RFP28114-DT

advertisement
State of Wisconsin
DOA-3261 (R08/2003)*
s.16.75, Wis. Statutes
PROPOSALS SHALL BE SEALED AND ADDRESSED TO:
Remove from proposer list for this commodity/service. (Return this page only.)
Proposal envelope shall be sealed and plainly marked in lower corner with due date and Request
for Proposal # 28114-DT. Late proposals will be rejected. Proposals SHALL be date and time
stamped by the soliciting purchasing office on or before the date and time that the proposal is due.
Proposals dated and time stamped in another office will be rejected. Receipt of a proposal by the
mail system does not constitute receipt of a proposal by the purchasing office. Any proposal which
is inadvertently opened as a result of not being properly and clearly marked is subject to rejection.
Proposals shall be submitted separately, i.e., not included with sample packages or other
proposals. Proposal openings are public unless otherwise specified. Records will be available for
public inspection after issuance of the notice of intent to award or the award of the contract.
Proposer shall contact person named below for an appointment to view the proposal record.
Proposals shall be firm for acceptance for sixty (60) days from date of proposal opening, unless
otherwise noted. The attached terms and conditions apply to any subsequent award.
AGENCY ADDRESS:
Department of Administration
State Bureau of Procurement
101 E. Wilson Street, 6th Floor
P.O. Box 7867
Madison WI 53707-7867
REQUEST FOR PROPOSAL
THIS IS NOT AN ORDER
Public Opening
Proposals shall be in this office no later than
PROPOSER (Name and Address)
No Public Opening
2:00 pm CDT April 29, 2014
Name (Contact for further information)
David Teske
Date
EMAIL
March 18, 2014
david.teske@wisconsin.gov
Quote Price and Delivery FOB
ANY WISCONSIN DESTINATION
Description
Hazardous Wastes Management Services
(RCRA wastes and other regulated wastes)
RFP #28114-DT
E-mail and Fax Submissions will not be accepted
Payment Terms:
Delivery Time:
We claim minority bidder preference [Wis. Stats. s. 16.75(3m)]. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED Minority Business Enterprises. Proposer must be
certified by the Wisconsin Supplier Diversity Program. If you have questions concerning the certification process, contact the Department of Administration, Wisconsin Supplier Diversity
Program, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53707, (608) 267-9550.*
We claim certified disabled veteran-owned business preference. Under Wisconsin Statutes, a 5% preference may be granted to CERTIFIED disabled veteran-owned businesses. Proposer must
be certified by the Wisconsin Supplier Diversity Program. If you have questions concerning the certification process, contact the Department of Administration, Wisconsin Supplier Diversity
Program, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53707, (608) 267-9550.*
Wis. Stats. s. 16.754 directs the state to purchase materials which are manufactured to the greatest extent in the United States when all other factors are substantially equal. Materials covered
in our bid were manufactured in whole or in substantial part within the United States, or the majority of the component parts thereof were manufactured in whole or in substantial part in the
United States.
Yes
No
Unknown
In signing this proposal we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free
competition; that no attempt has been made to induce any other person or firm to submit or not to submit a proposal; that this proposal has been independently arrived at without collusion with
any other proposer, competitor or potential competitor; that this proposal has not been knowingly disclosed prior to the opening of proposals to any other proposer or competitor; that the above
statement is accurate under penalty of perjury.
We will comply with all terms, conditions and specifications required by the state in this Request for Proposal and all terms of our proposal.
Name of Authorized Company Representative (Type or Print)
Title
Signature of Above
Date
Phone
Fax
(
(
Federal Employer Identification
No.
)
Social Security No. if Sole
Proprietor (Voluntary)
This form can be made available in accessible formats upon request to qualified individuals with disabilities.
*2014 revisions to language in this form reflect changes in the agency administering the supplier diversity program.
)
TABLE OF CONTENTS .......................................................................................................... 1
1.0 GENERAL INFORMATION ........................................................................................................ 6
1.1 Introduction and Background ................................................................................................. 6
1.2 Scope of the Project ............................................................................................................... 6
1.3 Procuring and Contracting Agency .......................................................................................... 6
1.4 Definitions ............................................................................................................................. 7
1.5 Clarification and/or revisions to the specifications and requirements ................................... 14
1.6 Vendor Conference .............................................................................................................. 15
1.7 Reasonable Accommodations .............................................................................................. 15
1.8 Calendar of Events ............................................................................................................... 15
1.9 Contract Term ...................................................................................................................... 15
1.10 VendorNet Registration ....................................................................................................... 15
2.0 PREPARING AND SUBMITTING A PROPOSAL ......................................................................... 16
2.1 General Instructions............................................................................................................. 16
2.2 Incurring Costs ..................................................................................................................... 16
2.3 Submitting the Proposal....................................................................................................... 16
2.4 Proposal Organization and Format ....................................................................................... 18
2.5 Multiple Proposals ............................................................................................................... 19
2.6 Withdrawal of proposals ...................................................................................................... 19
3.0 PROPOSAL SELECTION AND AWARD PROCESS ...................................................................... 20
3.1 Preliminary Evaluation ......................................................................................................... 20
3.2 Proposal Scoring .................................................................................................................. 20
3.3 Evaluation Criteria ............................................................................................................... 20
3.4 Presentations and site audits ............................................................................................... 22
3.5 Right to Reject Proposals and Negotiate Contract Terms ...................................................... 22
3.6 Award and Final Offers ........................................................................................................ 22
2
____________________________________________________________________
3.7 Notification of Intent to Award ............................................................................................ 22
3.8 Appeals Process ................................................................................................................... 23
4.0 MANDATORY REQUIREMENTS ............................................................................................. 24
4.1 Mandatory Waste Streams to be Managed .......................................................................... 24
4.2 Waste Disposal Methods and Waste Management Sites ....................................................... 27
4.3 Waste Management Site Information .................................................................................. 28
4.4 Waste Storage Methodologies - Temporary and Long Term .................................................. 28
4.5 Staff Qualifications .............................................................................................................. 28
4.6 Vendor References............................................................................................................... 30
5.0 TECHNICAL REQUIREMENTS ................................................................................................. 30
5.1 Organizational Capabilities and Experience .......................................................................... 30
5.2 Waste Technologies and Methods Hierarchy ........................................................................ 31
5.3 Waste Pickup Scheduling ..................................................................................................... 31
5.4 Waste Pickup Services.......................................................................................................... 32
5.5 Waste Characterization and Waste Profiles .......................................................................... 34
5.6 Recordkeeping and Reports ................................................................................................. 35
5.7 Onsite Services .................................................................................................................... 38
5.8 Urgent Response Capability ................................................................................................. 38
5.9 Pharmaceutical Collection Services ...................................................................................... 39
5.10 Clean Sweep Services ........................................................................................................... 40
5.11 Training ............................................................................................................................... 41
5.12 Additional Waste Management Services .............................................................................. 43
RFP# 28114-DT: Hazardous Waste Management Services
Page 3
____________________________________________________________________
5.13 Wastes that the Contractor may elect to manage: ................................................................ 44
6.0 COST INFORMATION ............................................................................................................ 45
6.1 General Instructions on preparing Cost Proposal .................................................................. 45
6.2 Fixed Price Period ................................................................................................................ 46
6.3 Price Adjustments ................................................................................................................ 46
6.4 Fuel Surcharges.................................................................................................................... 46
7.0 SPECIAL CONTRACT TERMS AND CONDITIONS ...................................................................... 48
7.1 Payment Requirements........................................................................................................ 48
7.2 Invoice Requirements .......................................................................................................... 48
7.3 Safety/Legal Requirements .................................................................................................. 49
7.4 Prime contractor and minority business subcontractors ....................................................... 49
7.5 Ineligible Vendors ................................................................................................................ 50
7.6 Contract Administration....................................................................................................... 50
7.7 Executed contract to constitute entire agreement ................................................................ 51
7.8 Termination of contract ....................................................................................................... 51
7.9 Waste Pickup Authorization ................................................................................................. 52
7.10 Performance Measurements ................................................................................................ 53
7.11 Contract Notifications .......................................................................................................... 53
7.12 Insurance ............................................................................................................................. 54
7.13 Site Audit and Approval ....................................................................................................... 56
7.14 Proof of Financial Stability ................................................................................................... 56
7.15 Contract Meetings ............................................................................................................... 57
RFP# 28114-DT: Hazardous Waste Management Services
Page 4
____________________________________________________________________
7.16 Transporter Identification .................................................................................................... 57
7.17 Debarment .......................................................................................................................... 58
7.18 Requirements for Federally Funded Projects ........................................................................ 58
8.0 TERMS AND CONDITIONS..................................................................................................... 61
8.1 STANDARD TERMS AND CONDITIONS FOR REQUEST FOR BIDS / PROPOSALS ........................ 61
8.2 Supplemental Standard Terms and Conditions for Procurements for Services ....................... 67
9.0 FORMS ................................................................................................................................ 69
9.1 DOA Required Forms ........................................................................................................... 69
9.2 Attachments - RFP Response Forms ..................................................................................... 69
9.3 Appendices – Separate Documents (download separately) ................................................... 69
RFP# 28114-DT: Hazardous Waste Management Services
Page 5
1.0 GENERAL INFORMATION
Introduction and Background
The purpose of this document is to provide interested parties with information to enable them to prepare
and submit a proposal for management of hazardous wastes (Resource Conservation and Recovery Act
(RCRA) wastes) and other regulated wastes generated by state agencies located in every county of the
State. The purpose of the contract is to maximize waste management service at a reasonable cost to state
agencies and minimize the State's liability for waste management and disposal.
The State as represented by its Department of Administration (DOA) intends to use the results of this
solicitation to award a contract for the analysis, packaging, transportation, storage, treatment and
disposal of wastes listed in this Request for Proposal (RFP) and wastes from state agency waste
generation locations. It is estimated that the cost of services under this contract for all state agencies,
including University of Wisconsin System, is $1.2 million annually (see Appendices C & D for spend
breakdown). Additionally, municipalities used this contract to provide Clean Sweep Program services
worth over $320,000 in 2012.
The number of awarded vendors will be determined in the best interests of the State, depending on the
proposer responses. The State reserves the right to award to one vendor, or multiple vendors.
Scope of the Project
State operations generate hazardous, universal, pharmaceutical, PCB and other wastes at laboratories,
maintenance operations, agricultural and household clean sweeps, and from emergency and nonemergency environmental cleanups and other operations. Wastes are generated at State agency facilities,
campuses and environmental cleanup and abandoned container locations. Small quantities of lamps,
Polychlorinated Biphenyl (PCB) ballasts and/or mercury-containing equipment for recycling can be picked
up under this contract, for convenience purposes, at the discretion of the Contract Manager.
Contractor shall remove hazardous, universal, pharmaceutical and other wastes from state agency waste
generation locations, within the applicable regulatory framework, manage wastes at approved Treatment,
Storage and Disposal Facilities (TSDFs).
Contractor shall provide cost effective hazardous, universal, pharmaceutical and other waste management
in compliance with all state and federal hazardous waste regulations.
Contractor shall provide each agency/campus with necessary training, equipment, materials, packaging
services, paperwork, routine communications and services required to facilitate hazardous, universal,
pharmaceutical, and other waste management.
Procuring and Contracting Agency
This Request for Proposal (RFP) is issued by the Wisconsin Department of Administration (DOA), State
Bureau of Procurement (SBOP) which is the sole point of contact for the State of Wisconsin during the
selection process. The person responsible for managing the procurement process is David Teske, Contract
Manager.
The contract resulting from this RFP shall be administered by the DOA.
6
____________________________________________________________________
Definitions
The following definitions are used through the RFP.
Agency means any office, commission, board, department, or bureau of state government including
University of Wisconsin System.
Applicable Regulations means all federal, state, and local laws, regulations, rules and standards which
apply to this RFP and the resulting contract.
Approved Site means a site that has been submitted with the RFP, or added as described in section 7.12,
and evaluated and approved by the State. Requests for adding additional sites shall be sent to the contract
manager.
ASTM means American Society for Testing and Materials.
Audit Subcommittee is a committee comprised of Designated Agency Representatives responsible for
hazardous waste management within their respective agencies. The committee reserves the right to
conduct environmental site audits of treatment, storage or disposal (TSD) and other facilities for the
purpose of approving or disapproving use by the State of Wisconsin.
Average Weekly Retail Diesel Price means the average price of diesel fuel as listed on the U.S. Energy
Information Administration (EIA) website, over a three calendar month period, beginning the first Monday
of the month following the start date of the contract. The website is currently located at:
http://www.eia.gov/petroleum/gasdiesel/ .
Base Diesel Price (BDP) means $4.00/gallon.
BTU means British thermal units.
Bulk Transportation is the transport of bulk wastes including the delivery of large equipment.
Transportation costs for bulk transport are charged at a running mile.
CERCLA means federal Comprehensive Environmental Response, Compensation and Liability Act 40CFR
300-399 (Superfund). Created in 1980, CERCLA provides a federal “Superfund” to clean up uncontrolled or
abandoned hazardous waste sites and spills of hazardous chemicals into the environment.
CFC’s means chlorofluorocarbons, organic compounds composed of carbon, fluorine, chlorine, and
hydrogen (including Freon). These compounds have been implicated in the depletion of ozone in the
stratosphere.
RFP# 28114-DT: Hazardous Waste Management Services
Page 7
____________________________________________________________________
Changeout means waste material removed or replaced. An example would be filter change-out, that
material removed from filters during cleaning of, or replacement of filters.
Clean Sweep These high profile events may coincide with other waste collections or annual
maintenance/cleanup activities. Waste streams are highly variable and unpredictable and may include
household, very small quantity generator (VSQG), agricultural and laboratory hazardous wastes. A
significant portion of Clean Sweep wastes requires labpacking.
Clean Sweep Program is a program administered by the Wisconsin Department of Agriculture, Trade and
Consumer Protection to provide grants funded under s. 93.55 or 93.57 Stats. to assist municipalities and
regional planning commissions in creating and operating local programs for the collection and disposal of
household hazardous wastes, including unwanted prescription drugs and to assist counties in the
collection and disposal of farm chemical waste.
Clean Sweep Project is a project funded under a grant by the Clean Sweep program.
Committee means Hazardous Wastes Committee.
Contiguous means sharing a common border, building or boundary, connected, touching or abutting
another facility.
Contract Manager means the person within the Department of Administration, Bureau of Procurement,
assigned to manage contract issues.
Contractor means the proposer awarded the contract.
Controlled substance means a drug or other substance, or immediate precursor, included in schedule I, II,
III, IV, or V of part B of Title 21 USC Subchapter 1. The term does not include distilled spirits, wine, malt
beverages, or tobacco.
CRT means cathode ray tubes from electronic equipment, such as televisions and computer monitors.
DATCP means Wisconsin Department of Agriculture, Trade and Consumer Protection.
Department means the Department of Administration.
Designated Agency means any Wisconsin state agency including UW System.
Designated Agency Representative means one person, designated by each agency utilizing this contract, to
be that agency’s primary contact with the contractor.
DMA means Wisconsin Department of Military Affairs.
RFP# 28114-DT: Hazardous Waste Management Services
Page 8
____________________________________________________________________
DNR means Wisconsin Department of Natural Resources.
DOC means Wisconsin Department of Corrections.
DOT means Wisconsin Department of Transportation.
DVA means Wisconsin Department of Veterans Affairs.
DVB means disabled veteran-owned business.
Elective Service means waste management services that agencies can utilize at their discretion under the
contract. Agencies may procure these services by other methods and from other vendors.
Electronic equipment means equipment or devices intended for disposal or recycling, also referred to as Ewaste, that plug in or contain a battery or batteries and are not regulated RCRA wastes as whole units,
although such equipment may contain individual components that have hazardous properties (e.g. small
PCB ballasts or capacitors, small mercury switches, electronic circuit boards, batteries). Equipment
containing CFC's, radioactive sources or regulated quantities of PCBs is excluded from this definition.
Emergency Response Waste means waste generated from a response conducted under the Statewide
Emergency Zone Contract.
EPA means the Federal Environmental Protection Agency. EPA is in charge of enforcing federal
environmental regulations in the US.
EPA ID Number means the unique federal identification number that is assigned by the EPA to hazardous
waste generators, transporters and treatment, storage and disposal facilities.
FIFRA means Federal Insecticide, Fungicide and Rodenticide Act. Created in 1996, FIFRA established
federal control of pesticide labeling, distribution, sale and use through the EPA.
Fuel Blending means the production of hazardous waste fuel by combining hazardous waste with
combustible material.
Fuel surcharge means increase or decrease in costs based on the weekly National Average Price of Diesel
Fuel, as registered with the Department of Energy using the website:
http://tonto.eia.doe.gov/oog/info/wohdp/diesel.asp, compared to the Base Diesel Price of $4.00/gallon.
Hazardous Wastes means solid wastes that are subject to regulation under NR660-NR679 as defined by
NR661.03 and NR 661.04 Wisconsin Administrative Code.
RFP# 28114-DT: Hazardous Waste Management Services
Page 9
____________________________________________________________________
Hazardous Waste Combustor means an incinerator, cement/aggregate kiln, boiler or industrial furnace
that is permitted to thermally destroy hazardous waste or to use hazardous waste fuel as an energy
source.
Hazardous Waste Fuel means hazardous waste that is burned for energy recovery; includes fuel that is
produced from hazardous waste by processing, blending, or other treatment.
Hazardous Waste Standards Committee means representatives of state agencies chosen to serve their
agency for the purpose of developing, scoring, reviewing, auditing or other task required for the RFP, the
resulting contract and other subjects related to hazardous materials and waste. Members are assigned as
needed by their agencies.
HHW means household hazardous waste.
Incineration means the thermal breakdown of material using controlled flame combustion in an enclosed
device.
Labpack means a container consisting of one or more small containers of wastes packed in accordance
with DOT regulatory requirements.
MBE means a Minority Business as defined by §16.287 Wis. Stats.
Milk Run means a trip that includes service stops under the provisions of the contract at two or more
locations.
Mixed Wastes means a waste that is both radioactive and hazardous.
Mobile Collection Units means engineered and approved vehicles (e.g., vans, trailers) designed to labpack,
commingle, temporarily store, and haul hazardous wastes. The units may be posted at a single location or
moved along a predetermined route.
Mobilization means the effort required to assemble a work crew along with a vehicle and necessary
equipment to perform all required services and arrive at a work site. Mobilization can include a single day
or several days in succession at a single or multiple locations. In addition, mobilization assumes that a
return to the contractor’s home station is not necessary between service days. A single fee is charged
based upon the zone containing the most distant customer’s facility on the included state area map
(Appendix A).
Mobilization Cost means the fees assessed for a mobilization of a vehicle, with one or two personnel.
Municipality means any county, city, village, town, school district, board of school directors, sewer district,
drainage district, vocational, technical and adult education district, or any other public body having the
RFP# 28114-DT: Hazardous Waste Management Services
Page 10
____________________________________________________________________
authority to award public contracts (s. 16.70(8), Wis. Stats. Federally recognized Indian tribes and bands
in this state may participate in cooperative purchasing with the state or any municipality
under§66.0301(1) and (2) Wis.Stats.
Must means a requirement is mandatory.
Neutralization means waste treatment involving an acid-base reaction, which results in a waste that no
longer has the characteristic of corrosivity.
NFPA means National Fire Protection Association.
Non- Milk Run means a trip that stops under the provisions of the contract, at one location.
Non-RCRA Wastes means wastes managed under this contract that does not meet the RCRA definition of a
hazardous waste.
NPL means National Priority List - the nationwide list of the worst hazardous wastes sites throughout the
United States, also known as Superfund Sites, maintained by the USEPA. The NPL is intended to identify
sites needing further investigation and clean up.
On-site Services means specific waste management services as described in Section 5.7.
PCBs - Polychlorinated biphenyls has the meaning specified under sec. 299.45(1) Wis. Stats., and NR 157
and includes a class of environmentally persistent organic compounds produced by replacing two or more
hydrogen atoms on the biphenyl molecule with chlorine atoms.
Petroleum contaminated soil means soil contaminated with a commercial petroleum product such as
gasoline or diesel fuel.
Pharmaceutical waste means waste relating to drugs and other materials used in medical research and
treatment. This may also include prescription drugs, over- the-counter medications, veterinary medicines
and controlled substances.
PPE means Personal Protective Equipment such as boots, goggles, gloves, etc.
Proposer/vendor means a firm submitting a proposal in response to this Request for Proposal.
Purchase Order means an order for work, which requires a valid contract between the vendor and the
State of Wisconsin. Purchase orders are issued by agencies with authority to place orders, change previous
orders, or to cancel previous orders.
RFP# 28114-DT: Hazardous Waste Management Services
Page 11
____________________________________________________________________
RCRA means Resource Conservation and Recovery Act (RCRA) passed in 1976, which gave EPA the
authority to control hazardous waste “from cradle to grave” including the generation, transportation,
treatment, storage and disposal of hazardous waste.
Reclaim means the process to recover as usable product as defined by 40 CFR 261.1(c)(4) and s. NR 661.01
(3)(d) Wis. Administrative Code.
Recycle means material reuse or reclamation as defined by 40 CFR 261.1(c)(7) and s. NR 661.01(3)(g) Wis.
Administrative Code.
Reuse means employing a material as an ingredient as defined by 40 CFR 261.1(c)(3) and s. NR
661.01(3)(e) Wis. Administrative Code.
RFP means Request for Proposal.
Running mile means all miles starting at the vendor’s dispatching site to the waste generator’s site, and
return, whether the truck is loaded or not. Running miles are incurred regardless if vendor is hauling
empty equipment, loaded equipment or bobtailing.
Schedule means the current official list of controlled substances found in 21 CFR 1308.
Shall means a requirement is mandatory.
Should means non-mandatory but desirable.
Site Representative means an authorized person who has contacted the contractor for pickup services.
Solid Waste means any waste as defined in NR 661.02.
State Hazardous Waste Standards Committee is a committee consisting of state agency employees
knowledgeable in waste management practices formed to develop specifications, procedures, and other
requirements identified in this RFP. The committee also assists the contract manager with management
of the contract after award, as well as providing waste management guidance to state agencies. In
addition, the committee has a training subcommittee.
State means State of Wisconsin.
State Holidays are New Year’s Day, Martin Luther King Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Christmas Eve Day, Christmas Day and New Year’s Eve Day.
Stop charge – means the cost associated with the diversion to and arrival of the crew, vehicle and
equipment at each stop on the milk run. Only one stop charge shall be allowed for contiguous facilities.
RFP# 28114-DT: Hazardous Waste Management Services
Page 12
____________________________________________________________________
Storage means waste storage for a temporary period at the end of which the waste is treated, disposed or
stored elsewhere.
Subcontractor means any distinct organization that is not a subunit or subsidiary of the contractor, and is
used by that contractor to assist in the management of the State's waste under this contract. Waste
management sites not owned by the contractor are defined as subcontractors.
TCLP means Toxicity Characteristic Leaching Procedure. This analytical method, SW 846 Method 1311 is
used to determine whether a waste exhibits a toxicity characteristic making it a hazardous waste.
TSCA means Toxic Substances Control Act, passed in 1976, which gave EPA the authority to track the
84,000 industrial chemicals currently produced or imported into the US. EPA can test and ban those
chemicals that are found to pose an unreasonable risk to human health or the environment.
TSD or TSDF means Treatment, Storage and Disposal Facility, a licensed facility that treats or stores
hazardous waste or where the final disposal of hazardous waste occurs pursuant to §.291.25 Wis. Stats..
Training Subcommittee is a committee that meets to discuss the training schedule and program content
that the Contractor shall conduct on the State’s behalf.
Transportation cost means costs per running mile incurred as a result of transporting bulk waste and other
materials from one place to another.
Treatment is any method, technique, or process designed to change the physical, chemical, or biological
character or composition of any waste so as to recover energy or material resources from the waste, or so
as to render the waste non-hazardous or less hazardous, safer to transport, store or dispose of, or
amenable for recovery, amenable for storage, or reduced in volume.
Universal Waste means wastes regulated under NR 673 Wis. Adm. Code and applicable DNR guidance
documents.
Unknown means a waste for which the chemical nomenclature, composition, structure or hazardous
qualities are unknown to the waste generation location.
UW System means University of Wisconsin System which includes 13 four-year universities, 13 freshmansophomore UW Colleges campuses, statewide UW-Extension and ancillary facilities.
VSQG means very small quantity generator. VSQG is defined by the following criteria: In every single
month during the calendar year, the site generated less than 100 kg (220 lbs) of hazardous waste; and 1 kg
(2.2 lbs) or less of acute hazardous waste, and accumulated less than 1000 kg (2200 lbs) of hazardous
waste 1 kg (2.2 lbs) or less of acute hazardous waste and 100 kg (220 lbs) or less of acute hazardous waste
spill cleanup material.
RFP# 28114-DT: Hazardous Waste Management Services
Page 13
____________________________________________________________________
Waste Characterization means identification of hazardous waste in accordance with the requirements of
NR 661 Wis. Administrative Code.
Waste Generation Location means the State-owned or operated facilities and/or locations or cooperative
participants generating waste managed under this contract.
Waste Management Site means contractor-owned or contracted facility used to treat, store, dispose,
reclaim, recycle, transfer, incinerate or otherwise manage wastes under this contract. Includes facilities
used to manage wastes generated during the contractor’s treatment, reclamation, recycling or disposal of
wastes (e.g., facilities used for management of still bottoms, landfill leachate, incinerator ash, scrap
metals).
White Goods means discarded appliances to be decommissioned through removal of hazardous
components (e.g., PCBs, Freon, oil-bearing compressors).
Witnessed destruction means the process, required by the U.S. Drug Enforcement Administration,
whereby two responsible individuals are required to accompany drugs to the disposal site and witness the
destruction. DATCP shall provide a sworn law enforcement officer as one of the responsible individuals.
Work Order - For any contract resulting from this Request for Proposal, and involving federal funds, ‘work
order’ and ‘purchase order’ may be used interchangeably.
Clarification and/or revisions to the specifications and requirements
If a Proposer discovers any significant ambiguity, error, conflict, discrepancy, omission or other deficiency
in this RFP, the Proposer shall immediately notify the contract manager of such error and request
modification or clarification of the RFP document.
Any questions, exceptions or additions concerning the subject matter of the RFP document shall not be
considered unless submitted via email (no phone calls) to David Teske at david.teske@wisconsin.gov on
or before 11:59 p.m. Central Time (CT) on April 1, 2014.
In the event it becomes necessary to provide additional clarifying data or information, or to revise any part
of the RFP, supplements or revisions will be posted to Vendornet.
Any contact with State employees concerning this RFP is prohibited, except as authorized by the contract
manager, during the period from date of release of the RFP until the notice of intent to contract is
released.
RFP# 28114-DT: Hazardous Waste Management Services
Page 14
____________________________________________________________________
Vendor Conference
No vendor conference will be held for this RFP.
Reasonable Accommodations
DOA will provide reasonable accommodations, including the provision of informational material in an
alternative format, for qualified individuals with disabilities upon request. If you need accommodations at
future vendor conferences, contact David Teske at david.teske@wisconsin.gov.
Calendar of Events
Listed below are specific and estimated dates and times of actions related to this Request for Proposal
(RFP). The actions with specific dates shall be completed as indicated unless otherwise changed by the
State. In the event that the State finds it necessary to change any of the specific dates and times in the
calendar of events listed below, it will do so by issuing a supplement to this RFP. There may or may not be
a formal notification issued for changes in the estimated dates and times.
Date
March 18, 2014
April 1, 2014
April 8, 2014 (estimate)
April 29, 2014 at 2:00PM CST
May 19, 2014 (estimate, if needed)
June 2, 2014 (estimate)
July 1, 2014
Event
Date of Issue of the RFP
Last day for submitting Written Questions
Responses to Questions
Proposals Due
Interviews of Invited Proposers and Vendor
Site Audits
Notification of Intent to Award
Contract Start Date
Contract Term
The contract shall be effective on the contract start date and shall run for three (3) years from that date,
with an option by mutual agreement of the agency and contractor, to renew for two (2) additional
one-year periods.
VendorNet Registration
The State of Wisconsin’s purchasing information and vendor notification service is available free of charge
to all businesses and organizations that want to sell to the State. Anyone may access VendorNet on the
RFP# 28114-DT: Hazardous Waste Management Services
Page 15
____________________________________________________________________
Internet at http://vendornet.state.wi.us to get information on State purchasing practices and policies,
commodities and services that the State buys, and tips on selling to the state. Vendors may use the same
website to register for the bidders list for commodities and services that the organization wants to sell to
the State. Registration will guarantee that the organization will receive an e-mail notification each time
any State agency, including any campus of the University of Wisconsin System, posts a request for bid or a
request for proposal in their designated commodity/service area(s) with an estimated value over $50,000.
Organizations without an e-mail address may receive notification by fax, phone or in the mail. State
agencies also may use VendorNet to post simplified bids valued at $50,000 or less. Vendors also may
receive e-mail notices of these simplified bid opportunities.
2.0 PREPARING AND SUBMITTING A PROPOSAL
General Instructions
The evaluation and selection of a contractor shall be based on the information submitted in the vendor’s
proposal plus references and any required presentations or on-site visits. Failure to respond to each of
the requirements in the RFP may be the basis for rejecting a proposal. Proposals which fail to meet the
mandatory requirements shall be disqualified.
Elaborate proposals (e.g., expensive artwork) beyond that sufficient to present a complete and effective
proposal, are neither necessary nor desired.
Incurring Costs
The State of Wisconsin is not liable for any cost incurred by proposers in replying to this RFP.
Submitting the Proposal
Proposer shall submit an original and seven (7) copies for a total of eight (8) hard copies and one (1)
electronic version on a CD disk (flash drives, or thumb drives, shall not be accepted) of all materials
required for acceptance of its Proposal by the deadline shown on the Request for Proposal cover sheet to:
United States Postal Service
David Teske
Department of Administration
State Bureau of Procurement
PO Box 7867
Madison, WI 53707-7867
OR:
Courier or Hand Delivery
David Teske
Department of Administration
State Bureau of Procurement
101 East Wilson Street, 6th floor
Madison, WI 53703-3405
RFP# 28114-DT: Hazardous Waste Management Services
Page 16
____________________________________________________________________
Proposals shall be received by the above office no later than 2:00p.m. CT on, April 29, 2014. All proposals
shall be date and time-stamped in by the State Bureau of Procurement Office on or prior to the stated
opening date and time. Proposals time-stamped after the deadline will be considered late and shall be
rejected. Receipt of a proposal by the State mail system does not constitute receipt of a proposal by the
Bureau of Procurement for purposes of this RFP.
All proposals shall be packaged, sealed and show the following information on the outside of the package:
o Proposer's (Company) Name and Address
o Hazardous Waste RFP #28114-DT
o Mandatory and Technical Requirements Proposal
o Due Date: April 29, 2014
The Department of Administration has established new building security policies and procedures at the
101 East Wilson Street address in Madison. There is a security checkpoint in the first floor lobby. All
visitors are required to provide current identification and sign in for a visitor’s pass. Security personnel will
call the intended state employee prior to the visitor being allowed to proceed to their destination in the
DOA building.
This new policy will affect the timing for hand-deliveries of bids, proposals and other time-sensitive
packages. However, properly credentialed package delivery couriers (e.g. UPS, FedEx, etc.) will be allowed
to proceed without obtaining a pass. If you intend to hand-deliver your bid or proposal, please plan
additional time to account for the security process to be completed. Packages cannot be date/time
stamped at the security desk on the lobby level and security personnel will not sign for deliveries; the
package shall be date/time stamped by the office identified in the bid/proposal. The bid due date and
time will not be adjusted to accommodate tardiness due to the new processes, nor will any exceptions to
the due date and time be made. The State is not responsible for deliveries that do not reach their
destination by the required due date and time.
Cost Proposal shall be sealed and submitted as a separate part of the proposal An original and one (1)
copy of its Cost Proposal and one (1) electronic version on a CD disk, (flash drives or thumb drives shall
NOT be accepted) must be sealed and submitted as a separate part of the proposal.
The outside of the Cost Proposal envelope shall be clearly labeled as follows:




Hazardous Waste RFP #28114-DT
Cost Proposal
Due Date: April 29, 2014
Proposer (Company) Name
EMAILED, FAXED or TEXTED PROPOSALS SHALL NOT BE ACCEPTED. PROPOSALS WHICH ARRIVE
UNPACKAGED or UNSEALED SHALL NOT BE ACCEPTED.
RFP# 28114-DT: Hazardous Waste Management Services
Page 17
____________________________________________________________________
Proposal Organization and Format
Proposers responding to this RFP shall comply with the following format requirements. The State reserves
the right to exclude any responses from consideration which do not follow the required format as
described below.
Proposals shall be typed and submitted on 8.5 by 11 inch paper and bound securely. Proposals shall be
organized and presented in the order and by the numbers assigned in the RFP. Proposals shall be
organized with the following section number and subsection numbers.
TAB 1 – RFP Cover Sheet: Complete and sign first page of RFP #28114-DT (form DOA-3261). A proposal
submitted in response to this RFP shall be signed by the person in the proposer’s organization who is
responsible for the decision as to the prices being offered in the proposal or by a person who has been
authorized in writing to act as an ‘agent’ for the person responsible for the decision on pricing. If
applicable, check the appropriate box indicating that the Proposal is being submitted by a Wisconsincertified MBE or DVB.
By submitting a signed proposal, the proposer’s signatories certify that in connection with this
procurement:

The proposer’s organization or an agent of the proposer’s organization has arrived at the
prices in its proposal without consultation, communication or agreement with any other
respondent or with any competitor for the purpose of restricting competition.

The prices quoted in the proposal have not been knowingly disclosed by the proposer’s
organization or by any agent of the proposer’s organization and will not be knowingly
disclosed by the same, directly or indirectly, to any other respondent or to any
competitor.

