Loading...
Agenda 05/28/2019 Item #16C 2 (RFP #18-7424 w/US Ecology Tampa, Inc.)16.C.2 05/28/2019 EXECUTIVE SUMMARY Recommendation to award Request for Proposal No. 18-7424, "Hazardous Materials Management," to US Ecology Tampa, Inc. OBJECTIVE: To obtain services including the collection, identification, packaging, shipping, transportation, and proper disposal of all hazardous materials from Collier County's Hazardous Materials Collection Center and select recycling drop-off centers, and obtain hazardous waste collection services throughout the County, as needed, during emergency response incidents, including severe weather events. CONSIDERATIONS: The Solid and Hazardous Waste Management Division is committed to implementing the Integrated Solid Waste Management Strategy (ISWMS), which provides for environmentally sound and cost-effective solid waste management services. One component of the ISWMS is Environmental Compliance, which means managing the impacts to the air, soil, water, and wildlife, as well as quality of life impacts to the community through the collection of municipal solid and household hazardous waste. The Household Hazardous Waste Collection Program provides County residents the opportunity to properly dispose of household hazardous waste by bringing the materials to the County's collection center and recycling drop-off centers. Included in this program are two household hazardous waste round -up events per year, held in various locations throughout the county for the convenience of residents. A hazardous materials management contractor is required to remove the collected wastes from the County -owned and operated facilities in a manner that protects public health and the environment, and meets all regulatory requirements. Provision has also been made for certain qualifying small businesses to bring their waste to the Hazardous Materials Collection Center where they pay the hazardous materials management contractor directly to transport and dispose of the waste at County contract pricing. It is planned that this contract also be available for emergency response use, if necessary, following a disaster or storm event. The County posted Request for Proposal # 18-7424, "Hazardous Materials Management," on September 24, 2018, and sent notices to 6,409 vendors. Interested vendors downloaded 44 solicitation packages, and the County received three responsive proposals by the October 29, 2018 due date. A selection committee reviewed, evaluated, and ranked the three proposals based on Florida household hazardous waste (HHW) experience, compliance, commodity price, and service level. It was determined one proposal lacked the service needs, thereby shortlisting the other two vendors. The selection committee requested the two remaining vendors (US Ecology Tampa Inc. and Clean Harbors Environmental Services Inc.) submit presentations. After the Notice of Recommended Award, which awarded this agreement to US Ecology Tampa Inc., as primary vendor, and Clean Harbors Environmental Services, Inc. as a secondary vendor; Clean Harbors Environmental Services Inc. took exceptions to the County terms and conditions and rescinded its acceptance of the recommended award, defaulting the bid award solely to US Ecology Tampa, Inc. In conclusion, staff is recommending that US Ecology Tampa, Inc. be awarded the attached agreement to provide these services. Of note, US Ecology was the previous contracted vendor providing these services to the County through an Invitation to Bid process. During the contract time the vendor provided satisfactory services and met performance expectations. FISCAL IMPACT: Funding is available in the Solid and Hazardous Waste Disposal Fund (470). The annual disposal cost for household hazardous waste during the four-year term of the contract depends on Packet Pg. 753 05/28/2019 demand and customer participation. Expense is forecasted to be $1,100,000 in FY2019. The maximum FY2020 expense is estimated at $1,450,000 due primarily to an anticipated increase in the quantity of hazardous and electronic waste collected and disposed. The FY20 budget has been developed to provide sufficient funding. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This action is consistent with the Growth Management Plan Public Facilities Element, Solid Waste Sub Element requirement to collect and properly dispose of hazardous waste generated in Collier County. RECOMMENDATION: That the Board of County Commissioners awards Agreement for Request for Proposal # 18-7424, "Hazardous Materials Management," to US Ecology Tampa, Inc., and authorize the Chairman to sign and execute the attached agreement. Prepared By: Alister Burnett, Environmental Compliance Manager, Solid & Hazardous Waste Management Division ATTACHMENTS 1. 18-7424 US EcologyTampa_Contract VendorSigned (PDF) 2. 18-7424 US EcologyTampa_Insurance_4-2-19 (PDF) 3.18-7424 NORA (PDF) 4. 18-7424 Final Ranking (PDF) 5. 18-7424 Solicitation (PDF) 6. [Linked] 18-7424 US Ecology Proposal (PDF) 16.C.2 Packet Pg. 754 16.C.2 05/28/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.2 Doe ID: 8757 Item Summary: Recommendation to award Request for Proposal # 18-7424, "Hazardous Materials Management," to US Ecology Tampa, Inc. Meeting Date: 05/28/2019 Prepared by: Title: Manager - Environmental Compliance — Solid and Hazardous Waste Name: Alister Burnett 04/24/2019 4:28 PM Submitted by: Title: — Solid and Hazardous Waste Name: Kari Hodgson 04/24/2019 4:28 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Sandra Herrera Additional Reviewer Public Utilities Department Dan Rodriguez Additional Reviewer Procurement Services Viviana Giarimoustas Additional Reviewer Public Utilities Operations Support Joseph Bellone Additional Reviewer Procurement Services Ted Coyman Additional Reviewer Solid and Hazardous Waste Kari Hodgson Additional Reviewer Procurement Services Swainson Hall Additional Reviewer Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Grants Erica Robinson Level 2 Grants Review Public Utilities Department George Yilmaz Level 2 Division Administrator Review County Attorney's Office Scott Teach Level 2 Attorney Review Grants Carrie Kurutz Additional Reviewer County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Budget and Management Office Ed Finn Additional Reviewer Grants Therese Stanley Additional Reviewer Completed 04/25/2019 8:04 AM Completed 04/25/2019 12:05 PM Completed 04/25/2019 4:36 PM Completed 04/26/2019 9:47 AM Completed 04/29/2019 8:29 AM Completed 04/29/2019 11:49 AM Completed 04/29/2019 7:34 PM Completed 04/30/2019 3:28 PM Completed 05/03/2019 5:24 PM Completed 05/06/2019 1:29 PM Completed 05/10/2019 11:45 AM Completed 05/10/2019 2:21 PM Completed 05/14/2019 6:20 PM Completed 05/15/2019 1:07 PM Completed 05/15/2019 4:52 PM Completed 05/19/2019 12:33 PM Completed 05/20/2019 9:55 AM Packet Pg. 755 County Manager's Office Board of County Commissioners Nick Casalanguida Level 4 County Manager Review Mary,lo Brock Meeting Pending 16.C.2 05/28/2019 Completed 05/20/2019 3:34 PM 05/28/2019 9:00 AM Packet Pg. 756 16.C.2.a FIXED TERM SERVICE MULTI -CONTRACTOR AWARD AGREEMENT # 18-7424 for Hazardous Materials Management THIS AGREEMENT, made and entered into on this day of 20 , by and between US Ecology of Tampa, Inc. , authorized to do business in the State of Florida, whose business address is 7202 East 8th Avenue Tampa Florida 33619 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. AGREEMENT TERM. The Agreement shall be for a three (3 ) year period, Co commencing 0 upon the date of Board approval ❑ on and o terminating on three (3 ) year(s) from that date or until all outstanding Purchase Z Order(s) issued prior to the expiration of the Agreement period have been completed or U- terminated. L The County may, at its discretion and with the consent of the Contractor, renew the a Agreement under all of the terms and conditions contained in this Agreement for ti two (2 ) additional one (1 ) year(s) periods. The County shall give the LO Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2. COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a Foll Purchase Order ❑ FGGeed. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of X Request for Proposal (RFP) ❑ ❑ gfgeF ( ) # 18-7424 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. 0 The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver.l ) ,— Packet Pg. 757 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3.2 F■ The procedure for obtaining Work under this Agreement is outlined in Exhibit A — Scope of Services attached hereto. .. .. ... . ... . 3-4 ❑ 4. THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit B- Fee Schedule, attached hereto and the price methodology as defined in Section 4.1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative Agent/Project Manager, and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Price Methodology (as selected below): FN� Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. FO -1 Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. FN� Unit Price: The County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification). Page 2 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver. 1) 16.C.2.a 0 Z IL LL L 3 a r� LO r - Packet Pg. 758 16.C.2.a 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). 4.3 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. .. -- - -- ... . ._. N 1=900cw. MCI RAN= 0 z a LL L 3 a r� LO r - 5. 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. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption # 85-8015966531C. 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following: Page 3 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. 1) Packet Pg. 759 16.C.2.a Company Name: US Ecology Tampa Inc. Address: 7202 East 8th Avenue Tampa Florida 33619 Authorized Agent: Attention Name & Title: Telephone: E-Mail(s): Richard R. Kaiser (813) 319-3419 Rich. Kaiser(cD-usecology.com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to: Board of County Commissioners for Collier County, Florida N Division Director: Kari Ann Hodgson ti Division Name: Solid & Hazardous Waste Division Address: 3339 Tamiami Trail East Bldg H d Naples Florida 34112 Z a U_ Administrative Agent/PM: Alister Burnett Manager Environmental Compliance Telephone: (239) 252-7953 E-Mail(s): Alister.Burnett(cD_colliercountfl.gov Q ti 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. a 7. 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. 8. 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. The County will not be obligated to pay for any permits obtained by Subcontractors. 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 with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. I ) O(AQ Packet Pg. 760 16.C.2.a 9. 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 Agreement 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. 10. TERMINATION. Should the Contractor be found to have failed to perform his services in N a manner satisfactory to the County as per this Agreement, the County may terminate ti said Agreement for cause; further the County may terminate this Agreement for co convenience with a thirty (30) day written notice. The County shall be the sole judge of d non-performance. a In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date 3 of termination. The Contractor shall not be entitled to any other or further recovery against a the County, including, but not limited to, any damages or any anticipated profit on portions ti of the services not performed. r- 11. NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Contractor shall provide insurance as follows: A. FW Commercial General Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. FM -1 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. 0 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 $1,000,000 for each accident. Page 5 of 17 Pitied Tenn Service Multi -Contractor Agreement 2017.008 (Ver. 1) rCA0 Packet Pg. 761 16.C.2.a ....... �i M F. 0 Pollution : Coverage shall have minimum limits of $1,000,000 per claim. Special Requirements: Collier County Board of County Commissioners, OR, Board of -� County Commissioners in Collier County, OR, Collier County Government shall be listed N as the Certificate Holder and included as an "Additional Insured" on the Insurance x Certificate for Commercial General Liability where required. This insurance shall be N primary and non-contributory with respect to any other insurance maintained by, or ti available for the benefit of, the Additional Insured and the Contractor's policy shall be co endorsed accordingly. Z Current, valid insurance policies meeting the requirement herein identified shall be U_ maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. 3 Renewal certificates shall be sent to the County thirty (30) days prior to any expiration a date. Coverage afforded under the policies will not be canceled or allowed to expire until ti the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. r- Contractor shall also notify County, in a like manner, within twenty-four (24) hours after �- receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained hereinFn as shall relieve Contractor of this requirement to provide notice. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Contractor shall defend, 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, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, 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 6 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. 1) Packet Pg. 762 16.C.2.a 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Solid & Hazardous Waste Division o L 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and N shall acquire no interest, either direct or indirect, which would conflict in any manner with x the performance of services required hereunder. Contractor further represents that no N persons having any such interest shall be employed to perform those services. ti 00 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following d component parts, all of which are as fully a part of the Agreement as if herein set out Z verbatim: Contractor's Proposal, Insurance Certificate(s), 0 Exhibit A Scope of Services, U_ Exhibit B Fee Schedule, 0 RFP/ ❑ 4W❑ 8the # 18-7424 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent 3 quotes, and n Other Exhibit/Attachment: Exhibit I- Federal Contract Provisions and Assurances a r` 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to r- the terms of this Agreement. 18. 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. 19, 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, as amended, 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 Agreement held by the individual and/or firm for cause. 20. COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as Page 7 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver, l ) t Packet Pg. 763 located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F. S. § 119.0701(2)(a) -(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. 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. Page 8 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. 1) 16.C.2.a 0 Z a LL a ti LO t` Packet Pg. 764 16.C.2.a 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22. PAYMENTS WITHHELD. The County may decline to approve any application for payment, or portions thereof, because of defective or incomplete work, subsequently T discovered evidence or subsequent inspections. The County may nullify the whole or any 2 of any approval for payment previously issued and the County may withhold any part payments otherwise due to Contractor under this Agreement or any other Agreement between the County and Contractor, to such extent as may be necessary in the County's -0 opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party N claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of x Contractor to make payment properly to subcontractors or for labor, materials or N equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance ti of the Contract Amount; (e) reasonable indication that the Work will not be completed co within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or d (g) any other material breach of the Contract Documents. Z a. If any conditions described above are not remedied or removed, the County may, after U_ three (3) days written notice, rectify the same at Contractor's expense. The County also may offset against any sums due Contractor the amount of any liquidated or unliquidated a obligations of Contractor to the County, whether relating to or arising out of this Agreement ti or any other Agreement between Contractor and the County. r- 23. FE -1 CLEAN UP. Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, �, Contractor shall remove all debris, rubbish and waste materials from and about the Project T site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean. 24. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR_ , EMPLOYEES. The Contractor shall employ people to work on County projects who are neat, clean, well-groomed and courteous. Subject to the American with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The County may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Collier County projects is not in the best interest of the County. 25. FE -1 WARRANTY. Contractor expressly warrants that the goods, materials and/or equipment covered by this Agreement will conform to the requirements as specified, and will be of satisfactory material and quality production, free from defects, and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. Any services provided under this Agreement shall be provided in accordance with generally accepted professional standards for the Page 9 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver. 1) Packet Pg. 765 16.C.2.a particular service. These warranties shall survive inspection, acceptance, passage of title and payment by the County. Contractor further warrants to the County that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after final completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from the County. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. These warranties are in addition to those implied warranties to which the County is entitled as a matter of law. 26. ❑E TESTS AND INSPECTIONS, If the Contract Documents or any codes, laws, o ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Z Contractor shall assume full responsibility therefore, pay all costs in connection therewith a- and furnish to the County the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the County. Q 27. ❑■ PROTECTION OF WORK. LO A. Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or anyone for whom Contractor is legally liable is responsible for any loss or damage i'n to the Work, or other work or materials of the County or County's separate 0 contractors, Contractor shall be charged with the same, and any monies necessary to replace such loss or damage shall be deducted from any amounts due to >I Contractor. U B. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the 0 Work or adjacent property to stresses or pressures that will endanger it. gal C. Contractor shall not disturb any benchmark established by the County with respect to the Project. If Contractor, or its subcontractors, agents or anyone, for whom Contractor is legally liable, disturbs the County's benchmarks, Contractor shall immediately notify the County, The County shall re-establish the benchmarks and 2 Contractor shall be liable for all costs incurred by the County associated therewith. w 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from U) D specifications shall be approved in writing by the County in advance. N ti 29. CHANGES IN THE WORK. The County shall have the right at any time during the 00 progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an estimate of any cost or time increases or savings it Page 10 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. 1) nCA Packet Pg. 766 16.C.2.a foresees as a result of the change. Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon modification of the Purchase Order by the County, and the County shall not be liable to the Contractor for any increased compensation without such modification. No officer, employee or agent of the County is authorized to direct any extra or changed work orally. Any modifications to this Agreement shall be in compliance with the County Procurement Ordinance and Procedures in effect at the time such modifications are authorized. 30. 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. 31. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance, as amended, and Procurement Procedures. 32, DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by Co this Agreement to resolve disputes between the parties, the parties shall make a good d faith effort to resolve any such disputes by negotiation. The negotiation shall be attended Z by representatives of Contractor with full decision-making authority and by County's staff U_ 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 3 in any litigation between the parties arising out of this Agreement, the parties shall attempt a to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator ti certified by the State of Florida. The mediation shall be attended by representatives of r- 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. Fn 0 33, VENUE. Any suit or action brought by either party to this Agreement against the other >1 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 L on all such matters. r Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. 1) Packet Pg. 767 -- - -- -- - -- - - - -- - ------ w - . w w _ w - . - •.. . w . • _ _ w. w - _ w_ w w. w - w. w w w. w •- w w. w w .w w www ww w w ••_ w w w w - AAT_ -- -- e _ . • • - - - - - - - r w -I .- w w- Page 11 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. 1) Packet Pg. 767 16.C.2.a FN� AGREEMENT STAFFING. The Contractor's personnel and management to be utilized for this Agreement shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet required services. 35. ❑ C�R9€R .F RREGEDENC€ 1r +ho eVeRt of a„„ G9Rflin+ V,c4e 9F aninny +hc +creno 0 fade -p Fesede R Ge. N FN� ORDER OF PRECEDENCE (Grant Funded). In the event of any conflict between or = among the terms of any of the Contract Documents and/or the County's Board approved N Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take co precedence over the Agreement. To the extent any conflict in the terms of the Contract o Documents cannot be resolved by application of the Supplemental Conditions, if any, or Z the Agreement, the conflict shall be resolved by imposing the more strict or costly U_ obligation under the Contract Documents upon the Contractor at County's discretion. L 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without a the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Contractor LO does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County. a, 37. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL-FMOPS@colliergov.net) whenever an employee assigned to Collier Page 12 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. 1) Q Elik" Packet Pg. 768 16.C.2.a County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 38. 0 SAFETY. All Contractors and subcontractors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. Collier County Government has authorized the Occupational Safety and Health Administration (OSHA) to enter any Collier County Facility, property and/or right-of-way N for the purpose of inspection of any Contractor's work operations. This provision is non- _ negotiable by any division/department and/or Contractor. All applicable OSHA inspection criteria apply as well as all Contractor rights, with one exception. Contractors do not have the right to refuse to allow OSHA onto a project that is being performed on Collier County co Property. Collier County, as the owner of the property where the project is taking place o shall be the only entity allowed to refuse access to the project. However, this decision z shall only be made by Collier County's Risk Management Division Safety Manager and/or LL Safety Engineer. 3 (Intentionally left blank -signature page to follow) a ti LO r - Page 13 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. 1) C Packet Pg. 769 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller By: (SEAL) Dated: Contractor's Witnesses: Contractor's First Witness BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA In William L. McDaniel Jr. US Ecology Tampa, Inc. Contractor Mai r !fit S risS bia 12,c:Mn7C� �- k s-�- ; � i►'kh�»c ate_ TType/print signature and title (Type/print witness namet x) c Contractor's Second Witness L C-6VIt tType/print witness name's' Approved as to Form and Legality: County Attorney Print Name Chairman 16.C.2.a C6cw Page 14 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver.l ) o 0 Z a LL 3 a L0 1-1 Packet Pg. 770 16.C.2.a Exhibit A Scope of Services 0■ following this page (pages 1 through 6 ) ❑ this exhibit is not applicable Page 15 of 17 Fixed Tenn Service Multi -Contractor Agreement 2017.008 (Ver. 1) Packet Pg. 771 16.C.2.a 18-7424 Hazardous Materials Management SCOPE OF SERVICES Definitions: For this proposal the following definitions shall apply. "County" shall indicate Collier County. "FDEP" shall indicate Florida Department of Environmental Protection "RCRA" shall indicate Resource Conservation and Recovery Act "EPA" shall indicate US Environmental Protection Agency "DOT" shall indicate US Department of Transport "CERCLA" shall indicate Comprehensive Environmental Response, Compensation and Liability Act "TSDF" shall indicate a treatment, storage and disposal facility. o Z a "SQG" shall indicate a Small Quantity Generator of hazardous waste. Small Quantity Generators are those businesses generating between 220 and 2,200 pounds of hazardous waste or greater than 2.2 pounds of an acute hazardous waste per month. Q "VSQG" shall indicate a Very Small Quantity Generator, previously known as a Conditionally Exempt Small n Quantity Generator. "Contract Manager" shall be the Solid and Hazardous Waste Management Division Director, or his/her designee. Wherever the term "Contract Manager" is used it shall be read as including "or his/her designee." "HHW" shall indicate Household Hazardous Waste. Contractor's Responsibilities: General: The Contractor will collect, identify, package, ship, transport and dispose of all hazardous wastes and materials, including e -waste, designated by the County staff. The County reserves the right to coordinate with other companies for the transportation, recycling and disposal of wastes which are; recyclable), non -hazardous), propane gas cylinders, and solid wastes. Contractor will provide receipt, collection, identification, packaging, shipping, transport and disposal of any hazardous material, not able to be classified under the household hazardous waste exemption, at the Collier County Landfill and/or the Immokalee Transfer station at an hourly rate plus disposal cost. This service will be provided when the Contractor is in the Naples area for a site cleanout. The Contractor will be notified prior to the regularly scheduled pickup at the recycling drop-off centers and the Hazardous Material Collection Center. The Contractor shall provide competent, qualified and trained personnel as well as all the necessary equipment in accordance with all applicable local, state, and federal ordinances, codes, rules and regulations, including, but not limited to, Collier County Government, local Fire Marshal, FDEP, Occupational Safety and Health Page 1 of 6 Packet Pg. 772 16.C.2.a Administration, EPA, and the DOT. The Contractor shall provide three distinct services as follows: D 1. Receipt, collection, identification, packaging, shipping, transport, and disposal of HHW, including e - waste, from the County's Recycling Drop-off and Hazardous Materials Collection Centers, and any future sites, as needed, to be determined by the County. E 2. Receipt, collection, identification, packaging, shipping, transport, and disposal of hazardous waste from VSQG, upon request. 2V 3. Receipt, collection, identification, packaging, shipping, transport, and disposal of all other hazardous waste generated and/or abandoned within Collier County, upon request and/or following a declared ' storm event. 3 0 L HHW & VSQG Collection: a x Location - The Contractor will receive or collect household hazardous waste and/or VSQG hazardous waste at N the recycling drop-off centers and the Hazardous Material Collection Center or at other alternative sites as ti designated by the Collier County Solid and Hazardous Waste Management Department. Schedule - The Contractor will typically be required to conduct collection on a Monday, as needed, and may 6 Z a- coordinate the hazardous waste collection event with a VSQG collection event. L Declared Disaster - In the event of a declared natural disaster in Collier County, the Contractor shall respond Q within 12 hours after being contacted by the Contract Manager to collect household and business hazardous waste at a site and/or sites designated by Collier County. Collier County staff will make the determination regarding a natural disaster and the need for the Contractors' assistance T Urgent Response - For other than natural disasters the contractor shall respond and be on site within a minimum of six hours following County notification. HHW Collection Estimates - Information provided elsewhere in this document represents an estimate of the quantity of household hazardous waste (VSQG not included) that was collected in Collier County during past Fiscal Years. The purpose of this information is to provide the Contractor with data which will assist in the determination of the staffing and logistical needs. Overtime - The County will not be held responsible for paying the Contractor for overtime or the mobilization of additional pre -approved personnel. Completion Time - An adequate number of personnel and equipment, pre -approved by the Contract Manager, or his designee, shall work at each scheduled site collection to properly and safely complete all work identified by close of business on collection day. All shall occur between lam and 5pm on scheduled days. All work shall be completed consistent with the requirements identified within the Contract. Operations - The Contractor shall set up work stations, segregated and organized storage areas, and packaging stations at the collection or cleanup site to maximize efficiency of operations. Contractor shall work in a cooperative manner with Collier County staff and will conduct at least one hazardous materials recognition, categorization and storage training session per year for county staff. This to include training on recovery of data and statistics from the Contractors database. Page 2 of 6 Packet Pg. 773 16.C.2.a Contractor will be required to undertake one hazardous materials cabinet cleaning service per Collection and Recycle Center site per year. Security - All collected hazardous waste and required equipment/supplies must be properly secured and Cn M rendered inaccessible to the public during the site collection and until permanently removed by the Contractor. S Advertisement/Public Education - The Contractor has the option to conduct a comprehensive advertisement c E program at no cost to Collier County. This program shall be approved by the Collier County Solid and Hazardous Waste Management Department 30 days in advance of each event. Identification - The Contractor shall provide on-site identification of all hazardous waste received. 20 Identification shall be sufficient to properly package all hazardous waste pursuant to DOT requirements and to L ensure acceptance at an EPA permitted storage, treatment or disposal facility. 2 Packaging - The Contractor shall comply with pre -transport requirements of 40 CFR Part 262, Sub -part C, as -00 amended or superseded. Only state and federally approved containers and packing material shall be used for o the packaging, shipment and transport of hazardous waste. _ Consolidation - The Contractor shall make provisions to consolidate compatible hazardous wastes to minimize N ti per unit disposal costs for the County to the satisfaction of the Contract Manager. The Contractor will package Oro the materials to decrease the County's packaging and disposal costs without consideration for the Contractor's z6 convenience, storage and final disposal destination. Additionally, the Contractor will make provisions to bulls p- compatible wastes if such options are available. L Packaging Limitations - The Contractor shall not, unless directed by the County, package non -hazardous solid Q waste or empty containers formerly containing hazardous substances. The County reserves the right to give the Contractor a list of products/substances that are to be retained by the County. LO Recyclable/Reuse Wastes - The Contractor is required, unless otherwise directed, to package/bulk/consolidate the following types of recyclable wastes in containers designated by the Contract Manager:r - Antifreeze - Used oils/new oils and used filters - Batteries - Gasoline, kerosene, and lantern/stove fuel - Fluorescent lamps, ballasts, other mercury containing devices - Propane and other tanks - E -waste - Latex paint Manifests - The Contractor shall prepare, electronically or in hardcopy, and maintain Uniform Hazardous Waste Manifests (EPA Form 8700-22) in accordance with 40 CFR Part 262, Sub -part B, for all hazardous waste collected and transported from the County. The final completed manifest shall be submitted to the County within 30 days following the date it was signed by the Contract Manager, or the disposal facility's authorized signature designee. Standards - The Contractor shall comply with 40 CFR Part 2, "Standards Applicable to Transporters of Hazardous Waste," Chapter 62-730, Part 3, Florida Administrative Code, and all applicable DOT requirements for transportation of hazardous waste; as amended or superseded. Container Inspection - If at any time the Contract Manager questions the contents of any container it will be a reopened by the Contractor for the Contract Manager's inspection. Page 3 of 6 Packet Pg. 774 16.C.2.a Acceptable Wastes - During collection the Contractor shall collect only those wastes identified within the Contract, unless otherwise approved. The Contractor shall be held responsible for all associated costs in the safe and proper disposal of any wastes which are accepted by the Contractor without the pre -approval of the Contract Manager. In the event that the Contractor opts to combine County and non -County hazardous wastes, the Contractor should have in place a contingency plan for the handling of non -contract waste which is to be reviewed by the Contract Manager. Disposal - Once the Contractor takes possession of the waste, any waste not sent to an approved facility to be recycled or reused becomes RCRA waste managed by RCRA standards at EPA permitted TSDF (40 CFR 264). No waste shall be disposed of at any Subtitle D facilities or non -hazardous waste incinerators except those authorized to burn hazardous waste fuels. TSDF Requirements - The Contractor is solely responsible for complying with all requirements mandated by designated EPA permitted treatment, storage, or disposal facilities regarding labeling, manifesting, packaging, segregation, and transportation of hazardous waste to ensure acceptance of collected wastes at the final disposal site. The Contractor must own and operate a FDEP licensed Hazardous Waste TSDF in Florida. Transporters - The Contractor shall ensure that all transporters possess local, state, and federal transporter permits, and that all local, state and federal regulations concerning packaging and transport of hazardous waste encountered by a regulatory agency are in compliance. Landfill Disposal - No disposal of household hazardous waste or VSQG waste shall be placed in a Class I, Class II or Class III landfill. Landfilling of materials such as alkaline household batteries and solid fertilizers may be allowed with written permission from the County Contract Manager in a Subtitle "C" secured hazardous waste landfill. It is also prohibited for the Contractor to use facilities on the (CERCLA) List. Reference Sheets - The Contractor shall within 30 days of the collection provide the County with a "Container Summary Breakdown Sheet" identifying the manifest number, container identification number, container weight, container contents (including quantity) of each lab pack drum of hazardous waste collected and transported. Certificate of Destruction - Within 90 days of the collection the Contractor shall provide the County with a "Certificate of Destruction" for all hazardous waste collected. The "Certificate of Destruction" form shall indicate the type of hazardous waste, quantity, method of destruction, final destination of waste and a signature acknowledging that the waste was in fact destroyed. General statements such as "your household hazardous waste has been handled in accordance with all state and federal regulations" are unacceptable. Reporting - The Contractor shall provide an accurate and properly calibrated scale at the disposal facility, which will be used to weigh each container (i.e., fifty -five -gallon drum, lab pack) that is received. This report shall be available to the Contract Manager either electronically in the Contractors website or on a Waste Receipt Report accessible within 30 days of the collection date via the contractor interactive website. The Contractor shall prepare and provide the Contract Manager a report listing each container's identification number, waste type, container weight, method of packaging (i.e., Lab -Pack, Bulk -Pack), name and signature of the person who weighed the container along with the signature of the Contractor's Project Manager endorsing the results as correct and true. This report shall be provided to the Contract Manager prior to signing the manifest. Annual Report - The Contractor shall prepare and submit to the County sufficient information to complete the annual hazardous waste generator report required of the County by FDEP. Regulatory Notices or Citations - The Contractor shall provide the Contract Manager a copy of any regulatory notices or citation issued at any transfer, treatment, or disposal facility that is or has been used for Collier 0 c as E a� 20 d M 2 0 -a �a N f0 N r ti �o 6 Z a LL 3 a r� Page 4 of 6 Packet Pg. 775 16.C.2.a County hazardous waste within 10 working days of issuance by the regulatory agency. Use of Reports - All reports produced by the Contractor may be used by the County without restrictions or cn limitations upon their use. 0 Charges to VSQG's - The Contractor shall offer participating VSQG's the same hazardous waste disposal rate a established in this contract for the identification, collection, packaging, shipping, transportation, and disposal of hazardous waste collected from VSQG's. The Contractor shall be solely responsible for collecting fees and costs associated with this activity. Cylinders - The Contractor shall have the capability to properly collect, handle, package, ship, transport and CD dispose of gas containers (full, partially full or empty) in accordance with all associated federal, state and local requirements. 