COUNTY OF ALAMEDA

REQUEST FOR QUOTATION No. 900577

SPECIFICATIONS, TERMS & CONDITIONS

for

Emergency and Non Emergency Pick-up and Disposal of Hazardous Waste

NETWORKING/BIDDERS CONFERENCES

at

10:00 a.m.
on
April 8, 2009
At
General Services Agency
1401 Lakeside Drive
Room 1107, 11th Floor
Oakland, CA 94612 / 2:00 p.m.
on
April 9, 2009
At
Public Works Agency
951 Turner Court
Room 230
Hayward, CA 94545

For complete information regarding this project see RFQ posted at http://www.acgov.org/gsa_app/gsa/purchasing/bid_content/contractopportunities.jsp or contact the person listed below. Thank you for your interest!

Contact Person: Dorian Makres, Senior Procurement & Contracts

Specialist

Phone Number: (510) 208-9605

E-mail Address:

RESPONSE DUE

By

2:00 p.m.

On

May 6, 2009

At

Alameda County, GSA-Purchasing

1401 Lakeside Drive, Suite 907

Oakland, CA 94612

COUNTY OF ALAMEDA

REQUEST FOR QUOTATION No. 900577

SPECIFICATIONS, TERMS & CONDITIONS

for

Emergency Pick-up and Disposal of Hazardous Waste

TABLE OF CONTENTS

Page 1 of 2

Page

I. ACRONYM AND TERM GLOSSARY 4

II. STATEMENT OF WORK

A.  Intent 5

B.  Scope 5

C.  Vendor Qualifications 6

D.  Specific Requirements 7

E.  Debarment and Suspension 12

F.  General Environmental Requirements 12

G.  Deliverables/Reports 13

III. INSTRUCTIONS TO BIDDERS

H.  County Contacts 14

I.  Calendar of Events 14

J.  Networking/Bidders Conference 15

K.  Submittal of Bids 16

L.  Response Format 18

M.  Contract Evaluation and Assessment 18

N.  Notice of Award 18

O.  Bid Protest / Appeals Process 19

IV. TERMS AND CONDITIONS

P.  Term / Termination / Renewal 20

Q.  Brand Names and Approved Equivalents 20

R.  Quantities 21

S.  Pricing 21

T.  Award 22

U.  Method of Ordering 23

V.  Invoicing 23

W.  Liquidated Damage 24

X.  County Provisions 24

Y.  Online Contract Compliance Management System 27

Z.  Compliance Information and Records 28

AA.  Account Manager/Support Staff 28

BB.  General Requirements 29


COUNTY OF ALAMEDA

REQUEST FOR QUOTATION NO. 900577

SPECIFICATIONS, TERMS & CONDITIONS

for

Emergency and Non Emergency Pick-up and Disposal of Hazardous Waste

TABLE OF CONTENTS

Page 2 of 2

ATTACHMENTS

Exhibit A – Acknowledgement

Exhibit B – Bid Form

Exhibit C – Insurance Requirements

Exhibit D1 – Current References

Exhibit D2 – Former References

Exhibit E – SLEB Certification Application Package

Exhibit F – Small and Local Business Subcontracting Information

Exhibit G – Request for Small and Local or Emerging Preference

Exhibit H – First Source Agreement

Exhibit I – Exceptions, Clarifications, Amendments

Exhibit J – Standard Agreement Contract Draft

Exhibit K – Environmental Certification

Exhibit L – RFQ Vendor Bid List

Exhibit M – Response/Content Submittal; Completeness Check List

Exhibit N – Debarment and Suspension Certification

Specifications, Terms & Conditions

for Emergency and Non Emergency Pick-up and Disposal of Hazardous Waste

I. ACRONYM AND TERM GLOSSARY

Unless otherwise noted, the terms below may be upper or lower case. Acronyms will always be uppercase.

