Loading...
HomeMy WebLinkAbout2008-301 ao� - 30 THE ENVIRONMENTAL QUALITY COMPANY EQ FLORIDA • 7202 EAST 8T" AVENUE • TAMPA , FL 33619 • tel 813-319-3426 • fax 813-628- 0842 EQ — The Environmental Quality Company (" EQ") as Contractor under the certain contacts for Household Hazardous Waste Disposal Services dated August 22 , 2007 with Pasco County , FL as such hereby requests and warrants to Indian River County Solid Waste Disposal District, a dependent special district of Indian River County, Florida (" SWDD" ) that: 1 . the contract is attached hereto as Exhibit 1 and incorporated herein by reference excluding term of contract; 2 . Contractor will perform the services set forth in Exhibit 2 attached hereto and incorporated herein by reference for SWDD under all of the terms and conditions of the Contract; 3 . All references to Pasco County Florida in the Contract shall be deemed to mean SWDD; 4 . Contractor will receive payment from SWDD , via check made payable to EQ — The Environmental Quality Company ; 5 . SWDD will be named as an additional insured on all of the types of insurance set forth in the Contract; and 6 . The term of the Contract for Indian River County Solid Waste is one year with an option of three ( 3) additional one ( 1 ) year extensions . 7 . EQ will provide , at no additional cost to the County , an annual training class to assist with sorting and handling of the hazardous waste . 1 , C • . �t Date: q Z7 ug _ EQ — Thqvqviro ent a I Company By. Title : /`t INDIAN RIVER COUNTY SOLI ASTE DISPOSAL DISTRICT Wesley S. avis Vice-Chairman Attest: J . K. B rt r of Court By: eputy Cler Approved . eph A. B ird , County Admi ' st to Approv d s to form and legal sufficie avian E . FelV istarlfCounty Attorney 09 / 09 / 2008 12 : 49 8136280842 EQ FLORIDA PAGE 01101 EXHIBIT 1 PASCO COUNTY FLORIDA 'f f R.11_1ff Z i , _ -M PURCHASING DEPARTMENT TELEPHONE: (727) 847- 8194 ' ' WEST PASCO GOVT. COMPLEX FAX : (727) 847-80(15 1 8919 GOVERNMENT DRIVE WEB : www.pascoccuntyfl .net NEW PORT RICKEY, FL 34654-5598 September 18 , 2007 Curt DeBrunner EQ Florida , Inc. 7202 E . 8" Ave . Tampa , FL 33619 RE * Bid No . 07- 125K — Hazardous Waste Disposal , Annual Award Dear Mr. DeBrunner, Congratulations ! On September 11 , 2007 , the Board of County Commissioners awarded the above referenced solicitation to your firm for the period of October 1 , 2007 through September 30 , 2010 . A purchase order will be sent to you after October 1 , 2007 . You may examine any additional solicitation -related documents , which are public record , and are available for your review in the Pasco County Purchasing Department or on our website listed above . On behalf of Pasco County, thank you for your participation and cooperation . If I may be of any further assistance , please do not hesitate to contact me . Sincerely, Scott Stromer Purchasing Director SSlke PASCO COUNTY, FLORIDA INTEROFFICE MEMORANDUM TO : Honorable Chairman and DATE : 8/22/07 FILE : PU07-684 Members of the Board of County Commissioners THRU : Whael N rock SUBJECT: Purchase of Hazardous Waste OMB Directo Disposal Services , Annual Award— C ,� EQ Florida , Inc. FROM : Scott P . Stromer REFERENCE : Bid No. 07-125K Purchasing Director All Commission Districts It is recommended that the data herein presented be given formal consideration by the Board of County Commissioners (BCC) . DESCRIPTION AND CONDITIONS : On May 7 , 2007, the Purchasing Department, at the request of the Hazardous Waste Section , solicited bids to establish an annual award for packing , hauling and proper disposal of household hazardous waste collected throughout the County. Specifications were prepared by the Hazardous Waste Section . Notice of Bid was published in the St. Petersburg Times on May 9 , 2007 . All provisions of the Purchasing Ordinance have been met. On June 15, 2007 , three (3) bids were received , publicly opened , and read . The results are shown on the attached tabulation sheet. Twenty-five (25 ) vendors were mailed Invitations to Bid ; seven (7 ) from Pasco County. No responses were received from Pasco County. The prices offered by the lowest, responsive , and responsible bidder, EQ Florida , Inc. , are approximately two percent (2%) higher than those awarded in June 2004. EQ Florida , Inc. , is the current service provider. ALTERNATIVE AND ANALYSIS : 1 . Approve staffs recommendation and award to the lowest, responsive , and responsible bidder, EQ Florida , Inc. , for the specified and offered hazardous waste services. 2 . Award to another bidder. 3 . Reject all bids and resolicit. RECOMMENDATION AND FUNDING : The Purchasing Department, with concurrence from the Hazardous Waste Section , recommends that the BCC approve Alternative No . 