Loading...
HomeMy WebLinkAbout14-162 Clean Harbors Environmental Services, Inc.CITY Oi i� LADE LSINORE DREAM EXTREME. REPORT TO CITY COUNCIL TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: GRANT M. YATES CITY MANAGER DATE: JUNE 10, 2014 SUBJECT: CLEAN HARBORS ENVIRONMENTAL SERVICES, INC. — PROFESSIONAL SERVICES AGREEMENT Recommendation Authorize the City Manager to enter into a contract with Clean Harbors Environmental Services, Inc. (Clean Harbors) for the disposal of City generated hazardous waste. Background The City of Lake Elsinore through an agreement with Riverside County Waste Management jointly operates the Household Hazardous Waste (HHW) Facility located adjacent to the City Yard. Clean Harbors contracted with Riverside County Waste Management for the removal of all hazardous waste at the City's facility and paid for the disposal of the hazardous waste at the City's facility. Discussion Riverside County Waste Management changed its policy on the disposal of abandoned waste due to an increase in costs to Riverside County. The cost for abandoned waste that staff has collected will now be incurred by the City. Riverside County Waste Management has negotiated with Clean Harbors Environmental Services, Inc. to provide disposal services for the City at rates equal to those with the County's Agreement for the HHW Facility. The contract agreement between Clean Harbors Environmental Services, Inc. and Riverside County Waste Management is now executed and staff can now proceed with an agreement with Clean Harbors and budget for the incurred cost to the City. Staff is requesting that Clean Harbors provide the equivalent disposal rates and terms of the Clean Harbors agreement with Annual Consumer Price Index Increase June 10, 2014 Page 2 Riverside County Waste Management Department. City Staff will follow the same process of Riverside County Waste Management for the collection of abandoned waste. Fiscal Impact The cost for disposal of abandoned waste will be determined by the substance and volume of what is collected. All costs will be paid through the Environmental Services budget. Prepared by: Nicole McCalmont Sr. Engineering Technician Vince Damasse Director of Public Works Approved by: Grant M. Yates City Manager Attachments: Clean Harbors Agreement Clean Harbor — Exhibits A & B AGREEMENT FOR SERVICES This Agreement for Services (the "Agreement ") is made and entered into as of this 10th day of June, 2014, by and among the CITY OF LAKE ELSINORE, a municipal corporation ( "City ") and CLEAN HARBORS ENVIRONMENTAL SERVICES, INC. ( "Contractor "). RECITALS A. City desires to retain Contractor to perform hazardous waste removal services in the City and Contractor desires to provide such services and related work as set forth in this Agreement. B. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement on the terms and conditions described herein. AGREEMENT 1. Scope of Services. Contractor shall perform the services described in the "Scope of Services" attached as Exhibit "A" and incorporated herein by reference. Contractor shall provide said services at the time, place, and in the manner as reasonably specified and at the direction of the City through its staff. 2. Time of Performance. The services of Contractor are to commence upon execution of this Agreement and shall continue during the initial one (1) year term of this Agreement. The term of this Agreement may be extended by the City Manager upon acceptance by Contractor, in yearly increments, not exceed four (4) years. 3. Compensation. Compensation to be paid to Contractor shall be in accordance with Exhibit "B" and the authorization of the City Council. Payment by City under this Agreement shall not be deemed a waiver of defects, even if such defects were known to the City at the time of payment. 4. Method of Payment. Contractor shall submit monthly billings to City describing the work performed during the preceding month. Contractor's bills shall be broken up by project such that the City receives an accounting forwork done on the project forwhich Contractor provides services. Contractor's bills shall include a brief description of the services performed, the date the services were performed, the number of hours spent and by whom, and a description of any reimbursable expenditures. Reimbursable expenses shall be reimbursed at cost without an inflator or administrative charge 5. Extra Work. At any time during the term of this Agreement, City may request that Contractor perform Extra Work. As used herein, "Extra Work" means work which is determined by City to be outside of the scope of the Scope of Services attached hereto as Exhibit "A ". City understands that the performance of Extra Work may require additional terms and conditions, which shall be agreed upon between City and Contractor prior to the start of work. Contractor shall not perform Extra Work without written authorization from City. Extra work will be invoiced separately from services performed in accordance with the Scope of Services attached hereto as Exhibit "A ". 6. Termination. This Agreement may be terminated by the City immediately for cause or by either party without cause upon thirty (30) days' written notice of termination. Upon termination, Contractor shall be entitled to compensation for services performed up to the effective date of termination. 7. Ownership of Documents. All plans, studies, documents and other writings prepared by and for Contractor, its officers, employees and agents and subcontractors in the course of implementing this Agreement shall become the property of the City upon payment to Contractor for such work, and the City shall have the sole right to use such materials in its discretion without further compensation to Contractor or to any other party. Contractor shall, at Contractor's expense, provide such reports, plans, studies, documents and other writings to City upon written request. City acknowledges that any use of such materials in a manner beyond the intended purpose as set forth herein shall be at the sole risk of the City. City further agrees to defend, indemnify and hold harmless Contractor, its officers, officials, agents, employees and volunteers from any claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including any and all costs and expenses in connection therein), arising out of the City's use of such materials in a manner beyond the intended purpose as set forth herein. a. Licensing of Intellectual Property. This Agreement creates a nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Contractor under this Agreement, but shall not include any license for the City's use of Contractor's proprietary software or other intellectual property ( "Documents & Data "). Contractor represents and warrants that Contractor has the legal right to license any and all Documents & Data. City shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. b. Confidentiality. All, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents & Data either created by or provided to Contractor in connection with the performance of this Agreement shall be held confidential by Contractor. Such materials shall not, without the prior written consent of City, be used by Contractor for any purposes other than the performance of the services under this Agreement. Nor shall such materials be disclosed to any person or entity not connected with the performance of the services under this Agreement. Nothing furnished to Contractor which is otherwise known to 2 Contractor or is generally known, or has become known, to the related industry shall be deemed confidential. Contractor shall not use City's name or insignia, photographs relating to services provided by Contractor in accordance with the Scope of Services attached hereto as Exhibit "A ", or any publicity pertaining to the Contractor's services under this Agreement in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. City hereby gives its permission for Contractor to include the City in Contractor's list of clients and description of services provided on its web site and other similar materials. Contractor's Books and Records. a. Contractor shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services, or expenditures and disbursements charged to City for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor to this Agreement. Contractor shall maintain all documents and records which demonstrate performance under this Agreement for a minimum period of three (3) years, or for any longer period required by law, from the date of termination or completion of this Agreement. C. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit, at any time during regular business hours, upon written request by the City Manager, City Attorney, City Auditor or a designated representative of these officers. Copies of such documents shall be provided to the City for inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at Contractor's address indicated for receipt of notices in this Agreement. d. Where City has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of Contractor's business, City may, by written request by any of the above -named officers, require that custody of the records be given to the City and that the records and documents be maintained in City Hall. Access to such records and documents shall be granted to any party authorized by Contractor, Contractor's representatives, or Contractor's successor -in- interest. 9. Independent Contractor. It is understood that Contractor, in the performance of the work and services agreed to be performed, shall act as and be an independent contractor and shall not act as an agent or employee of the City. Contractor shall obtain no rights to retirement benefits or other benefits which accrue to City's employees, and Contractor hereby expressly waives any claim it may have to any such rights. 10. Interests of Contractor. Contractor is not a designated employee within the meaning of the Political Reform Act because Contractor: a. will conduct research and arrive at conclusions with respect to his /her rendition of information, advice, recommendation or counsel independent of the control and direction of the City or of any City official, other than normal agreement monitoring; and b. possesses no authority with respect to any City decision beyond rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).) 11. Ability of Contractor. Contractor shall provide properly skilled professional and technical personnel to perform all services under this Agreement. All work performed by Contractor under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent providers in Contractor's field of expertise. 12. Compliance with Laws. Contractor shall use the standard of care in its profession to comply with all applicable federal, state and local laws, codes, ordinances and regulations. 13. Licenses. Contractor represents and warrants to City that it has the licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor to provide the services herein. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor to practice its profession. 14. Indemnity. Contractor agrees to defend, indemnify and hold harmless the City, its officers, officials, agents, employees and volunteers from and against any and all claims, demands, actions, losses, damages, injuries, and liability (including any and all costs and expenses in connection therein), to the extent caused by Contractor's negligent performance or willful misconduct under this Agreement or its failure to comply with any of its obligations contained in this Agreement, except to the extent any such claim arises out of the sole negligence or willful misconduct of the City, its officers, agents, employees or volunteers. 15. Insurance Requirements. a. Insurance. Contractor, at Contractor's own cost and expense, shall procure and maintain, for the duration of the contract, the following insurance policies. i, Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his /her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non -owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. b. Endorsements. Each general liability and automobile liability insurance policy shall be with insurers possessing a Bests rating of no less than A:VII and shall be endorsed with the following specific language: i The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured's to the extent of Contractor's indemnification obligations with respect to liability arising out of work performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self- insured retention the City may have shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents to the extent of Contractor's indemnification obligations. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents, or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. C. Deductibles and Self- Insured Retentions. Any deductibles or self - insured retentions must be declared to and approved by the City. At the City's option, Contractor shall demonstrate financial capability for payment of such deductibles or self- insured retentions. d. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 16. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 If to Contractor: Clean Harbors Environmental Services, Inc. 42 Longwater Drive P.O. Box 9149 Norwell, MA 02061 -9149 Attn: General Counsel (Urgent Contract Matter) With copy to: Clean Harbors Environmental Services, Inc. Attn: Tracy Carlise 1737 East Denni Street Wilmington, CA 90744 17. Entire Agreement, This Agreement constitutes the complete and exclusive statement of Agreement between the City and Contractor. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 18. Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 19. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Contractor. Contractor shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of the Contractor under this Agreement will be permitted only with the express consent of the City. Contractor shall not subcontract any portion of the work to be performed under this Agreement without the written authorization of the City. If City consents to such subcontract, Contractor shall be fully responsible to City for all acts or omissions of those subcontractors. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 20. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 21. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 22. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 23. Litigation Expenses and Attorneys' Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses; and attorneys' fees. 24. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS /ENDISPUTE ( "JAMS ") or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 25. Execution. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by all parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. 26. Authority to Enter Agreement. Contractor has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each 7 party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. 27. Prohibited Interests. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 28. Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non - discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. Contractor shall also comply with all relevant provisions of City's Minority Business Enterprise program, Affirmative Action Plan or other related programs or guidelines currently in effect or hereinafter enacted. IN WITNESS WHEREOF the parties have caused this Agreement to be executed on the date first written above. ATTEST: Virginia Bloom, City Clerk APPROVED AS TO FORM: Barbara Leibold City Attorney "CITY" CITY OF LAKE ELSINORE, a municipal corporation Grant M. Yates, City Manager "CONTRACTOR" CLEAN HARBORS ENVIRONMENTAL SERVICES, INC. COMPANY AUTHORIZED SIGNATURE Exhibit "A" Scope of Services Exhibit "A" EXHIBIT "B" Contractor Compensation [to be inserted] EXHIBIT A SCOPE OF SERVICE Al General Information: Contract ID # WMARC- 92645- 002 -12/14 The County of Riverside Waste Management Department (RCWMD/Department) has established this agreement with Clean Harbors Environmental Services, Inc. to efficiently and effectively receive, identify, package, transport, document and properly recycle or dispose of Household Hazardous Waste (HHW) received at the Department Temporary Household Hazardous Waste Collection Facility (THHWCF) events and Permanent Household Hazardous Waste Collection Facilities ( PHHWCF) sites and provide support services for the Antifreeze, Battery, Oil and Paint (ABOP) collection site located within the County of Riverside. The Contractor must provide services in accordance with the required format, specifications, terns and provisions described in RFP #WMARC -226. The Department is committed to waste management according to the hierarchy established in the California Integrated Waste Management Act that promotes source reduction, reuse and recycling, then environmentally sound incineration, treatment, and as a last resort, land - filling. The immediate goal is to provide convenient, regular HHW collection service while using the opportunity