Loading...
HomeMy WebLinkAboutNCD980602163_19970324_Warren County PCB Landfill_SERB C_RFP - Evaluate Treatment Technology on Soils Extracted-OCR8-22-1 S:lS:l6 I I : 1 3Pt 1 Jc( . 'fcj /L Ff?Ot-1 f~tr_J(C/ v {?;j~ ( Ma:rch 24, 1997 .............................................................................. by FAX (2 pages) To: Mike KeUy Working Group Pat Bames P. I <, ·,:': nr.1 . From: Joel Hfrschhom Re: Summ:uy evaluation ofnvo technology testing proposals As a result ofrevie\\::ing the proposals from ETG and Eco Logic I offer the fol1ovving conclusions and comments. l. Both companies have adequately responded to the RFP and have presented a sufficient case to be considered for Phase I contracts. However, the overall quality and technical content of the ETG proposal is not as good as the Eco Logic proposal. 2. As to pricing, the Phase I cost from ETG is high, $194,000 versus S 141,000 for Eco Logic. It is not entirely clear why the ETG cost is so much higher. Eco Logic provided some hreakdov.,'n of costs for Phase I, but ETG did not. An e:,.,,.'J)lanation given by ETG to me is that it ¼ill be using a pilot scale unit rather t11an a laboratory, bench scale unit. But this also appears to be the case for the Eco Logic work. And both companies have similar laboratory testing costs. The higher cost ofETG by some $50,000 merits some attention. 1 recommend that the state askfor some supporting i,~f ormation from ETG, at least si,nilar to the breakdown provided by Eco Logic (p. 49j. 3. TI1e Phase TI cost proposals also raise some issues. TIJe ETG proposal at $89,000 may be deceptively low, as compared to the $115,000 from Eco Logic, because ETG said that some travel costs were not included. Moreover, ETG did not seem to include any labor costs for ETG personnel for Phase II, but only its subcontractor !CF Kaiser. J recommend that the state seek clarification 011 these issues from ETG. 4. A major difference between the proposals is that Eco Logic has paid considerable attention to the entire area of community relations and risk communication, as well as future economic development for the commu1.lity in full scale cleanup, by using a subcontractor, Guild, that is a minority (African-American) owued 8-a type company with considerable ex"J)erieuce in working \,vith low trnst!high concern emriro1unental situations and communities. This component of the 1 . -' 8 -22-1 ~➔~➔6 1 1 : I 4Pt 1 Eco Logic proposal is detailed in sections 5.3.2, 6.2, 7.3 and Attachment H. ETGJJas no corrqJarable component to their proposal, even though it has considerably higher costs. It is my understa.ndillg that Guild v.ill not attempt to market Eco Logic, but rather to ensme the commnnity that its issues and concerns about the technology testing and full scale detoxification are effectively identified and addressed by Eco Logic. 5. ETG has e:x.l)licitly stated that its test facility \\ill be open to inspection, but Eco Logic did not make such a statement~ aJld the fact that Eco Logic testing \\-ill be done at au Anny faciljty in Maryland raises some reasonable question about the ability to access the site to observe the testing. I recommend that the state seek clarification on tlzis issue from Eco Logic. 6_ The issue of EPA TSCA pennits for the testing was addressed in each proposal, but uncertainties remain for Eco Logic which said it ex.1>ects a permit by mid-April. On the positive side, Eco Logic had a TSCA permit for its work in Bay City, Ml, and presumably should not face obstacles ro getting a ne,\' permit for this tesring. For ETG, the EPA permit is from EPA Region 3, not Region 4, and was not given to ETG but to an affiliated company VFL. A deficiency in the ETG proposal is the lack of details about its corporate/business strueture and its relationship to other companies. Landfill waste pro\.ided to ETG would seem to have to go to VFL~ and the question of whether the VFL permit legally covers testing by ETG me1its an answer from EPA. I recommend that tlte state obtain an opinion from EPA Region 4 about this ETG siruarion. 7. I note that both firms have teamed with major emi:ronmental engineering firm.,;_ Although it appears that Eco Logic's partner CDM has a significant preseuce iIJ North Carolina and an office in Raleigh, while ETG's partner, ICF, does not have a local office. Several of the professionals identified for CDM have worked on sites in North Carolina, and one of their senior people is someone that I have worked with for several years for a. landfill in New York; he has demonstrated very good skills in working with community interests. 2 I I ECO LOGIC ! Febf ary 26, 1997 Mr. !Michael A. Kelly I • Deputy Director DiviliioD of Waste Management Srat.J of Nort11 Carolina P.0/ Box 27687 Ral~igh, North Carolina 276p-7687 l -------le I I SU JECT: Warren County, North Carolina Landfill Proposal No. PCB LF-4 Dea Mr. Kelly: The purpose of this letter is to request some clarification regarding the requirements for the Pha~e TI portion in the request for proposals. I On page 7 Section 2.1.1 of the RFP is the description of the Phase II portion of the project. For /the purpos_es of_ our pro~os~J submis~ion, we would like to clarify that the technical and coso proposal tor this Phase 1s tor deszgnzng full-scale cleanup rather than for actually con~ucting fullpscale remediation of the landfill. In other words 1 should our cost proposal incln.ide a cost breakdown for excavation, mobiliza6on and set-up, operations, and den}obilization etc. or for the costs we would incur in developing a design ai1d operations plan for [he site? Cla ification of the above memioned would be greatly appreciated. Sin ·erelv . ' JJ~ Sh~rri E. Woodland, B.Sc. Project Development Coordinator ELf Eco Logic International Inc. i I I i I I ELI Eco Logic Inc. 143 Denni~ St, Rockwood, Ontario, Canada, NOB 2k0 I Phone (519) 856-9591 Fax (519 ) 856-923 5 FAX COVER SHEET PHONE: -------- PHONE : 7 3_~ -4 9 9 6 )( ;l-0..3 COMMENTS: ;t..,_,_, /l.