Loading...
Backup Documents 05/28/2019 Item #16C2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 16 C 2 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management // 1.242. County Attorney Office County Attorney Office. , -5/30 9 U=� 4. BCC Office Board of County k)Jr--.Nc.,,,\ Commissioners V\S A/ S 3�`\� 4. Minutes and Records Clerk of Court's Office 43( n T_IqpnA 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Ana Reynoso/PURCHASING Contact Information 239-252-8950 Contact/ Department Agenda Date Item was MAY 28, 2019 Agenda Item Number 16.C.2. Approved by the BCC Type of Document CONTRACT OR AMENDMENT Number of Original 2 Attached Documents Attached PO number or account N/A 18-7424 US Ecologx number if document is US Ecology Tampa, Inc to be recorded Tampa, Inc. INSTRUCTIONS & C , ECKLIST Initial the Yes column or mark"N/A"in the Not Applicable c 0. •. , •chever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additi, al signatur-: If yes, N/A provide the Contact Information(Name;Agency;Address;Phon- •n . - ached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be AR signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the AR document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's AR signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 05/28/2019 and all chan! •. during the meeting have been incorporated in the attached docum t , b i T;; , _ 1,7%=,..- e Attorney's Office has reviewed the changes,if app •' j� — -.� , 9. Initials of attorneyverifying that the attached docume �version a• d bythe � BCC,all changes irec ed by the BCC have been made,and th c i,,',ribs ready for the , •'` + Chairman's signature. �j1 1^'.. ASK Mana9emeot 1 6 C 2 MEMORANDUM Date: May 31, 2019 To: Ana Reynoso, Purchasing Tech Procurement Services From: Ann Jennejohn, Deputy Clerk Minutes & Records Department Re: Contract #18-7424 Contractor: US Ecology of Tampa, Inc. Attached, is an original copy of the contract referenced above, (Item #16C2) approved by the Board of County Commissioners on Tuesday, May 28, 2019. The second original contract has been held in the Minutes and Records Department for the Board's Official Record. If you have any questions, please contact me at 252-8406. Thank you. Attachment 1 6 C 2 FIXED TERM SERVICE MULTI-CONTRACTOR AWARD AGREEMENT 18-7424 for Hazardous Materials Management THIS AGREEMENT, made and entered into on this ,. day of 1\i`a.,\1 201(1 , 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, commencing I■I upon the date of Board approval I I on and terminating on three (3 ) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2 ) additional one ( 1 ) year(s) periods. The County shall give the 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 ❑■ Purchase Order ❑ 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of • Request for Proposal (RFP) Invitation to Bid (ITB} Other ( ) # 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. • The Contractor shall also provide services in accordance with Exhibit A — Scope of Services attached hereto. Page 1 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.l) CAO 16C2 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 ❑■ The procedure for obtaining Work under this Agreement is outlined in Exhibit A— Scope of Services attached hereto. 34 ❑ The procedure for obtaining Work under this Agreement is outlined in ❑ Other Exhibit/Attachment: 34 n The County reserves the right to specify in each Request for Quotations: the period Price Methodology selected in 4.1. 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): �J 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. n 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. 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 Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16C2 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. 4-4 — - _.-_ • -== --_ - . e ' :"•• e - . . e : • - e -: Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel cxpcncca shall be reimbursed as per Section 112.061 Fla. Stats. Reimbursements shall be at the following rates: Mileage $0.44.5 per mile Breakfast $6:-00 n $44...00 Dinner $4.9.00 Airfare A - •..• -e e e e _e__. Glass-face Ren-taI--ea1 -. :..• -e e .... standard size vehicles . e eee•-e •-e - . e . - Actual cost of parking Taxi or Airport Limousine responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 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) 1 6 C 2 Company Name: US Ecology Tampa, Inc. Address: 7202 East 8th Avenue Tampa, Florida 33619 Authorized Agent: Richard R. Kaiser Attention Name & Title: Telephone: (813) 319-3419 E-Mail(s): Rich.Kaiser c(�usecology.corn 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 Division Director: Kari Ann Hodgson Division Name: Solid & Hazardous Waste Division Address: 3339 Tamiami Trail East, Bldg H Naples, Florida 34112 Administrative Agent/PM: Alister Burnett, Manager Environmental Compliance Telephone: (239) 252-7953 E-Mail(s): Alister.Burnettc colliercountfl.gov 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. 