of servicing the County's residents to provide education on source reduction, recycling and reuse opportunities. A2 THHWCF: A THHWCF event may be operated for a one to two day period (Friday and Saturday, consecutively). Multiple collection events may be operated on the same day. For these events Contractor is to provide staff and equipment to set up and operate the event. Contractor will be responsible for unloading, testing, sorting and packaging the HHW for transportation off site in accordance with applicable law. The Department staff will screen the HHW for acceptance from County residents at each event location to insure no unauthorized materials are accepted. a. Each THHWCF is operated under a Permit -By -Rule (PBR) authorization received from the Riverside County Certified Unified Program Agency, known as the CUPA and per the California Health and Safety Code (H &SC) and California Code of Regulations (CCR) Title 22 requirements pertaining to HHW collection and hazardous waste management. Department will obtain all PBR authorizations and obtain approval to use all County -owned and non - County -owned sites. b. For THHWCF events the Contractor will provide and maintain all necessary equipment, supplies and services to operate a safe and organized THHWCF event including but not limited to: i. Required warning signs and traffic signs ii. Scales iii. Spill Kit iv. Hazardous waste containers, waste packaging materials, labels and shipping documents v. Temporary emergency eye wash, showers and decontamination equipment vi. Tables, tents, shade covers, chairs, plastic sheeting, carts vii. Certified fire extinguishers viii. Traffic control devices, barricades and delineators ix. Refuse bins and disposal services x. Portable toilet and hand washing facilities xi. Material handling equipment (i.e. forklift, roll -off bins, etc.) xii. Personal Protective Equipment (PPE) for contract staff xiii. Any other equipment required by law or deemed suitable for the THHWCF activities. RFP #WMARC -226 Page 17 of 38 Contract ID # WMARC- 92645- 002 -12/14 c. The Contractor has listed in the Payment Schedule (Exhibit B) the equipment and materials included in the fixed costs. If the Department identifies needed equipment and material not listed in the Payment Schedule and requests the Contractor to provide said equipment and materials, the Department will identify the item(s) and Contractor will provide them at no additional cost. The County reserves the right to accept or reject any and all requests for County - supplied items and assistance. d. At the end of the event the Contractor will transport all collected hazardous waste to facilities authorized to accept it in accordance with all applicable laws. Waste Handling is further discussed below. e. The Contractor shall provide at no additional cost to the County technical assistance to the Department staff, as required, in determining proper D.O.T shipping name, UN number, hazard category and packing group. f. The Department may choose to keep possession and manage any waste stream when the Department determines its management method is more cost effective for the Program. Materials currently being managed by the Department at THHWCF outside of the current HHW contract include Electronic Waste (including CRTs and Consumer Electronic Devices). In addition the Department will maintain the right to take advantage of cost saving activities associated with product reuse and exchange, product stewardship and extended producer responsibility programs as they become available. Contractor has included these items in their Payment Schedule as their bid may prove to be more cost effective.. g. Non - residentially generated wastes will not be accepted at these temporary events. A3 PHHWCF: For PHHWCF, Contractor is to provide staff and supplies to set up and operate the facility. Contractor will be responsible for unloading, testing, sorting and packaging all HW for transportation off site in accordance with applicable law. The Department staff will screen the HHW for acceptance from County residents at each facility location to insure no unauthorized materials are accepted. a. Each PHHWCF is operated under a Permit -By -Rule (PBR) authorization received from CUPA and per the California H &SC CCR Title 22 requirements pertaining to HHW collection and hazardous waste management. Department will obtain all PBR authorizations and obtain approval to use all County -owned and non - County -owned facilities. b. For PHHWCF events the Contractor will provide and maintain the following necessary supplies and equipment including: i. Simple hazardous waste identification and categorization equipment ii. Hazardous waste containers, waste packaging materials, labels and shipping documents iii. Floor covering (impermeable plastic sheeting/tarps), carts iv. Portable toilet and hand washing facilities (only at Lake Elsinore facility) V. Personal Protective Equipment (PPE) for contract staff vi. Forklift (at Lake Elsinore only when needed) vii. Hazard Categorization Kit c. For PHHWCF the Department will provide and maintain the following necessary supplies and services including: i. Required warning signs and traffic signs ii. Scales iii. Spill Kits RFPt#WMARC -226 Page 18 of 38 Contract ID # WMARC- 92645- 002 -12/14 iv. Permanent plumbed emergency eye wash/showers and decontamination equipment V. Tables, shade covers, chairs and material handling equipment vi. Forklift and operator (at Palm Springs, Agua Mansa when needed) vii. Traffic control devices, barricades and delineators viii. Refuse bins and disposal services (Agua Mansa and Palm Springs sites) ix. Toilet and hand washing facilities (only at Palm Springs and Agua Mansa) X. Personal Protective Equipment (PPE) for Department staff. xi. Aboveground storage tanks (AGST) xii. Utilities xiii. Information brochures xiv. Certified fire extinguishers and services for fire suppression systems xv. Certifications for Hazardous Material Storage Modules and AGST. d. The County reserves the right to accept or reject any and all requests for Department- supplied items or assistance not listed above. Waste Handling is further discussed below. e. The Contractor shall provide at no additional cost to the County technical assistance to the Department staff, as required, in determining proper D.O.T shipping name, UN number, hazard category and packing group. f. The Department may choose to keep possession and manage any waste stream when the Department determines its management method is more cost effective for the Program. Materials currently being managed by the Department at PHHWCF outside of the current HHW contract include Electronic Waste (including CRTs and Consumer Electronic Devices), sealed and automotive lead acid batteries, rechargeable batteries, 5 gallon propane tanks, compressed gas cylinders, oil filters, and fire extinguishers. In addition the Department will maintain the right to take advantage of cost saving activities associated with product reuse and exchange, product stewardship and extended producer responsibility programs as they become available. Contractor has included these items in their Payment Schedule as their bid may prove to be more cost effective. g. In addition to residentially generated wastes, these facilities may accept conditionally exempt small quantity generator waste from small businesses in the future. A3.1 Lake Elsinore PHHWCF The City of Lake Elsinore is the owner and waste generator of the PHHWCF in Lake Elsinore. The city and the Department have joint responsibility for the operation of this site; however, the Contractor and the Department responsibilities for this site are the same as all other PHHWCF as listed above. A3.2 ABOP For the ABOP facility, the Contractor is to provide one or two technician staff members as needed to assist the Department staff in the operation of the facility. Contractor staff will assist in the unloading, sorting, bulking and packaging all ABOP waste for transportation off site in accordance with applicable law. Department staff will screen the HHW for acceptance from County residents at the facility to insure no unauthorized materials are accepted. The ABOP site is operated pursuant to a Collection Facility Notification for `Recycle Only' to CUPA and per the California H &SC CCR Title 22 requirements pertaining to HHW collection and hazardous waste management. The Department will maintain all notifications and authorizations for the facility. a. For the ABOP facility the Contractor will provide