µ/Uuc) ef ~ 7 =4 (7(Yl/U?C7?r&-; AsA e --Jo ri, /}(~~-kt- TOTAL NUMBER OF PAGES INCLUDING COVER SHEET: .,__ j DATE SENT: / -J/-'1 1 State of North Carolina Department of Environment, Health and Natural Resources Division of Waste Management James B. Hunt, Jr., Governor Jonathan B. Howes, Secretary William L. Meyer, Director MEMORANDUM: TO: Potential Respondents January 31, 1997 FROM: Michael A. Kelly, Deputy Director Division of Waste Management .AVA DEHNR SUBJECT: Request for proposals to evaluate fi>?J...+.-,enr ec nologies on soils extracted from the PCB Landfill, Warren County, North Carolina. The Division of Waste Management seeks proposals for a two phase bid on conducting evaluations of technologies to be used in the detoxification of the PCB Landfill in Warren County, North Carolina. The proposals are to be for the evaluation of the following technologies only: 1) Base Catalyzed Dechlorination (BCD) 2) Gas Phase Chemical Reduction These technologies have been determined by the Warren County Working Group and Science Advisors to be the most appropriate technologies for detoxification. No other remedial or detoxification technologies will be considered responsive to this RFP. A mandatory pre-bid meeting will be held February 17. 1997. at 10:00 AM in Conference Rooms 1 & 2, Division of Waste Management, 401 Oberlin Road, Raleigh, North Carolina. Five copies of the final proposals are due to the Division of Waste Management, 401 Oberlin Road, Suite 150, Raleigh, North Carolina 27605, no later than 12:00 noon on Wednesday, March 19. 1997. Multiple companies may be chosen for Phase I, however, only one company and technology will be awarded a contract for Phase II. All responsive bidders will quote on both phases of this project in their final proposal. Contact: Mr. Michael A. Kelly, Deputy Director, Division of Waste Management, State of North Carolina, 919-733-4996, ext. 201. P.O. Box 27687, Raleigh, North Carolina 27611-7687 Voice 919-733-4996 If P®'&MN FAX 919-715-3605 An Equal Opportunity Affirmative Ac tion Employer 50% recycled/10% post-consumer paper PROPOSAL NO. PCB LF 4 ISSUE DATE: JANUARY 31, 1997 NC DEPARTMENT OF ENVIRONMENT HEALTH AND NATURAL RESOURCES DIVISION OF WASTE MANAGEMENT Request for Proposal for Evaluation of treatment technologies on soils extracted from the PCB Landfill, Warren County, North Carolina. PRE-BID MEETING: CLOSING DATE: Send all proposals directly: February 17, 1997 March 19, 1997 Time: 10:00 AM Time: 12:00 Noon NC Department of Environment, Health & Natural Resources Division of Waste Management 401 Oberlin Road, Suite 150 Raleigh, North Carolina 27605 Attn: Michael A. Kelly Please note the proposal number and closing date on the bottom left hand corner of your return envelope. PART I SOLICITATION INSTRUCTIONS 1.1 This request for proposals (hereinafter referred to as ("RFP") solicits proposals for contractual services pursuant to Section I NCAC 5D.0300-.0509 of North Carolina Administrative Code. Mark outside of return envelopes: Reply to 1.2 Using Agency The services solicited herein shall be performed for: Department of Environment, Health, and Natural Resources 1. 3 Issuing Agency Department of Environment, Health, and Natural Resources Division of Waste Management 40 I Oberlin Road, Suite 150 Raleigh, North Carolina 27605 Attention: Michael A. Kelly Telephone: (919) 733-4996 Extension 201 1.4 Copies of this request for proposals will be distributed only by mail or they can be obtained in person from Suite 150, 401 Oberlin Road, Raleigh, NC 27605. 1. 5 Sealed proposals subject to the terms and conditions made a part hereof will be received at the address specified in 1.3 until 12:00 noon, March 19, 1997, 1. 6 Refer technical inquiries to address/person specified in 1. 3. 1.7 Pursuant to Article 3 and 3C, Chapter 143 of the North Carolina General Statutes and Executive Order No. 77, the State invites and encourages participation in this procurement by businesses owned by minorities, women and the disabled including utilization as subcontractors to perform functions under this Request for Proposals. RFP #PCB LF-4 1 1.8 Subcontracting: Offerers may propose to subcontract portions of the work provided that their proposals clearly indicate what work they plan to subcontract and to whom and that all information required about the prime contractor is also included for each proposed subcontractor. 1.9 Performance and Default: The State reserves the right to require a Performance Bond or other suitable performance guarantee from the successful offerer as provided by law without expense to the State. In case of default by the contractor, the State may procure the services from other sources and hold the Contractor responsible for any excess cost occasioned thereby. 1. 10 Pricing: If either a unit price or an extended price is obviously in error and the other is obviously correct, the incorrect price will be disregarded. The right is reserved to accept other than the lowest priced proposal as may be determined to serve the best interest of the State Agency. 1.11 Specifications: Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that the proposal offered is in strict compliance with these specifications, and the successful offeror will be held responsible therefor. Deviations must be explained in detail on an attached sheet(s). 1.12 Exceptions: All proposals are subject to the terms and conditions outlined herein. All responses will be controlled by such terms and conditions and the submission of other terms and conditions and/ or other documents as part of an offeror' s response will be waived and have no effect either on this Request for Proposals or on any contract that may be awarded resulting from this solicitation. The attachment of other terms and conditions by an offeror may be grounds for rejection of that offeror' s proposal. 