Loading...
Backup Documents 05/25/2010 Item #16C3 16C3 3 MEMORANDUM Date: June 17, 2010 To: Dianna Perryman, Contract Specialist Purchasing Department From: Teresa Polaski, Deputy Clerk Minutes & Records Department Re: Contract #09-5306'0(g2II�� "Emergency and Scheduled Grease, Sludge and Sewage Hauling" Contractor: E.Q. Florida, Inc. Attached please find two original contract amendments (Agenda Item #16C3), approved by the Board of County Commissioners on Tuesday, May 25, 2010. An original amendment document has been retained in the Minutes and Records Department as part of the Board's permanent record. If you should have any questions, please contact me at 252-8411. Thank you. Attachment (2) ITEM NO.: 16c3 DATE RECEIVED: FILE NO.: ROUTED TO: rr�� dV� O � DO NOT WRITE ABOVE THIS LINE )) ( j L REQUEST FOR LEGAL SERVICES G Date: June e 17, 2010 To: Office of the County Attorney 1)1/1 Attention: Scott R. Teach From: Dianna Perryman., Contract Specialist Purchasing Department, Extension 4270 Re: Contract: #09-5300"Emergency and Scheduled and Sewage Hauling" y led Grease, Sludge, Contractors: ✓t.Q. Florida, Inc. Clean Harbors Environmental Services, Inc. BACKGROUND OF REQUEST: This Contract was approved by the BCC on May 25, 2010, Agenda Item 16.C.3 This item has not been submitted. ACTION REQUESTED: Contract review and approval. OTHER COMMENTS: Please forward to the Chairman of the Board of County Commissioners for signature after approval. If there are any questions concerning the document, please contact me. Purchasing would appreciate notification when the documents exit your office. Thank you. C: Linda Jackson Best, Solid Waste V‘J‘j 6z\11V3 MEMORANDUM 16 C 3 TO: Ray Carter Risk Management Department FROM: Dianna Perryman, Contract Specialist Purchasing Department DATE: June 17. 2010 RE: Review of Insurance for Contract: #09 -5306 "Household Hazardous Waste Collection Contractor" Contractors: ✓E.Q. Florida, Inc. Clean Harbors Environmental Services, Inc. This Contract was approved by the BCC on May 25, 2010, Agenda Item 16.C.3 Please review the Insurance Certificates for the above - referenced contract. If everything is acceptable, please forward to the County Attorney for further review and approval. Also, please advise me when it has been forwarded. Thank you. If you have any questions, please contact me at extension 4270. LI C: Linda Jackson Best, Solid Waste 16C,3 THE ENVIRONMENTAL QUALITY COMPANY CORPORATE OFFICE • 36255 MICHIGAN AVENUE' WAYNE, MICHIGAN 48184 • tel800- 592 -5489 • fax 800 -592 -5329 SECRETARY'S CERTIFICATE 1, Tom Sehuek, Executive VP of EQ The Environmental Quality Company, a Michigan corporation, do hereby certify as follows: RESOLVED, that this corporate resolution hereby authorizes Bob Mulholland to sign on behalf of EQ, subject to Collier County HHW Contract. IN WITNESS WHEREOF, I have signed this certificate as of the date indicated below. Dated: Jun 5, 201 Tom Schuck, Executive VP JUDIE NAPIER NOTARY PUBLIC - STATE OF MICHIGAN COUNTY OF WAYNE My Commission Expire Ai g 3, 2016 Acting in the County of AL Notary Pu lic *1 State of: Mil Commission Ex p res: �..AuI EQ IS THE ANSWER A- WWW.EQONLINE.COM www.sunbiz.org - Department of State Home Contact Us E- Filing Services Previous on List Next on List Return To List No Events No Name History Detail by Entity Name Foreian Profit Corporation EQ FLORIDA, INC. Filing Information Document Number F03000006003 FEI /EIN Number 200414157 Date Filed 12/04/2003 State MI Status ACTIVE Principal Address 36255 MICHIGAN AVENUE WAYNE MI 48184 US Changed 03/17/2008 Mailing Address 36255 MICHIGAN AVENUE WAYNE MI 48184 US Changed 03/1712008 Registered Agent Name & Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION FL 33324 US Officer /Director Detail Name & Address Title PD LUSK, DAVID M 36255 MICHIGAN AVENUE WAYNE MI 48184 US Title ST WUNDERLICH, KENNETH 36255 MICHIGAN AVENUE WAYNE MI 48184 US Title VP SCHUCK, THOMAS 36255 MICHIGAN AVENUE WAYNE MI 48184 US Title VP 16C3 Page 1 of 2 Document Searches Forms Help Entity Name Search Submit http://www.sunbiz.org/scripts/cordet.exe?action—DE'FFIL&inq_doc _number—F030000060... 