R-04-05-27-16C2 - 5/27/2004 RESOLUTION NO. R-04-05-27-16C2
WHEREAS, the City of Round Rock desires to retain professional
services for household hazardous waste collection and disposal, and
WHEREAS, Philip Reclamation Services, Houston, Inc. has submitted
an Agreement for Household Hazardous Waste Collection Activities/Waste
Disposal Service, and
WHEREAS, the City Council desires to enter into said Agreement
and with Philip Reclamation Services, Houston, Inc. , Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City an Agreement for Household Hazardous Waste
Collection Activities/Waste Disposal Service with Philip Reclamation
Services, Houston, Inc. , a copy of same being attached hereto as
Exhibit "A" and incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
.public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended.
RESOLVED this 27th day of May, 2004 .
NY �WFJe,'Cityound Rock, Texas
AT ,
CHRISTINE R. MARTINEZ, City Secretary
@PFDesktop\::ODMA/WORLDOX/O:/WDOX/RESOLUTI/R40527C2.WPD/SC
CITY OF ROUND ROCK
AGREEMENT FOR HOUSEHOLD HAZARDOUS WASTE COLLECTION
ACTIVITIES/WASTE DISPOSAL SERVICE WITH PHILIP RECLAMATION
SERVICES HOUSTON INC (a wholly owned subsidiary of PSC)
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
That this Agreement for services for Household Hazardous Waste Collection
Activities/Waste Disposal Service (referred to herein as the "Agreement") is made and entered
into on this the day of the month of , 200_, by and between the CITY
OF ROUND ROCK, TEXAS, a home-rule municipality whose offices are located at 221 East
Main Street, Round Rock, Texas 78664 (referred to herein as the "City"), and Philip
Reclamation Services, Houston, Inc. whose offices are located at
(referred to herein as the
"Vendor"). This Agreement supersedes and replaces any previous agreement between the
named parties,whether oral or written, and whether or not established by custom and practice.
RECITALS:
WHEREAS, City desires to have Vendor provide services related to Household
Hazardous Waste Collection Activities and Waste Disposal; and
WHEREAS, City has issued its "Request for Quotations" for City to provide said goods,
and City has selected the Quote submitted by Vendor; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights,duties, and obligations;
NOW, THEREFORE:
WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration,the receipt and sufficiency of which are hereby acknowledged, the parties
mutually agree as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor setting
E::
1
forth the terms and conditions for the performance of the services by Vendor for City. The
Agreement includes the following: (a) City's Request for Quotation designated as RFQ
Specification Number 02-2004-2, attached hereto and made a part hereof as Exhibit "A"; (b)
Vendor's Response to RFQ consisting of Attachments A and B, attached hereto and made a part
hereof as Exhibit`B"; (c) the contract award; and (d) any exhibits, addenda, and/or amendments
thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving
preference in the following order:
(1) This Agreement;
(2) Vendor's Response to RFQ;
(3) City's Request for Quotation, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
D. Services mean the service identified in the RFQ, and any and all materials,
equipment and labor required to perform such service.
F. Vendor means Philip Reclamation Services, Houston, Inc , or any of its
successors, assigns, subsidiaries or affiliates.
2.01 EFFECTIVE DATE,DURATION,AND TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto and approved by the City Council, and shall remain in full force and effect unless and
until it expires by operation of the term stated herein, or until terminated or extended as provided
herein.
B. The Contract Period of this Agreement shall be for twelve months from the
Effective Date. Prices shall be firm for the duration of this Agreement, except as provided for
herein. This Agreement may be renewed for four (4) additional twelve-month contract periods,
provided both parties agree. Should Vendor not desire to renew this Agreement for any
additional contract period, Vendor shall provide City with written notice one hundred twenty
(120) days prior to expiration of the then current contract period. Should City not desire to
renew this Agreement for any additional contract periods, City shall provide Vendor with written
notice thirty(30)days prior to expiration of the then current contract period.
2
C. The City reserves the right to review the Vendor's performance at the end of each
twelve-month contract period and to cancel all or part of the Agreement (without penalty) or
continue the Agreement through the next period.
3.01 TRANSFER OF WASTE AND TITLE
Vendor shall inspect, and where desired, sample, the waste collected from City and
prepare an inventory form that indicates the contents of each container of waste. Vendor shall be
considered the Legal Generator of all waste removed from any site in the City pursuant to this
Agreement. Vendor to prepare the Generator's Waste Material Profile Sheet and any required
manifests. Vendor shall sign as Generator and shall not delegate this responsibility to any
subcontractor. Any storage, transportation or disposal of waste undertaken pursuant to this
Agreement shall comply with all applicable local, state or federal regulations and laws. No
transporter or disposal facility shall be utilized if said transporter or facility is not in compliance
with any permit, rule or regulation of the EPA, U.S. Department of Transportation, the Texas
Railroad Commission, the Texas Commission on Environmental Quality or any other regulatory
authority or agency. All wastes collected, transported and disposed of shall be in accordance
with the terms and schedules set forth in Exhibit B.
4.01 ITEMS AWARDED
All quote items on Exhibit`B" are awarded to Vendor. All quantities shown on Exhibits
A and B are estimates only and no guarantee of a minimum or maximum purchase is made or
implied.
5.01 COSTS
Quote costs listed on Exhibit `B" shall be the basis of any charges collected by Vendor.
Costs shall be firm for the duration of this Agreement and any optional extension periods.
6.01 INVOICES
All invoices shall include, at a minimum,the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates.
3
7.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty(30) days of the day on which the performance of services was
complete, or within thirty (30) days of the day on which City receives a correct invoice for the
performance of the services, whichever is later. Vendor may charge a late fee of one percent
(1%) for payments not made in accordance with this Prompt Payment Policy; however, this
Policy does not apply to payments made by City in the event:
A. There is a bona fide dispute between City and Vendor concerning the Services
performed which causes the payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between any of the parties and subcontractors or
between a subcontractor and its suppliers concerning supplies, materials, or
equipment delivered or the services performed which causes the payment to be
late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
4
r
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the Services as specified, City reserves the right and option to
obtain the Services from another vendor or vendors.
12.01 INSURANCE
Vendor shall provide City with an insurance certificate evidencing Vendor's insurance
coverage in accordance with Exhibit "C" attached hereto and made a part hereof. Vendor shall
provide City with renewal insurance certificates during the entire term of the Agreement and any
optional extensions.
13.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Tracy Herring
City of Round Rock, Environmental Services Division
Round Rock, Texas 78664
512-218-5559,Fax: 512-341-3316
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
parry's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made,then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified Services elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re-advertisement of the Service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
5
r
B. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
16.01 TERMINATION AND SUSPENSION
A. Either party has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to the other
ply.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause,upon ten(10) days' written notice to Vendor.
C. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all Services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the Services satisfactorily performed under this
Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if
undisputed. The parties agree that Vendor is not entitled to compensation for Services it would
have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees to the extent arising out of, or incident to, concerning or resulting from the
negligent or willful acts or omissions of Vendor, or Vendor's agents, employees or
subcontractors, in the performance of Vendor's obligations under this Agreement, no matter
how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of
City or Vendor (including, but not limited to the right to seek contribution) against any third
party who may be liable for an indemnified claim.
18.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
Vendor, its agents, employees and subcontractors shall use best efforts to comply with all
applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as
amended, and with all applicable rules and regulations promulgated by local, state and national
boards,bureaus and agencies.
6
r
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Philip Services Corporation
ATTN: Legal Dept.
5151 San Felipe, Suite 1600
Houston, Texas 77056
AND TO:
Philip Reclamation Services
ATTN: Mykl Wallrath
4050 Homestead RD
Houston,TX 77028
Notice to City:
James Nuse, City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock,TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
8
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing.
23.01 DISPUTE RESOLUTION
If a dispute or claim arises under this Agreement, the parties agree to first try to resolve
the dispute or claim by appropriate internal means, including referral to each party's senior
management. If the parties cannot reach a mutually satisfactory resolution, then and in that event
any such dispute or claim will be sought to be resolved with the help of a mutually selected
mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator
and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney
fees, associated with the mediation shall be shared equally by the parties.
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the Services, responsibilities and duties specified herein and
that such Services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However,notice of such impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
CITY OF ROUND ROCK,TEXAS ATTEST:
By:
Nyle Maxwell,Mayor Christine R.Martinez, City Secretary
Date Signed: Date Signed:
PHILIP RECLAMATION SERVICES,HOUSTON,INC
By:
i
Printed Name:
Title: C, r,,,,,��,�-•
Date Signed: `r/ a 3/ GL(
i
CITY OF ROUND ROCK
l
SPECIFICATION NO
02-2004-2
Request for Quotation (RFQ) Feb 2004
HOUSEHOLD HAZARDOUS WASTE COLLECTION
PART I
GENERAL
1. PURPOSE: The City seeks to establish an agreement with a reliable and
qualified Contractor to provide the following services for a Permanent
Household Hazardous Waste Collection Facility.
THESE SERVICES SHALL INCLUDE:
1.1 Training for City of Round Rock personnel on categorization,
segregating, packaging and spill remediation of household hazardous
waste (HHW) .
1.2 Containers and packing materials for the transportation of
household hazardous waste.
1.3 Transportation and disposal of household hazardous wastes for a
permanent HHW facility on scheduled pick up dates.
1.4 The successful contractor shall assume generator status.
2. DEFINITIONS: The following definitions will be used for identified
terms throughout the specification and bid document:
2.1. Agreement - A mutually binding legal document obligating the
Contractor to furnish the materials, goods, equipment or services,
and obligating the City to pay for the same.
2.2. Bidder identified throughout this specification shall describe
persons and entities that consider themselves qualified to provide
materials, goods, equipment and services.
2.3. City - Identifies the City of Round Rock, Williamson County,
Texas.
2.4. Contractor - A person or business enterprise providing goods,
equipment, labor and/or services to the City as fulfillment of
obligations arising from a solicitation and/or agreement.
2.5. Purchase Order - A mutually binding legal document obligating the
Contractor to furnish the goods, equipment or services, and
obligating the City to pay for the same.
2.6. Subcontractor - Any person or business enterprise providing goods,
equipment, labor, and/or services to a Contractor if such goods,
equipment, labor, and/or services are procured or used in
fulfillment of the Contractor's obligations arising from a
contract with the City.
PART II
GENERAL CLAUSES AND CONDITIONS
1. PAST PERFORMANCE: All vendors will be evaluated on their past
performance and prior dealings with the City to include, but not limited
EXHIBIT
D
"All
SPECIFICATION 2
NO. 02-2004-2
to, failure to meet specifications, poor quality, poor workmanship, late
delivery.
2• ABANDOMEM OR DEFAULT: A Contractor who abandons or defaults the work
on the contract and causes the City to purchase the services elsewhere
may charged the difference in cost if any and will not be considered
in the re-advertisement of the service and may not be considered in
future bids for the same type of work unless the scope of work is
significantly changed.
3. COMPLIANCE WITH LAWS: The successful bidder shall comply with all
federal, state, and local laws, statutes, ordinances, rules and
regulations, and the orders and decrees of any court or administrative
bodies or tribunals in any matter affecting the performance of the
resulting contract,. including without limitation, workers' compensation
laws, minimum and maximum salary and wage statutes and regulations, and
licensing laws and regulations. When requested, the Contractor shall
furnish the City with satisfactory proof of its compliance.
4. INDEMNITY: Contractor shall indemnify, save harmless and defend the
City, its officers, agents, servants, and employees from and.against any
and all suits, actions, legal proceedings, claims, demands, damages,
costs, expenses, attorney's fees and any and all other costs or fees
incident to the performance of the resulting contract and arising out of
a willful or negligent act or omission of the Contractor, its officers,
agents, servants and employees.
5. LIENS: Contractor agrees to and shall indemnify and save harmless the
City against any and all liens and encumbrances for all labor, goods and
services which may be provided under the resulting contract. At the
City's request the Contractor or subcontractors shall provide a proper
release of all liens or satisfactory evidence of freedom from liens
shall be delivered to the City.
6. VENUE: Both the City and the Contractor agree that venue for any
litigation arising from a resulting contract shall lie in Williamson
County.
7. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor
shall not be considered an employee of the City. The Contractor shall
not be within protection or coverage of the City's Worker' Compensation
insurance, Health Insurance, Liability Insurance or any other insurance
that the City from time to time may have in force and effect.
8. INVOICING: Contractor shall submit one original and one copy of each
invoice n a monthly basis to the following address:
City of Round Rock
Environmental Services
2008 Enterprise Drive
Round Rock, TX78664-5299
9. PROMPT PAYMENT POLICY: Payments will be made within thirty days after
the city receives the supplie.$, materials, equipment, or the day on
which the performance of services was completed or the day on which the
City receives a correct invoice for the supplies, materials, equipment
SPECIFICATION 3
NO. 02-2004-2
or services, whichever is later. The Contractor may charge a late fee .
(fee shall not be greater than that which is permitted by Texas law) for
payments not made in accordance with this prompt payment policy;
however, this policy does not apply to payments made by the City in the
event:
9.1. There is a bona fide dispute between the City and Contractor
concerning the supplies, materials, services or equipment
delivered or the services performed that causes the payment to be
late; or
9.2. The terms of a federal contract, grant, regulation, or statute
prevent the City from making a timely payment with Federal Funds;
or
-9.3. The is a bona fide dispute between the Contractor and a
subcontractor or betweena subcontractor and its suppliers
concerning supplies, material, or equipment delivered or the
services performed which caused the payment to be late; or
9.4. The invoice is not mailed to the City in strict accordance with
instructions, if any, on the purchase order or contract or other
such contractual agreement.
10. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims
for overcharges associated with this contract which arise under the
. . antitrust laws of the Untied States, 15 USGA Section 1 et sec ., and
which arise under the antitrust laws of the State of Texas, Bus. and
Com. Code, Section 15.01, et seg.
PART III
SPECIFICATION
SPECIAL PROVISIONS
1.0 Bidder Requirements: The successful bidder shall:
1.1 Have been directly responsible for the performance of at least two
(2) household hazardous waste collection events or two (2)
hazardous waste collections involving direct contact with the
general public who are not hazardous waste generators as defined
in 40 CFR.
1.2 Comply with all federal, state and local regulations concerning
hazardous waste operations. No transporter or disposal facility
shall be utilized if said transporter or facility is not in
compliance with any permit, rule or regulation of the U.S.
Environmental Protection Agency (USEPA), the Texas Commission of
Environmental Quality(TCEQ) , the Texas Railroad Commission (RRC) ,
the U.S. and Texas Departments Of Transportation (DOT) , or any
other regulatory authority or agency. This requirement applies to
all subcontractor utilized in the performance of this service.
1.3 Not be in default nor currently past due on any debt owed to the
City of Round Rock.
1.4 Divulge any and all environmental violations for which it was
cited during the last five calendar years. Provide this
information as an attachment to the official bid.
SPECIFICATION 4
NO. 02-2004-2
1.5 Submit a list of all subcontractors to be utilized in the
performance of this service.
1.6 Obtain and maintain during the term of the Contract and subsequent
amendments, at no additional charge to the City of Round Rock, all
licenses, permits, authorizations, or any documents required by
federal, state, county and municipal governments and other
authorities so that the PERFORMING PARTY may conduct the work
necessary to fulfill the requirements of the Contract.
1.7 Complete an inventory form that indicates the contents of each lab
pack and the contents of the bulk packs transferred. from the
collection site to authorized storage, treatment or disposal
facilities. Within seven (7) days following the scheduled pick up
dates one legible copy of each form shall be submitted to the City
of Round Rock's Project Representative under this Contract and
shall be attached hereto and incorporated herein as Exhibit C to
this Contract.
1.8 Establish and implement a procedure according to regulations
contained in 40 CFR 262,11 to identify unknown or partially
identified wastes. This procedure .shall at a minimum consist of
the following:
(1) Open and sample containers holding unknown or partially
identified wastes.
(2) Identify the wastes at the collection site or elsewhere in
sufficient detail to permit safe transportation in
accordance with applicable regulations.
(3) Identify the wastes at the collection site or elsewhere in
sufficient detail to permit proper disposal
1.9 PERFORMING PARTY shall train City of Round Rock personnel to
properly categorize, segregate and package wastes to ensure the
material meets applicable requirements for the transportation of
wastes. Spill remediation training will also be provided by the
PERFORMING PARTY. It shall also be the duty of the PERFORMING
PARTY to prepare the Generator's Waste Material Profile Sheet and
any required manifests. These documents shall be complete and
shall contain the necessary and appropriate signatures. The
PERFORMING PARTY shall sign as "generator" and the PERFORMING
PARTY or its subcontractor shall sign as transporter" of the
waste.
The. PERFORMING PARTY shall be considered the Legal Generator of
all waste removed form the site pursuant to this Contract. The
PERFORMING PARTY shall not delegate this responsibility to any
subcontractor. Being considered legal generator of waste removed
form the site includes, but is not limited to, the PERFORMING
PARTY:
(1) being listed as the legal generator on block 3 of the
Uniform Hazardous Waste Manifest for such wastes which are
subject to manifesting under state or federal law.
(,2) signing block 16 (Generator Certification) of the.Hazardous
Waste Manifest, where applicable, for any class waste
transported from the site, certifying proper classification,
packaging, labeling and shipping of the waste; and,
(3) signing the TCEQ-0757 form as the generator/representative
for the PERFORMING PARTY as the generator when the use of
that form is required by law.
SPECIFICATION 5
NO. 02-2004-2
Any storage, transportation or disposal of hazardous or
nonhazardous waste undertaken by the PERFORMING PARTY or
subcontractors under this Agreement shall comply with all
applicable local, state or federal regulations and law. No
transporter or disposal facility shall be utilized if said
transporter or facility is not in compliance with any permit, rule
or regulation of the EPA, US Department of Transportation, the
Texas Railroad Commission, the TCEQ or any other regulatory
authority or agency.
1.10 .The PERFORMING PARTY shall store wastes at its storage facility,
the PERFORMING PARTY shall store the wastes in compliance with the
requirements of the hazardous waste rules, 30 Texas Administrative
Code Chapter 335, and local fire codes and ordinances. The
PERFORMING PARTY shall continue to store the wastes at the storage
facility, in accordance with these requirements, until authorized
to ship the wastes from the facility.
1.11 The PERFORMING PARTY shall treat or stabilize wastes, or perform
laboratory analyses on unidentified or partially identified
wastes, the PERFORMING PARTY shall treat, stabilize and analyze
the waste in compliance with the requirements of the hazardous
waste rules, Title 30 Texas Administrative Code Chapter 335.
1.13 Make and implement all arrangements needed for the proper disposal
of the wastes received during the scheduled pick up dates subject
to the provision in the last sentence of this paragraph. The
disposition of the wastes collected shall be by direct
transportation from the collection site to a licensed TSD
(Transportation, Storage and Disposal) facility authorized under
the Resource Conservation and Recovery Act (RCRA) , subject to
approval by to the City of Round Rock's Project Representative. In
addition, said disposal facility shall be free of any pending
enforcement or compliance proceedings with the EPA, TCEQ, or other
local and state regulatory agencies. If the wastes will be
disposed of outside of the State of Texas, the PERFORMING PARTY
shall indicate these facilities on Exhibit E to this Contract in
accordance with Attachment B to this Contract (relating to
Schedule of Deliverables) . Any facilities listed in Exhibit E of
this Contract by the PERFORMING PARTY are subject to approval by
to the City of Round Rock. Wastes that cannot be incinerated will
be authorized for disposal at a permitted hazardous waste
landfill. All wastes collected under the terms of this Contract
shall ultimately disposed of on or before the date referred to in
Attachment B to this contract (relating to Schedule of
Deliverables) . The EPA and TCEQ Identification Numbers for the
collection activities shall be submitted in accordance with
Attachment B to this Contract (relating to Schedule of
Deliverables), and shall be attached hereto and incorporated
herein as Exhibit F. These numbers will be used to identify and
treat collected wastes.