1.13 Award: All qualified Proposals will be evaluated and acceptance made on the Proposal judged by the Contracting Agency to constitute the best value offered for the purpose intended. Evaluation will be based on the offerers qualifications, experience, similar related experience, past performance, financial standing, labor supply, hours offered, references, cost and overall demonstrated ability to perform the service required. The Contracting Agency reserves the right to contract with more than one offerer to provide the services described herein. 1.14 No Bid/Offer: Unless a response, in the form of either a proposal or a written decline to offer a proposal, is received, offeror' s name may be removed from the applicable mailing list. 1.15 Cost for Proposal Preparation: The State will not reimburse offerors for costs incurred in the preparation and submission of a proposal. RFP #PCB LF-4 2 1.16 Offeror's Representative for Business Purpose: The name, mailing address, and telephone number of the offeror' s authorized agent with authority to bind the firm and answer official questions concerning the offeror' s proposal must be clearly stated. 1.17 Time for Consideration: Preference may be given to proposals allowing not less than 3 0 days for consideration and acceptance. 1.18 Telegraphic Offers: Telegraphic, telecopy and facsimile offers will not be considered; however, offers may be modified by such means, providing such notice is received prior to the date and time of bid opening above specified, and provided a signed original follows. 1.19 Any explanation desired by an offerer regarding the meaning or interpretation of the RFP, attachments, specifications, etc. must be requested in writing and with sufficient time allowed for a reply to reach offerors before the submission of their offer. Oral explanation of instructions given before the award of the contract will not be binding. Any information given to a prospective offerer concerning the RFP will be furnished to all prospective offerors as an amendment to RFP, if such information is necessary to offerers in submitting offers on the RFP or if the lack of such information would be prejudicial to uninformed offerers. 1.19.1 Acknowledgment of Amendments to RFP: Receipt by an offerer ofan amendment to this RFP must be acknowledged by including a copy of the amendment with offeror' s proposal. 1.20 The successful offerer shall provide adequate facilities, labor, equipment, services, supervision and lay days to meet all conditions of the contract specifications. 1.21 Liability: The successful offerer shall assume liability for damage or loss resulting from the wrongful act(s) and/or negligence of its employees while engaged in the performance of the contract. The contractor or its insurer shall reimburse the Contracting Agency for any such damage or loss within 30 days after a claim is submitted. 1.22 Insurance: The successful offeror shall at its sole cost and expense procure and maintain in full force and effect during the term of the contract from an insurance company duly authorized to do business In North Carolina, insurance as appropriate for the conduct of the contract: RFP #PCB LF-4 3 1.22.1 Worker's Compensation Insurance covering all of contractor's employees who are engaged in any work under the contract. 1.22.2 Public Liability Insurance in the amount of $300,000.00 and Property Damage Insurance in the amount of $100,000.00. 1.22.3 Automobile bodily injury and property damage liability insurance when the services to be performed require the use of motor vehicles. 1.22.4 Fidelity bonding (Honesty Bonding) Contractor shall furnish the State a certificate evidencing required insurance coverage prior to commencing work. All certificates of insurance shall provide that the insurance company will give customers fifteen (15) days written notice prior to cancellation or any change in stated coverage of any such insurance. All insurance shall remain in effect for the duration of the contract. Failure to provide current Certificates of Insurance to the Contracting Agency as required, during the term of this contract will be considered default and the contract may be canceled. 1.23 Laws: The contractor shall comply with laws, ordinances, codes, rules and regulations bearing on the conduct of the work including Federal, State and local agencies having jurisdiction. This shall include, but not be limited to, minimum wages, labor and equal employment opportunity laws. · 1.24 Each offeror is cautioned that the State is not obligated to ask for or accept, after the closing date for the receipt of proposals, data which is essential for a complete and thorough evaluation of the proposals. The State ofNorth Carolina may award a contract based on initial offers received without discussion of such offers. Accordingly, each initial offer should be submitted on the most favorable and complete price and technical terms which the offeror can submit to the State. 1.25 The State reserves the right to accept or reject any and all proposals; to waive any informality in proposals; and, unless otherwise specified by the offeror, to accept any item in any proposal. RFP #PCB LF-4 4 1.26 Confidentiality: In submitting its proposal the offerer agrees not to discuss or otherwise reveal the contents of the proposal to any source outside of the using or issuing agency, government or private, until after the award of the contract. Offerors not in compliance with this provision may be disqualified, at the option of the State, from contract award. Only discussions authorized by the issuing agency are exempt from this provision. 1.27 Proprietary Information: All proposals, after the award of the contract, will be open for public inspection. Trade secrets or similar proprietary data which the offerer does not wish disclosed to other than personnel involved in the evaluation or contract administration will be kept confidential to the extent permitted by NCAC T0I:05B.1501 and G.S. 132-1.2. Each page shall be identified in boldface at the top and bottom as "CONFIDENTIAL". Any section of the proposal which is to remain confidential shall also be marked in boldface on the title page of that section. Cost information and certain other information essential to the evaluation of the proposal may not be deemed confidential. 