33
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling Cecil County Government Purchasing Department Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling CECIL COUNTY GOVERNMENT: DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE BLVD., SUITE 1400 ELKTON, MARYLAND 21921

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery ... Package50.pdf · SOLID WASTE DIVISION ... Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling 2 Bid 13-17:

  • Upload
    vocong

  • View
    216

  • Download
    1

Embed Size (px)

Citation preview

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

Cecil County Government

Purchasing Department

Bid 13-17:

Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

CECIL COUNTY GOVERNMENT:

DEPARTMENT OF PUBLIC WORKS

SOLID WASTE DIVISION

CECIL COUNTY PURCHASING DEPARTMENT

200 CHESAPEAKE BLVD., SUITE 1400

ELKTON, MARYLAND 21921

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

2

Bid 13-17:

Requests for Proposals

Sealed proposals for “Scrap Metals, Tire Rims, and Lead Acid Battery Recycling”, as

described in specifications, for Cecil County Government, Department of Public Works,

Solid Waste Division will be received from qualified proposers until 1:30 p.m. on

January 9, 2013 the Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton,

MD 21921. A pre-proposal conference for all those interested in submitting a proposal

will be held on 8:30am on December 17, 2012, at the Cecil County Central Landfill, 758

E. Old Philadelphia Rd. (Route 7), Elkton, MD 21921 in the Cecil County Roads

Division Conference Room (upstairs), to answer questions about the RFP and the

services to be provided hereunder. Attendance is not mandatory, but strongly encouraged.

The service will provide Scrap Metals, Tire Rims, and Lead Acid Battery recycling from

the Central Landfill located at 758 East Old Philadelphia Road, Elkton, MD. Additional

specifications and/or instructions to proposers may also be obtained by e-mailing

[email protected] or by calling the Purchasing Department (David Pyle, Purchasing

Agent) at 410-996-5395. Cecil County Government reserves the right to reject any or all

bids and to waive technicalities. All bids are based upon budgetary constraints.

Bid packages may be picked up at the Purchasing Office at a non-refundable cost of

$10.00 per package (including sales tax) or per copy on a compact disc. Bid packages are

provided on the Cecil County web-page (http://www.ccgov.org) as a .pdf document for

all vendors to download at no charge.

Electronically submitted bid proposals will not be accepted. Bid proposals are provided

as a .pdf document for all vendors to download. All vendors wishing to submit a

proposal should obtain an original set of documents from the Cecil County

Purchasing Department. If you choose to download the package from the website,

you shall notify the Purchasing Office via e-mail or phone. Not meeting this

requirement may result in your proposal being considered as non-responsive.

Changes or addendums to this proposal and/or other documents will be posted to

the proposal documents on the County web-page and sent directly to vendors who

have obtained an original set of proposal documents from the Purchasing Office.

The County is not responsible for information obtained from sources outside the

Cecil County Purchasing Office. Vendors obtaining electronic copies of the

proposal documents from outside the Purchasing Office will be directly responsible

for obtaining updates, changes or addendums either from the updated web-page or

by contacting the Purchasing Office.

All questions or discussions concerning this bid, bid documents, specifications, etc. shall

only be coordinated through the Purchasing Office. The County shall not be responsible

for information obtained outside the County Purchasing Office concerning this or any

other County bid, RFP, solicitation or quote.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

3

The Purchasing Office will provide vendor lists on the Cecil County web-site

(www.ccgov.org) for all solicitations published unless a vendor/contractor provides a

written request barring the disclosure of their information prior to specific proposal

award.

LOCAL CONTRACTORS PREFERENCE: Section 183-21 (after 12/1/12 Section 183-

10) of the Cecil County Code provides for Local Preference whereby Cecil County

Government reserves the right to show preference to local bidders in the purchase of

supplies, equipment and services.

Cecil County Government

By: David E. Pyle, CPPB

Purchasing Agent

Cecil County Government

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

4

Cecil County, Maryland

Bid 13-17

“Scrap Metals, Tire Rims, and Lead Acid Battery Recycling”

Instructions to Proposers

Proposals should be mailed or otherwise hand-carried in order to be received in the office

of the Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton 21921, prior to

1:30 pm, January 9, 2013. The proposals received after that time will be returned to the

proposer unopened.

Proposals should be submitted in a sealed envelope clearly marked in the lower left hand

corner: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling.

Before submitting proposals, the proposer should acquaint themselves with all governing

laws, ordinances, etc. and otherwise familiarize themselves with all matters, which may

affect the proposal. The act of submitting a proposal shall be considered as meaning that

the proposer has so familiarized themselves; therefore, there shall be no

misunderstanding or lack of information.

In accordance with Cecil County’s Affirmative Action policy against discrimination, no

person shall, on the grounds of race, color, creed, religion, sex, age, marital status,

national origin, handicap or disability, be excluded from full employment rights in,

participation in, be denied the benefits of, or be otherwise subjected to discrimination.

During the performance of the work and services hereunder, the Contractor, for

themselves, their assignees and successors in interest, agrees to comply with all federal,

state and local non-discrimination regulations.

One (1) original and one (1) copy of the proposal shall be submitted in a sealed

envelope.

Pre-Proposal Conference

A pre-proposal conference for all those interested in submitting a proposal will be held on

8:30am on December 17, 2012, at the Cecil County Central Landfill, 758 E. Old

Philadelphia Rd. (Route 7), Elkton, MD 21921 in the Cecil County Roads Division

Conference Room (upstairs), to answer questions about the RFP and the services to be

provided hereunder. Attendance is not mandatory, but strongly encouraged.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

5

CECIL COUNTY, MARYLAND

BID 13-17:

“Scrap Metals, Tire Rims, and Lead Acid Battery Recycling”

General and Specific Conditions

I. SCOPE

It is the intent and purpose of these specifications to secure proposals for: “Scrap

Metals, Tire Rims, and Lead Acid Battery Recycling”. Cecil County

Government reserves the right to determine acceptability of any service being

proposed.

a.) Background Information

i. The Cecil County Central Landfill accepts Scrap Metals and Lead Acid

Batteries from residential and commercial sources within Cecil County.

ii. Scrap Metals

1. Types of Scrap Metals collected include, but are not limited to,

copper, aluminum, steel, tin, brass, and Refrigerant Units.