1 and award to the overall lowest, responsive, and responsible bidder, EQ Florida , Inc. , for the specified hazardous waste services . Award will begin on October 1 , 2007 and continue through September 30, 2010 , unless cancelled in accordance with the issued bid documents . It is anticipated that at least $29 ,000 .00 will be expended annually. In the unlikely event the awarded vendor defaults, the Purchasing Department further requests authorization to utilize the next lowest and available vendor. Funds will be made available in Account No. B450-752206-33400 and various other accounts of the 2007-08 Fiscal Year Budget and will be requested in the 2008-09 and 2009-2010 Fiscal Year Budgets, contingent upon the BCC's approval of these budgets. ATTACHMENTS : 1 . Proof of Publication 2 . Tabulation Sheet 3 . Bid Copy SPS/ss cc: Bruce E . Kennedy, P . E . , Assistant County Administrator ( Utilities Services ) Robert J . Sigmond , Utilities Fiscal and Business Services Director Farouk M . EI-Shamy, Ph . D . , Environmental/Hazardous Manager APPROVED AGENDA ITEM FOR DATE EP 1 1 2007 BY PROOF OF PUBLICATION Here is the clipping of your ad which was inserted according to instructions . Issues of: Classification : ADVERTISIE)MENT FOR Tho Peace County Purchea- Ina Deportment will receive waled bids for 1M follminw . In the .Peace County Pur- chaelne DePortrmat M9 `. " New PORFlorida;ynml PC" (M) W41ft Didf WIII be publk- he r"dead Wird Aatt. All Irrl- tereNed Parties are Imited to attend. Nm.uN+i1fR - NAJJIRALU WAfTE DISPOSAL . - ANNnFUALAWARD J�vINI 14�• M P.M. Ne.: h-1fSK It was a pleasu C r4lalu'"TTERS AND ith you. We will ELECTRONIC EQUIP- be pleased to s 8"W COLLECTION DEMANUFACTURINO SERVICES, FREON RE- COVERY ' PAINT RECYCLING ANNUALa1Ae/W�ARD Dealt"esn pIL 1M7'U Z:Se P.M. CoMlete dHolls and Copies clacutWtaalned fromh Puwa rclo ab- tsing Depart nent ar by vlsbinP Our waeite at ( W p )COCDA'tYll . net BID FORM Business Name: EQ e�Oe(44.4t 17PAC, . ANNUAL CONTAINER AVERAGE NO. SIZE # OF COST LABPACKS OF DRUMS GALLONS PER DRUM TOTAL j Flammable Liquid Poisons 25 55 1 LtS, 00 , 170 For Incineration 4 30 : go O. / At an RCRA Part B Incinerator. 4 5 5 S Ori , 00 / Poison B Solids 10 55 2:W UJ �j$jJ , 00 For Incineration 1 30 40V00 At an RCRA Part B Incinerator 1 5 Poison B Liquid 1 55 OO For Incineration 1 30 1 q0 . V0 ( 40100 At an RCRA Part B Incinerator 1 5 Corrosives Liquid 26 55 - 0. Oil / Treatment/Neutralization 6 30 OBJ tc. va Oxidizers 3 55 C90 75-0 .00 3 30 ( gd • Oj 57o - oo 3 5 QO . 00 30o 0o j Flammable liquid Nonhalogenated 12 55 / 1 �. no ( $ AO Fuel Blending 1 30 ^ �U • t) O 70rp0 Oil-Based Paints 13 55 ( $C 0 J 955, Q Fuel Blending 1 30 l 0- 00 ( 10 , 00 / 1 5 4 '75. 00 / Flammable 1 55 ( Lf t;-- 00 0 Liquid 1 30 Halogenated 1 5 x . 00 00 i Hazardous Waste Liquids or Solids 3 55 ( L( C CJJ �'A 0 0 j Hazard Class 9 1 30 85 no 4 5 L20. 0 tl �j Flammable Solid 5 55 d5- 00 U0 (/ For Incineration 1 30 110100 At an RCRA Part B Incinerator 1 5 73i OU / Corrosive Solid 12 55 l( S� bn 250 , uo LABPACK TOTAL 1 '7 � 5 • 00 _28- (Bid No. 07- 125K) ANNUAL CONTAINER AVERAGE NO. SIZE # OF COST TOTAL BULK OF DRUMS GALLONS PER DRUM / Flammable Liquid Poisons 5 55 9400 ,06 11000- 00 / For Incineration 2 30 1 ,2-0 . 00 9Lx{'0. 0 At an RCRA Part B Incinerator 1 5rg U Poison B Solids 5 55 wo , 00 - Uv For Incinerator 2 30 • C)O O, o D l At an RCRA Part B Incinerator 2 5 GS; 0 0 130, p p Poison B Liquid for Incinerator 1 55 9L(0.00 �f0 • UO At a Part B Incinerator 1 30 1 5 S • 00 s; pJ Corrosives Liquids 3 55 140 - 00 Treatment/Neutralization 0 30 I00 • 00 / 0 5 00 Flammable Liquid Nonhalogenated 19 55 ov Fuel Blending 0 30 _(�,D • U v 0 5 g0 - 0 / Oil-Based Paints for Fuel Blending 10 55 13 0 . 00 4 30 7Stn0 3oo . od 6 5 4`0 . 00 'J- (0 . 00 Halogenated Flammable Liquids 3 55 200 , 0o Goo, 0 j Fuel Blending 0 30 ( 2.04 oa / 0 5 OF Hazardous Waste Liquids or Solids 3 55 I30. c10 9a 00 / Hazard Class 9 12 307S 00 O0 / BULK TOTAL Or 00 -29- (Bid No. 07-125K) SPECIAL WASTES COST TOTAL PCB's Ballasts Unknown $ • U /Ib. `( • lUo 65 lbs Mercury Salts and Compounds $ � " d i7 11b. Dfl 50 lbs Mercury for Recycling $ 50O /Ib . r7 - 00 Aerosol Cans (Pesticides & 21300 oe Corresives) lbs. /lb. g�fa " Cl0 Soil Contaminated with Petroleum / Products 4 Drums $ 9,510o /drum `L� • 0O Cost of overpack (85 gallon) $ X0. 00 /overpack" 40 . 00 SPECIAL WASTE TOTAL: $ D ' 9a- 4 . 