1.28 Advertising: In submitting its proposal, the offeror agrees not to use the results therefrom as a part of any news release or commercial advertising without prior written approval of the Division of Purchase and Contract and the using agency. 1.29 Protest Procedures: A party wanting to protest a contract awarded pursuant to this solicitation must submit a written request to the State Purchasing Officer, Division of Purchase and Contract, 116 West Jones Street, PO Box 29582, Raleigh, NC 276260582. This request must be received in the Division of Purchase and Contract within thirty (30) consecutive calendar days from the date of the contract award, and must contain specific sound reasons and any supporting documentation for the protest. NOTE: Contract award notices are sent only to those actually awarded contracts and not to every person or firm responding to this solicitation. Offerors may call (919) 733-9746 to obtain a verbal status of contract award. All protests will be handled pursuant to the North Carolina Administrative Code, Title 1, Department of Administration, Chapter 5, Purchase and Contract, Section 5B.15 l 9. RFP #PCB LF-4 5 PART II SCOPE OF WORK 2.0 Background on Warren County PCB Landfill and detoxification commitment 2.0.1 The State ofN.C. (State) owns and maintains a closed (July 1983) polychlorinated biphenyl (PCB) chemical waste landfill permitted in accordance with the Toxic Substance Control Act (TSCA) and 40 CPR Part 761. 2.0.2 The PCB landfill is located on the East side of SR 1604 approximately 1.5 to 2.0 miles from the intersection of SR 1604 and US 401 South, 2-3 miles from Warrenton, North Carolina. (see Attachments 1 and 2) 2.0.3 The State is committed to detoxification of the landfill utilizing appropriate and feasible technology. 2.0.4 The State established a Joint Warren County/State PCB Landfill Working Group (Working Group) to evaluate technologies and tasks associated with the detoxification of the landfill. The Working Group has hired independent science advisors to help them with technical issues associated with the PCB Landfill. 2.0.5 The Working Group has determined that Base Catalyzed Dechlorination (BCD) technology and Gas Phase Chemical Reduction technology (herein after referred to as "technologies") are appropriate and potentially feasible technologies for detoxification of the landfill. No other remedial or detoxification technologies will be considered responsive to this RFP. An "Explanation of Selection of Two Detoxification Technologies" from the Working Group and Science Advisors is provided as an Appendix to this RFP. 2.0.6 The Working Group has determined that information obtained from multiple variations of the technologies from bench scale testing is essential for final evaluation of the appropriateness and feasibility of the technologies for full scale detoxification of the landfill. RFP # PCB LF-4 6 2.0.7 The Working Group has recommended the technologies for consideration of implementing bench scale testing on representative waste or contaminated soil materials from the PCB landfill. 2.0.8 Soils to be utilized in this bench scale testing will be removed from the Warren County PCB Landfill on a separate contract and shipped to the selected vendors. 2.1 Project Description 2.1.1 The scope of this RFP is split into two phases. -Phase I -To solicit technical and cost proposals to conduct bench scale testing to demonstrate the effectiveness of the technologies on detoxifying PCB contaminated soil removed from the Warren County PCB landfill. -Phase II -To solicit technical and cost proposals for the preliminary design of the full scale use of the detoxification technology selected on the basis of Phase I results to detoxify the Warren County PCB landfill. 2.1.2 Respondents to this RFP must present separate technical and cost proposals for performing both Phases I and II within one proposal document. 2.1.3 Contracts awarded to companies to perform the Phase I testing will include stipulations that they are pre-qualified as potential providers of Phase II services. Only one contractor will be awarded a Phase II contract. 2.1. 4 The selection of the company for the Phase II part of this RFP is dependent on the results of the Phase I testing. It is anticipated that the Phase II contract will be awarded within 30 days of obtaining the final Phase I Test Report. The specific selection criteria are as follows : RFP #PCB LF-4 a. The ability to meet Phase I performance criteria (see section 2.5) as demonstrated through Phase I test data. b. The quality of the Phase l test report. c. The ability of the vendor to provide full-scale .equipment at the Warren County PCB Landfill site. 7 d. The ability of the vendor to provide a safe, reliable and cost-effective full scale application of the selected technology at the Warren County Landfill. e. The quality and cost of the proposal for providing Phase II services. 2.2 Goals and Objectives of the Bench Scale Testing 2.2.1 A major objective of the bench scale testing is to determine the feasibility of the technologies for full-scale detoxification of the PCB Landfill. 2.2.2 The preliminary goal for detoxification is to reduce total PCB concentrations down to 20 ppb and Dioxin TEQ down to 1 ppt with a proportionate reduction in other chlorinated constituents. 2.2.3 Feasibility will be largely measured by the extent and degree of success of the technologies to detoxify the PCB Landfill contents. Feasibility will also be determined by considerations for safety of the technology, rate of detoxification, cost per unit of detoxification and reduction in long term potential for environmental releases from residuals of the detoxification process. 