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.1) �'AC) 1 6 C 2 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 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 the 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. 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. III 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. Till 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. U 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 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver 1) 0 16CZ . . . . F. • 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 as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions. 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 herein 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) cA( 16 C 2 t 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 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT. This Agreement consists of the following component parts, all of which are as fully a part of the Agreement as if herein set out verbatim: Contractor's Proposal, Insurance Certificate(s), • Exhibit A Scope of Services, Exhibit B Fee Schedule, U1 RFP/ n ITB/P1 Other #18-7424 , including Exhibits, Attachments and Addenda/Addendum, ❑ subsequent quotes, and Other Exhibit/Attachment: Exhibit I- Federal Contract Provisions and Assurances 17. APPLICABILITY. Sections corresponding to any checked box ( ■ ) expressly apply to 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.I) C 1601 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) 16C2 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 discovered evidence or subsequent inspections. The County may nullify the whole or any part of any approval for payment previously issued and the County may withhold any 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 opinion to protect it from loss because of: (a) defective Work not remedied; (b) third party claims failed or reasonable evidence indicating probable fling of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents. If any conditions described above are not remedied or removed, the County may, after 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 obligations of Contractor to the County, whether relating to or arising out of this Agreement or any other Agreement between Contractor and the County. 23. U 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 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. n 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 Term Service Multi-Contractor Agreement 2017.008(Ver.1) 0 I 6 C 2 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. ■ TESTS AND INSPECTIONS. If the Contract Documents or any codes, laws, 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, Contractor shall assume full responsibility therefore, pay all costs in connection therewith 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. 27. n PROTECTION OF WORK. 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 to the Work, or other work or materials of the County or County's separate 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 Contractor. 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 Work or adjacent property to stresses or pressures that will endanger it. 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 Contractor shall be liable for all costs incurred by the County associated therewith. 28. SUBMITTALS AND SUBSTITUTIONS. Any substitution of products/materials from specifications shall be approved in writing by the County in advance. 29. CHANGES IN THE WORK. The County shall have the right at any time during the 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) 1 6C 2 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 this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 33. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 34. I I - .-. -e* -_ . . e- -.. `.... **- *-e-**-* _ e- - _ - w- .. •-.. •..._ • .-. .. .•_.•. w - Y., ._.- a -_-••-.•... .-_ :_ -- _ - - - The Contractor shall make commercially reasonable efforts to notify Collier County within personnel. Page 11 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) CAO 1 6 C 2 n 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. —e- take precedence. n 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 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 precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at County's discretion. 