00 TOTAL PROJECT $ Go f cost of the empty drum only Note: Bids will be evaluated using the cost per drum and the cost per pound , multiplied by the annual average provided . This method of evaluation will provide a more accurate representation of actual operations. This evaluation formula will only be used for evaluation purposes . The unit prices offered will prevail and become part of a resulting contract. -30- (Bid No. 07-125K) The following items are uncommon ; however, we receive them at the County's Household Hazardous Waste Centers on occasion . Hence the need to manage them properly. P lease provide us with proper handling and disposal costs . You may or may not respond to this part of the bid . Costs provided here will not be taken into consideration in the overall evaluation of this bid since these items are not regulars and may or may not be received at our facilities during this contract period . TYPE OF WASTE COST Flares $ 010. 00 _/lb. $ reOd /unit Propane Cylinders $ ac 5D /Ib . /cylinder Acetylene Cylinders $ Ab. $ ADD DO /cylinder Isocyanate Cylinders $ _/I b. $ ! tD 0c) /cylinder Freon 130 Cylinders $ _/I b. $ [ (D . 00 /cylinder Mixed Fertilizers $ CSb Ab. Corrosive Household Cleaning Liquids $ 1 , 00 /Ib. Used Motor Oil Tank Bottom Sludge $..k So . or3 /55-gallon drum Rags Contaminated with Pesticides $ Ab. -31 - (Bid No. 07-125K) "We offer to sell/provide Pasco County, Florida, the above item (s ) and/or service(s ) at the price(s) stated, in accordance with the terms and conditions contained herein . In addition , the item (s) and/or service(s) offered above meet all specifications contained herein or attached , unless otherwise stipulated by a ption . o II/provide is firm for ninety (90) days ." ( ignature o i er— Ink) n (Printed Name and Title— V�:( oelaq gt�^c . (Business Name) Receipt of Addendum No , through No. _ is acknowledged . Business Name: T;p Flo ru,• Q I:t� c. - _ (The Name on File with the Internal Revenue Service) Doing Business as ( Fictitious Name) : Business Organization : orporation : ❑ Partnership: ❑ General ❑ Limited ❑ Limited Liability Company (LLC): State Registered In : PO ✓ 4r% _ Year: 2003 ❑ Sole Proprietorship: Owner: ❑ Other: Telephone : 'S) 3 M - 3 L{ ZG Facsimile : �l rote UFr4 Z Address : r 33419 Date: L( 2cJn7 -32- (Bid No. 07-125K) PASCO COUNTY BOARD OF COUNTY COMMISSIONERS PURCHASING DEPARTMENT 8919 GOVERNMENT DRIVE NEW PORT RICHEY , FLORIDA 34654 TELEPHONE : (727) 847-8194 FACSIMILE : (727) 847 -8065 pascocountyfl . net INVITATION FOR BIDS BID NO . 07 - 1251< HAZARDOUS WASTE DISPOSAL ANNUAL AWARD SUMMARY OF WORK It is the intent of this solicitation to contract with a company for the hauling and disposal of hazardous waste . The Pasco County Purchasing Department will receive sealed bids until 2 : 30 p . m . , local time (our clock) , on June 15 , 2007 , in the Pasco County Purchasing Department, 8919 Government Drive , New Port Richey , Florida . Bids received after this time will not be accepted . Bids will be publicly opened and read at the above-stated time and date . All interested parties are invited to attend . Bidders shall submit one ( 1 ) original bid form . Insurance coverage is required for this project; please refer to the Special Provisions . Bid , performance , or payment surety is required for this project ; please refer to the Special Provisions . Please immediately advise of address changes or if you wish to have your firm removed from the vendor list . Vendors receiving this notice must submit either a bid/proposal or " NO BID" to remain on our vendor list for the specified commodity or service . A " NO BID " is provided on Page 2 for your convenience . This cover is only intended to inform vendors of a pending Invitation for Bid or Request for Proposal . For complete details , please refer to the complete bid/proposal package . Bid documents may be downloaded by visiting www . PascoCountvFL . net or by requesting copies from the Purchasing Department at no cost . Pasco County is not responsible for expenses incurred prior to award by the Board of County Commissioners ( BCC ) . Kathleen M . Brewer Senior Buyer - 1 - ( Bid No . 07 - 125K ) SPECIAL PROVISIONS In addition to the General Provisions of this solicitation , these Special Provisions , along with the specifications that follow , apply in like force to this solicitation and to any subsequent contract resulting therefrom . CONTRACT TERM The contract period will begin on October 1 , 2007 , and continue through September 30 , 20109 under the same prices , terms , and conditions as in the original contract approved by the BCC , unless canceled in writing by Pasco County . All contracts are subject to the appropriation of funds by the BCC . INSURANCE REQUIREMENTS The insurance required must be written by an insurer authorized to do business in the State of Florida and also have an "A" policyholder's rating and a financial rating of at least Class VIII in accordance with the most current Best 's Key Rating Guide . Prior to the time the contractor is entitled to commence any part of the project, work, or services under this contract, the contractor shall procure , pay for, and maintain at least the following insurance coverages and limits . The said insurance shall be evidenced by delivery to Pasco County of 1 ) Certificates of Insurance executed by the insurers listing coverages and limits , expiration dates and terms of policies and all endorsements whether or not required by Pasco County , and listing all carriers issuing the said policies ; and 2 ) upon request , a certified copy of each policy , including all endorsements . The insurance requirements shall remain in effect throughout the term of this contract . 