2. Types of refrigerant units collected include, but are not limited to,

refrigerators, air conditioners, and freezers.

3. Recycling Scrap Metals and refrigerant units helps remove

materials from the environment which may be hazardous, saves

natural resources, energy, and saves valuable landfill space.

iii. Tire Rims

• The Cecil County Central Landfill also accepts tires, on the rim

which are separated, the tire rims are currently removed for Scrap

Metals recycling by the County, and the tires are then recycled or

sent to a waste to energy facility.

iv. The Cecil County Central Landfill also accepts lead acid batteries from

residential and commercial sources within Cecil County.

• Types of lead-acid batteries collected include automotive, marine,

motor cycle, lawn mower, recreational vehicle, and deep cycle

batteries.

• Recycling lead acid batteries helps remove toxins from the

environment which may be hazardous to the public, saves natural

resources, energy, and saves valuable landfill space.

v. The Scrap Metals and Lead Acid Battery Recycling programs have existed

for over seventeen years. Tire Rim recycling has existed for over one

year.

II. SUBMISSION OF SERVICE DESCRIPTION

Each proposer shall furnish one (1) copy of the complete description and details

of service proposed.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

6

III. PRICING

The awarded contractor shall be invoiced after each pick-up of materials is

weighted and calculated and will be paid for within thirty (30) days of receipt of

the invoice. Unless otherwise specified, all Proposals shall be binding for one

hundred twenty (120) calendar days following the Proposal opening date, unless

extended by mutual consent of all parties.

All contracts and/or quantities are contingent on budgetary constraints. No

amounts, at any time during the term of the contract, will be deducted for

contamination of the loads due to Out-throws, providing it was loaded by the

contractor.

IV. TAXES

Cecil County is exempt from all sales tax and federal excise taxes and such tax

will not be allowed or included in the contract price.

V. RIGHT TO TERMINATE

The County may terminate a contract, in whole or in part, whenever the County

determines that such termination is in the best interest of the County, without

showing cause, upon giving ten (10) days written notice to the Contractor. The

Contractor shall pay the County for all materials collected as per the

specifications as of termination date. No consideration will be given for

anticipated loss of revenue to the Contractor on the cancelled portion of the

contract.

The Contractor's right to perform this contract may be terminated for default by

the County in the event services are not performed as called for or the contractor

has unsatisfactorily performed the services as called for in the contract.

Thereafter, the County may have the service performed by others, and the

Contractor shall be liable for payments to the County for the shortage of the

contract price for the remaining portion of the contract.

Upon termination for default, payment shall be made to the County for all

materials collected. Failure on the part of a successful Contractor to fulfill the

contractual obligations shall be considered just cause for termination of the

contract.

The Contractor shall stay current in their Federal, State, and County taxes

throughout the full term of any Contract issued. Failure to do shall be grounds for

termination of the Contract.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

7

VI. QUANTITIES

Cecil County Government is estimating that the quantity figures listed in this

proposal are for a one month period. Quantities may vary during each pickup

during the term of the open contract.

VII. BASIS OF AWARD

The award of the contract will be made only to the most responsible and

responsive proposer who meets the requirements of the proposal and is considered

best able to serve the interests of Cecil County. Cecil County reserves the right to

reject any and/or all proposals or to waive any technicalities it deems in the best

interest of Cecil County.

The County reserves the right to award a contract by individual items, in the

aggregate, or in combination thereof, or to reject any or all proposals and to waive

any informality in proposals received whenever such rejection or waiver is in the

best interest of the County.

In determining the "highest responsive, responsible proposer", in addition to

considering price, the County shall consider:

a) The ability, capacity and skill of the proposer to perform the contract or

provide the services required;

b) Whether the proposer can perform the contract or provide the service

promptly, or within the time specified, without delay or interference;

c) The character, integrity, reliability, reputation, judgment, experience and

efficiency of the proposer;

d) The quality of performance of previous contracts or services;

e) The previous and current compliance by the proposer with laws and

ordinances relating to the contract or service;

f) The sufficiency of the financial resources and ability of the proposer to

perform the contract or provide the service;

g) Whether the proposer is in arrears to the county on any debt or contract, is

in default on any surety to the county, or is delinquent as to any taxes or

assessments; and

h) Any other information that may have a bearing on the decision to award

the contract.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

8

VIII. LOCAL PERMITS

The Contractor is responsible for obtaining any required local permits and

licenses to satisfy any requirement of this scope of work.

IX. LAWS AND REGULATIONS

The Contractor at all times, shall observe and comply with all federal, state,

municipal and/or local laws, ordinances, rules and regulations in any manner

affecting the work to be done, and all such orders or decrees as may exist at

present and those which may be enacted later, of bodies or tribunals having

jurisdiction or authority over, and shall indemnify and save harmless the Owner

and all its officers, agents and employees against any claim or liability arising

from, or based from, or based on the violation of any such laws, ordinances, rules,

regulations, order or decree, whether such violations by the Contractor, or by any

sub-contractor or any of their agents and/or employees.

X. PERMITS AND LICENSES

a) The Contractor shall procure all permits and licenses, pay all charges and

fees and give all notices necessary and incident to the due and lawful

prosecution of the work.

b) The Contractor will set up an account with the Cecil County Treasurer’s

Office within ten (10) days of award of the contract. The Contractor shall

obtain a Cecil County Commercial Refuse Hauler License regardless of

the amount of Recyclables transported. Accounts and Commercial Refuse

Hauler Licenses can be obtained by contacting the:

Cecil County Treasurer’s Office

200 Chesapeake Blvd., Suite 1100

Elkton, MD 21921

410-996-5206 or 410-996-5390

c) Procurement of an account with the Cecil County Treasurer’s Office

and/or procurement of a Cecil County Commercial Refuse Hauler License

will be at the cost of the Contractor.