and maintain the following necessary supplies and equipment including: PFP #WMARC -226 Page 19 of 38 Contract ID # WMARC- 92645- 002 -12/14 i. Hazardous waste containers, waste packaging material, labels and shipping documents ii. Forklift as needed b. For the ABOP facility the Department will provide and maintain the following necessary supplies and services including: i. Floor covering (impermeable plastic sheeting/tarps) ii. Personal Protective Equipment (PPE) for contract staff. iii. Required warning signs and traffic signs iv. Scales V. Spill Kits vi. Permanent plumbed emergency eye wash/showers vii. Shade covers, chairs, office viii. Traffic control devices barricades and delineators ix. Refuse bins and disposal services X. Toilet and hand washing facilities xi. Aboveground storage tanks (AGST) xii. Utilities xiii. Information brochures xiv. Certified fire extinguishers xv. Hazard Categorization Kit c. The Contractor shall provide at no additional cost to the County technical assistance to the Department staff, as required, in determining proper D.O.T shipping name, UN number, hazard category and packing group. d. The Department may choose to keep possession and manage any waste stream when the Department determines its management method is more cost effective for Program. The Department currently manages sealed and automotive lead acid batteries, rechargeable batteries, and oil filters outside of the current HHW contract. In addition the Department will maintain the right to take advantage of cost saving activities associated with product reuse and exchange, product stewardship and extended producer responsibility programs as they become available. Contractor has included these items in their proposal as their bid may prove to be more cost effective. e. Non - residentially generated wastes will not be accepted at this facility. A4 Paint Care Program: The Department authorizes the Contractor to establish all HHW program collection locations as part of the Architectural Paint Recovery Program codified by Public Resources Code 48700 and administered by Paint Care, Inc. The Contractor is further authorized to enter into an agreement with Paint Care for Program Products collected by the Department's HHW collection program. Program products are defined in http: / /www.painteare.ory /does /ea official products lisgddf. a. Contractor shall maintain the agreement with Paint Care through the duration of the contract term with the Department. Contractor shall ensure all Paint Care program products as listed in http: / /www.painteare.orp,/does /ea official products list.pdf are processed through the Paint Care program to ensure the greatest possible savings to the Department. RFP #WMARC -226 Page 20 of 38 Contract ID # WMARC- 92645- 002 -12/14 A5 Materials Reuse Program The Department may develop a Materials Reuse Program (MRP) within the period of this contract. The Department may add these additional services as authorized by the Permit -by -Rule regulations or variance including, but not limited to the operation of such program. The MRP would comply with the regulatory requirements including a written Quality Assurance Plan, waiver of liability, and inventory form for materials reused. When the MRP is in place, contracted employees will be able to participate under the policies of the MRP. Until an MRP is implemented, the County will not authorize the removal of waste for personal use by Contract or County staff. Should the Department decide to implement the MRP in the future; the Department will provide a plan for the MRP outlining Contractor responsibility prior to implementation of the MRP and allow for an amendment to the agreement at that time if necessary. A6 Conditionally Exempt Small Quantity Generators (CESOGs) The Department may implement services for conditionally exempt small quantity generators (CESQGs) on a cost recovery basis. Department would collect CESQG waste on days that the PHHWCF is open to residents for HHW collection. Operating days may increase depending on the needs of the program. Should the Department decide to implement the CESQG program in the future, the Department will provide a plan for the CESQG program outlining Contractor responsibility prior to implementation of the CESQG program and allow for an amendment to the contract at that time if necessary. A7 Landfill Load Check Operations The Department currently operates a landfill load check inspection program at six active solid waste landfills located in Riverside County in which the hazardous waste disposal /recycling may be handled through this agreement. The purpose of the load check program is to prevent illegal disposal of hazardous waste into the County's landfill system. Prohibited wastes found in this program are typically returned to the responsible party (customer) at the time the load check is performed on their waste load. If no responsible party can be identified, the Department assumes responsibility for the proper handling of the waste. The staff assigned to the load check program ensures the waste is properly managed at the temporary storage facility at each landfill. Periodically, these wastes are transported to the Lamb Canyon Central Accumulation Facility (CAF) by the load check staff. Program staff packages the waste according to proper DOT shipping description and according to compatibility with other items in the container. The CAF, is permitted as a PHHWCF site and a Load Check consolidation site. The Contractor may be utilized to transport and dispose of the waste generated through this program. The PHHWCF transportation and disposal pricing will also be extended to the Load Check program as detailed in the Contractor Payment Schedule — Pricing Proposal for Transportation and Disposal. A8 Door -to -Door Collection Program Overview Department may implement a Door -to -Door collection service for elderly and /or disabled residents, without the ability to transport HHWs. Department staff will be utilized to perform the door -to -door program and will transport and package the HHW at the nearest PHHWCF. This would be a request -based service therefore the total number of residents served annually is anticipated to be very low. This waste would be comingled in the proper waste containers used for the PHHWCF. A9 Handling of Wastes Received At All Sites HHW will be handled in accordance with Notifications and/or CUPA- authorized Permit -By -Rule for each event or site, according to recognized safe work practices, and according to the Health and Safety and RFP #WMARC -226 Page 21 of 38 Contract ID # WMARC- 92645- 002 -12/14 Operations Plan prepared by the Contractor for each event. HHW received will be handled, packaged, marked and labeled for transportation by Contractor staff according to the Code of Federal Regulations, Title 49 (and any appropriate exemptions the Contractor may have obtained) and all other applicable federal, state and local laws and regulations. Bulking of wastes other than that which is specified in the Permit -By -Rule application will not be permitted by the Department. The exception would be for leaking containers on an emergency /contingency basis. a. Contractor may be required to test unknown wastes received at any HHW event or site. The Contractor, if required, shall perform all required tests to characterize the wastes collected and to determine the proper Federal Department of Transportation (DOT) hazard category for all transportable waste. b. Bulking of automotive oil, cooking oil, antifreeze and latex paint is allowed at all PHHWCF, THHWCF and the ABOP sites. Contractor will bulk or not bulk these waste streams based on the greatest savings as determined by the Department c. As discussed above, the Department reserves the right to keep possession of and manage any waste stream when the Department determines its management method is more cost effective for the Program. A10 Transportation of Wastes Received at All Sites Contractor shall transport properly packaged wastes from PHHWCF, THHWCF and ABOP site to an authorized Treatment, Storage and Disposal Facility (TSDF) or approved recycling facilities. The Contractor shall arrange for authorized recycling, treatment, or disposal of collected Household Hazardous Waste with the concurrence of the Department. a. The Contractor must maintain a valid hazardous waste transporter registration issued by the California Department of Toxic Substance Control (DTSC) throughout the duration of this contract. The Contractor must comply with the California