20
HAZARDOUS WASTE PICKUP & DISPOSAL SERVICES Request for Proposal RFP No. 3173 Due: 2:00 pm, February 1, 2018 January 2018

Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

HAZARDOUS WASTE PICKUP &

DISPOSAL SERVICES

Request for Proposal RFP No. 3173

Due: 2:00 pm, February 1, 2018

January 2018

Page 2: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

INTRODUCTION

About Mt. San Antonio college District (Mt. SAC) (District): One of the largest community colleges in California, Mt. SAC sits on 420 acres in Walnut, California, located on the eastern edge of the Greater Los Angeles Area. Mt. SAC serves more than 35,000 students, 12,000+ full-time, from all walks of life. Roughly half of the students are seeking degrees and certificates, the other half are enjoying community programs, workforce development classes and other

non-credit courses.

Mt. SAC is a Top 10 California Transfer College 200+ degree and certificate programs to choose from 200+ professional development and community courses State-of-the-art facilities, classrooms, and workshops Best technology and top-of-the-line equipment to help students learn More than 50 student clubs 22 athletic programs (with more than 60 state and national titles)

Section 1: Purpose of the RFP The Mt.SAC is seeking vendors to bid on a one year contract for hazardous waste

disposal services, on a bi-weekly, monthly, and quarterly schedule. The initial contract

will be for a one-year (1) year period with the option to renew for up to four additional

one (1) year periods, not to exceed a total of five (5) years. The contract will

commence on or about July 1, 2018.

Current Services levels:

Lab Waste Monthly

Bio-Hazard Waste

o Sharps/contaminated Bi-weekly

o Lab Specimens Quarterly

Maintenance Waste Monthly

Universal Waste Monthly

Other Campus Waste Monthly

In a calendar year, Mt. SAC disposes approximately the following waste types (see Attachment “A”):

Chemical Waste 10,500 Pounds

Shop Waste 2,500 Pounds

Maintenance Waste 2,500 Gallons (fuel), 250 Pounds

Universal Waste 2,250 Pounds

Biohazard 2,250 Pounds The service schedule lists estimated current needs, but the District reserves the

right to change by increasing or decreasing the number of locations, or frequency

Page 3: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

of pick-ups according to District needs. Fees for services shall be equitably adjusted to reflect changes in locations or frequency of pick-ups.

Section 2: Evaluation Criteria

Criteria to Evaluate Proposal

Experience in providing hazardous waste disposal services;

Emergency Response time and location of offeror’s facility in proximity to the Mt. SAC campus (must be within a 50 mile radius).

Demonstrated ability along with promotion/adoption of environmentally friendly policies;

Proposed Fees;

References from current or previous clients, with preference given to Community College Districts, Colleges, Universities and K-12 School Districts.

Selection Process

The RFP must be submitted prior to 2:00 p.m., Feb. 1, 2018.

The District will evaluate the responses from the RFP and establish a short list of the most qualified respondents for possible interviews. Responses that do not provide the information requested may be considered non-responsive and rejected.

During the evaluation process, the District may request proposal clarifications, explanations and answers, best and final offers, interviews, and other information from an Offeror. The District, including its Board of Trustees, may request an Offeror to make a presentation and make itself available for an interview.

Approval of the Hazardous Waste Pickup and Disposal Services Contractor by the Mt. San Antonio College Board of Trustees is anticipated to take place on April 11, 2018.

Section 3: RFP Instructions and Schedule

Submittal Requirements

All submittals shall address the applicant’s proposal in each of the areas outlined in both the Format for Submittals and the Scope of Services.

One (1) Original, three (3) copies of the proposal with one copy in PDF format on a flash drive or CD shall be provided with all materials submitted in in 8.5” x 11” in format. Proposals shall not exceed forty pages in length, including sketches, drawings, photographs, or other graphic material.

Electronic or facsimile offers and modifications will NOT be considered.

Page 4: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

Each proposal/offer must be a firm irrevocable offer, and remain open and valid for District acceptance through April 11, 2018.

All responses to this RFP shall be submitted to:

Mt. San Antonio College Purchasing Department

1100 N. Grand Avenue, Room 4-1385 Walnut, CA 91789

Mark Envelope:

RFP #3173 Request for Proposal

Hazardous Waste Pickup and Disposal Services

The Offeror is responsible to ensure that its proposal is actually received by the District prior to the time and due date deadline and at the designated District location.