0 0 Mercury Recycling - The Contractor is responsible to ensure and document that all mercury collected by the 0 contractor in Collier County is recycled in such a way that it is not released into the environment. a x Very Small Quantity Generator (VSQG) Collection: v ti General Task - The Contractor shall establish a collection route for services to VSQGs. The Contractor shall identify, consolidate, package, manifest, and assume responsibility for the proper packaging, shipment, z0 transportation and disposal of all VSQG wastes accepted by the Contractor. U- Collection Route - The Contractor shall collect hazardous waste from the participating generator's sites and a transport the waste to an EPA and any applicable governing agency permitted TSD facility. Q r� Education - The Contractor shall hold at least two public workshops at no cost to the County to educate VSQGs U -) and provide them with information to enhance their participation in the county VSQG hazardous waste disposal program. Reports - The Contractor shall provide the County with a report detailing established VSQGs services annually, including number of Collier County participants, type of waste, volume of waste (container size and weight in pounds), cost for disposal and final disposition of the hazardous waste collected. Disposal Choice - Each county business reserves the right not to use the County Hazardous Waste Collection Contractor and County VSQG Hazardous Waste Disposal Program and to choose any Contractor or any hazardous waste transporter that meets its needs. County Responsibilities/Rights: Document Management - The County shall review and approve records and reports submitted to the County Material Distribution - The County reserves the right to remove and/or add any materials from the county collected waste stream for recycling or alternative disposal. Such changes will be done via amendment or change order. Educational Materials - The County may distribute informational materials and may conduct surveys at all collection sites. VSQG Waste - The County shall not be responsible or liable for the collection, packaging, shipping, transportation, or disposal of VSQG hazardous waste accepted by the Contractor, nor for the costs incurred by the Contractor in the performance of this work. Page 5 of 6 Packet Pg. 776 16.C.2.a Hours of Operation - The County reserves the right to cancel or reduce the hours of operation of any scheduled collection. Facility Access - At any time, the County shall have the right to inspect all County and Contractor utilized treatment, consolidation, storage and disposal facilities to which County hazardous waste is taken, to assure that the schedules and performance are in accordance with this Contract. D 0 c a� E a� c 0 20 I- CD M 2 0 L N M N ti 6 Z d LL. Q' L 3 a ti Page 6 of 6 Packet Pg. 777 16.C.2.a Exhibit B Fee Schedule following this page (pages 1 through 2j Page 16 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. 1) ; ` Oj Packet Pg. 778 EXHIBIT B- FEE SCHEDULE US ECOLOGY OF TAMPA, INC. Line Item # Description Unit Price I All-inclusive Fixed Cost for a HHW Collection Event (note this includes 2 chemists, 4 techs, mobilization, supplies, tractor trailer, dumpster) (Lump Sum) $8,825.00 2 All-inclusive Fixed Cost for a HHW Facility Cleanout (note this includes 2 chemists, 4 techs, mobilization, supplies, truck) (Lump Sum) $3,025.00 3 Stop/pickup fee at other county locations not specified in the RFP (Lump Sum) $375.00 4 Compile electronic manifest (each) $10.00 5 Unit Cost for Mobilization of additional personnel for emergency response, as outlined within this bid document. (Lump Sum) $400.00 6 Project Manager (per Hour) $75.00 7 Field Chemist (per Hour) $65.00 8 Other Staff- Provide one cost only; cost per hour, i.e., drivers, equipment operators, traffic control personnel, chemical technician and others. (per Hour) $45.00 Line Item # Descri tion Size and Unit Unit Price 9 Flammable Liquids 55 Gallon Drum each $110.36 l0 Flammable Liquids 30 Gallon Drum each $92.34 11 Flammable Liquids 5 Gallon Pail each $45.66 12 Poisons Liquids 55 Gallon Drum each $281.82 13 Poisons Liquids 30 Gallon Drum each $185.16 14 Poisons Liquids 5 Gallon Pail each $100.14 15 JFlammable Liquid Poisons 55 Gallon Drum each $285.58 16 Flammable Liquid Poisons 30 Gallon Drum each $227.51 17 Flammable Liquid Poisons 5 Gallon Pail each $111.42 18 Flammable Solids 55 Gallon Drum each $324.91 19 Flammable Solids 30 Gallon Dr un each $209.06 20 Flammable Solids 5 Gallon Pail each $68.33 21 Hazardous Wastes/"Liquid" 55 Gallon Drum each $177.20 22 Hazardous WastesP'LI uid" 30 Gallon Drum each $140.98 23 Hazardous WastesP'Li uid" 5 Gallon Pail each $57.48 24 Hazardous Waste/"Solid" 55 Gallon Drum each $177.20 25 Hazardous Waste/"Solid" 30 Gallon Drum each $140.98 26 Hazardous Waste/"Solid" 5 Gallon Pail each $57.48 27 Corrosives 55GallonDnun each $180.92 28 JCorrosives 30 Gallon Drum each $143.02 29 Corrosives 5 Gallon Pail each $57.83 30 Reactives 55 Gallon Drum each $582.71 31 Reactives 30 Gallon Dr un each $343.91 32 Reactives 5 Gallon Pail each $78.49 33 Oxidizers 55 Gallon Drum each $582.71 34 Oxidizers 30 Gallon Drum each $343.91 35 10xidizers 5 Gallon Pail each $78.49 36 Non Regulated 55 Gallon Dnun each $40.69 37 Non Regulated 30 Gallon Drum each $35.23 38 Non Regulated 5 Gallon Pail each $29.66 39 Non Regulated - Latex Paint I Pound(pound) $0.18 40 Non Regulated - Latex Paint roll -off container hauling 20 cu yd container each $350.00 41 Mercury Containing Compound 55 Gallon Drum each $627.14 42 IMercury Containing Compound 30 Gallon Drum each $342.23 43 Mercury ontaining Compound 5 Gallon Pail each $217.86 44 Recycling Fluorescent Tubes Fluorescent Tube (includes all sizes and supplying the appropriate storage and shipping containers.) (each) $0.78 45 HID Light Bulbs HIDBulb each $1.14 46 Other Mercury Containing Devices (Switches, Thermometers, Thermostats) $0.00 47 Other Mercury Containing Devices 55 Gallon Drum each $627.14 48 Other Mercury Containing Devices 30 Gallon Drum each $342.23 49 Other Mercury Containing Devices 5Gallon Pail each $217.86 50 Mercury 55 Gallon Drrun each $627.14 51 Mercury 30 Gallon Drum each $342.23 52 Mery 5 Gallon Pail each $217.86 53 Polychlorinated Biphenyls CB 55 Gallon Drum each $261.54 54 lPolychlorinated Biphenyls C13 30 Gallon Drum each $198.46 55 JPolychlorinated Biphenyls CB 5 Gallon Pail each $136.68 56 JAerosols 155 Gallon Drum each $184.62 16.C.2.a N ti 00 r C tv E L U R Q Packet Pg. 779 57 lAerosols 30 Gallon Drum (each) $136.92 58 Aerosols 5 Gallon Pail (each) $46.15 59 Lead Acid Batteries Lead Acid Battery(each) $7.69 60 Rechargeable Batteries/Bulk 55 Gallon Dnun (each) $730.00 61 Rechargeable Batteries/Bulk 30 Gallon Dnun (each) $398.17 62 Rechargeable Batteries/Bulk 5 Gallon Pail (each) $94.40 63 Dry cell/Alkaline Batteries/Bulk 55 Gallon Drum (each) $43.82 64 jDry cell/Alkaline Batteries/Bulk 30 Gallon Drum (each) $37.94 65 Dry cell/Alkaline Batteries/Bulk 5 Gallon Pail (each) $31.94 66 Nickel -Cadmium BatteriesBulk 55 Gallon Drum (each) $730.00 67 Nickel -Cadmium BatteriesBulk 30 Gallon Drum (each) $398.17 68 Nickel -Cadmium BatteriesBulk 5 Gallon Pail (each) $94.40 69 Button Batteries, Mercury/Bulk 55 Gallon Drum (each) $730.00 70 Button Batteries, Mercury/Bulk 30 Gallon Drum (each) $398.17 71 113utton Batteries, Nfercuryff3ulk 5 Gallon Pail (each) $94.40 72 ILithium Batteries/Bulk FDOT approved container (each) $56.00 73 lGel Cel Lead Acid BatteriesBulk 55 Gallon Drum (each) $176.92 Gel Cel Lead Acid Batteries/Bulk 30 Gallon Drum (each) $96.49 Gel Cel Lead Acid Batteries/Bulk 5 Gallon Pail (each) $44.75 Nickel Metal Hydride Batteries/Bulk 55 Gallon Drum (each) $730.00 N77 Nickel Metal H dride Batteries/Bulk 30 Gallon Drum (each) $398.17 Nickel Metal H dride Batteries/Bulk 5 Gallon Pail (each $94.40 Cyanides 55 Gallon Drum (each) $627.54 80 lCyanides 30 Gallon Dnun (each) $370.37 81 Cyanides 5 Gallon Pail (cacti) $84.52 82 Isocyanates 55 Galton Drum (each) $543.87 83 Isocyanates 30 Gallon Drum (each) $320.99 84 Isocyanates 5 Gallon Pail (each) $73.25 85 DioxinsBulk Price per pound (pound) $13.33 86 Aqueous Pesticides/Bulk Price per pound (pound) $1.39 87 Antifreeze 55 Gallon Drum (each) $37.97 88 Antifreeze 30 Gallon Drum (each) $32.88 89 Antifreeze 5 Gallon Pail (each) $2768 90 Pro ane Gas Cylinders 20 Pound Cylinder (each) $6.67 91 Pro ane Gas Cylinders 10 Pound Cylinder (each) $4.00 92 Propane Gas Cylinders All other cylinders less than 20 pounds $2.00 93 Ox en Gas Cylinders 20 Pound Cylinder (each $143.31 94 Ox gen Gas C linders 10 Pound Cylinder (each) $121.91 95 Oxygen Gas Cylinders All other cylinders less than 20 pounds (each) $107.64 96 Acetelyne Cylinders 20 Pound Cylinder (each) $236.04 97 jAcetelyne Cylinders 10 Pound Cylinder (cacti) $200.37 98 Acetelyne Cylinders All other cylinders less than 20 pounds (each) $143.31 99 TV Monitors Per pound $0.22 100 TV Flat Screens Large Per pound $0.00 101 Desktop Computers Per pound $0.00 102 Computer Flat Screen Monitors Small Perpound $0.00 103 Laptop Computers Per pound $0.00 104 Copiers/Fax Machines Per pound $0.00 105 jPrinters Per pound $0.00 106 jPeripherals - Phones, Chargers, Keyboards, Mouse, etc 20 Pounds (each) $0.00 107 30-40 cubic yard rolloff container Per pound $0.29 108 lForms ManifestForms (er ack of 50) $0.00 109 JLabel Labels (er ack of 50) $0.00 110 Containers (include lid/gasket/ring/bolt) Drum - 85 Gallon Over -pack (New) (each) $229.17 III Containers (include lid/gasket/ring/bolt) Drum - 55 Gallon 17H, 17E (Reconditioned) (each) $30.00 112 lContainers (include lid/ gasket/rin /bolt) Drum - 55 Gallon 17C (New) (each) $55.56 113 Containers (include lid/gasket/ring bolt) Drum - 55 Gallon 34M Poly (New) (each) $29.17 114 Containers (include lid/gasket/ring/bolt) Drum - 55 Gallon Poly (Reconditioned) (each) $37.50 115 lContainers (include lid asketlrin olt) Drum - 30 Gallon Fiber New each $37.50 116 lContainers (include lid/gasket/ring/bolt) Drum - 20 Gallon Fiber (New) (each) $25.00 117 lContainers (include lid/gasket/ring/bolt) Pail - 5 Gallon (New) (each) $8.00 118 jAbsorbents Venniculite - 19 Ib. Bag (each) $20.00 119 Absorbents Oil Dr - 40 lb. Ba (each) $8.65 120 General Supplies Tyvek Suits (each) $4.11 121 General Supplies Gloves - Solvex, (1 Pair) $0.00 122 General Supplies 4 Mil Cubic Yard Liners (per roll of 50) $19.60 16.C.2.a O +F C d O R C R N 'i CD rn 3 O N M 2 N ti Go r O Z d LL L R 3 a ti Ln r - co to M le N 00 r �.i C CD E L V a Packet Pg. 780 123 lGeneral Supplies DOT Labels ( ack of 50) $0.00 124 General S ipplies EPA Labels (ack of 50) $0.00 125 General Supplies Sample Bottles(pack of 12 $0.39 126 General Supplies Dnun Thief (each) $0.96 127 General Supplies Drum Deheader & Decontamination Charge (lump sum per each use $0.00 128 General Supplies Dnun Pump Use & Decontamination Charge (lump sum per each use) $0.00 129 General Supplies Patay Pump Use & Decontamination (lump sum per each use) $0.00 130 lGeneral Supplies Sorbant Boom 8" x 10' (each) $73.14 131 General Supplies Sorbant Boom 8" x 10' (bundle of four) $263.30 132 General Supplies Sorbant Pads 3/16" x 18 " x 18" (each) $0.43 133 General Supplies Vis ueen/Roll (each) $91.67 134 Personal Protective Equipment Level D (Equipment Kit) $0.00 135 Personal Protective Equipment Level C (Equipment Kit) $4.11 136 jPersonal Protective Equipment Level B (Equipment Kit) $0.00 137 Personal Protective Equipment Level A (Equipment Kit) $0.00 138 IParts Pricing Gasket 17H 55 Gallon Dnun (each) $0.00 139 Parts Pricing Nut & Bolt 5/8" for 55 Gallon Drum (each) $0.00 140 Parts Pricing Ring 17H 55 Gallon Dnun (each) $0.00 141 Parts Pricing Cover 17H 55 Gallon Drum (each) $0.00 142 Parts Pricing Buns TS 20 2" (each) $0.00 143 Parts Pricing TS 10 (each) $0.00 144 Analysis: The analysis cost for unknown 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. ** Analysis Cost for Unknowns (TCLP) (each) $0.00 145 Analysis: The analysis cost for unknown 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. ** Analysis Cost for Unknowns (Field) (each) $650.00 146 Other Expenses Emergency Response Mobilization (each) $700.00 147 Other Expenses Six (6) Hour Minimum Response Time (each) $0.00 148 Other Expenses Cancellation Charge (each) $0.00 149 Household Hazardous Waste Collection Cleaning Storage Cabinets (each) $1,520.00 16.C.2.a O C d E O fC C R N 'i CD N 3 O f0 N M 2 N ti Go r O Z d U- R a ti Ln r - S CO M le N C CD E L V w+ a Packet Pg. 781 16.C.2.a Other Exhibit/Attachment Description: Exhibit I- Federal Contract Provisions and Assurances FW following this page (pages 1 through 9 ) ❑ this exhibit is not applicable 0 z a U_ L 3 a r� LO t` Page 17 of 17 Fixed Term Service Multi -Contractor Agreement 2017.008 (Ver. 1) Packet Pg. 782 16.C.2.a EXHIBIT I G=nr-Rni rnK1TRAr.T PRnVISInNS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY PUBLIC ASSISTANCE This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order). Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with any and all Z other relevant Federal, State, and local laws, regulations, codes and ordinances: a LL o 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards o 44 C.F.R. Part 206 o The Robert T. Stafford Disaster Relief and Emergency Assistance Act, Public Law 93- Q 288, as amended, 42 U.S.C. 5121 et seq., and Related Authorities o FEMA Public Assistance Program and Policy Guide, 2017 (in effect for incidents declared LO on or after April 1, 2017) Reporting: The contractor will provide any information required to comply with the grantor agency requirements and regulations pertaining to reporting. It is important that the contractor is aware of the reporting requirements of the County, as the Federal or State granting agency may require the contractor to provide certain information, documentation, and other reporting in order to satisfy reporting requirements to the granting agency. Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No Obligation by Federal Government: The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. EXHIBIT I - 1 a Packet Pg. 783 EXHIBIT I PrMP 2AI MNTRArT PROVISIONS AND ASSURANCES Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 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. In the event that the County terminates this Agreement, Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination. The Contractor shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. Rights to Inventions Made Under a Contract or Agreement: If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the County wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the County must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Changes: See Standard Purchase Order Terms and Conditions. Procurement of Recovered Materials (§200.322) (Over $10,000): (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, fttllwww rt���.:r ova Ismrn/ran,re i�el7sivra-l7rz�curemGnt-ttuicielii7 program Suspension and Debarment: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include d requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever.7ot ssible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; EXHIBIT I - 2 16.C.2.a AQ Packet Pg. 784 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Dividing total requirements, when economirally feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the reguiremer7t permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. Equal Employment Opportunity Clause (§60-1.4): Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-1.3 must include the equal opportunity clause provided under 41 C.F.R. § 60-1.4. During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment, or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. II. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. Ill. The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. IV. The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. V. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. EXHIBIT I - 3 16.C.2.a 0 Z a U- Q ti LO r` Packet Pg. 785 16.C.2.a EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES VI. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. VII. In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. VIII. The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or ti purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued 00 pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect Z to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the LL event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 3 Q Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where r- applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of LO mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as oo supplemented by Department of Labor regulations (29 CFR Part 5). m (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work a, which may require or involve the employment of laborers or mechanics shall require or permit any such vn laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of c forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. EXHIBIT I - 4 Packet Pg. 786 16.C.2.a EXHIBIT I cFnPRAI MNTRAr,T PROVISIONS AND ASSURANCES (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section." Administrative, Contractual, or Legal Remedies (over $150,000): Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. Clean Air Act and Federal Water Pollution Control Act: (over $150,000) (1) The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The contractor agrees to comply with all applicable standards, N orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. ti 1251 et seq. (3) The contractor agrees to report each violation to the County and understands and agrees cw that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (4) The o contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole za or in part with Federal assistance provided by FEMA. LL Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the 3 tier above that it will not and has not used Federal appropriated funds to pay any person or organization Q for influencing or attempting to influence an officer or employee of any agency, a member of Congress, r- officer or employee of Congress, or an employee of a member of Congress in connection with obtaining Ln any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose opo any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such -0 disclosures are forwarded from tier to tier up to the recipient." c State Provisions Convicted Vendor and Discriminatory Vendors List Those who have been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Inspector General Cooperation: The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Record Retention - The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. EXHIBIT I - S Packet Pg. 787 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Certification If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Date October 23, 2018 Authorized Signature. US Ecology Tampa, Inc. EXHIBIT I - 6 16.C.2.a 0 Z a LL L 3 a ti LO r— CAO) Packet Pg. 788 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBAI3Ml~NT SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION Contractor Covered Transactions (1) The prospective subcontractor of the Sub -recipient, Collier County, certifies, by submission of this document, 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. (2) Where the Sub -recipient's subcontractor is unable to certify to the above statement, the prospective contract shall attach an explanation to this form. CONTRACTOR US Ecology Tampa, Inc. Signature Richard R. Kaiser II, Business Manager Southeast Name and Title 7202 East 8th Avenue Street Address Tampa, FL 33619 City, State, Zip 079497401 DUNS Number October 23, 2018 Date Sub -Recipient Name: DEM Contract Number: FEMA Project Number: Collier County Board of County Commissioners Z0001 4337DRFLP0000001 EXHIBIT I - 7 16.C.2.a 0 z a LL -a 3 ti LO r - E3, Packet Pg. 789 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES COMIER COUNTY ANTICIPATED DISADVANTAGEi7 MINORITY, WOMEN OA VETERAN PART10PAT'ION STATE MW i ::tiia! wSi fi•_ Yeftlretf. tfrro�eff!Airt xtitutts wfU tecTUii! IE+tr 1MriMt to L�ithH prfAr«dit a tis«sta azbt�mt+sc £a p� sauret Mxu�nt:tin Lhat >,•atd�ix a� ' S4Ft L3 A. PRIM(, VENDOR/CONT-RA(`TOH 1NFGRMAT4QN PillfdEitG7.tE PRrIAL TE O riLn,r.L.n. cow, OLIAt2 AMOUNT �US Ecology Tampa, Inc. 20-5676570 To be determined ttfEp�tl,«fAizU�7C+k{ti.istlEi+b:S3�?1'14rs7isirfC+;. vi`:ER35R! t' (wN'j STitiEt��"IY3T1�'dFStsfiY���#iis�l:tM ttdSi� Y� OA C% iA P s«>'�'ES> LfiTfR�A Sit Mfg Yj C:klst!TRUKTN {sDi111C%thbidP,{;fife)EtSfA1l{t7fS�irviiTRG£D I ES Y C it�Ff.S3lfAiAt}i? t �a`} fUidrf53bAGdt!TI'ii`,J.TitlitiffsCrlJTilE;f.}dltiiLiSt•��i ot ; f �tr41t`# 57�4Ti0fi9� f; SCKy`ili! L�Sl4Llf�1`V[i[:.tzttt r1'!E? Y �, tf#iK:« l,,,Y� 1X ",Uf tA7 K LTit:.i+tblh5�'s#�a'4KC1�K+t#? i' I9} rT'YZ�,3:�4i$K91Jd.Vt'[EP_ �, tF PAIME "AS 6uBcONMCT0fj oft sUPPUER WHO 15 A DISADVANTAGED IvilNOWY, WOMEN -OWNED, SMALI .tt5lNE53 f CiNCERN OCt S£#tV!'lE itI5A6LED VV Ei� M; VjK 1510 COMPLUE TWS NEY'T-WT10N DbE M V1H£ "•UBCMJTAAtT0AOR k f ifft '1t R} csr t4'ohN op f nin<fft'(+pt)E !kfS!WMWia 14AW0 Of f+C*TA41T i ET{I2A!# NAME SPUMTY ISet:n6om (Y1tl AP. t hU"it ACtLt M 10 TAL: q(T1t)N To RE (3MPLE ED $Y PRIME VENU0fl(/(0NTRACTCR NAMf Z; wbMItf£$ 6AT{ TTTLE Uf f UH MffT EA Richard R. Kaiser II October 23, 2018 Business Manager Southeast EMAIL A QRESS CI:.PRlMf 15l}em7TER i£.LiPHOW ww,5Em Mx NUMUR rich.kaiser@usecology.com (813) 319-3419 (813) 628-0842 Edon: Mt Wofmolion "U w,-4 to vad'.. end,*p6tl AntK+port*4 ou av WE to tip''+ lion �'rhe wu(lpate-dse v MU atrauni it voyuraan' arw wo not froom¢ pan Of tfur tvwxlwo arrni Thk term ffeti ba aifbPf� frrfl a! t«mt #'rt �+se sa it We"tian, !t Ind w'f*n i+uuded 4 t au il* CbMratt, tN pttriu "I f t iif0 9 t4.updal€ tt t Ti &W atiorti tat "lh* p iti: tanpwcf tilEt, I 7ETN#+ TIrv1 Cotes 8'1c4 Arr�;:Stn £.L isiip.n4:.r-»:rican K-- h4rtr lArfV-LAA UA .uteuft A�Sas 3,rnrican ;k':. ' Sfial�fiir;+i 4rweaKir� ��. PxPA ti L'ar:l.ntnMl'r` t••'4!n$n MAWCi(hW . 7>af i+f it y {+1 KFS ovp.4AW1 Q L)z SFC'IION TO BE (E)MPLLTTI.0 EY (OWER COUt4T-Y TiFi•Ak?iJ:Ei#S hkMt ri+'. t'fC Ct+!r7f;J,:Tt; �'4lMvee n i ;.�;i+ CAf-t T PVC*p;f.MAA! Cott 1,401 ActlfmC+i9Y;%DATE EXHIBIT I - 8 16.C.2.a co D N ti 00 r C d L u M Q nCAq Packet Pg. 790 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding-J!00,000j The undersigned [Contractor] certifies, to the best of his or her knowledge, 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 an 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 subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients 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 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). 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. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. US Ecglggy Tampa, Inc. C-ontract ''` : uin Name) Authorized Official Don Locke, General Manager Name and Title of Contractor's Authorized Official October 24, 2018 Date EXHIBIT I - 9 16.C.2.a Packet Pg. 791 AI CERTIFICATE OF LIABILITY INSURANCE 16.C.2.b DATE( 03/28/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement oI this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Willis of Arizona, Inc. c/o 26 Century Blvd PHONE 1-877-995-7378 FAX 1-888-467-2378 AIC No Ext): AIC No P.O. Box 305191 ADDE-MARESS: certificates@willis.com Nashville, TN 372305191 USA INSURER'S) AFFORDING COVERAGE NAIC # COVERAGES CERTIFICATE NUMBER: W10703323 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO[ INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; INSURERA: Greenwich Insurance Company INSR LTR 22322 INSURED SUBR WVD INSURERB: XL Specialty Insurance Company POLICY EXP MM/DDIYYYY 37885 US Ecology, Inc. X COMMERCIAL GENERAL LIABILITY 101 S. Capitol Blvd., Suite 1000 INSURERC: XL Insurance America Inc 24554 Boise, ID 83702 INSURERD: Aspen Specialty Insurance Company 10717 a oDAMAGE TO Ncur RENTED PREMISES $ 500, INSURER E: MED EXP (Any one person) $ 25, A COVERAGES CERTIFICATE NUMBER: W10703323 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO[ INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM£ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000, CLAIMS -MADE � OCCUR a oDAMAGE TO Ncur RENTED PREMISES $ 500, X MED EXP (Any one person) $ 25, A WA Stop Gap Y GEC0001731-18 08/01/2018 08/01/2019 PERSONAL &ADV INJURY $ 1,000, AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000, GEML POLICY PRO- LOC PRODUCTS - COMP/OP AGG $ 2,000, SIR $ 100, OTHER: AUTOMOBILE LIABILITY COMBINEDSINGLELIMIT Ea accident $ 1,000, BODILY INJURY (Per person) $ X ANY AUTO B OWNED SCHEDULED AUTOS ONLY AUTOS y AECO04634203 08/01/2018 08/01/2019 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ X HIREDX NON -OWNED ���O�SeOI Iws AUTOS ONLY $ X 90 Endt UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? No (Mandatory in NH) NIA RWD3000908-03 08/01/2018 08/01/2019 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000, E.L. DISEASE - EA EMPLOYEE $ 1,000, If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000, $ D Contractors Poll & Professional ERAFKTK18 08/01/2018 08/01/2019 Each Incident $1,000,000 Retro Date: 08/1/96 Aggregate $1,000,000 Deductible Per Incident $100,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Coverage for Contractual Liability is provided under General Liability policy. Collier County Board of County Commissioners is included as an Additional Insured as respects to General Liability ai Auto Liability where required by written contract. General Liability and Auto Liability policies shall be Primary and Non-contributory with any other insurance in force CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners AUTHORIZED REPRESENTATIVE 3295 Tamiami Trail E. Naples, FL 34112 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 792 SR In: 17722896 BATCH: 1131117 16.C.2. b AGENCY CUSTOMER ID: LOC #: ACORO ADDITIONAL REMARKS SCHEDULE Page 2 of AGENCY NAMED INSURED Willis of Arizona, Inc. US Ecology, Inc. 101 S. Capitol Blvd., Suite 1000 POLICY NUMBER Boise, ID 83702 See Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE: See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance for or which may be purchased by Additional Insured where required by written contract ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Packet Pg. 793 SR ID: 17722896 BATCH: 1131117 CERT: W10703323 EQ HOLDINGS, INC. NAMED INSURED SCHEDULE — Casualty EQ Parent Company, Inc. EQ Holdings, Inc. US Ecology Livonia, Inc. US Ecology Sulligent, Inc. US Ecology Taylor, Inc. US Ecology Tulsa, Inc. US Ecology Tampa, Inc. US Ecology Romulus, Inc. Michigan Disposal, Inc. Wayne Disposal, Inc. EQ Industrial Services, Inc. EQ Northeast, Inc. Wayne Energy Recovery, Inc. EQ Detroit, Inc. 16.C.2.b EQ Mobile Recycling, Inc. Envirite of Ohio, Inc. (DBA - EQ Ohio) EQ T" Metals Recovery, LLC z° Envirite of Illinois, Inc. (DBA - EQ Illinois) a. Envirite of Pennsylvania, Inc. Envirite Transportation, LLC L RTF Romulus, LLC. a US Ecology Houston, Inc. LO US Ecology Transportation Solutions, Inc. rn Dormant Named Insureds: EQ The Environmental Quality Company EQ Florida Inc. EQ Alabama, Inc. EQ Oklahoma, Inc. Vac -All Services, Inc. EQ Resource Recovery, Inc. Certificate Addendum Packet Pg. 794 16.C.2.b POLICY NUMBER: AECO04634203 XIC 405 1013 This endorsement, effective 12:01 a.m., August 1, 2018 forms a part of Policy No. AECO04634203 issued to EQ Holdings, Inc. by XL Specialty Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION BY US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. Changes In Conditions co T11 The number of days required for notice of cancellation by us for any reason other than nonpayment of premium, as z provided in either paragraph 2. of the CANCELLATION Common Policy condition or as amended by an applicable a state cancellation endorsement, is extended to the number of days shown in the Schedule below: SCHEDULE 3 Q Number of Days' Notice: 90 ti90, All other terms and conditions of this policy remain unchanged. XIC 405 1013 © 2013 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 1 Packet Pg. 795 ENDORSEMENT# This endorsement, effective 12:01 a.m., August 1, 2018 forms a part of Policy No. GEC000173118 issued to US ECOLOGY, INC. by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Name of Person(s) or Entity(ies) Mailing Address: Number of Days Advanced Notice of Cancellation: Any person(s) or entity(ies) requiring by written contract that the Named Insured 30 provide advanced written notice of cancellation. The person or entity must be listed on a spreadsheet from the broker that includes the person's or entity's name and a valid mailing address. This spreadsheet must be received by the company within five days of the company's request to the broker. Otherwise, the company will bear no liability or responsibility for such advanced written notice of cancellation. All other terms and conditions of the Policy remain unchanged. IXI 405 0910 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 16.C.2.b 6 z a U- 3 Q ti ti 90, Packet Pg. 796 16.C.2.b WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 Ed. 12/1 ENDORSEMENT# This endorsement, effective 12:01 a.m., 08-01-2018 forms a part of Policy No. RW D3000908-03 issued to EQ Holdings, Inc. by XL Insurance America, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT This endorsement modifies insurance provided under the following: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: All other terms and conditions of the Policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 08-01-2018 Insured EQ Holdings, Inc. Insurance Company XL Insurance America, Inc. Policy No. RWD3000908-03 Endorsement No. Premium Included Countersigned by WC 99 06 57 Ed. 12/10 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Packet Pg. 797 Number of Days Advanced Name of Person(s) or Entity(ies) Mailing Address: Notice of Cancellation: Per the most current schedule maintained 30 by Willis Risk & Insurance Services of California and furnished to XL Insurance no less than 45 days prior to the effective date of cancellation All other terms and conditions of the Policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 08-01-2018 Insured EQ Holdings, Inc. Insurance Company XL Insurance America, Inc. Policy No. RWD3000908-03 Endorsement No. Premium Included Countersigned by WC 99 06 57 Ed. 12/10 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Packet Pg. 797 Alffr C;014ffty Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 18-7424 Title: Hazardous Materials Management Due Date and Time: 10/29/1810:00 AM Company Name City State Final Ranking Responsive/Responsible US Ecology Tampa Inc. Livonia MI 1 YES/YES Clean Harbors Environmental Services Inc. Norwell MA 2 YES/YES Clean Earth Inc. Hatboro I PA YES/YES Utilized Local Vendor Preference: Yes = No M Recommended Vendor(s) For Award: On September 24, 2018 the Procurement Services Division released Request for Proposal 18-7424 to 6,409 vendors for Hazardous Materials Management. Forty-four (44) bid packages were downloaded, and three (3) proposals were received on October 29, 2018. A selection committee convened on November 20, 2018. The committee recommended to shortlist to two (2) firms for presentations, Presentations and final ranking were then held on December 12, 2018. Award is recommended to US Ecology Tampa Inc. as Primary and Clean Harbors Environmental Services Inc. as Secondary. Required Signatures Project Manager & Date: Alister Burnett Procurement Strategist & Date: Viviana Giarrmoustas C Procurement Services Dire or., t - � 0/ 190 Edward F. Coyman Jr. Date R r a Packet Pg. 798 co11� C;Ounty Administrative Services Division Procurement Services RFP #: 18-7424 Title: Hazardous Materials Management Selection Committee Final Ranking Sheet Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. Selection Name of Firm Joe Stephen Dilia Alister Total Committee Final Rank US Ecology 2 1 1 1 5 1.0000 Clean Harbors Florida LLC 1 2 2 2 7 2.0000 Procurement Professional I CmIni�,W'l- �iim6ust�s Page 1 of 1 16.C.2.d Packet Pg. 799 16.C.2.e collier county Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR HAZARDOUS MATERIALS MANAGEMENT SOLICITATION NO.: 18-7424 VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST ti PROCUREMENT SERVICES DIVISION 99 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 Viviana.Giarimoustas@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor maybe grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 800 16.C.2.e SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) 18-7424 NUMBER: PROJECT TITLE: HAZARDOUS MATERIALS MANAGEMENT PRE -PROPOSAL CONFERENCE: HAZARDOUS MATERIALS CENTER, 3728 WHITE LAKE BLVD. NAPLES, FLORIDA 34117 LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: Monday, October 29,2018 10:00 AM EST PLACE OF RFP OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: htWs://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Solid and Hazardous Waste Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions and specifications stated or attached. The vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance. The purpose of this RFP is to arrange services to include collection, identification, packaging, shipping, transportation, and proper r; disposal of all hazardous materials, including e -waste, from the Hazardous Materials Collection Center, Recycling Drop-off Centers, °r° and all Collier County Government-owned properties. This service shall also include waste collection from approved Very Small p Quantity Generators (VSQG) throughout the County and occasional urgent response cleanouts. Historically, County departments Z have spent approximately $800,000 on hazardous material management per annum; however, this may not be indicative of future LL collection patterns. W L 3 a Packet Pg. 801 16.C.2.e BACKGROUND Collier County seeks to procure a vendor able to occasionally respond to urgent hazardous materials clean ups, and to routinely and periodically collect, identify, package, ship, transport, and dispose of any of the Exhibit A listed hazardous materials, including e - waste. These materials all being collected at County -owned hazardous waste collection facilities, County -sponsored special events, and other County -owned facilities. The County reserves the right to order these hazardous material management services on an as - needed basis. An indication of the quantities of electronics and hazardous materials collected and disposed of for the past few years is provided below. ACTUAL AND FORECAST TOTAL HHW COLLECTION (%T� ELECTRONICS 579,960 1,152,160 1,284,170 1,416,180 1,087,319 992,443 846,144 1,020,880 0 w LATEXPAINT 243,332 283,120 366,369 449,618 439,042 471,799 417,469 496,320 c FLAMMABLE 79,936 102,560 113,237 123,914 115,671 137,300 139,846 119,232 E WASTE OIL 72,397 70,420 83,208 95,995 90,919 114,055 154,288 106,856 BATTERIES 53,630 58,800 64,350 69,900 127,275 140,842 146,482 147,396 c POISONS 27,935 40,140 26,232 12,324 34,947 39,330 53,003 59,816 M CORROSIVE BASES 9,538 20,320 14,535 15,000 19,005 18,735 19,398 18,672 A MERCURY a� DEVICES 1,808 17,360 18,127 18,894 33,906 30,101 34,687 28,372 ANTIFREEZE 16,200 17,360 9,143 10,000 10,403 12,035 12,843 9,764 GASOLINE 10,000 10,680 15,231 19,783 14,562 15,281 18,875 18,372 0 AEROSOLS 5,085 7,180 8,010 8,840 18,361 21,990 24,426 21,772 N PROPANE 5,701 6,360 8,900 11,439 42,880 2,256 16,685 11,820 = CORROSIVE ACIDS 5,720 5,560 7,607 9,654 8,503 9,056 10,025 9,292 USED OIL FILTERS 4,760 4,680 4,125 3,570 4,950 5,500 4,550 4,200 ti TOTAL WEIGHT co (lbs) 1,116,002 1,796,700 2,023,244 2,265,111 2,047,743 2,010,723 1,898,721 2,072,764 6 Z am E-waste cleanouts, in the form of dumpster rotations, are normally scheduled every two weeks from January through April, and every W three weeks from May through December. Hazardous waste cleanouts are normally scheduled every two weeks at up to two locations. M Extra cleanouts are scheduled when collection events are held and in urgent situations following severe weather events. Q Collier County is located in southwest Florida. Collier County is the largest of Florida's 67 counties in land area with approximately . . 