1 . Workers' Compensation in at least the limits as required by law; Employers ' Liability Insurance of not less than One Hundred Thousand and 00/ 100 Dollars ($ 100 , 000 . 00) for each accident . The contractor agrees to waive its right of subrogation as part of this coverage . 2 . Comprehensive General Liability Insurance including , but not limited to , Independent, Contractor, Contractual , Premises/Operations , Products/Completed Operation and Personal Injury covering the liability assumed under indemnification provisions of this contract , with limits of liability for personal injury and/or bodily injury , including death , of not less than Two Million and 00/100 Dollars ( $2 , 000 , 000 . 00 ) , each occurrence ; and property damage of not less than One Million and 00/ 100 Dollars ($ 1 , 000 , 000 . 00 ) , each occurrence . (Combined single limits of not less than Two Million and 00/ 100 Dollars [$2 , 000 , 000 . 00] , each occurrence , will be acceptable unless otherwise stated . ) Coverage shall be on an "occurrence" basis , and the policy shall include Broad Form Property Damage coverage and Fire Legal Liability of not less than Fifty Thousand and 00/ 100 Dollars ($50 , 000 . 00 ) per occurrence , unless otherwise stated by exception herein . 3 . Comprehensive Automobile and Truck liability covering owned , hired , and nonowned vehicles with combined single limits of not less than One Million and 00/ 100 Dollars ( $ 1 , 000 , 000 . 00 ) , each occurrence . Coverage shall be on an " occurrence" basis , such insurance to include coverage for loading and unloading hazards . - 14- ( Bid No . 07 - 125K ) Each insurance policy shall include the following conditions by endorsement to the policy : 1 . Each policy shall require that thirty ( 30 ) days prior to expiration , cancellation , nonrenewal , or any material change in coverages or limits , a notice thereof shall be given to Pasco County by certified mail to : Pasco County Purchasing Department, 8919 Government Drive , New Port Richey , Florida 34654 . The contractor shall also notify Pasco County , in a like manner, within twenty-four (24 ) hours after receipt, of any notices of expiration , cancellation , nonrenewal , or material change in coverage received by the said contractor from its insurer; and nothing contained herein shall absolve the contractor of this requirement to provide notice . 2 . Companies issuing the insurance policy , or policies , shall have no recourse against Pasco County for payment of premiums or assessments for any deductibles that all are at the sole responsibility and risk of the contractor. 3 . The term " County" or " Pasco County" shall include all Authorities , Boards , Bureaus , Commissions , Divisions , Departments , and Offices of County and individual members , employees thereof in their official capacities , and/or while acting on behalf of Pasco County . 4 , Pasco County BCC shall be endorsed to the required policy or policies as an additional named insured . 5 . The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by Pasco County to any such future coverage , or to Pasco County's self-insured retentions of whatever nature . Pasco County hereby waives subrogation rights for loss or damage against Pasco County . PRICE ADJUSTMENTS BASED ON THE CONSUMER PRICE INDEX ( CPI ) The contract unit prices shall remain firm for the first twelve ( 12 ) months of the contract . The unit prices for ensuing contract years shall be based on the movement of the unadjusted figures of the U . S . Department of Labor Consumer Price Index for All Urban Consumers (CPI - U ) . The contract unit prices will be changed by Pasco County , upon written request of the vendor, in an amount no more than the percentage of movement of the CPI - U (Table A) for "All Items" ( unadjusted ) for the twelve ( 12 ) month period ending in the month of July . The contract unit price(s ) changed as a result of these adjustments shall become effective on each respective anniversary of the contract or October 1 , if the anniversary falls in November or December, and shall be binding on the contractor for each of the subsequent contract periods . REQUIREMENTS CONTRACT During the period of the contract, the contractor shall provide all the services described in the contract . The contractor understands and agrees this is a requirements contract and Pasco County shall have no obligation to the contractor if no services are required . Any quantities that are included in the scope of work reflect the current expectations of Pasco County for the period of the contract . The amount is only an estimate and the contractor understands and agrees Pasco County is under no obligation to the contractor to buy any amount of the services as a - 15- ( Bid No . 