of the sampling and

remedial investigation.

• Discussion of the characterization of natural resource injuries that was performed as part of the eco risk assessment. This discussion shall include the results of data illustrating current injuries and the results of investigation of historical injuries. It shall also include a presentation of appropriate non-site specific information (literature, other natural resources damages) as applied to the natural resource data to draw conclusions as to the temporal and spatial extent of the injury.

8.3.12 TASK 3 DELIVERABLES A Remedial Investigation Report (9 copies of draft and 9 copies of final). The report shall meet the NJDEP Technical Requirements for Site Remediation, N.J.A.C. 7:26E-4.8. In addition to the hard copies deliverables as specified above, the Contractor shall provide one copy of each deliverable on computer diskette according to Section 8.1.7.5 of this RFP. 8.4 TASK 4 - REMEDIAL ACTION SELECTION EVALUATION The purpose of this TASK 4 is to select the most appropriate remedial action for the site or area of concern that insures maximum protection of human health, safety and the environment, and that is cost effective and efficient. The Contractor shall conduct the remedial action selection evaluation in accordance with the New Jersey Technical Requirements for Site Remediation, N.J.A.C. 7:26E-5 et. al. The Contractor shall, in consultation with the Department, identify viable remedial action alternatives for all impacted media based on the results of the completed Remedial Investigation for the site and any information regarding the intended future use of the site, when relevant and appropriate. The Contractor shall assemble, define and fully evaluate the selected remedial alternatives for all affected media. 8.4.1 ESTABLISHING REMEDIAL ACTION GOALS AND OBJECTIVES The Contractor shall briefly summarize the results of the completed remedial investigation, including all results of ecological investigations, preliminary modeling results, treatability testing, etc. Based on a comprehensive review and evaluation of all RI Phase investigations results, the Contractor shall clearly define and establish the remedial action goals and objectives for the site or area of concern. The Contractor shall identify all media of concern at the site and clearly describe the nature and extent of contamination for each impacted media, provide estimates of the quantity of media impacted, identify applicable remediation standards for each media impacted for each potential future land use scenario applicable for the site and evaluate and discuss the viability of active treatment versus containment and exposure controls for each media impacted. The Contractor shall also clearly summarize the nature and extent of all natural resource injuries and clearly identify any sensitive receptors (human or ecological) that may be impacted further from potential remedial action measures. 8.4.1.1 PROJECT MEETING At this point in the project, the Contractor shall meet with the project team and members of NJDEP management to review the results of the RI and 8.4.1 above, and identify the appropriate remedial action alternatives that will be evaluated pursuant to 8.4.2 below. 8.4.2 DEVELOPMENT OF REMEDIAL ACTION ALTERNATIVES FOR EVALUATION

Page 80: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

78

The Contractor in consultation with the Department shall select viable remedial action alternatives to be developed and evaluated by the Contractor. In general, the Department will minimally require development and evaluation of the following generic response actions, when applicable to the site-specific conditions:

• NO ACTION ALTERNATIVE - Achieve "Restricted Use" of the site; Description of current and ongoing conditions at the site/AOC if no further remedial action occurs; Use of INSTITUTIONAL CONTROLS and monitoring for all media contamination;

• FULL/PARTIAL CONTAINMENT AND EXPOSURE CONTROL ALTERNATIVE FOR ALL

IMPACTED MEDIA -- Achieve "Restricted Use" of entire site while potentially addressing "hot spot" contamination as appropriate; Use of ENGINEERING CONTROLS and INSTITUTIONAL CONTROLS for all media contamination; As part of this alternative, the Contractor shall also clearly identify and define "hot spot" areas of contaminated media or portions of the site that may be amenable to active treatment/removal in conjunction with a partial containment/exposure control remedy; The Contractor shall estimate quantities of "hot spot" material and itemize cost for treatment/removal;

• EXCAVATION/EXTRACTION OF CONTAMINATED MEDIA FOR OFFSITE HANDLING

(REUSE/DISPOSAL) -- Achieving "Unrestricted Use" of the entire site through removal of all contaminated media for off-site handling; Costs shall be itemized for full/partial reuse of contaminated media, full/partial disposal of contaminated media as hazardous waste (if applicable);

