Loading...
HomeMy WebLinkAbout27750DATE: Contract No: P-15-061-0 Vendor Number: 0000158765 Contract Title: Hauling & Disposal of Regulated Universal Waste Contract Period: 2.20.2015 2.19.2016 Using Agencies: Facility Services Terms: N45 Total Contract Amt: $50,000.00 ~~~------------------ Requisition No: 1321501076 Name/Address: Representative: Phone No: Email: Buyer Name: Org No: ------------------------------ T&M Hazardous Waste Management PO Box 3024 Pinedale, CA 93650 Bill Raterman 559.435.2331 tandmhazwaste@hotmail.com Louann Jones 8935 1045 Bid No/Reference: 926-5332 -----------------------------Supersedes: [!]NEW D RENEWAU EXTENSION D ADJUSTMENT 12.1.15 TICK DATE DESCRIPTION: Pickup and disposal of regulated universal waste fluorescent lamps and hazardous waste light ballasts -Includes transportation and labor costs and required tracking paperwork -Includes storage drums costs CoNTRACT TERM: 1 + 1 + 1 SPECIAL INSTRUCTIONS: DISTRIBlJTION: COMPLETED BY DATE COMPLETED BY DATE DEPARTMENT: Facilities ------------- REQUISITIONER: Fenix Batista !2.30.20!4 County of Fresno INTERNAL SERVICES DEPARTMENT ROBERT BASH, DIRECTOR -CIO Facility Services Fleet Services Graphics Information Technology Purchasing Security Telecommunications PROCUREMENT AGREEMENT Agreement Number P-15-061-0 February 23, 2015 0 ODO i5s? J lp 't::;: T&M Hazardous Waste Management LLC Attn: Bill Raterman PO Box 3024 Pinedale, CA 93650 The County of Fresno (County) hereby contracts with T&M Hazardous Waste Management LLC (Contractor) to provide hauling and disposal services of regulated universal waste in accordance with the text of this agreement, Attachment "A", County of Fresno Request for Quotation No: 926-5332 and the attached contractors response to County of Fresno Request for Quotation No: 926-5332 by this reference made a part hereof. TERM: This Agreement shall become effective February 20, 2015 and shall remain in effect through February 19, 2016. EXTENSION: This Agreement may be extended for two (2) additional one (1) year periods by the mutual written consent of all parties. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment "A" attached, at the rates set forth in Attachment "A". ORDERS: Orders will be placed on an as-needed basis by the Facilities Services Division under this contract. PRICES: Prices shall be firm for the contract period. Any pricing changes which may take place during the life of the contract must be submitted in writing to the County of Fresno Purchasing Manager and received no less than thirty (30) days prior to becoming effective. MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of fifty thousand dollars ($50,000.00). 4525 E. Hamilton Avenue 1 Fresno, california 93702-45991 (559) 600-7110 1 Fax (559) 600-7126 PROCUREMENT AGREEMENT NUMBER: P-15-061-0 T&M Hazardous Waste Management LLC February 23, 2015 Page 2 ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. INVOICING: An itemized invoice in duplicate shall be mailed to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. INVOICE TERMS: Net forty five (45) days from the receipt of invoice. TERMINATION: The County reserves the right to immediately terminate this Agreement upon written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses, causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement. G:\PUBLIC\CONTRACTS & EXTRACTS\0\P-15-061-0AGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-15-061-0 T&M Hazardous Waste Management LLC February 23, 2015 INSURANCE: Page 3 Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability Commercial General Liability Insurance with limits of not less than One Million Dollars ($1 ,000,000.00) per occurrence and an annual