Stop at the Parking Control Booth at the entrance on Grand Avenue and San Jose Hills Road to receive a guest parking pass and directions.

In order to be considered for selection, responses must be submitted no later than 2:00 p.m., February 1, 2018. Proposals delivered to the wrong location, or after the date and time stated in this request will be considered non-responsive

The District reserves the right to accept a proposal and enter into an agreement as a result of the initial proposals received, or alternatively, it may elect to conduct negotiations with those Offerors as determined by the District, to be within an acceptable competitive range, or alternatively, to negotiate separately with any Offeror when it is determined to be in the best interest of the District. In addition, the District may request that Offerors provide a best and final offer. The District may negotiate any proposal or best and final offer at any time after the deadline for the submission of proposals.

The District may request to meet with the Offeror’s authorized representative to request answers and clarifications or it may request that the Offeror answer specific questions in writing, or to make a presentation to the District staff or to its Board of Trustees.

The District may reject any or all proposals and may waive informalities and minor irregularities in any proposal received.

The District reserves the right to seek competitive redemption values for recycled materials outside of this contract when deemed to be in the best interest of the District.

Page 5: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

Schedule

PRE-PROPOSAL MEETING (Optional) 10:00 a.m., January 18, 2018

REQUESTS FOR INFORMATION CUTOFF: 4:30 p.m., January 22, 2018

SUBMIT NO LATER THAN: 2:00 p.m., February 1, 2018

PROPOSAL SCREENING: Feb. 5, 2018 – Feb. 9, 2018

INTERVIEWS, if any February 20, 2018

RECOMMENDATION FOR AWARD: Planned for April 11, 2018

CONTRACT TO START July 1, 2018

Inquires

Questions and inquires concerning this RPF should be submitted in writing to Rondell Schroeder, Procurement Specialist, at [email protected]. The deadline to submit a request for information or clarification is 4:30 pm, January 22, 2018. The District will advise all Offerors known to have received a copy of the RFP of the explanation or clarification, either by letter or formal RFP Addendum by electronic e-mail as the District may, at its sole discretion, deem appropriate.

If an Offeror discovers any error such as an ambiguity, conflict, discrepancy, omission, or other error in the RFP, then the Offeror shall immediately notify the District in writing.

Format for Submittals

Firms shall submit its proposal formatted on standard 8 ½ x 11 white paper with each page clearly numbered on the bottom. Each section, 1 - 6 listed below, shall be tabbed. The proposal must contain a wet signature by a person authorized to bind the firm.

Responses to this RFP must adhere to the submittal format described below with the information as identified in the following table. The cover letter is to be signed by an authorized representative of your organization.

Your RFP response should be clearly indexed and organized. All sections, pages, figures, and tables must be numbered and clearly labeled. Focus should be on accuracy of content, clarity, and conciseness.

The content and sequence of each proposal must comply with the following format, including and identifying the following:

Page 6: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

1. Cover Letter: The Cover Letter shall include a brief general statement of interest, availability, environmentally friendly initiatives, and intent to perform services, qualifications for selection, and signature of an authorized officer of the firm who has legal authority in such matters;

2. Table of Contents: The Table of Contents shall identify the contents of

the proposal in a format consistent with the RFP requirements stated herein;

3. Statement of Firms.

Experience providing hazardous waste pickup and disposal services;

Describe disposal treatment and handling methods and state whether waste is treated in-house or through another means.

4. Client References: Offeror shall list at least three (3) references in California whom your company has provided similar service (Attachment B). Submittal of reference list is required even if your company is a current vendor of the District. Business Name/ Contact/ Phone Number. Preference will be given to references from Community College Districts, Colleges, Universities and/or K-12 School Districts.

5. All respondents must include a fully executed copy of an authorized

officer of the organization on the attached Acknowledgement Statement. Submittals that do not comply with proposal requirements as described above may be deemed non-responsive.

6. Fee Proposal: Bidder must use the attached “Fee Proposal Form”

(Attachment C) and “Additional Charges” (Attachment D) if applicable. Fee proposals submitted in any other form may be deemed non-responsive.