• LOWEST COST FULL PERMANENT REMEDIAL ACTION AND/OR INNOVATIVE TECHNOLOGY

FOR SITE -- Achieve "Unrestricted Use" of the entire site; Use of active remediation/innovative technology(s) for all media contamination;

• MIXED/MULTI-PHASED REMEDIAL ACTION -- Use of a mix of the above alternatives to provide

the best short-term and long-term benefit to the public at the most efficient cost; The Contractor shall develop a site-specific remedial action alternative for each category of action types described above. In developing each alternative, the Contractor shall address all the criteria at N.J.A.C. 7:26E-5.1 and address the following items using narrative descriptions, figures, tables, site plans, other graphics, etc.:

• how each alternative would be implemented at the site; locations for site improvements; site modifications required; equipment requirements; utility requirements; permit/approval requirements; access and acquisition requirements;

• how each alternative will achieve media specific remediation goals;

• how each alternative will provide protection of human health, safety and the environment;

identification and evaluation of risks to human health, safety and the environment during implementation of each alternative and upon completion of each alternative;

• suitability and historical performance of any required engineering and/or institutional controls for the

site; identification and description of specific notification, operation, maintenance and monitoring requirements associated with any engineering and/or institutional controls;

• the implementability of the remedy; the technical feasibility and availability of materials and labor;

description and justification for phasing different aspects of the remedy (i.e. What actions need to precede other actions?);

Page 81: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

79

• the timeliness of the remedy; duration necessary to achieve remediation standards; time needed for construction and implementation;

• the impact of the remedy on the community and surrounding land use; consistency of the

implemented remedy with existing or projected land uses on or near to the site; traffic impacts; short-term effects to human health, safety and the environment;

• the short-term and long-term effectiveness and reliability of each alternative;

• each alternative shall be evaluated for the potential for additional natural resource injury that may

result from the actual implementation of the remedy or from the residual contamination left on-site;

• provide a detailed, itemized cost estimate of each alternative; prepare an estimate of the "Remedial Action Cost" as defined at N.J.A.C. 7:26E-1.8 and conduct any applicable cost comparisons/analyses pursuant to N.J.A.C. 7:26E-5 et seq.;

• the degree of permanence for each alternative; types and quantities of any media that is restored to

a condition or quality of unrestricted future use ; descriptions, quantities, locations, controls over and evaluations of any media or treatment residuals that remain contaminated on-site;

8.4.3 TREATABILITY STUDIES The Contractor upon prior approval by the Department, may either perform itself or subcontract treatability studies as may be required in order to properly evaluate further the potential performance of a viable remedial alternative to achieve either a permanent remedy or meet effluent limitations, for example. The contractor shall develop the scope of work, justification for the treatability studies, and the objectives of the study. Upon approval by the Department of the Scope of Work and costs, the contractor shall initiate the work itself or engage the selected subcontractor to perform the work. The overall objectives of performing treatability studies include:

• To determine whether a waste is amenable to the subject treatment process

• What pre-treatment (if any) may be required

• The optimal process conditions required to achieve the desired treatment

• The efficiency of the treatment for a specific waste type, as measured in throughput rates, cost per ton, and whether the process achieves the desired remedial objective (i.e. cleanup standard)

• The characteristics and volumes of residuals from the treatment process

8.4.4 TREATABILITY STUDY REPORT This report presents the conclusions and recommendations concerning the applicability of the treatment process tested as well as how the tests were designed and conducted. The treatability study report should answer the following:

• Were the study objectives met? If not, why not?

• What parts of the test should have been performed differently and why?

Page 82: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

80

• Are additional tiers of treatability testing required for further evaluation of the technology, if warranted?

• Can the technology be scaled up based on the existing data?

• Does the technology achieve the cleanup objectives established for the project ?