No attempt has been made or will be made by the proposer’s organization or by any
agent of the Proposer’s organization to induce any other person or firm to submit or not
to submit a proposal for the purpose of restricting competition.
TAB 2 - Introduction from Proposer: This page shall contain a brief introduction to the proposer’s
company. Limit: one page maximum. Proposers shall be given an opportunity in other areas of the
proposal to give further details of their history and experience.
RFP# 28114-DT: Hazardous Waste Management Services
Page 18
____________________________________________________________________
TAB 3 –Response to Mandatory Requirements (Section 4.0):
Attachment A - Mandatory Waste Streams Response
Attachment B – Waste Disposal Methods
Attachment C – Waste Site Information
TAB 4 – Response to Technical Requirements (Section 5.0): Provide a point-by-point response to each
requirement listed in section 5 of this RFP. Responses shall be in the same sequence and numbered as
they appear in this RFP.
TAB 5 – Proof of Financial Stability (Section 7.14)
TAB 6 – Required Forms (Section 9.0): Include the following completed forms:
 Affidavit (DOA-3476)
 Designation of Confidential and Proprietary Information (DOA-3027)
 Wisconsin's Cooperative Purchasing Service Vendor Agreement (DOA-3333)
 Vendor Information form (DOA-3477)
 Vendor Reference form (DOA-3478)
 Debarment Certification form (DOA 3054)
 Lobbying Form – 0348 004
Under Separate Cover – Cost Proposal Information
Provide all cost information on Appendix B - Cost Sheet, according to the instructions provided.
Include all costs for furnishing the products(s) and /or service(s) included in this proposal. Identify
all assumptions. Failure to provide any requested information in the prescribed format may result
in disqualification of the proposal.
No mention of the cost proposal shall be made in the response to the technical requirements of
this Request for Proposal.
Multiple Proposals
Multiple proposals are not permissible. Each proposer shall submit one proposal only.
Withdrawal of proposals
Proposals shall be irrevocable until contract award unless the proposal is withdrawn. Proposers may
withdraw a proposal in writing at any time up to the proposal closing date and time or upon expiration of
five (5) working days after the due date and time if received by the RFP contract manager. To accomplish
RFP# 28114-DT: Hazardous Waste Management Services
Page 19
____________________________________________________________________
this, the written request shall be signed by an authorized representative of the proposer and submitted to
the RFP contract manager. If a previously submitted proposal is withdrawn before the proposal due date
and time, the proposer may submit another proposal at any time up to the proposal closing date and time.
3.0 PROPOSAL SELECTION AND AWARD PROCESS
Preliminary Evaluation
The proposals will be reviewed initially to determine if mandatory requirements are met. Failure to meet
mandatory requirements shall result in rejection of the proposal. In the event that all proposers do not
meet one or more of the mandatory requirements, the State reserves the right to continue the evaluation
of the proposals and to select the proposal which most closely meets the requirements specified in this
RFP.
Proposal Scoring
Accepted proposals will be reviewed by an evaluation committee and scored against the stated criteria
(see Chart below). A proposer may not contact any member of an evaluation committee except at the
State’s direction.
Proposals from certified Minority Business Enterprises and/or Disabled Veteran Owned Business (DVB)
may have points weighted by a factor of 1.00 to 1.05 to provide up to a five percent (5%) preference to
these businesses (Wis. Stats. 16.75(3m)). The evaluation committee's scoring will be tabulated and
proposals ranked based on the numerical scores received. Should the State conduct any oral presentations
or demonstrations, the evaluation team will review the initial scoring and make adjustments based on the
information obtained in the oral presentation or demonstration, site visits and reference checks to
determine final scoring. The State will select the highest scoring proposal.
Evaluation Criteria
Each proposal will be evaluated individually according to the following criteria. The State will consider the
Complete RFP response in scoring.
RFP# 28114-DT: Hazardous Waste Management Services
Page 20
____________________________________________________________________
3.3.1 Mandatory Requirements
Section 4 contains five mandatory requirements. Respond to all five requirements. Attachments A,
B, C are required forms. No attachments are provided for Sections 4.4 and 4.5, which require
responses.
RFP
Section
4.1
4.2
4.3
4.4
4.5
MANDATORY REQUIREMENTS
Attachment
Mandatory Required Wastes Response
Waste Disposal Methods
Waste Site Information
Waste Storage Methodologies Temporary and Long Term
Staff Qualifications
A
B
C
none
none
3.3.2 Technical Requirements
RFP
Section
5.1
5.2
5.3
5.4
5.5
5.6
5.7
5.8
5.9
5.10
5.11
5.12
Description
Organization Capabilities and Experience
Waste Technologies and Methods Hierarchy
Waste Pickup Scheduling
Waste Pickup Services
Waste Characterization and Waste Profiles
Recordkeeping and Reports
Onsite Services
Urgent Response Capability
Pharmaceutical Collection Services
Clean Sweep Services
Training
Additional Waste Management Services
Elective Waste Management*
Cost Proposal – Appendix B
TOTAL
Point
value
75
50
50
75
50
100
75
50
100
50
50
25
0
250
1000
* No technical points will be assigned to elective wastes managed.
RFP# 28114-DT: Hazardous Waste Management Services
Page 21
____________________________________________________________________
Results of reference checks will be used to clarify and substantiate information in the written
proposals.
The points stated above are the maximum amount awarded for each category. Evaluation
guidelines have been established for each of these sections.
Presentations and Site Audits
Top scoring proposers based on an evaluation of the written proposal may be required to participate in
interviews and/or site visits to support and clarify their proposals, if requested by the State. The State will
make every reasonable attempt to schedule each presentation at a time and location that is agreeable to
the proposer. Failure of a proposer to interview or permit a site visit on the date scheduled may result in
rejection of the vendor’s proposal.
Representative(s) of the committee may visit or contact one or more proposed waste management sites
prior to the contract period to verify information contained in the proposal or to conduct an approval
process as described in Section 7.13 of this RFP. The committee or designated representative(s) may also
visit the proposer's and/or the subcontractor's facilities at any time before or after the final award of the
contract or during the contract period. The committee may approve, or not approve, waste handling sites
(such as TSDs).
Right to Reject Proposals and Negotiate Contract Terms
The State reserves the right to reject any and all proposals. The State may negotiate the terms of the
contract(s), including the award amount, with the selected proposer(s) prior to entering into a contract. If
contract negotiations cannot be concluded successfully with the highest scoring proposer, the agency may
negotiate a contract with the next highest scoring proposer(s).
Award and Final Offers
The State will compile the final scores for all sections of each responsive proposal. The award will be
granted in one of two ways. The award may be granted to the highest scoring responsive and responsible
Proposer. Alternatively, the highest scoring responsive and responsible proposer or proposers may be
requested to submit final and best offers. If final and best offers are requested by the State and
submitted by the vendor(s), they shall be evaluated against the stated criteria, scored and ranked by the
evaluation committee. The award then shall be granted to the highest scoring proposer.
Notification of Intent to Award
All vendors who respond to this RFP will be notified in writing of the State's intent to award the contract
as a result of this RFP.
RFP# 28114-DT: Hazardous Waste Management Services
Page 22
____________________________________________________________________
After notification of the intent to award is made, and under the supervision of SBOP staff, copies of
accepted proposals shall be available for public inspection in whole, (with the exception of any and all
materials deemed to be confidential and proprietary information on the attached form DOA-3027).
Copies of the accepted proposals shall be available for public inspection from 8:00 a.m. to 4:30 p.m. at the
Department of Administration Building, 101 East Wilson Street, Madison, WI. Vendors shall request a
review of proposals by contacting the contract manager, David Teske, via email at:
david.teske@wisconsin.gov.
Appeals Process
Notices of intent to protest and protests shall be made in writing to the head procuring agency.
Protestors shall make their protests as specific as possible and shall identify statutes and Wisconsin
Administrative Code provisions that are alleged to have been violated.
Any written notice of intent to protest the intent to award a contract shall be filed with:
USPS ADDRESS
Rick S. Hughes, Director
State Bureau of Procurement
Wisconsin Department of Administration
P.O. 7867
Madison, Wisconsin 53707-7867
COMMON CARRIER ADDRESS
Rick S. Hughes, Director
State Bureau of Procurement
Wisconsin Department of Administration
101 East Wilson Street, 6th Floor
Madison, Wisconsin 53703 3405
and received in his office no later than five (5) working days after the notices of intent to award are issued.
Any written protest shall be received within ten (10) working days after the notice of intent to award is
issued.
The decision of the head of the procuring agency may be appealed to the Secretary of the Department of
Administration within five (5) working days of issuance, with a copy of such appeal filed with the procuring
agency. The appeal shall allege a violation of a Wisconsin statute or a section of the Wisconsin
Administrative Code.
Following service of Intent to Protest the protest itself shall be served upon Mr. Hughes at the address
above within ten (10) business days of the issuance of the Intent to Award a Contract.
An appeal of a Denial of a Protest shall allege a violation of a statute or provision of Chapter 16 of the
Wisconsin Statutes, and shall be made in writing and mailed or hand-delivered to the Secretary of the
Department of Administration at the following address within five (5) working days of the issuance of the
denial:
RFP# 28114-DT: Hazardous Waste Management Services
Page 23
____________________________________________________________________
USPS ADDRESS
Mike Huebsch, Secretary
Wisconsin Department of Administration
Office of the Secretary
P.O. 7864
Madison, Wisconsin 53707-7864
COMMON CARRIER ADDRESS
Mike Huebsch, Secretary
Wisconsin Department of Administration
Office of the Secretary
101 East Wilson Street, 10th Floor
Madison, Wisconsin 53703-3405
4.0 MANDATORY REQUIREMENTS
All requirements in this section are mandatory. Failure to complete a mandatory requirement shall result
in disqualification. Conditions of the RFP that include the word “must” or “shall” describe a mandatory
requirement. All specifications are defined as mandatory minimum requirements unless otherwise stated.
The State reserves the right to delete any specification or condition of the RFP.
Mandatory Waste Streams to be Managed
The waste streams listed in Table 1 (below), and in corresponding Attachment A, represent the hazardous
wastes to be managed for State of Wisconsin (and cooperating entities) end users. Proposer shall
document their ability to meet the requirements of Section 4.1 by completing and signing Attachment A,
and organizing in Tab 3 of proposal submittal.
TABLE 1 – RCRA Wastes
RCRA Wastes (including but not limited to the list below)
State Entity use is Mandatory for all items listed under RCRA Wastes.
Characteristic Hazardous Wastes
4.1.1
4.1.2
4.1.3
Ignitable Wastes (D001); High Total Organic Carbon (TOC) - Liquid, Solid, Gas
Examples: Laboratory solvents (both halogenated and non-halogenated),
paint-related wastes, organic solvents and oils, organic solids and semi-solids
(wipes & rags contaminated with halogenated or non-halogenated organic
solvents), organic liquids contaminated with PCBs, pharmaceuticals, gas
cylinders, aerosol cans and non-liquids capable of causing and sustaining a fire
due to friction, moisture absorption or spontaneous chemical changes.
Ignitable Waste (D001); Low TOC (Oxidizers) - Liquid, Solid, Gas
Examples; Wastes that consist of chemical(s) that have been identified by the
US DOT as Oxidizers as defined in 49 CFR 173.127(a), water treatment,
sanitizing and decontamination chemicals.
Corrosive Wastes (D002); Acidic Liquids and Basic Liquids
Examples; Organic and inorganic acids (pH ≤ 2.0 or as determined by corrosion
testing), organic and inorganic bases (pH ≥ 12.5 or as determined by corrosion
testing), gas cylinders and aerosol cans.
RFP# 28114-DT: Hazardous Waste Management Services
Page 24
____________________________________________________________________
4.1.4
4.1.5
4.1.6
4.1.7
4.1.8
Reactive Wastes (D003) - Liquid, Gas, Solid
Examples; Unstable or deteriorated laboratory chemicals (picric acid, ethers
containing peroxides), water reactive metals (sodium, lithium, and
phosphorus), toxic gas emitters, cyanide and sulfide bearing wastes, materials
capable of detonation or explosive reaction or forbidden and Class A and Class
B explosives as defined in 49 CFR 173.52 through 173.54.
Toxic Wastes (D004 through D043 as listed in NR 661.24(2), Table 2 and as
determined by the TCLP test) - Liquid, Solid
Examples; Inorganic solids with or without toxic metals (reagent salts, used
filters or PPE, metal turnings, silica gel), surface preparation (blasting) wastes,
Mercury salts/solutions, chemically contaminated items, Firing range wastes,
organic & inorganic sludge material, pharmaceuticals.
Wastes with two or more EPA waste codes; Ignitable D001 with toxic
constituent, Corrosive D002 with a toxic constituent
Examples; Corrosive wastes with dissolved toxic metals, organic liquid waste
mixtures with toxic components (organic and inorganic).
Listed Hazardous Wastes
F-Listed Wastes (F001 through F043) - Liquid, Solid, Gas
Examples; Spent halogenated and non-halogenated solvents (including
degreasing), Organic solids and semi-solids (wipes & rags) contaminated with
halogenated or non-halogenated F–listed organic solvents, dioxin and dioxin
containing wastes (e.g., F027), contaminated or mixed chlorofluorocarbons
(Freon).
P & U Listed Wastes - Liquid, Solid, Gas
Examples; Commercial chemical products that appear on the toxic or acute
hazardous waste lists in NR661.33 (5) and (6), including off-specification
species, container residues and spills thereof, excess laboratory chemicals and
pesticides.
FIFRA and Related Wastes (including but not limited to the list below)
State Entity Use (Mandatory or Elective) as noted:
Non-RCRA Pesticides (Mandatory)
Gaseous pesticides-gas cylinders, lecture bottles & pressurized canisters
(Mandatory)
Pesticide sludge (Mandatory)
Pesticide contaminated soil (Elective)
Pharmaceutical Disposal Services (including but not limited to the list below)
State Entity Use (Mandatory or Elective) as noted:
DEA controlled substances (Elective)
4.1.10
RCRA Pharmaceuticals (Mandatory, but see RCRA Controlled Substances
below )
4.1.9
RFP# 28114-DT: Hazardous Waste Management Services
Page 25
____________________________________________________________________
4.1.11
Non-RCRA Pharmaceuticals (Elective)
RCRA Controlled Substances (Elective, if the material is surrendered to a sworn
law enforcement officer)
Non-RCRA Gases (including but not limited to the list below)
State Entity use is Elective for all items listed under Non-RCRA Gases.
Compressed gas cylinders
Lecture bottles
Pressurized canisters
Liquefied gas
Universal Wastes (Shall be Recycled)
State Entity Use (Mandatory or Elective) as noted:
NOTE: Except as stated below, state entities are mandated to use the Lamp, Ballast and
Battery Recycling; PCB and Mercury-Containing Devices Disposal Services contract (see
Vendornet) for lamps, PCB ballasts and mercury-containing equipment.
Small quantities of lamps, PCB ballasts and mercury-containing equipment may be picked
up under this Hazardous Waste contract as a convenience, when a Hazardous Waste
pickup is scheduled. Definition of small quantities shall be determined at the discretion of
Contract Manager.
Mercury containing equipment - switches, laboratory instruments.
4.1.12
(Mandatory- Lamp/Ballast contract)
Antifreeze (Elective)
Batteries (Elective)
4.1.13
Regulated Remedial Action and Investigation Wastes
State Entity use is Mandatory except for asbestos-containing material.
Offsite management of RCRA or TSCA regulated PCB -contaminated soil, water
& debris
Mixed Waste
State Entity use is Elective for all Mixed Wastes.
4.1.14
Low-level radioactive waste with hazardous waste code(s).
4.1.15
Other Non-RCRA Wastes (listed below)
State Entity use is Elective except for PCB's.
PCBs and PCB contaminated materials and waste (Mandatory -Use
Lamp/Ballast contract)
Combustible liquids
Other liquid wastes (e.g., maintenance chemicals, paints, contaminated water,
cleaners)
RFP# 28114-DT: Hazardous Waste Management Services
Page 26
____________________________________________________________________
Laboratory chemicals
Aerosols
Petroleum contaminated soil, sludge & absorbents for bioremediation
4.1.15
(Cont.)
Refrigeration gases
Asbestos
Remediation and investigation wastes (e.g., soil, water, debris, sludge and
absorbents)
Infectious wastes
Used oil, oil filters and fuel filters, petroleum contaminated absorbents
Waste waters (e.g., oil/water mixture, chiller water)
Non-hazardous dry paint waste
Waste Disposal Methods and Waste Management Sites
Proposer is required to manage all the waste streams and methods in Section 4.1, Table 1. Identify the
proposed waste management method(s). If a waste handling method is already listed in the table, it is the
State's preferred handling method for the waste stream. If you are unable to provide this method, or if
you have a technical reason for not providing this method, list the reasons in your response. If proposer
cannot or will not manage a waste stream from this table, proposer fails the mandatory requirement.
Provide the following information in Attachment B – Waste Disposal Methods Response Form and
organize in TAB 3 of the proposal submittal.
4.2.1
List the names and locations of all waste management sites that will be used by the vendor to
manage the waste stream. This includes transfer stations, storage facilities, treatment and disposal
facilities, recycling and reclamation facilities, and facilities that will be used to handle the end
wastes. If waste characteristics affect the waste management site selection process (i.e., heavy
metal content in flammable waste streams) describe the key waste characteristics and variables
influencing the selection in your response. If proposer does not list sites, proposer fails the
mandatory requirement.
4.2.2
Identify the waste management site for temporary and long term storage of a waste in the event
that the waste storage or accumulation limits may be exceeded at the waste generation location in
the Additional Information column. If proposer does not list sites, proposer fails the mandatory
requirement.
4.2.3
Any additional information that the vendor would like to include concerning the handling of each
waste or any assumptions that vendor made when completing the table shall be included in an
RFP# 28114-DT: Hazardous Waste Management Services
Page 27
____________________________________________________________________
attachment to this table. Any technical reasons for recommendations presented in this table shall
also be included in the table.
Waste Management Site Information
For each waste management site listed in Attachment C, proposers shall provide the following information
in Attachment C – Waste Site Information and organize in TAB 3 of the proposal submittal:
1.
2.
3.
4.
5.
6.
7.
Facility name, owner and EPA ID number
Permit type(s) and issuing agency
If the proposer is not the facility owner, provide information on the formal arrangements for
continued access to the site and long term liability/indemnification agreements.
If any remediation or corrective action is taking place at the site or immediately adjacent to
the site, describe activities, progress and date of planned completion, if applicable include
third party activities.
Indicate if the site is listed on the NPL, as a corrective action site or a state cleanup site.
Indicate if adjacent properties are on the NPL.
Enumerate the site's most recent five year record of notices, citations and fines for noncompliance, and list all litigation involving the site. State the last inspection and the
regulatory agency conducting the inspection.
The planned date of site closure and a summary of the site closure plan.
Before an award is made, the State reserves the right to review any and all waste sites listed on
Attachment C. The state may require additional site information from proposer before award. The state
reserves the right to disapprove any waste site. Only approved sites may be utilized for the purposes of
this contract.
Waste Storage Methodologies - Temporary and Long Term
It is mandatory that the contractor provide temporary waste storage for all mandatory waste streams so
that the regulatory limits for waste storage at the waste generation location would not be exceeded.
Proposer shall provide a description of proposed methodologies for temporary and long term waste
storage, and handling the waste streams listed in Attachment B. and organize in Tab 3 of proposal
submittal.
Staff Qualifications
RFP# 28114-DT: Hazardous Waste Management Services
Page 28
____________________________________________________________________
Proposer shall have been in the business of supplying hazardous waste management services for at least
three years immediately prior to submittal of this proposal.
The successful proposer shall provide competent and adequately trained personnel to sample, analyze,
package, label, transport and manage wastes. Servicing the contract shall be a top priority for key
personnel. If requested by the Designated Agency Representative, the contractor shall provide a project
manager that is assigned to address waste services for a specific agency or the UW System. Personnel
shall be of adequate number, have adequate training, and understand chemical hazards and commonlyused nomenclature, to meet the requirements of all applicable regulations. If the contractor uses a
subcontractor's personnel, the subcontractor's personnel shall be provided in adequate number and have
sufficient training to meet all applicable regulations. Waste management projects of extended duration or
of large size shall be managed by personnel who will remain with the project until its completion.
Personnel providing service within the secure perimeter of any Department of Corrections facilities cannot
be on probation or parole.
Contractors shall provide a high level of customer service that includes responding to Designated Agency
Representative and site representative or waste generation location phone and electronic mail messages
promptly. The contractor shall respond to customer communication within one working day. If there are
any unresolved issues or questions, the contractor shall regularly update the Designated Agency
Representative and site representative on progress made in resolving questions or problems.
Proposer shall describe Staff Qualifications, and organize in Tab 3 of proposal submittal.
4.5.1
Proposers shall provide resumes that describe the training your hazardous waste management
employees have received and length of employment and experience of key personnel that will
provide service under this contract. These resumes could include but are not limited to the
following:
 Project manager for operations (non-sales)
 Operations/field manager
 Environmental compliance manager
 Safety officer
 Technical staff (for handling and managing reactives, explosives, gas cylinders,
pyrophoric)
 Radiation Safety Officer
 Regulatory staff (DOT, RCRA, TSCA)
4.5.2
Proposers shall submit corporate organization chart detailing positions and levels within
organization of all staff (e.g., key personnel, field teams, and administrative support staff) directly
involved with the contract.
RFP# 28114-DT: Hazardous Waste Management Services
Page 29
____________________________________________________________________
Vendor References
Using Vendor Reference form DOA-3478, proposers shall include in their RFPs, a list of four (4)
clients/buyers/organizations with whom the proposer has done business similar in scope to that required
by this solicitation within the last three (3) years. For each of the clients/buyers/organizations, the
proposer shall include the name, title, address and telephone number of a contact person along with a
brief description of the project or assignment which was the basis for the business relationship.
At least one (1) reference shall be from a college or university with enrollment greater than 5,000
students, or university system; and at least one (1) reference shall be from a public agency. At least one
(1) reference shall have been serviced by the proposer's field office & personnel that will be providing
service under this contract. State of Wisconsin employees shall not be used as references for this RFP.
Results of reference checks will be used to clarify and substantiate information in the written proposals.
The reference results shall then be considered when scoring the responses to the general and technical
requirements in the RFP.
5.0 TECHNICAL REQUIREMENTS
The purpose of this section is to provide the State with a basis for determining a Proposer’s capability to
undertake a project of this size for Hazardous Waste Management Services. Proposer shall respond to
each boxed requirement and organize within submittal as directed. Voluminous descriptions are not
desired. A concise but thorough description of relative experience is required.
If the vendor uses subcontractors, associated companies, or consultants that will be involved in any phase
of this contract, vendor’s responses to specifications in Section 5 shall include pertinent information for
each.
Proposer responses to Section 5 requirements will be scored according to Evaluation Criteria as listed in
Section 3.
Organizational Capabilities and Experience
Proposer shall have in place at the time of the proposal an organization experienced in hazardous waste
management, and shall have managed such wastes of a similar size and scope as this RFP describes.
5.1.1
Proposer shall describe their years in business, experience and capabilities in providing similar
services to those required in this RFP. Proposers shall provide their customer service procedures
and their problem resolution procedures. Be specific and identify similar size customers,
governmental customers, projects, dates and results.
RFP# 28114-DT: Hazardous Waste Management Services
Page 30
____________________________________________________________________
Waste Technologies and Methods Hierarchy
Proposer shall be capable of managing and/or subcontracting management of a wide variety of State
generated wastes utilizing the technologies and methods listed below. Proposer’s waste management
methods will be scored higher if the proposer is able to provide the most preferred waste management
technology. Deep well injection shall not be used as a primary treatment method. These technologies
and methods are listed in decreasing order of preference below.