.1.14 Supply spill control materials and employees trained to initiate
immediate corrective action in the case of a spill or release
associated with the scheduled HHW pick up dates. . The preparedness
shall include the management and recovery of any unplanned spill
or release of wastes into the environment. These trained employees
SPECIFICATION 6
NO. 02-2004-2
shall also serve as chemists and/or technicians are referenced in
Attachment A. Documentation of training must be submitted in
accordance with Attachment B to this contract (relating to
Schedule of Deliverables) .
2.0 Scope of Services - General
2.1 The City of Round Rock will' be operating a Household Hazardous
Waste Collection Facility beginning in May 2004.
2.2 All collection events will be held at the City of Round Rock
Recycling Center located at 310 Deepwood Drive in Round Rock, Texas.
2.3 Not accept any nonconforming wastes during the scheduled pick up
dates. Nonconforming wastes are listed in Exhibit D attached
hereto and incorporated herein by reference.
3.0 Scope of Services - Specific
The Performing Party shall provide the following:
(a) Training to City of Round Rock personnel (up to 5 staff members)
in proper categorization, segregation and packaging techniques for
Household Hazardous Waste Collection activities.
(b) Spill remediation procedures in reference to HHW.
(c) Adequate number of collection containers and required labels for
the City of Round Rock to package HHW and to bulk latex and
aerosol spray paint.
(d) Drums and collection containers to be delivered as specified in
Attachment B( Schedule of Deliverables) .
(e) Assume generator status of HHW picked up from the City of Round
Rock HHW facility.
(f) Transportation of containers of HHW to a licensed TSD facility.
(g) Disposal of HHW.
City of Round Rock shall:
(a) Conduct HHW collections independent of Contractor.
(b) Categorize, segregate and package HHW.
(c) Contact contractor when disposal is necessary.
For scheduled HHW Pick Up Dates
The Performing Party .shall provide the following:
(a)Adequate number of personnel on scheduled HHW pickup days ( disposal
chemists and/or technicians) who must have completed, at a minimum,
40- hour hazardous materials certification training and physically
SPECIFICATION 7
NO. 02-2004-2
worked on three (3) chemical waste collection jobs (with references) ,
to perform all segregation, inventorying, packaging bulking,
manifesting and transportation activities .for the collected wastes.
Documentation and references for all personnel must be submitted in
accordance with Attachment B to this RFQ (relation to Schedule of
Deliverables), and shall be attached hereto and incorporated herein
as Exhibit B.
(b) Project Representative, as indicated in Attachment D, Article 18
of this Contract (relating to Project Representatives) . The
Project Representative shall review proposed collection site
procedures, shall attend meetings which will take place following
award of this Contract and .prior to the collection date, and shall
oversee the operations being conducted by the PERFORMING PARTY and
any of its subcontractors.
(c) All equipment necessary to properly unload, handle, weigh,
identify unknowns or partially identified wastes, properly
package, label, and transport all collected wastes.
(d) All personal protective equipment required by all local, state
and federal regulations for hazardous waste operations.
(e) Shall pick up for transport and disposal all HHW collected by
the City of Round Rock. .
City of Round Rock shall provide:
(a) John Deere skid loader with fork lift attachment.
3.1 The HHW collection facility will serve approximately 73,000
persons. Participation is expected to serve 800 to 1000 households
annually. It is estimated that six (6) tons of (prepackaged waste
weight) hazardous waste will be collected annually. All bids shall
be based on this anticipated total tonnage of waste as calculated
using prepackaged waste weight.
3.3 The scheduled pick up dates will be determined as the amount of
waste for disposal accumulates. The City of Round Rock will
notify a minimum of seven to ten working days prior to pick up.
3.4 The City of Round Rock will sort out all nonhazardous waste,
automotive products, latex paint, batteries, reusable pesticides,
herbicides and other material received during the collection
events.
3.5 The City or Round Rock shall accept only residential quantities
HHW from participants.
3.6 The City of Round Rock shall not accept nonconforming wastes
during collection activities. Nonconforming wastes are listed in
Exhibit D attached hereto and incorporated herein by reference.
4.0 Costs
.4.1 All prices_ shall include: hazardous waste training, waste
analyses, packaging, transportation, storage, disposal, required
reporting, labor, per diem, travel and all necessary equipment,
supplies, and services.
SPECIFICATION 8
NO. 02-2004-2
.4.2 Per ton disposal costs shall be based on prepackaged waste weight.
These costs shall be all inclusive (packaging, containers,
transport, disposal identification.
4.3 Unit prices must be submitted for all required equipment and
services listed below. The City of Round Rock's Project
Representative may require increases or decreases in the
quantities of items designated with (*) during the collection
program. See attachment A.
5.0 Additional Information
5.1 The City of Round Rock prefers that deep well injection not be
utilized as a method of disposal for any wastes collected at this
event.
6.0 The following items shall be submitted with the Bid Proposal on or
before Friday, February 27, 2004:
6.1 Attachment A Bid Tab
6.2 Attachment B Schedule of Deliverables
6.3 Exhibit A Disposal Chemist Documentation
6.4 Exhibit B Technicians Documentation
6.5 Exhibit D Nonconforming Wastes
6.6 Exhibit E Commercial Hazardous and Solid Waste Management
Facilities Outside the State of Texas
6.7 Exhibit G Comptroller of Public Account; Certificate of
Good Standing
6.8 Exhibit J List of Subcontractors
6.9 Exhibit K Proof of Insurance
6.10 Exhibit L Project Representatives
The bid packet should be sent to:
Tracy Herring
City of Round Rock
Environmental Services
2008 Enterprise Drive
Round Rock, TX 78664
Direct questions to
512) 218-5559
tracyh@round-rock.tx.us
These Special Provisions, the attached form, Attachments A-B, and Exhibits A-L
are incorporated herein, and shall be a part of any contract resulting from
this specification.
SPECIFICATION 9
NO. 02-2004-2
The City of Round Rock reserves the right to cancel the collection activities
if all bids received exceed the City of Round Rock budget for this program.
PART V
AGREII4:NT TERMS AND CONDITIONS
1.0 AGREEMENT: The agreement resulting from this RFQ shall be for one
twelve-month period from the date of award with the option thereafter to
extend four additional twelve-month periods. Prices shall be firm for
the duration of the contract and extension periods, except as otherwise
provided for herein.
2.0 ORDER QUANTITY: The quantities shown on the RFQ are estimates only. No
guarantee of any minimum or maximum purchase is made or implied. The
City will only order the .amount needed to satisfy operating
requirements, which may be _more or less than indicated.
3.0 PRICE ADJUSTMENT: The City may permit 'unit price" adjustments upward,
only as a result of a cost increase is justified. Any price increase
shall be requested by the contractor in writing and accompanied with the
appropriate documentation to justify the increase. The Contractor may
offer price decreases at any time.