Vehicle Code, CHP Regulations in California Code Regulations (CCR) Title 13, the California State Fire Marshal Regulations in CCR Title 19, United States Department of Transportation (DOT) Regulations in Title 49, Code of Federal Regulations, U.S. Environmental Protection Agency Regulations in Title 40 Code of Federal Regulations. In addition, the Contractor must comply with the California Health & Safety Code (H &SC) and CCR Title 22 and the California Medical waste Management Act in the H &SC, Sections 117600 — 118360. b. The Contractor shall not be required to transport radioactive or explosives materials, however, the Contractor must be able to advise and possibly subcontract out this service. c. Drivers used by the Contractor to transport regulated waste shall have all required training, the proper California Department of Motor Vehicles licensing and required medical monitoring certifications. All vehicles transporting DOT regulated hazardous materials shall have all required California State permits, CHP BIT (Biennial Inspection of Terminals) inspections and insurance for hazardous waste transportation. For transportation out of California, vehicles must meet the federal and state requirements of all states traveled through to the destination facility. d. The Contractor shall provide proof of the financial coverage required by the California Department of Toxic Substances Control, and DOT for hazardous waste transporters. The Contractor shall immediately inform the County of any lapse in this financial coverage. e. Contractor shall supply and display all required DOT vehicle placards and apply all required DOT markings and hazardous waste labels to waste containers when waste is first introduced into the container. Contractor shall profile all waste streams transported to the TSD facilities and shall provide all manifests and /or shipping papers or related documentation to the County. RFP #WMARC -226 Page 22 of 38 Contract ID # WMARC- 92645- 002 -12/14 f. All vehicles must meet motor vehicle code requirements and regulations in addition to all other applicable Federal, State and local codes required for use on highways. g. Securing and maintaining all applicable Local, State and Federal permits for handling, transportation and disposal of hazardous waste shall be the responsibility of the Contractor. The Contractor shall immediately inform the County of any loss or temporary suspension of any required permits or licenses that affect the ability of the Contractor to provide the services described in this agreement. Copies of valid California Hazardous Materials /Waste Transporter Registration as provided in the proposal and shall be resupplied when renewed throughout the period of performance of this agreement. h. Department may choose to keep possession of and transport waste from events as described above to other Department facilities for further recycling and management. As previously stated, as future recycling avenues arise and additional waste streams become a part of Extended Producer Responsibilities (EPR) or Product Stewardship, the Department reserves the right to manage and transport them to local facilities if it finds this method is most cost effective for the HHW Program. All Staffing At All Sites Contractor must staff each THHWCF event, PHHWCF site and ABOP site. Staffing for the THHWCF event and PHHWCF site shall consist of one (1) Project Manager, a minimum of one (1) chemist and technicians, as specified below: Project Manager (PM) - Duties to include, but are not limited to, the supervision of all contract personnel. PM must be able to make decisions at the local site. PM must be able to fill any job position needed at the HHW collection site (including chemist, technician or Department employee). PM must have the training and ability to take over for Department personnel in the event of an emergency. ii. Chemist - At a minimum, the chemist(s) must have the training, knowledge and ability to properly perform hazardous waste categorization testing of unknown household chemicals for proper separation, packaging, labeling, storage, and transportation as defined by state and federal law. The chemist must have at a minimum 6 months experience at HHW collection events. Chemist duties include identification of unknown HHW materials, categorizing chemicals into proper hazardous waste classes and packaging of HHW collected materials. A chemist will be required to be onsite at both THHWCF events and PHHWCF when accepting waste from the public. iii. Technicians — Duties include site set -up and tear -down, vehicle unloading, waste oil, anti- freeze and latex paint bulking, or other duties as assigned by the PM or Department staff. iv. Department will also require one or two technician level staff at the ABOP site per the schedule. Adequate staffing levels must be provided so that the THHWCF event can be completed and waste moved offsite by 17:30 hours (5:30 p.m.) plus or minus one hour. In the event that an unexpected number of participants utilize the THHWCF event, Contractor must provide contingency staff and supplies and equipment to accommodate the unanticipated workload. Department will make every effort to alert Contractor seven (7) days in advance of anticipated heavy turnout. RFP 4WMARC -226 Page 23 of 38 Contract ID # WMARC- 92645- 002 -12/14 The Contractor shall be responsible for the professional attitude, demeanor and technical competence of personnel supplied to the Program and the coordination of all efforts, and other services furnished by the Contractor under this contract. ii. The Contractor shall be responsible for all costs associated with its employees and shall bill the Department for service costs outlined in the Payment Schedule. The Contractor will also be responsible for federal and state payroll taxes for its staff. Repeated failure to provide adequate staffing or contingency staffing, supplies and /or equipment resulting in an uncontrolled event or site, or repeated delays in completing events and moving waste offsite, may result in transfer of contract to an alternate Contractor. Al2 Sub - Contractors If subcontractors are required, the Contractor must provide Department with a list of the business names for each subcontractor who will perform work at the THHWCF events and PHHWCF. The following requirements shall be met by the Contractor prior to the use of subcontractors for work associated with this contract: i. Contractor qualifications requirements also apply to subcontractors. ii. Contractor must provide the County with Certificates of Liability Insurance from subcontractor, naming the County as additional insured with proper endorsements. iii. The Contractor must verify the subcontractor has all required permits, licenses and insurances to perform work as directed by the Contractor. iv. Subcontract staff shall only be used when needed to supplement, not replace, existing Contractor staff that are familiar with the HHW program. v. Subcontract staff shall not be used in key positions such as the Project Manager or Chemist. Suitable positions for subcontract staff could be traffic direction, unloading or bulking activities and other closely supervised support tasks. A13 Personal Protective and Emergency Equipment A13.1 Contractor Responsibilities i. At each THHWCF event and PHHWCF, Contractor shall supply its staff, any and all OSHA required personal protective equipment (PPE), such as, but not limited to, Tyvek suits, chemical resistant gloves, safety glasses, steel -toed shoes, air purifying respirators, respirator cartridges, etc. at no additional cost to the Department.. ii. At each THHWCF event and PHHWCF site worked, Contractor shall provide radio /phone communications so that an emergency response can be activated if necessary. iii. At each THHWCF event worked, Contractor shall provide, at its costs, immediate access to OSHA required emergency equipment. Emergency equipment shall include safety shower /eyewash unit(s), fire extinguishers, emergency warning device(s), corrosive neutralizing agents, spill clean -up materials, first aid kits or other emergency equipment required by regulation to protect the health and safety of the staff, the public, the Department representative and /or the environment. iv. At each THHWCF event worked, Contractor shall provide shade and water in accordance with OSHA regulations. RFP# WMARC -226 Page 24 of 38 Contract ID # WMARC- 92645- 002 -12/14 V. At each THHWCF event and PHHWCF, site worked, Contractor is responsible for all waste