36. ASSIGNMENT. Contractor shall not assign this Agreement or any part thereof, without 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 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. 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) 0 1 6 C 2 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. n 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 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 Property. Collier County, as the owner of the property where the project is taking place shall be the only entity allowed to refuse access to the project. However, this decision shall only be made by Collier County's Risk Management Division Safety Manager and/or Safety Engineer. (Intentionally left blank-signature page to follow) Page 13 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) CAO 1 6 C 2 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: BOARD OF COUNTY COMMISSIONERS COLLIER CO, :' DA Crystal K. Kinzel, Clerk of Courts & Comptroller _ `./�✓ By: By: �.r- ...�.n. Will; m L. McDaniel Jr. , C airman ( -Q •L . (SE "3 aS. 4 ,,v: . t Dated: Sigp it US Ecology Tampa, Inc. Contractor's .'W`itnesses: Contractor DBA 4111111111Pds. 4. Contractor's First Witness igna - �^ r y3Li S=f. _ss ENbf2#� M,4 63 J.cc r►'ixcak. TType/print signature and titleT TType/print witness nameT WA LQ Contractor's Second Witness 0_ ( 6 cc5vtfiva(.ee,v- TType/print witness name' .pry ed as . o and Legality: 4!_� _ lblb, Cou ty Attorney Item# Alffir it L v Print ame Date Agenda 6;.:-)A �Z O Date Rec'd _l eputy i t , Page 14 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) Z.01AOP 16C2 Exhibit A Scope of Services n following this page (pages 1 through 6 ) _ this exhibit is not applicable Page 15 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.]) 16C2 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 4 "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: 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 Administration, EPA, and the DOT. 1 6 C 2 The Contractor shall provide three distinct services as follows: 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. 2. Receipt,collection, identification,packaging, shipping,transport, and disposal of hazardous waste from VSQG, upon request. 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. 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 7am 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 CA Contractor will be required to undertake one hazardous materials cabinet cleaning service per Collection an? Recycle Center site per year. Security - All collected hazardous waste and required equipment/supplies must be properly secured and rendered inaccessible to the public during the site collection and until permanently removed by the Contractor. Advertisement/Public Education - The Contractor has the option to conduct a comprehensive advertisement 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. Identification shall be sufficient to properly package all hazardous waste pursuant to DOT requirements and to ensure acceptance at an EPA permitted storage,treatment or disposal facility. Packaging - The Contractor shall comply with pre-transport requirements of 40 CFR Part 262, Sub-part C, as amended or superseded. Only state and federally approved containers and packing material shall be used for the packaging, shipment and transport of hazardous waste. 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. 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. 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: - 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. Page 3 of 6 4119 1 6 C 2 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 Page 4 of 6 6C2 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 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 16C2 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. Page6of6 I6C1 Exhibit B Fee Schedule following this page (pages 1 through 3 ) Page 16 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.1) 16C2 EXHIBIT B-FEE SCHEDULE US ECOLOGY OF TAMPA.INC. Line Item # Description Unit Price 1 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 # 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 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 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) $57.83 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 Fluorescent Tube(includes all sizes and 44 Recycling Fluorescent Tubes supplying the appropriate storage and shipping $0.78 containers.) (each) 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 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 C1°) 16C2 . 