2.2.4 The primary goal of the bench scale testing is to provide the technical data and a scientific basis for recommendations by the Working Group to the State for full-scale detoxification of the PCB Landfill. 2.3 Phase I -Bench Scale Test -General Procedures 2. 3 .1 The primary qualitative goal of the bench scale testing is to demonstrate that the technologies can effectively, reliably, and safely detoxify PCB waste materials from · the Warren County PCB Landfill 2.3.2 Approximately 500 pounds of PCB contaminated soils will be sent to the vendor's designated facility for testing. 2.3.3 The vendor must account for the total amount of waste supplied and is responsible for the final legal disposal of the material. RFP #PCB LF-4 8 2.3.4 It is preferable to avoid any de-watering of waste material before the bench testing. If de-watering needs to be done before testing, this must be fully described in the response to this RFP and in the final test report. The technical and economic implications and equipment necessary for de- watering in the full scale detoxification of the landfill must also be thoroughly discussed. 2.3 .5 Samples of the pre and post-treatment solids will be analyzed for water content, all PCB congeners, dioxins/furans and VOCs. Analyses must be obtained for all PCB congeners in parts per billion. Analyses for dioxins/furans must be in parts per trillion. EPA method 8290 should be used and results must be reported for all species plus dioxin TEQ. 2.3.6 The vendor must be willing to allow State personnel, members of the Working Group and the Science Advisors to visit their facilities, possibly during some of the actual bench-scale testing. 2.4 Characterization of PCB contaminated soils to be utilized for the bench scale testing 2.4.1 PCB contaminated soils are physically characterized in Attachment 3. RFP #PCB LF-4 Generally, the soils are coarse-grained, with less than 30% passing through a #200 sieve. The liquid limit and plasticity index is 25 and 8 respectively. Total organic or humic content is less than 2%. The surface 10 to 12 feet of PCB contaminated landfill soil is relatively dry. PCB contaminated soils below this level are saturated with water. The State intends to provide PCB contaminated soils that are a mixture from the dry and saturated portion of the landfill for the bench scale testing. A major objective of the bench scale testing is to provide sufficient data for evaluation of the technologies on a full scale basis. There may be a significant difference in interpretjng between a bench scale and full scale process and dry and saturated soils. Each respondent is requested to provide information on differences between using dry and saturated soils for the bench scale testing and accuracy in projecting or estimating the applicability to full scale projects. The degree to which materials handling and de-watering can be minimized in full scale detoxification at the landfill is an evaluation criterion for judging the overall effectiveness performance of the technology in Phase I and for selecting one Phase I vendor for providing Phase II services. 9 2.4.2 PCB contaminated soils are chemically characterized in Attachment 4. The average concentration of PCB is approximately 350 ppm with a range of 150 to almost 900 ppm. The PCB is a mixture of PCB congeners with approximately 61 wt¾ Arochlor 1260, 27 wt¾ Arochlor 1254 and 12 wt¾ Arochlor 1242. Other chemicals such as chlorinated benzenes, furans & dioxins are present in ppq to ppb concentrations. 2.5 Phase I -Bench Scale Test -Performance Criteria 2.5.1 The primary detoxification performance criteria to be used to evaluate bench scale test results will be the level of destruction of PCBs and all dioxin isomers present in the waste material. Principal Preliminary Remediation Goals in post-treatment solids: -20 ppb for total PCBs - 1 ppt for Dioxin TEQ 2.5.2 The vendor must demonstrate that air emissions will be kept under unacceptable potential health risks levels for on site use. Air Emission Performance Goals: -8x I 0-4 micrograms per cubic meter for PCBs -5x10·3 micrograms per cubic meter for Dioxin TEQ 2.6 Phase I -Bench Scale Test -Test Data Required 2.6.1 The vendor is responsible for obtaining and presenting test data that demonstrates the performance of their technology and that all preliminary remediation goals have been m~t. 2.6.2 The vendor must show that PCBs and Dioxins are being destroyed and are not just being removed from the waste during treatment. This will require that the vendor obtain accurate data on whether PCBs and Dioxins exit from the test equipment in off streams such as air, waste water and solid residue. 2.6.3 The vendor must show the consistency of their technology by conducting several runs in the equipment. Varying levels of performance between different test runs must be explained and discussed. Any correlation between RFP #PCB LF-4 level or consistency of performance and water content in the waste feed material must be explained and discussed. The implications of varying performance for reliability for full scale use of the technology must be discussed. 2.7 Phase I -Bench Scale Testing -Test Report 2. 7 .1 The vendor must submit to the State a comprehensive test report within 60 days of receipt of the waste material to be tested. 2. 7.2 The Test Report should follow the following format. RFP #PCB LF-4 a. Executive Summary. b. Introduction and background information on the technology and the company. c. Description of the bench scale test equipment and methodologies used. d. Test Results -Detoxification perforrriance, effectiveness, and reliability -Environmental and safety performance e. Ability to accommodate significant water content f. Technical issues, needs and potential uncertainties for full scale treatment. g. Economic issues and estimates for full scale treatment h. Capabilities to provide full-scale equipment for use at the Warren County Landfill. 