4.0 CANCELLATION:_ Either party may cancel the contract, without penalty, by
providing 30 days prior written notice to the other party. Termination
shall not relieve the Contractor of any obligation or liability that has
occurred prior to cancellation. NOTE: This contract is subject to
cancellation, without penalty, at any time the City deems the Contractor
to be non-compliant with contractual obligations.
4.1 The contract may be canceled if three major complaints of
substandard performance are received in the same month from the same
division/department. The City retains the right to determine what
constitutes a major complaint.
5.0 NON-APPROPRIATION: The contract resulting from any quote using these
specifications is. a commitment of the City's current revenues only. It
is understood and agreed that the City has the right to terminate this
contract at the end of any City fiscal year, if the governing body of
the City does not appropriate funds sufficient to purchase the estimated
yearly service, as determined by the City's budget for the fiscal year
in question. The City may effect such termination by giving Vendor a
written notice of termination end of its then current fiscal year.
6.0 CONTRACT ADMINISTRATOR: All work performed under this contract_ will be
supervised and verified by the City's designee noted below.
Tracy Herring at 512-218-5559
PART VI.
ATTACHMENTS
1.0 Attachments A and B
2.0 Exhibits A-L
Attachment A Quote Tab
1 Flani nabie Liquid lab pack•, 550 $ 5 $
2 Flammable Liquid Poison lab pack.,.z3 55 gal $ 12 $.
3 Corrosive Liquid Aad lab parck''" 30 gal $ 3 $
4 Caustic Alkaline Liquid lab pack•'z' 30 gal $ 2 $
5 Poison Sold lab pack•12-3 55 gal $ 4 $
6 Sodium Hydroxide lab pack•' 3 30 gal $ 1 $
7 01 based pant in cans"1 Z3 Hb $ 20 $
8 Latex paint bugged'n 55 gallon drums.,2 3 $ $ $
9 Aerosol Spray Pant(liquid only) $ 1 $
10 Aerosol Cans lab pack''�3 $ 3 $
11 Mercury debris lab pack""3 $ 2 $
12 Oxidizers''z3 30 gal $ 5 $
Above Prices are to include all waste
transportation,identifaiciton,disposal, packaging charges
13 John Deer:skid loader with Provided by city of Round Rock $0
fork lift attachment,drum dolle
14 Hazardous Materials Training for City staff per Penson $ 5 $
(Categorkatian,section and packaging of HHW)
15 Number of Field Personnel $ $
Per Pick Up Event per Hour
$ $
$ $
$
Denotes items where actual quantities may vary above or below bid quantity
' In the evert that the estimated prepackaged waste weight is surpassed at the collection evert,the additional waste weight exceeding
the estimated waste weight shall be btiled for the Mowing only:per mile waste transportation charge,ton/day waste storage charge,
per ton waste incineration and/or landfriMng charge,and tec,rlcian and disposal chemic labor charges per hour.
2 Unk price for transportation is needed In the event that free stooge or disposal is secured by City of Round Rock Transportation crit
costs will be used to detemine transportation costs owed to the Performing Party for transportation to a third party storage or
disposal facility.
3 The waste incineration and waste landfilling per ton costs shall include all material necessary for the proper packaging and
transport of all wastes collected.
Vendor Signature Date pne 1 of,
ATTACHMENT B
SCHEDULE OF DELIVERABLES
DATE ITEM
Due by March 5,2004 Attachment A -Bid Tab
Attachment B-Schedule of Deliverables
To Be Exhibit A-Disposal Chemists'Documentation
Submitted Exhibit B-Technicians'Documentation
with Quote
Exhibit E-Waste facilities outside of Texas
To Be Exhibit G-Certificate of Good Standing
Submitted Exhibit J-List of all subcontractors
with Quote Exhibit K-Proof of Insurance Exhibit L=Project Representatives
Exhibit L-Project Representatives
On or before Provide necessary training to up to 5 City of Round Rock staff members on the
April 23,2004 proper categorization, segregating and packaging of HHW.
On or before May 1,2004 Provide necessary collection containers for HHW collection activities
(This will include 8 open head drums with 2"bungs for paint bulking)
On or before May 1,2004 Submit EPA and TCEQ Hazardous Waste Site ID Numbers in accordance Exhibit F
On or before May 1,2004 Operational Plan for the collection site in accordance with Exhibit I
Dates to be determined Conduct transport and disposal services on scheduled HHW Pick Up dates
(Pick up dates will occur quarterly with dates to be determined)
Drop of additional containers/supplies for proper categorization, segregation and
packaging of HHW
Within 14 days of Claims Release documentation with exhibit H.
Scheduled'HHW Pick Copies of Inventory/Packing Forms/Waste Manifests and HHW Data Information
Up Date with Exhibit C.
Final dis osal of all wastes shall be completed and invoice for payment mailed.
Performing Party Signature Date
Attachment B
Page 1
TABLE OF EXHIBITS
Exhibit A Disposal Chemists'Documentation(Must be submitted with the RFQ
Exhibit B Technicians'Documentation(Must be submitted with the RFS
Exhibit C Inventory/Paddng Forms/Hazardous Waste Manifests
Exhibit D Nonconforming Wastes(Provided by City of Round Rock)
Exhibit E Commercial Hazardous and Solid Waste Management Facilities Outside the
State of Texas{Must be submitted with the RFS
Exhibit F EPA and TNRCC Identification Numbers
Exhibit G Comptroller of Public Accounts;Certificate of Good Standing(Must be
submitted with the RFS
Exhibit H Release of All Claims
Exhibit I Operational Plan for the Event(include Health and Safety Plan)
Exhibit J List of Subcontractors(Must be submitted with the RFS
Exhibit K Proof of Insurance(Must be submitted with the RFS
Exhibit L Project Representatives(Must be submitted with the RFQ)