Bid / Shall mean the bidders’/contractors’ response to this Request
Bidder / Shall mean the specific person or entity responding to this RFQ
Board / Shall refer to the County of Alameda Board of Supervisors
CSC / Shall refer to County Selection Committee
Contractor / When capitalized, shall refer to selected bidder that is awarded a contract
County / When capitalized, shall refer to the County of Alameda
DOT / Shall refer to the United States Department of Transportation
Environmentally Preferable Products / Products manufactured in a manner such that the impact on the environment is minimized throughout the entire lifecycle of the product by implementing sustainable practices during material sourcing, manufacturing, transportation, and by providing products that can be used and disposed of in an environmentally sound manner
EPA / United States Environmental Protection Agency
Federal / Refers to United States Federal Government, its departments and/or agencies
F.O.B. / Shall mean without charge for delivery to destination and placing on board a carrier at a specified point (Free On Board)
Labor Code / Refers to California Labor Code
MSDS / As used herein shall refers to Material Safety Data Sheets
OSHA / Refers to California Occupational Safety and Health Administrations
PBTs / Persistent, Bioaccumulative Toxins including compounds such as dioxins, polychlorinated biphenyls, and mercury as defined by the United States Environmental Protection Agency and listed on the EPA’s website at www.epa.gov/opptintr/pbt/
PO / Shall refer to Purchase Order(s)
Quotation / Shall mean bidder’s response to this RFQ
PWA / Shall refer to the County of Alameda Public Works Agency
Request for Quotation / Shall mean this document, which is the County of Alameda’s request for contractors’/bidders’ quotation to provide the goods and/or services being solicited herein. Also referred herein as RFQ
Response / Shall refer to bidder’s quotation submitted in reply to RFQ
RFQ / Request for Quotation
SLEB / Small Local Emerging Business
Source Reduction / Refers to products that result in a net reduction in the generation of waste compared to their previous or alternate version and includes durable, reusable and remanufactured products; products with no, or reduced, toxic constituents; and products marketed with no, or reduced, packaging.
State / Refers to State of California, its departments and/or agencies

II. STATEMENT OF WORK

A.  INTENT

It is the intent of these specifications, terms and conditions to describe emergency and non-emergency pick-up and disposal of hazardous waste services required by the Alameda County Public Works Agency (PWA).

The County intends to award a five year contract (with option to renew) to the bidder(s) selected as the lowest responsive and responsible bidder(s) meeting the County’s requirements.

It is the intent of these specifications, terms and conditions to procure the most environmentally preferable products with equivalent or higher performance and at equal or lower cost than traditional products. Specific requirements from the County’s Resource Conservation & Recycling Program related to this Bid are included in the appropriate Bid sections.

B.  SCOPE

The successful Contractor(s) shall be required to respond to requests from the PWA to go to sites (Cleanup Sites) throughout the County where unknown substances have been spilled or illegally dumped. Cleanup Sites shall include all County roads, open spaces located within the unincorporated areas of the County, Flood Control District properties, pump stations and/or flood control channels and their contiguous areas and other County properties. Contractor(s) shall be responsible for containing and categorizing the substance at the Cleanup Site and remove it to an area where it can be safely stored until transported to a processing site to be recycled or destroyed. The Contractor shall also be required to pick up and transport and properly dispose of regularly occurring hazardous waste accumulated in the course of the conduct of business at County facilities including five PWA facilities located in Oakland, Hayward and Dublin.

On January 29, 2002, Alameda County passed Resolution No. R-2002-377, which established a policy for minimizing or eliminating the use of products containing Persistent Bioaccumulative Toxins (PBTs). The United States Environmental Protection Agency has established a list of twelve (12) priority PBTs including dioxins, Polychlorinated Biphenyl (PCB), mercury and its compounds, lead and other PBTs. The ordinance applies to products that contain these materials as well as those that generate these materials during manufacturing or destruction/disposal.

The successful Contractor(s) shall provide services and materials that do not contain or generate PBTs. If alternative materials are not available, the Contractor(s) shall notify the PWA prior to the use of such materials.

C.  VENDOR QUALIFICATIONS

1.  Vendor minimum qualifications shall include but are not limited to:

a.  Contractor(s) shall be regularly and continuously engaged in the business of categorization, containment, cleanup, removal, pick-up and disposal of hazardous waste for the last five (5) years.

b.  Contractor(s) shall be a certified environmental services provider for the State of California.

c.  Contractor(s) shall maintain, in current status, all required licenses and certificates for all types of hazardous waste handling, transporting and disposal.

d.  Contractor(s) shall obtain all required permits (including any Extremely Hazardous Substances permit not already applied for and/or obtained by the County) and service notices, arrange for inspections, and pay all fees and deposits. Work shall strictly comply with all applicable laws, rules, regulations and ordinances.

e.  Contractor(s) shall warrant that it has obtained all licenses and permits required by law for companies that engage in the activities required in this RFQ.

f.  Contractor(s) shall be able to respond to Level “A” incidents and perform site entry and or decontamination.

g.  Contractor(s) shall have expertise in the hazards associated with handling and transporting solid, liquid or gas wastes.

h.  Contractor(s) shall employ qualified personnel, and to the extent necessary, sub-Contractor(s) and/or agents, (if any), who have been instructed in and have experience with the proper safety procedures to be used in the handling and disposal associated with hazardous waste cleanup operations.