1. Appendices (as needed) 11 2.8 Phase II -Full Scale Preliminary Design -Scope of Work 2.8.1 The primary scope of work for Phase II is to produce a conceptual preliminary design of the full scale detoxification system needed for the Warren County PCB Landfill. This conceptual preliminary design will be described in a Design Report. 2.8.2 It is acceptable for the technology vendors to utilize subcontractors to assist with the engineering, design and construction of the full scale on-site remediation system. 2.8.3 It is anticipated that the full scale preliminary design will need to address the following areas: a. Excavation of the landfill b. Materials handling and preparation c. Mobilization and staging of all equipment to be used at the site d. Design of an on-site demonstration performance test e. Construction/Assembly of the full scale detoxification technology equipment f Full scale detoxification of all materials needing treatment including on-site and off-site monitoring and testing for PCB air emissions as vapors and particulates. g. Verification testing and replacement of treated soils at the site h. Demobilization of all equipment at the site 1. Proper testing and disposal of solid and liquid wastes or residues J. Restoration of the site 2.8.4 The Vendor's team of engineers and scientists is expected to work cooperatively with the State, the Working Group and the Science Advisors to prepare the preliminary design. It is expected that several meetings (probably at least four) in North Carolina will be needed to accommodate this cooperative effort. RFP #PCB LF-4 12 2.8.5 It is expected that a Draft Preliminary Design Report be provided no later than 75 days after initiation of Phase II. A Final report is expected no later than 30 days after submission of final comments from the State, the Working Group and the Science Advisors. 2.9 PCBLandfill Site Visit and Pre-Proposal Conference 2.9.1 A pre-proposal conference will be held two weeks after the request for proposals (RFP) is noticed to potential respondents. 2.9.2 A site visit will be provided two weeks after the RFP is noticed to potential respondents immediately following the pre-proposal conference. 2.9.3 Attendance at the site visit and pre-proposal conference is prerequisite to consideration of the offerers' proposals. This conference is scheduled for Monday, February 17, 10:00 AM at the Division ofWaste Management's Conference Room's 1 & 2, 401 Oberlin Road, Raleigh, NC. 2.10 Process and Procedures For Implementation of the Bench Scale Testing 2.10 .1 The PCB Landfill is subject to TSCA regulations. The technologies are considered as research and development technologies or alternative methods of disposal under TSCA and 40 CFR 761 regulations. As a result, respondents may have to submit an application for approval of the project as an alternative method of PCB disposal to the State and US EPA Region IV in accordance with 40 CFR 761 . 2.10.2 Vendors should provide any documentation concerning previous determinations by the U.S. E. P.A. about their technology as either an R&D technology or an alternative TSCA method of disposal, preferably in a pre- proposal submission prior to or at the pre-proposal conference. 2 .10. 3 If necessary, approximately 3 0 days will be allowed for respondents to submit an application for the selected technologies as alternative PCB disposal methods. The actual schedule for submittal of the application will be negotiated during the pre-proposal conference. 2.10.4 The State will facilitate and administratively support respondents' efforts to obtain US EPA approval. RFP #PCB LF-4 13 2.10.5 The US EPA Region IV has committed to provide reasonable priority to make a decision on respondents' applications. The approximate schedule for EPA to make a decision is 90 days. The quality and completeness of applications will influence this schedule. 2.10.6 Respondents should indicate their current permitted status with EPA, ie permitted as a R&D or as a Treatment, Storage & Disposal facility for PCB's, and their current status in regards to immediate receipt of and testing of PCB soil from the landfill. 2.11 Overall Evaluation/Selection Criteria 2.11.1 Complete response to information required by this RFP for evaluation by the Working Group and Science Advisors. 2.11.2 Submittals, with State and EPA approval, of the bench scale testing proposal as an alternative PCB disposal method. Respondents must obtain EPA and State approval prior to being considered for contracting with the State for implementing the bench scale testing. 2.11.3 Respondents shall submit a description of their business structure and a compliance history document including: Business Structure -Brief description of form of business to include partnerships, corporation or other names, addresses and titles of all officers, directors or partners of any parent or subsidiary corporation, partnership or other_ forin of business. Names, addresses and titles of any projects or facilities constructed or operated by the applicant. Compliance History Documentation -A list describing any notice of violation, warning or any other enforcement action taken against any person or facility identified above. This includes any administrative ruling or order issued by any state, federal or local law, regulation or ordinance related to waste management environmental protection regulations. 2.11.4 Respondents shall submit documentation of experience with the proposed technology including: RFP #PCB LF-4 List of all projects initiated, implemented, completed with same or similar materials; 14 Contacts/evaluations from federal/state/local oversight agencies on these projects; 2.11.5 Respondents shall submit documentation and other information to describe key personnel qualifications to include: Academic qualifications Specific experience of individuals assigned to projects with similar contaminants Company safety training requirements Include all proposed sub-contractors. 