Page 7: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

Section 4: Scope of Services

The successful contractor (“Contractor”) shall be responsible for the following:

1. Contractor shall comply with all applicable state and federal laws and

regulations governing the safe clean-up (remediation), storage, collection, identification, handling,packaging, documentation, transport, transfer, and disposal of hazardous waste. Contractor shall be responsible for maintaining knowledge of any and all changes to applicable laws and regulations.

2. Contractor shall identify and segregate all unknown chemicals and wastes,

and/or provide advice to staff regarding proper segregation and chemical compatibility. This may, at times, require an urgent onsite response by the contractor and/or immediate assistance over the phone.

3. Contractor shall organize all hazardous waste materials for transport.

4. Emergency-Urgent Response – Contractor shall provide emergency-urgent

response or technical services at the request of the College.

5. Contractor shall provide all necessary materials required for proper separation, handling, storage, transport, and disposal of hazardous waste materials collected by College staff. Contractor must be able to provide an adequate number of recovery drums and absorbent materials for on-site solidification.

6. Contractor shall remain aware of current costs and analytical requirements for

disposal of hazardous wastes at approved California Department of Toxic Substances Control (DTSC)/Environmental Protection Agency (EPA) permitted disposal facilities.

7. Contractor shall transport hazardous wastes collected from the College to

designated facilities for recycling, fuels blending, treatment, neutralization, transformation, destruction, incineration, or other disposal.

8. Contractor shall provide a team of at least two (2) experienced, certified

personnel who shall work together to sort and lab-pack waste on College premises.

9. Contractor shall provide training for proper collection/segregate, label and store

hazardous waste with College personnel.

10. Contractor shall provide personal protective equipment for contractor’s personnel, as well as, fire extinguishers, absorbents, floor coverings, and other necessary spill containment materials for their work area(s).

Page 8: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

11. Contractor shall manifest all hazardous waste lawfully and efficiently to the satisfaction of the DTSC, California DOT, US DOT, EPA, and EPA permitted disposal facilities.

12. Contractor shall provide a copy of all manifests and/or bills of lading to College

personnel prior to transporting hazardous waste from the site.

13. Contractor will be required to submit all required documents for waste disposal to the Mt San Antonio College Environmental Safety and Emergency Services Manager electronically at [email protected] or by mail to 1100 N. Grand Ave, Walnut CA 91789 Attn: Campus Safety Office.

Section 5: General Terms

Confidentiality and Proprietary Information

Ownership of all data, materials, and documentation originated and prepared for Mt. SAC pursuant to the RFP, shall belong exclusively to Mt. SAC and be subject to public inspection in accordance with the California Public Records Act. Trade secrets or proprietary information submitted by the Vendor shall not be subject to public disclosure under the California Public Records Act. Any confidential or proprietary data must be clearly marked.

Cost of Preparing Proposals and Oral Presentations

Costs for developing the proposals and any subsequent activities prior to contract award are solely the responsibility of the Supplier. Reimbursement will not be provided for these costs.

Preparation of Offers

Supplier is expected to follow all specifications, terms, conditions, and instructions in this Request for Proposal.

Deviations from the Request for Proposal

The stated requirements appearing elsewhere in this RFP shall become a part of the terms and conditions of any resulting contract. Any deviations must be specifically defined in the proposal response and accepted in writing by the District to become effective.

Addenda

Any addenda or instructions issued by the District prior to the time for receiving proposals will become a part of this RFP. No changes to this RFP or responses to Vendor questions by the District will be binding unless documented in writing by the District in a duly issued addendum.

Proposal Scoring & Selection Proposals will be scored as a means of assisting the selection committee in

Page 9: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

assessing which vendor may meet the largest number of requirements for this vehicle. Award of a contract is not contingent solely upon highest score or lowest cost and will include considerations as to the “best-fit” solution for the District. During the evaluation process, the District may request proposal clarifications, explanations and answers, best and final offers, interviews, and other information from a Proposer. Award at Sole Discretion of the District and is contingent upon funding By issuing this request for proposals, the District does not commit itself to award a contract, or to otherwise pay for information solicited. The District reserves the right to accept the proposal it deems to be in its best interest or to reject all proposals. District’s Right to Negotiate The District reserves the right to negotiate with each firm submitting a proposal on any aspect of the products and services which this document stipulates or implies and/or which the firm provides, in connection with the specifications. Respondents are cautioned, however, to submit proposals initially on a most favorable basis, since an award decision may be made without any award negotiation, based on best meeting the evaluation criteria. The District reserves the right to negotiate with any firm at any time in its sole discretion. In the event that information or pricing submitted by a firm is unclear to the District, the District may request additional information and/or pricing breakdowns from that firm. The firm must answer, in writing, such requests for additional information and/or clarification; these responses will become part of the firm’s proposal. Respondents failing to provide adequate information on any issue in a timely manner necessary to allow a comprehensive evaluation by the District will be considered unresponsive and their proposals may be subject to rejection at the District’s sole discretion. Debriefing Mt. SAC will not provide debriefing to RFP applicants who were not selected for recommendation of award to the Board of Trustees. This practice helps maintain the confidentiality of the selection process. The College appreciates your honoring this practice and looks forward to future opportunities for doing business with your firm.