57 Aerosols 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 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 BatteriesBulk 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 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 Isocyanates 55 Gallon Drum (each) $543.87 83 Isocyanates 30 Gallon Drum (each) $320.99 84 Isocyanates 5 Gallon Pail (each) $73.25 85 Dioxins/Bulk 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) $27.68 90 Propane Gas Cylinders 20 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 Oxygen Gas Cylinders All other cylinders less than 20 pounds(each) $107.64 96 Acetelyne Cylinders 20 Pound Cylinder (each) $236.04 97 Acetelyne Cylinders 10 Pound Cylinder (each) $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 Per pound $0.00 103 Laptop Computers Per pound $0.00 104 Copiers/Fax Machines Per pound $0.00 105 Printers Per pound $0.00 106 Peripherals-Phones,Chargers,Keyboards,Mouse,etc 20 Pounds (each) $0.00 107 30-40 cubic yard rolloff container Per pound $0.29 108 Forms Manifest Forms (per pack of 50) $0.00 109 Label Labels (per pack of 50) $0.00 110 Containers(include lid/gasket/ring/bolt) Drum-85 Gallon Over-pack(New) (each) $229.17 l I 1 Containers(include lid/gasket/ring/bolt) Drum-55 Gallon 17H,17E(Reconditioned) $30.00 (each) 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/gasket/ring/bolt) Pail- 5 Gallon(New) (each) $8.00 118 Absorbents Vermiculite-19 lb.Bag (each) $20.00 119 Absorbents Oil Dry- 40 lb.Bag (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 I6C2 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) $0.96 127 General Supplies Drum Deheader&Decontamination Charge $0.00 (lump sum per each use) 128 General Supplies Drum Pump Use&Decontamination Charge $0.00 (lump sum per each use) 129 General Supplies Patay Pump Use&Decontamination (lump sum $0.00 per each use) 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 Visqueen/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) $0.00 139 Parts Pricing Nut&Bolt 5/8"for 55 Gallon Drum (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 Bungs TS 20 2" (each) $0.00 143 Parts Pricing TS 10 (each) $0.00 Analysis:The analysis cost for unknown household hazardous waste shall be considered part of the disposal cost of the waste. The above listed analysis 144 cost shall only apply to business generated wastes. Household hazardous **Analysis Cost for Unknowns(TCLP)(each) $0.00 wastes are exempt of any cost associated with any analysis,either in the field or in the lab. Analysis:The analysis cost for unknown household hazardous waste shall be considered part of the disposal cost of the waste. The above listed analysis 145 cost shall only apply to business generated wastes. Household hazardous **Analysis Cost for Unknowns(Field)(each) $650.00 wastes are exempt of any cost associated with any analysis,either in the field or in the lab. 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 i 1r O 6C 2 Other Exhibit/Attachment Description: Exhibit I- Federal Contract Provisions and Assurances I. following this page (pages 1 through 9 ) (l this exhibit is not applicable Page 17 of 17 Fixed Term Service Multi-Contractor Agreement 2017.008(Ver.I) 16C2 EXHIBIT I FEDERAL CONTRACT PROVISIONS 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 other relevant Federal, State, and local laws, regulations, codes and ordinances: 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- 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 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 16C2 - EXHIBIT I FEDERAL CONTRACT 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, i,ttps it vwwuaAjov/smrra`c rrlfarehc;n.>ive-pion urernent-quidel ne-c 2g: 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 a 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,possible. (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 ® I 16CZ EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Dividing total requirements, when economically 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 requirement 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: I. 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. III. 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 CAO 1 6 C 2 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 purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued 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 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 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. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations(29 CFR Part 5). (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 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 0 I6CZ EXHIBIT I FEDERAL CONTRACT 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, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (3)The contractor agrees to report each violation to the County and understands and agrees 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 contractor agrees to include these requirements in each subcontract exceeding$150,000 financed in whole or in part with Federal assistance provided by FEMA. 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 tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." 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-5 1 6 C 2 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 US Ecology Tampa, Inc. Date October 23, 2018 Authorized Signature Y ' ( "^ ' ' 't EXHIBIT I-6 16C2 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES CERTIFICATION REGARDING DEBARMENT,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. b By: : � �. r C - z, 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: Collier County Board of County Commissioners DEM Contract Number: Z0001 FEMA Project Number: 4337DRFLP0000001 EXHIBIT I-7 CAO 1602 . EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES `Ott,iER(OUB ANTICIPATED DISADVANTAcit U,Aa1LN RI TY,WOMEN VETERAN PARTICIPATION STATTM seltal wit be ototato totettea 040,t4114 rtOorrt lb*PAWN W oWNWV#####A# -PAW AlltAN#4 t#pot«,,q4 t toot*dockmantttetk thm kta 1/44stes 414444 US Ecology Tampa, Inc. 20-5676570 To be determined 'ST*444144 A 41.644(444a14410 p$t4i-VANTAaD 47Esgq 04) 4 Tva Atrium'of Thal 4,0404444.t. ritSnitSIttettic : pet) v C `? CU :att F V j OtrAttldtt4*Patt WiattaiTtrit Ar$0444 5°T°4bi1 , A Stria tastAtO vrftviee v t tt°ttxs ;t 44 SOtk T*5 sottolissoiA matozw c ,Ply;OR;MAK fk a st, T f t tgtt w* NT�; TY, sa ° aA M' k A ; r 3 a y r .6. 4 ipso 3 t ,ra�IS�` i a -t �� z'9 " 't CTOlt WOK** TEAK Of rtlifitCPT 0001 SIdtkatat% PligAtti,trOf tOWItalort aTtRA N Uttar5411446a (Sep.:' El 4 TOTALS Cart Mt Kr4SOVAAITTVA Richard R. Kaiser II October 23, 2018 Business Manager Southeast 00000.0m0000,00 } TELL l'mt rich.kaiser@usecology.com (813) 319-3419 (813)628-0842 MOTT -Nt oicoottlekt tatt4 Vziti=a 9; a tat 41 4(46# taitriai T1W Fi4tropstit pftttc f4tt 4410444 t 40,44449.:: btrocule.pal the Com" .tea* 1146 krro one .r140004tod•at tap*te,e4x0,0,P Rp# trockunt d*Mit when 44'41414d 4 C44444 e' Ys%44t.th$omit&444t 4$4,04414'Apart t•t $4$44"'+41+zffi/0 tit 04.41 c"°PaPSt0,4 4 f.,� Orttaefrir Oar iVact 41444X44. t. 444p14$4 4,r4,4m44 54.4:404t 4444 A -AA a . 10101'4'. DA,1'a�+4*,4 °4 sR BY Ty W� q Vis.:-An t$44444 t4 Ult '##A Ira k0 M ,• e t-h*T ,M_ EXHIBIT I-8 CA() 1 C EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION fro be submitted with each bid or offer exceedin li 0 .01 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 Ec«:ogy Tampa, Inc. Contractri;' ;irrn Name) Sign -'o v tractor s Authorized Official Don Locke, General Manager Name and Title of Contractor's Authorized Official October 24, 2018 Date EXHIBIT I-9 Page 1 o8 C2 i ACRD DATE(MM/DD/YWY)CERTIFICATE OF LIABILITY INSURANCE 03/28/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED 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 on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Willis of Arizona, Inc. PHONE FAX FAX 1-888-467-2378 c/o 26 Century Blvd (A/C.No,Ext): (A/C,No): P.O. Box 305191 E-MAIL ADDRESS: certificates@willis.com Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Greenwich Insurance Company 22322 INSURED INSURERS: XL Specialty Insurance Company 37885 US Ecology, Inc. 101 S. Capitol Blvd., Suite 1000 INSURERC: XL Insurance America Inc 24554 Boise, ID 83702 INSURER D: Aspen Specialty Insurance Company 10717 INSURER E: INSURER F: 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 PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR DAMAGES RENTED PREMISES((Ea occurrence) $ 500,000 A X WA Stop Gap MED EXP(Any one person) $ 25,000 Y GEC0001731-18 08/01/2018 08/01/2019 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY I X JECT X LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: SIR $ 100,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ B OWNED ' SCHEDULED Y AEC004634203 08/01/2018 08/01/2019 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X AHHIR77EDG N�v X NON-OWNED PROPERTY DAMAGE $ IncluOdeOs h7Cs AUTOS ONLY (Per accident) X 90 Endt $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N C ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? No N/A RWD3000908-03 08/01/2018 08/01/2019 1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 