• What is the predicted cost and time to achieve the remedial objectives? • Are there issues associated with the use of the technology, such as residuals management,

permits, patents/copyrights, to be considered in recommending the technology for use at a site? The conclusions and recommendations should be stated briefly and succinctly. Information that is pertinent to the discussion and exists elsewhere in the report should be referenced rather than restated. The report should provide an analysis of the results as they relate to the goals of the study and the relevant evaluation criteria. The Treatability Study Report shall be formatted in the following manner: 1.0 Introduction 1.1 Site Description (the Background Investigation Report) 1.2 Waste Stream Description 1.2.1 Pollutants/Chemicals and media 1.3 Remedial Technology Description 1.3.1 Treatment Process and Scale 1.3.2 Operating Features 2.0 Conclusions and Recommendations 2.1 Conclusions 2.2 Recommendations 3.0 Treatability Study Approach 3.1 Test Objectives and Rationale 3.2 Experimental Design and Procedures 3.3 Equipment and Materials 3.4 Sampling and Analysis 3.4.1 Waste Stream 3.4.2 Treatment Process 4.0 Results and Discussion 4.1 Data Analysis and Interpretation 4.1.1 Analysis of Waste Stream Characteristics 4.1.2 Analysis of Treatability Study Data 4.1.3 Comparison to Test Objectives 4.2 Quality Assurance/Quality Control 4.3 Cost/Schedule for Performing the Treatability Study 5.0 References 6.0 Appendices 6.1 Data Summaries 6.2 Standard Operating Procedures

Page 83: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

81

8.4.5 COMPARATIVE ANALYSIS OF ALTERNATIVES A. COMPLETION OF COMPARATIVE ANALYSIS Once the alternatives have been developed and described and individually assessed against the criteria, the contractor shall conduct a comparative analysis to evaluate the relative performance of each alternative. This is in contrast to the preceding analysis in which each alternative was analyzed independently without a consideration of other alternatives. The purpose of this comparative analysis is to identify the advantages and disadvantages of each alternative relative to one another so that the key trade-offs NJDEP must balance from among the alternatives can be identified and evaluated. B. PRESENTATION OF COMPARATIVE ANALYSIS The Contractor shall present the results of the comparative analysis as follows: 1. NARRATIVE The narrative discussion shall describe the strengths and weaknesses of the alternatives relative to one another with respect to each criterion, and how reasonable variations of key uncertainties could change the expectations of their relative performance. Under each criterion, the contractor shall discuss the alternative(s) that performs the best overall in that category, with other alternatives discussed in relative order in which they perform. If innovative technologies are being considered, their potential advantages in cost or performance and the degree of uncertainty in their expected performance (as compared with more demonstrated technologies) should also be discussed. The presentation of differences among alternatives can be measured either qualitatively or quantitatively, as appropriate, and should identify substantive differences between the various remedial alternatives. Quantitative information (e.g. specific cost estimates, time to achieve remedial response objectives, levels of remediation achieved) should be included in these discussions. 2. DECISION MATRIX DEVELOPMENT The Contractor shall develop a decision matrix and present the comparative analysis in the matrix to assist in the selection of the optimal remedial action(s). The matrix should highlight the relative advantages and disadvantages of each alternative so that the key trade-offs can be identified. 8.4.6 REMEDIAL ACTION SELECTION EVALUATION REPORT The Contractor shall prepare a DRAFT detailed REMEDIAL ACTION SELECTION EVALUATION Report consistent with N.J.A.C. 7:26E-5.2. The Contractor shall insure that the report provides thorough documentation of all the provisions in 8.4. above, as applicable to this engagement and as directed by the Department. On a case-by-case basis, the Department goes beyond the minimum requirements as stipulated at N.J.A.C. 7:26E-5.2 and require additional documentation to adequately address the provisions set forth above. 8.4.7 PROJECT MEETING Shortly after the submission of the draft RASE Report, the Contractor shall meet with the Project Team and members of NJDEP management to review the RASE report, discuss the most appropriate and effective remedial alternatives, and provide final direction in the remedy selection process. This meeting should be scheduled along with any normal project progress meeting.

Page 84: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

82

8.4.8 DRAFT DECISION DOCUMENT The draft Decision Document shall summarize the RI, RASE, and risks posed by the site, and describe the preferred remedy with justification. After review and determination by NJDEP, the Contractor shall develop the draft Decision Document. 8.4.9 RESPONSIVENESS SUMMARY The Contractor may be requested to draft all or part of the Responsiveness Summary, which becomes part of the final Decision Document. The Responsiveness Summary addresses questions and concerns raised by the public at the public meeting and/or through written comments received during the formal comment period. Such comments and responses may lead the Department to modify the proposed remedy, or select another remedy. A transcriber formally records and transcribes all of the questions and comments raised at the public meeting, and forms the basis of the agency responses. 8.4.10 TASK 4 DELIVERABLES The Contractor shall submit the documents listed below in the indicated sequence: 1. Draft RASE Report in accordance with 8.4.6. 2. Final RASE Report incorporating NJDEP comments on (1) above. 3. Following NJDEP approval of (2) above draft Decision Document in accordance with 8.4.8. 4. Following NJDEP approval of (3) above, the Contractor shall deliver the final proposed Decision