Solicitation Changes After the issuance of this RFP and before the date set for receipt of proposals, the District reserves the right to make changes to this RFP, including but not limited to its specifications, correct defects or ambiguities, or extend the closing date for receipt of proposals. In the event the proposal due date is postponed, all Suppliers shall be notified of the new day and time of proposal submission.

Page 10: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

Termination District may terminate this Contract upon ten (10) days notice without cause and Contractor shall be entitled to compensation for work adequately performed up to the date of termination based on District’s satisfactory acceptance. District may terminate immediately upon default and may withhold from payments due on this contract the amount necessary to complete the work as scheduled. Insurance Vendor shall obtain and maintain the following insurance coverage, with minimum coverage amounts as set forth below, for the duration of the Agreement. Employers’ Liability Insurance 1,000,000 Commercial General Liability Insurance Per Occurrence 1,000,000 Aggregate 1,000,000 Automobile Liability Insurance Per Occurrence 1,000,000 Aggregate 1,000,000 Workers Compensation Insurance Statutory Limits

All insurance obtained by Contractor pursuant to this Agreement shall be issued by a company or companies authorized to transact business in the State of California. All Insurance must be issued by companies licensed to write insurance policies in the State of California, which have a BEST rating of A:VII. Contractor shall notify District in writing of any cancellation or modification of any insurance coverage at least thirty (30) days prior to such cancellation or modification.

Permits/Licenses Contractor and all its employees or agents shall secure and maintain such licenses and permits as are required by law in connection with the furnishing of materials, supplies or services listed herein. Warranty Contractor shall diligently and carefully perform all work required hereunder in a good and workmanlike manner according to the standards observed by a competent practitioner of the profession in which Contractor is engaged in the geographical area in which Contractor practices its profession, and shall furnish all labor, supervision, materials, equipment, and supplies necessary. Force Majeure Neither party to this Agreement will be liable to the other for any failure or delay in performance under this Agreement due to circumstances beyond its reasonable control including without limitation, Acts of God, accident, labor disruption, acts, omissions and defaults of third parties, and official, governmental and judicial action not the fault of the party failing or delaying in performance.

Page 11: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

Attorney’s Fees If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. Indemnification – Intellectual Property Vendor agrees to indemnify, defend and hold District harmless from and against any claims, demands, liabilities, or expenses, including, but not limited to any claim or action brought by third parties against District arising out of or related to infringement by Vendor of any patent, copyright, trade secret, trademark or other intellectual property right involving the Services provided by Vendor to District as described in this Agreement. Vendor agrees to indemnify District and its officers, directors, attorneys, agents and employees against all damages and costs, including attorneys’ fees, which may be assessed against or incurred by District as a result of any such claim or action. District shall tender its defense to Vendor, and shall provide Vendor with (i) prompt written notice of any such claim or action or the possibility thereof; (ii) control and authority over defense or settlement of such claim or action and (iii) proper, full information and assistance to settle and/or defend any claim or action. Indemnification – General Each party hereto shall be solely responsible for, and shall indemnify and hold the other party free and harmless from, any and all claims, damages, costs or lawsuits (including reasonable attorneys’ fees), relating to bodily injury or tangible property damage arising out of the intentional or negligent act or omission of such Party or its employees, agents or contractors. Governing Law The Agreement shall be governed, construed, and enforced in accordance with the laws of the State of California. Jurisdiction The state courts within Los Angeles County, California, and respective federal courts, shall have exclusive jurisdiction to adjudicate any dispute arising out of the Agreement. Each Party expressly consents to the personal jurisdiction of, and venue in, such courts.