XI. TRANSPORTATION

Prices quoted shall be net, including transportation and delivery/pickup charges

fully pre-paid by the seller, f.o.b. destination (Cecil County Landfill, 758 East Old

Philadelphia Rd, Elkton, MD 21901 or designated areas). No additional charges

will be allowed for packing, packages or partial delivery/pickup costs. By

submitting their quote, all vendors certify and warrant that the price offered for

f.o.b. destination includes only the actual freight/delivery rate cost at the lowest

and best rate and based upon actual weight of the goods to be shipped. Standard

commercial packaging, packing and shipping containers will be used, except as

otherwise specified herein.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

9

XII. INSURANCE REQUIREMENTS

WORKER’S COMPENSATION AND EMPLOYER’S LIABILITY

INSURANCE

(a) The Contractor shall take out and maintain during the life of the Contract

the Statutory Worker’s Compensation and Employer’s Liability Insurance for all

of his employees to be engaged in work on the project under the Contract.

(b) In case any portion of the project is sublet, the Contractor shall require all

of the sub-contractors similarly to take out and maintain during the entire life of

the Contract the Statutory Worker’s Compensation and Employer’s Liability

Insurance for all of their employees to be engaged in work in the project under the

Contract.

(c) The Contractor and/or the sub-contractor shall not begin work until the

Contractor has first filed with the County satisfactory evidence that insurance of

the above nature is in full force and effect (receipt of Certificate of Insurance

naming the Cecil County Government as an additional insured).

BODILY INJURY, LIABILITY AND PROPERTY DAMAGE LIABILITY

INSURANCE

The Contractor shall take out and maintain during the life of the Contract Bodily

Injury Liability and Property Damage Liability Insurance to protect him and any

sub-contractor performing work covered by the Contract from claims for damages

for personal injury, including accidental death, as well as claims for property

damage, which may arise from operations under the Contract, whether such

operations be by himself or by any sub-contractor or by anyone directly or

indirectly employed by either of them and the amount of such insurance shall not

be less than amounts shown in the following chart:

- General Liability: $2,000,000 Annual Aggregate

$1,000,000 Each Occurrence

$1,000,000 Products and Completed

Operations

$1,000,000 Personal Injury and

Advertising

- Business Auto Liability: $1,000,000 Combined Single Limit

- Worker’s Compensation: -- Statutory

- Excess $1,000,000 Each Occurrence

- Professional Liability: $1,000,000 (As Required)

.

Upon award of contract, the Contractor shall provide a copy of a Certificate(s) of

Insurance, with the Cecil County Government named as an Additional Insured to

liability coverage on the certificate(s), for the duration of the contract.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

10

NOTICE OF CANCELLATION

Commercial General Liability Insurance, Automobile Liability Insurance and

Workers Compensation insurance, as described above shall include an

endorsement stating the following:

"Thirty (30) days advance written notice of cancellation, non-renewal, reduction

and/or material change shall be sent to: Cecil County Government, Attn:

Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton, MD 21921."

Prior to starting performance of the contract and for each extension of the

contract, a certificate of insurance shall be furnished to the County. Insurance

companies providing insurance shall be acceptable to the County. The contractor

shall obtain at its own cost and keep in force and in effect during the term of the

contract. The proposer shall provide a Certificate of Insurance prior to award of

this contract.

XIII. DAMAGES

The Contractor shall be responsible for any and all injuries to persons and

damages to property resulting from the performance of the work specified,

materials applied and/or equipment used. The Contractor shall be responsible for

any litter or refuse created by the Contractor

XIV. TERM and TYPE OF CONTRACT

The term of the Contract shall be from date of execution until June 30, 2014, with

the option of extending the contract for an additional two (2) years in one year

increments by mutual agreement of the contracting parties without change to

specifications, including original proposal price.

Cecil County Government reserves the right to accept or reject any option for

contract renewal. Additionally, the Contractor is obligated to perform the

services as agreed upon within the proposal, which the Cecil County Government

requires in its operation. Should an emergency arise and the Contractor cannot

perform the required service as outlined within this agreement, the County

reserves the right to contract these services from other sources to meet these needs

without prejudice of this contract.

XV. ARITHMETICAL ERRORS

a) Any errors in computations will be corrected when the proposals are canvassed.

b) If the amount shown in words and its equivalent in figures do not agree, the

written words shall be binding. Ditto marks are not considered writing or printing

and shall not be used. In the event there is a discrepancy between the unit prices

and the extended totals, the unit prices shall prevail.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

11

c) In the event there is an error of the summation of the extended totals, the

computation by the Purchasing Office of Cecil County Government of the

extended totals shall govern.

XVI. SERVICE DELIVERY FAILURES

a) Failures of a Contractor to deliver services within the time specified, or within

reasonable time as interpreted by the County, shall constitute authority for the

County to purchase the services in the open market. On all such purchases, the

Contractor shall reimburse the County, within a reasonable time specified by the

County, for any expense incurred in excess of contract prices. Such purchases

shall be deducted from contract quantities.