07 - 125K ) result of having provided this estimate or of having any typical or measurable requirement in the past . The contractor further understands and agrees Pasco County may require services in an amount less than or in excess of the estimated annual contract amount, and the quantity actually used , whether in excess of the estimate or less than the estimate , shall not give rise to any claim for compensation other than the total of the unit prices in the contract for the quantity actually used . SURETY REQUIRED 1 . Bid Surety : The surety required is in the amount of $2 , 000 . 00 . A Bid Bond , cashier's check, or certified check, in the amount of five ( 5 ) percent of the amount of the bid , made payable to Pasco County shall accompany each bid . The bid surety of all bidders shall be retained until after the award of the contract is made . The bid surety of the successful bidder shall be retained until the posting of a Performance Bond . The failure of the bidder to accept an award and file acceptable Performance and/or Payment Bonds within fifteen ( 15) days after award shall be just cause for cancellation of the award and the forfeiture of the bid surety to Pasco County as liquidated damages . Award may then be made to the next lowest, responsive , and responsible bidder. The bond shall be a Corporate Surety Bond issued by a surety company authorized to do business in the State of Florida . 2 , Performance Surety : A Performance Bond , in the amount of $50 , 000 . 00 of the bid , shall be required of the successful bidder to ensure satisfactory completion of the work . The bond shall be a Corporate Surety Bond issued by a surety company authorized to do business in the State of Florida . The Attorney in Fact, who signs the bond , must file with the bond , a certificate and effective dated copy of a Power of Attorney . The surety company shall have a current, valid Certificate of Authority issued by the State of Florida . The surety company shall have current, valid Certificate of Authority issued by the United States Treasury Department under Sections 9304 to 9308 of Title 31 of the U . S . Code . The surety company shall be in full compliance with the provisions of the Florida Insurance Administrative Code , and shall have at least twice the minimum surplus and capital required by the same at the time the Invitation for Bid is issued . 3 . Alternative Surety : A certified check for cash escrow deposit, in the face amount of the contract, such as a Personal Bond , Property Bond , or a bank or savings and loan association Letter of Credit may be tendered in lieu of a Bid , Payment, or Performance Bond subject to approval by Pasco County , VENDOR'S EQUIPMENT Responding vendors must submit a list of owned equipment and major tools , and a list of current employees and respective skill level or discipline . Pasco County , at its sole discretion , reserves the right to award this work to vendors who are able to demonstrate current ownership and possession of the equipment, tools , and personnel deemed reasonably sufficient to perform the specified work at the lowest possible cost . It is Pasco County's intent to award this work to a vendor at the lowest possible cost, while securing sufficient quality of services . Preference may be given to those vendors who own and possess the necessary tools , equipment, and services to minimize reimbursement costs associated with rentals and purchases from third parties . - 16- ( Bid No . 07- 125K ) END OF SPECIAL PROVISIONS - 17 - ( Bid No . 07- 125K ) HAZARDOUS WASTE DISPOSAL SPECIFICATIONS 1 . 0 SCOPE—HISTORICAL BACKGROUND 1 . 1 This bid is directed towards the procurement of services for packing , hauling , and proper disposal of household hazardous waste collected throughout Pasco County , following and adhering to the rules of the Resource Conservation and Recovery Act ( RCRA) , Comprehensive Environmental Response , Compensation , and Liability Act (CERCLA) , Department of Transportation ( DOT) , Florida Department of Environmental Protection ( FDEP ) , and the Occupational Safety and Health Administration ( OSHA) . 1 . 2 Pasco County owns two (2 ) household hazardous waste centers : 1 ) 9626 Handcart Road , Dade City , Florida ; and 2 ) 14230 Hays Road , Spring Hill , Florida . Both centers are managed and operated by trained County staff. Each center is open to the public five (5 ) days each month . The centers are operated in a similar manner, and no waste from businesses is accepted at either site . 