i.  Contractor(s) personnel shall meet or exceed the generally accepted industry practices and standards involved in the identification, containment, cleanup and transportation of hazardous waste materials and be well versed with the requirements of applicable Federal, State and local agencies.

j.  Contractor(s) shall employ properly licensed and certified vehicles for hauling hazardous waste as required by State, Federal and local regulations. All required licenses and certificates shall be in the vehicle at any time the vehicle is in the process of transporting waste for the County.

i.  Contractor’s drivers shall be properly trained and licensed for hauling hazardous waste under State, Federal and local regulations. Drivers shall have a current and valid California license with appropriate endorsements in their possession at all times when operating a transport vehicle.

ii.  Contractor(s) shall certify that all work will be conducted in a safe and professional manner, and in strict compliance with all local, State, and Federal safety regulations.

D.  SPECIFIC REQUIREMENTS

1. General Terms

The Contractor(s) shall be qualified to perform all of the listed functions and comply with all related specifications listed in this RFQ. Contractor(s) shall meet or exceed the generally accepted industry practices and standards involved in the identification, containment, cleanup and transportation of hazardous waste materials and shall be well versed with the requirements of applicable Federal, State and local agencies. It is further understood that acceptance of Contractor(s) work by the County shall not operate as a release of Contractor(s) from compliance with applicable hazardous waste rules, regulations and guidelines as established by any Federal, Stated and/or local agencies.

a. Contractor(s) shall have the capability to mobilize and shall respond to a Cleanup Site within two (2) hours of initial contact from County.

b. Contractor(s) may subcontract any part of the work to be performed under terms to be stated in any contract arising herefrom as long as resulting charges to the County do not exceed those quoted in Bidder’s response to this bid and the sub-contractor(s) is licensed to perform the work required herein. It shall be Contractor’s responsibility to verify that its sub-contractor(s) have all appropriate licenses prior to their performing County work on behalf of Contractor(s). Contractor(s) shall provide a list and keep the County informed of all sub-contractors currently being used by the Contractor(s) on County projects, including the company name, street address and permit numbers, and this information shall be included in Bidder’s response to this RFQ.

c. Contractor(s) shall at all times remain primarily liable and responsible to the County for any and all work performed, damage to persons or property and/or any acts or omissions to act by any of Contractor’s sub-contractors in the performance of their work for the County.

d. Sub-contractors identified in Contractor’s response to this bid shall be acceptable to County and shall be made a part of any contract which may be entered into between County and Contractor(s). Thereafter, any substitution of sub-contractors shall be permitted only with the express written consent of County.

e. Contractor(s) shall take action at the Cleanup Site to contain the spill and categorize the spilled material if this has not already been performed by the County. Spilled materials shall then be packaged, manifested and transported from the spill site to a secure site or, if deemed hazardous by the Contractor, to a hazardous disposal site as required by Federal, State and local regulations.

2. Transportation and Disposal

a.  Contractor(s) vehicles shall be properly licensed and certified for hauling hazardous waste as required by State, Federal and local regulations. All required licenses and certificates shall be in the vehicle any time the vehicle is in the process of transporting waste for the County.

b.  Emergency response vehicles must be fully equipped to respond within two hours of a call by County, on a 24/7 basis, with the appropriate personnel trained in the use of various tools and equipment necessary to address problems reasonably expected in an emergency spill or dumping situation and to identify, categorize, contain, cleanup and properly dispose of a wide variety of hazardous materials that may be found on County maintained property such as roads and flood control channels. Such equipment includes, but is not limited to: a confined space entry extraction device, an LEL/02 meter, various typical air, water and solids testing devices, various booms, pads, absorbents, standard transportation and disposal containers, a standard tool kit including a variety of wrenches, screwdrivers and hammers, and a supply of personal protective equipment.

c.  Non-emergency vehicles must be properly equipped to remove and deliver one or more 55 gallon drums or extract liquid from underground storage tanks, as required.

d.  Contractor(s) shall document that all waste is in proper containers for transportation. Said documentation shall include information regarding the type of waste and both the type and integrity of the container.

e.  At any time, upon request of County, Contractor(s) shall show proof of and adherence to a program for the regular inspection of all equipment that is to be used in handling and transporting waste for the County. Any defective, worn and/or non-conforming equipment shall not be used in the servicing of the County account.

f.  All vehicles used to transport County wastes shall be enclosed completely either by a box truck or an approved method such as a tarp or by any other means that meets compliance with current Federal, State and local regulations.