Proposals All prices and quotations shall be typewritten or printed in ink. No erasures are permitted. Mistakes may be crossed out and corrections inserted adjacent to and shall be initialed in ink by the person signing the bid. Verify your bids before submission as they cannot be withdrawn, corrected, altered or signed after public opening. The Board of Trustees will not be responsible for errors or omissions on

Page 12: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

the part of the bidders in making up their bids. Bid on each item separately; prices must be stated in units specified hereon. Wherever practicable, prices quoted shall be net including all trade discounts. Bids shall remain open and valid and subject to acceptance any time within 90 days after the bid opening dates unless otherwise stipulated. The District may issue a purchase order for an individual item or combination of items whichever is to the best interest of the District; reject any or all bids or any part of a bid; or may waive any informality in a bid. Proposals must be received by the date and time specified on the bid forms. Proposals delayed in the mail and not received by the time established by the College cannot be accepted. Any proposal received after the scheduled time of opening shall be returned unopened to the bidder. By submitting a proposal, each bidder agrees that the District, in determining the successful bidder and its eligibility for the award, may consider the bidder’s experience and facilities, conduct and performance under other contracts, and financial performance of the work. Taxes Prices quoted shall include all applicable taxes. Prices bid must be firm prices for the first year of the contract. Contractor may adjust the Fee Proposal Rate on an annual basis for the following renewal term to reflect any increase in such costs. The Fee Proposal Rate Schedule may be adjusted to reflect increases in the LA/Riverside Consumer Price Index, or 3%, whichever is lower, and this change shall not be made more than once per year. College must be notified of any rate changes at least 60 days prior to the new renewal term. Pick up Locations Waste collection frequency is provided in Section 1. Normal pickup times shall be between 7:30 a.m. and 5:30 p.m. Dates, time and location for waste pickup shall be established in advance in consultation with affected departments, class schedules and school calendar. Containers Supplied by Contractor Pricing must include all bio-hazard storage containers and supplies including sharps and contaminated waste containers.

Contractor’s Equipment Contractor shall provide adequate equipment for the proper collection of hazardous waste. All contractor vehicles, shall be properly registered, licensed, and insured and will have necessary permits to safely transport hazardous waste to comply with state and local regulations. Contractor shall provide the services called for in such a manner and method as to conform to all regulatory requirements regarding the proper handling and orderly treatment of all waste in accordance with the Medical Waste Management Act, Department of Health Services, State of California, and all other regulations governing hazardous waste disposal in the State of California.

Page 13: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

Licensing and Regulations Contractor agrees with all requirements of agencies having jurisdiction over hazardous materials and waste in compliance to County and State regulations. The Contractor agrees to comply with all licensing procedures and reporting requirements which may exist at the time of award and in the future.

Service Timely service is of the essence. If the pickup is not completed in accordance with the agreed schedule, missed pickups called into the contractor will be responded to no later than twelve o’clock (12:00) noon the following day. Hold Harmless and Indemnification

Contractor shall hold harmless and indemnify the District, its officers, agents and employees from and against any and all actions, suits, or other proceedings, costs (including reasonable attorneys’ fees) and damages as may arise as a result of performing the work hereunder, except such actions, suits or other proceeding as may arise as a result of the negligence or willful misconduct of the District, its officers, agents, and employees.

Amendments

Offerors are advised that the District reserves the right to amend this RFP at any time. Amendments will be done formally by providing written Addenda to all potential Offerors known to have received a copy of the RFP. If, in the sole and absolute discretion of the District, the change is of such nature that additional time is required for Offerors to prepare proposals, the District will change the due date deadline and notify all know Offerors in writing of the revised due date.

Offerors must acknowledge receipt of any and all RFP addenda. This shall be done by any one of the following means: a. In the cover letter or proposal. b. By signing and returning a copy of the amendment by letter, fax or email,

but NOT by telephone.