categorization and shall provide equipment and materials necessary to properly categorize unknown chemical waste for transportation and disposal. A.13.2 Department Responsibilities i. At both PHHWCF and ABOP sites, Department will provide and maintain emergency equipment including, shade, safety shower /eyewash unit(s), fire extinguishers, emergency warning device(s), corrosive neutralizing agents, spill clean-up materials, first aid kits or other emergency equipment required by regulation to protect the health and safety of the staff, the public, the Department representative and /or the environment. A14 Training Requirement The Contractor is responsible for the training of all Contract staff. Contract staff must be trained in the performance of all work performed at a level that meets any and all applicable law requirements and at a level necessary for the proper and safe performance of all tasks assigned. Training for Contractor supplied staff shall include, but is not limited to the following list. Training records will be kept current, on all HHW work sites, and available at all times upon request by Department or any regulatory representative. A14.1 Contractor Staff Training -ALL: i. Forty (40) hour Hazardous Waste Operations and Emergency Response ( HAZWOPER) or equivalent. ii. Annual HAZWOPER 8 hour refresher training iii. Training requirements applicable to HHW Programs (found in Title 8 and Title 22, California Code of Regulations). iv. Annual respirator fit testing and training for any employee that performs a function where the use of respirators is allowed or required. A14.2 Additional training for the Project Manager shall include: i. Annual 8 hour Supervisory training for Hazardous Waste Operations ii. HHW project management training iii. Radioactive monitoring and awareness iv. CPR/first aid training V. Chemist training vi. DOT HM- 18 1 manifest training vii. Bloodborne Pathogens Level 1 training A14.3 Additional training requirements for chemists shall include: i. Hazard waste categorization (Haz -Cat) training ii. Hazardous waste packaging training iii. DOT HM -181 manifest training A14.4 Additional training requirements for Technicians shall include: i. Hazardous materials transportation training for employees required to perform this function. ii. Hazardous waste handler training iii. Forklift operator training for employees required to perform this function. iv. Waste packaging training for employees required to perform this function. RPP #WMARC -226 Page 25 of 38 Contract ID # WMARC- 92645- 002 -12/14 A14.5 Contractor Administrative Requirements for all Sites Provide a detailed staffing plan for THHWCF events, PHHWCF sites and ABOP locations based on the number of participants utilizing the sites within a five hour time period. Describe staffing contingencies where the participation is significantly higher than anticipated and additional staff is needed at event or fixed sites, Provide detailed job descriptions that include responsibilities, training requirements, and a medical surveillance monitoring program for each position that is directly related to fulfilling the obligations of this proposal. Provide a detailed record keeping plan and provide samples of daily site inspection forms, work activity logs, waste container logs, safety inspections and tailgate meeting outlines, and any other records which may be used at HHW collection facilities. iii. Provide a flow chart of manifesting procedures from HHW collection events to TSDF showing any intermediary transfer points or storage locations. iv. Provide a current copy of the California Hazardous Waste Transporter Permit and EPA Certificate verifying State of California Registered Hazardous Waste Hauler Compliance, a copy of the driver training program, and verification of meeting the California Highway Patrol Vehicle Inspection Requirements. V. Provide detailed contingencies plan for additional staffing abilities for when event participation is heavier than anticipated showing how events will not be interrupted and how all waste will be packaged and removed from the site in a timely fashion. vi. Provide a Health and Safety Plan which includes an Injury and Illness Prevention Plan as required by OSHA and California Code of Regulations Title 8. The Health and Safety Plan must describe Contractor's knowledge and ability to comply with all laws and regulations that pertain to the services to be performed under this agreement. The plan shall be comprehensive and, at a minimum, shall address health, safety, spill, fire prevention and contingency plans related to HHW management activities as described in the Scope of Work. vii. In the Health and Safety Plan, Contractor shall provide a detailed description of the capabilities and resources available to, and experience of, the Contractor for responding to a hazardous waste emergency at a HHW facility and ability for providing HHW services anywhere in the county as a result of a natural or unnatural disaster, such as an earthquake, fire, flood, etc. Indicate the availability of facilities both primary and alternative, subcontractors, staffing, emergency response teams, equipment mobilization, materials and supplies, response time, and any additional information available. A15 Housekeeping and Maintenance Responsibilities Contractor will be required to maintain the HHW Collection sites (both THHWCF and PHHWCF) in a neat and organized manner, to facilitate and maintain a clean appearance and safe working environment. Housekeeping and maintenance includes, but is not limited to, the following responsibilities: Ensuring files and paperwork are organized and maintained in an orderly fashion. Ensuring spills and splatters are cleaned up immediately. iii. Ensuring plastic visquene sheeting on paved work areas is changed weekly, or as needed, with all holes patched immediately. RFP #WMARC -226 Page 26 of 38 Contract ID 4 WMARC- 92645- 002 -12/14 iv. Ensuring any litter, paper, debris, broken glass, cardboard or plastic are picked up inside and along the perimeter of facility and all areas are swept daily or as needed. V. Ensuring spills and residues on the outside of the bulking containers are wiped off immediately. vi. Ensuring all appropriate labels and markings are legible and securely affixed to the containers as soon as waste is introduced into the container. vii. Ensuring all waste is packaged and stored in appropriate containers and properly secured at the end of the workday. viii. Ensuring all supplies are stored in the correct location within the fenced area of the facility, unless otherwise authorized. a. Contractor shall arrange for and bear all costs and expenses for portable toilets and the removal of routine non- hazardous waste (paper, debris, trash) generated during the course of each THHWCF event. This includes having an adequate number of portable toilets, hand washing facilities and proper waste disposal receptacles (dumpsters, roll -offs, etc.) on -site prior to each collection event, and the timely removal of toilets and waste disposal receptacles at the conclusion of each event. b. Department will arrange for, trash collection and restroom facilities at the fixed PHHWCF and ABOP sites. A16 Program Record Keeping and Documentation a. The preferred format of program documentation transmitted to Department shall be electronic. b. Contractor shall provide separate work order forms for each service response at a THHWCF event, PHHWCF site or ABOP site. Work orders must specify all services performed, record man -hours for THHWCF, PHHWCF and ABOP collection program, and list materials used. The Contractor shall submit all completed work orders, shipping documents and invoices to the HHW program administrator for review /approval /comment and signature prior to processing for payment by the Department. c. Contractor shall provide legible copies of all waste transportation documents to Department staff at close of event or after waste pick -up. d. Contractor shall invoice Department within 30 days of service receipt. RFP #WMARC -226 Page 27 of 38 Contract ID # WMARC- 92645 - 002 -12/14 EXHIBIT B PAYMENT PROVISIONS Clean Harbors Best and Final Offer WMARC -226 Alternatives Clean Harbors request to utilize alternative units of measure for the few items listed below. Waste Category, Disposal & Packaging Method Cost Unit of Measure Notes Compressed Gas $15 For cylinders up to 4" Cylinders: MAPP /gas, Each Cylinder diameter and 24" length FI /LO Compressed Gas $Z0 Each Cylinder For cylinders up to 