Beneficial Reuse, Reclamation, Recycling
Elementary Neutralization, Fuel Blending, Treatment
Destruction via Incineration
Licensed Permitted Hazardous Waste Landfills
5.2.1
Describe your company’s capability to manage and/or subcontract management of a wide variety
of State generated wastes, utilizing the technologies and methods listed in this section.
Waste Pickup Scheduling
Contractor shall pick up wastes during normal working hours which are listed as follows:








Monday through Friday (unless prior arrangements are made and approved by the Designated
Agency Representative or site representative)
Contractor shall not schedule pickups from State entities on the day of a State Holiday (see
definitions, section 1.4), unless prior arrangements are made and approved by the Designated
Agency Representative or site representative. Municipality holidays may differ from the State’s.
Between the hours of 8:00 AM and 4:30 PM Central Time (unless prior arrangements are made
and approved by the Designated Agency Representative);
The contractor shall provide alternate arrangements if they cannot pick up at the scheduled
time;
When the Designated Agency Representative or site representative requests waste
management services be provided outside normal working hours, overtime rates shall apply,
except for Clean Sweep services;
If Contractor requests waste management services be provided outside normal working hours,
straight rate of pay shall apply;
Saturday working hours for the DATCP Clean Sweep program shall be considered normal
working hours and overtime rates shall not be paid by the State;
All waste pickups shall occur at a time mutually agreed to by the contractor and the Designated
Agency Representative or site representative;
RFP# 28114-DT: Hazardous Waste Management Services
Page 31
____________________________________________________________________




If delays are created by the contractor, the contractor shall be responsible for all costs
associated with the additional handling of the wastes to assure that the wastes are removed
from the waste generation location within the regulatory limits;
The contractor shall notify the Designated Agency Representative or site representative of any
change of the waste pick up time at least 2 hours prior to the scheduled pick up time;
The contractor shall notify the Designated Agency Representative or site representative of any
change of the waste pick up date at least 2 working days prior to the scheduled pick up date.
Correctional Facilities – Twenty Four (24) hour notice, by e-mail or telephone, shall be given by
the vendor to any facility operated by the Department of Corrections (DOC), prior to pick-up.
There shall be no charge for stops at DOC facilities that are not given 24-hour notice, unless
agreed upon in writing, by the agency. Vendor will verify specific entry procedures for the
correctional facility prior to scheduling pickup. Vendor will be responsible for communicating
these requirements to any subcontractors used for waste pickup. It is recommended that
pickups scheduled for secure facilities be scheduled first in the day to reduce the time required
for inspection of the vehicle and its contents.
The contractor shall coordinate and provide milk run services to one agency with a series of waste pickup
needs AND/OR several agencies with a series of waste pickup needs. It is expected that the contractor
respond to requests within one week, developing mobilization and transportation charges that: 1) do not
overcharge one agency to the detriment of another state agency and that 2) fairly distribute these charges
to all participating sites and agencies. Contractor shall arrange milk run service routes whenever possible.
When a milk run is performed, a single mobilization charge shall be based upon the zone in which the
most distant facility on the milk run is located. Milk run invoices shall clearly indicate mobilization and
transportation-related charges.
The mobilization charge to each site shall be the lesser of: 1) The mobilization fee to that site had a milk
run not occurred, or 2) The mobilization fee divided by the number of sites serviced on the milk run plus
stop charge.
5.3.1
Describe your company’s capability to organize, schedule, and execute waste pickups that would
minimize mobilization charges. Provide an example of this scheduling and execution.
Waste Pickup Services
To the extent possible, the contractor shall arrive at the waste generation location with all equipment,
supplies, and other materials necessary to appropriately manage all wastes. The contractor shall assure
that an adequate number of knowledgeable, competent staff is provided for each waste management
service. The contractor’s operation manager shall clearly and immediately identify himself/herself to the
Designated Agency Representative and/or site manager/representative at the waste pickup location. The
RFP# 28114-DT: Hazardous Waste Management Services
Page 32
____________________________________________________________________
contractor's staff shall provide copies of legible, accurate waste shipment documents and supporting
information to the waste generation location and to the designated agency representative as requested.
These documents shall clearly and accurately indicate all waste management sites and waste management
methods for each waste shipped.
The contractor shall properly package, mark and label wastes for shipment including re-containerization,
overpacking or labpacking wastes as necessary. This includes proper packaging and labeling of shock
sensitives, reactives, and gas cylinders. The Designated Agency Representative may request that waste be
packaged to meet DOT standards only.
All waste shall be removed from the waste generation site at the time the waste is packaged and labeled.
Any exception shall be approved, in advance, by the Designated Agency Representative or site
representative. If any waste is not transported, the contractor shall notify the Designated Agency
Representative and site representative with waste management options and a proposed waste shipment
schedule within seven days of the initial waste packaging.
It is required that the contractor shall possess all materials, equipment, and vehicles necessary for the
appropriate and safe transport of all wastes. The contractor shall provide a 24-hour emergency contact
number on all shipping documents.
The Designated Agency Representative or site representative may provide the contractor with a list of
wastes prior to the waste pickup services. The contractor shall review this list and notify the Designated
Agency Representative or site representative of any wastes that may require special handling or create
problems or delays in waste management services. If the contractor knows wastes can be managed in a
more efficient or non-hazardous manner that information shall be immediately communicated to the
Designated Agency Representative and/or the site manager at the pickup location.
Labpack wastes shall be packed in an efficient and cost effective manner. This may include providing to
the Designated Agency Representative or site representative, the following:




a database system for sorting shipments based on DOT hazard classes;
technical assistance with safely combining chemicals;
a uniform labeling system that includes contractor and waste generation location
information, and/or;
"Paper packing" of shipments to save labor cost and assist the Designated agency
representative or site representative with waste preparation prior to pick up services.
All waste shall be transported to its final destination, treated and/or disposed within one year, except
waste that the contractor takes into long term storage with prior approval of the contract manager and
the Designated Agency Representative.
Contractor shall supply sufficient numbers of appropriate placards to the generator to offer to waste
transporters.
RFP# 28114-DT: Hazardous Waste Management Services
Page 33
____________________________________________________________________
5.4.1
Describe vendor’s on-site packaging and labeling services and any packaging options vendor offers
to improve packing efficiency and economies.
5.4.2
Describe how vendor will comply with all applicable regulations for the transportation of the
wastes.
5.4.3
Describe vendor’s ability to package wastes for waste management site specifications as well as for
DOT shipping standards
5.4.4
Describe vendor’s labpacking methods and the labpacking experience of staff that will be servicing
this contract that meet the above requirements.
Waste Characterization and Waste Profiles
The contractor shall characterize the waste per DNR, EPA, DOT and Designated Agency Representative
specifications and perform other requested analysis. Waste characterization shall, at a minimum, allow
the contractor to safely transport and manage wastes in accordance with all applicable regulations.
The contractor shall develop and then have available at waste pickup locations profiles of commonly
accepted and expected wastes under this contract. The state reserves the right to request the waste
profiles. These profiles shall be available for review by the State Hazardous Waste Standards Committee
and any issues regarding these profiles discussed and resolved at semi-annual meetings. Unless on-site
information and chemical inspection requires separate waste characterization and/or analysis, the
contractor shall use waste profiles to identify wastes for classification, packaging, transportation, and
pricing to the greatest possible extent.
Contractor shall have the capability to sample wastes for characterization and analysis. Sampling by the
contractor at waste generation locations shall require the contractor provide all labor, equipment and
materials necessary for sampling. On-site characterization shall be done safely and in accordance with all
applicable regulations. Standard ASTM and EPA sampling methods shall be used. Contractor shall be able
to characterize and analyze waste samples collected by the Designated Agency Representative or site
representative.
RFP# 28114-DT: Hazardous Waste Management Services
Page 34
____________________________________________________________________
When a waste profile has been established, the contractor shall accept a waste description from the waste
generation location, such as BTU and chlorine content. Further analysis shall be at no cost to the State
unless it is determined that the waste is not within the waste profile parameters. The State will not pay
for additional analysis if the waste description from the waste generation location is provided.
5.5.1
List vendor’s analytical capabilities, including Wisconsin DNR certifications, and limitations. List all
materials from the mandatory requirements in Table 1 in Section 4.1.1, that shall be sent to
another laboratory for analysis.
5.5.2
Will vendor and vendor’s subcontracted disposal locations accept analytical results from any
Wisconsin DNR certified laboratory? List any limitations on acceptance of analytical results from a
Wisconsin DNR certified laboratory.
Recordkeeping and Reports
The contractor shall establish and maintain adequate records of all expenditures incurred under the
contract in accordance with generally accepted accounting principles (GAAP).
Contractor shall submit reports as required. Reports shall cover the following time periods and shall be
received by the recipients on the due dates given. Required report contents are listed below the following
table.
Contractor shall coordinate with designated agency representatives to provide additional reports as
requested.
Report
Annual waste shipment,
treatment and disposal
reports for DNR annual
regulatory reporting.
Semi-Annual report on
contract waste
destinations and
quantities
Time Period for
report
January 1 to
December 31 of
the previous
calendar year
January – June;
July - December
Due Date
Recipient
Third Monday
in January
Designated Agency
Representatives or
site representative
First Monday
in August;
First Monday
in February
Designated Agency
Representatives,
Contract Manager
RFP# 28114-DT: Hazardous Waste Management Services
Page 35
____________________________________________________________________
Annual report on
contract invoices
Annual report on cost per
agency by billing category
Clean Sweep Annual
Report
5.6.1
January 1 to
December 31 of
the previous
calendar year
January 1 to
December 31 of
the previous
calendar year
January 1 to
December 31 of
the previous
calendar year.
First Monday
in February
Designated Agency
Representatives,
Contract Manager
First Monday
in February
Designated Agency
Representatives,
Contract Manager
Last day of
February
DATCP Clean Sweep
Program
Coordinator
Required data fields for reports
Annual waste shipment, treatment and disposal reports for DNR annual regulatory reporting shall
include: Generator EPA ID, contractor’s EPA ID, generator name, waste description, manifest
number and line item number, date waste shipped, quantity shipped in pounds, waste profile
number, state and EPA waste codes, waste name, final waste destination, treatment or disposal
method. Indicate whether waste was recycled, reclaimed, burned for energy recovery, treated or
disposed. Waste totals shall be broken out by their classification of hazardous or non-hazardous
wastes.
Semi-Annual report on contract waste destinations and quantities shall include:
Generator EPA ID, contractor’s EPA ID, generator name, waste description, line item number, waste
code, date shipped, waste destination EPA ID, waste destination name, date received,
management method, waste quantity and date, destruction date,.
Annual Report on contract invoices shall include:
Account number, agency, generator (site) name, invoice number, item number from Appendix B Cost Sheet, date, invoice amount, subtotal for each agency, total for contract.
Annual Report on cost per agency by billing category shall include:
billing category, item number from final Cost Sheet, number, agency, generator (site) name,
invoice number, date, invoice amount for that category, subtotal for each agency for each billing
category, total for billing category.
Clean Sweep Annual Report. Clean sweep operates on a reimbursement basis between DATCP
and counties/municipalities. Consequently the proposer shall develop and implement a customer
identification system for DATCP-funded clean sweeps that allows invoice-related data to be
collected and aggregated for annual reports.
RFP# 28114-DT: Hazardous Waste Management Services
Page 36
____________________________________________________________________
For agricultural, household, and VSQG collections, including DATCP’s VSQG subsidy, the proposer
shall identify chemical waste and pesticide quantities collected by total pounds and keep track of
total VSQG customers by clean sweep. Collections may be identified by lab pack and bulk for
invoicing purposes. In addition, the proposer shall keep track of cancelled, suspended, and banned
pesticides coming into the program. Finally, the proposer shall provide an aggregated annual
record of total invoiced charges and waste stream amounts by type for all DATCP-funded clean
sweeps.
For drug collections, the proposer shall identity total pharmaceutical waste stream amounts by
type, including controlled and non-controlled substances. The proposer shall provide an
aggregated annual record of total invoiced charges and waste stream amounts by type, which
includes item numbers from final Cost Sheet, for all DATCP-funded clean sweeps.
5.6.2
Reporting procedures
Failure to submit these reports correctly and in a timely manner may be construed as
noncompliance with the contract’s terms and may be grounds for termination of the contract.
The contractor shall provide a reporting tool that shall be continuously accessible and free-ofcharge to the Contract Manager and Designated Agency Representatives for the duration of the
contract and/or for a period not less than (4) four years after contract expiration date. The tool
shall have query and report production capabilities. Retrievable data shall include, but is not
limited to: cost information by site and agency, cost by billing category, waste disposal facilities
including both TSD and final disposal locations, waste shipment information, manifests, bills of
lading, drum packing lists and LDR (Landfill Disposal Restriction) forms, correlation between initial
waste manifest data and bulked shipment certificates of destruction, including interim manifests.
Certificates of destruction, treatment, or disposal shall be received within the applicable TSCA
regulatory requirements and within 13 months of the waste shipment. The State will continually
evaluate the contractor’s performance on providing certificates of destruction in a timely manner.
Duly authorized representatives of the State and the Wisconsin Legislative Audit Bureau shall have
the right to audit, review, examine copy and transcribe any pertinent records or documents
relating to any contract resulting from this RFP. The contractor shall retain all documents
associated with this contract (including copies of all required hazardous waste records and reports)
for a period not less than four years after final payment is made.
It is required that all records (e.g. certificates of treatment or disposal, manifests, land ban forms,
drum inventory sheets, shipping papers, waste analysis reports, annual reports) shall be returned
to the address requested by the Designated Agency Representative. This may be different from the
manifest mailing address or the waste generation location address.
RFP# 28114-DT: Hazardous Waste Management Services
Page 37
____________________________________________________________________
The contractor shall complete the hazardous waste manifests and all other shipping papers in
accordance with all applicable regulations.
5.6.3
Describe vendor's recordkeeping and reporting systems for analytical data, certificates of
treatment or disposal, land disposal restrictions, manifests, shipment documents, regulatory
reports, invoices and vendor’s experience with providing customers with assistance in waste
management related reporting.
Onsite Services
Proposer shall provide specific waste management services at the waste generation location at the
request of the Designated Agency Representative. These services include but are not limited to:










gas cylinder sampling, treatment and re-containerization as appropriate
decanting or pumping of liquids from containers and tanks
bulking of wastes from small containers into larger ones
onsite treatment in accordance with applicable regulations
remote sump, catch basin and oil/water separator cleanout
equipment decontamination
expedited waste pickups due to safety concerns
drum overpacking and repacking
shock sensitive and reactive chemical stabilization for transport
package, transport and changeout phosphorus and other reactive chemical
contaminated filters, filter changeout shall be performed in an inert atmosphere
5.7.1
Describe vendor’s ability to provide specific waste management services at the waste generation
location at the request of the Designated Agency Representative.
Urgent Response Capability
The contractor shall provide urgent response waste management services and technical assistance
at the request of a Designated Agency Representative. Urgent response incidents are incidents
that demand prompt response, but are not so severe that they require emergency response or
response under Department of Natural Resources Contract A-008-08 Emergency Response Zone
Contract. Urgent response incidents may include, but are not limited to:
RFP# 28114-DT: Hazardous Waste Management Services
Page 38
____________________________________________________________________





Reactives/explosives discovered where Agency Contact feels excess energy hazard is
imminent
Hazardous waste left on-site by contractor approaching agency generator accumulation
quantity or time limit
Slow container leaks that don’t require emergency response
Agency acquires materials they are not authorized to possess (e.g., controlled substances,
select agents, etc.)
Efficient use of personnel and equipment for hazardous and non-hazardous wastes
generated during spill or abandoned container response under contract A-008-08
Emergency Response Zone Contract.
When a Designated Agency Representative contacts the contractor with an urgent response
request, the contractor shall be required to respond within 24 hours, either in person or with a
mutually agreeable solution.
If the state hazardous waste contract vendor is the same vendor as the zone contractor for a
designated area, and that vendor has responded to a spill or abandoned container, the hazardous
or non-hazardous waste generated as a result of the spill cleanup or abandoned container response
shall be managed by the vendor without the need for an additional request for disposal by the
agency spill coordinator(s) or other agency personnel.
5.8.1
Describe proposer's capabilities and experience with providing urgent response services. Describe
proposer’s availability to be contacted nights and weekends.
Pharmaceutical Collection Services
The State of Wisconsin generates pharmaceutical wastes at numerous locations, (e.g. research
laboratories; hospitals and clinics, including veterinary clinics; military facilities, correctional facilities,
veterans homes). In addition, municipalities offer collection services to household residents and
residential care environments such as nursing homes, adult family homes, and community-based
residential facilities. The Wisconsin Clean Sweep Program provides grants to municipalities for these
purposes.
A wide range of controlled and non-controlled substances are generated at the locations identified above.
The contractor shall be capable of the following collection and disposal services: witnessed destruction,
certificate of destruction, pharmaceutical waste evaluation, milk run servicing to a series of locations,
chain-of-custody documentation for exempt or household collection locations, and annual reports
containing summary data on collection activities. It is desirable that the contractor have reverse
distribution credentials and capabilities.
RFP# 28114-DT: Hazardous Waste Management Services
Page 39
____________________________________________________________________
5.9.1
Provide a description of vendor’s capability to provide the services described above. This
description shall include:
- Pharmaceutical waste streams vendor is capable of accepting in these settings,
- Vendor’s experience in managing these pharmaceutical wastes in Wisconsin and other
states,
- Facilities utilized for witnessed destruction of controlled substances,
- Vendor’s management options for non-controlled substances and end disposal facilities,
-how vendor categorizes and describes items and services on billing and invoicing
documents related to pharmaceutical collection and disposal,
- any preferential pricing services vendor offers such as bulk packaging offsets or volume
pricing, or special pharmaceutical mobilization rates.
5.9.2
Describe vendor’s milk run service practices for pharmaceutical collections and how mobilization,
transportation, and/or stop charges are assigned to individual collection locations. This contract
shall require servicing multiple locations for waste pharmaceutical pickup.
Clean Sweep Services
The contractor shall provide Clean Sweep services for the pickup of household, agricultural, and
business Very Small Quantity Generator (VSQG) wastes at several dozen county and municipal
locations each year. Pharmaceutical collection and disposal services, with or without state grants,
may be held in conjunction with chemical Clean Sweeps. These services can require milk run-type
collections where several counties and/or municipalities offer collection services during the same
week or weekend at primary sites and satellite sites.
The contractor shall accept wastes from businesses (VSQGs) at Clean Sweep collections. Waste
acceptance from VSQGs shall include the following capabilities:



Advising and providing guidance to municipalities on advertising the availability of VSQG
services and pre-registration methods such as toll free telephone, fax, email or mail-in
options.
Reviewing business waste inventories to develop cost estimates,
Offering reasonable payment options for businesses and assisting the Department of
Agriculture, Trade, and Consumer Protection to implement their agricultural business
subsidy by preparing essential paperwork, including the development of essential
spreadsheets.
RFP# 28114-DT: Hazardous Waste Management Services
Page 40
____________________________________________________________________
The Wisconsin Clean Sweep Program is managed by the Wisconsin Department of Agriculture,
Trade, and Consumer Protection (DATCP) under the Clean Sweep Rule, ATCP 34. Essential
procedures, requirements, and reports are specified therein.
5.10.1
Describe vendor’s Clean Sweep experience and operational procedures.
The description shall include:
- Number of trained and qualified staff available for Clean Sweep work in Wisconsin,
including the number of crews available for work on a given weekend,
-Training, experience, and qualifications of operations managers that will be available to
direct Clean Sweep operations on weekends and during complex collections,
-Techniques and procedures used to minimize costs and improve collection efficiencies,
including the use of Universal Waste Rule provisions,
-Techniques and procedures used to collect high volume, non-hazardous chemicals like latex
paint, oil, and anti-freeze so that costs can be minimized,
-Safety and environmental precautions taken to minimize the chances of accidents and
incidents at these very public, open collections,
-Invoicing procedures used to keep an accurate record of mobilization, transportation, and
labor expenses between locations.
Training
The contractor shall provide annual awareness training as described below and as requested in
cooperation with the State’s Training Subcommittee. Training shall be provided by the contractor at a
per-hour rate plus the State’s Travel Schedule amounts for lodging and mileage. The maximum rates per
lodging and other travel maximum allowance rates shall be established for state employees and shall be
used by the contractor. Rates are available at the State’s web link:
http://oser.state.wi.us/docview.asp?docid=7365
The contractor shall work with the Training Subcommittee to complete the following tasks.




Establish training program content, which shall meet small quantity generator and small
quantity handlers of universal waste training requirements;
Attend all planning meetings as necessary to plan training.
Revise training materials as needed from previous years and materials for new topics as
needed.
Provide a six hour training session to state employees at up to 12 locations around the
State of Wisconsin.
RFP# 28114-DT: Hazardous Waste Management Services
Page 41
____________________________________________________________________






Provide handouts and additional information on topics covered in the training. (Contractor
shall be reimbursed for printing costs associated with handouts).
Provide a laptop computer, computer projector, overhead projector, projection screen,
replacement lamps and all other audio-visual supplies needed to perform the training. Be
prepared to utilize existing AV equipment in part or in full at venues that have systems in
place.
Develop a website to serve as a registration tool for attendees.
Manage the registration process, provide interim student rosters to agency representatives
as requested and provide student sign-in sheets for each training session.
Provide a report to the Training Subcommittee Chair that summarizes the course
evaluation comments and course attendance numbers sorted by agency.
Provide copies of class rosters to Designated Agency Representatives at the conclusion of
the training season.
The Training Subcommittee shall perform the following tasks:





Establish times and locations for up to four planning meetings.
Establish training venue locations around the state.
Assist in the development of training topics and review of course materials.
Develop and disseminate course announcements and registration instructions to potential
attendees from the various state agencies.
Present course evaluation results and agency attendance information to the State
Hazardous Waste Standards Committee.
The 2013 training season was comprised of 10 separate sessions in Madison (two sessions), Fond du Lac,
Waukesha, Green Bay, La Crosse, Superior, Menomonie, Marshfield, and Camp Douglas. Some locations
are likely to change from year to year. Total attendance in 2013 was 663.
The following list includes mandatory topics and discretionary topics that could be included in annual
training sessions.
Mandatory topics (Covered every year):







Definitions and classes of hazardous materials & waste (solid, hazardous, universal, special),
Waste determination (user knowledge vs. analysis),
Explanation of state and federal regulations regarding waste disposal,
Waste packaging, labeling, accumulation and storage requirements,
Recordkeeping,
Facility waste generator standards & requirements (LQG, SQG, VSQG),
How to use the contract – state agency representatives, use of contract by others
Discretionary topics (covered as requested and as time permits):
RFP# 28114-DT: Hazardous Waste Management Services
Page 42
____________________________________________________________________














Performing environmental self-audits & being prepared for a regulatory inspection,
Spill awareness (oil, fuel, mercury),
Compatible storage of hazardous materials and wastes,
County & city Clean Sweeps,
Discussion of waste treatment technologies (what happens to waste after it is picked up),
Use and disposal of pesticides,
Pollution Prevention and Waste Minimization,
Managing in-place hazards (asbestos & lead),
Disposal of other types of wastes (medical, radioactive),
Purchasing hazardous materials that do not generate hazardous wastes,
Storm-water protection and management regulations.
Regulatory updates
Global Harmonization System (GHS) updates
Shipping papers & US DOT hazardous material transportation requirements
It is important that other waste management services provided by this contract shall not be interrupted
during the training season.
5.11.1
Describe vendor’s expertise and previous experience in providing similar training on waste
management and disposal issues as well as other issues listed above as mandatory or discretionary
topics. Include examples from previous training session; at least: one (1) agenda/schedule, one (1)
topic related handout, and one (1) topical video (video shall be either on the proposal CD, or a
separate CD). Include in the description the names, background, training and experience of your
training staff. Also include the average and maximum number of participants in the training
sessions.
Additional Waste Management Services
Proposers may provide additional value added services for the purpose of efficient and safe waste
management services. Additional services could include but are not limited to:




Bar coded/PC or web-based waste inventory management at waste management sites
Databases for determining applicable EPA codes and DOT shipping names
Waste tracking information that is accessible to the generator via the internet
Pre-pickup services at the generation site (such as assistance in collecting wastes and
reviewing disposal alternatives)
RFP# 28114-DT: Hazardous Waste Management Services
Page 43
____________________________________________________________________

Training and technical assistance for Designated Agency Representative or site representatives
that wish to self-pack labpacks
Additional indemnifications.