aggregate of Two Million Dollars ($2,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse-Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability Comprehensive Automobile Liability Insurance with limits for bodily injury of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) per person, Five Hundred Thousand Dollars ($500,000.00) per accident and for property damages of not less than Fifty Thousand Dollars ($50,000.00), or such coverage with a combined single limit of Five Hundred Thousand Dollars ($500,000.00). Coverage should include owned and non-owned vehicles used in connection with this Agreement. C. Professional Liability If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1 ,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. D. Worker's Compensation A policy of Worker's Compensation insurance as may be required by the California Labor Code. Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Within Thirty (30) days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno -Facilities Services, Attn: Fenix Batista, 4590 E. Kings Canyon, Fresno, CA 93702 stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, G:\PUBLIC\CONTRACTS & EXTRACTS\O\P-15-061-0 AGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-15-061-0 T&M Hazardous Waste Management LLC February 23, 2015 Page4 individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. G:\PUBLIC\C~CTS & EXTRACTS\0\P-15-061-0AGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-15-061-0 T&M Hazardous Waste Management LLC February 23, 2015 Page 5 INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) the text of this Agreement (excluding Attachment "A", County's Request for Quotation No. 926-5332 and the Contractor's Quote in response thereto); (2) Attachment "A"; (3) the County's Request for Quotation No. 926-5332 and (4) the Contractor's quotation made in response to County's Request for Quotation No. 926-5332. GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. Please acknowledge your acceptance by returning all pages of the signed original of this Agreement to my office, retaining a copy for your files. Please refer any inquiries in this matter to Louann Jones, Purchasing Technician II, at (559) 600-7118 or ljones@co.fresno.ca.us. FOR THE COUNTY OF FRESNO Purchasing Manager 4525 East Hamilton Avenue Fresno, CA 93702-4599 Date: ..).-~5-ls-- GEC:LMJ:ssj G:\PUBLIC\CONTRACTS & EXTRACTS\0\P-15-061-0AGREEMENT.DOC PROCUREMENT AGREEMENT NUMBER: P-15-061-0 T&M Hazardous Waste Management LLC February 23, 2015 CONTRACTOR TO COMPLETE: Type of Entity: 0 Individual 0 Sole Proprietorship 0 Corporation Signed by: ~~~ 8,'(/ f/;fe£M4rV I &~~~ Print Name and Title Signed by: Print Name and Title Address ~Limited Liability Company 0 Limited Liability Partnership 0 General Partnership 2-2~-/S Date City State Zip Page 6 (56"~ :Z.6t-Of'7v TELEPHONE NUMBER FAX NUMBER 1-~,dm .h#Ztc?A-Sb-c 6?/avfM~t. ~*' E-MAIL ADDRESS ~~ o/3-5-2.331 ACCOUNTING USE ONLY ORG No.: 89351045 Account No.: 7220 Requisition No.: 1321501076 (08/14) G:\PUBLIC\CONTRACTS & EXTRACTS\0\P-15-061-0 AGREEMENT.DOC T &M Haz~ Jous Waste Manager :nt, LLC PO Box 3024 Pinedale, CA 93650 Phone (559) 435-2331 February 2, 2015 Mr. Penix Batista Facilities Services Manager Fresno County Department of General Services, Facility Services 4590 E. Kings Canyon Fresno, CA 93702 Dear Mr. Batista: Per your request, listed below is current pricing to handle, haul and dispose of Regulated "Universal" Waste Fluorescent Lamps and Hazardous Waste Light Ballasts: Fluorescent Lamps: 1. Straights: 2. U-Tubes, Compacts, Circular, etc. 3. HID, High Pressure Sodium, etc. 4. Transportation 5. Labor (waste packaging, palletizing, etc.) Non-PCB Ballasts: 1. Disposal 2. Transportation 3. Labor (waste packaging, etc.) *Labor charges not normally incurred. Supplies/Equipment: 1. 