6/17/2010 www.sunbiz.org - Department of State Page 2 of 2 MARTS, SCOTT 16 C 3 36255 MICHIGAN AVENUE View image in PDF format WAYNE MI 48184 US .View image in PDF format ". Annual Reports View image in PDF format Report Year Filed Date View image in PDF format 2008 03/17/2008 View image: in PDF format 2009 03/3012009 View image in PDF format 2010 01/04/2010 .View image, in PDF format Document Images 01/04/2010 --ANNUAL REPORT View image in PDF format 03/30/2009 -- ANNUAL REPORT View image in PDF format 03/17/2008 -- ANNUAL REPORT .View image in PDF format ". 08/03/2007 -- ANNUAL REPORT View image in PDF format 07/21 /2006 -- ANNUAL REPORT View image in PDF format 04/21 /2005 -- ANNUAL REPORT View image: in PDF format 07/13/2004 ANNUAL REPORT View image in PDF format 12/04/2003 -- Foreign Profit .View image, in PDF format Note: This is not official record. See documents if question or conflict. Previous on List Next on List Return To List Entity Name Search No Events No Name History Submit I Home I Contact us I Document Searches I F- Filing Services I Forms I Belo Coovriaht and Privacy Policies Copyright © 2007 State of Florida, Department of State. http://www.sunbiz.org/scripts/cordet.exe?action= DE I'FIL&iiiq_doc_number—FO30000060... 6/17/2010 16C3 A G R E E M E N T 09-5306 for "Household Hazardous Waste Collection Contractor" THIS AGREEMENT, made and entered into on this 25th day of May 2010, by and between E.Q. Florida, Inc., authorized to do business in the State of Florida, whose business address is 7202 East 8t" Avenue, Tampa, Florida 33619, hereinafter called the "Contractor" and Collier County, a political subdivision of the State of Florida, Collier County, Naples, hereinafter called the "County". WITNESSETH: 1. COMMENCEMENT. The contract shall be for a one (1) year period, commencing on May 25, 2010, and terminating on May 24, 2011. This Agreement shall commence on the issuance of a Purchase Order. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for three (3) additional one (1) year periods. The County shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. 2. STATEMENT OF WORK. The Contractor shall provide collection, identification, packaging, and shipping, transportation of all hazardous chemicals from the Household Hazardous Waste Collection Centers on a regularly scheduled basis, in compliance with regulation and codes and in accordance with the terms and conditions of Bid #09 -5306 and the Contractor's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Contractor and the County project manager or his designee, in compliance with the County Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. 3. COMPENSATION. The County shall pay the Contractor for the performance of this Agreement pursuant to the bid schedule prices offered by the Contractor in his bid, together with the cost of any other charges /fees submitted in the proposal. Payment will be made upon receipt of a proper invoice and upon approval by the County Contract Manager or his designee, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act ". Page I of 16 16C3 4. SALES TAX. Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 5. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or faxed to the Contractor at the following Address: E.Q. Florida, Inc 7202 East 81h Avenue Tampa, Florida 33619 Attention: Mr. Tom Schuck, Vice President Telephone: 813- 319 -3431 Facsimile: 813 -626 -7451 All Notices from the Contractor to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Purchasing Department - Purchasing Building 3301 Tamiami Trail, East Naples, Florida 34112 Attention: Steve Carnell, Purchasing /GS Director Telephone: 239 - 252 -8371 Facsimile: 239- 252 -6584 The Contractor and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 6. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County. 7. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor. Payment for all such permits issued by the County shall be processed internally by the County. All non -County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition, the Contractor shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Contractor agrees to comply Page 2 of 16 1 with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. 8. NO IMPROPER USE. The Contractor will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the contract of the Contractor. Should the Contractor fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 9. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non - performance. 10. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 11. BONDS. If the work is in excess of $200,000, the Contractor(s) shall be required to provide Payment and Performance Bonds. A. When required by Owner, the Contractor shall furnish a Performance and /or Payment Bond prior to commencing performance, for the full amount of the Work, which shall act as a security guaranteeing the performance of the Contractor's work and the payment by the Contractor to any other party(ies) providing labor and /or materials in connection with each construction or renovation project performed by the Contractor. The bonds shall be furnished using the forms prescribed in Exhibit "A ". B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute another bond and surety, both of which shall be subject to the Owner's approval. 12. INSURANCE. The Contractor shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $2,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Page 3 of 16 160 Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non - Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. D. Pollution Liability: Coverage shall have a minimum limit of $ 1,000,000 Per Occurrence. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. There shall be a thirty (30) day notification to the County in the event of cancellation or modification of any stipulated insurance coverage. Contractor shall insure that all subContractors comply with the same insurance requirements that he is required to meet. The same Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. Page 4 of 16 16C3 14. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid Waste Department. 15. CONFLICT OF INTEREST: Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the attached component parts, all of which are as fully a part of the contract as if herein set out verbatim: Contractor's Proposal, Insurance Certificate, Bid #09 -5306 Scope of Services, Exhibit A, Bond Formats and Exhibit B, Bid Tabulation Sheet Addendum/ Addenda. 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004 -05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 19. IMMIGRATION LAW COMPLIANCE. By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 20. ADDITIONAL ITEMS /SERVICES. Additional items and /or services may be added to this contract upon satisfactory negotiation of price by the County Contract Manager and Contractor. 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. Page 5 of 16 16C3 22. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision - making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision- making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 24. KEY PERSONNEUPROIECT STAFFING: The proposer's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to insure that competent persons will be utilized in the performance of the contract. Selected firm shall assign as many people as necessary to complete the project on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the dates set forth in the Project Schedule. Firm shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and /or experience. (2) that the County is notified in writing as far in advance as possible. Firm shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. Page 6 of 16 16C3 IN WITNESS WHEREOF, the Contractor and the County, have each, respectively, by an authorized person or agent, hereunder set their hands and seals on the date and year first above written. stgoat*'* 01164 Courts 7,s'u S c 1kIrs" f 6--A uC4 14 &r TT e /pri t wi ess nameT Second Witness C�`✓�t �r�n�o -r TType /print witness nameT Approved as to form and legal sufficiency: Deputy County y Attorney Print Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA By: W. Fred W. Coyle, Chairman EO Florida Inc. Contractor B,a. Wk�,A �I, Signature Page 7 of 16 mob EAV- (M u. ho l l"d Typed signature and title D 1 E-. o � C) FE12.Wrri "S item # L6f'! Agendas Date Date ► _ �,.i 1_ 16C3 Exhibit A Payment & Performance Bonds Bond No. Contract No. 08 -5011 KNOW ALL MEN BY THESE PRESENTS: That , as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Oblige in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the 200, with Oblige for day of in accordance with drawings and specifications, which contractor is incorporated by reference and made a pat hereof, and is referred to as the Contract. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Contract at the times and in the manner prescribed in the Contract, and 2. Pays Oblige any and all losses, damages, costs and attorneys' fees that Oblige sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Oblige; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alternations or additions to the terms of the Contract or to work or to the specifications. Page 8 of 16 16C3 This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Oblige for more than the penal sum of this Performance bond regardless of the number of suits that may be filed by Oblige. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 200_, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF _ COUNTY OF PRINCIPAL: By: Name: Its: The foregoing instrument was acknowledged before me this day of 200_, by as ,a corporation. He /She is personally known to me OR has produced identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) Page 9 of 16 of corporation, on behalf of the (Signature of Notary) Name: (Legibly Printed) Notary Public, State of Commission No.: ATTEST: Witness as to Surety Witnesses SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) OR As Attorney in Fact (Attach Power of Attorney) (Business Address) (Printed Name) (Telephone Number) 16C STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 200_, by. as of Surety, on behalf of Surety. He /She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires (AFFIX OFFICIAL SEAL) Page 10 of 16 (Signature of Notary) Name: (Legibly Printed) Notary Public, State of _ Commission No.: 16C3, Exhibit B "Bid Tabulation Sheet" Page I I of 16 PRIMARY The Environment Quality Company Fixed Cost for a HHW Facility Cleary, out $2,135.00 Unit Cost for Mobilization of additional personnel for a necessary for emergency response, as outlined within this bid document. Estimated