Page 14: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

Attachment “A” – 2017 Campus Waste Stream

UN# Waste Type Qty Unit

1992/1993 Flamm Liq 295 Gal

1325 Flamm, solid, Org 100 P

2924/3286 Flamm Liq, Cor 80G + 122P

Gal & P

2926 Flamm, solid, Cor 20G + 32P

Gal & P

3098/3099 Oxd Liq, Cor 98G + 41P

Gal & P

3099/3139 Oxd Liq 46 Gal

1479/3087 Oxd solid 106 P

2922 Cor, Liq 58 G

3262 Cor, solid, basic, inorg 16 P

3264 Cor, liq, acid, inorg 58 Gal

3265 Cor, liq, acid, org 20 Gal

1719 Caustic, alkali liq 372 Gal

2811 Toxic, solid,org 26G + 30P

Gal & P

3175 Solid w/ Flamm liq 187 P

1078 Refridigent gases 175 P

3082 Environmentally Hazadous substance

201 Gal

1263 Waste Paint 595 P

NONE Non RCRA, liq 165 Gal

NONE Non RCRA, Solid 1211 P

NONE Waste Oil 1475 Gal

NONE Oil Filters 280 P

NONE Non-RCRCA Lab Debris 2700 P

NONE Non-RCRA Paint 410 P

NONE Non-Hazardous latex Paint 1130

NONE Asbestos 150 Yards

NONE Non PCB Ballast 908 P

NONE Fluor light tubes, various sizes 1653 P

NONE High Intensity discharge, lamps 91 P

NONE Alkaline Batt 337 P

This list does not represent all wastes generated. Quantities less than 25 pounds or gallons were not included.

Key UN - United Nations numbering system Inorg - Inorganic P- Pounds Liq - Liquid Gal- Gallons NOS - Not otherwise specified Flamm - Flammable

RCRA - Resource Conservation Recovery Act Cor - Corrosive Oxd - Oxidizer Org - Organ

Page 15: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

ATTACHMENT B – REFERENCES

REFERENCES Vendor shall provide a minimum of three (3) Customer References. Preference will be given to references from Community College Districts, Colleges, Universities and/or K-12 School Districts.

REFERENCE #1 NAME OF FIRM

ADDRESS

CITY, STATE, ZIP CODE

TELEPHONE # ( )

CONTACT

E-MAIL ADDRESS

PROJECT NAME

SCOPE OF SERVICE

COMPLETION DATE

APPROX. COST

REFERENCE #2 NAME OF FIRM

ADDRESS

CITY, STATE, ZIP CODE

TELEPHONE # ( )

CONTACT

E-MAIL ADDRESS

PROJECT NAME

SCOPE OF SERVICE

Page 16: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

RFP #3173 Page 16 Hazardous Waste Pickup and Disposal

COMPLETION DATE

APPROX. COST

REFERENCE #3 NAME OF FIRM

ADDRESS

CITY, STATE, ZIP CODE

TELEPHONE # ( )

CONTACT

E-MAIL ADDRESS

PROJECT NAME

SCOPE OF SERVICE

COMPLETION DATE

APPROX. COST

Page 17: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

RFP #3173 Page 17 Hazardous Waste Pickup and Disposal

Attachment C – Fee Proposal Form RFP NO. 3173

FEE PROPOSAL

For each waste category, include the cost per gallon or cost per pound, or include price per unit/each or linear foot as needed. The College does not guarantee that it will generate any or all of the items on the list. The prices will be used as a reference for base prices in each waste category for the contract period.

Waste Category Cost per Gallon

Cost Per pound

Cost per Unit

*Disposal Method

FLAMMABLES

Flammable Liquid $ $ $

Bulked Flammable Liquids $ $ $

Flammable Solids $ $ $

Flammable Solids, NOS $ $ $

Oil-Based paints $ $ $

POISONS (excluding aerosols)