4" Cylinders: CFCs, R / LO diameter and 24 length MAPP Gas Cylinders, $15 Each Cylinder For cylinders up to 4" diameter and 24' length R/ LO Elemental mercury only acceptable for retort in 5 $200 5 anon drum g gallon drums with Mercury, Elemental maximum of 25ibs of and devices, R / LO elemental mercury per drum. Propane Cylinders $10 Each Cylinder For cylinders up to 4" (BBQ Style), R / PA diameter and 24 length Propane Cylinders $3 .50 For cylinders up to 4" (small Coleman style), Each Cylinder diameter and 2V length R/ LO Only applies to intact Fluorescent Bulbs $0.15 Per linear foot straight fluorescent light (linear foot), R / LO tubes Clean Harbors has not provided fixed pricing for the Radioactive (Low Level), Ammunition and Explosive Devices & Chemicals categories in the Supplemental Pricing for Unacceptable HHW's in the BAFO price table. This is due to the very broad range costs for the various potential waste streams that fall into these wide categories. If unacceptable waste is inadvertently received, Clean Harbors will assist in finding a proper outlet for such waste, upon request by County. RFP #WMARC -226 Page 28 of 38 Contract ID # WMARC- 92645- 002 -12/14 3.2 BAFO Price Structure: (Fill in cost sheet below entirely with clarified information and BAFOprice) Bidders: CLEAN HARBORS , a- Project Manager $46.00 $60.00 Per RFP rates are portal to portal Chemist $42.00 $55.00 Per RFP rates are portal to portal Technician $32.00 $42.00 Per RFP rates are portal to portal Laborer $28.00 $36.00 Per RFP rates are portal to portal .,P`ar[icipaiits �'i�p:55s�,� �76M`�S�tSre iST�3�p'�%, � 351`5OQ k �`�Q1�,�<; Project Manager 1 1 1 1 1 Chemist 1 1 2 2 3 Technician 0 -2 2 -6 6 -8 8 -12 12 -18 Laborer 0 -2 1 -6 3 -5 5 -7 6 -10 Total Staffing per event: 2 -5 5 -8 8 -16 16 -22 22 -30 DD PerCaro ale. bo '�F ydr `, ;� _ Y ?. p .. tee'. /:Lalor'v ,5 /i.. ...�.J N a...i.. $✓ia .:ft. Dart t,, �..s. .,` :ter.& 0 -75 N/A $42.50 $3,200 minimum per day 76 -150 N/A $40.50 $3,700 minimum per day 151 -350 N/A $33 351 -500 N/A $33 501+ N/A $33 ast 1Ne Categoryr zi 3s f c ka,xnT si r aµ,t ,r. t 4t PIS oral& a P Y' p Q � ('yi'- IYjytj$ eter, s Q5,,5 r rt „ n x t � y ��`r,rl,f (�+�tifii � I"»FX F. Ais osal t d LIA? x Pa'kagmg`Method,j�°Roll?,Offx ydy Y.i M IJLY�.�S�i S rvl ,�kiBK° , ,t55Gdi a,'tti4tal,_', „i Ga1,t..S.GaI Acidic, Liquid /Solid, N/A N/A 190 150 120 60 N/A N/A N/A Inorganic, DI / LP Acidic, Liquid /Solid, N/A N/A 190 150 120 60 N/A N/A N/A Organic, DI / LP Aerosols, DI / LO N/A N/A 175 131.25 105 52.50 N/A 525 N/A Antifreeze, R /BU N/A N/A 25 18.75 15 7.50 N/A N/A N/A Asbestos — friable, F/ N/A N/A 115 66.25 69 34.50 N/A 275 N/A BU Basic, Liquid. Solid, N/A N/A 190 150 120 60 N/A N/A N/A Inorganic, DI / LP Basic, Liquid. Solid, N/A N/A 190 150 120 60 N/A N/A N/A Organic, DI / LP Batteries, Lead Acid, R N/A N/A 0 0 0 0 N/A 0 0 /LO Butane Lighters, Dl /LO N/A N/A N/A N/A N/A 132 N/A N/A N/A Butane Lighters, Fl /LO N/A N/A N/A N/A N/A N/A N/A N/A N/A Form 116 -180 Rev #2 09/06/12 RFP #WMARC -226 Page 29 of 38 Contract ID # WMARC-92645-002-12/14 RFP#WMARC-226 Page 30 of 38 Meter x,.. w aw Compressed Gas Cylinders: MAPP /gas, N/A N/A N/A N/A N/A N/A N/A N/A N/A FI / LO Compressed Gas N/A N/A N/A N/A N/A N/A N/A N/A N/A Cylinders: CFCs, R / LO Crushed Broken Fluorescent Tubes, R N/A N/A 325 N/A N/A N/A N/A LO Neutral Oxidizer, DI N/A N/A 245 183.75 147 N/A N/A LP Cyanide, Liquid/Solid, N/A N/A N/A N/A N/A 132 N/A N/A N/A DI /LP Empty Drum, Non- RCRA (greater than 5 N/A N/A 35 26.25 21 10.50 N/A N/A N/A gallon in size), R / N/A Flammable Liquid, DI N/A N/A 160 150 120 60 N/A N/A N/A LO Flammable Liquid, N/A N/A 190 150 120 60 N/A N/A N/A Toxic, DI / LO I —Flammable Solid, DI N/A N/A 190 150 120 60 N/A 525 N/A LO Freon (aerosol can N/A N/A 175 131.25 105 52.50 N/A 525 N/A size), DI / LO I I Fusee (Road Flares), DI N/A N/A N/A N/A N/A 132 N/A N/A I N/A /LO Latex Paint (PaintCare NC NC NC NC NC NC N/A NC NC Approved), R / LO Latex Paint (Not Accepted by Paint N/A N/A N/A N/A N/A N/A N/A 265 N/A Care)DI / LO Latex Paint, PCB N/A N/A 448 336 268.80 134.40 N/A N/A N/A Contaminated, DI / LO Lead Paint Waste, DI N/A N/A 255 191.25 153 76.50 N/A N/A N/A LO MAPP Gas Cylinders, N/A N/A N/A N/A N/A N/A N/A N/A N/A R/ LO Mercury Compounds, N/A N/A N/A N/A N/A 132 N/A N/A N/A DI /LP I I Mercury Compounds, N/A N/A N/A 250 N/A N/A N/A N / LP Mercury, Elemental N/A N/A N /A- NIA N/A N/A N/A and devices, R/LO RFP#WMARC-226 Page 30 of 38 Contract ID # WMARC- 92645- 002 -12/14 Nitric Acid, N /LP N/A N/A 190 150 120 60 N/A N/A N/A Non PCB Ballasts/Transformers, N/A N/A 220 165 132 65 N/A N/A N/A R /LO Non RCRA N/A N/A 190 150 120 60 N/A 400 N/A Liquids /Solids, DI / LO Non RCRA N/A N/A 125 93.75 75 37.50 N/A 275 N/A Liquids /Solids, LF/ LO Non -RCRA Semi- N/A N/A 190 150 120 60 N/A 400 N/A Solids, DI / LO Non -RCRA Semi- N/A N/A 125 93.75 75 37.50 N/A 275 N/A Solids, LF / LO Non -RCRA Oily N/A N/A 190 150 120 60 N/A 400 N/A Liquids /Solids, DI / LO Non- RCRA011y N/A N/A 125 93.75 75 37.50 N/A 275 N/A Liquids/Solids, LF/ LO Oil Filters, R /LO N/A N/A 65 48.75 39 19.50 N/A N/A N/A Oil Base Paint (Paint Care Approved), Fl / DI NC NC NC NC NC NC N/A NC NC / LO Oil Base Paint (Non. N/A N/A 116 93 N/A N/A N/A 352 N/A PaintCare ) Fl/DI /LO Organic Peroxide, Type D, Liquid /Solid, N/A N/A N/A N/A N/A 132 N/A N/A N/A DI /LP Oxidizing Liquid /Solid, N/A N/A 245 183.75 147 73.50 N/A N/A N/A Acidic, DI / LP Oxidizing Liquid /Solid, N/A N/A 245 183.75 147 73.50 N/A N/A N/A Basic, DI / LP Oxidizing Liquid /Solid, N/A N/A 245 183.75 147 73.50 N/A N/A N/A Neutral, DI / LP PCB Ballast/ N/A N/A 295 221.25 177 88.50 N/A N/A N/A Transformers, R / LO PCB Ballast/ N/A N/A 155 116.25 93 46.50 N/A N/A N/A Transformers, LF / LO Propane Cylinders N/A N/A N/A N/A N/A N/A N/A N /A- N/A (BBQ Style), R / PA Propane Cylinders (small Coleman style), N/A N/A N/A N/A N/A N/A N/A N/A N/A R /LO Self- Heating N/A N/A N/A N/A N/A 132 N/A N/A N/A Substances, DI / LP Sharps (Home N/A N/A 200 150 120 60 N/A N/A N/A Generated), DI / LO Toxic Liquid, N/A N/A 190 150 120 60 N/A N/A N/A Flammable, DI / LO RFP #WMARC -226 Page 31 of 38 Contract ID # WMARC- 92645- 002 -12/14 Toxic /Liquid Solid, Dl/ N/A N/A 190 150 120 60 N/A 525 N/A LO Used Motor Oil, R /BU N/A N/A 15 15 N/A N/A I N/A N/A N/A Used Motor Oil Contaminated with N/A N/A 105 78.75 63 31.50 N/A N/A N/A Chlorinated Substances, DI / BU Used Motor Oil and diesel Mixtures, FI/ N/A N/A 95 71.25 57 28.50 N/A N/A N/A BU Used Motor Oil and diesel Mixtures, DI/ N/A N/A 95 71.25 57 28.50 N/A N/A N/A BU Used Motor Oil and N/A N/A 95 71.25 57 28.50 N/A N/A N/A diesel Mixtures, R / BU Water Reactive N/A N/A N/A N/A N/A 132 N/A N/A N/A Liquid/Solid, DI / LP G Yt i; I� Xxkk N 1 ¢ A f AfyY 1 y Y P4 t,i li 3 , �ry�r�tSu155sa1i s : 4D�'d U,NIUERALWAS7 *g)<y,,w , , „ufirz , itolit4tifa.� �1 z3Dal, kCG,B)...hs'G.?i. .SQB Batteries — Alkaline, R N/A N/A N/A 300 N/A N/A N/A N/A N/A / LO Batteries — Alkaline, LF N/A N/A N/A 95 N/A N/A N/A .N /A N/A / LO Batteries — Lithium,R N/A N/A N/A N/A N/A 132 N/A N/A N/A /LO Fluorescent Bulbs N/A N/A N/A N/A N/A N/A N/A N/A N/A (linear foot), R/ LO Fluorescent Bulbs- N/A N/A N/A N/A N/A N/A N/A N/A 0.75 CPL, R / LO Fluorescent Bulbs — U- N/A N/A N/A N/A N/A N/A N/A N/A 0.75 Shape, R/ LO Fluorescent Bulbs- N/A N/A N/A N/A N/A N/A N/A N/A 0.75 Circular, R / LO Crushed Broken Fluorescent Tubes, R/ N/A N/A 325 243.75 195 97.50 N/A N/A N/A BU LightBulbs - HID,R/ N/A N/A N/A N/A N/A N/A N/A N/A 1.50 LO LightBulbs — Mercury N/A N/A N/A N/A N/A N/A N/A N/A 1.50 Vapor, R / LO LightBulbs -Neon, R/ N/A N/A N/A N/A N/A N/A N/A N/A 4.25 LO Light Bulbs—Sodium, N/A N/A N/A N/A N/A N/A N/A N/A 1.50 R/ LO Mercury Containing Devices (specify any N/A N/A N/A N/A N/A 250 N/A N/A N/A exclusions), R / LO RFP#WMARC -226 Page 32 of 38 Contract ID # WMARC-92645-002-12/14 RFP#WMARC-226 Page 33 of 38 ...... AY, 5-gallon drum —open 16 N/A 10 N/A N/A top 5-gallon drum —closed 14 N/A 19 N/A N/A top 5- gallon drum —screw N/A N/A 10 N/A N/A top I 16 gallon drum —open 64 N/A N/A 31 N/A top2 16 gallon drum— 58 N/A N/A 27 N/A closed top2 -TO gallon drum open 70 N/A N/A 37 N/A to 30 gallon drum— 79 N/A N/A 36 N/A closed top 55 gallon drum —open 50 N/A N/A 36 N/A to 55 gallon drum — 37 N/A N/A 32 N/A closed top 85 gallon drum 139 N/A 174 N/A N/A overpack Cubic Yard Box —DOT N/A N/A N/A N/A 64 Cubic Yard Box —Non- N/A N/A N/A N/A 36 DOT Fiber Board box (55 N/A N/A N/A N/A 18 gallon) Fluorescent light box - 4 foot (small capacity N/A N/A N/A N/A 9 box) Fluorescent