XVII. NON-LIABILITY

a) The Contractor shall not be liable in damages for delay in shipment or failure to

deliver when such delay or failure is the result of fire, flood, strike, the

transportation carrier, act of God, act of Government, act of an alien enemy or by

any other circumstances which, in the County's opinion, is beyond the control of

the Contractor. Under such circumstances, however, the Purchasing Agent in

conjunction with the Contract Manager may at their discretion, cancel the

contract.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

12

PROPOSAL FORM

Scrap Metals, Tire Rims, and Lead Acid Battery Recycling

Subject: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling

To: Cecil County Government

Pursuant to your request inviting proposals to be received until 1:30 p.m. on January 9,

2013 in the Purchasing Agent’s office for “Scrap Metals, Tire Rims, and Lead Acid

Battery Recycling”, the Cecil County Government, Department of Public Works, Solid

Waste Division on the undersigned hereby submits the following proposal:

PROPOSAL PRICE FOR: Scrap Metals, Tire Rims, and Lead Acid Battery

Recycling

NOTE: Vendors may choose to make a proposal on Option A, B, or C, on all options, or

on any combination thereof.

Company Name: _____________________________________ ___________

Company Address:______________________________________________ ______

Company Telephone Number_________________ Company Fax Number

OPTION “A” Scrap Metals

Will you provide a container for Scrap Metals (yes/no)

Will you provide transportation of Scrap Metals (yes/no)

Will you compact Scrap Metals on site (Landfill) Metals (yes/no)

Description of Scrap Metals service proposed: ____________________

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

13

Size of Container (Cubic Yard, Cubic Feet, etc…): ______________________________

Percentage paid per Long Ton for Scrap Metals

Example: American Metal Market No. 2 bundles Philadelphia 60% per Long Ton

Amount Proposed written out Ninety % per Long Ton

American Metal Market, No. 2 bundles Philadelphia_______________% per Long Ton

Please write out the amount proposed here: % per Long Ton

OPTION “B” Tire Rims

Will you provide a container for Tire Rims (yes/no)

Will you provide transportation of Tire Rims (yes/no)

Description of service proposed pertaining to Tire Rims: ____________________

Percentage paid per Long Ton for Tire Rims

Example: American Metal Market No.1 Heavy Melt Philadelphia 30% per Long Ton

Amount Proposed written out Thirty % per Long Ton

American Metal Market, No. 1 Heavy Melt Philadelphia_______________% per Long

Ton

Amount proposed written out: % per Long Ton

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

14

OPTION “C” Lead Acid Batteries:

Will you provide a container for Lead Acid Batteries (yes/no)

Will you provide transportation of Lead Acid Batteries (yes/no)

What types of Lead Acid Batteries will you accept?

Description of service proposed pertaining to Lead Acid Batteries:

____________________

Percentage paid per pound for Lead Acid Batteries

Example: American Metal Market Undrained, whole old batteries (Pittsburgh high) 80% per pound

Amount Proposed written out Eighty % per pound

American Metal Market, Undrained, whole old batteries (Pittsburgh high)______ _% per pound

Amount proposed written out: % per pound

The undersigned swears (or affirms) under the penalty of perjury that the Proposers, its

agents, servants and/or employees, to the best of his/her knowledge and belief, have not

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

15

in any way colluded with anyone for and on behalf of the Proposer, or themselves, to

obtain information that would give the Proposer any unfair advantage over others, nor

have to gain any favoritism in the award of any contract resulting from this proposal. By

signing this proposal form, I acknowledge that I have read the entire proposal package.

Proposal Submitted by:

__________________________ ____________________________________

Witness Name of Firm or Dealer

__________________________ ____________________________________

Telephone Number Authorized Name & Signature

__________________________ ____________________________________

Fax Number Address (Street)

____________________________________

Address (City, State, Zip Code)

The above circled proposed “Option” is accepted and hereby ratified and confirmed by

Cecil County Government for the award of the “Scrap Metals, Tire Rims, and Lead

Acid Battery Recycling” contract this _____day of __________, 2013.

__________________________________

Tari Moore

County Executive

Cecil County Government

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

16

CERTIFICATION OF PROPOSER’S QUALIFICATIONS

All applicable questions shall be answered and included with the proposal. The data given shall be

clear and comprehensive. A copy of the Proposer’s State of Maryland Construction Firm License or

required applicable license shall be attached to this form. Information concerning this license can be

obtained from Cecil County Clerk of the Court’s Office at (410) 996-5373. You can also receive

information necessary for corporations to do business in the State of Maryland from the State of

Maryland Sales and Use Tax Division. Ask for a Corporation Qualifying Package at (410) 225-1340.

All vendors shall ensure they are qualified to do business within the State of Maryland. Businesses

established outside the State of Maryland shall be qualified as a Foreign Business to be eligible to

provide service within the State of Maryland. Questions concerning Foreign Businesses may be

referred to (410)-767-1170.

1. Name of Contract: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling

2. Contract No.: Bid 13-17

3. Name of Proposer:_______________________________________________

4. Proposer’s Federal Employee I.D. No.:_______________________________

5. State of Maryland Construction Firm License No.:____________________

6. State of Maryland Control No.:___________________________________

7. Business Address: ___________________________________________

___________________________________________

8. When Organized:_____________________________________________

9. Where Incorporated:___________________________________________

10. Foreign Business No.: _________________________________________

11. Has the Proposer paid any sales tax on the equipment to be used on the project?

Yes _______________No __________________

12. If so, at what rate was the sales tax paid? __________________________

_____________Percent to State of_______________________________

13. How many years has the proposer been engaged in this business under your present firm name?

___________________________________________

14. Have you ever refused to sign a contract at your original proposal?

Yes _____________No_______________

15. Have you ever defaulted on a contract? Yes ____________No________________

Remarks: ___________________________________________________

16. Will you, upon request, furnish any other pertinent information that Cecil

County Government may require? Yes ____________No__________________

17. Do you assert that you qualify under definition of “Local Proposer” under Cecil County Code?

YES __ NO __ (If yes, attach appropriate documentation)

18. Does your business maintain a regular place of business in the State of Maryland (Resident)

_______ or would your business be considered Non-Resident ______?

Dated this _________ day of _________________, 2013.