Document to be released to the public. 5. If so instructed, the contractor shall prepare a Draft Responsiveness Summary within two (2) weeks of

the conclusion of the public comment period. 6. Following NJDEP review of (4) and (5), the Contractor shall prepare the final Decision Document, which

includes the Responsiveness Summary. The Contractor shall submit nine (9) copies of the above deliverables in accordance with the project schedule. In addition to the hard copies specified as the project deliverables, the Contractor shall provide one copy of each deliverable on computer diskette. Section 8.1.4.3 specifies the computer deliverables format. 8.5 TASK 5 - CONCEPTUAL DESIGN 8.5.1 GENERAL The Contractor shall prepare and deliver to the State a complete Conceptual Design package for the selected remedy outlined in the Record of Decision Document developed under Task 4. The conceptual design package may include, but is not be limited to:

• a narrative description of the components of the selected remedy;

• an interim environmental monitoring plan that to be implemented;

Page 85: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

83

• the engineering approach including implementation schedule, special implementation requirements, institutional requirements and design criteria; schematic drawings, survey maps, preliminary site and facility layouts including real property requirements for remedy implementation (permanent/temporary treatment, storage disposal areas, easements/ rights-of- way, etc.);

• an identification of additional data (analytical, engineering, treatability) required to proceed with

design;

• a detailed engineering cost estimate (including operation and maintenance costs);

• operating and maintenance requirements and duration;

• an outline of the safety plans including cost impact on its implementation;

• a treatment process flow diagram;

• an identification of Federal, state and/or local permits that would be necessary for the selected alternative;

• the equipment that is required to implement the remedy, preferably to be selected from the line

items of the existing term contracts with the Department.

• location of all existing utilities ( surface and subsurface); 8.5.2 TASK 5 DELIVERABLES 1. Draft conceptual design package per 8.5.1 requirements (9 copies). 2. Following NJDEP approval of (1) above, the Contractor shall deliver 9 copies of the final

conceptual design package/report. 3. In addition to the hard copies deliverables, as specified above, the Contractor shall provide one

copy of each deliverable on computer diskettes as specified in Section 8.1.4.3 of this RFP. 8.6 TASK 6 - SURVEYING The Contractor shall provide all required surveying services necessary to perform field investigations and conceptual design work in this contract. All surveying documents provided by the State shall be utilized to the maximum extent possible. The basis of bearings and elevations of all surveys generated shall be in accordance with New Jersey Plane Coordinate System (1983 Datum) and National Geodetic Vertical Datum of 1988. All coordinates, elevations and distances shall be in feet. All surveys must be signed, sealed, and certified by a New Jersey Licensed Land Surveyor. The Surveyor is responsible for obtaining sufficient documentation and evidence to render a survey plat that is correct as well as accurate. Such information may include but not be limited to, earlier surveys, record deeds, title reports, original fact maps, public records, and state, county and municipal maps. The required Survey Work may include the following: 8.6.1 SITE PROPERTY SURVEYS All work shall at a minimum include the requirements as set forth in the State Board of Professional Engineers and Land Surveyors Administrative Rules and Regulations, Chapter 40, Sub Chapter 5,