light box— $521 4 foot (large capacity N/A N/A N/A N/A N/A tube box) Fluorescent light box - 8 foot (small capacity N/A N/A N/A N/A 15 box) Fluorescent light box— $391 8 foot (large capacity N/A N/A N/A N/A N/A tube box) $381case N/A N/A N/A N/A N/A Absorbent Pads Ultrasorb (or equivalent spill cleanup N/A N/A N/A N/A N/A $7/bag absorbent) Vermiculite N/A N/A N/A N/A N/A $27/bag 4c.f. per ag RFP#WMARC-226 Page 33 of 38 Contract ID # WMARC-92645-002-12/14 Visqueen/Poly N/A N/A NIA N/A N/A $130/roll Sheeting — 6 mil 10 x 100' per roll Su )ta q e M '5 .; "Oy.m r Jfarge) Payment or �(i�fg�?,ry Cathode Ray Tubes (CRTs) CRT Devices R PA $0.05 payment Consumer Electronic Devices R PA $0.12 charge Devices with LCD Screens R PA $0.12 charge Devices with Plasma Screens R PA $0.12 charge E jk -'.Supplerpeq 2- — Absorbent Pads $38 case Cubic Yard Box —used N/A Drum Liners -5 gallon $1.00 each Drum Liners -16 $2.00 galloni each Drum Liners —30 $2.00 gallon each Drum Liners —55 $2.00 gallon each Fiber Board Box Liners $5.00 —55 gallon each Fiber Board Box Liners $10.00 — CYB each Equipment /Materials Not Otherwise Specified $350 Per day includes delivery and pickup 3000 lb forklift rental Toilet and Hand wash $375 Per day includes 2 portable toilets and I wash station and station rental includes delivery and pickup 40 cy Trash dumpster rental &disposal services Includes delivery, rental for up to 3 days, pickup & in Burtec's service $4 85 Per dumpster trash transportation and disposal services territory 40 cy Trash dumpster rental & disposal services Includes delivery, rental for up to 3 days, pickup & in Waste Management's $690 Per d trash transportation and disposal services service territory Non-Standard Services (Emergency Response and Other Services) Labor Emergency Respcnse, h Staind4fdRatei ur �L,Eft H6 ty'K4te�; ER,'0 ertirrig,"ouIrly, ate, v ' Notes Project Manager $ 105.00 $ 157.50 Portal to portal Project Supervisor $ 88.00 $ 132.00 Portal to portal Field Chemist $ 80.00 $ 120.00 Portal to portal Project Administrator 0 58.00 $ 87.00 Portal to portal RFP#WMARC-226 Page 34 of 38 Contract ID # WMARC- 92645- 002 -12/14 Field Technician $ 52.00 $ 78.00 Portal to portal Laborers $ 52.00 $ 78.00 Portal to portal Logistics Coordinator $ 111.00 $ 166.50 Portal to portal Emergency Response Technicians $ 52.00 $ 78.00 Portal to portal Safety Supervisor $120.00 $ 180.00 Portal to portal Project Consultant $111,00 $ 166.50 Portal to portal Other: Equipment Operator $ 52.00 $ 78.00 Portal to portal, operator only rate .i `,"{ 4., w4 .k'thS < av 4 Vr SL"S E'��'�'Ele8 S1�R �t?o� a,&�( R� &Nop �Stan��tRate, }'a.,Ri. L t Rt ourl �a fti iu $.,. fc r �s € „ mE�,n!t ; Emergency Response Truck $ 84.00 Crew Truck $ 21.00 w/o operator (equipment $ 63.00 operator will be billed as Flatbed Truck - Small additional item w/o operator (equipment $ 63.00 operator will be billed as Flatbed Truck - Large additional item w/o operator (equipment $ 63.00 operator will be billed as Roll -Off Truck additional item w/o operator (equipment $ 63.00 operator will be billed as End - Dump additional item w/o operator (equipment $ 63.00 operator Will be billed as Box Van / Bobtail additional Item A operator (equipment $ 63.00 operator will be billed as Vacuum Truck - 70 bbl additional item wlo operator (equipment $ 80.00 operator will be billed as Vacuum Truck -100 + bbl additional item Compactor / Bailer N/A Forklift $ 53.00 8 hour minimum applies Pressure Washer /Steam Cleaner $ 5.85 8 hour minimum applies Daily Bin Rental $ 20.00 Daily rental rate Other Materials add Supplies I mergency ; v ' r , .Respons(i MR) & Non-$tindard`Rate ER Hourly Rate Per -J' _? `s'- ;:OtherCondrtions ;'. PersonalProtedive _Egulpment;?,,. Level A N/A Not available at hourly rate, price is $629 per set Level B N/A Not available at hourly rate, price is $218 per set Level C N/A Not available at hourly rate, price is $103 per set Level D N/A Not available at hourly rate, price is $27 per set > Monitoring Equipment ; `i'„ . f ER;Hourly Rate ;CostRerTube /Each, Notes RFP# WMARC -226 Page 35 of 38 Contract ID # WMARC-92645-002-12/14 RFP4WMARC-226 Page 36 of 38 Additional $79/per day for pump Specific Contaminants (Draeger Pump) N/A $30/tube rental Volatile Organics N/A N/A $163/ day Flammable Vapors/ 02 (4-gas LEL) N/A N/A $179/ day 85 Gallon Steel Drum (Salvage Drum) 145 N/A 85 Gallon Poly Drum (Salvage Drum) 185 N/A 55 Gallon Steel Drum so 45 55 Gallon Poly Drum 40 36 30 Gallon Steel Drum 80 N/A 30 Gallon Poly Drum 40 N/A 16 Gallon Steel Drum 75 N/A 16 Gallon Poly Drum 35 N/A 5 Gallon Steel Drum 18 N/A 5 Gallon Poly Drum 22 N/A Other: Ap�p Vermiculite 30 Bag 4 c.f. per bag Other Absorbent 7 Bag Clay absorbent, 40 lb bag Plastic Sheeting 140 Roll 10'x 100' per roll HazCat" Kit Test 30 Each Other (Not Specified) ME A., A NO, WIT Rate for standard turnaround $72 Per sample time PCB, EPA 808218082A analyzed analysis Analytical "HazCat" Analysis $30 each test Container Storage $25 Per drum, per day No charge for standard Profiling fees @ Non-Contractor TSDFs; $0 turnaround profile approvals Training (Outside Vendor) 77-77� Quoted rate is estimated rate, actual billing Will be at cost +10% and estimated cost is $2400. Assumes the County will provide training facilities and AN HHW Orientation $2640 Per training equipment, Rate is for up to 30 session persons maximum. Course provides overview of HHW operations & requirements and is targeted for personal that oversee or work with HHW programs. RFP4WMARC-226 Page 36 of 38 Contract ID # WMARC- 92645- 002 -12114 RFPIIWMARC -226 Page 37 of 38 Quoted rates base upon training services provided by Sweetser & Associates, Inc. Quoted rate is estimated rate, actual billing will be at cost +10% and estimated cost is $8000. Assumes the County will provide training facilities and AN equipment. Rate is for up to 30 persons maximum. Course provides First Responder OSHA 1910 - 120(40 hours) $8800 Per training session Emergency Awareness Level of the Hazardous Waste Operations and Emergency Response requirements and is targeted for program personnel operating HHW programs including related emergency response procedures. Quoted rates base upon training services provided by Sweetser & Associates Inc. Quoted rate is estimated rate, actual billing will be at cost +10% and estimated cost Is $3000. Assumes the County will provide training facilities and AN 40 Hrs Refresher $3300 Pertraining session equipment. Rate is for up to 30 persons maximum. Course provides required 8 -hour annual refresher training for HHW operations. Quoted rates base upon training services provided by Sweetser & Associates, Inc. Quoted rate is estimated rate, actual billing will be at cost +10% and estimated cost is $3000. Assumes the County will provide training facilities and AN equipment. Rate is for up to 30 persons maximum. Course DOT HM -126 F $3300 Per training provides training for personnel who session directly affect hazardous material transport including personnel involved in packaging HHW and signing hazardous materials shipping papers. Quoted rates base upon training services provided by Sweetser & Associates, Inc. RFPIIWMARC -226 Page 37 of 38 Contract ID # WMARC- 92645 -002 -12/14 RFP #WMARC -226 Page 38 of 38 Quoted rate is estimated rate, actual billing will be at cost 410% and estimated cost is $2400. Assumes the County will provide training facilities and AN equipment. Rate is for up to 30 persons maximum. Course Pertraining provides refresher training for the HM -126 Refresher $2640 session DOT hazardous materials transportation HM-126 and 1s required every three years, when new chemicals are managed, or when regulations change. Quoted rates base upon training services provided by 3weetser & Associates, Inc. Overview of Clean Harbors Lab Packing $0 labpacking guidelines All other training not specified N/A N/A N/A Media Assistance $85 Hour Planning/ Manual Development (by request) $85 Hour S�ipplerpenYallP�rcln1 K 1 "1 4 4 SY«i f fW 4pL +[• iA%SIe'ti�eg0ij*;'I�,[; Osal.& 'a pp� A 1r.: 64�N.A A M1 ONuIX U .(' 1 L. J i ✓ r n SS ; . , Y. DiSi r,iclf8 nt3 xSM,€. MA �� LP N/A N/A N/A N/A N/A N/A Radioactive (Low Level) N LO N/A N/A N/A N/A N/A N/A Ammunition N LP N/A N/A N/A N/A N/A N/A Explosive Devices & Chemicals N LO N/A N/A N/A 115 N/A 275 Non - Friable Asbestos LF LP 170 N/A N/A N/A N/A N/A Marine Flares DI LO 80 160 N/A N/A N/A N/A Medical waste DI BU N/A N/A N/A 355 N/A N/A Contaminated Soils DI Treated Wood (.F BU N/A N/A N/A 170 N/A 595 RFP #WMARC -226 Page 38 of 38