2,000 square miles and is about 40 percent larger than the state of Rhode Island. Municipalities include City of Naples, City of Marco Island, Golden Gate City, Immokalee, and Everglades City. Collier County maintains six permanent Recycling Drop-off Centers located at 2640 W. Enterprise Ave., Naples; 990 Chalmers c Drive, Marco Island; 700 Stockade Road, Immokalee; 825 391 Ave NE, Naples, 9950 Goodlette Frank Road N., Naples; and, in Carnestown at 31201 E. Tamiami Trail. One Hazardous Waste Collection Center is maintained at 3728 White Lake Blvd., Naples, +° FL. 0 TERM OF CONTRACT Cn v N ti The contract term, if an award(s) is/are made is intended to be for three (3) years with two (2) one (1) year renewals. ao T Prices shall remain firm for the initial term of this contract. m E Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. 0 The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in Q this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, 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. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to Packet Pg. 802 E comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time anC.2.e place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. DETAILED SCOPE OF WORK Definitions: For this proposal the following definitions shall apply. "County" shall indicate Collier County. "FDEP" shall indicate Florida Department of Environmental Protection "RCRA" shall indicate Resource Conservation and Recovery Act "EPA" shall indicate US Environmental Protection Agency "DOT" shall indicate US Department of Transport "CERCLA" shall indicate Comprehensive Environmental Response, Compensation and Liability Act "TSDF" shall indicate a treatment, storage and disposal facility. "SQG" shall indicate a Small Quantity Generator of hazardous waste. Small Quantity Generators are those businesses generating between 220 and 2,200 pounds of hazardous waste or greater than 2.2 pounds of an acute hazardous waste per month. "VSQG" shall indicate a Very Small Quantity Generator, previously known as a Conditionally Exempt Small Quantity Generator. "Contract Manager" shall be the Solid and Hazardous Waste Management Division Director, or his/her designee. Wherever the term "Contract Manager" is used it shall be read as including "or his/her designee." "HHW" shall indicate Household Hazardous Waste. Contractor's Responsibilities: o Z General: 0 - LL W The vendor will collect, identify, package, ship, transport and dispose of all hazardous wastes and materials, including e -waste, designated by the County staff. The County reserves the right to coordinate with other companies for the transportation, recycling Q and disposal of wastes which are; recyclable), non -hazardous), propane gas cylinders, and solid wastes. Contractor will provide receipt, collection, identification, packaging, shipping, transport and disposal of any hazardous material, not able to be classified under the household hazardous waste exemption, at the Collier County Landfill and/or the Immokalee Transfer 00v station at an hourly rate plus disposal cost. This service will be provided when the contractor is in the Naples area for a site cleanout. c The contractor will be notified prior to the regularly scheduled pickup at the recycling drop-off centers and the Hazardous Material M Collection Center. The Contractor shall provide competent, qualified and trained personnel as well as all the necessary equipment in accordance with 0 Cn all applicable local, state, and federal ordinances, codes, rules and regulations, including, but not limited to, Collier County N Government, local Fire Marshal, FDEP, Occupational Safety and Health Administration, EPA, and the DOT. ti 00 The Contractor shall provide three distinct services as follows: T }; c m 1. Receipt, collection, identification, packaging, shipping, transport, and disposal of HHW, including e -waste, from the s County's Recycling Drop-off and Hazardous Materials Collection Centers, and any future sites, as needed, to be determined q by the County. Q 2. Receipt, collection, identification, packaging, shipping, transport, and disposal of hazardous waste from VSQG, upon request. Receipt, collection, identification, packaging, shipping, transport, and disposal of all other hazardous waste generated and/or abandoned within Collier County, upon request and/or following a declared storm event. Packet Pg. 803 16.C.2.e HHW & VSQG Collection: Location - The Contractor will receive or collect household hazardous waste and/or VSQG hazardous waste at the recycling drop-off centers and the Hazardous Material Collection Center or at other alternative sites as designated by the Collier County Solid and Hazardous Waste Management Department. Schedule - The Contractor will typically be required to conduct collection on a Monday, as needed, and may coordinate the hazardous waste collection event with a VSQG collection event. Declared Disaster - In the event of a declared natural disaster in Collier County, the Contractor shall respond within 12 hours after being contacted by the Contract Manager to collect household and business hazardous waste at a site and/or sites designated by Collier County. Collier County staff will make the determination regarding a natural disaster and the need for the Contractors' assistance Urgent Response - For other than natural disasters the contractor shall respond and be on site within a minimum of six hours following County notification. HHW Collection Estimates - Information provided elsewhere in this document represents an estimate of the quantity of household hazardous waste (VSQG not included) that was collected in Collier County during past Fiscal Years. The purpose of this information is to provide the Contractor with data which will assist in the determination of the staffing and logistical needs. Overtime - The County will not be held responsible for paying the Contractor for overtime or the mobilization of additional pre - approved personnel. Completion Time - An adequate number of personnel and equipment, pre -approved by the Contract Manager, or his designee, shall work at each scheduled site collection to properly and safely complete all work identified by close of business on collection day. All shall occur between lam and 5pm on scheduled days. All work shall be completed consistent with the requirements identified within the Contract. Operations - The Contractor shall set up work stations, segregated and organized storage areas, and packaging stations at the collection or cleanup site to maximize efficiency of operations. Contractor shall work in a cooperative manner with Collier County staff and will conduct at least one hazardous materials recognition, co categorization and storage training session per year for county staff. This to include training on recovery of data and statistics from the Contractors database. Z Contractor will be required to undertake one hazardous materials cabinet cleaning service per Collection and Recycle Center site per a - W year. L Security - All collected hazardous waste and required equipment/supplies must be properly secured and rendered inaccessible to the Q public during the site collection and until permanently removed by the Contractor. u� ti Advertisement/Public Education - The Contractor has the option to conduct a comprehensive advertisement program at no cost to c..° Collier County. This program shall be approved by the Collier County Solid and Hazardous Waste Management Department 30 days c in advance of each event. }, ca Identification - The Contractor shall provide on-site identification of all hazardous waste received. Identification shall be sufficient 2 to properly package all hazardous waste pursuant to DOT requirements and to ensure acceptance at an EPA permitted storage, i� treatment or disposal facility. N Packaging - The Contractor shall comply with pre -transport requirements of 40 CFR Part 262, Sub -part C, as amended or superseded. ti cp Only state and federally approved containers and packing material shall be used for the packaging, shipment and transport of r hazardous waste. c m E Consolidation - The Contractor shall make provisions to consolidate compatible hazardous wastes to minimize per unit disposal costs for the County to the satisfaction of the Contract Manager. The Contractor will package the materials to decrease the County's packaging and disposal costs without consideration for the Contractor's convenience, storage and final disposal destination. Q Additionally, the Contractor will make provisions to bulk compatible wastes if such options are available. Packaging Limitations - The Contractor shall not, unless directed by the County, package non -hazardous solid waste or empty containers formerly containing hazardous substances. The County reserves the right to give the Contractor a list of products/substances that are to be retained by the County. Packet Pg. 804 16.C.2.e Recyclable/Reuse Wastes - The Contractor is required, unless otherwise directed, to package/bulk/consolidate the following types o recyclable wastes in containers designated by the Contract Manager: - Antifreeze - Used oils/new oils and used filters - Batteries - Gasoline, kerosene, and lantern/stove fuel - Fluorescent lamps, ballasts, other mercury containing devices - Propane and other tanks - E -waste - Latex paint Manifests - The Contractor shall prepare, electronically or in hardcopy, and maintain Uniform Hazardous Waste Manifests (EPA Form 8700-22) in accordance with 40 CFR Part 262, Sub -part B, for all hazardous waste collected and transported from the County. The final completed manifest shall be submitted to the County within 30 days following the date it was signed by the Contract Manager, or the disposal facility's authorized signature designee. Standards - The Contractor shall comply with 40 CFR Part 2, "Standards Applicable to Transporters of Hazardous Waste," Chapter 62-730, Part 3, Florida Administrative Code, and all applicable DOT requirements for transportation of hazardous waste; as amended or superseded. Container Inspection - If at any time the Contract Manager questions the contents of any container it will be reopened by the Contractor for the Contract Manager's inspection. Acceptable Wastes - During collection the Contractor shall collect only those wastes identified within the Contract, unless otherwise approved. The Contractor shall be held responsible for all associated costs in the safe and proper disposal of any wastes which are accepted by the Contractor without the pre -approval of the Contract Manager. In the event that the Contractor opts to combine County and non -County hazardous wastes, the Contractor should have in place a contingency plan for the handling of non -contract waste which is to be reviewed by the Contract Manager. Secondary Contractor - The County retains the right to enter into a contract with a Secondary Contractor. The Secondary Contractor will be used if the Primary Contractor is unable to perform the required work or for any other reason, which the County, in its sole judgment, deems appropriate. Disposal - Once the Contractor takes possession of the waste, any waste not sent to an approved facility to be recycled or reused becomes RCRA waste managed by RCRA standards at EPA permitted TSDF (40 CFR 264). No waste shall be disposed of at any Z Subtitle D facilities or non -hazardous waste incinerators except those authorized to burn hazardous waste fuels. 0. W TSDF Requirements - The Contractor is solely responsible for complying with all requirements mandated by designated EPA permitted treatment, storage, or disposal facilities regarding labeling, manifesting, packaging, segregation, and transportation of 3 hazardous waste to ensure acceptance of collected wastes at the final disposal site. The Contractor must own and operate a FDEP Q licensed Hazardous Waste TSDF in Florida. u� ti Transporters - The Contractor shall ensure that all transporters possess local, state, and federal transporter permits, and that all local, °..° state and federal regulations concerning packaging and transport of hazardous waste encountered by a regulatory agency are in c compliance. }, ca Landfill Disposal - No disposal of household hazardous waste or VSQG waste shall be placed in a Class I, Class II or Class III 2 landfill. Landfilling of materials such as alkaline household batteries and solid fertilizers may be allowed with written permission Cn from the County Contract Manager in a Subtitle "C" secured hazardous waste landfill. It is also prohibited for the Contractor to use N facilities on the (CERCLA) List. ti 00 Reference Sheets - The Contractor shall within 30 days of the collection provide the County with a "Container Summary Breakdown r Sheet" identifying the manifest number, container identification number, container weight, container contents (including quantity) of each lab pack drum of hazardous waste collected and transported. E s Certificate of Destruction - Within 90 days of the collection the Contractor shall provide the County with a "Certificate of Destruction" for all hazardous waste collected. The "Certificate of Destruction" form shall indicate the type of hazardous waste, quantity, method Q of destruction, final destination of waste and a signature acknowledging that the waste was in fact destroyed. General statements such as "your household hazardous waste has been handled in accordance with all state and federal regulations" are unacceptable. Reporting - The Contractor shall provide an accurate and properly calibrated scale at the disposal facility, which will be used to weigh each container (i.e., fifty -five -gallon drum, lab pack) that is received. This report shall be available to the Contract Manager either electronically in the Contractors website or on a Waste Receipt Report accessible within 30 days of the collect'- Packet Pg. 805 16.C.2.e contractor interactive website. The Contractor shall prepare and provide the Contract Manager a report listing each con amer s identification number, waste type, container weight, method of packaging (i.e., Lab -Pack, Bulk -Pack), name and signature of the person who weighed the container along with the signature of the Contractor's Project Manager endorsing the results as correct and true. This report shall be provided to the Contract Manager prior to signing the manifest. Annual Report - The Contractor shall prepare and submit to the County sufficient information to complete the annual hazardous waste generator report required of the County by FDEP. Regulatory Notices or Citations - The Contractor shall provide the Contract Manager a copy of any regulatory notices or citation issued at any transfer, treatment, or disposal facility that is or has been used for Collier County hazardous waste within 10 working days of issuance by the regulatory agency. Use of Reports - All reports produced by the Contractor may be used by the County without restrictions or limitations upon their use. Charges to VSQG's - The Contractor shall offer participating VSQG's the same hazardous waste disposal rate established in this contract for the identification, collection, packaging, shipping, transportation, and disposal of hazardous waste collected from VSQG's. The Contractor shall be solely responsible for collecting fees and costs associated with this activity. Cylinders - The Contractor shall have the capability to properly collect, handle, package, ship, transport and dispose of gas containers (full, partially full or empty) in accordance with all associated federal, state and local requirements. Mercury Recycling - The Contractor is responsible to ensure and document that all mercury collected by the contractor in Collier County is recycled in such a way that it is not released into the environment. Very Small Quantity Generator (VSQG) Collection: General Task - The Contractor shall establish a collection route for services to VSQGs. The Contractor shall identify, consolidate, package, manifest, and assume responsibility for the proper packaging, shipment, transportation and disposal of all VSQG wastes accepted by the Contractor. Collection Route - The Contractor shall collect hazardous waste from the participating generator's sites and transport the waste to an EPA and any applicable governing agency permitted TSD facility. Education - The Contractor shall hold at least two public workshops at no cost to the County to educate VSQGs and provide them Cb with information to enhance their participation in the county VSQG hazardous waste disposal program. o Z Reports - The Contractor shall provide the County with a report detailing established VSQGs services annually, including number a- of Collier County participants, type of waste, volume of waste (container size and weight in pounds), cost for disposal and final W disposition of the hazardous waste collected. ca Disposal Choice - Each county business reserves the right not to use the County Hazardous Waste Collection Contractor and County Q VSQG Hazardous Waste Disposal Program and to choose any Contractor or any hazardous waste transporter that meets its needs. u� ti County Responsibilities/Rights: pg Document Management - The County shall review and approve records and reports submitted to the County. c ca Material Distribution - The County reserves the right to remove and/or add any materials from the county collected waste stream for 2 recycling or alternative disposal. Such changes will be done via amendment or change order. Cn Educational Materials - The County may distribute informational materials and may conduct surveys at all collection sites. V 04 ao VSQG Waste - The County shall not be responsible or liable for the collection, packaging, shipping, transportation, or disposal of r VSQG hazardous waste accepted by the Contractor, nor for the costs incurred by the Contractor in the performance of this work. E Hours of Operation - The County reserves the right to cancel or reduce the hours of operation of any scheduled collection. Facility Access - At any time, the County shall have the right to inspect all County and Contractor utilized treatment, consolidation, Q storage and disposal facilities to which County hazardous waste is taken, to assure that the schedules and performance are in accordance with this Contract. NOTE: ANY OTHER PARAMETERS OR SURCHARGES INCLUDED BY THE RESPONDENT MAY RESULT IN THE PROPOSAL BEING FOUND TO BE NON-RESPONSIVE. Packet Pg. 806 16.C.2.e REQUEST FOR PROPOSAL (RFP) PROCESS 1. The Proposers will submit a qualifications and pricing proposal which will be scored based on the criteria described in Grading Criteria for Development of Shortlist, and which will be the basis for short -listing firms. 2. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the County. The County will then grade and rank the firms and enter into negotiations with the top ranked firm to establish cost for the services needed. The County reserves the right to issue an invitation for oral presentations to obtain additional information after grading and before the final ranking. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and scope of services and submitted for approval by the Board of County Commissioners. 3. The County will use a Selection Committee in the Request for Proposal selection process. 4. The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 5. The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 6. Based upon a review of these proposals, the County will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 7. If, in the sole judgment of the County, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The County reserves the right to negotiate any element of the proposals in the best interest of the County. GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: For the development of a shortlist, this evaluation criterion will be utilized by the County Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points 1. Cover Letter / Management Summary 2. Certified Minority Business Enterprise 5 Points 3. Capability for Managing Hazardous Materials 25 Points 4. Cost of Services to the County 35 Points 5. Experience and Capacity of the Firm 10 Points 6. Specialized Expertise of Team Members 10 Points 7. Safety Plan 15 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker- In the event of a tie at final ranking, the award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. Each criterion and methodology for scoring is further described below. Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY 6 Z d U_ L ca Q u� ti 00 _ 0 M .2 0 U) N ti 00 T m E s Q Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in nrniTilina flip Packet Pg. 807 16.C.2.e services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: CAPABILITY OF HAZARDOUS MATERIALS (25 Total Points Available) Q. Complete each line item in the table below to the fullest extent as determined by permits and approvals from FDEP, EPA and FDOT. If the Vendor does not have the capability to manage any particular line item, then answer accordingly. The greater the number/range of materials that the Vendor can handle the higher will be his point for this Evaluation Criteria. o 0 0 w Evaluation Criteria No. 3 Capability of Hazardous Materials co Are you able to provide or dispose the following in the container categories described: 0 Line c Item Yes/] d E # Description m All-inclusive Fixed Cost for a HHW Collection Event (note this includes 2 chemists, 4 techs, mobilization, c 1 supplies, tractor trailer, dum ster)f° All-inclusive Fixed Cost for a HHW Facility Cleanout (note this includes 2 chemists, 4 techs, mobilization, 2 supplies, truck) `° �L 3 Stop/pickup fee at other county locations not specified in the RFP M 2 4 Compile electronic manifest w 5 Unit Cost for Mobilization of additional personnel for emergency response, as outlined within this bid document. -0a L 6 Project Manager N 7 Field Chemist = Other Staff - Provide one cost only; cost per hour, i.e., drivers, equipment operators, traffic control personnel, V 8 chemical technician and others. 00 9 Flammable Liquids 55 Gallon Drum 0 10 Flammable Liquids 30 Gallon Drum Z 11 Flammable Liquids 5 Gallon Pail U_ 12 Poisons Liquids 55 Gallon Drum 13 Poisons Liquids 30 Gallon Drum c� Q 14 Poisons Liquids 5 Gallon Pail 15 Flammable Liquid Poisons 55 Gallon Drum ti 00 16 Flammable Liquid Poisons 30 Gallon Drum 17 Flammable Liquid Poisons 5 Gallon Pail c G 18 Flammable Solids 55 Gallon Drum c� 19 Flammable Solids 30 Gallon Drum 0 Cn 20 Flammable Solids 5 Gallon Pail V 21 Hazardous Wastes/"Liquid" 55 Gallon Drum N ti 22 Hazardous Wastes/"Liquid" 30 Gallon Drum 00 23 Hazardous Wastes/"Liquid" 5 Gallon Pail c 24 Hazardous Waste/"Solid" 55 Gallon Drum m E 25 Hazardous Waste/"Solid" 30 Gallon Drum 26 Hazardous Waste/"Solid" 5 Gallon Pail Q 27 Corrosives 55 Gallon Drum 28 Corrosives 30 Gallon Drum 29 Corrosives 5 Gallon Pail 30 Reactives 55 Gallon Drum Packet Pg. 808 16.C.2.e 31 Reactives 30 Gallon Drum 32 Reactives 5 Gallon Pail 33 Oxidizers 55 Gallon Drum 34 Oxidizers 30 Gallon Drum 35 Oxidizers 5 Gallon Pail 36 Non Regulated 55 Gallon Drum M Q. 37 Non Regulated 30 Gallon Drum E M 38 Non Regulated 5 Gallon Pail ~ 39 Non Regulated - Latex Paint in 1 & 5 gallon cans 1 Pound a� o 0- 40 Non Regulated - Latex Paint roll -off container hauling 20 cu yd container 0 w 41 Mercury Containing Compound 55 Gallon Drum co 42 Mercury Containing Compound 30 Gallon Drum 0 43 Mercury Containing Compound 5 Gallon Pail 44 Recycling Fluorescent Tubes Cost per unit (includes all sizes and supplying E the appropriate storage and shipping m containers.) c 45 HID Light Bulbs Each Bulb 46 Other Mercury Containing Devices Switches, Thermometers, Thermostats w 2 47 Other Mercury Containing Devices (Switches, Thermometers, ) Thermostats 55 Gallon Drum ca 48 Other Mercury Containing Devices (Switches, w Thermometers, Thermostats 30 Gallon Drum 0 0 49 Other Mercury Containing Devices (Switches, Thermometers, Thermostats) 5 Gallon Pail N 50 Mercury 55 Gallon Drum = 51 Mercury 30 Gallon Drum C4 52 Mercury 5 Gallon Pail 00 53 Polychlorinated Biphenyls PCB 55 Gallon Drum o 54 Polychlorinated Biphenyls PCB 30 Gallon Drum Z IL 55 Polychlorinated Biphenyls PCB 5 Gallon Pail W 56 Aerosols 55 Gallon Drum E 57 Aerosols 30 Gallon Drum c� Q 58 Aerosols 5 Gallon Pail 59 Lead Acid Batteries Lead Acid Batte ti 00 60 Rechargeable Batteries/Bulk 55 Gallon Drum c 61 Rechargeable Batteries/Bulk 30 Gallon Drumo W c� 62 Rechargeable Batteries/Bulk 5 Gallon Pail 63 Dry cell/Alkaline Batteries/Bulk 55 Gallon Drum o 64 Dry cell/Alkaline Batteries/Bulk 30 Gallon Drum N 65 Dry cell/Alkaline Batteries/Bulk 5 Gallon Pail ti 66 Nickel -Cadmium Batteries/Bulk 55 Gallon Drum 67 Nickel -Cadmium Batteries/Bulk 30 Gallon Drum 68 Nickel -Cadmium Batteries/Bulk 5 Gallon Pail E s 69 Button Batteries, Mercury/Bulk 55 Gallon Drum 70 Button Batteries, Mercury/Bulk 30 Gallon Drum Q 71 Button Batteries, Mercury/Bulk 5 Gallon Pail 72 Lithium Batteries/Bulk FDOT approved container 73 Gel Cel Lead Acid Batteries/Bulk 55 Gallon Drum 74 Gel Cel Lead Acid Batteries/Bulk 30 Gallon Drum Packet Pg. 809 16.C.2.e 75 Gel Cel Lead Acid Batteries/Bulk 5 Gallon Pail 76 Nickel Metal Hydride Batteries/Bulk 55 Gallon Drum 77 Nickel Metal Hydride Batteries/Bulk 30 Gallon Drum 78 Nickel Metal Hydride Batteries/Bulk 5 Gallon Pail 79 Cyanides 55 Gallon Drum 80 Cyanides 30 Gallon Drum Q. 81 Cyanides 5 Gallon Pail E ca 82 Isocyanates 55 Gallon Drum ~ 83 Isocyanates 30 Gallon Drum a� o 0 84 Isocyanates 5 Gallon Pail 0 w 85 Dioxins/Bulk Price per pound co 86 Aqueous Pesticides/Bulk Price per pound $ 87 Antifreeze 55 Gallon Drum d 88 Antifreeze 30 Gallon Drum E m 89 Antifreeze 5 Gallon Pail 90 Propane Gas Cylinders 20 Pound c 91 Propane Gas Cylinders 10 Pound ,n 92 Propane Gas Cylinders All other cylinders less than 20 pounds 0 a� 93 Oxygen Gas Cylinders 20 Pound 94 Oxygen Gas Cylinders 10 Pound 95 Oxygen Gas Cylinders All other cylinders less than 20 pounds L 96 Acetelyne Cylinders 20 Pound N 97 Acetelyne Cylinders 10 Pound = 98 Acetelyne Cylinders All other cylinders less than 20 pounds N 99 TV Monitors Item ~ 100 TV Flat Screens Item T- 6 101 Desktop Computers Item Z a 102 Computer Flat Screen Monitors Item a_ 103 Laptop Computers Item 104 Copiers/Fax Machines Item 3 Q 105 Printers Item 106 Peripherals - Phones, Chargers, Keyboards, Mouse, etc 20 Pound ti 107 30-40 cubic yard rolloff container Unit 00 c 108 Forms Manifest Forms g 109 Label Labels 110 Containers include lid/gasket/ring/bolt) Drum -85 Gallon Over-pack(New) o Cn III Containers include lid/gasket/ring/bolt) Drum -55 Gallon 171-1,17E Reconditioned N 112 Containers include lid/gasket/ring/bolt), - Drum 55 Gallon 17C (New) ti 00 113 Containers include lid/gasket/ring/bolt) Drum - 55 Gallon 34M Poly (New)r 114 Containers include lid/gasket/ring/bolt) Drum - 55 Gallon Poly Reconditioned W 4) 115 Containers include lid/gasket/ring/bolt) Drum - 30 Gallon Fiber (New) E 116 Containers include lid/gasket/ring/bolt) Drum - 20 Gallon Fiber(New) Q 117 Containers include lid/gasket/ring/bolt) Pail - 5 Gallon(New) 118 Absorbents Vermiculite - 19 lb. Ba 119 Absorbents Oil D - 40 lb. Ba 120 General Supplies Tyvek Suits 121 General Supplies Gloves - Solvex, 1 Pair Packet Pg. 810 16.C.2.e 122 General Supplies 4 Mil Liners 123 General Supplies DOT Labels Unit Pri 124 General Supplies EPA Labels 125 General Supplies Sample Bottles supplies, tractor trailer, dum ster(Lump Sum 126 General Supplies Drum Thief 127 General Supplies Drum Deheader & Decontamination Charge a. 128 General Supplies Drum Pump Use&Decontamination Charge 129 Supplies General Su Pata Pum Use &Decontamination ~ 130 General Supplies Sorbant Boom 8" x 10' a� 131 General Supplies Sorbant Boom 8" x 10' bundle of four U j 132 General Supplies Sorbant Pads 3/16" x 18 " x 18" 133 General Supplies Vis ueen/Roll w 134 Personal Protective Equipment Level D 135 Personal Protective Equipment Level C E m 136 Personal Protective Equipment Level B ca 137 Personal Protective Equipment Level A c 138 Parts Pricing Gasket 17H 55 Gallon Drum w ea 139 Parts Pricing Nut & Bolt 5/8" for 55 Gallon Drum m 140 Parts Pricing Ring 17H 55 Gallon Drum 141 Parts Pricing Cover 17H 55 Gallon Drum 0 142 Parts Pricing Buns TS 20 2" 13 143 Parts Pricing TS 10 N Analysis: The analysis cost for unknown household hazardous ** Analysis Cost for Unknowns (TCLP) _ waste shall be considered part of the disposal cost of the N waste. The above listed analysis cost shall only apply to V P; business generated wastes. Household hazardous wastes are °r° exempt of any cost associated with any analysis, either in the p 144 field or in the lab. Z Analysis: The analysis cost for unknown household hazardous ** Analysis Cost for Unknowns (Field) U_ waste shall be considered part of the disposal cost of the waste. The above listed analysis cost shall only apply to 3 business generated wastes. Household hazardous wastes are Q exempt of any cost associated with any analysis, either in the 145 field or in the lab. r_ 'n ti 146 Other Expenses Emergency Response Mobilization 00 147 Other Expenses Six 6 Hour Minimum Response Time o .2 148 Other Expenses Cancellation Charge =' 149 Household Hazardous Waste Collection Cleaning Storage Cabinets fo EVALUATION CRITERIA NO. 4: COST OF SERVICES TO THE COUNTY (35 Total Points Available) 04 Complete each line item in the table below. Pricing must be all inclusive. � T Evaluation Criteria No. 4: Cost of Services to the County E M Provide all inclusive pricing for the following: M Packet Pg. 811 Line Description Unit Pri Item # All-inclusive Fixed Cost for a HHW Collection Event (note this includes 2 chemists, 4 techs, mobilization, 1 supplies, tractor trailer, dum ster(Lump Sum Packet Pg. 811 16.C.2.e nclusive Fixed Cost for a HHW Facility Cleanout (note this includes 2 chemists, 4 techs, mobilization, Fsulpi-pilies, 2 truck(Lump Sum 3 Stop/pickup fee at other county locations not specified in the RFP(Lump Sum 4 Compile electronic manifest each 5 Unit Cost for Mobilization of additional personnel for emergency response, as outlined within this bid document. (Lump Sum) Q. E 6 Project Manager(per Hour H 7 Field Chemist(per Hour 0 Other Staff- Provide one cost only; cost per hour, i.e., drivers, equipment operators, traffic control personnel, 0 8 chemical technician and others.(per Hour w co Line Description Size and Unit Unit Pri $ Item # 9 Flammable Liquids 55 Gallon Drum (each) d 10 Flammable Liquids 30 Gallon Drum (each) 11 Flammable Liquids 5 Gallon Pail (each) Subtotal (Flammable) 12 Poisons Liquids 55 Gallon Drum each 13 Poisons Liquids 30 Gallon Drum each L 4) r c� 14 Poisons Liquids 5 Gallon Pail each 15 Flammable Liquid Poisons 55 Gallon Drum (each)o 16 Flammable Liquid Poisons 30 Gallon Drum each L 17 Flammable Liquid Poisons 5 Gallon Pail each M X 18 Flammable Solids 55 Gallon Drum each 19 Flammable Solids 30 Gallon Drum each N ti 20 Flammable Solids 5 Gallon Pail each 00 Subtotal (Poisons) Z 21 Hazardous Wastes/"Liquid" 55 Gallon Drum each a - e_ 22 Hazardous Wastes/"Liquid" 30 Gallon Drum each 23 Hazardous Wastes/"Liquid" 5 Gallon Pail each 24 Hazardous Waste/" Solid" 55 Gallon Drum each Q 25 Hazardous Waste/"Solid" 30 Gallon Drum each 26 Hazardous Waste/" Solid" 5 Gallon Pail each ot- o 27 Corrosives 55 Gallon Drum each r- 28 Corrosives 30 Gallon Drum each .2 W M 29 Corrosives 5 Gallon Pail each .2 Subtotal (Corrosives) i� 30 Reactives 55 Gallon Drum each N 31 Reactives 30 Gallon Drum each ~ ao 32 Reactives 5 Gallon Pail each r 33 Oxidizers 55 Gallon Drum each ami E 34 Oxidizers 30 Gallon Drum each 35 Oxidizers 5 Gallon Pail each M Q 36 Non Regulated 55 Gallon Drum each 37 Non Regulated 30 Gallon Drum each 38 Non Regulated 5 Gallon Pail each 39 Non Regulated - Latex Paint 1 Pound(pound) 40 Non Regulated - Latex Paint roll -off container hauling 20 cu yd container each Packet Pg. 812 16.C.2.e 41 Mercury Containing Compound 55 Gallon Drum each 42 Mercury Containing Compound 30 Gallon Drum each 43 Mercury Containing Compound 5 Gallon Pail each Subtotal Reactives 44 Recycling Fluorescent Tubes Fluorescent Tube (includes all sizes and supplying the appropriate storage and shipping containers.) (each) 0. 45 HID Light Bulbs HID Bulb (each) 46 Other Mercury Containing Devices Switches, Thermometers, Thermostats o 47 Other Mercury Containing Devices 55 Gallon Drum each 0 48 Other Mercury Containing Devices 30 Gallon Drum each w co 49� Other Mercury Containing Devices 5 Gallon Pail each o 50 Mercury 55 Gallon Drum each c 51 Mercury 30 Gallon Drum each E 52 Mercury 5 Gallon Pail each Subtotal(Mercury Devices 53 Polychlorinated Biphenyls PCB 55 Gallon Drum each 54 Polychlorinated Biphenyls PCB 30 Gallon Drum each f° �L 55 Polychlorinated Biphenyls PCB 5 Gallon Pail each civ 56 Aerosols 55 Gallon Drum each 57 Aerosols 30 Gallon Drum each o L 58 Aerosols 5 Gallon Pail each N Subtotal Aerosols = 59 Lead Acid Batteries Lead Acid Batter each v N 1* 60 Rechargeable Batteries/Bulk 55 Gallon Drum each ti 00 61 Rechargeable Batteries/Bulk 30 Gallon Drum each 6 62 Rechargeable Batteries/Bulk 5 Gallon Pail each Z 63 Dry cell/Alkaline Batteries/Bulk 55 Gallon Drum each a U- 64 Dry cell/Alkaline Batteries/Bulk 30 Gallon Drum each L 65 1 Dry cell/Alkaline Batteries/Bulk 5 Gallon Pail each 3 Q 66 Nickel -Cadmium Batteries/Bulk 55 Gallon Drum each 67 Nickel -Cadmium Batteries/Bulk 30 Gallon Drum each W ti 00 68 Nickel -Cadmium Batteries/Bulk 5 Gallon Pail each 69 Button Batteries, Mercury/Bulk 55 Gallon Drum each c o 70 Button Batteries, Mercury/Bulk 30 Gallon Drum each 71 Button Batteries, Mercury/Bulk 5 Gallon Pail each o 72 Lithium Batteries/Bulk FDOT approved container each Iq v 73 Gel Cel Lead Acid Batteries/Bulk 55 Gallon Drum each N 74 Gel Cel Lead Acid Batteries/Bulk 30 Gallon Drum each 00 T 75 Gel Cel Lead Acid Batteries/Bulk 5 Gallon Pail each 76 Nickel Metal Hydride Batteries/Bulk 55 Gallon Drum each m E 77 Nickel Metal Hydride Batteries/Bulk 30 Gallon Drum each 78 Nickel Metal Hydride Batteries/Bulk 5 Gallon Pail each Q Subtotal Batteries 79 Cyanides 55 Gallon Drum each 80 Cyanides 30 Gallon Drum each 81 Cyanides 5 Gallon Pail each Packet Pg. 813 16.C.2.e 82 Isocyanates 55 Gallon Drum each 83 Isocyanates 30 Gallon Drum each 84 Isocyanates 5 Gallon Pail each 85 Dioxins/Bulk Price per pound(pound) 86 Aqueous Pesticides/Bulk Price per pound(pound) 87 Antifreeze 55 Gallon Drum each Q. 88 Antifreeze 30 Gallon Drum each E ca 89 Antifreeze 5 Gallon Pail each Subtotal Toxins a� o 0 90 Propane Gas Cylinders 20 Pound Cylinder each 0 w 91 Propane Gas Cylinders 10 Pound Cylinder each CO 92 Propane Gas Cylinders All other cylinders less than 20 pounds 93 Oxygen Gas Cylinders 20 Pound Cylinder each 94 Oxygen Gas Cylinders 10 Pound Cylinder each d E All other cylinders less than 20 pounds a� 95 Oxygen Gas Cylinders each c 96 Acetel e Cylinders 20 Pound Cylinder each M 97 Acetelyne Cylinders 10 Pound Cylinder each 0 All other cylinders less than 20 pounds °r 98 Acetelyne Cylinders each Subtotal (Propane) 3 99 TV Monitors Per pound 100 TV Flat Screens Large Perpound L N 101 Desktop Computers Per pound = 102 Computer Flat Screen Monitors Small Perpound N 103 Laptop Computers Per pound ~ 00 104 Copiers/Fax Machines Perpound 6 105 Printers Perpound Z a 106 Peripherals - Phones, Chargers, Keyboards, Mouse, etc 20 Pounds each U- 107 30-40 cubic yard rolloff container Perpound L Subtotal (Electronics) Q 108 Forms Manifest Forms(per pack of 50 109 Label Labels(per pack of 50 '- ti 00 110 Containers include lid/gasket/ring/bolt) Drum - 85 Gallon Over-pack(New) each v c Drum - 55 Gallon 17H, 17E 111 Containers include lid/gasket/ring/bolt) (Reconditioned each `° 112 Containers include lid/ /bolt Drum - 55 Gallon 17C (New) (each) 2 asket/rin 0 Cn 113 Containers include lid/gasket/ring/bolt) Drum - 55 Gallon 34M Poly (New) each v Drum - 55 Gallon Poly (Reconditioned) 114 Containers include lid/gasket/ring/bolt) (each 115 Containers include lid/gasket/ring/bolt) Drum - 30 Gallon Fiber (New) (each) c 116 Containers include lid/ asket/rin /bolt Drum - 20 Gallon Fiber(New) each E 117 Containers include lid/gasket/ring/bolt) Pail - 5 Gallon(New) each M 118 Absorbents Vermiculite - 19 lb. Ba each Q 119 Absorbents Oil D - 40 lb. Ba each 120 General Supplies Tyvek Suits each 121 General Supplies Gloves - Solvex, 1 Pair 122 General Supplies 4 Mil Cubic Yard Liners(per roll of 50 Packet Pg. 814 16.C.2.e 123 General Supplies DOT Labels(pack of 50 124 General Supplies EPA Labels(pack of 50 125 General Supplies Sample Bottles(pack of 12 126 General Supplies Drum Thief each General Supplies Drum Deheader & Decontamination Charge 127(lump sum per each use General Supplies Drum Pump Use & Decontamination 128 Charge(lump sum per each use General Supplies Patay Pump Use & Decontamination 129(lump sum per each use 0 130 General Supplies Sorbant Boom 8" x 10' each 0 131 General Supplies Sorbant Boom 8" x 10' bundle of four w co 132 General Supplies Sorbant Pads 3/16" x 18 " x 18" each c 133 General Supplies Vis ueen/Roll each 134 Personal Protective Equipment Level D Equipment Kit c d E 135 Personal Protective Equipment Level C (Equipment Kit m 136 Personal Protective Equipment Level B (Equipment Kit 137 Personal Protective Equipment Level A (Equipment Kit 138 Parts Pricing Gasket 17H 55 Gallon Drum each Nut & Bolt 5/8" for 55 Gallon Drum 139 Parts Pricing each f° 140 Parts Pricing Ring 17H 55 Gallon Drum each 141 Parts Pricing Cover 17H 55 Gallon Drum each -oa 142 Parts Pricing Buns TS 20 2" each L n0i 143 Parts Pricing TS 