Pesticides $ $ $

Others $ $ $

CORROSIVES

Inorganic Acids $ $ $

Organic Acids $ $ $

Inorganic Bases $ $ $

Organic Bases $ $ $

OXIDIZERS

Neutral Oxidizers $ $ $

Inorganic Peroxides $ $ $

Organic Peroxides $ $ $

Oxidizing Acids $ $ $

Oxidizing Bases $ $ $

Others $ $ $

AEROSOLS

Corrosive Aerosols $ $ $

Flammable Aerosols $ $ $

Aerosol Cans $ $ $

E-WASTE

T.V.s $ $ $

Computers $ $ $

Monitors $ $ $

Printers $ $ $

VCR’s $ $ $

DVD Players $ $ $

Cell Phones $ $ $

Telephones (Landline) $ $ $

Copiers $ $ $

Fax Machines $ $ $

Radios $ $ $

Page 18: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

RFP #3173 Page 18 Hazardous Waste Pickup and Disposal

Microwaves $ $ $

Toner Cartridges $ $ $

Small Portable Devices $ $ $

Other $ $ $

OTHERS

Oil-Based Paints $ $ $

Latex Paints $ $ $

Antifreeze $ $ $

Alkaline Batteries $ $ $

Lead Acid Batteries $ $ $

Lithium Batteries $ $ $

Lithium-Ion Batteries $ $ $

NiCad Batteries $ $ $

Mercury (Metallic) $ $ $

Mercury (in items/Debris) $ $ $

Propane Cylinder $ $ $

Helium Cylinder $ $ $

Fire Extinguishers $ $ $

Dichloropropionanilide $ $ $

R-22 Refrigerant $ $ $

Gasoline and Water $ $ $

Used Diesel Fuel $ $ $

Used Motor Oil $ $ $

Reactives $ $ $

Reactives when Wet $ $ $

NON-HAZARDOUS (Misc.)

Car tires $ $ $

Truck Tires $ $ $

Used Cooking Oil $ $ $

*Disposal Key: RC Recycling NE Neutralization FB Fuel Blending IN Incineration LF Landfill LB Lab Pack BU Bulk BGB Gaylord Box LO Loose Pack

Return with Proposal

Page 19: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

RFP #3173 Page 19 Hazardous Waste Pickup and Disposal

Attachement D – Additional Charges OTHER FEES:

Surcharge _______% Hazardous Waste Transportation $_________________

Lab Testing/Identification of Unknown Substances $__________Per Test

Hazmat Technician $__________Per Hour

Hazmat Supervisor $__________Per Hour

Hazmat Driver/Transportation $__________Per Hour

Hazmat Site Safety Officer $__________Per Hour

Emergency-Urgent Response $__________Per Hour (Monday-Thursday from 7 am to 6 pm – normal business hours) Emergency-Urgent Response $__________Per Hour (Monday-Thursday from 6 pm to 7 am – after hours) Emergency-Urgent Response $__________Per Hour (Friday through Sunday + Holidays)

Training of College Staff as requested $__________Per Hour

55 Gallon Drum (New) $__________Each

55 Gallon Drum (Reconditioned) $__________Each

30 Gallon Drum (New) $__________Each

30 Gallon Drum (Reconditioned) $__________Each

10 Gallon Drum $__________Each

5 Gallon Drum $__________Each

5 Gallon Pail $__________Each

Absorbent Material (List type used) $__________Each

Plastic Sheets (Per Roll) $__________Each

Hazardous Waste & Non-Hazardous Waste Labels $__________Pack

Other (List) $__________

Return with Proposal

Page 20: Hazardous Waste Pickup & Disposal Services · The successful contractor (“Contractor”) shall be responsible for the following: 1. Contractor shall comply with all applicable state

RFP #3173 Page 20 Hazardous Waste Pickup and Disposal

Acknowledgement Statement Hazardous Waste Pickup and Disposal Services

RFP #3173

Sealed Proposals: All proposal sheets and this original acknowledgement form must be

executed and submitted under sealed cover. The face of the cover must contain, in addition to

the address, the date and time of the proposal opening and the proposal number. All proposals

are subject to the conditions stated within the RFP. Proposal must contain a manual signature

of authorized representative in the space provided below. Proposals must be typed or printed

in ink. Use of erasable ink is not permitted. All corrections made to the attached proposal must

be initialed. The company name must appear on each page of the proposal. Each page of the

proposal must be sequentially numbered. Proposals not presenting fee proposals as described

in section “Format for Submittals”, will be considered non-responsive. One (1) Original and three

(3) copies of the proposal, plus one copy in PDF on a flash drive or CD must be provided.

I certify by my signature below that I have been given Mt. San Antonio Community College

District’s RFP #3173, including specifications and materials that summarize the terms and

conditions of the Hazardous Waste Pickup and Disposal Services Proposal and will submit said

RFP prior to 2:00 p.m., February 1, 2018.

Firm Name:______________________________________________________________

Firm’s Address:___________________________________________________________

Phone:____________________________________Fax:__________________________

E-Mail:__________________________________________________________________

_________________________________________________

Printed Name/Title

_________________________________________________

Signature

Acknowledgement Statement must be completed and submitted along with the RFP otherwise

bidders submission will be considered non-responsive.