EXHIBIT A
DISPOSAL CHEMISTS' DOCUMENTATION
(to be provided by the PERFORMING PARTS
Vendor Signature Date
EXIT B
TECHMCIANS' DOCUMENTATION
(to be provided by the PERFORMING PART
Vendor Signature Date
EXHIBIT C
INVENTORY/PACKING FORMS
(to be provided by the PERFORNUNG PART
Vendor Signature Date
EXHIBIT D
NONCONFORMING WASTES
The following products and wastes sball not be accepted at the collection event
1. Explosive or potentially shock sensitive materials.
2. Herbicides containing 2,4,5-T and Silvex
3. Fertilizers and Nutrients that are neither hazardous nor contain pesticide admixtures.
4. Products containing Pentachlorophenol.
5. Biological,etiologic,infectious materials and medical wastes.
6. Radioactive materials.
7. Any other wastes which the Project Representatives deem unacceptable.
City of Round Rock Date
EXHIBIT E
Commercial Hazardous Waste and Solid Waste Management Facilities
Outside the State of Texas
(to be provided by the PERFORMING PARTY)
Vendor Signature Date
EXHIBIT F
EPA AND TNRCC IDENTIFICATION NUMBERS
(to be provided by the PERFORMING PARTY
Vendor Signature Date
EXHIBIT d
LIST OF SUBCONTRACTORS
(to be provided by the PERFORMING PARTY)
Vendor Signature Date
EXHIBIT K
PROOF OF INSURANCE
(to be provided by the PERFORMING PARTY
Vendor Signature Date
EXHIBIT L
PROJECT REPRESENTATIVES
(to be provided by the PERFORMING PARTY)
Vendor Signature Date
Exhibit L
DESIGNATION OF PROJECT REPRESENTATIVES AND LOCATIONS FOR RECORD ACCESS
AND REVIEW
(a) The City of Round Rock hereby designates the individual named below as the person authorized
to give direction to the CONTRACTOR as a Project Representative of the City of Round Rock:
Tracy L.Herring
City of Round Rock
2008 Enterprise Drive
Round Rock,TX 78664
Telephone No.(512)218-5559
Fax No.(512)341-3316
Email tracyh around-ro&tx,us
(b) The CONTRACTOR hereby designates the individual named below as the person authorized to
receive direction from the City of Round Rock,to manage the work being performed,and to act
on behalf of the CONTRACTOR as a Project Representative:
(c) The CONTRACTOR designates the following location for record access and review pursuant to
Article 17 of the Contract or any other applicable provision:
EXHIBIT
Quote Tab
1, F ble liquid quid lab pa*A" 55 gall $185-00 5 $ 925.00
2 FianWnaW t iqW Poison Fab pack#1A3 5s gal $185-00
12 $ 2220.00
3 Liquid Acid lab pa& 30 gm $145.00 3 $435.00
4 Caustic Aimum liquW lab pack 30 gal $145.00 2 $ 290.00
5 Poison Solid lab pads 55 gd $185.00 4 $7 4 0.00
6 Sockn Hydro"lab pack.1" 30 gd $14 5.0 0 1 $ 145.00
7 oil based paint in cans 9" �'box $3 7 0.0 0 20 $7 4 0 0.0 0
8n� °"w `1z' 55901 $90.00 8 $720.00
9 Aerosol Pakht 01M 55 gal $ 90.00 1 $90.00
10P- transPOrtation.
Aerosol Cans lab-pack au ss gal $ 21'0.00 . 3 $630.00
Mercurydebrislapack''• ' S9� $ 2ottidmers''A' 3p ga . $ 0 5 $1075.00
Above Prices are to inclutde all waste
identifaiciton.disposal, packaging charges
13 John Deere skid loader with Provided by City of Rorard Roar ;O
fork lift attachment,drum dolle
14 Hazardous Materials Training for City staff per Person
$
( ,segregation and of HtIM -215.00 5 $1075.00
15 Number or Field peisorwId 2 $ 80. 0 0• 1 $ 80.00'
Per Pick Up Event 1 chemist/1 tech) Perms
$ $
$ 16, 145.00
Denotes lems where actual quantities may vary above or below bid quantity
In the em t that the estimated prepackaged waste weight is wed at.ft collection rent,the ad&mnal waste weight aceeda>g
to estimated waste weight ahai be tiled for the tvlowing OW. 'Per mle waste transportation charge,tor.Vday waste storage charge.
Per tan waste incineration am t kndMV charge.and technician and disposal chemist Faber dwrges per hotr.
2 Unit price for transportation is needed in the event Itwt free stArage or disposal is secured
by City of Round Rock.Tra ngmta m unit
As WE be used to detern*w transportation costs owed to the Perfom ft Party for transportation lo a third party storage or
disposal facility.
3 The wane irrckheraEhioe and waste Farhdfilahg iter ton costs sthaii in kjde al nwterial necessary for the proper packaging and
transport of al wastes coleded.
Vendor Signature Date
v>vx r a r
EXHIBIT C
1. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the
duration of the Agreement or purchase order resulting from a response to this Invitation to
Bid/Specification insurance against claims for injuries to persons or damages to property
which may arise from or in connection with the performance of the work as a result of this
bid by the successful bidder, its agents, representatives, volunteers, employees or
subcontractors.
1.1. Certificates of Insurance and endorsements shall be furnished to the City and
approved by the City before work commences.
1.2. The following standard insurance policies shall be required:
1.2.1. General Liability Policy
1.2.2. Automobile Liability Policy
1.2.3. Worker's Compensation Policy
1.3. The following general requirements are applicable to all policies:
1.3.1. Only insurance companies licensed and admitted to do business in the State
of Texas shall be accepted.
1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable
only on a per occurrence basis for property damage only.
1.3.3. Claims made policies shall not be accepted, except for Professional Liability
Insurance.
1.3.4. Upon request, certified copies of all insurance policies shall be furnished to
the City
1.3.5. Policies shall include,but not be limited to,the following minimum limits:
1.3.5.1-Minimum Bodily Injury Limits of$300,000.00 per occurrence.
1.3.5.2.Property Damage Insurance with minimum limits of$50,000.00 for
each occurrence.
1.3.5.3.Automobile Liability Insurance for all owned, non-owned, and hired
vehicles with minimum limits for:
1.3.5.3.1. Bodily Injury of $100,000.00 each person, and
$300,000.00 for each occurrence, and
1.3.5.3.2. Property Damage Minimum limits of$50,000.00 for each
occurrence.
1.3.5.4.Statutory Worker's Compensation Insurance and minimum
$100,000.00 Employers Liability Insurance.
1.3.6. Coverage shall be maintained for two years minimum after the termination
of the Agreement.
1.4. The City shall be entitled, upon request and without expense, to receive copies of
insurance policies and all endorsements thereto and may make reasonable request
for deletion, revision, or modification of particular policy terms, conditions,
limitations, or exclusions (except where policy provisions are established by law
or regulation binding either of the parties hereto or the underwriter of any of such
policies). Upon such request by the City, the Vendor shall exercise reasonable
efforts to accomplish such changes in policy coverage and shall pay the cost
thereof. All insurance and bonds shall meet the requirements of the bid
specification and the insurance endorsements stated below.
1.5. Vendor agrees that with respect to the required insurance, all insurance contracts
and certificate(s) of insurance will contain and state, in writing, on the certificate
or its attachment, the following provisions:
1.5.1. Provide for an additional insurance endorsement clause declaring the
Vendor's insurance as primary.
1.5.2. Name the City and its officers, employees, and elected officials as
additional insured's, (as the interest of each insured may appear) as to all
applicable coverage.