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/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 and 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 BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112 1 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR iD: 17722896 BATCH: 1131117 AGENCY CUSTOMER ID: 16C � LOC#: AR ADDITIONAL REMARKS SCHEDULE Page 2 of 2 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 SR ID: 17722896 BATCH: 1131117 CERT: W10703323 I 6C 2 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. EQ Mobile Recycling, Inc. Envirite of Ohio, Inc. (DBA - EQ Ohio) EQ Metals Recovery, LLC Envirite of Illinois, Inc. (DBA - EQ Illinois) Envirite of Pennsylvania, Inc. Envirite Transportation, LLC RTF Romulus, LLC. US Ecology Houston, Inc. US Ecology Transportation Solutions, Inc. 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 16C2 POLICY NUMBER: AEC004634203 XIC 405 1013 This endorsement, effective 12:01 a.m., August 1, 2018 forms a part of Policy No. AEC004634203 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 The number of days required for notice of cancellation by us for any reason other than nonpayment of premium, as provided in either paragraph 2. of the CANCELLATION Common Policy condition or as amended by an applicable state cancellation endorsement, is extended to the number of days shown in the Schedule below: SCHEDULE Number of Days' Notice: 90 All other terms and conditions of this policy remain unchanged. XIC 405 1013 ©2013 X.L. America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. 1 6 C 2 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: Number of Days Name of Person(s)or Entity(ies) Mailing Address: 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. [XI 405 0910 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 16C 2 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 (Ed. 12/10) 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: 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 Policy No. RWD3000908-03 Endorsement No. Insured Premium Included EQ Holdings, Inc. Insurance Company Countersigned by XL Insurance America, Inc. WC 99 06 57 Ed. 12/10 ©2010 X.L.America, Inc. All Rights Reserved. May not be copied without permission. I6C2.4 US logy 101 S.Capitol Blvd.,Suite 1000, Boise, ID.83702 800.590.5220 208.331.7900 August 24, 2018 • Subject: Delegation of Signing Authority To whom it may concern: As a Responsible Corporate Officer of US Ecology Tampa.Inc., I due hereby delegate to the Director of Operations, General Manager or Facility Manager with day-to-day operational authority of the respective company's facility, the authority of signing letters, reports,applications and forms or other required documents requested or required by governmental agencies on behalf of US Ecology Tampa.Inc, Sincer _— \ Simon Bell Vice President US Ecology Tampa, Inc. US Iogy.com 2019 FOREIGN PROFIT CORPORATION ANNUAL REPORT FILED 1 6 C DOCUMENT# F03000006003 Mar 22, 2019 Entity Name: US ECOLOGY TAMPA, INC. Secretary of State Current Principal Place of Business: 7553004043CC 101 S.CAPITOL BLVD SUITE 1000 BOISE, ID 83702 Current Mailing Address: 101 S. CAPITOL BLVD SUITE 1000 BOISE, ID 83702 US FEI Number: 20-0414157 Certificate of Status Desired: No Name and Address of Current Registered Agent: C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION,FL 33324 US The above named entity submits this statement for the purpose of changing its registered office or registered agent,or both,in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : Title VP Title SECRETARY Name LOCKE,DON Name IPSEN,WAYNE R. Address 101 S.CAPITOL BLVD Address 101 S.CAPITOL BLVD SUITE 1000 SUITE 1000 City-State-Zip: BOISE ID 83702 City-State-Zip: BOISE ID 83702 Title TREASURER Title VP Name GERRATT,ERIC L. Name GERRATT,ERIC L. Address 101 S.CAPITOL BLVD Address 101 S.CAPITOL BLVD SUITE 1000 SUITE 1000 City-State-Zip: BOISE ID 83702 City-State-Zip: BOISE ID 83702 Title VP Title PRESIDENT Name BELL,SIMON G. Name FEELER,JEFFREY R. Address 101 S.CAPITOL BLVD Address 101 S.CAPITOL BLVD SUITE 1000 SUITE 1000 City-State-Zip: BOISE ID 83702 City-State-Zip: BOISE ID 83702 Title DIRECTOR Title DIRECTOR Name GERRATT,ERIC L. Name BELL,SIMON G. Address 101 S.CAPITOL BLVD Address 101 S.CAPITOL BLVD SUITE 1000 SUITE 1000 City-State-Zip: BOISE ID 83702 City-State-Zip: BOISE ID 83702 Continues on page 2 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that lam an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607,Florida Statutes;and that my name appears above,or on an attachment with all other like empowered. SIGNATURE:WAYNE R. IPSEN SECRETARY 03/22/2019 Electronic Signature of Signing Officer/Director Detail Date