2.11 .6 Respondents shall submit documentation and other information on current and previous experiences in responding to public and citizen concerns and include: History of working with community groups (proactive efforts, communication, management of complaints) Presence/capability of staff/personnel for risk communication, provision of technical information for nonprofessional audiences, and community relations. 2.11 . 7 The Working Group will review all information and make a recommendation for selection of respondents to the State. 2.11. 8 The State reserves the right to select more than one offeror and award a contract(s) to other than low bid. 2.11 . 9 As stated in Part I, Section 1. 7 of this RFP, the State encourages the participation in this procurement by businesses owned by minorities, women and the disabled including utilization as subcontractors to perform functions under this Request for Proposals. 2.12 Deliverables To State 2.12.1 All information requested in sections 2.0 through 2.12. 2.12.2 Interim progress reports, monitoring data and other information requested by the Working Group RFP #PCB LF-4 15 2.12.3 A final report on the bench scale testing upon completion to cover the following items: · a. All aspects required for consideration to scale the process up to full scale detoxification of the PCB Landfill. b. Provide data and sufficient technical and cost information that can be technically and scientifically verified through a peer review. c. The report shall be of sufficient quality to present to the General Assembly ofN.C. for consideration of funding a full scale process for detoxifying the PCB Landfill. d. Cost of development of final report on the bench scale testing. 2.12.4 The report on full scale applicability shall include at least the following: RFP #PCB LF-4 Overall protection of human health and the environment. Short term effectiveness and impact on community, environment, and workers during implementation of full scale operation. Reduction of Toxicity and mobility due to treatment, degree of irreversible treatment, and characteristics of residuals. Long term effectiveness -residual risk and management, and reliability of residual management control. Implementability -ability to construct and operate proposed technology, reliability of proposals for full scale detoxification, ability to monitor releases, effectiveness of full scale operations on the PCB Landfill, and ability to obtain regulatory approval of full scale operation at the PCB Landfill. Co.st :.. including capital cost, operating and maintenance cost, cost per unit of containment, and total cost of full scale treatment of the PCB Landfill. 16 2.13 Anticipated Sequence of Activity and Schedule for the Bench Scale Testing 2.13 .1 A pre-bid conference is scheduled to be held at 401 Oberlin Road, Raleigh, NC 27605, in Conference Room 1 on Monday, February 17, 1997 at 10:00 AM. 2.13 .2 If necessary, respondents must submit application for alternative PCB disposal to the EPA and all information required by Working Group for selection by Wednesday, March 19, 1997. 2.13.3 State negotiates fixed cost contract with respondents that receive US EPA approval for alternative PCB disposal method within 30 days. 2.13.4 Respondents complete bench scale testing and final report within 60 days. 2.13. 5 All the above may be significantly modified by negotiation with respondents and events beyond the control of the responders or the State. The State and Working Group are committed to ensuring that the process is implemented on as rapid a track as practicable. RFP #PCB LF-4 17 PART Ill TECHNICAL PROPOSAL 3 .1 Each offerer responding to this RFP must submit three (3) copies of a statement of technical qualifications, detailing the firms ability to perform the services required herein. The technical proposal should be in narrative form and must include at a minimum the information outlined below. 3 .1. 1 Information relative to the offeror' s background, experience, and such other information as may be deemed relevant for the purpose of evaluation of professional skills and capability. 3.1.2 Information describing the size and organizational structure of the offeror's firm . 3.1.3 Information describing how each requirement of the scope of work will be addressed. 3.2 Each offeror must submit a list of client names, type of contract (including type of services produced) and inclusive dates of contracts for similar work. 3 .3 Each offerer shall propose a contract schedule and guaranteed completion date and shall assure the Department that their firm is capable of maintaining the schedules and meeting the deadlines that have been established. Any schedule and deadline, once established by contract, can only be adjusted by mutual consent of all parties thereto. 3.4 Each offerer must furnish complete professional services relating to the requirements of the scope of work including materials and any necessary subcontractors. The bid price offered will be a fixed price or fixed rate and shall include all professional fees for services to be rendered as well as all incidental travel and production expenses. RFP #PCB LF-4 18 PARTIV FORM OF PROPOSAL The undersigned bidder proposes and agrees if this proposal is accepted to contract with the Department of Environment, Health, and Natural Resources, Division of Waste Management to furnish the services required herein, and to complete the scope of work as described in Part 11 hereof Services should be accomplished in full and complete accordance with the specifications and contract documents to the full and entire satisfaction of the Division of Waste Management, with a definite understanding that no money will be allowed for extra work except as may be set forth in written addendum to the contract, duly executed by all parties thereto. The parties hereto agree that in consideration for performing all the requirements hereunder, DEHNR shall pay the offerer $ or per the attached cost proposal for the services as described herein, said sum to be full and complete compensation for the offeror' s services required