1.5.3. Provide thirty days notice to the City of cancellation, non-renewal, or
material changes
1.5.4. Remove all language on the certificate of insurance indicating:
1.5.4.1.That the insurance company or agent/broker shall endeavor to
notify the City; and,
1.5.4.2.Failure to do so shall impose no obligation of liability of any kind
upon the company, its agents, or representatives.
1.5.5. Provide for notice to the City at the addresses listed below by registered
mail:
1.5.6. Vendor agrees to waive subrogation against the City, its officers,
employees, and elected officials for injuries, including death, property
damage, or any other loss to the extent same may be covered by the
proceeds of insurance.
1.5.7. Provide that all provisions of this Agreement concerning liability, duty,
and standard of care together with the indemnification provision, shall be
underwritten by contractual liability coverage sufficient to include such
obligations within applicable policies.
1.5.8. All copies of the Certificate of Insurance shall reference the project name,
bid number or purchase order number for which the insurance is being
supplied.
1.5.9. Vendor shall notify the City in the event of any change in coverage and
shall give such notices not less than thirty days prior notice to the change,
which notice shall be accomplished by a replacement Certificate of
Insurance.
1.5.10. All notices shall be mailed to the City at the following addresses:
Assistant City Manager City Attorney
City of Round Rock City of Round Rock
221 East Main Street 309 East Main Street
Round Rock,TX 786645299 Round Rock,TX 78664
1.6. Approval, disapproval, or failure to act by the City regarding any insurance
supplied by the Vendor shall not relieve the Vendor of full responsibility or
liability for damages and accidents as set forth in these requirements. Neither
shall bankruptcy, insolvency, or denial of liability by the insurance company
relieve the Vendor from liability.
1.7. If the Vendor employs, contracts with or otherwise permits any other individual or
entity to perform any of the obligations of the Vendor, then any and all of these
individual or entities shall be bound by the same insurance requirements as the
successful bidder.
2. WORKERS COMPENSATION INSURANCE: Texas Labor Code, Section 406.098
requires workers' compensation insurance coverage for all persons providing services on
building or construction projects for a governmental entity.
2.1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the Texas Workers' Compensation
Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or
TWCC-84), showing statutory workers' compensation insurance coverage for the
person's or entity's employees providing services on a project, for the duration of
the project.
2.2. Duration of the project - includes the time from the beginning of the work on the
project until the Vendor's/person's work on the project has been completed and
accepted by the City.
2.3. Persons nrovidine services on the project ("subcontractor") in Section 406-096
includes all persons or entities performing all or part of the services the Vendor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the Vendor and regardless of whether that person has employees. This
includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or
employees of any entity, which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering equipment
or materials, or providing labor, transportation, or other service related to a project.
"Services"does not include activities unrelated to the project, such as food/beverage
vendors,office supply deliveries,and delivery of portable toilets.
2.4. The Vendor shall provide coverage,based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, that meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all employees of the
Vendor providing services on the project,for the duration of the project.
2.5. The Vendor must provide a certificate of coverage to the City prior to being awarded
the Agreement.
2.6. If the coverage period shown on the Vendor's current certificate of coverage ends
during the duration of the project, the Vendor must, prior to the end of the coverage
period, file a new certificate of coverage with the City showing that coverage has
been extended.
2.7. The Vendor shall obtain from each person providing services on a project, and
provide to the City:
2.7.1. A certificate of coverage, prior to that person beginning work on the project,
so the City will have on file certificates of coverage showing coverage for
all persons providing services on the project;and
2.7.2. No later than seven calendar days after receipt by the Vendor, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project.
2.8. The Vendor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
2.9. The Vendor shall notify the City in writing by certified mail or personal delivery,
within 10 calendar days after the Vendor knew or shall have known, or any change
that materially affects the provision of coverage of any person providing services on
the project.
2.10. The Vendor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission,informing all persons
providing services on the project that they are required to be covered, and stating
how a person may verify coverage and report lack of coverage.
2.11. The Vendor shall contractually require each person with whom it contracts to
provide services on a project,to:
2.11.1. Provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, that meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all its
employees providing services on the project, for the duration of the project;
2.11.2. Provide to the Vendor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all
employees of the person providing services on a project, for the duration of
the project;
2.11.3. Provide the Vendor,prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on
the current certificate of coverage ends during the duration of the project;
2.11.4. Obtain from each other person with whom it contracts, and provide to the
Vendor:
2.11.5. A certificate of coverage, prior to the other person beginning work on the
project; and
2.11.6. A new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project
2.11.7. Retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
2.11.8. Notify the City in writing by certified mail or personal delivery, within 10
calendar days after the person knew or shall have known, of any change that
materially affects the provision of coverage of any person providing services
on the project; and
2.11.9. Contractually require each person with whom it contracts, to perform as
required by paragraphs (A through G), with the certificates of coverage to
be provided to the person for whom they are providing services.
2.12. By signing the solicitation associated with this specification,or providing,or causing
to be provided a certificate of coverage, the Vendor is representing to the City that
all employees of the Vendor who will provide services on the project will be covered
by workers' compensation coverage for the duration of the project,that the coverage
will be based on proper reporting of classification codes and payroll amounts, and
that all coverage agreements will be filed with the appropriate insurance carrier or,in
the case of a self-insured, with the Commission's Division of Self-Insurance
Regulation. Providing false or misleading information may subject the Vendor to
administrative penalties,criminal penalties,civil penalties,or other civil actions.
2.13. The Vendor's failure to comply with any of these provisions is a breach of contract
by the Vendor that entitles the City to declare the Agreement void if the Vendor
does not remedy the breach within ten calendar days after receipt of notice of breach
from the owner.
DATE: May 21, 2004
SUBJECT: City Council Meeting - May 27, 2004
ITEM: 16.C.2. Consider a resolution authorizing the Mayor to execute an
Agreement for Household Hazardous Waste Collection
Activities/Waste Disposal Service with Philip Reclamation
Services, Houston, Inc.
Department: Water and Wastewater Utility Department
Staff Person: Tom Clark, Director of Utilities
Justification: This Agreement will provide staff training in the packaging,
segregating and identification of household hazardous waste.
Philip Reclamation will collect and dispose of materials collected
through the City of Round Rock's Household Hazardous Waste
(HHW) Collection Program. The training provided will allow for
more efficient waste management, waste disposal will be reduced
and recycling options will be increased.
Funding:
Cost: $16,145.00
Source of funds: 2003-2004 Operating Budget
Environmental Services Division
Outside Resources: Philip Reclamation Services Houston Inc.
Background Information: Seven Request for Proposals were sent and three
were received from vendors to perform these
services. Philip was low bidder.
The City of Round Rock's Environmental Services
Division has conducted several successful HHW events
since 1996. Monthly paint collections were
established in 2003, and the installation of hazardous
storage buildings in the summer of 2004 will allow for
a permanent HHW facility to be established.