19. Has the proposer or firm ever been disbarred, suspended or otherwise prohibited from doing work

with the federal government. Yes ____ No ____

(If yes, explain _______________________________________________________)

With the submission of this certification, the proposer thereto certifies that the information supplied is,

to the best of your knowledge, accurate and correct.

_________________________

(Name of Proposer)

By: _______________________

Title: ______________________

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

17

Scrap Metals, Tire Rims, and Lead Acid Battery Recycling

Bid 13-17

SPECIFICATIONS

I. INTENT

a) The following specifications are minimal requirements to be met by the

contractor submitting proposal proposals. Any changes or additional

requirements submitted as part of the contractor’s proposals shall be

provided on a separate sheet of paper for review for possible acceptance.

The County has the right to accept or refuse any change to the

requirements list below.

b) It is the intent of this Invitation to Bid (ITB) for Cecil County Government

(hereinafter "the County") to establish a term contract with a qualified and

experienced Contractor to provide all labor, material, supervision and

equipment necessary to provide Scrap Metals, Tire Rims, & Lead Acid

recycling services (hereinafter “Metal Recycling Services” on site and to

be collected thereafter at the Cecil County Central Landfill (hereinafter

"Landfill") located at 758 E. Old Philadelphia Rd., Elkton, MD 21921.

The Recycling services shall include facilitating transportation from the

Landfill, any processing or sorting, and transporting the Scrap Metals to

appropriate markets for sale.

II. CONTRACT ADMINISTRATION

a) CONTRACT MANAGER

i. The Contract Manager for this Contract shall be the County's Solid

Waste Management Division Chief or his or her duly authorized

representative. This shall be the Contractor's understanding in all

cases throughout this document.

ii. Decisions of the Contract Manager

1. To prevent misunderstanding the Contract Manager shall

decide any and all questions which may arise as to the

quality and acceptability of work performed and as to the

manner of performance and rate of progress of said work,

and shall decide all questions which may arise as to the

interpretation of any or all conditions relating to the work

and of the Specifications, and all questions as to the

acceptable fulfillment of the Contract on the part of the

Contractor.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

18

iii. Current Contract Manager Contact Information

1. Cecil County Solid Waste Management Division

Pete Bieniek, Chief

758 E. Old Philadelphia Rd.

Elkton, MD 21921

(410)-996-6275 extension 222

[email protected]

2. Contract Manager Authorized Representative

a. Cecil County Solid Waste Management Division

Tanya M. Adams, Recycling Coordinator

758 E. Old Philadelphia Rd.

Elkton, MD 21921

(410)-996-6275 extension 224

[email protected]

b) CONTRACT ADMINISTRATOR

i. To prevent misunderstanding, the Purchasing Office acting as the

Contract Administrator may review any decision made or issued

by the Contract Manager and may decide any and all questions

which may arise as to the acceptable fulfillment of the Contract on

the part of the Contractor in cooperation with the Contract

Manager.

ii. Any doubt as to the meaning of or any obscurity as to the wording

of these Specifications and Contract, and all directions and

explanations requisite or necessary to complete, explain or make

definite any of the provisions of the Specifications or Contract and

to give them due effect, will be resolved by the Contract

Administrator in consultation with the Contract Manager.

iii. The decision of the Contract Administrator shall be final and

conclusive and he shall have the authority hereunder to enforce and

make effective such decisions and orders if the Contractor fails to

respond promptly.

iv. Additional specifications and/or instructions to proposers may also

be obtained by e-mailing [email protected] or by calling the

Purchasing Department (David Pyle, Purchasing Agent) at 410-

996-5395.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

19

v. All inquiries will be shared with each vendor submitting a

proposal. The Purchasing Officer may issue an addendum to the

Contract providing the Contract Manager's determination and/or

interpretation.

III. DEFINITIONS

Unless otherwise indicated, or agreed to in the proposal, the following definitions

shall be used:

Business Day: Normal Operation Hours of Cecil County Central Landfill

excluding Saturdays and Holidays listed in specifications.

Buyer: Shall be known as the Contractor.

Conversion Factor: Shall mean 1.12 Short Ton = 1 Long Ton

Conversion Factor = (2240 pounds per Short Ton / 2000 pounds

per Long Ton) = 1.12 Short Ton

De-rim: Shall mean removing metal rims from tires and subsequent

collection of rims for recycling

Landfill: Shall mean the Cecil County Central Landfill located at 758 E. Old

Philadelphia Rd. (Rt. 7), Elkton, MD 21921

Lead Acid Battery Contract Price: This is the final per pound Price that the Contractor will pay the County for

the month of pickup of Lead Acid Batteries. This price will be reflected on

the Weight Ticket(s).

The Scrap Metals Contract Price = Consumer Buying Prices, Philadelphia #1

Bundles per Long Ton x Percentage Proposed by Contractor

x Conversion Factor

Long Ton: Shall mean the weight 2,240 pounds.

Out-Throws: Shall mean non-metallic items collected with or as part of metal

items.

Metal Recyclables: Scrap Metals, including Tire Rims, and Lead Acid Batteries

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

20

Refrigerant Unit: Any unit or appliance which uses a refrigerant, such as Freon.

Refrigerants include, but are not limited to, refrigerators, air

conditioning units, and freezers.

Scrap Metals: Any metal product and anything attached to it that is not

metallic, including but not limited to, auto parts, trailers/campers,

dryers, household appliances, grills, metal desks, cabinets, shelves,

chairs, bicycles, fence, lawnmowers, aluminum siding, pipes, wire,

crushed oil filters Freon appliances or other refrigerant units. This

definition excludes propane tanks and other gas cylinders and

tanks with valves present. Tire rims are not included in this

definition.

Scrap Metals Contract Price: This is the final per Short Ton Price that the Contractor will pay the County

for the month of pickup of Scrap Metals. This price will be reflected on the

Weight Tickets.