Cost No Bid Total Collection Cost per trip A Project Manager $25.00 B Field Chemist $25.00 C "Other $25.00 Section A Description Flammable Liquids 55 Gallon Drum $ 85.00 Flammable Liquids 30 Gallon Drum $ 55.00 Flammable Liquids 5 Gallon Pail $ 35.00 Poisons Liquids 55 Gallon Drum $178.00 Poisons Liquids 30 Gallon Drum $108.00 Poisons Liquids 5 Gallon Pail $ 50.00 Flammable Liquid Poisons 55 Gallon Drum $210.00 Flammable Liquid Poisons 30 Gallon Drum $155.00 Flammable Liquid Poisons 5 Gallon Pail $ 45.00 Flammable Solids 55 Gallon Drum $195.00 Flammable Solids 30 Gallon Drum $130.00 Flammable Solids 5 Gallon Pail $ 50.00 Hazardous WastesP'Li uid" 55 Gallon Drum $ 99.00 Hazardous Wastes/"Liquid" 30 Gallon Drum $ 75.00 Hazardous Wastes/"Liquid" 5 Gallon Pail $ 45.00 Hazardous WasteP'Solid" 55 Gallon Drum $100.00 Hazardous Waste / "Solid" 30 Gallon Drum $ 79.00 Hazardous WasteP'Solid" 5 Gallon Pail $ 45.00 Corrosives 55 Gallon Drum $110.00 Corrosives 30 Gallon Drum $ 98.00 Corrosives 5 Gallon Pail $ 45.00 Section A Total $1,992.00 Page I I of 16 16C3, Section B Description Reactives 55 Gallon Drum $ - Reactives 30 Gallon Drum $270.00 Reactives 5 Gallon Pail $114.00 Oxidizers 55 Gallon Drum $150.00 Oxidizers 30 Gallon Drum $ 50.00 Oxidizers 5 Gallon Pail $ 99.00 Non Regulated 55 Gallon Drum $ 53.00 Non Regulated 30 Gallon Drum $ 47.00 Non Regulated 5 Gallon Pail $ 19.00 Mercury Containing Compound 55 Gallon Drum $175.00 Mercury Containing Compound 30 Gallon Drum $120.00 Mercury Containing Compound 5 Gallon Pail $ 99.00 Recycling Fluorescent Tubes Cost per unit (includes all sizes and supplying the appropriate storage and shipping containers. $ 0.78 Other Mercury Containing Devices (Switches, Thermometers, Thermostats Other Mercury Containing Devices 55 Gallon Drum $175.00 Other Mercury Containing Devices 30 Gallon Drum $175.00 Other Mercury Containing Devices 5 Gallon Pail $175.00 Mercury 55 Gallon Drum $175.00 Mercury 30 Gallon Drum $120.00 Mercury 5 Gallon Pail $ 99.00 Section B Total Price 1 1 $2,115.78 Section C Description Polychlorinated Bi hen Is PCB 55 Gallon Drum $275.00 Polychlorinated Bi hen Is PCB 30 Gallon Drum $175.00 Polychlorinated Bi hen Is PCB 5 Gallon Pail $ 97.00 Aerosols 55 Gallon Drum $ 99.00 Aerosols 30 Gallon Drum $ 78.00 Aerosols 5 Gallon Pail $ 45.00 Recycling Lead Acid Batteries Cost per unit $ 0.17 Rechargeable 55 Gallon Drum $255.00 Page 12 of 16 Rechargeable 30 Gallon Drum $110.00 Rechargeable 5 Gallon Pail $ 76.00 Dry cell /Alkaline Batteries /Bulk 55 Gallon Drum $255.00 Dry cell /Alkaline Batteries /Bulk 30 Gallon Drum $110.00 Dry cell /Alkaline Batteries/Bulk 5 Gallon Pail $ 48.00 Nickeli Cadmium Batteries /Bulk 55 Gallon Drum $275.00 Nickel' Cadmium Batteries /Bulk 30 Gallon Drum $220.00 Nickel Cadmium Batteries /Bulk 5 Gallon Pail $ 76.00 Button Batteries, Mercury/Bulk 55 Gallon Drum $0.00 Button Batteries, Mercury/Bulk 30 Gallon Drum $0.00 Button Batteries, Mercury/Bulk 5 Gallon Pail $ 175.00 Lithium Batteries /Bulk 55 Gallon Drum $0.00 Lithium Batteries /Bulk 30 Gallon Drum $0.00 Lithium Batteries /Bulk 5 Gallon Pail $255.00 Gel Cel Lead Acid Batteries /Bulk 55 Gallon Drum $ 50.00 Gel Cel Lead Acid Batteries /Bulk 30 Gallon Drum $ 37.00 Gel Cel Lead Acid Batteries /Bulk 5 Gallon Pail $ 33.00 Nickel Metal Hydride 55 Gallon Drum $275.00 Nickel Metal Hydride 30 Gallon Drum $220.00 Nickel Metal Hydride 5 Gallon Pail $ 75.00 Cyanides 55 Gallon Drum $179.00 Cyanides 30 Gallon Drum $107.00 Cyanides 5 Gallon Pail $ 45.00 Section C Total Price $3,645.17 Section D Descriptions Isocyanates 55 Gallon Drum $159.00 Isocyanates 30 Gallon Drum $157.00 Isocyanates 5 Gallon Pail $ 60.00 Dioxins /Bulk Price per pound $ 11.00 Antifreeze 