1 . 3 Pasco County's Hazardous Waste Centers have been in operation for thirteen ( 13 ) years . In general , all hazardous wastes received at these facilities are identified , segregated by class , and placed on shelves in their respective compartment . Most of the unknowns are identified on site by county staff. Those that cannot be identified are kept for the successful bidder/contractor to do so . Some labpacking and bulking of waste is done at the facility by the County staff, in which case drum content sheets , labeling , and drum marking are carried out by the staff on site . 1 .4 The County will coordinate its efforts with the successful bidder. Labpacking and bulking are done according to the successful bidder's protocol . County staff will assist the successful bidder in the area of labpacking and bulking , in an effort to save the County money . Bidders must consider this cost-saving assistance in their respective response . 2 . 0 PURPOSE 2 . 1 The Pasco County Board of Commissioners is requesting bids from qualified firms interested in providing labpacking , bulking ( if needed ) and proper disposal services for household hazardous waste collected by Pasco County staff. 2 . 2 The purpose of this bid is to identify one ( 1 ) contractor capable of providing a full - service arrangement for providing various hazardous waste management services as described in the scope of services below . The County intends to award a three (3 ) year contract , subject to the general provisions contained herein . 2 . 3 The bid , which , in the opinion of the County , is the most advantageous to the County technically and at the lowest price , will receive the award . - 18- ( Bid No . 07- 125K ) 3 . 0 BACKGROUND OF COUNTY'S COLLECTION PROGRAM 3 . 1 General statistics over the past thirteen ( 13 ) years of operations indicate the number of participants varied from two (2 ) to five (5) cars per day at our Dade City center to twelve ( 12 ) to eighteen ( 18 ) cars per day visiting our Spring Hill center. Each car represents one ( 1 ) to three (3 ) families . Naturally, higher numbers of participants are encountered in the period December through April , when our winter residents are present in the County . 3 . 2 The quantity of hazardous waste collected varies from 30 , 000 to 47 , 000 pounds annually , more or less . A total of three ( 3 ) annual facility cleanouts seem to be the norm . Requests for emergency response were once (annual ) in the past three (3 ) years due to unforeseen circumstances . 4 . 0 QUALIFICATIONS OF BIDDERS 4 . 1 The bidder shall be , at the time of bid opening and during the contract period , a Treatment, Storage , and Disposal Facility (TSDF ) licensed to collect , transport , recycle , store ( if necessary) , and dispose of hazardous waste . It must be an RCRA facility . The bidder must provide Pasco County with a minimum of three ( 3 ) references where similar scope of services has been successfully carried out in the State of Florida , preferably with three ( 3 ) different County governments . The successful bidder must have an EPA/ DEP valid ID number. 5 . 0 SCOPE OF SERVICES 5 . 1 The successful bidder will be required to supply all equipment, supplies ( including drums ) , materials , and personnel necessary to perform the following services : 5 . 1 . 1 Permanent collection center cleanouts . 5 . 1 . 1 . 1 . This basically consists of labpacking and bulking ( if needed ) of household hazardous waste at our two (2 ) facilities (waste that has not been packed by County staff) . Also , this will include inventorying the waste , labeling , marking , manifesting , as well as identifying any unknowns . 5 . 2 Unknown materials ( if any) not identified on site by staff or the contractor are to be taken to the contractor's laboratory for identification and treatment. 5 . 2 . 1 The successful bidder must be able to respond to emergency situations should they arise . 6 . 0 CONTRACTOR RESPONSIBILITIES 6 . 1 Permanent collection center cleanouts . 6 . 1 . 1 This basically consists of labpacking and bulking ( if needed ) of household hazardous waste at our two (2 ) facilities (waste that has not been packed by County staff) . - 19- ( Bid No . 07- 125K ) Also , this will include inventorying the waste , labeling , marking , and manifesting as well as identifying any unknowns . 6 . 2 The successful bidder is solely responsible for conforming to all DOT , OSHA , RCRA , FDEP , and all other applicable requirements regarding labeling , packaging , segregation , and transportation of waste to ensure its acceptance and full treatment at the final disposal facility . 6 . 