55 gal Metal Open Top Hazardous Waste Storage Drum 2. Xlarge 4ft Lamp Drum (holds approx. 270 T-12lamps) $0.1375 per linear foot $1.04 per lamp $2.15 per lamp $100.00 per load $50.00 per hour $255.00 per 55 gal drum $25.00 per 55 gal drum $50.00 per hour $60.00 per drum $57.00 per drum The above pricing will remain firm through the term of the contract (Feb. 2, 2018). Please note that no additional fees, surcharges, etc. (fuel, energy, insurance, etc.) will be incurred. Certificate : of recycle provided for all lamp shipments. Finally, please note that my company assisted in the implementation of Fresno County's Lamp Recycling Program. It has been a pleasure to provide disposal services for the last approximate fifteen years and we look forward to providing future services. Please call with any questions. Sincerely, Bill Raterman, CES-CEI The following to be completed by the bidder: COMPANY: SIGNED By: NAME: (PLEASE PRINT) TITLE: PURCHASE ORDER MAILING ADDRESS: QuoTATION No.: DATE: ITEM: DEPARTMENT: REQUismoN No.: CLOSING DATE: TIME: BUYER: 926-53325332 FEBRUARY 12, 2015 Facilities Hazardous Waste Disposal 8935 1321501076 2.17.2015 2:00pm Louann Jones Quotations will be considered late at 2:00pm, by the official Purchasing Time Clock. PAGEl OF7 RETURN QUOTATION TO: LOUANN JONES UONES@CO.FRESNO.CA.US FAX: (559) 600-7126 PHONE: (559) 600-7118 MAKE COPY FOR YOUR FILES DELIVERY: Complete delivery will be made within NA calendar days after receipt of Purchase Order. F.O.B. Point shall be destination or Freight Charges must be stated here. Terms: -'-N'-'4-=-5 ______ _ The following cash discount will apply: % Days Prices shall be firm for 180 days. ITEM I ITEM DESCRIPTION QUANTITY I UNIT I UNIT PRICE I EXTENTION IN ADDITION TO THE QUOTATION RECENTLY PROVIDED TO FENIX BATISTA, FACILITIES SERVICES MANAGER, PLEASE PROVIDE A QUOTATION WITH THE FOLLOWING SPECIFICATIONS: • Pickups to be requested/scheduled approx. every 3 months per year period • Contract for 1 year + 2 -one year renewals upon written mutual agreement of both parties • Certificate of recycle/disposal required for each pickup • These specs are representative of potential service and not a guarantee • Materials to be disposed of will be separated at time of pickup • Specify and include any additional costs other than the ones itemized below 1st Pick up 2"d Pick up Fluorescent straight lamps U tube lamps HID Labor Transportation Fluorescent straight lamps Fluorescent straight lamps Fluorescent straight lamps Compact bulbs Labor Transportation 2940 15 12 2700 15 165 480 4ft Each Each 4ft 6ft 8ft Each TOTAL: Please call or email me if you have any questions. NOTE Closing date and time in header above. 1. QUOTATION PREPARA TJON: All prices and quotations must be typed or written in ink. No erasures permitted. Errors may be crossed out and corrections printed in ink or typed adjacent, and must be initialed in ink by person signing quotation. A) Quote on each item separately. B) State brand or make on each item. If quoting on other than specified, state make, model or brand being quoted and attach supporting literature to the quotation. C) All quotations must be dated and signed with the firm's name and by a responsible officer or employee. 2. SUBMITTING QUOTATION: A) Each quotation must be submitted on forms provided, via email to ljones@co.fresno.ca.us. B) No quotation or corrections received after the closing time will be considered. 