Page 86: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

84

Paragraph 13:40-5.1. This shall result in a site survey map that clearly depicts site property boundaries and corners, easements, right of ways, structures and adjacent property boundaries noting current owners and addresses. This will also include all properties within 200' of the site. The maps depicting the entire site shall be scaled at 1" = 200' or less. The maps depicting the individual site(s) shall be scaled at 1" = 40' or less. The area of the properties surveyed is to be stated in square feet and acres. The acreage is to be rounded to the nearest one - thousandth of an acre. All surveys are to close mathematically. All straight line courses will be defined by bearings and distances. Curves will be defined by radius, arc length, chord bearing and chord length. USING GLOBAL POSITIONING SATELLITE (GPS) UNITS Each sampling point shall be located by establishing horizontal coordinates (North and East) or Latitude and Longitude with GPS units capable of an accuracy of plus or minus three feet (3’). In order to achieve the required accuracy of plus or minus three feet (3’), the Contractor shall provide two (2) GPS operators and two (2) GPS units, where one of the units shall serve as a fixed point. The operators of the GPS units are not required to be licensed surveyors, but shall, at a minimum, have been trained in the use of the GPS unit, and have one (1) year experience in its use. It is anticipated that the Bidder will have in-house trained staff to operate the GPS units. As such, Price Schedule B in Attachment #12 will cover the labor cost of this survey work. Price Schedule D includes line items to cover the cost of using the GPS units. Further information on GPS requirements can be found on the NJDEP web site: http://www.state.nj.us/dep/gis. 8.6.2 TOPOGRAPHIC MAP OF THE SITE This map shall be based on aerial photography or ground based survey or combination of both. The topographic map shall be scaled at 1" = 40'or less with a minimum contour interval of 2 feet. The map shall at a minimum include utility lines, streams, ditches, water bodies, structures, sidewalks, streets, and all other significant physical and environmentally sensitive features. Aerial photographs, if used, shall be current and taken not earlier than in 1990. AERIAL SURVEY The Contractor is requested to follow the “National Map Accuracy Standards” to achieve accurate maps. Generally two-foot contour maps will be required for the RI/RASE projects. As such, a range of negative scale 1/600 to 1/400 shall be used as criteria for flying. To minimize shadow areas that obscure the ground, a minimum sun angle of 30 degrees shall be achieved during the flight. In addition, aerial mapping shall be performed when there are no leaves on the trees and the ground. The photogrammetrist may use aerotriangulation method to develop accurate maps and to reduce the number of ground control points. It is recommended that the analytical stereo plotter (the device used to make aerial topographic maps) be used for developing accurate maps. 8.6.3 REMEDIAL INVESTIGATION MAP All sampling locations, well locations, test pits, soil borings and other locations shall be depicted on drawings with coordinates and elevations to the nearest 0.1 foot accuracy. The RI map shall be scaled at 1" = 40' or less. In addition, on the RI maps at a minimum the following information shall be depicted: a) Groundwater elevation contours with flow direction for each aquifer. b) Isopleth lines for groundwater contaminant concentrations, including horizontal/vertical extent of any

free product zones, for each round of sampling; isopleth maps for soil sample results.

Page 87: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

85

8.6.4 NJDEP GEOGRAPHIC INFORMATION SYSTEM For all maps required to be produced by this RFP, described in Sections 8.6.1 through 8.6.3, the Contractor shall follow the basic standards as described in the NJDEP document entitled Geographic Information System, Digital Data Standards (see Appendix 10), focusing on Sections 3.0 Map Compilation, 4.0 Data Automation, 5.0 Data Transfer and 6.0 Documentation. All geographic digital data will be evaluated by NJDEP according to these standards. Delivery shall include a digital coverage of each specific layer in New Jersey State Plane Coordinates suitable to be loaded directly into NJDEP's Geographic Information System. CONTRACTOR MUST SUBMIT ALL DATA AND MAPS IN HAZSITE DATABASE AND/OR GIS COMPATIBLE FORMAT IN ACCORDANCE AND COMPLIANCE WITH N.J.A.C. 7:26E -1 ET. AL. 8.6.5 TASK 6 DELIVERABLES The report, site, topographic and RI maps for Task 6, shall be prepared according to NJDEP Technical Requirements for Site Remediation N.J.A.C. 7:26E- 4.8(b)3i and 4.9(d)1,2,3,4 and 5. At a minimum the following deliverables shall be submitted: 1. Site property map in accordance with 8.6.1. 2. Topographic map in accordance with 8.6.2. 3. RI map in accordance with 8.6.3. 4. On an electronic computer media with the following requirements: The maps shall be in Autocad format (version 10 - 12). This shall either be in AutoCAD native format also known as DWG format, or in AutoCAD's drawing exchange format also known as DXF format. The preferred media for the deliverable shall be 3-1/2", 1.44 megabyte IBM formatted diskettes. When files are too large, the files may be saved in compact disks and be delivered. All Task 6 deliverables must be complete documents and all maps shall be submitted in 9 paper prints, 3 reproducible mylars and 1 copy of 3-1/2" diskettes. Not more than three RI results (e.g., isophlets of different concentrations) shall be presented on one map; an overlay(s) shall be used and keyed to the base map.