The Scrap Metals Contract Price = Consumer Buying Prices, Philadelphia #2

Bundles per Long Ton x Percentage Proposed by Contractor

x Conversion Factor

Seller: Shall be known as the County.

Short Ton: Shall mean the weight of 2,000 pounds.

Tire Rims: Metal rims from tires

Tire Rim Contract Price: This is the final per Short Ton Price that the Contractor will pay the County

for the month of pickup of Tire Rims. This price will be reflected on the

Weight Tickets.

The Tire Rims Contract Price = Consumer Buying Prices, No. 1 Heavy Melt,

Philadelphia per Long Ton x Percentage Proposed by Contractor

x Conversion Factor

Weight Slips: Shall mean a ticket generated by a Weighmaster or other County

employee operating the scales at the Landfill where goods shall be

collected, which ticket shall identify the County, transporter

(Contractor), material, and weight.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

21

IV. WORK TO BE PERFORMED

a) CONTRACTOR RESPONSIBILITIES

i. The Contractor shall be responsible for accepting Recyclables from

the Landfill to markets for sale on an as needed or scheduled basis

which will be determined by the Contract Manager.

1. The Contractor will remove Tire Rims from tires collected

and may collect Tire Rims in a separate container on site

2. The Contractor will provide either a container, able to be

secured, or a scheduled weekly pickup for Lead Acid

Batteries

3. The Contractor will NOT remove Scrap Metals, Tire Rims,

or Lead Acid Batteries from the Landfill unless they have

scheduled the removal with the Contract Manager.

4. The Contract Manager may schedule regular pickups with

the Contractor in accordance with the nature of the

proposal.

5. The Contractor will NOT remove any Recyclables from the

Landfill during Saturdays or County Holidays in which the

Landfill is in operation.

ii. The Contractor's vehicles shall be easily identifiable with

Contractor's name and/or license number and the Cecil County

Treasurer’s Office issued Cecil County Landfill Identification

sticker.

iii. Contractor shall collect Scrap Metals as is, including tires on

bicycles, lawn mowers and trailers, cloth on umbrellas, wood on

benches, etc. Under no circumstances shall the Contractor shred,

sort, or otherwise alter/change the material to be collected at the

site.

1. Tires shall be De-rimmed on site.

2. At no time shall the Contractor invoice the County for any

materials or contaminants within the load of Recyclables.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

22

3. If the contractor wishes to immediately reload and return

Out-throws to Landfill, the Landfill will accept them at no

charge.

iv. Solid Gas cylinders with valves, if found in the Scrap Metals, and

deemed unacceptable by the Contractor, should be set to the side

by the Contractor for recycling by a separate contractor.

v. Any materials set to the side should be reported to the Contract

Manager or designee.

vi. The Contractor shall be responsible for the removal of Freon and

other ozone depleting compounds prior to recycling of materials.

Refrigerant removal shall be performed by a certified technician in

compliances with the EPA Clean Air Act, Section 608.

vii. The Contractor shall report, any materials collected in Cecil

County and taken elsewhere than the Cecil County Central Landfill

for disposal and/or recycling biannually to the County Recycling

Coordinator in accordance with the provisions of Cecil County

Code 239 Refuse Haulers, Commercial.

viii. The Contractor shall accept all designated Recyclables

1. At a minimum, the materials to be accepted are defined in

Section III.

ix. The Contractor's acceptable Scrap Metals materials may expand

beyond items listed in this specification.

1. The Contractor may propose adding additional metal

recyclables to the list of items during the term of this

contract for the duration of the contract term including

renewals upon County acceptance.

x. The Contractor for this Scrap Metals recycling services contract

shall comply with all Federal, State, County and Local statutes,

ordinances and regulations applicable for the removal of

refrigerant(s) and marketing of Scrap Metals.

xi. The Contractor shall demonstrate prior satisfactory experience in

removing, hauling and marketing Scrap Metals.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

23

xii. County Landfill scales shall be used to weigh all incoming and

outgoing vehicles, containers and materials. County generated

tickets shall be used to invoice the Contractor at the Contract Price

for that material (see Definitions).

xiii. Contractor's negligent, accidental or intentional failure, to weigh in

and out of the Landfill shall result in a payment to the County for

that load based upon two times the highest paid amount made by

the Contractor during the course of the contract to date.

xiv. Contractor shall cover loads before leaving the Landfill.

xv. Contractor may not separate or sort Scrap Metals at the Landfill

due to lack of space and safety issues.

1. Tire Rims may be separated at the Landfill

xvi. Contractor may store equipment on site for the express purpose of

storing, compacting, or loading Recyclables.

xvii. Contractor shall not store tools or fuel for Contractor's equipment

on site.

xviii. The Contractor shall collect and remove Recyclables within ten

(10) business days of being contacted by the Contract Manager that

there is sufficient material(s) to pickup or as otherwise scheduled

with the Contract Manager.

xix. Contractor shall remove Recyclables from the Landfill per

specifications Monday through Friday between the hours of 7:30

a.m. and 3:30 p.m. while the scale house is staffed and operating.

No pickups shall be made at any other times.

xx. All material may contain a minimal amount of Out-throws.

xxi. No recyclable materials shall contain known hazardous materials

other than normal refrigerants.

1. The Contractor will provide a certificate of recycling to the

Contract Manager within thirty (30) days of pickup for the

refrigerant collected from refrigerant units at the Landfill.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

24

b) COUNTY RESPONSIBILITIES

i. Gas Cylinders

1. The County shall not be responsible for the removal of

valves or making sure there are holes in gas cylinders.

2. The County reserves the right to separately collect, recover,

and recycle gas cylinders of all types under a separate

account.

ii. Pickup Scheduling

1. The Contract Manager will schedule pickup of materials

with the Contractor.

iii. Weighing Loads

1. The County shall weigh Recyclables in and out of landfill

using certified scales and provide driver with a scale ticket.

iv. Collection

1. The County shall collect Recyclables from residential and

commercial sources.