55 Gallon Drum $ 56.00 Antifreeze 30 Gallon Drum $ 34.00 Antifreeze 5 Gallon Pail $ 23.00 Propane Gas Cylinders 20 Pound $ 7.25 Propane Gas Cylinders 10 Pound $ 6.00 Page 13 of 16 1603 Propane Gas Cylinders All other cylinders less than 20 pounds $ 3.00 Oxygen Gas Cylinders 20 Pound $0.00 Oxygen Gas Cylinders 10 Pound $ 91.00 Oxygen Gas Cylinders All other cylinders less than 20 pounds $0.00 Acetelyne 20 Pound $0.00 Acetelyne 10 Pound $ 35.00 Acetelyne All other cylinders less than 20 punds $0.00 Total Section D $ 30.00 $642.25 The following unit prices shall only apply to those circumstances, which have not been considered within this bid document I.E. County were to purchase for County use Section E Description Forms Manifest Forms $0.00 Label Labels $0.00 Containers (include lid /gasket/ring /bolt) Drum 85 Gallon Over 'pack (New) $140.00 Containers (include lid /gasket/ring /bolt) Drum i i 55 Gallon 17H, 17E Reconditioned $ 30.00 Containers (include lid /gasket/ring /boR) Drum i 155 Gallon 17C New $ 30.00 Containers (include lid /gasket/ring /bolt) Drum i 155 Gallon 34M Poly New $ 31.00 Containers (include lid /gasket/ring /bolt) Drum 55 Gallon Poly Reconditioned $ 30.00 Containers (include lid /gasket/ring /bolt) Drum i i 30 Gallon Fiber New $ 30.00 Containers (include lid /gasket/ring /bolt) Drum 11 120 Gallon Fiber New $ 30.00 Containers (include lid /gasket/ring /bolt) Pail 5 Gallon New $ 10.00 Absorbents Vermiculite' 19 lb. Bag $ 12.00 Absorbents Oil Dry i i 40 lb. Bag $ 8.00 General Supplies Tyvek Suits $ 16.00 General Supplies Gloves i I Solvex, 1 Pair $0.00 General Supplies 4 Mil Liners $0.00 General Supplies DOT Labels $0.00 General Supplies EPA Labels $0.00 General Supplies Sample Bottles $0.00 General Supplies Drum Thief $0.00 Page 14 of 16 1603 General Supplies Drum Deheader & $0.00 Decontamination Charge General Supplies Drum Pump Use & $0.00 Decontamination Charge General Supplies Patay Pump Use & $0.00 Decontamination General Supplies Sorbant Boom 8" x $ 25.00 10' General Supplies Sorbant Boom 8" x $ 80.00 10' bundle of four General Supplies Sorbant Pads 3/16" x $ 2.00 18 "x 18" General Supplies Visqueen /Roll $ 63.00 Personal Protective Level D $0.00 Equipment Personal Protective Level C $0.00 Equipment Personal Protective Level B $ 55.00 Equipment Personal Protective Level A $ 75.00 Equipment Parts Pricing Gasket 17H 55 $0.00 Gallon Drum Parts Pricing Nut & Bolt 5/8" for 55 $0.00 Gallon Drum Parts Pricing Ring 17H 55 Gallon $0.00 Drum Parts Pricing Cover 17H 55 Gallon $0.00 Drum Parts Pricing Bungs TS 20 2" $0.00 Parts Pricing TS 10 $0.00 Analysis: The analysis ** Analysis Cost for $650.00 cost for unknown Unknowns (TCLP) household hazardous waste shall be considered part of the disposal cost of the waste. The above listed analysis cost shall only apply to business generated wastes. Household hazardous wastes are exempt of any cost associated with any analysis, either in the field or in the lab. Page 15 of 16 1603 Analysis: The analysis '* Analysis Cost for $650.00 cost for unknown Unknowns (Field) household hazardous waste shall be considered part of the disposal cost of the waste. The above listed analysis cost shall only apply to business generated wastes. Household hazardous wastes are exempt of any cost associated with any analysis, either in the field or in the lab. Other Expenses Emergency $700.00 Response Mobilization Other Expenses Six (6) Hour $0.00 Minimum Response Time Other Expenses Cancellation Charge $0.00 Household Hazardous Center Storage $1,520.00 Waste Collection Building Cleaning Total Section E $4,187.00 Grand Total $14,792.20 Page 16 of 16 163 16 CERTIFICATE OF LIABILITY INSURANCE page 1 of 3 06/11/2010 PRODUCER 