Page 88: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

86

9.0 METHOD OF ASSIGNMENT AND ENGAGEMENT

9.1 USE OF THE CONTRACT A. The award of this Term Contract establishes that the two Primary Contractors and Alternate firms

have represented that they can provide personnel with the necessary experience, qualifications, and state of the art capabilities in the designated disciplines to provide consultant services to NJDEP in multiple project assignments. The award also indicates that the Contractor(s)' proposed professional and technical rates are accepted for the period of the term contract.

B. The award of a Term Contract will not establish any other right nor will it constitute a commitment

that a RI/RAS Case will be assigned to each firm or any one firm. Once the RI/RAS Case is assigned to a Contractor, site specific work may or may not occur. The assignment of a RI/RAS Case will not establish a right, nor will it constitute a commitment that any work will be engaged.

C. The site-specific work engaged under this RFP may involve one Work Order of one or more Section

8.0 Tasks, or it may involve multiple Work Orders, with each subsequent Work Order dependent on the results and findings of the previous Work Orders. No work will commence until the Contractor is issued a Work Order.

9.2 ORDER OF ASSIGNMENT The State will award two Primary Contracts, to the two (2) responsive and responsible bidders providing the best value to the State for this Term Contract, as determined under Section 7.1.C. The NJDEP will alternate assignments under this contract. If, because of a conflict-of-interest, the first Primary Contractor is unable to undertake a RI/RAS Case, the Alternate Primary Contractor will be presented the RI/RAS Case. Both Primary Contractors are expected to have the capability to support five (5) simultaneous site specific projects at an average professional level of effort of 3,000 hours each. It is the intent of the RI/RAS General Contract that the Primary Contractor will be engaged for all specific cases subject to the following conditions: If the State determines a conflict of interest exists after reviewing the first Prime Contractor submittal detailing any relationships with the PRP’s of a specific project, the State has the option to assign that project to Alternate Contractor. If the Prime Contractor is engaged with five (5) simultaneous site specific projects, the Prime Contractor may refuse any more projects until the project workload decreases to under five simultaneous projects. Upon the Prime Contractors refusal, the State has the option to engage the Alternate Contractor. If the Contractor's performance in the management of execution of work during the course of an engagement is not satisfactory, the Department will notify the Project Manager of the problem for immediate resolution. Failure to correct problems in a reasonable time will result in the State taking further action with the Contractor that may end in termination of the contract according to Section 6.5.7 and awarding of future RI/RAS engagements to the Alternate Contractor. 9.3 CONTRACTOR SPECIFIC CASE ENGAGEMENT PROCESS It is the intent of the RI/RAS Contract to finalize a RI/RAS Specific Engagement between the NJDEP and the Primary Contractor and initiate RI/RAS work within a maximum of four (4) calendar weeks following notification of the Contractor by NJDEP. For each RI/RAS Case identified by NJDEP, the

Page 89: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

87

Primary Contractor will be notified by telephone and fax and presented a summary of the RI/RAS project, the anticipated tasks and follow-up schedule requirements as outlined below. A. At notification, the Primary Contractor will be informed as follows: 1. Identification of the site and location and any PRP's. 2. The site specific purpose and intent of the RI/RAS Case. 3. Description of the site and problem to be addressed. 4. Outline of anticipated Tasks. 5. Projected time frame of the RI/RAS Case and proposed general schedule. 6. The need for specific non-professional subcontractors. 7. Anticipated permits. 8. Schedule for Site Visit and initial pre-engagement meeting where required. 9. Location and amount of files available for review.

B. To accomplish a timely engagement schedule, each site specific case will be engaged at the State's

option on either a task by task basis or the contractor may be given a purchase order at the start of the project with not to exceed budgets for all work leading up to but not including the field investigation effort.