2. The County shall, to the best of its ability, keep Out-thows

out of the Scrap Metals.

3. At no time will the County be financially or legally

responsible for any Out-throws delivered to your facility.

V. PERFORMANCE AND LAWS

a) All work performed shall be of high quality in accordance with good

practices, procedures and industry standards. The Contractor shall

conform to all Federal, State and Local laws and governmental

regulations.

b) The Contractor shall assume liability for all applicable local, state and

federal laws, including but not limited to transportation of Recyclables and

any applicable laws governing the processing of Recyclables.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

25

VI. TITLE AND RESPONSIBILITY FOR RECYCLABLES

a) The County agrees that title to the Recyclables shall pass to the Contractor

at the time that Recyclables are accepted by the Contractor. The County

shall assume all responsibility for the Recyclables until accepted by the

Contractor.

VII. QUANTITIES

a) Quantities are a guideline and are not guaranteed to be available.

b) The Contractor is obligated to collect all Recyclables in accordance with

the specifications of the contract regardless of quantity.

c) Quantities over the last ten years and the average for Scrap Metals and

Lead Acid Batteries from the Cecil County Central Landfill:

Table 7a Scrap Metals

Annual Year 2000 2001 2002 2003 2004 2005 2006 2007 2008 2009 2010 2011 AVG

Short Tons 1295 1338 881 1280 1537 1071 1492 1130.73 619.06 628.68 635.29 454.17 1030.16

0

500

1000

1500

2000

20

00

20

01

20

02

20

03

20

04

20

05

20

06

20

07

20

08

20

09

20

10

20

11

OUTGOING SCRAP METAL Cecil County Central Landfill

(2000-2011 in short tons annually)

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

26

Table 7b Lead Acid Batteries

Annual Year 2000 2001 2002 2003 2004 2005 2006 2007 2008 2009 2010 2011 AVG

Short Tons 36 39 29 23 46 30 35 52.16

15.88

24.06

16.47

22.97 31

Pounds

72000

78000

58000

46000

92000

60000

70000

104320

31760

48120

32940

45940

61590

VIII. PRICE ADJUSTMENT

a) Scrap Metals

a. In submitting proposals, each Contractor shall set forth the percentage of

the amount they will pay to the County for Scrap Metals in accordance

with the contract. The floor price shall be $0.00 for all materials. This

percentage and floor price shall remain fixed during the overall life of the

contract.

b) Tire Rims

a. In submitting proposals, each Contractor shall set forth the percentage of

the amount they will pay to the County for Tire Rims in accordance with

the contract. The floor price shall be $0.00 for all materials. This

percentage and floor price shall remain fixed during the overall life of the

contract.

0

10

20

30

40

50

60

20

00

20

01

20

02

20

03

20

04

20

05

20

06

20

07

20

08

20

09

20

10

20

11

Cecil County Solid Waste Management Division

Historic Lead Acid Battery Tonnages (Short Tons)

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

27

c) Lead Acid Batteries

a. In submitting proposals, each Contractor shall set forth the percentage of

the amount they will pay to the County for Lead Acid Batteries in

accordance with the contract. The floor price shall be $0.00 for all

materials. This percentage and floor price shall remain fixed during the

overall life of the contract.

IX. RECYCLABLE MATERIAL PRICING METHODOLOGY

a) Scrap Metals

i. The Contractor shall, within thirty days of the effective County

invoice date, pay the County a percentage of a per ton fee determined

from the following methodology:

ii. The value of this material shall be based on the Consumer Buying

Prices, Philadelphia Market, Grade No. 2 bundles, Long Ton price

in the American Metal Market (AMM) for Scrap Metals.

iii. This price shall be adjusted upon the first AMM issue each month

for material delivered until the next month's issue.

iv. If the published rate is a range, the high figure shall be used to

determine the market price. If no price is posted, then the previous

month's price shall remain in effect. The value of this material

shall have a floor price of Zero ($0.00) for the contract period.

i. This material does not include tire rims, which will be collected

separately.

1. The Contractor shall pay the Scrap Metals Contracted Price

by the Short Ton. The Tire Rim Contracted Price is

calculated by using the following formula:

The Scrap Metals Contract Price =

AMM Consumer Buying Prices, Philadelphia #2 Bundles per Long Ton x % Proposed x Conversion Factor

2. The Conversion Factor is 1.12 Short Tons per Long Ton

and is determined by dividing 2240 pounds per Short Ton

by 2000 pounds per Long Ton. The Conversion Factor is

used to convert Long Tons to Short Tons for the purposes

of determining the Scrap Metals Contract Price

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

28

3. Example: AMM August 1, 2013

Consumer Buying Prices, Philadelphia #2 Bundles = $220 per Long Ton

Scrap Metals Contract Price = $220.00 per Long Ton x 80% proposed x 1.12

Scrap Metals Contract Price = $197.12 per Short Ton

b. Tire Rims

i. The Contractor shall, within thirty days of the effective County

invoice date, pay the County a percentage of a per ton fee determined

from the following methodology:

ii. The value of this material shall be based on the Consumer Buying

Prices, Philadelphia Market, Grade No. 1 Heavy Melt, Long Ton

price in the American Metal Market (AMM) for Scrap Metals.

iii. This price shall be adjusted upon the first daily issue of AMM

each month for material delivered until the next month's issue.

iv. If the published rate is a range, the high figure shall be used to

determine the market price. If no price is posted, then the previous

month's price shall remain in effect. The value of this material

shall have a floor price of Zero ($0.00) for the contract period.

v. At no time will the County pay for the service of having Tire Rims

removed from tires. The Contractor will remove tires from rims

and recycle the Tire Rims.

vi. Tire Rims shall be separate from Scrap Metals in order to weigh

them separately across the Landfill scales.