herein. Pursuant to the provisions of G.S. 143-54, and under penalty of perjury, the signer of this proposal certifies that this proposal has not been arrived at collusively nor otherwise in violation of Federal nor North Carolina antitrust laws. Name of Firm or Corporation submitting bid Federal I.D. Number ___________________________ _ By:. __________________________ _ Typed Name: _____________________________ _ Title: ________________________________ _ Address: _______________________________ _ Witness: _______________________________ _ Proprietorship or Partnership Please indicate if one of the following applies: Women Owned/Controlled. __ Minority Owned/Controlled__ Handicapped Owned/Controlled __ Submitted this __ day of ______ l 997 RFP #PCB LF-4 19 Appendix for technology RFP .EXPLANATION OF SELECTION OF TWO DETOXIFICATION TECHNOLOGIES A detailed technology screening, evaluation, assessment and comparative analysis has been performed for tlle V.'arren County PCB Landfill. All but two treatment technologies were screened out. Only Base Catalyzed Decomposition (BCD) and Gas Phase Chemical Reduction technology were found to be appropriate and potentially feasible. The original use of the term deto:-...ification technology by the state of North Carolina implies that technologies that are considered cleanup or remedial technologies but that do not by themselves detox.ify PCBs are :uot appropriate for the Warren County situation. Potential feasibility has had to be demonstrated through prior successfi.11 full scale use of a technology for PCB detox.--i.fication work All forms of containment technology such as caps and subsurface banier walls have been ruled out as being inappropriate. All fon.n.s of separation technologies that do not actually detoxify through treatment have been mled out. TI1ese include, for example, thenual desorption~ solvent ex-traction, soil washing, and soil vapor e\.'traction. All forms of stabilization/solidification have been e]iminated as inappropriate~ because they have not been thoroughly proven to actually and permaneutiy destroy PCB molecules, ren.clc1ing them permanently nontoxic. Any use of high temperafru·e incineration has been rnled out as being inappropriate because ofits potential for causing harmful toxic air emissions and its long history of being deemed unacceptable by communities, especially when used iu locations close to residential areas. All fonns ofbiotreatment or bioremecliation have been screened out on the basis ofiusufficient proven effectiveness. For many years various fon:ns ofbiotreatment have been pursued for PCB cleanups. TI1e conclusion has been reached that biotreatment is not yet proven effective and reliable enough for full scale use either as an in situ or ex situ technology, in aerobic or anaerobic form or some combinatioll of them, for the Wanen County applicatio:n. In situ vitrification has been screened out because of insufficient full scale application. This technology has been under extensive development for many years, chiefly with.in the DOE sy~tem While some people have viewed this technology as a variant ofincineration, chiefly because it employs very high temperatures, it usuaJJy is considered as a unique technology. Buried wastes can be heated to melt all materials and form a vitreous or glassy material. The process thermally destroys organic contaminants and an extensive offgas, air pollution control system is used. Interestiugly, in October 1995 EPA granted Geosafe a National TSCA Operating Penn.it for the I nationwide treatment of PCBs within a large number of prescribed circumstances, including ma"'-wum average concentrations of 14,700 ppm an.d maximum hot spot concentrations of 17,860 ppm TI1e company obtained this regulatory permit on the basis of a site demonstration that achieved various performance criteria, including six nines destruction and removal efficiency and less than 2 ppm .PCBs in vitrified product. No detectable dioxins/foraus were found in offgases. But the demonstration was not on in situ wastes similar to the Warren County situation. This technology must be considered detoxification, and it offers the comparative advantage of being intrinsically applicable for in situ treatment, avoiding the need for excavation of materials. In theory, the technology could be applied directly to the Warren County Landfill, perhaps without dewatering the site, although the site's location would pose significant problem for using the extensive equipment. 1J1e conclusion has been reached that this teclmology is not acceptable OT feasible foT the Wanen Cowity application~ and that it could not be suitably evaluated through bench-scale testing. Because the objective is to select a detoxification technology that has already been proven effective for PCB detox.;fication through full scale, commercial use, an.d that will be demonstrated effective for frill scale application at the Waneu County PCB Land:fill on the basis of bench-scale testing of site contaminated soils, no technology that has not yet been folly deployed in a full scale detoxification of PCB wastes ,vill be considered appropriate and potentially effective for this application. No technology that exists only as a research or developmental technology is deemed appropriate and potentially feasible for this application and, therefore, for bench-scale testing. 2 CHE:MICAL CHARACTERIZATION OF PCB CONTAMINATED SOILS IN WARREN COUNTY \Cherrii clJJd entif j cation ) Concentration ... :::?//: PCB (all congeners) Average 350 ppm (Range 151 to 880) Chlorobenzene 60 ppb 1,3 Oi-chlorobenzene 23.9 ppb 1,4 Di-chlorobenzene 48 ppb Arsenic 2 ppm ❖ Barium 23 ppm ❖ Chromium 12 ppm ❖ Lead 35 ppm ❖ ❖ TCLP results did not exceed standards. PHYSICAL CHARACTERIZATION OF PCB CONTAMINATED SOILS IN WARREN COUNTY Physical Properties of Landfill Contents -Standard Soil Test Soil Class HM% WN CEC 85% Ac pH P-1 K-1 Ca% Mg% Mn-1 Zn-1 Cu-1 Min 0.1 0.96 1.2 69 0.4 5.4 011 18 38.2 24.4 90 146 60