3 Additional or alternate disposal sites and/or subcontractors may not be utilized without a written approval from the County prior to hauling the waste . 6A The successful bidder will be responsible for identification and proper disposal of unknown materials not identified by County staff. 6 . 5 All TSDF used by the successful bidder must be named in the bid and be approved by the County prior to award . All activities shall be conducted in full accordance with local , State , and Federal hazardous waste ( FDEP , EPA) , hazardous material ( DOT ) , and worker safety (OSHA) regulations and standards . 6 . 6 The successful bidder must provide the County with a list of all transporters and final disposal facilities to be used during this contract. The disposal facilities' list must include disposal method to be utilized for each waste type . This list must also indicate the facilities' EPA identification numbers , address , and telephone numbers . 6 . 7 The successful bidder must submit a report to the County for all shipments with the invoice detailing number and size of each drum and other containers , quantity of waste in each drum , and other containers in pounds , class , and disposal method . 6 . 8 The bidder shall only utilize licensed and permitted hazardous waste transporters registered with the FDEP . 6 . 9 The bidder shall set up a collection schedule , on a monthly basis , to provide hazardous waste transportation and proper disposal to small quantity generators and conditionally exempt small quantity generators located within Pasco County ( milk runs ) . This task should be carried out completely independent of the County government . Costs are to be borne by each business served . However, the successful bidder should charge businesses the same competitive costs provided in this bid . The bidder should also be willing to participate in the annual workshop the County sponsors for small hazardous waste generators in Pasco County . 6 . 10 The bidder will be responsible for packaging of materials and transportation to an approved TSDF . 6 . 11 The bidder will perform all aspects of the cleanout in compliance with all applicable local , State , and Federal regulations . 6 . 12 The contractor recognizes that County staff reserves the right to labpack and/or bulk any or all hazardous waste collected at County facilities . -20- ( Bid No . 07 - 125K ) 7 . 0 PROPOSAL SUBMITTAL 7 . 1 Introduction . Should consist of the company name , address , company telephone , primary and alternate contacts , and twenty-four (24 ) hour telephone numbers , and summary of company background . 7 . 2 Experience . List County, contact name , and telephone number for three (3 ) household hazardous waste-related experiences in Florida for the past three (3 ) years . 7 . 3 Project Management . List on -site supervisory personnel and briefly describe their experiences with household hazardous waste cleanouts . Submit an equipment list detailing all equipment and materials the contractor will have on site . Submit a labpack protocol detailing how various wastes should be packaged for shipment. This protocol should include the number of gallons and/or container to be packaged per drum for fifty-five (55 ) , thirty ( 30 ) , and five ( 5 ) gallon pails , packaging media used for wastes billed by the pound ; also included should be any unacceptable wastes . 7 .4 Safety Plan . Submit a site safety plan to include emergency procedures and a spill contingency plan . 7 . 5 Transportation and Disposal . List all transporters and final disposal facilities to be used during this contract. The disposal facilities list must include disposal method to be utilized and what waste types . This list must also include the facilities' EPA identification numbers , address , and phone numbers . Submit evidence of an established working relationship with the transporters and disposal facilities listed ( i . e . , manifest, invoice , letter of agreement) . END OF SPECIFICATIONS -21 - ( Bid No . 07 - 125K) SPECIAL CONDITIONS 1 . 0 RECORDS/REPORTS 1 . 1 Manifests 1 . 1 . 1 The contractor shall complete and maintain manifests for all waste collected and removed . All manifests shall include storage and recycling/disposal sites by category of waste removed . Pasco County's designated representative shall sign the manifests as generator of all household chemical wastes collected at the County facilities . 1 . 1 . 2 The contractor shall provide container content sheets describing contents of each drum together with container cross- reference sheets indicating manifest numbers and waste profiles , enabling the County staff to identify the waste by manifest . 1 . 1 . 3 The contractor shall provide copies of all hazardous waste manifests , container contents sheets , and container cross- reference sheets prepared and signed during each event to the County prior to removal of the waste from the hazardous waste centers . 