vii. The Contractor shall pay the Tire Rims Contracted Price by the

Short Ton. The Tire Rim Contracted Price is calculated by using

the following formula:

The Tire Rims Contract Price =

AMM Consumer Buying Prices, Philadelphia #1 Heavy Melt per Long Ton x % Proposed x Conversion Factor

viii. The Conversion Factor is 1.12 Short Tons per Long Ton and is

determined by dividing 2000 pounds per Short Ton by 2240

pounds per Long Ton. The Conversion Factor is used to convert

Long Tons to Short Tons for the purposes of determining the Scrap

Metals Contract Price

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

29

ix. Example: AMM October 9, 2012

Consumer Buying Prices, Philadelphia #2 Bundles = $303 per Long Ton

Tire Rims Contract Price = $303.00 per Long Ton x 50% proposed x 1.12

Tire Rims Contract Price = $169.68 per Short Ton

c. Lead Acid Batteries

i. The Contractor shall, within thirty days of the effective County

invoice date, pay the County a per pound fee according to fair market

value, based on the American Metal Market Index, for Undrained,

whole lead acid batteries at the time of pickup from the Landfill.

ii. This price shall be adjusted upon the first daily issue of AMM

each month for material delivered until the next month's issue.

iii. If the published rate is a range, the high figure shall be used to

determine the market price. If no price is posted, then the previous

month's price shall remain in effect. The value of this material

shall have a floor price of Zero ($0.00) for the contract period.

iv. The month of effective price quotation corresponds to the month that

the day of pickup falls in.

v. The Lead Acid Battery Contract Price = ''Non Ferrous Scrap Prices"

for Undrained Whole Old Batteries (high side) Pittsburg area x %

proposed by Contractor

vi. Example: AMM August 1, 2012

Lead – Undrained Whole Old Batteries Pittsburg (high) = $0.26 per pound

Lead Acid Batteries Contract Price = $0.26 per pound x 70% proposed

Tire Rims Contract Price = $0.18 per pound

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

30

Notes: Vendors may propose on Options A, B, or C or any combination thereof on the

proposal sheet.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

31

Cecil County Government

200 Chesapeake Blvd

Elkton, MD 21921

Indemnity/Hold Harmless Agreement

To the fullest extent permitted by law, the undersigned Organization agrees to indemnify

and hold Cecil County Government, its elected and appointed officials, employees and

volunteers, and others working on behalf of Cecil County Government, harmless from

and against all loss, cost, expense, damage, liability or claims, whether groundless or not,

arising out of the bodily injury, sickness or disease (including death resulting at any time

there from) which may be sustained or claimed by any person or persons, or the damage

or destruction of any property, including the loss of use thereof, based on any act or

omission, negligent or otherwise, of the Organization, or anyone acting on its behalf in

connection with or incident to Bid 13-17; “Scrap Metals, Tire Rims, and Lead Acid

Battery Recycling”, except that the Organization shall not be responsible to Cecil

County Government on indemnity for damages caused by or resulting from Cecil County

Government's sole negligence; and the Organization shall, at it own cost and expense,

defend any such claims and any suit, action, or proceeding which may be recovered in

any suit, action or proceeding, and any and all expense including, but not limited to,

costs, attorney's fees and settlement expenses, which may be incurred therein.

Name of Organization: _______________________________________________

Authorized Signature: ________________________________________________

Address of Organization: _____________________________________________

Phone: _______________________________ Date: ______________________

Return this letter with Proposal Package

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

32

LOCAL CONTRACTORS PREFERENCE

Cecil County Code entitled “Local Preference” reads as follows:

“Cecil County reserves the right to show preference to “local bidders” in the

purchase of supplies, equipment and services. The amount shall not exceed six

percent (6%) of the amount bid or quoted, and/or $60,000, whichever is less. A

“local bidder” is defined as an individual or business that maintains a place of

business or maintains an inventory of merchandise and/or equipment in Cecil

County, is licensed by Cecil County and/or the State of Maryland, if required and

is subject to Cecil County real and/or personal property taxes. Any “local bidder”

in default on payment of any county or state tax or license shall not be eligible to

receive preference until all taxes or licenses due are paid.

Bidders are cautioned to note the specific and several requirements that may

qualify a bidder for local preference consideration. A bidder wishing to receive

local preference consideration must be able to demonstrate qualification under all

the noted requirements.

No bidder should assume, regardless of whether the bidder qualifies under the

definition of “local bidder” that the County Executive of Cecil County would

grant preference on this contract to any bidder. Cecil County Government

reserves the right to do so under Section 183-21 of the Cecil County Code but is

not bound to do so under any circumstance, regardless of precedent.

Any bidder that wishes to be considered a “local bidder” in the Cecil County

Government award of the contract shall submit with the bid any and all

documentation that proves that the bidder, identified by name in the submitted

bid, meets the definition of “local bidder.” Neither Cecil County Government nor

the Procurement officer shall be bound by any information or documentation

provided by the bidder after opening of the bids. However, the County reserves

all rights to investigate a bidder’s potential qualification as a “local bidder” and

use any relevant information in its determination of a bidder’s qualification under

the definition, regardless of when it is obtained.

Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling

33

CONTRACTOR PROPOSAL CHECKLIST

The following is a checklist to assist the contractor in verifying all required information is

provided at the Proposal Opening. It remains the contractor’s responsibility to ensure all

information is complete and attached, including information, which may not be listed on

this checklist. Any information missing at the time of the proposal opening may result in

rejection of the proposal. No proposals will be accepted after the designated proposal

opening time.

1. Completion of Certification of Proposer’s Qualifications (CBQ-1) and attached

applicable copies of required license and proof of Maryland Qualification and/or

Registration.

2. Proposal package labeled properly for identification.

3. Indemnity/Hold Harmless Agreement shall be signed and provided at proposal

opening.

4. Completion of Cost Sheet.

5. Product information enclosed, including warranty information.