Proposers shall demonstrate that they can reliably deliver proposed additional services; either by showing
how these services are now provided or by indicating corporate commitment. Additional services provided
at no cost shall be scored higher than services provided at an additional cost.
5.12.1
Describe any additional services vendor can provide related to this Request for Proposal. For each
service, indicate if there is an additional cost for the service, or if the service is at no additional
cost. DO NOT LIST, OR INDICATE, THE ACTUAL COST.
Wastes that the Contractor may elect to manage:
Contractor may elect to manage additional waste streams that are not required under this contract.
If proposer elects to manage the below wastes, complete the section under “Proposer may elect to
manage” in Attachment B – Waste Management Disposal Methods Table. No technical points will be
assigned to elective waste managed.
Proposer may elect to manage:
Agency use mandatory or
elective?
1.






Other Low-level Radioactive Waste
Including byproduct, source, naturally
 Agency use is elective for all
occurring and accelerator-produced
items listed under Other Lowradioactive materials (NARM), special nuclear
level Radioactive Waste.
material.
2. Non-RCRA Wastes listed below
Electronic equipment containing Cathode Ray
 Agency use is elective for all
Tubes (CRT)
items listed under Non-RCRA
Wastes
Non-CRT electronic equipment and devices
White goods (refrigeration and other appliances)
3. Other Disposal Services (including but not limited to the list below)
Firearms
 Agency use is elective for all
items listed under Other
Ammunition
Disposal Services.
RFP# 28114-DT: Hazardous Waste Management Services
Page 44
____________________________________________________________________
6.0 COST INFORMATION
General Instructions on preparing Cost Proposal
Proposer shall use Appendix B – Cost Sheet to submit the cost proposal. The cost proposal shall
be submitted in a separate envelope with the written proposal (per section 2.3.1).
Cost proposals or comments that substantially change the pricing table may be rejected.
Appendix B - Cost Sheet is comprised of two (2) sections, Table 1 and Table 2.
The Cost Proposal shall be scored on the basis of the Lowest Total Cost, calculated using Table 1
of Appendix B - Cost Sheet, submitted by a responsive, responsible Proposer. Quoted costs shall
be in U.S. dollars. Proposals that require a specific quantity or dollar amount shall be disqualified.
Proposer shall indicate a Unit Cost for each item listed in Table 1. Proposer shall multiply the Unit
Cost by the Estimated Quantity (supplied by the State), to arrive at an Extended Cost for each
item.
Cost Formula: Unit Cost x Estimated Quantity = Extended Cost
In the event of Proposer error in calculation, unit price shall prevail. The Lowest Total Cost shall
be calculated by adding the total of all Extended Costs.
Table 1: Costs shall be provided for each and every item indicated on Table 1. The Department
may reject any Cost Proposal that does not include pricing for each item listed on Table 1.
Table 2: Proposer shall indicate on Table 2, each of the items they are willing to provide by
submitting a cost for those items. Table 2 shall not be scored, however, it shall be used to
develop a comprehensive list of contract prices.
The Department of Administration may award to one, or more, Proposer, judged to be in the best
interest of the State. The State is the sole determinant of its best interests. The State reserves the
right to remove any cost item from the Cost Sheet, at any time, for any reason.
The cost proposal with the Lowest Total Cost in Table 1 shall be scored with the maximum
possible 250 points. Other proposals shall be scored using the following formula:
Proposer’s Total Cost (Dollars) X 250 points = Proposer’s Total Cost Points
Lowest Cost Proposal (Dollars).
RFP# 28114-DT: Hazardous Waste Management Services
Page 45
____________________________________________________________________
Fixed Price Period
All prices, costs, and conditions (except fuel surcharges) outlined in the proposal shall remain fixed and
valid for a period of (1) one year starting on the date contract is signed by the State. Fuel surcharges shall
be adjusted quarterly as stated in Section 6.4.
Price Adjustments
Contractor is allowed the opportunity to request one price increase annually after the initial 12 month
contract period. Any price increase request shall be limited to direct cost increases to the contractor. Full
documentation of such increases shall be submitted at the time of the price increase request. The State
may accept, negotiate or reject any requested price increases.
During the term of the contract, if the contractor’s costs decrease, the contractor shall immediately notify
the State, and such decreases shall become effective to the State on the same date the decrease is
effective to the contractor.
Price addition for a new waste stream to the contract may be requested by contractor to the Contract
Manager. Documentation for this request shall be submitted in writing at least 30 days prior to requested
effective date of the additional material.
Fuel Surcharges
For purposes of this contract, fuel surcharges shall be calculated for each three full-calendar month
period, beginning on the first Monday of the first month following the start date of the contract.
The first calculated surcharge shall be the average weekly retail diesel price for the three month period
beginning on the first Monday of the first month following the start date of the contract, divided by
$4.00/gal. Average Weekly Retail Price shall be taken from U.S/ On-Highway Diesel Fuel Prices chart, using
the price listed for Midwest (PADD2), as found on the National Average Price of Diesel Fuel website, as
registered with the Department of Energy using the website:
http://tonto.eia.doe.gov/oog/info/wohdp/diesel.asp (See example below).
RFP# 28114-DT: Hazardous Waste Management Services
Page 46
____________________________________________________________________
U.S. On-Highway Diesel Fuel Prices* (dollars per gallon)
Region
U.S.
East Coast (PADD1)
New England (PADD1A)
Central Atlantic (PADD1B)
Lower Atlantic (PADD1C)
Midwest (PADD2)
Gulf Coast (PADD3)
Rocky Mountain (PADD4)
West Coast (PADD5)
West Coast less California
California
02/10/14
02/17/14
02/24/14
3.977
4.116
4.369
4.363
3.884
3.969
3.788
3.868
3.998
3.901
4.080
3.989
4.129
4.373
4.357
3.913
3.993
3.783
3.905
4.000
3.911
4.075
4.017
4.148
4.386
4.358
3.947
4.025
3.806
3.950
4.035
3.948
4.109
week
ago
0.028
0.019
0.013
0.001
0.034
0.032
0.023
0.045
0.035
0.037
year ago
-0.142
-0.053
0.042
0.096
-0.182
-0.096
-0.283
-0.107
-0.264
-0.273
The second fuel surcharge shall be calculated for the three calendar month period following the initial
three calendar month period, divided by $4.00/gallon. Each subsequent fuel surcharge shall be calculated
using the previous three calendar month average weekly retail diesel price.
The fuel surcharge shall be generated and applied to subsequent invoices. The fuel surcharge may be
greater than, or less than 100%.
Fuel surcharges shall be applied only to running miles.
A fuel surcharge, when applicable, shall increase an individual invoice no more than one percent (1%).
Contractor shall notify the contract manager via email 15 business days prior to any fuel charge increase.
The fuel surcharge will not exceed, or decrease, more than seven percent (7%) during the life of contract,
including all renewals.
RFP# 28114-DT: Hazardous Waste Management Services
Page 47
____________________________________________________________________
7.0 SPECIAL CONTRACT TERMS AND CONDITIONS
Payment Requirements
The contractor will be paid for each service after the following has been provided:
1. Receipt of an invoice that meets the requirements set forth below
2. Completion of all recordkeeping and reporting requirements as specified in section 5.6
except certificates of treatment or disposal.
Failure to meet contract requirements may result in affected agency or campus withholding payment.
Invoice Requirements
Provide separate invoices for HHW and agricultural waste and unwanted prescription drugs
collected at DATCP Clean Sweeps
Invoices shall contain the following information:
General Information







Date
Invoice Number
Purchase Order Number
Date Service Provided
Agency Name and Address for the invoice
Agency or DATCP Clean Sweep Coordinator Billing Address (address as requested by the
Designated Agency Representative)
Contractor Address to Remit Payment
Waste Generation Location Information



Waste Generation Location Name
Waste Generation Location Address
State Project Number (if applicable)
Waste and Service Information


Manifest and shipping paper number(s)
Date waste was transported from the waste generation location or collected at DATCP Clean
Sweeps
RFP# 28114-DT: Hazardous Waste Management Services
Page 48
____________________________________________________________________







Provide separate invoices for HHW and agricultural waste and unwanted prescription drugs
collected at DATCP Clean Sweeps
item numbers from final Cost Sheet
Quantity - number of containers/weight of the waste/ gallons of waste
Unit of Measure - container size in kgs, gallons, pounds, bags, drums, labor hours, etc..
Description - waste type or name; or labor; service type, material etc.
Unit Price - cost per container/pound/hour
Extended Price - Quantity x Unit price
DATCP Clean Sweep Program VSQG Information (if applicable)







VSQG names and addresses
Pounds of pesticides and non-pesticides/number of containers received from each VSQG
County fee
Total waste management costs
item numbers from final Cost Sheet
VSQG payment/DATCP payment/total payment
Cost Information
Waste Management






Labor Cost
Materials Cost
item numbers from final Cost Sheet
Mobilization Cost
miles
Invoice Total
Safety/Legal Requirements
The contractor shall be held responsible for compliance with all applicable regulations and safe work
practices. All material, equipment and supplies provided to the State shall comply with all applicable laws,
regulations, rules and standards in the states through which wastes are transported and managed.
Prime contractor and minority business subcontractors
The prime contractor shall be responsible for contract performance when subcontractors are used. The
contract shall be between the State and the awarded contractor. The contractor shall be responsible for
subcontractor adherence to the terms, specifications, and insurance requirements of the RFP and all
RFP# 28114-DT: Hazardous Waste Management Services
Page 49
____________________________________________________________________
applicable regulations. If subcontractors are to be used, the proposer shall identify those potential
subcontractors and clearly explain their participation.
No additional subcontractors may be used without prior written approval by the contract manager. Any
change of subcontractors shall be submitted in writing to the Department of Administration 30 days prior
to implementation of that change. Included shall be a description of the subcontractors’ capabilities and
qualifications along with the reason for the change and its effective date. Failure to notify the Department
may result in cancellation of the contract without notice and without penalty to the State.
The State of Wisconsin is committed to the promotion of minority business in the state’s purchasing
program and a goal of placing 5% of its total purchasing dollars with certified minority businesses.
Authority for this program is found in ss. 15.107(2), 16.75(4), 16.75(5) and 560.036(2), Wisconsin Statutes.
The State of Wisconsin policy provides that minority-owned business enterprises certified by the
Wisconsin Department Administration, Bureau of Minority Business Development shall have the
maximum opportunity to participate in the performance of its contracts. The supplier/contractor is
strongly urged to use due diligence to further this policy by awarding subcontracts to minority-owned
business enterprises or by using such enterprises to provide goods and services incidental to this
agreement, with a goal of awarding at least 5% of the contract price to such enterprises.
The supplier/contractor shall furnish appropriate quarterly information about its effect to achieve this
goal, including the identities of such enterprises certified by the Wisconsin Department of Administration
and their contract amount.
A listing of certified minority businesses, as well as the services and commodities they provide, is available
from the Department of Administration, Office of the Minority Business Program, 608/267-7806. The
listing is published on the Internet at: http://www.doa.state.wi.us/dsas/mbe/index.asp.
Provide a list of subcontractors and the subcontracted tasks in Section 5.2 9.1 Required Forms (Tab 4).
Identify which subcontractors qualify as a certified Minority Business Enterprise (MBE).
Ineligible Vendors
Vendor shall verify that subcontractors are not on the Wisconsin Department of Revenue Ineligible
vendors list located at: http://vendornet.state.wi.us/vendornet/wocc/certtax.asp.
Contract Administration
The contract resulting from this RFP will be administered by the Department of Administration, State
Bureau of Procurement. All contact between the contractor and the contracting agency will be through
the Designated Agency Representative unless otherwise instructed. The contractor shall meet with the
Designated Agency Representative as requested to resolve problems and address day-to-day aspects of
the waste management service. Any problems which cannot be resolved between the Designated Agency
RFP# 28114-DT: Hazardous Waste Management Services
Page 50
____________________________________________________________________
Representative and the contractor will be referred to the Contract Manager. The Contract Manager will
inform the contractor in writing of the unresolved issues and the contractor will respond with proposed
corrective actions within 10 days of receipt of this letter. The Contract Manager and/or the contractor can
request meetings to address unresolved contract issues.
The State retains the right to manage any waste through alternative vendors on a case-by-case basis.
The contractor may not perform any work without the approval of the Designated Agency Representative
or site representative.
Executed contract to constitute entire agreement
Upon contract award, the contents of this RFP (including all attachments), RFP addenda and revisions, and
the proposal of the successful proposer, and additional terms agreed to, in writing, by the agency and the
contractor shall become part of the contract. Failure of the successful proposer to accept these as a
contractual agreement may result in a cancellation of award.
Termination of contract
The State may terminate the contract at any time at its sole discretion by delivering thirty (30) days
written notice to the contractor. Upon termination, the agency’s liability shall be limited to the value of
the cost of the services performed as of the date of termination plus expenses incurred with the written
approval of the State. In the event that the contractor terminates the contract, for any reason, it shall
refund to the State within 30 days of said termination, all payments made hereunder by the agency to the
contractor for work not completed or not accepted by the agency. Such termination shall require written
notice to be delivered by the contractor to the State not less than 120 days prior to termination.
7.8.1
Notification for Non-performance
If the Contractor fails to perform as specified herein during the Contract, the State may issue a
written notice of default for which Contractor shall have an opportunity to cure, provided that cure
is possible and feasible. The contractor may be notified of, but not limited to the following reasons:




Failure of contractor to comply with all applicable federal, state, county and municipal
laws, regulations, rules, and standards;
Failure of contractor to assure that wastes are only managed at waste management sites
that are approved per Section 4.1.3 Attachment B;
Failure of contractor to notify the contract manager of a change in a subcontractor;
If mismanagement of wastes occurs at any waste management site utilized under this
contract, (as determined by the State Hazardous Waste Standards Committee), the State
may, at its option, refuse to allow that site to be used, request another subcontractor be
used, or cancel the contract with the contractor;
RFP# 28114-DT: Hazardous Waste Management Services
Page 51
____________________________________________________________________





7.8.2
Consistent failure to show up on the scheduled day;
Improper handling procedures resulting in releases of hazardous materials to the
environment;
Actions endangering the public, State employees, students or visitors;
Failure to provide adequate evidence of employee and subcontractor training;
Improper billing or fraudulent billing.
Performance Remedies – Right to Cure
If the Contractor fails to perform as specified herein during the Contract, the State may issue a
written notice of default in which Contractor shall have an opportunity to cure, provided that cure
is possible and feasible. The amount of time allowed to cure shall be at the State’s discretion and
dependent upon the particular violation, the reasonable amount of time to cure the violation, and
assessment of environmental and public safety risk as determined by the State. The time allowed
for cure shall be indicated in the written notice of default. Time allowed for cure of a default shall
not diminish or eliminate the Contractor’s liability for liquidated damages.
If after opportunity to cure, the default remains, the State may do one or more of the following:



exercise any remedy provided in law or in equity;
seek liquidated damages from the Contractor per Section 7.2 Liquidated Damages;
terminate Contractor’s services after issuing a thirty (30) day notice.
Waste Pickup Authorization
If more than one approved site or method is available for a particular waste, the contractor shall give the
Designated Agency Representative the choice of which site or method during the term of the contract, be
used. The contractor shall not redirect waste in transit to a different waste management site without
authorization of the Designated Agency Representative. If such changes in destination require changes to
the manifest, the contractor shall:


Reference the change through notations on the manifest.
Give copies of the final manifest(s) including all notations to the affected Designated
Agency Representative.
The Designated Agency Representative or site representative shall authorize any and all removal of waste
from the waste generation location. The Designated agency representative or site representative reserves
the right to inspect shipments before wastes are sent off-site.
RFP# 28114-DT: Hazardous Waste Management Services
Page 52
____________________________________________________________________
Performance Measurements
Contractor performance shall be evaluated as follows on an ongoing basis:
7.10.1
Complaints not resolved can result in the Contractor being deemed non-compliant with the terms
of the contract. However, the State Hazardous Waste Standards Committee may consider
evidence from the contractor supporting their resolution of any and all complaints on record.
7.10.2
Semi-annual meetings - Contractor and contract users will meet a minimum of twice a year to
discuss the contract in regards to any problems or issues that have occurred or any issues that need
to be resolved. Contractor and contract users shall attempt to resolve issues when they occur but
if issues remain unresolved then the Department of Administration contract manager shall be
informed to assist in a resolution.
Contract Notifications
The contractor shall notify the contract manager within 24 hours by phone or e-mail and follow-up in
writing within seven calendar days of any of the following conditions at waste management sites or
associated with transporters utilized, or intended to be utilized, for waste handling under this contract:








Significant releases of hazardous substances to the environment (as defined by applicable
regulations).
The onset of voluntary or agency-mandated environmental cleanups
Notice of regulatory violations, citations, or investigations
Changes in transportation methods, packaging, site acceptance criteria and other waste
handling policies that affect waste management cost or waste generation location
preparation for waste shipment.
Any changes and anticipated changes in key personnel providing service under this
contract.
Discrepancies in waste shipments such as changes in waste codes, waste management
methods, waste manifest entries, land ban form entries, and exception reports.
Rejection of the waste by the waste management site.
Spills or incidents involving State wastes that occur during transport, storage, treatment
or disposal.
RFP# 28114-DT: Hazardous Waste Management Services
Page 53
____________________________________________________________________
Insurance
Wisconsin Municipalities are allowed to purchase off of this Contract as authorized in § 16.73, Wis. Stats.
The Municipality understands it may use the Hazardous Waste Contract and in so doing agrees to hold
harmless the Department and State of Wisconsin from any and all liabilities associated with the Contractor
and the Municipality’s use of this Contract.
The Contractor shall add “the State of Wisconsin its officers, employees and agents” as additional insured
under the Contractor’s commercial general liability and pollution liability insurance. If a Wisconsin
Municipality utilizes this Contract, the Contractor and said Municipality shall be responsible to negotiate
separately insured status at no cost to the Municipality.
The Contractor shall indemnify and hold harmless the State of Wisconsin, its officers, employees, agents,
and any Municipality using this Contract under Wisconsin’s Cooperative State Purchasing Agreement.
7.12.1 Copies of Insurance Certificates
At the time that the Notice of Intent to Award is made, the winning Contractor will be required to
provide copies of applicable insurance certificates as required in this section. Copies may also be
requested for all transporters, disposal facilities and waste management services providers used
under this Contract. Contractor shall provide the appropriate Certificates of Insurance within 14
days of the State’s issuance of the Notice of Intent to Award. Failure to provide the appropriate
Certificates of Insurance may result in disqualification of the proposal. The required insurance shall
include the following coverages and limits as outlined below. The minimum coverages and limits
are subject to modification, if in the best interest of the State, as determined by the State, in the
final contract document to reflect the final negotiated services of contractor.
Deductible and Self-insured Retention: Any deductibles or self-insured retentions or contingent
liabilities associated with the coverages requested shall be declared to the State's contract
manager.
Category
Limits
Worker’s Compensation &
Employer’s Liability
Worker’s Compensation: Statutory
Employer’s Liability: $1,000,000 per
accident for bodily injury or disease.
Commercial General Liability
(CGL)
$5,000,000 per occurrence or per claim
for bodily injury, personal injury and
property damage. If CGL and/or
RFP# 28114-DT: Hazardous Waste Management Services
Page 54
____________________________________________________________________
equivalent coverage with a general
aggregate limit are used, the general
aggregate limit shall apply separately to
each project/location.
Contractor’s Pollution Liability
$2,000,000 per claim and
$5,000,000 in annual aggregate
1. The above three (3) coverages apply to proposers handling waste on State
property.
2. The State must be named as an additional insured for all policies except
Workers Compensation.
3. CGL Coverage limits of $5M may also be reached by a $1M GL and a $4M
Umbrella.
4. CGL policy should be an occurrence policy. If a claims made policy is used, it
must have an unaltered extended discovery period provision and be approved
by the State’s contract administrator.
Category
Commercial Automobile with
pollution liability coverage
Limits
$5,000,000 per occurrence for bodily
injury and property damage.
The above coverage applies only to proposers transporting State waste on
public roadways. Proposers proposing any other mode of transportation must
provide proof of insurance to the contract administrator for approval. MCS 90
endorsement and a CA 9948 endorsement (or equivalent) must be endorsed to
the policy.
Category
Pollution Legal Liability (PLL)
Limits
$2,000,000 per loss and annual aggregate
for recyclers and non-hazardous wastes
facilities and $4,000,000 per loss and
$8,000,000 in the annual aggregate for
TSDs and TSCA permitted facilities used
under this contract.
1. When a facility both: handles ‘recycling and nonhazardous wastes’, and is a
TSD and/or TSCA, the higher limits shall apply.”
2. The State must be named as an additional insured on the Pollution Legal
Liability Policy.
Acceptability of Insurers: The insurance requested above is to be placed with insurers with a current A.M.
Best's rating of not less than A, unless otherwise approved, in writing, by the State's contract manager.
RFP# 28114-DT: Hazardous Waste Management Services
Page 55
____________________________________________________________________
7.12.2
Insurance Cancellation Notification
Commercial insurance policies shall be endorsed to provide thirty (30) days written notice to the
State of Wisconsin upon cancellation or modification.
7.12.3
Insurance Policy Inspection
Upon request of the State of Wisconsin, the contractor shall provide copies of insurance policies
and/or insurance certificates in effect during this contract. The policies and/or certificates shall be
submitted to the contract manager for annual review by the State, and when insurance coverages
or providers are changed.
Site Audit and Approval
All waste management sites shall have the required federal and state permits, licenses, certifications and
approvals to perform waste handling and management under this contract. The agency, at its own
expense, may require an audit of any site where State-generated waste will be transferred, disposed,
treated or stored.
During the term of this contract, if the contractor elects to use an additional waste management site, the
contractor shall contact the Contract Manager 90 days in advance of expected access of the site. If the
Contract Manager requests an audit, the site shall only be used after the audit has been completed and
the site approved by representatives of the State Hazardous Waste Standards Committee.
The State reserves the right to audit any site at any time for any reason, including, but not limited to:
Annual audits of sites used to consolidate and repackage the majority of State-generated waste prior to
transport to its final disposition.
Annual audits of sites used to incinerate the majority of State-generated waste.
Audits as the State deems necessary when the compliance status or operations of the waste management
site change significantly.
Additional audits may be performed during the contract term if the regulatory compliance status or
operations of the waste management site change significantly.
Proof of Financial Stability
The following items shall be included in the proposal submittal under Tab 5. Failure to include any of the
items listed for the appropriate company type may cause rejection of the Proposal.
RFP# 28114-DT: Hazardous Waste Management Services
Page 56
____________________________________________________________________
7.14.1



7.14.2



Publicly Traded companies shall provide:
Title page of the most currently filed SEC forms 10K and 10Q. Fully explain the reason(s)
why any reports are currently not filed timely or have been filed late within the past three
years;
Most recently audited financial statements prepared in accordance with Generally
Accepted Accounting Principles (GAAP); and
Debt and commercial paper ratings issued by Moody’s Investors Service, Standard &
Poor’s, and Fitch’s Investors Service, if applicable.
Private owned companies shall provide
For the year most recently ended, audited financial statements prepared in accordance
with GAAP; Debt and commercial paper ratings issued by Moody’s Investors Service,
Standard & Poor’s, and Fitch’s Investors Service, if applicable.
LLPs, LLCs, S Corporations and similar forms of ownership, other than sole proprietorships
(professional organizations to include, but not limited to, Certified Public Accounting
(CPA) firms, law firms and professional engineering firms) shall provide:
For the year most recently ended, audited financial statements prepared in accordance
with GAAP.
Contract Meetings
The contractor shall participate in meetings prior to the onset of projects that will generate waste to be
managed under this contract. The contractor shall also attend semi-annual meetings, or as requested,
with the State Hazardous Waste Standards Committee members to discuss contract issues. Key members
of the contractor's staff including the vendor project manager, operations managers and field manager
shall be available for these meetings. The contractor shall also be available to attend other meetings and
make brief presentations as appropriate and requested by the Contract Manager.
Transporter Identification
The vendor shall be properly licensed to transport all wastes managed under the contract in the
generator’s state (Wisconsin) and all other states that they transport wastes to or through.
For any transporter utilized under this contract, the contractor shall provide the name, address, and a list
of permits and licenses for any state that the waste will be shipped through or to.
If, during the course of the contract period the transporter changes or additional transporters are used,
the contract manager shall be notified in accordance with Section 7.4 Safety/Legal Requirements and
information listed above shall be provided prior to shipment.
RFP# 28114-DT: Hazardous Waste Management Services
Page 57
____________________________________________________________________
At the time that the Notice of Intent to Award is made, the Contractor shall provide their transporter
permit and license information and the names and addresses for any subcontracted transporters for each
state in which waste will be transported through or to.
Debarment
Federal Executive Order (E.O.) 12549 “Debarment” requires that all Contractors receiving individual
awards, using federal funds, and all sub recipients certify that the organization and its principals are not
debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal
Department or Agency from doing business with the Federal Government. Failure to comply or attempts
to edit this language may disqualify your proposal. Information on debarment is available at the following
websites: www.epls.gov and https://www.acquisition.gov/far/current/html/Subpart%209_4.html.
The Debarment Form shall be signed if the Proposer is not currently debarred from federal or Wisconsin
state Contracts. If the Proposer is debarred, the Proposer shall disclose this information to the State of
Wisconsin in its Proposal response by attaching specific documents or information regarding the
debarment.
Required Supporting Documentation: A completed Debarment Form (attached, Section 9.1) and any
disclosers shall be completed and organized within TAB 6.
Requirements for Federally Funded Projects
Compliance with Federal Law - Projects which include federal funding shall be carried out in accordance
with Federal laws and regulations. The awarded vendor shall warrant and certify that in the performance
of the resultant contract it has complied with or will comply with all applicable statutes, rules, regulations
and orders of the United States, and any state or political subdivision thereof, including laws and
regulations pertaining to labor, wages, hours and other conditions of employment. All materials,
equipment, and supplies provided shall comply fully with all safety requirements, rules of the Industrial
Commission on Safety, and all applicable OSHA Standards.
Drug-Free Workplace - In accordance with the Drug-Free Workplace Act of 1988 and Code of Federal
Regulations 29.6 Subpart F Contractor shall certify that they will not engage in the unlawful manufacture,
distribution, dispensing, possession or use of a controlled substance in conducting any activity with the
contract.
Reporting and Recordkeeping - WisDOT and any state or federal agencies shall have the right to audit,
review, examine, copy, and transcribe any pertinent records or documents held by the Contractor related
to this contract. The Contractor shall establish, maintain, report as needed, and submit upon request
records of all transactions conducted under the contract. All records shall be kept in accordance with
generally accepted accounting procedures. All procedures shall be in accordance with federal, State of
RFP# 28114-DT: Hazardous Waste Management Services
Page 58
____________________________________________________________________
Wisconsin and local ordinances. The contractor shall keep such records as necessary to document
compliance with the EEO requirements. The Contractor shall retain all records pertaining to this
procurement for three (3) years after the final payment and any other pending matters are closed.
WisDOT may request reports about subcontractor activity relating to the contract resulting from this RFB.
Reports will be in a format acceptable to WisDOT or the agency making the request.
Development of Disadvantaged Suppliers - Federally funded projects are subject to federal regulations
related to disadvantaged business enterprises (DBE) as defined in 49 CFR Part 26. Disadvantaged Business
Enterprises shall have equal opportunity to participate in the performance of work resulting from this
solicitation. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the
performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in
the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these
requirements is a material breach of this contract, which may result in the termination of this contract or
such other remedy as deems appropriate. Each subcontract the contractor signs with a subcontractor shall
include the assurance in this paragraph.
Disadvantaged Business Enterprises (DBE) as defined in 49 CFR Part 26 and federal law shall have the
maximum opportunity to participate in the performance of contracts financed in whole or in part with
federal funds. Consequently, the DB requirements of 49 CFR Part 26 and federal law apply to any WORK
ORDER under this CONTRACT only if the WORK ORDER PROJECT is federally funded.
When any WORK ORDER is federally funded and federal law in effect at the time the WORK ORDER is
executed authorizes and requires it, the CONSULTANT agrees to ensure that Disadvantaged Businesses as
defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of any
subcontracts financed in whole or in part with federal funds provided under this agreement. In this regard
the CONSULTANT shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to
ensure that Disadvantaged Businesses have the maximum opportunity to compete for and perform
subcontracts. The CONSULTANT shall not discriminate on the basis of race, color, national origin, or sex in
the award and performance of contracts. Failure to carry out the requirements of this provision shall
constitute a breach of contract and may result in termination of this CONTRACT or the WORK ORDER by
the DEPARTMENT or other such remedy as the DEPARTMENT deems appropriate.
3. When any contract/purchase order/work order is federally funded, the CONSULTANT shall identify, by
name, the DB entrepreneur(s) whose utilization is intended to satisfy this provision, the items of services
involved, and the dollar amounts of such items of services.
4. When any contract/purchase order/work order is federally funded, the CONSULTANT shall maintain
records and document its performance in accordance with Federal laws and regulations.
Definitions for Federally Funded Contract/Purchase Order/Work Orders
Disadvantaged Business Enterprise or DBE means a for-profit small business concern—
RFP# 28114-DT: Hazardous Waste Management Services
Page 59
____________________________________________________________________
(1) That is at least 51 percent owned by one or more individuals who are both socially and economically
disadvantaged or, in the case of a corporation, in which 51 percent of the stock is owned by one or more
such individuals; and
(2) Whose management and daily business operations are controlled by one or more of the socially and
economically disadvantaged individuals who own it.
EEO means Equal Employment Opportunity.
Socially and economically disadvantaged individual means any individual who is a citizen (or lawfully
admitted permanent resident) of the United States and who is—
(1) Any individual who a recipient finds to be a socially and economically disadvantaged individual on a
case-by-case basis.
(2) Any individual in the following groups, members of which are reputably presumed to be socially and
economically disadvantaged:
(i) “Black Americans,” which includes persons having origins in any of the Black racial groups of Africa;
(ii) “Hispanic Americans,” which includes persons of Mexican, Puerto Rican, Cuban, Dominican, Central or
South American, or other Spanish or Portuguese culture or origin, regardless of race;
(iii) “Native Americans,” which includes persons who are American Indians, Eskimos, Aleuts, or Native
Hawaiians;
(iv) “Asian-Pacific Americans,” which includes persons whose origins are from Japan, China, Taiwan, Korea,
Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines,
Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the
Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated
States of Micronesia, or Hong Kong;
(v) “Subcontinent Asian Americans,” which includes persons whose origins are from India, Pakistan,
Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka;
(vi) Women;
(vii) Any additional groups whose members are designated as socially and economically disadvantaged by
the SBA, at such time as the SBA designation becomes effective.
Tribally-owned concern means any concern at least 51 percent owned by an Indian tribe as defined in this
section.
WisDOT means Wisconsin Department of Transportation.
RFP# 28114-DT: Hazardous Waste Management Services
Page 60
8.0 TERMS AND CONDITIONS
STANDARD TERMS AND CONDITIONS FOR REQUEST FOR BIDS / PROPOSALS
1.0 SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific
manufacturer and model numbers are used, they are to establish a design, type of construction, quality,
functional capability and/or performance level desired. When alternates are bid/proposed, they shall be
identified by manufacturer, stock number, and such other information necessary to establish equivalency.
The State of Wisconsin shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid
bidding alternates to the specifications which may result in rejection of their bid/proposal.
2.0 DEVIATIONS AND EXCEPTIONS: Deviations and exceptions from original text, terms, conditions, or
specifications shall be described fully, on the bidder's/proposer's letterhead, signed, and attached to the
request. In the absence of such statement, the bid/proposal shall be accepted as in strict compliance with
all terms, conditions, and specifications and the bidders/proposers shall be held liable.
3.0 QUALITY: Unless otherwise indicated in the request, all material shall be first quality. Items which
are used, demonstrators, obsolete, seconds, or which have been discontinued are unacceptable without
prior written approval by the State of Wisconsin.
4.0 QUANTITIES: The quantities shown on this request are based on estimated needs. The state
reserves the right to increase or decrease quantities to meet actual needs.
5.0 DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise
specified.
6.0 PRICING AND DISCOUNT: The State of Wisconsin qualifies for governmental discounts and its
educational institutions also qualify for educational discounts. Unit prices shall reflect these discounts.
6.1 Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs.,
doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit
price shall establish the extended price, the unit price shall govern in the bid/proposal evaluation and
contract administration.
6.2 Prices established in continuing agreements and term contracts may be lowered due to general
market conditions, but prices shall not be subject to increase for ninety (90) calendar days from the date
of award. Any increase proposed shall be submitted to the contracting agency thirty (30) calendar days
before the proposed effective date of the price increase, and shall be limited to fully documented cost
increases to the contractor which are demonstrated to be industrywide. The conditions under which price
increases may be granted shall be expressed in bid/proposal documents and contracts or agreements.
6.3 In determination of award, discounts for early payment will only be considered when all other conditions are equal and when payment terms allow at least fifteen (15) days, providing the discount terms
are deemed favorable. All payment terms shall allow the option of net thirty (30).
7.0 UNFAIR SALES ACT: Prices quoted to the State of Wisconsin are not governed by the Unfair Sales
Act.
61
____________________________________________________________________
8.0 ACCEPTANCE-REJECTION: The State of Wisconsin reserves the right to accept or reject any or all
bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a
bid/proposal as deemed to be in the best interests of the State of Wisconsin.
Bids/proposals MUST be date and time stamped by the soliciting purchasing office on or before the
date and time that the bid/proposal is due. Bids/proposals date and time stamped in another office will
be rejected. Receipt of a bid/proposal by the mail system does not constitute receipt of a bid/proposal by
the purchasing office.
9.0 METHOD OF AWARD: Award shall be made to the lowest responsible, responsive proposer unless
otherwise specified.
10.0 ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the
contractor by an authorized agency. No other purchase orders are authorized.
11.0 PAYMENT TERMS AND INVOICING: The State of Wisconsin normally will pay properly submitted
vendor invoices within thirty (30) days of receipt providing goods and/or services have been delivered,
installed (if required), and accepted as specified.
Invoices presented for payment must be submitted in accordance with instructions contained on the
purchase order including reference to purchase order number and submittal to the correct address for
processing. A good faith dispute creates an exception to prompt payment.
12.0 TAXES: The State of Wisconsin and its agencies are exempt from payment of all federal tax and
Wisconsin state and local taxes on its purchases except Wisconsin excise taxes as described below.
The State of Wisconsin, including all its agencies, is required to pay the Wisconsin excise or
occupation tax on its purchase of beer, liquor, wine, cigarettes, tobacco products, motor vehicle fuel and
general aviation fuel. However, it is exempt from payment of Wisconsin sales or use tax on its purchases.
The State of Wisconsin may be subject to other states' taxes on its purchases in that state depending on
the laws of that state. Contractors performing construction activities are required to pay state use tax on
the cost of materials.
13.0 GUARANTEED DELIVERY: Failure of the contractor to adhere to delivery schedules as specified or to
promptly replace rejected materials shall render the contractor liable for all costs in excess of the contract
price when alternate procurement is necessary. Excess costs shall include the administrative costs.
14.0 ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order
awarded as a result of this request except where special requirements are stated elsewhere in the
request; in such cases, the special requirements shall apply. Further, the written contract and/or order
with referenced parts and attachments shall constitute the entire agreement and no other terms and
conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly
agreed to in writing by the contracting authority.
RFP# 28114-DT: Hazardous Waste Management Services
Page 62
____________________________________________________________________
15.0 APPLICABLE LAW AND COMPLIANCE: This contract shall be governed under the laws of the State of
Wisconsin. The contractor shall at all times comply with and observe all federal and state laws, local laws,
ordinances, and regulations which are in effect during the period of this contract and which in any manner
affect the work or its conduct. The State of Wisconsin reserves the right to cancel this contract if the
contractor fails to follow the requirements of s. 77.66, Wis. Stats., and related statutes regarding
certification for collection of sales and use tax. The State of Wisconsin also reserves the right to cancel
this contract with any federally debarred contractor or a contractor that is presently identified on the list
of parties excluded from federal procurement and non-procurement contracts.
16.0 ANTITRUST ASSIGNMENT: The contractor and the State of Wisconsin recognize that in actual
economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of
Wisconsin (purchaser). Therefore, the contractor hereby assigns to the State of Wisconsin any and all
claims for such overcharges as to goods, materials or services purchased in connection with this contract.
17.0 ASSIGNMENT: No right or duty in whole or in part of the contractor under this contract may be
assigned or delegated without the prior written consent of the State of Wisconsin.
18.0 WORK CENTER CRITERIA: A work center must be certified under s. 16.752, Wis. Stats., and must
ensure that when engaged in the production of materials, supplies or equipment or the performance of
contractual services, not less than seventy-five percent (75%) of the total hours of direct labor are
performed by severely handicapped individuals.
19.0 NONDISCRIMINATION / AFFIRMATIVE ACTION: In connection with the performance of work under
this contract, the contractor agrees not to discriminate against any employee or applicant for employment
because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined
in s. 51.01(5), Wis. Stats., sexual orientation as defined in s. 111.32(13m), Wis. Stats., or national origin.
This provision 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. Except with respect to sexual
orientation, the contractor further agrees to take affirmative action to ensure equal employment
opportunities.
19.1 Contracts estimated to be over fifty thousand dollars ($50,000) require the submission of a written
affirmative action plan by the contractor. An exemption occurs from this requirement if the contractor
has a workforce of less than fifty (50) employees. Within fifteen (15) working days after the contract is
awarded, the contractor must submit the plan to the contracting state agency for approval. Instructions
on preparing the plan and technical assistance regarding this clause are available from the contracting
state agency.
19.2 The contractor agrees to post in conspicuous places, available for employees and applicants for
employment, a notice to be provided by the contracting state agency that sets forth the provisions of the
State of Wisconsin's nondiscrimination law.
RFP# 28114-DT: Hazardous Waste Management Services
Page 63
____________________________________________________________________
19.3 Failure to comply with the conditions of this clause may result in the contractor's becoming declared
an "ineligible" contractor, termination of the contract, or withholding of payment.
20.0 PATENT INFRINGEMENT: The contractor selling to the State of Wisconsin the articles described
herein guarantees the articles were manufactured or produced in accordance with applicable federal
labor laws. Further, that the sale or use of the articles described herein will not infringe any United States
patent. The contractor covenants that it will at its own expense defend every suit which shall be brought
against the State of Wisconsin (provided that such contractor is promptly notified of such suit, and all
papers therein are delivered to it) for any alleged infringement of any patent by reason of the sale or use
of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit.
21.0 SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the State of Wisconsin
must comply fully with all safety requirements as set forth by the Wisconsin Administrative Code and all
applicable OSHA Standards.
22.0 WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a
result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date
of receipt. The equipment manufacturer's standard warranty shall apply as a minimum and must be
honored by the contractor.
23.0 INSURANCE RESPONSIBILITY: The contractor performing services for the State of Wisconsin shall:
23.1 Maintain worker's compensation insurance as required by Wisconsin Statutes, for all employees
engaged in the work.
23.2 Maintain commercial liability, bodily injury and property damage insurance against any claim(s)
which might occur in carrying out this agreement/contract. Minimum coverage shall be one million
dollars ($1,000,000) liability for bodily injury and property damage including products liability and
completed operations. Provide motor vehicle insurance for all owned, non-owned and hired vehicles that
are used in carrying out this contract. Minimum coverage shall be one million dollars ($1,000,000) per
occurrence combined single limit for automobile liability and property damage.
23.3 The state reserves the right to require higher or lower limits where warranted.
24.0 CANCELLATION: The State of Wisconsin reserves the right to cancel any contract in whole or in part
without penalty due to non-appropriation of funds or for failure of the contractor to comply with terms,
conditions, and specifications of this contract.
25.0 VENDOR TAX DELINQUENCY: Vendors who have a delinquent Wisconsin tax liability may have their
payments offset by the State of Wisconsin.
RFP# 28114-DT: Hazardous Waste Management Services
Page 64
____________________________________________________________________
26.0 PUBLIC RECORDS ACCESS: It is the intention of the state to maintain an open and public process in
the solicitation, submission, review, and approval of procurement activities.Bid/proposal openings are
public unless otherwise specified. Records may not be available for public inspection prior to issuance of
the notice of intent to award or the award of the contract.
27.0 PROPRIETARY INFORMATION: Any restrictions on the use of data contained within a request, must
be clearly stated in the bid/proposal itself. Proprietary information submitted in response to a request
will be handled in accordance with applicable State of Wisconsin procurement regulations and the
Wisconsin public records law. Proprietary restrictions normally are not accepted. However, when
accepted, it is the vendor's responsibility to defend the determination in the event of an appeal or
litigation.
27.1 Data contained in a bid/proposal, all documentation provided therein, and innovations developed as
a result of the contracted commodities or services cannot be copyrighted or patented. All data, documentation, and innovations become the property of the State of Wisconsin.
27.2 Any material submitted by the vendor in response to this request that the vendor considers
confidential and proprietary information and which qualifies as a trade secret, as provided in s. 19.36(5),
Wis. Stats., or material which can be kept confidential under the Wisconsin public records law, must be
identified on a Designation of Confidential and Proprietary Information form (DOA-3027).
Bidders/proposers may request the form if it is not part of the Request for Bid/Request for Proposal
package. Bid/proposal prices cannot be held confidential.
28.0 DISCLOSURE: If a state public official (s. 19.42, Wis. Stats.), a member of a state public official's
immediate family, or any organization in which a state public official or a member of the official's
immediate family owns or controls a ten percent (10%) interest, is a party to this agreement, and if this
agreement involves payment of more than three thousand dollars ($3,000) within a twelve (12) month
period, this contract is voidable by the state unless appropriate disclosure is made according to s.
19.45(6), Wis. Stats., before signing the contract. Disclosure must be made to the State of Wisconsin
Ethics Board, 44 East Mifflin Street, Suite 601, Madison, Wisconsin 53703 (Telephone 608-266-8123).
State classified and former employees and certain University of Wisconsin faculty/staff are subject to
separate disclosure requirements, s. 16.417, Wis. Stats.
29.0 RECYCLED MATERIALS: The State of Wisconsin is required to purchase products incorporating
recycled materials whenever technically and economically feasible. Bidders are encouraged to bid
products with recycled content which meet specifications.
30.0 MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a
hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data
Sheet for each item with the shipped container(s) and one (1) copy with the invoice(s).
31.0 PROMOTIONAL ADVERTISING / NEWS RELEASES: Reference to or use of the State of Wisconsin, any
of its departments, agencies or other subunits, or any state official or employee for commercial promotion
RFP# 28114-DT: Hazardous Waste Management Services
Page 65
____________________________________________________________________
is prohibited. News releases pertaining to this procurement shall not be made without prior approval of
the State of Wisconsin. Release of broadcast e-mails pertaining to this procurement shall not be made
without prior written authorization of the contracting agency.
32.0 HOLD HARMLESS: The contractor will indemnify and save harmless the State of Wisconsin and all of
its officers, agents and employees from all suits, actions, or claims of any character brought for or on
account of any injuries or damages received by any persons or property resulting from the operations of
the contractor, or of any of its contractors, in prosecuting work under this agreement.
33.0 FOREIGN CORPORATION: A foreign corporation (any corporation other than a Wisconsin corporation)
which becomes a party to this Agreement is required to conform to all the requirements of Chapter
180, Wis. Stats., relating to a foreign corporation and must possess a certificate of authority from the
Wisconsin Department of Financial Institutions, unless the corporation is transacting business in
interstate commerce or is otherwise exempt from the requirement of obtaining a certificate of
authority. Any foreign corporation which desires to apply for a certificate of authority should contact
the Department of Financial Institutions, Division of Corporation, P. O. Box 7846, Madison, WI 537077846; telephone (608) 261-7577.
34.0 WORK CENTER PROGRAM: The successful bidder/proposer shall agree to implement processes that
allow the State agencies, including the University of Wisconsin System, to satisfy the State's obligation
to purchase goods and services produced by work centers certified under the State Use Law, s.16.752,
Wis. Stat. This shall result in requiring the successful bidder/proposer to include products provided by
work centers in its catalog for State agencies and campuses or to block the sale of comparable items to
State agencies and campuses.
35.0 FORCE MAJEURE: Neither party shall be in default by reason of any failure in performance of this
Agreement in accordance with reasonable control and without fault or negligence on their part. Such
causes may include, but are not restricted to, acts of nature or the public enemy, acts of the government
in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes,
freight embargoes and unusually severe weather, but in every case the failure to perform such must be
beyond the reasonable control and without the fault or negligence of the party.
RFP# 28114-DT: Hazardous Waste Management Services
Page 66
Supplemental Standard Terms and Conditions for Procurements for Services
State of Wisconsin
Department of Administration
DOA-3681 (01/2001)
ss. 16, 19 and 51, Wis. Stats.
Division of Enterprise Operations
Bureau of Procurement
Supplemental Standard Terms and Conditions for Procurements for Services
1.0 ACCEPTANCE OF BID/PROPOSAL CONTENT: The contents of the bid/proposal of the successful
contractor will become contractual obligations if procurement action ensues.
2.0 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION: By signing this bid/proposal, the
bidder/proposer certifies, and in the case of a joint bid/proposal, each party thereto certifies as to its own
organization, that in connection with this procurement:
2.1 The prices in this bid/proposal have been arrived at independently, without consultation,
communication, or agreement, for the purpose of restricting competition, as to any matter relating to
such prices with any other bidder/proposer or with any competitor;
2.2 Unless otherwise required by law, the prices which have been quoted in this bid/proposal have not
been knowingly disclosed by the bidder/proposer and will not knowingly be disclosed by the
bidder/proposer prior to opening in the case of an advertised procurement or prior to award in the case of
a negotiated procurement, directly or indirectly to any other bidder/proposer or to any competitor; and
2.3 No attempt has been made or will be made by the bidder/proposer to induce any other person or
firm to submit or not to submit a bid/proposal for the purpose of restricting competition.
2.4 Each person signing this bid/proposal certifies that: He/she is the person in the bidder's/proposer's
organization responsible within that organization for the decision as to the prices being offered herein and
that he/she has not participated, and will not participate, in any action contrary to 2.1 through 2.3 above;
(or)
He/she is not the person in the bidder's/proposer's organization responsible within that organization for
the decision as to the prices being offered herein, but that he/she has been authorized in writing to act as
agent for the persons responsible for such decisions in certifying that such persons have not participated,
and will not participate in any action contrary to 2.1 through 2.3 above, and as their agent does hereby so
certify; and he/she has not participated, and will not participate, in any action contrary to 2.1 through 2.3
above.
3.0 DISCLOSURE OF INDEPENDENCE AND RELATIONSHIP:
3.1 Prior to award of any contract, a potential contractor shall certify in writing to the procuring agency
that no relationship exists between the potential contractor and the procuring or contracting agency that
interferes with fair competition or is a conflict of interest, and no relationship exists between the
contractor and another person or organization that constitutes a conflict of interest with respect to a state
contract. The Department of Administration may waive this provision, in writing, if those activities of the
potential contractor will not be adverse to the interests of the state.
3.2 Contractors shall agree as part of the contract for services that during performance of the contract,
the contractor will neither provide contractual services nor enter into any agreement to provide services
to a person or organization that is regulated or funded by the contracting agency or has interests that are
67
____________________________________________________________________
adverse to the contracting agency. The Department of Administration may waive this provision, in writing,
if those activities of the contractor will not be adverse to the interests of the state.
4.0 DUAL EMPLOYMENT: Section 16.417, Wis. Stats., prohibits an individual who is a State of Wisconsin
employee or who is retained as a contractor full-time by a State of Wisconsin agency from being retained
as a contractor by the same or another State of Wisconsin agency where the individual receives more than
$12,000 as compensation for the individual’s services during the same year. This prohibition does not
apply to individuals who have full-time appointments for less than twelve (12) months during any period
of time that is not included in the appointment. It does not include corporations or partnerships.
5.0 EMPLOYMENT: The contractor will not engage the services of any person or persons now employed
by the State of Wisconsin, including any department, commission or board thereof, to provide services
relating to this agreement without the written consent of the employing agency of such person or persons
and of the contracting agency.
6.0 CONFLICT OF INTEREST: Private and non-profit corporations are bound by ss. 180.0831, 180.1911(1),
and 181.0831 Wis. Stats., regarding conflicts of interests by directors in the conduct of state contracts.
7.0 RECORDKEEPING AND RECORD RETENTION: The contractor shall establish and maintain adequate
records of all expenditures incurred under the contract. All records must be kept in accordance with
generally accepted accounting procedures. All procedures must be in accordance with federal, state and
local ordinances.
The contracting agency shall have the right to audit, review, examine, copy, and transcribe any pertinent
records or documents relating to any contract resulting from this bid/proposal held by the contractor. The
contractor will retain all documents applicable to the contract for a period of not less than three (3) years
after final payment is made.
8.0 INDEPENDENT CAPACITY OF CONTRACTOR: The parties hereto agree that the contractor, its
officers, agents, and employees, in the performance of this agreement shall act in the capacity of an
independent contractor and not as an officer, employee, or agent of the state. The contractor agrees to
take such steps as may be necessary to ensure that each subcontractor of the contractor will be deemed
to be an independent contractor and will not be considered or permitted to be an agent, servant, joint
venturer, or partner of the state.
RFP# 28114-DT: Hazardous Waste Management Services
Page 68
9.0 FORMS
The following forms shall be completed and submitted with the proposal in accordance with the
instructions given in Section 2.4. Blank forms are attached. Failure to complete and submit all required
forms may result in proposal disqualification.
DOA Required Forms