10 each = Analysis: The analysis cost for unknown household hazardous Analysis Cost for Unknowns (TCLP) 1* waste shall be considered part of the disposal cost of the (each) (e waste. The above listed analysis cost shall only apply to 0~5 business generated wastes. Household hazardous wastes are Z exempt of any cost associated with any analysis, either in the 0- 144 144 field or in the lab. LL Analysis: The analysis cost for unknown household hazardous ** Analysis Cost for Unknowns Field Y (Field) � waste shall be considered part of the disposal cost of the (each) 3 waste. The above listed analysis cost shall only apply to Q business generated wastes. Household hazardous wastes are exempt of any cost associated with any analysis, either in the W 145 field or in the lab. ti 146 Other Expenses Emergency Response Mobilization each 0 0 Other Expenses Six (6) Hour Minimum Response Time 147 each 148 Other Expenses Cancellation Charge each 0 Cn 149 Household Hazardous Waste Collection Cleaning Storage Cabinets (each) N Total Section (Miscellaneous) ti T EVALUATION CRITERIA NO. 5: EXPERIENCE AND CAPACITY OF THE FIRM (10 Total Points Available) m E In this tab, include but not limited to: • Provide information that documents your firm's and subcontractors' qualifications to produce the required Q deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • At the time of proposal opening and during the contract period, the Contractor shall have the following: licensed to collect, transport, recycle, store, and dispose of hazardous waste wn and operate, or hold a Packet Pg. 815 16.C.2.e of Understanding with, a Florida Department of Environmental Protection -licensed Hazardous Waste Treatment Storage and Disposal Facility (TSDF) in Florida. • Describe the various team members' successful experience in working with one another on previous projects. Any and all subcontractors shall be identified as part of the Contractors Qualifications, along with their scope of work. Qualifications for subcontractors shall be submitted in the same manner as for the Contractor. No other subcontractor(s) shall be used that is not submitted with the Contractor's Qualifications unless pre -approved by the County Contract Manager. Subcontractors shall be licensed to collect, transport, store and dispose of all hazardous waste listed The Contractor shall submit the Contractor's and any or all Subcontractor's Environmental Protection Agency (EPA) Identification Number and proof of the Department of Environmental Protection Hazardous Waste Transporter Registration. • The Contractor shall identify all TSDF to be used for Collier County's waste including the name, location, type of permit, permit number and any citations issued within the last three years to include all ultimate disposal facilities for cradle -to -grave disposition. The County retains the right to disqualify any proposal if the information provided is considered incorrect, insufficient, or unsatisfactory in the sole judgment of the County. • Contractor shall identify the transporters of all materials including the name, location, type of license, license number and any fines, citations or accidents issued or occurring within the last five years. The County retains the right to disqualify any proposal if the information provided is considered incorrect, insufficient, or unsatisfactory in the sole judgment of the County. • Provide any enforcement or consent order, against any of its hazardous waste facilities, or any party with whom it has contracted with in the past five years, which resulted in a fine or other penalties exceeding $5,000. This applies to operations within the United States and its territories. The County retains the right to disqualify any proposal if the information provided is considered incorrect, insufficient, or unsatisfactory in the sole judgment of the County. • List any and all licenses or permits related to hazardous waste operations held by the Contractor and/or Subcontractor(s) that have been revoked or suspended by any entity. The Contractor shall elucidate the reason why the license and/or permit had been revoked or suspended along with the name, address, and telephone number of the entity responsible for the revocation or suspension. • List any and all Contractor's and/or Subcontractor(s)' licenses or permits related to hazardous waste operations that have been denied by any entity. The Contractor shall explain the reason why the license or permit had been denied along 6 with the name, address, and telephone number of the entity responsible for this action. Z a U_ • The County requests that the vendor submits three (3) completed reference forms from clients with a minimum W V of ten (10) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity Q of this project using form provided titled Reference Questionaire. The County reserves the right to contact other non - referenced individuals for whom the Contractor has done business, for the purpose of identifying qualifications and performance. EVALUATION CRITERIA NO. 6: SPECIALIZED EXPERTISE OF TEAM MEMBERS (10 Total Points o Available) In this tab, include but not limited to: • Description of the number and function of a typical team and the role to be played by each member of the team. in V N • Attach brief resumes of all proposed project team members who will be involved in the management of the total package ti of services, as well as the delivery of specific services. Attach resumes of any sub -vendors and attach letters of intent ao from stated sub -vendors. r c m • Project Manager holding a four-year degree in Chemistry or a related field, with a minimum of two years' experience as a Field Chemist and a minimum of one year as a Project Manager for household hazardous waste collection. c�a Q • Fifty percent of the Contractor's personnel working at either a collection event or a facility clean-out shall be Field Chemists, who hold a four-year degree in Chemistry or a related field and have at least six months field experience in hazardous waste collection. EVALUATION CRITERIA NO. 7: SAFETY PLAN (15 Total Points Available) Packet Pg. 816 16.C.2.e • Provide a written plan describing operating procedure that provide appropriate safety at the site. • Provide a spill contingency plan for preventing and containing spills that occur during any site collection. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State — http:Hdos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). Packet Pg. 817 C USeco logy Tam East 8th Avenue (813) 319-3400 Tampa, FL 33619 Request For Proposal (RFP) HAZARDOUS MATERIALS MANAGEMENT SOLICITATION NO. 18-7424 COLLIER COUNTY, FLORIDA OCTOBER 29, 2018 Unequaled service. Solutions you can trust. Usecology.com Cj ecology October October 29, 2018 Dear Ms. Giarimoustas: Collier County Board of County Commissioners Procurement Services Division 3295 Tamiami Trail East; Bldg. C-2 Naples, FL 34112 Viviana Giarimoustas PHONE: (239) 252-8375 EMAIL: VIVIANA.GIARIMOUSTAS@COLLIERCOUNTYFL.GOV RE: Hazardous Waste Management — Solicitation No.: 18-7424 US Ecology, Inc. is a leading North American provider of environmental services to commercial and government entities. We address the complex waste management needs of our customers, offering treatment, disposal and recycling of hazardous and radioactive waste, as well as a wide range of complementary field and industrial services. US Ecology's 60 years of experience and focus on safety, environmental compliance, and customer service, enable us to reliably and cost effectively meet the needs of our customers. As an experienced provider of Household Hazardous Waste (HHW) management services, US Ecology Tampa, Inc. looks forward to supporting you with regulatory -compliant waste services as well as providing world-class customer service in all the scope of service tasks. We can provide the Collier County with a team of experienced hazardous waste management professionals who are familiar with HHW operations and have successfully worked with your Solid and Hazardous Waste Management Division over the past five years. We believe the fact that our entire team is located in nearby Hillsborough County, FL makes us uniquely qualified to perform this work in support of your HHW program. Highlights of US Ecology Tampa's qualifications include: • A team of experienced hazardous waste management chemists and technicians, led by Mr. Tyler Colcord, who has been integral to the US Ecology Tampa's successful HHW and Lab Pack program during the past five years. • A Business Manager who has more than 25 years of hands-on experience in the hazardous waste disposal industry managing large government and corporate waste management programs. • Certified Lead Chemists each with a four-year degree in a science -related field, Commercial Driver's License, 40 - Hour HAZWOPER training (with current refresher) and direct HHW program management experience ranging from 3 to 25 years. • A fully Part B permitted Treatment, Storage and Disposal Facility (TSDF) with an outstanding regulatory compliance record conveniently located in Tampa, FL that is complimented by company-owned transportation fleet of trucks, roll -offs and bulk tankers. All are staffed by a team of professionals capable of providing local emergency response support and anxious to continue working with the Collier County Board of County Commissioners and the Solid and Hazardous Management Division. We hope that after evaluating our proposal, you will choose US Ecology Tampa, Inc. to provide your Hazardous Materials Management Services. If there are any questions regarding US Ecology Tampa's proposal, feel free to contact me at any time. Sincerely, US Ecology Tampa, Inc. Richard R. Kaiser II, Business Manager Southeast D: (813) 319-3415 Rich.kaiser@usecology.com Unequaled service. Solutions you can trust. USecology.com services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. EVALUATION CRITERIA NO. 3: CAPABILITY OF HAZARDOUS MATERIALS (25 Total Points Available) Complete each line item in the table below to the fullest extent as determined by permits and approvals from FDEP, EPA and FDOT. If the Vendor does not have the capability to manage any particular line item, then answer accordingly. The greater the number/range of materials that the Vendor can handle the higher will be his point for this Evaluation Criteria. Evaluation Criteria No. 3 Capability of Hazardous Materials Are you able to provide or dispose the following in the container categories described: Line Item # Description Yes/No 1 All-inclusive Fixed Cost for a HHW Collection Event (note this includes 2 chemists, 4 techs, mobilization, supplies, tractor trailer, dum ster Yes 2 All-inclusive Fixed Cost for a HHW Facility Cleanout (note this includes 2 chemists, 4 techs, mobilization, supplies, truck Yes 3 Sto / icku fee at other county locations not specified in the RFP Yes 4 Compile electronic manifest Yes 5 Unit Cost for Mobilization of additional personnel for emergency response, as outlined within this bid document. Yes 6 Project Manager Yes 7 Field Chemist Yes 8 Other Staff - Provide one cost only; cost per hour, i.e., drivers, equipment operators, traffic control personnel, chemical technician and others. Yes g Flammable Liquids 55 Gallon Drum Yes 10 Flammable Liquids 30 Gallon Drum Yes 11 Flammable Liquids 5 Gallon Pail Yes 12 Poisons Liquids 55 Gallon Drum Yes 13 Poisons Liquids 30 Gallon Drum Yes 14 Poisons Liquids 5 Gallon Pail Yes 15 Flammable Liquid Poisons 55 Gallon Drum Yes 16 Flammable Liquid Poisons 30 Gallon Drum Yes 17 Flammable Liquid Poisons 5 Gallon Pail Yes 18 Flammable Solids 55 Gallon Drum Yes 19 Flammable Solids 30 Gallon Drum Yes 20 Flammable Solids 5 Gallon Pail Yes 21 Hazardous Wastes/"Liquid" 55 Gallon Drum Yes 22 Hazardous Wastes/"Liquid" 30 Gallon Drum Yes 23 Hazardous Wastes/"Liquid" 5 Gallon Pail Yes 24 Hazardous Waste/"Solid" 55 Gallon Drum Yes 25 Hazardous Waste/"Solid" 30 Gallon Drum Yes 26 Hazardous Waste/"Solid" 5 Gallon Pail Yes 27 Corrosives 55 Gallon Drum Yes 28 Corrosives 30 Gallon Drum Yes 29 Corrosives 5 Gallon Pail Yes 30 Reactives 55 Gallon Drum Yes 31 1 Reactives 30 Gallon Drum Yes 32 Reactives 5 Gallon Pail Yes 33 Oxidizers 55 Gallon Drum Yes 34 Oxidizers 30 Gallon Drum Yes 35 Oxidizers 5 Gallon Pail Yes 36 Non Regulated 55 Gallon Drum Yes 37 Non Regulated 30 Gallon Drum Yes 38 Non Regulated 5 Gallon Pail Yes 39 Non Regulated - Latex Paint in 1 & 5 gallon cans 1 Pound Yes 40 Non Regulated - Latex Paint roll -off container hauling 20 cu yd container Yes 41 Mercury Containing Compound 55 Gallon Drum Yes 42 Mercury Containing Compound 30 Gallon Drum Yes 43 Mercury Containing Compound 5 Gallon Pail Yes 44 Recycling Fluorescent Tubes Cost per unit (includes all sizes and supplying the appropriate storage and shipping containers.) Yes 45 HID Light Bulbs Each Bulb Yes 46 Other Mercury Containing Devices Switches, Thermometers, Thermostats Yes 47 Other Mercury Containing Devices (Switches, Thermometers, Thermostats) 55 Gallon Drum Yes 48 Other Mercury Containing Devices (Switches, Thermometers, Thermostats 30 Gallon Drum Yes 49 Other Mercury Containing Devices (Switches, Thermometers, Thermostats) 5 Gallon Pail Yes 50 Mercury 55 Gallon Drum Yes 51 Mercury 30 Gallon Drum Yes 52 Mercury 5 Gallon Pail Yes 53 Polychlorinated Biphenyls PCB 55 Gallon Drum Yes 54 Polychlorinated Biphenyls PCB 30 Gallon Drum Yes 55 Polychlorinated Biphenyls PCB 5 Gallon Pail Yes 56 Aerosols 55 Gallon Drum Yes 57 Aerosols 30 Gallon Drum Yes 58 Aerosols 5 Gallon Pail Yes 59 Lead Acid Batteries Lead Acid Battery Yes 60 Rechargeable Batteries/Bulk 55 Gallon Drum Yes 61 Rechargeable Batteries/Bulk 30 Gallon Drum Yes 62 Rechargeable Batteries/Bulk 5 Gallon Pail Yes 63 Dry cell/Alkaline Batteries/Bulk 55 Gallon Drum Yes 64 Dry cell/Alkaline Batteries/Bulk 30 Gallon Drum Yes 65 Dry cell/Alkaline Batteries/Bulk 5 Gallon Pail Yes 66 Nickel -Cadmium Batteries/Bulk 55 Gallon Drum Yes 67 Nickel -Cadmium Batteries/Bulk 30 Gallon Drum Yes 68 Nickel -Cadmium Batteries/Bulk 5 Gallon Pail Yes 69 Button Batteries, Mercury/Bulk 55 Gallon Drum Yes 70 Button Batteries, Mercury/Bulk 30 Gallon Drum Yes 71 Button Batteries, Mercury/Bulk 5 Gallon Pail Yes 72 Lithium Batteries/Bulk FDOT approved container Yes 73 Gel Cel Lead Acid Batteries/Bulk 55 Gallon Drum Yes 74 Gel Cel Lead Acid Batteries/Bulk 30 Gallon Drum Yes 75 Gel Cel Lead Acid Batteries/Bulk 5 Gallon Pail Yes 76 Nickel Metal Hydride Batteries/Bulk 55 Gallon Drum Yes 77 Nickel Metal Hydride Batteries/Bulk 30 Gallon Drum Yes 78 Nickel Metal Hydride Batteries/Bulk 5 Gallon Pail Yes 79 Cyanides 55 Gallon Drum Yes 80 Cyanides 30 Gallon Drum Yes 81 Cyanides 5 Gallon Pail Yes 82 Isocyanates 55 Gallon Drum Yes 83 Isocyanates 30 Gallon Drum Yes 84 Isocyanates 5 Gallon Pail Yes 85 Dioxins/Bulk Price per pound Yes 86 Aqueous Pesticides/Bulk Price per pound Yes 87 Antifreeze 55 Gallon Drum Yes 88 Antifreeze 30 Gallon Drum Yes 89 Antifreeze 5 Gallon Pail Yes 90 Propane Gas Cylinders 20 Pound Yes 91 Propane Gas Cylinders 10 Pound Yes 92 Propane Gas Cylinders All other cylinders less than 20 pounds Yes 93 Oxygen Gas Cylinders 20 Pound Yes 94 Oxygen Gas Cylinders 10 Pound Yes 95 Oxygen Gas Cylinders All other cylinders less than 20 pounds Yes 96 Acetel ne Cylinders 20 Pound Yes 97 Acetelyne Cylinders 10 Pound Yes 98 Acetel ne Cylinders All other cylinders less than 20 pounds Yes 99 TV Monitors Item Yes 100 TV Flat Screens Item Yes 101 Desktop Computers Item Yes 102 Computer Flat Screen Monitors Item Yes 103 Laptop Computers Item Yes 104 Copiers/Fax Machines Item Yes 105 Printers Item Yes 106 Peripherals - Phones, Chargers, Keyboards, Mouse, etc 20 Pound Yes 107 30-40 cubic yard rolloff container Unit Manifest Forms Yes 108 Forms es 109 Label Labels Yes 110 Containers include lid/gasket/ring/bolt) Drum -85 Gallon Over-pack(New) Yes Ill Containers include lid/gasket/ring/bolt) Drum -55 Gallon 171-1,17E Reconditioned Yes 112 Containers include lid/ asket/rin /bolt Drum - 55 Gallon 17C (New) Yes 113 Containers include lid/ asket/rin /bolt Drum - 55 Gallon 34M Poly (New) Yes 114 Containers include lid/ asket/rin /bolt Drum - 55 Gallon Poly Reconditioned Yes 115 Containers include lid/ asket/rin /bolt Drum - 30 Gallon Fiber (New) Yes 116 Containers include lid/gasket/ring/bolt) Drum - 20 Gallon Fiber(New) Yes 117 Containers include lid/ asket/rin /bolt Pail - 5 Gallon(New) Yes 118 Absorbents Vermiculite - 19 lb. Bag Yes 119 Absorbents Oil D - 40 lb. Bag Yes 120 General Supplies Tyvek Suits Yes 121 General Supplies Gloves - Solvex, 1 Pair Yes 122 General Supplies 4 Mil Liners Yes 123 General Supplies DOT Labels Yes 124 General Supplies EPA Labels Yes 125 General Supplies Sample Bottles Yes 126 General Supplies Drum Thief Yes 127 General Supplies Drum Deheader & Decontamination Charge Yes 128 General Supplies Drum Pump Use&Decontamination Charge Yes 129 General Supplies Patay Pump Use & Decontamination Yes 130 General Supplies Sorbant Boom 8" x 10' Yes 131 General Supplies Sorbant Boom 8" x 10' bundle of four Yes 132 General Supplies Sorbant Pads 3/16" x 18 " x 18" Yes 133 General Supplies Vis ueen/Roll Yes 134 Personal Protective Equipment Level D Yes 135 Personal Protective Equipment Level C Yes 136 Personal Protective Equipment Level B Yes 137 Personal Protective Equipment Level A Yes 138 Parts Pricing Gasket 17H 55 Gallon Drum Yes 139 Parts Pricing Nut & Bolt 5/8" for 55 Gallon Drum Yes 140 Parts Pricing Ring 17H 55 Gallon Drum Yes 141 Parts Pricing Cover 17H 55 Gallon Drum Yes 142 Parts Pricing Buns TS 20 2" Yes 143 Parts Pricing TS 10 Yes 144 Analysis: The analysis cost for unknown 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. ** Analysis Cost for Unknowns (TCLP) Yes 145 Analysis: The analysis cost for unknown 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. ** Analysis Cost for Unknowns (Field) Yes 146 Other Expenses Emergency Response Mobilization Yes 147 Other Expenses Six 6 Hour Minimum Response Time Yes 148 Other Expenses Cancellation Charge Yes 149 Household Hazardous Waste Collection Cleaning Storage Cabinets Yes EVALUATION CRITERIA NO. 4: COST OF SERVICES TO THE COUNTY (35 Total Points Available) Complete each line item in the table below. Pricing must be all inclusive. Evaluation Criteria No. 4: Cost of Services to the County Provide all inclusive Dricine for the following: Line Description Unit Price Item # All-inclusive Fixed Cost for a HHW Collection Event (note this includes 2 chemists, 4 techs, mobilization, $8,825.00 1 supplies, tractor trailer, dum ster(Lump Sum 2 nclusive Fixed Cost for a HHW Facility Cleanout (note this includes 2 chemists, 4 techs, mobilization, Fsu,,'3-,3ilies,truck(Lump Sum $3,025.00 3 Stop/pickup fee at other county locations not specified in the RFP(Lump Sum $375.00 4 Compile electronic manifest each $10.00 5 Unit Cost for Mobilization of additional