3. FAILURE TO QUOTE: If not quoting, return this sheet and state reason or your name may be removed from mailing list. See http://www.co.fresno.ca.us/DepartmentPage.aspx?id=15087 for complete terms and conditions. G:\USERS\LJONES\SHORT BIDS\FACILITIES HAZ WASTE 2.12.15.DOC (PD-25) 8/11 REOUEST fOR 0UOTATIOA QuoTATION No.: 926-5332 DATE: FEBRUARY 13, 2015 ITEM: Facilities Hazardous Waste Disposal Cc:··1P 1~.:, lY: SICNit:< BY: Ni\i'·ll:: iPI rASE PRINT) T;TIF ~-~~:;::;nagement Bill Raterman, President PL:?ci'l,iSE ORDER MAILING ADDRESS: EQ Ji_o;x_}Q_24 ------------------- PinE·::laler.C---A-9-3e.2>t~---------------- DEPARTMENT: REQUISITION No.: CLOSING DATE: TIME: BUYER: 8935 1321501076 2.17.2015 2:00pm Louann Jones ~i~·c;~;;· ·=("6s"7) '(55"·233 ( FAx: (~'2 ).2t.f~ 0 ,1?7 '7\ _ Quotations will be considered late at 2:00pm, by the official / 1 • -~----~-Purchasing Time Clock. E-:it<]l. 1\DDRESS: +?uuetjn nnz k.J4sf:r; ehcd-mw,./{. =IIi") PAGE 1 OFJ ~~~~~~~~~~==~========~~~========== f<UUI:'; QUOTATION TO: LOUANN JONES FAX: (559)600-7126 ---~~--·-··--·--·------LJONES@CO.~RESNO.CA.US PHONE: (559)600-7118 MAKE COPY FOR YOUR FILES DEUVERY· Complete delivery will be made F.O.B. Point shall be destination or Freight Terms: N45 Prices shall be firm for -------- NA calendar days Charges must be stated here. The following cash discount will 180 days. apply: <lft,,r ·Kei[:it of Purchase Order. % Days ITI:ft; ITEM DESCRIPTION QUANTITY I UNIT I UNIT PRICE I EXTENTION lsi Pick up 2no Pic!< up IN ADDITION TO THE QUOTATION RECENTLY PROVIDED TO FENIX BATISTA, FACILITIES SERVICES MANAGER, PLEASE PROVIDE A QUOTATION WITH THE FOLLOWING SPECIFICATIONS: • Pickups to be requested/scheduled approx. every 3 months per year period Contract for 1 year + 2 -one year renewals upon written mutual agreement of both parties Certificate of recycle/disposal required for each pickup These specs are representative of potential service and not a guarantee Materials to be disposed of will be separated at time of pickup Specify and include any additional costs other than the ones itemized below Fluorescent straight lamps 2940 U tube lamps 15 HID 12 Labor Transportation Fluorescent straight lamps 2700 Fluorescent straight lamps 15 Fluorescent straight lamps 165 Compact bulbs 480 Labor Transportation 4ft Each Each 2 (est.) 4ft 6ft 8ft Each 2 (est.) TOTAL: $0.1375/linear ft $1.04 per lamp $2.15 per lamp $50.00 per hour $100.00 per load $0.1375/linear ft $0.1375/linear ft $0.1375/linear ft $$1.04 per lamp $50.00 per hour $100.00 per load Ple:;:.:se call or email me if you have any questions. NOTE Closing date and time in header above. $1,617.00 $15.60 $25.80 $100.00 $100.00 $1,485.00 $12.38 $181.50 $499.20 $100.00 $100.00 $4,236.48 ~-:-()ij()TATION PREPARATION: C) All quotations must be dated and signed with the firm's name and by a All pnces and quotations must be typed or written in ink. No erasures permitted. responsible officer or employee. Errors may IJc crm;sed out and corrections printed in ink or typed adjacent, and 2. SUBMITTING QUOTATION: must i;e initialed in ink by person signing quotation. !1) Ouote on each item separately ljones@co.fresno.ca.us. rJ) State brand or make on each item. If quoting on other than specified, state be make, model or brand being quoted and attach supporting literature to the A) Each quotation must be submitted on forms provided, via email to B) No quotation or corrections received after the closing time will considered. q:JOtation. 3. FAILURE TO QUOTE: If not quoting, return this sheet and state reason or your name may be removed from mailing list. sc~e :ilttp://www.co.fresno.ca.us/DepartmentPage.aspx?id=15087 for complete terms and conditions. G:\PUBLICIRFQ\FY 2014-15\926-5332 FACILITIES HAZARDOUS WASTE DISPOSAL\926-5332 FACILITIES HAZARDOUS WASTE DISPOSAL. DOC (PD-25) 8/11