Affidavit (DOA-3476)
Designation of Confidential and Proprietary Information (DOA-3027)
Wisconsin's Cooperative Purchasing Service Vendor Agreement (DOA-3333)
Vendor Information form (DOA-3477)
Vendor Reference form (DOA-3478)
Debarment Certification form (DOA 3054)
Lobbying Form – 0348 004
Attachments - RFP Response Forms



Attachment A – Mandatory Requirements Response Form
Attachment B - Waste Disposal Methods Response Form
Attachment C – Waste Site Information Response Form
Appendices – Separate Documents (download separately)



69
Appendix A – Zone Map
Appendix B – Cost Sheet
Appendix C– 2013 Spend by Agency
Proposal # 28114-DT
STATE OF WISCONSIN
DOA-3476 (R12/96)*
AFFIDAVIT
THIS COMPLETED AFFIDAVIT SHALL BE SUBMITTED WITH THE PROPOSAL.
PROPOSER PREFERENCE Please indicate below if claiming a proposer preference.

Minority Business Preference (s. 16.75(3m), Wis. Stats.)* - Must be certified by the
Wisconsin Department of Administration. If you have questions concerning the
certification process, contact the Department of Administration, Wisconsin Supplier
Diversity Program, 6th Floor, 101 E. Wilson St., Madison, Wisconsin 53707, (608) 2679550.
AMERICAN-MADE MATERIALS
The materials covered in our proposal were manufactured in whole or in substantial part within the United States, or the
majority of the component parts thereof were manufactured in whole or in substantial part in the United States.
 Yes
 No
 Unknown
In signing this proposal we also certify that we have not, either directly or indirectly, entered into any agreement or
participated in any collusion or otherwise taken any action in restraint of free trade; that no attempt has been made to
induce any other person or firm to submit or not to submit a proposal; that this proposal has been independently arrived at
without collusion with any other proposer competitor or potential competitor; that this proposal has not been knowingly
disclosed prior to opening of proposals to any other proposer or competitor; that the above statement is accurate under
penalty of perjury.
We will comply with all terms, conditions, and specifications required by the state in this Request for Proposal and the
terms of our proposal.
Authorized Representative ___________________________________
Title ______________________________
Type or Print
Authorized Representative ___________________________________
Date ______________________________
Signature
Company Name ___________________________________________
Telephone _________________________
This document can be made available in accessible formats to qualified individuals with disabilities.
* rev. 2014 This document has been revised to reflect the change in administration of the minority business
certification program. STATE OF WISCONSIN
DOA-3027 N(R01/98)
70
STATE OF WISCONSIN
DOA-3027 N(R01/98)
DESIGNATION OF CONFIDENTIAL AND PROPRIETARY INFORMATION
The attached material submitted in response to Bid/Proposal #28114-DT includes proprietary and confidential information
which qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or is otherwise material that can be kept
confidential under the Wisconsin Open Records Law. As such, we ask that certain pages, as indicated below, of this
bid/proposal response be treated as confidential material and not be released without our written approval.
Prices always become public information when bids/proposals are opened, and therefore cannot be kept
confidential.
Other information cannot be kept confidential unless it is a trade secret. Trade secret is defined in s. 134.90(1)(c), Wis.
Stats. as follows: "Trade secret" means information, including a formula, pattern, compilation, program, device, method,
technique or process to which all of the following apply:
1.
The information derives independent economic value, actual or potential, from not being generally known to,
and
not being readily ascertainable by proper means by, other persons who can obtain economic value from its
disclosure or use.
2.
The information is the subject of efforts to maintain its secrecy that are reasonable under the circumstances.
We request that the following pages not be released
Section
Page #
Topic
__________________________________________________________________________________________________________________
__________________________________________________________________________________________________________________
__________________________________________________________________________________________________________________
__________________________________________________________________________________________________________________
__________________________________________________________________________________________________________________
__________________________________________________________________________________________________________________
IN THE EVENT THE DESIGNATION OF CONFIDENTIALITY OF THIS INFORMATION IS CHALLENGED, THE
UNDERSIGNED HEREBY AGREES TO PROVIDE LEGAL COUNSEL OR OTHER NECESSARY ASSISTANCE TO DEFEND
THE DESIGNATION OF CONFIDENTIALITY AND AGREES TO HOLD THE STATE HARMLESS FOR ANY COSTS OR
DAMAGES ARISING OUT OF THE STATE'S AGREEING TO WITHHOLD THE MATERIALS.
Failure to include this form in the bid/proposal response may mean that all information provided as part of the bid/proposal response
will be open to examination and copying. The state considers other markings of confidential in the bid/proposal document to be
insufficient. The undersigned agrees to hold the state harmless for any damages arising out of the release of any materials unless they
are specifically identified above.
Company Name
___________________________________________
Authorized Representative
___________________________________________
Signature
Authorized Representative
___________________________________________
Type or Print
Date
___________________________________________
This document can be made available in accessible formats to qualified individuals with disabilities
71
Division of State Agency Services
State Bureau of Procurement
State of Wisconsin
Department of Administration
DOA-3333 (R03/2004)
RFB # 28114-DT
Hazardous Waste Management
Vendor Agreement
Wisconsin’s Cooperative Purchasing Service
Wisconsin statutes (s. 16.73, Wis. Stats.) establish authority to allow Wisconsin municipalities to purchase from state
contracts. Participating in the service gives vendors opportunities for additional sales without additional bidding.
Municipalities use the service to expedite purchases. A "municipality" is defined as any county, city, village, town, school
district, board of school directors, sewer district, drainage district, vocational, technical and adult education district, or any
other public body having the authority to award public contracts (s. 16.70(8), Wis. Stats.). Federally recognized Indian tribes
and bands in this state may participate in cooperative purchasing with the state or any municipality under ss. 66.0301(1) and
(2), Wis.Stats.
Interested municipalities:

will contact the contractor directly to place orders referencing the state agency contract number; and