personnel for emergency response, as outlined within this bid document. (Lump Sum) $400.00 6 Project Manager(per Hour $75.00 7 Field Chemist(per Hour $65.00 8 Other Staff- Provide one cost only; cost per hour, i.e., drivers, equipment operators, traffic control personnel, chemical technician and others. (per Hour)$45.00 Line Item # Description Size and Unit Unit Price 9 Flammable Liquids 55 Gallon Drum (each) $110.36 10 Flammable Liquids 30 Gallon Drum (each) $92.34 11 Flammable Liquids 5 Gallon Pail (each) $45.66 Subtotal (Flammable) $248.36 12 Poisons Liquids 55 Gallon Drum each $281.82 13 Poisons Liquids 30 Gallon Drum each $185.16 14 Poisons Liquids 5 Gallon Pail each $100.14 15 Flammable Liquid Poisons 55 Gallon Drum each 285.58 16 Flammable Liquid Poisons 30 Gallon Drum each $227.51 17 Flammable Liquid Poisons 5 Gallon Pail each $111.42 18 Flammable Solids 55 Gallon Drum each $324.91 19 Flammable Solids 30 Gallon Drum each 209.06 20 Flammable Solids 5 Gallon Pail each 68.33 Subtotal Poisons $1,793.93 21 Hazardous Wastes/"Liquid" 55 Gallon Drum each $177.20 22 Hazardous Wastes/"Liquid" 30 Gallon Drum each $140.98 23 Hazardous Wastes/"Liquid" 5 Gallon Pail each $57.48 24 Hazardous Waste/"Solid" 55 Gallon Drum each $177.20 25 Hazardous Waste/"Solid" 30 Gallon Drum each $140.98 26 Hazardous Waste/"Solid" 5 Gallon Pail each $57.48 27 Corrosives 55 Gallon Drum each $180.92 28 Corrosives 30 Gallon Drum each $143.02 29 Corrosives 5 Gallon Pail each 557.83 Subtotal Corrosives $1,133.09 30 Reactives 55 Gallon Drum each $582.71 31 Reactives 30 Gallon Drum each $343.91 32 Reactives 5 Gallon Pail each $78.49 33 Oxidizers 55 Gallon Drum each $582.71 34 Oxidizers 30 Gallon Drum each $343.91 35 Oxidizers 5 Gallon Pail each $78.49 36 Non Regulated 55 Gallon Drum each $40.69 37 Non Regulated 30 Gallon Drum each $35.23 38 Non Regulated 5 Gallon Pail each $29.66 39 Non Regulated - Latex Paint 1 Pound(pound) $0.18 40 Non Regulated - Latex Paint roll -off container hauling 20 cu yd container each $350.00 41 Mercury Containing Compound 55 Gallon Drum each $627.14 42 Mercury Containing Compound 30 Gallon Drum each $342.23 43 Mercury Containing Compound 5 Gallon Pail each $217.86 Subtotal Reactives $3,653.21 44 Recycling Fluorescent Tubes Fluorescent Tube (includes all sizes and supplying the appropriate storage and shipping containers.) (each) $0.78 45 HID Light Bulbs HID Bulb (each) $1.14 46 Other Mercury Containing Devices Switches, Thermometers, Thermostats $0.00 47 Other Mercury Containing Devices 55 Gallon Drum each $627.14 48 Other Mercury Containing Devices 30 Gallon Drum each $342.23 49 Other Mercury Containing Devices 5 Gallon Pail each $217.86 50 Mercury 55 Gallon Drum each $627.14 51 Mercury 30 Gallon Drum each $342.23 52 Mercury 5 Gallon Pail each $217.86 Subtotal(Mercury Devices $2,376.38 53 Polychlorinated Biphenyls PCB 55 Gallon Drum each $261.54 54 Polychlorinated Biphenyls PCB 30 Gallon Drum each $198.46 55 Polychlorinated Biphenyls PCB 5 Gallon Pail each $136.68 56 Aerosols 55 Gallon Drum each $184.62 57 Aerosols 30 Gallon Drum each $136.92 58 Aerosols 5 Gallon Pail each $46.15 Subtotal Aerosols $964.37 59 Lead Acid Batteries Lead Acid Battery each $7.69 60 Rechargeable Batteries/Bulk 55 Gallon Drum each $730.00 61 Rechargeable Batteries/Bulk 30 Gallon Drum each $398.17 62 Rechargeable Batteries/Bulk 5 Gallon Pail each $94.40 63 Dry cell/Alkaline Batteries/Bulk 55 Gallon Drum each $43.82 64 Dry cell/Alkaline Batteries/Bulk 30 Gallon Drum each $37.94 65 Dry cell/Alkaline Batteries/Bulk 5 Gallon Pail each $31.94 66 Nickel -Cadmium Batteries/Bulk 55 Gallon Drum each $730.00 67 Nickel -Cadmium Batteries/Bulk 30 Gallon Drum each $398.17 68 Nickel -Cadmium Batteries/Bulk 5 Gallon Pail each $94.40 69 Button Batteries, Mercury/Bulk 55 Gallon Drum each $730.00 70 Button Batteries, Mercury/Bulk 30 Gallon Drum each $398.17 71 Button Batteries, Mercury/Bulk 5 Gallon Pail each $94.40 72 Lithium Batteries/Bulk FDOT approved container each $56.00 73 Gel Cel Lead Acid Batteries/Bulk 55 Gallon Drum each $176.92 74 Gel Cel Lead Acid Batteries/Bulk 30 Gallon Drum each $96.49 75 Gel Cel Lead Acid Batteries/Bulk 5 Gallon Pail each $44.75 76 Nickel Metal Hydride Batteries/Bulk 55 Gallon Drum each $730.00 77 Nickel Metal Hydride Batteries/Bulk 30 Gallon Drum each $398.17 78 Nickel Metal Hydride Batteries/Bulk 5 Gallon Pail each $94.40 Subtotal (Batteries) Correct price $5,385.83 $5,385.80 79 Cyanides 55 Gallon Drum each $627.54 80 Cyanides 30 Gallon Drum each $370.37 81 Cyanides 5 Gallon Pail each $84.52 82 I Isocyanates 55 Gallon Drum each $543.87 83 I Isocyanates 130 Gallon Drum (each) $320.99 84 Isocyanates 5 Gallon Pail (each) $73.25 85 I Dioxins/Bulk I Price per pound (pound) $13.33 86 I Aqueous Pesticides/Bulk I Price per pound (pound) $1.39 87 Antifieeze 155 Gallon Drum (each) $37.97 88 Antifieeze 130 Gallon Drum (each) $32.88 89 Antifieeze 15 Gallon Pail (each) $27.68 Subtotal -(Toxins) $2,13.79 90 Propane Gas Cylinders 120 Pound Cylinder (each) $6.67 91 Propane Gas Cylinders 10 Pound Cylinder (each) $4.00 92 Propane Gas Cylinders All other cylinders less than 20 pounds $2.00 93 Oxygen Gas Cylinders 20 Pound Cylinder (each) $143.31 94 Oxygen Gas Cylinders 10 Pound Cylinder (each) $121.91 95 I Oxygen Gas Cylinders All other cylinders less than 20 pounds each $107.64 96 I Acetelyne Cylinders 20 Pound Cylinder (each) I $236.04 97 I Acetelyne Cylinders 10 Pound Cylinder (each) $200.37 98 Acetelyne Cylinders All other cylinders less than 20 pounds (each) $143.31 Subtotal (Propane). Correct price $965.25 + $729.21 99 I TV Monitors Per pound $0.22 100 ( TV Flat Screens Large Per pound $0.00 101 I Desktop Computers Per pound $0.00 102 Computer Flat Screen Monitors Small Perpound I $0.00 103 Laptop Computers Per pound I $0.00 104 I Copiers/Fax Machines Per pound I $0.00 105 I Printers Per pound I $0.00 106 Peripherals - Phones Chargers Keyboards, Mouse, etc 20 Pounds each I $0.00 107 30-40 cubic yard rolloff container Per pound $0.29 Subtotal (Electronics) $0.51 108 Forms Manifest Forms (per pack of 50) $0.00 109 Label Labels per pack of 50 I $0.00 110 Containers include lid/gasket/ring/bolt) Drum - 85 Gallon Over -pack (New) (each) I $229.17 111 Containers include lid/ asket/rin bolt) Drum - 55 Gallon 17H, 17E (Reconditioned) each $30.00 112 Containers include lid/gasket/ring/bolt) Drum - 55 Gallon 17C (New) (each) $55.56 113 Containers (include lid/gasket/ring/bolt)) Drum - 55 Gallon 34M Poly (New) (each) $29.17 114 Containers include lid/gasket/ring/bolt) Drum - 55 Gallon Poly (Reconditioned) (each $37.50 115 Containers include lid/gasket/ring/bolt) Drum - 30 Gallon Fiber (New) (each) $37.50 116 Containers include lid/gasket/ring/bolt) Drum - 20 Gallon Fiber (New) (each) $25.00 117 Containers include lid/ asket/rin olt Pail - 5 Gallon (New) (each) I $8.00 118 Absorbents Vermiculite - 19 lb. Bag each I $20.00 119 Absorbents Oil Dry - 40 lb. Ba each I $8.65 120 General Supplies Tvvek Suits (each) $4.11 121 General Supplies Gloves - Solvex, (1 Pair) $0.00 122 General Supplies 4 Mil Cubic Yard Liners (per roll of 50) I $19.60 123 General Supplies DOT Labels(pack of 50 $0.00 124 General Supplies EPA Labels(pack of 50 $0.00 125 General Supplies Sample Bottles(pack of 12 $0.39 126 General Supplies Drum Thief each $0.96 General Supplies Drum Deheader & Decontamination Charge 127(lump sum per each use $0.00 General Supplies Drum Pump Use & Decontamination 128 Charge(lump sum per each use $0.00 General Supplies Patay Pump Use & Decontamination 129(lump sum per each use $0.00 130 General Supplies Sorbant Boom 8" x 10' each $73.14 131 General Supplies Sorbant Boom 8" x 10' bundle of four $263.30 132 General Supplies Sorbant Pads 3/16" x 18 " x 18" each $0.43 133 General Supplies Vis ueen/Roll each $91.67 134 Personal Protective Equipment Level D Equipment Kit $0.00 135 Personal Protective Equipment Level C (Equipment Kit $4.11 136 Personal Protective Equipment Level B (Equipment Kit $0.00 137 Personal Protective Equipment Level A (Equipment Kit $0.00 138 Parts Pricing Gasket 17H 55 Gallon Drum each $0.00 Nut & Bolt 5/8" for 55 Gallon Drum 139 Parts Pricing each $0.00 140 Parts Pricing Ring 17H 55 Gallon Drum each $0.00 141 Parts Pricing Cover 17H 55 Gallon Drum each $0.00 142 Parts Pricing Buns TS 20 2" each $0.00 143 Parts Pricing TS 10 each $0.00 Analysis: The analysis cost for unknown household hazardous ** Analysis Cost for Unknowns (TCLP) waste shall be considered part of the disposal cost of the (each) 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 144 field or in the lab. $0.00 Analysis: The analysis cost for unknown household hazardous ** Analysis Cost for Unknowns (Field) waste shall be considered part of the disposal cost of the (each) 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 145 field or in the lab. $650.00 146 Other Expenses Emergency Response Mobilization each $700.00 Other Expenses Six (6) Hour Minimum Response Time 147(each)$0.00 148 Other Expenses Cancellation Charge each $0.00 149 Household Hazardous Waste Collection I Cleaning Storage Cabinets each $1,520.00 Total Section (Miscellaneous) 1 1 $3,808.26 EVALUATION CRITERIA NO. 5: EXPERIENCE AND CAPACITY OF THE FIRM (10 Total Points Available) In this tab, include but not limited to: • Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • At the time of proposal opening and during the contract period, the Contractor shall have the following: licensed to collect, transport, recycle, store, and dispose of hazardous waste wn and operate, or hold a Memorandum of Understanding with, a Florida Department of Environmental Protection -licensed Hazardous Waste Treatment Storage and Disposal Facility (TSDF) in Florida. • Describe the various team members' successful experience in working with one another on previous projects. Any and all subcontractors shall be identified as part of the Contractors Qualifications, along with their scope of work. Qualifications for subcontractors shall be submitted in the same manner as for the Contractor. No other subcontractor(s) shall be used that is not submitted with the Contractor's Qualifications unless pre -approved by the County Contract Manager. Subcontractors shall be licensed to collect, transport, store and dispose of all hazardous waste listed The Contractor shall submit the Contractor's and any or all Subcontractor's Environmental Protection Agency (EPA) Identification Number and proof of the Department of Environmental Protection Hazardous Waste Transporter Registration. • The Contractor shall identify all TSDF to be used for Collier County's waste including the name, location, type of permit, permit number and any citations issued within the last three years to include all ultimate disposal facilities for cradle -to -grave disposition. The County retains the right to disqualify any proposal if the information provided is considered incorrect, insufficient, or unsatisfactory in the sole judgment of the County. • Contractor shall identify the transporters of all materials including the name, location, type of license, license number and any fines, citations or accidents issued or occurring within the last five years. The County retains the right to disqualify any proposal if the information provided is considered incorrect, insufficient, or unsatisfactory in the sole judgment of the County. • Provide any enforcement or consent order, against any of its hazardous waste facilities, or any party with whom it has contracted with in the past five years, which resulted in a fine or other penalties exceeding $5,000. This applies to operations within the United States and its territories. The County retains the right to disqualify any proposal if the information provided is considered incorrect, insufficient, or unsatisfactory in the sole judgment of the County. • List any and all licenses or permits related to hazardous waste operations held by the Contractor and/or Subcontractor(s) that have been revoked or suspended by any entity. The Contractor shall elucidate the reason why the license and/or permit had been revoked or suspended along with the name, address, and telephone number of the entity responsible for the revocation or suspension. • List any and all Contractor's and/or Subcontractor(s)' licenses or permits related to hazardous waste operations that have been denied by any entity. The Contractor shall explain the reason why the license or permit had been denied along with the name, address, and telephone number of the entity responsible for this action. • The County requests that the vendor submits three (3) completed reference forms from clients with a minimum of ten (10) years whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the vendor that best represent projects of similar size, scope and complexity of this project using form provided titled Reference Questionaire. The County reserves the right to contact other non - referenced individuals for whom the Contractor has done business, for the purpose of identifying qualifications and performance. EVALUATION CRITERIA NO. 6: SPECIALIZED EXPERTISE OF TEAM MEMBERS (10 Total Points Available) In this tab, include but not limited to: • Description of the number and function of a typical team and the role to be played by each member of the team. • Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. Attach resumes of any sub -vendors and attach letters of intent from stated sub -vendors. • Project Manager holding a four-year degree in Chemistry or a related field, with a minimum of two years' experience as a Field Chemist and a minimum of one year as a Project Manager for household hazardous waste collection. • Fifty percent of the Contractor's personnel working at either a collection event or a facility clean-out shall be Field Chemists, who hold a four-year degree in Chemistry or a related field and have at least six months field experience in hazardous waste collection. EVALUATION CRITERIA NO. 7: SAFETY PLAN (15 Total Points Available) • Provide a written plan describing operating procedure that provide appropriate safety at the site. • Provide a spill contingency plan for preventing and containing spills that occur during any site collection. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State — http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). COA[Cr County Administrative Services Department Procurement Services Division Form 1: Vendor's Non -Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this solicitation, please indicate the reason(s) by checking the item(s) listed below and return this form via email noted on the cover page, or mail to Collier County Government, Procurement Services Division, 3295 Tamiami Trail East, BLDG C-2, Naples, FL 34112. We are not responding to the solicitation for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date Coft r County Administrative Services M13artrTent Procuremenl Services Division Form 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Solicitation Submittal has been signed. ❑ The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ Affidavit for Claiming Status as a Local Business, if applicable. ❑ Division of Corporations - Florida Department of State — http:/Idos.myflarida.corn/sunbiz/ (If work performed in the State). ❑ E-Verify/Immigration Affidavit (Memorandum of Understanding). ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: US Ecology Tampa, Inc. Address: 7202 East 8th Avenue City, State, Zip: Tampa, FL 33619 Telephone: (813) 319-3419 Email: rich.kaise usecolo .corn r;;Representative Signature: Representative Name: Richard R. Kaiser It Date October 24, 2018 corwr county Administrative Services Department Procurement Services Division Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates toAhe project identified above has been fully disclosed and does not pose an organizational conflict. Firm: US Ecology TaW Inc. Print Name: Title of Signatory: General Manager Additional Contact Information Send payments to: US Ecology Livonia, Inc (required if different from Company name used as payee above) Contact name: Accounts Receivable Title: Address: P.O. Box 936227 City, State, ZIP Atlanta, GA 31193-6227 Telephone: 1-800-592-5489 Email: accounts.receivable@usecology.com Office servicing Collier US Ecology Tampa, Inc. County to place orders (required if different from above) Contact name: Tyler Colcord Title: HHW/Lab Pack Operations Manager Address: 7202 East 8th Avenue City, State, ZIP Tampa, FL 33619 Telephone: (813) 319-3429 Email: tyler.colcord@usecology.com CAer County Administrative Services Depanntmt Procurement Services Division Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. N 'SS WHEREOF, WE have reunto subscribed our names on (his Z--7 day of_VG'ft IXr- , 216 in the County of in the ;talc ofhY',�►,'�! _. Firm's Legal Name: US Ecology Tampa, Inc. Address: 7202 East 8th Avenue City, State, Zip Code: Tampa, FL 33619 Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Signature by: (Typed and v Title: 20-0414157 (813)31,9-3415 General Manager /Don Locke 003#14er County Administrative Services Department Prreuremenr Services Division Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Failure to include this Affidavit And accel2tahle evidence of enrollment in the E-Verify)ro ram may deem the Vendor's proposal as non- responsive. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E -Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E -Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name US Ecology Tampa, Inc. Print Name Don Signature State of Ot-& y� County of 141 I1S Title General Manager Date October 24, 2018 The signee of these Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Cier CoNriLy f�i,v�sorahve San�ees De{a�rtrtxvit Prtua WN't Series Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information fbr tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company fbr tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name _US Ecology Livonia, Inc. (as shown on income tax return) Business Name (if different from taxpayer name) Address 17440 College Parkway City _Livonia State MI Zip 48152 1-800-592-5489 Order Information (Must be filled out) Address 7202 East 8th Avenue City Tampa State FL er 2. Company Status (check only one) Remit / Payment Information (Must be filled out) Address P.O. Box 935227 Zip 33619 - I City Atlanta State GA _ Lip 31193-6227 Email accounts.receivable(a usccology.com _Individual / Sole Proprietor X Corporation Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification — — Comoration. P — 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 20-5676570 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date F 3: Certification: Under ne rv, 1 certify that the inlarnratian shown on this loan is correct to my knmrledme. Si ure /Don Locke Date October 24, 2018 Title General Manager Phone Number (813) 319-3429