877- 945 -7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willie of Michigan, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Century Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. O. Box 305191 Nashville, TN 37230 -5191 INSURERS AFFORDING COVERAGE NAIC# BQ Florida, Inc. 7202 Bast Sth Ave. Tampa, FL 33619 rnvFRAnFR THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR kDD'I TYPEOFIN SURACE POLICY NUMBER POUCYEFFECTWE T M POLICYEXPIRATION A MMIDD LIMITS A X GENERALLIABILITY 57666391 8/1/2009 8/1/2010 EACHOCCURRENCE $ 1,000,000 _ DAMAGETORENTED PREMISES fEa occurence $ 300 OOD X COMMERCIAL GENERAL LIABILITY CLAIMSMADE 1XIOCCUR MEDEXPIAnyoneperson) $ 25 000 PERSONAL &ADV INJURY $ 1 000 000 X XCQ Included X 100 0� 00 Deductible_ GENERALAGGREGATE $ 2,000,000 GEN'LAGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOP AGG $ 2,000,000 POLICY [G JEG LOC B B AUTOMOBILE X LIABILITY ANY AUTO CA7557770 CA1955437 8/l/2009 8/1/2009 8/1/2010 8/1/2010 COMBINED SINGLE LIMIT (Eaaoddenl) $ 11000,000 BODILY INJURY (Per person) $ ALLOWNEDAUTOS SCHEDULEDAUTOS BOOILYINnt) (Par acciden0 $ X X HIREDAUTOS NON -0WNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTOONLY- EAACCIDENT ANYAUTO OTHERTHAN EA ACC $ $ AUTO ONLY: qGG C EXCESS/UMBRELLA LIABILITY 57666618 8/1/2009 8/1/2010 EACH OCCURRENCE $ 25,000,000 X OCCUR CLAIMS MADE (AGGREGATE $ 25,000,000 $ $ DEDUCTIBLE $ X RETENTION $ 10,000 D * WORKERSOOMPENSATION AND EMPLOYERS' LKBILnY ANY PROPRIEIrOWPARTNEWEXECUINEY� WC6506636 WC6506637 1/l/2010 1/1/2010 I /1/2011 I/l /2011 X TORY LIIM1 =S __PER- E.L. EACH ACCIDENT _ $ 1 QOQ QQQ D Iwla�la ioryi NHER EXCLUDED? L—I WC6506638 1/1 /2010 ',,1/1/2011 EL .DISEASE- EA $_l ,Q 000 000 If yes, describe under SPECIAL PROVISIONS belO EL. DISEASE - POLICY LIMIT $ 1.000.000 H OTHER PLS2673560 8/l/2009 8 1 2012 Pollution Legal ''. $35,000,000 Each Incident Liability $35,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES] EXCLUSIONSADDED BY ENDORSEMENT /SPECIAL PROVISIONS THIS VOIDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE DATED: 12/16/2009 WITH ID: 13470625 Re: Contract #09 -5306 - Household Hazardous Waste Collection Contractor. See Attached SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Collier County Board of County Commissioners REPRESENTATIVES. 3301 East Tamiami Trail AUTHORIZED REPRESENTATIVE Naples, FL 34112_ ACORD25(2009 101) Coll:3040302 Tpl:1021317 Cert:14296527 ©1/988 - X200009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 7A0-7 WI11IS CERTIFICATE OF LIABILITY INSURANCE page 2 of 3 06/11/2010 PRODUCER 877- 945 -7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis of Michigan, Inc. 26 Century Blvd. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. O. Box 305191 Nashville, TN 37230 -5191 INSURERS AFFORDING COVERAGE NAIC# INSURED EQ Florida, Inc. INSURERA: Chartis Specialty Linea Insurance 26883 -001 7202 East 8th Ave. Tampa, FL 33619 INSURER B: New Hampshire Insurance Company 23841 -002 INSURERC: Chartis Specialty Linea_ Insurance _ 26883 -002 INSURER D: Granite State Insurance Company 23809 -001 INSURERE: Chartis Specialty Lines Insurance 26883 -007 Workers Compensation - MI Issuing Carrier: Illinois National Insurance Company NAIC -Loc: 23817 -001 Policy Number: WC6506646 Policy Term: 1/1/2010 - 1/1/2011 Limit of Insurance: $1,000,000. EL Each Accident $1,000,000. EL Disease - Each Employee $1,000,000. EL Disease - Policy Limit It is agreed that Collier County Board of County Commissioners is included as an Additional Insured as respects to General Liability, but solely in regards to work performed by or on behalf of the named insured in connection with the project described herein. C011:3U4U3U2 Tp1:102131'/ Cert:14296527