1 . 2 Certificates of Disposal : 1 . 2 . 1 The contractor must certify that all waste removed from the collection centers are properly recycled/disposed of in accordance with all applicable local , State , and Federal regulations . Certificates of disposal must be issued by the contractor and must identify the waste recycled/disposed of as waste collected from the hazardous waste centers by original manifest's drum numbers , the recycling/disposal facility , and the recycling/disposal method . Disposal certificates must be received by the County within ninety ( 90 ) days of each scheduled service . 1 . 2 . 2 The contractor understands and agrees that he/she will provide a certificate of disposal to the generator of any chemical waste accepted/managed under the terms and conditions of this contract. 1 . 3 Reports 1 . 3 . 1 The contractor should provide the County with a service report in the form of a completed chemical disposal log for each event . These reports shall be provided by the contractor and verified by the County's designated representative prior to waste removal , and shall include at a minimum : collection date collection location of waste - number and type of drums utilized for each waste category weight of each drum/container -22 - ( Bid No . 07- 125K ) 1 .4 Document Ownership 1 . 5 The County staff shall review and approve all documents submitted by the contractor. All documents produced by the contractor under the terms and conditions of this contract shall become the property of the County without restrictions or limitations upon their use . 2 . 0 QUALITY CONTROL 2 . 1 The County shall have the right to inspect: 2 . 1 . 1 Any part of the contractor's work during performance including , but not limited to , packaging , labeling , and manifesting of all collected waste . 2 . 1 . 1 . 1 All closed drums (prior to removal from County property) . 2 .2 The County reserves the right to require the contractor to weigh each individual drum . 3 . 0 PAYMENT FOR SERVICES 3 . 1 The contractor shall submit an itemized invoice which shall provide the following information by service event: 3 . 1 . 1 Date (s ) and location of service . 3 . 1 . 2 Quantities , in pounds , by category , of waste collected per each service event . 3 . 1 . 3 Cost per pound of waste collected by category . 3 . 1 .4 Number of drums and other containers used for disposal . 3 . 2 The Pasco County Utilities Services Branch shall review and approve for payment by the County all invoices provided by the contractor under the terms and conditions of this contract . Invoices shall be verified through manifests and disposal logs , and approved by the County's designated representative . 4 . 0 The following documents must be provided by each applicant with the bid : 4 . 1 All applicable licenses and permits as specified in the bid . 4 . 2 Documentation of prior experience as specified in the bid . 4 . 3 References as specified in the bid . 4 . 4 Insurance as specified in the bid . -23 - ( Bid No . 07- 125K) Sep 09 08 05 : 16p Curt DeBrunner , 813 - 964 - 1214 p . 2 EXHIBIT 2 THE ENVIRONMENTAL QUALITY COMPANY EQ FLORIDA • 7202 EAST 8 ' " AVENUE • TAmPA, FL 33619 • tel 813-319-3426 • fax 813.628-0842 September 9, 2008 Himanshu Mehta Director Indian River County Solid Waste Disposal District 132574 th Avenue SW Vero Beach , FL 32968 Ref. Household Hazardous Waste Disposal Contract Dear Mr. Mehta, Please consider this correspondence as EQ Florida's (The Environmental Quality Company) formai acknowledgement to your request to utilze the Pasco County Sold Waste Department's household hazardous waste disposal contract for the purposes of Indian River County's hazardous waste disposal services. EQ Florida is agreeable to extend the terms and conditions of Pasco County contract # 07-125K, "Household Hazardous Waste Disposal Services", to Indian River County. The scope of work that EQ will provide Indian River County includes services associated with household hazardous waste packing , traisportation and proper disposal. EQ will perform shed cleanouts, twice a month, at the hazardous waste collection center at the County larKMI, located at 1325 70 Avenue SW, Vero Beach, FL. Upon request, EQ wil also be available to perform mobile hazardous waste eollectlon events at a location to be determined at a later date. EQ will provide all necessary equipment and labor as required. Rages to cover these services are all provided in the bid form . We are available to initiate this service as soon as the county approves this project. Please sign below and return to my attention. Since y, Curt DeBrunner Account Executive EQ — The Environmental Quality Company Acknowledgement