are responsible for receipt, acceptance, inspection of commodities directly from the contractor, and making payment
directly to the contractor.
The State of Wisconsin is not a party to these purchases or any dispute arising from these purchases and is not liable for
delivery or payment of any of these purchases.
The State of Wisconsin will determine the contractor’s participation by checking a box below.
MANDATORY: Bidders/Proposers shall agree to furnish the commodities or services of this bid/proposal to Wisconsin
municipalities. Vendors shall note any special conditions below.
OPTIONAL: Bidders/Proposers may or may not agree to furnish the commodities or services of this bid/proposal to
Wisconsin municipalities. A vendor’s decision on participating in this service has no effect on awarding this contract.
A vendor in the service may specify minimum order sizes by volume or dollar amount, additional charges beyond normal
delivery areas, or other minimal changes for municipalities.
Vendor: please check one of the following boxes in response.
I Agree to furnish the commodities or services of this bid/proposal to Wisconsin municipalities with any special
conditions noted below.
I Do Not Agree to furnish the commodities or services to Wisconsin municipalities.
Special Conditions (if applicable):
Signature
Date (mm/dd/ccyy)
Name (Type or Print)
Title
Company
Telephone
(
Address (Street)
Commodity/Service
City
State
)
Address (Street)
Request for Bid/Proposal Number
STATE OF WISCONSIN
RFB #
Commodity / Service
DOA-3477 (R05/98)
28114-DT
HAZARDOUS WASTES
VENDOR INFORMATION
1
.
BIDDING / PROPOSING COMPANY NAME
FEIN – TAX I.D.
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
2
.
State
Zip + 4
Name the person to contact for questions concerning this bid / proposal.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
3
.
State
Zip + 4
Any vendor awarded over $25,000 on this contract shall submit affirmative action information to the
department. Please name the Personnel / Human Resource and Development or other person responsible
for affirmative action in the company to contact about this plan.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
4
.
State
Zip + 4
Mailing address to which state purchase orders are mailed and person the department may contact
concerning orders and billings.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
Address
City
State
5
.
CEO / President Name
SIGNATURE
Zip + 4
)
STATE OF WISCONSIN
Bid / Proposal # 28114-DT
Hazardous Wastes
DOA-3478 (R12/96)
VENDOR REFERENCE
VENDOR NAME:
Provide company name, address, contact person, telephone number, and appropriate information on the
product(s) and/or service(s) used for four (4) or more installations with requirements similar to those included in
this solicitation document. If vendor is proposing any arrangement involving a third party, the named references
shall also be involved in a similar arrangement.
Company Name
Address (include Zip + 4)
Contact Person
Phone No.
Product(s) and/or Service(s) Used
Company Name
Address (include Zip + 4)
Contact Person
Phone No.
Product(s) and/or Service(s) Used
Company Name
Address (include Zip + 4)
Contact Person
Phone No
Product(s) and/or Service(s) Used
Company Name
Address (include Zip + 4)
Contact Person
Phone No.
Product(s) and/or Service(s) Used
This document can be made available in accessible formats to qualified individuals with disability.
State of Wisconsin
DOA-3261 (R08/2003)
74
Wisconsin Department of Administration
Chs. 16, 19, 51
DOA-3054 (R10/2005)
Page 1 of 3
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
LOWER TIER COVERED TRANSACTIONS
This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension,
29 CFR Part 98, Section 98.510, Participants' responsibilities. The regulations were published as Part 98 of the July
1, 1993 Code of Federal Regulations (pages 537-555).
(Before Completing Certification, Read Attached Instructions
Which Are an Integral Part of the Certification)
1.
2.
The prospective lower tier participant certifies, by submission of this proposal, to the State of Wisconsin, that
neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from participation in this transaction by any Federal department or agency.
Where the prospective lower tier participant is unable to certify to any of the statements in this certification, to
the State of Wisconsin, such prospective participant shall attach an explanation to this proposal/bid.
_________________________________________________________________________________
Name and Title of Authorized Representative
_________________________________________________________________________________
Signature
Date
_________________________________________________________________________________
Company/Organization Name
Contract/Bid/Bulletin Number
Definitions:
Lower tier transaction: Any procurement contract for goods or services between a participant and the State of
Wisconsin, regardless of type expected to equal or exceed the Federal procurement small purchase threshold under
primary covered transactions.
Primary covered transaction: Any non-procurement transaction between the State of Wisconsin and a Federal
agency including: grants, cooperative agreements, scholarships, fellowships, contracts of assistance, loans, loan
guarantees, subsidies, insurance, payments for specified use, donation agreements and any other non-procurement
transactions.
rev. 2/95
75
INSTRUCTIONS FOR CERTIFICATION
1. By signing and submitting this proposal, the prospective lower tier participant providing the
certification as set out below.
2. The certification in this clause is a material representation of fact upon which reliance was placed
when this transaction was entered into. If it is later determined that the prospective lower tier
participant knowingly rendered an erroneous certification, in addition to other remedies available to
the Federal Government, the department or agency with which this transaction originated may
pursue available remedies, including suspension and/or debarment.
3. The prospective lower tier participant shall provide immediate written notice to the person to
whom this proposal is submitted if at any time the lower tier participant learns that its certification
was erroneous when submitted or has become erroneous by reason of changed circumstances.
4. The term "covered transaction,” “debarred,” “suspended”, “ineligible,” “lower tier covered
transaction,” ”participant,” “person,” “primary covered transaction,” “principal, proposal," and
"voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and
Coverage sections of rules implementing Executive Order 12549. You may contact the person in
which this proposal is submitted for assistance in obtaining a copy of those regulations.
5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed
covered transaction be entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded
from participation in this covered transaction, unless authorized by the department or agency with
which this transaction originated.
6. The prospective lower tier participant further agrees by submitting this proposal that it will include
the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion - Lower Tier Covered Transactions," without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered transactions.
7. A participant in a covered transaction may rely upon a certification of a prospective participant in a
lower tier covered transaction that it is not debarred, suspended, declared ineligible, or voluntarily
excluded from participation in the covered transaction, unless it knows that the certification is
erroneous. A participant may decide the method and frequency by which it determines the
eligibility of its principals. Each participant may but is not required to check the Non-procurement
List.
8. Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render in good faith the certification required by this clause. The knowledge and
information of a participant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a
covered transaction knowingly enters into a lower tier covered transaction with a person who is
debarred, suspended, declared ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal Government, the department or
agency with which this transaction originated may pursue available remedies, including suspension
and/or debarment.
76
LOBBYING FORM
Certification for Contracts, Grants, Loans, and Cooperative Agreements
The undersigned certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer
or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal
Contract the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any Federal Contract, grant,
loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal Contract grant, loan, or
cooperative agreement, the undersigned shall complete and submit Standard Form LLL, “Disclosure Form to Report
Lobbying,” in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents for all
sub-awards at all tiers over $25,000 (including sub-Contracts, sub-grants, and Contracts under grants, loans and
cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made
or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed
by Section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil
penalty of not less than $10,000 and not more than $100,000 for each such failure.
Person means an individual, corporation, company, association, authority, firm, partnership, society, State, and local
government, regardless of whether such entity is operated for profit or not for profit. This term excludes an Indian
tribe, tribal organization, or any other Indian organization with respect to expenditures specifically permitted by
other Federal law.
Contract # and Name: _____________________________________
Company Name and Address:
____________________________________________________________
____________________________________________________________
____________________________________________________________
____________________________________________________________
____________________________________________
Signature
Name or Designee
(If designee, attach Designee Authorization)
___________________________________________
Name printed
77
__________________________
Date
DISCLOSURE OF LOBBYING ACTIVITIES FORM
Approved by OMB
0348 0046
(Reproduced by DOA)
Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352
(See next page for public burden disclosure.)
1.
Type of Federal Action:
a.
b.
c.
d.
e.
f.
4.
2.
Contract
grant
cooperative agreement
loan
loan guarantee
loan insurance
Status of Federal Action:
a.
b.
c.
3.
bid/offer/application
initial award
post award
Report Type:
a.
b.
initial filing
material change
For Material Change Only:
Year ______
quarter ______
Date of last report __________
Name and Address of Reporting Entity:
5.
Prime ______________________________________________________
Sub-awardee ________________________________________________
Tier ______, if known:
Congressional District, if known:_____________________________________
If Reporting Entity in No. 4 is Sub-awardee, Enter
Name and Address of Prime:
Congressional District, if known:_____________________
6.
Federal Department/Agency:
7.
8.
Federal Action Number, if known:
9.
Federal Program Name/Description:
CFDA Number, if applicable:
Award Amount, if known:
$______________________
10.
a.
Name and Address of Lobbying Entity
10.
b.
(if individual, last name, first name, mi.):
11.
Amount of Payment (check all that apply):
$ _______________________
planned $_________________
12.
different from No. 10a) (last name, first name, mi):
13.
Type of Payment (check all that apply):
a.
b.
c.
d.
e.
f.
actual $__________________
Individuals Performing Services (including address if
retainer
one-time fee
commission
contingent fee
deferred
other; specify: ___________________
Form of Payment (check all that apply):
a.
b.
cash
in-kind; specify:
nature ________________
value ________________
Brief Description of Services Performed or to be Performed and Date(s) of Service, including officer(s), employee(s), or Member(s) contacted,
for Payment indicated in Item 11:
15.
16.
Continuation Sheet(s) SF-LLL-A attached:
___Yes
___No
Information requested through this form is authorized by title 31 U.S.C. section 1352.
This disclosure of lobbying activities is a material representation of fact upon which
reliance was placed by the tier above when this transaction was made or entered into.
This disclosure is required pursuant to 31 U.S.C. 1352. This information will be
reported to the Congress semi—annually and will be available for public inspection.
Any person who fails to file the required disclosure shall be subject to a civil penalty of
not less than $10,000 and not more than $100,000 for each such failure.
Signature: __________________________________
Print Name: ________________________________
Title: ______________________________________
Tele. No.: _________________ Date: ____________
78
RFB # 28114-DT
Hazardous Wastes
DISCLOSURE OF LOBBYING ACTIVITIES
CONTINUATION SHEET (cont.)
Reporting Entity: ____________________________________________
79
0348-0046
Page ______ of ______
INSTRUCTIONS FOR COMPLETION OF SF LLL, DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether sub-awardee or prime Federal recipient, at the initiation or
receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a
form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an
officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with a covered Federal action. Use the SF LLL A Continuation Sheet for additional information if the space
on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the
implementing guidance published by the Office of Management and Budget for additional information.
1.
Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a
covered Federal action.
2.
Identify the status of the covered Federal action.
3.
Identify the appropriate classification of this report. If this is a follow¬ up report caused by a material change to the information
previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted
report by this reporting entity for this covered Federal action.
4.
Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check
the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or sub-award recipient.
Identify the tier of the sub-awardee, e.g., the first sub-awardee of the prime is the 1st tier. Sub-awards include but are not limit
to sub-Contracts, sub-grants ad Contract awards under grants.
5.
If the organization filing the report in item 4 checks (Sub-awardee), then enter the full name, address, city, state and zip code of
the prime Federal recipient. Include Congressional District, if known.
6.
Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below
agency name, if known. For example, Department of Transportation, United States Coast Guard.
7.
Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of
Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments.
8.
Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for
Proposal (RFP number; Invitation for Bid (IFB) number; grant announcement number; the Contract grant, or loan award
number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., “RFP 90 001.”
9.
For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal
amount of the award/loan commitment for the prime entity identified in item 4 or 5.
10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item
4 to influence the covered Federal action.
(b) Enter the full names of the individual(s) performing services, and include full address if different from 10 (a). Enter Last
Name, First Name, and Middle Initial (MI).
11. Enter the amount of compensation paid or reasonable expected to be paid by the reporting entity (item 4) to the lobbying entity
(item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this
is a material change report, enter the cumulative amount of payment made or planned to be made.
12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in kind contribution, specify the
nature and value of the in kind payment.
13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.
14. Provide a specific and detailed description of the services that the lobbyist has performed, or will be expected to perform, and
the date(s) of any services rendered. Include all preparatory and related activity, not just time spent in actual contact with
Federal officials. Identify the Federal official(s) or employee(s) contacted or the officer(s), employee(s), or Member(s) of
Congress that were contacted.
15. Check whether or not a SF LLL A Continuation Sheet(s) is attached.
16. The certifying official shall sign and date the form, print his/her name, title, and telephone number.
Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for
reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing
the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,
including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction .
80
THIS PAGE INTENTIONALLY LEFT BLANK
81
ATTACHMENT A - MANDATORY REQUIREMENTS RESPONSE FORM
Hazardous Waste Management Services RFP #28114-DT
Proposer shall acknowledge their capability to manage the following wastes, in compliance with
state and federal hazardous waste regulations, by checking either YES or NO. A NO response shall
disqualify a proposer. No additional comments or explanations may be added by the Proposer.
Failure to meet all mandatory requirements shall result in rejection of Proposal. In the event that
no Proposer is able to meet an individual mandatory requirement, the State reserves the right to
continue the evaluation of Proposals and to select the Proposal that most closely meets the
requirements specified in this RFP.
This Mandatory Requirements Response Sheet shall be organized in Tab 3 of Proposal Submittal.
Proposer shall sign and date the Mandatory Requirements Response Form.
Section
4.1.1
4.1.2
4.1.3
4.1.4
4.1.5
82
Requirement
Ignitable Waste (D001); High Total Organic Carbon (TOC) Liquid,
Solid, Gas Examples; Laboratory solvents (both halogenated and nonhalogenated), paint-related wastes, organic solvents and oils, organic
solids and semi-solids (wipes & rags contaminated with halogenated
or non-halogenated organic solvents), organic liquids contaminated
with PCBs, pharmaceuticals, gas cylinders, aerosol cans and nonliquids capable of causing and sustaining a fire due to friction,
moisture absorption or spontaneous chemical changes.
Ignitable Waste (D001); Low TOC (Oxidizers) Liquid, Solid, Gas
Examples; Wastes that consist of chemical(s) that have been
identified by the US DOT as Oxidizers as defined in 49 CFR 173.127(a),
water treatment, sanitizing and decontamination chemicals.
Corrosive Wastes (D002) Acidic and Basic Liquids
Examples; Organic and inorganic acids (pH ≤ 2.0 or as determined by
corrosion testing), organic and inorganic bases (pH ≥ 12.5 or as
determined by corrosion testing), gas cylinders and aerosol cans.
Reactive Wastes (D003) Liquid, Solid, Gas
Examples; Unstable or deteriorated laboratory chemicals (picric acid,
ethers containing peroxides), water reactive metals (sodium, lithium,
and phosphorus), toxic gas emitters, cyanide and sulfide bearing
wastes, materials capable of detonation or explosive reaction or
forbidden and Class A and Class B explosives as defined in 49 CFR
173.52 through 173.54.
Toxic Wastes (D004 through D043 as listed in NR 661.24(2), Table 2
and as determined by the TCLP toxicity test). Liquid, Solid
Examples; Inorganic solids with or without toxic metals (reagent salts,
used filters or PPE, metal turnings, silica gel), surface preparation
(blasting) wastes, Mercury salts/solutions, chemically contaminated
items, Firing range wastes, organic & inorganic sludge material,
pharmaceuticals.
YES –Able to
Meet
Requirement
NO-Unable to
Meet
Requirement
☐
☐
☐
☐
☐
☐
☐
☐
☐
☐
ATTACHMENT A - MANDATORY REQUIREMENTS RESPONSE FORM
Hazardous Waste Management Services RFP #28114-DT
4.1.6
4.1.7
4.1.8
4.1.9
4.1.10
4.1.11
4.1.12
4.1.13
4.1.14
83
Wastes with two or more EPA waste codes:
 Ignitable D001 with a toxic constituent
 Ignitable D001 with a toxic constituent
 Examples; Corrosive wastes with dissolved toxic metals,
organic liquid waste mixtures with toxic components
(organic and inorganic).
F-Listed Wastes (F001 through F043): Liquid, Solid, Gas
Examples; Spent halogenated and non-halogenated solvents
(including degreasing), Organic solids and semi-solids (wipes & rags)
contaminated with halogenated or non-halogenated F–listed organic
solvents, dioxin and dioxin containing wastes (e.g., F027),
contaminated or mixed chlorofluorocarbons (Freon).
P & U Listed Wastes: Liquid, Solid, Gas
Examples; Commercial chemical products that appear on the toxic or
acute hazardous waste lists in NR661.33 (5) and (6), including offspecification species, container residues and spills thereof, excess
laboratory chemicals and pesticides.
FIFRA and related Wastes (including but not limited to the list
below)
 Non-RCRA Pesticides
 Gaseous pesticides (gas cylinders, lecture bottles &
pressurized canisters)
 Pesticide sludge
 Pesticide contaminated soil
Pharmaceutical disposal services (including but not limited to the
list below:
 DEA controlled substances
 RCRA Pharmaceuticals
 Non-RCRA Pharmaceuticals
Non-RCRA gases (including but not limited to the list below:
 compressed gas cylinders
 lecture bottles
 pressurized canisters
 liquefied gas
Universal Wastes – Wisconsin DNR These materials must be
recycled (does not include lamps):
 Mercury containing devices (switches, laboratory
instruments)
 Antifreeze
 Batteries including but not limited to: NiCd, Lithium,
Mercury, Lead Acid, Magnesium and Silver
Regulated remedial action and investigation wastes
 Offsite management of RCRA or TSCA regulated PCB contaminated soil, water & debris
Mixed waste
 Low-level radioactive waste with hazardous waste code(s)
page 2/3
☐
☐
☐
☐
☐
☐
☐
☐
☐
☐
☐
☐
☐
☐
☐
☐
☐
☐
ATTACHMENT A - MANDATORY REQUIREMENTS RESPONSE FORM
Hazardous Waste Management Services RFP #28114-DT
4.1.15
Other Non-RCRA wastes listed below
 PCBs and PCB contaminated materials and waste
 Combustible liquids
 Other liquid wastes (e.g., maintenance chemicals, paints,
contaminated water, cleaners)
 Laboratory chemicals
 Aerosols
 Petroleum contaminated soil, sludge & absorbents for
bioremediation
 Refrigeration gases
 Asbestos
 Remediation and investigation wastes (e.g., soil, water,
debris, sludge and absorbents)
 Infectious wastes
 Used oil, oil filters and fuel filters, petroleum contaminated
absorbents
 Waste waters (e.g., oil/water mixture, chiller water)
 Non-hazardous dry paint waste
☐
I certify that the information I have provided in this proposal response and specifically to
the items above is true and accurate. I understand that any false, misleading, or missing
information shall disqualify my response.
84
________________________________
Signature
_____________________________
Vendor Name
________________________________
Name and Title
_____________________________
Date
page 3/3
☐
THIS PAGE INTENTIONALLY LEFT BLANK
85
ATTACHMENT B - WASTE DISPOSAL METHODS RESPONSE FORM
Hazardous Waste Management Services - RFP #28114-DT
Proposer (Company) Name: ______________________________________________________
For each Waste Stream listed below, Proposer shall provide the information requested in column headers. Proposer may add additional columns to this chart, but the column
headers shown shall remain in the same order. Proposer may expand rows to fit response.
Waste Stream
(Proposer Required to Manage 1 thru 9)
1. RCRA Wastes
A. Characteristic Hazardous Wastes
 Ignitable
 Corrosive
 Reactive
 Toxic
 Multiple Hazard Wastes
B. Listed Hazardous Wastes
 F listed wastes
86
Waste Management
Method(s)
Names and locations of all
sites to be used in managing
this waste
Additional Information
Waste Stream
 Page 2
 P&U listed wastes
2. FIFRA Wastes
 Non-RCRA pesticides
 Pesticide contaminated soil
 Gaseous pesticides
 Pesticide sludge
3. Other Disposal Services (including
but not limited to the list below)
 DEA controlled substances
 RCRA Pharmaceuticals
 Non-RCRA pharmaceuticals
87
Waste Management
Method(s)
Names and locations of all
sites to be used in managing
this waste
Additional Information
Waste Stream
Page 3
4. Non-RCRA gases (including but not
limited to the list below)
 compressed gas cylinders
 lecture bottles
 pressurized canisters
 liquefied gas
5. WIDNR Universal Wastes
 Elemental mercury and mercury
containing devices
 Antifreeze
6. Regulated remedial action and
investigative wastes
 Offsite management of RCRA or TSCA
regulated soil, water & debris,
including PCB contaminated soil
7. Mixed wastes
 low level radioactive wastes with
hazardous waste codes
88
Waste Management
Method(s)
Names and locations of all
sites to be used in managing
this waste
Additional Information
Waste Stream
Page 4
8. Other non RCRA Wastes
 combustible liquids
 other liquid wastes (maintenance
chemicals, paints, contaminated water,
cleaners)
 Laboratory chemicals
 Aerosols
 Petroleum contaminated soil
 Petroleum contaminated sludge and
absorbents
 Unused halogenated solvents and
refrigeration gasses
 Asbestos
 PCB's and PCB contaminated materials
 Light fixture ballasts - small numbers
not handled under contract #15-92677402 Waste lamp and ballast recycling
and PCB waste disposal services
89
Waste Management
Method(s)
Names and locations of all sites to be
used in managing this waste
Additional Information
Waste Stream
 Page 5
Waste Management
Method(s)
Names and locations of all sites to be
used in managing this waste
Additional Information
 Remediation and investigation wastes soil, water, debris
 Remediation and investigation wastes sludge and absorbents
 Infectious wastes
 Used oil, oil filters and fuel filters
 Waste waters (oil/water mixture,
chiller water)
 Non-hazardous dry paint waste
9. Temporary and Long Term Waste Storage (Non-Mandatory; Proposer may elect to manage) Note: If proposer elects not to manage a waste listed below, put N/A
in the waste management methods and names and locations columns)
1. Other low-level radioactive waste
 Byproduct, source, naturally occurring
and accelerator-produced radioactive
materials (NARM), special nuclear
material
90
Waste Stream
2. Non-RCRA Wastes
 Electronic equipment containing
Cathode Ray Tubes (CRT)
 Non-CRT electronic equipment and
devices
 White goods (refrigeration and other
appliances)
3. Other Disposal Services (including
but not limited to the list below)
 Firearms
 Ammunition
91
Waste Management
Method(s)
Names and locations of all
sites to be used in managing
this waste
Additional Information
ATTACHMENT C – WASTE SITE INFORMATION RESPONSE FORM
Hazardous Waste Management Services RFP #28114-DT
Proposer (Company) Name: _________________________________
Reference Section 4.3
Date: ________________
For each Waste Management Site listed on Attachment B, Proposer shall provide listed column header information.
Proposers may add additional columns to this chart, but the column headings shown must remain the same and in the same order.
Facility Name,
Owner and EPA ID
Number
92
Permit
Type(s) and
Issuing
Agency
Arrangements for Access
and
Liability
Indemnification
Agreements
(Non-owned facilities)
Remediation,
Corrective Actions
activities, progress
and date of planned
completion
NPL or
State
Clean
up
Site
Five Year
Compliance History
date of last inspection
and the regulatory
agency conducting the
inspection
Planned Site
Closure
Date
summary of
the site
closure plan
ATTACHMENT C – WASTE SITE INFORMATION RESPONSE FORM
(CONT .)
Hazardous Waste Management Services RFP #28114-DT
Proposer (Company) Name: _________________________________
Facility Name,
Owner and EPA ID
Number
93
Permit
Type(s) and
Issuing
Agency
Arrangements for Access
and Liability
Indemnification
Agreements
(Non-owned facilities)
Remediation,
Corrective Actions
activities, progress
and date of planned
completion
NPL or
State
Clean
up
Site
Five Year
Compliance History
date of last inspection
and the regulatory
agency conducting the
inspection
Planned Site
Closure
Date
summary of
the site
closure plan
Download