The Primary Contractor will prepare a scope of work and cost estimate for the RI/RAS case and submit it to the NJDEP within ten (10) working days of notification as detailed in section 9.3.A. The Contractor's initial work and cost estimate shall typically address only the Project Review and pre- RI/in Planning Tasks. Following agreement, a Work Order will be issued to complete this task. Subsequent tasks shall be planned and proposed by the Contractor along with a scope and cost estimate. The project scope of work and cost estimate shall include the following:

1. Project Task Outline. 2. RI/RAS project team including subcontractors. 3. Scope of work, and justification why necessary. 4. Schedule detailing when work will be performed. 5. Price proposal to include:

• Breakdown of hours and cost per task • Applicable labor rates • Subcontractor costs • Other Direct costs • Overhead and profit rates

Note: All Salary, Overhead and Profit Rates shall be those presented by the Primary Contractor in their RI/RAS Contract Bid. The contractor may be required to prepare Request for Proposal's and bid certain non professional work, such as surveying, drilling, and analytical services. The contractor will be compensated for bidding subcontracted work if required by the State.

C. Conflict of Interest. The NJDEP will present the Primary Contractor with a list of PRP's for the

project. The Contractor shall submit a "Certification of Conflict of Interest" form (Appendix 2), and will notify the NJDEP of any past business relationship, and any past or prospective work or the site. If the Contractor notifies the NJDEP of any such past or prospective relationship or site work, the NJDEP will then determine whether the relationship or work might constitute conflict of interest between the Contractor and the NJDEP's interest in reimbursement from PRP's for the cost of the site remediation. If the NJDEP determines that any such past or prospective relationship or work might constitute a potential conflict of interest, the NJDEP will disqualify the Primary Contractor for the project, and will award the project to the Alternate Contractor, as appropriate under Section 9.3. Where a Contractor seeks to be disqualified from a project because of prospective work with a PRP

Page 90: Remedial Investigation/ Remedial Action Selection (RI/RAS ...

88

or at the site, the Contractor must demonstrate the likelihood and significance of that work for the Contractor. The decision to disqualify a Contractor for a project shall be made within the sole discretion of the NJDEP. If the NJDEP awards a project to a Contractor, the Contractor must undertake that project and abide by the requirements of Section 6.1.12 of this contract to avoid future business relationships with PRP's and future site work, unless specifically approved by the NJDEP.

D. Subsequent to the NJDEP's receipt of the Primary Contractor's initial work and cost estimate, the NJDEP will review and respond back to the Primary Contractor within ten (10) working days and set a date and time to finalize an agreement (either via telephone and fax, or a meeting as appropriate for the specific RI/RAS Case). NJDEP's response will include:

1. Comments and/or changes to the work and Task Outline, Schedule or deliverables. 2. Review of projected hours, costs, and profit and resultant agreement or recommended changes.

E. The Primary Contractor shall finalize the RI/RAS Scope of Work and Cost proposal within one (5)

five working days following NJDEP's response in D above. NJDEP and the Primary Contractor shall attempt to agree on a projected maximum number of hours and a fixed profit amount for each task in accordance with Section 6.10.1.D. In the event this maximum number of hours is exceeded without a change in the Scope of Work the Contractor shall not be entitled to additional compensation. If the State and the Contractor cannot reach an agreement on the number of hours, the State will establish the maximum number of hours for the task. Hours required above this maximum must be justified in advance by the Primary Contractor in and approved in writing by NJDEP prior to any additional work effort. The Primary Contractor will be compensated for the approved extra hours at the appropriate salary rates with no additional profit included.

F. Following NJDEP and the Primary Contractor agreement, a Work Order and a Purchase Order will

be issued for work to commence. G. The State reserves the right to obtain the necessary services outside the Contract. 9.4 MANAGEMENT OF THE CONTRACT A. The NJDEP Bureau of Investigation, Design & Construction (BIDC) through its NJDEP State

Contract Manager (SCM) shall perform central technical management oversight of the contract. B. Any engagement of a Contract from this term contract must be arranged and authorized through the

NJDEP State Contract Manager C. The NJDEP State Contract Manager for this contract is:

Kenneth Petrone, Section Chief

Bureau of Investigation, Design and Construction Publicly Funded Remediation Element New Jersey Department of Environmental Protection 401 East State Street, P.O. Box 413

Trenton, New Jersey 08625-0413