This program is necessary for the proper and safe
disposal of household wastes such as paints, thinners,
pesticides, cleaners, fertilizers, herbicides, solvents,
acids and a variety of other chemicals.
Public Comment: N/A
EXECUTED
DOCUMENT
FOLLOWS
CITY OF ROUND ROCK
AGREEMENT FOR HOUSEHOLD HAZARDOUS WASTE COLLECTION
ACTIVITIES/WASTE DISPOSAL SERVICE WITH PHILIP RECLAMATION
SERVICES HOUSTON INC (a wholly owned subsidiary of PSC)
THE STATE OF TEXAS §
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
That this Agreement for services for Household Hazardous Waste Collection
Activities/Waste Disposal Service (referred to herein as the "Agreement") is made and entered
into on this the A day of the month of ` k , 200q, by and between the CITY
OF ROUND ROCK, TEXAS, a home-rule municipali4 whose offices are located at 221 East
Main Street, Round Rock, Texas 78664 (referred to herein as the "City"), and Philip
Reclamation Services, Houston, Inc. whose offices are located at
(referred to herein as the
"Vendor"). This Agreement supersedes and replaces any previous agreement between the
named parties,whether oral or written, and whether or not established by custom and practice.
RECITALS:
WHEREAS, City desires to have Vendor provide services related to Household
Hazardous Waste Collection Activities and Waste Disposal; and
WHEREAS, City has issued its "Request for Quotations" for City to provide said goods,
and City has selected the Quote submitted by Vendor; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE:
WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties
mutually agree as follows:
1.01 DEFINITIONS
A. Agreement means the binding legal contract between City and Vendor setting
1
forth the terms and conditions for the performance of the services by Vendor for City. The
Agreement includes the following: (a) City's Request for Quotation designated as RFQ
Specification Number 02-2004-2, attached hereto and made a part hereof as Exhibit "A"; (b)
Vendor's Response to RFQ consisting of Attachments A and B, attached hereto and made a part
hereof as Exhibit "B"; (c) the contract award; and (d) any exhibits, addenda, and/or amendments
thereto. Any inconsistencies or conflicts in the contract documents shall be resolved by giving
preference in the following order:
(1) This Agreement;
(2) Vendor's Response to RFQ;
(3) City's Request for Quotation, exhibits, and attachments.
B. City means the City of Round Rock, Williamson and Travis Counties, Texas.
C. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
D. Services mean the service identified in the RFQ, and any and all materials,
equipment and labor required to perform such service.
F. Vendor means Philip Reclamation Services, Houston, Inc , or any of its
successors, assigns, subsidiaries or affiliates.
2.01 EFFECTIVE DATE,DURATION,AND TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto and approved by the City Council, and shall remain in full force and effect unless and
until it expires by operation of the term stated herein, or until terminated or extended as provided
herein.
B. The Contract Period of this Agreement shall be for twelve months from the
Effective Date. Prices shall be firm for the duration of this Agreement, except as provided for
herein. This Agreement may be renewed for four (4) additional twelve-month contract periods,
provided both parties agree. Should Vendor not desire to renew this Agreement for any
additional contract period, Vendor shall provide City with written notice one hundred twenty
(120) days prior to expiration of the then current contract period. Should City not desire to
renew this Agreement for any additional contract periods, City shall provide Vendor with written
notice thirty(30) days prior to expiration of the then current contract period.
2
C. The City reserves the right to review the Vendor's performance at the end of each
twelve-month contract period and to cancel all or part of the Agreement (without penalty) or
continue the Agreement through the next period.
3.01 TRANSFER OF WASTE AND TITLE
Vendor shall inspect, and where desired, sample, the waste collected from City and
prepare an inventory form that indicates the contents of each container of waste. Vendor shall be
considered the Legal Generator of all waste removed from any site in the City pursuant to this
Agreement. Vendor to prepare the Generator's Waste Material Profile Sheet and any required
manifests. Vendor shall sign as Generator and shall not delegate this responsibility to any
subcontractor. Any storage, transportation or disposal of waste undertaken pursuant to this
Agreement shall comply with all applicable local, state or federal regulations and laws. No
transporter or disposal facility shall be utilized if said transporter or facility is not in compliance
with any permit, rule or regulation of the EPA, U.S. Department of Transportation, the Texas
Railroad Commission, the Texas Commission on Environmental Quality or any other regulatory
authority or agency. All wastes collected, transported and disposed of shall be in accordance
with the terms and schedules set forth in Exhibit B.
4.01 ITEMS AWARDED
All quote items on Exhibit`B" are awarded to Vendor. All quantities shown on Exhibits
A and B are estimates only and no guarantee of a minimum or maximum purchase is made or
implied.
5.01 COSTS
Quote costs listed on Exhibit `B" shall be the basis of any charges collected by Vendor.
Costs shall be firm for the duration of this Agreement and any optional extension periods.
6.01 INVOICES
All invoices shall include, at a minimum,the following information:
A. Name and address of Vendor;
B. Purchase Order Number;
C. Description and quantity of items received; and
D. Delivery dates.
3
7.01 NON-APPROPRIATION AND FISCAL FUNDING
This Agreement is a commitment of City's current revenues only. It is understood and
agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year
if the governing body of City does not appropriate funds sufficient to purchase the services as
determined by City's budget for the fiscal year in question. City may effect such termination by
giving Vendor a written notice of termination at the end of its then current fiscal year.
8.01 PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to
Vendor will be made within thirty(30) days of the day on which the performance of services was
complete, or within thirty (30) days of the day on which City receives a correct invoice for the
performance of the services, whichever is later. Vendor may charge a late fee of one percent
(1%) for payments not made in accordance with this Prompt Payment Policy; however, this
Policy does not apply to payments made by City in the event:
A. There is a bona fide dispute between City and Vendor concerning the Services
performed which causes the payment to be late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from
making a timely payment with federal funds; or
C. There is a bona fide dispute between any of the parties and subcontractors or
between a subcontractor and its suppliers concerning supplies, materials, or
equipment delivered or the services performed which causes the payment to be
late; or
D. Invoices are not mailed to City in strict accordance with instructions, if any, on
the purchase order or the Agreement or other such contractual agreement.
9.01 GRATUITIES AND BRIBES
City may, by written notice to Vendor, cancel this Agreement without liability to Vendor
if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or
otherwise were offered or given by Vendor or its agents or representatives to any City officer,
employee or elected representative with respect to the performance of this Agreement. In
addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code.
10.01 TAXES
City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be
included in Vendor's charges.
4
11.01 ORDERS PLACED WITH ALTERNATE VENDORS
If Vendor cannot provide the Services as specified, City reserves the right and option to
obtain the Services from another vendor or vendors.
12.01 INSURANCE
Vendor shall provide City with an insurance certificate evidencing Vendor's insurance
coverage in accordance with Exhibit "C" attached hereto and made a part hereof. Vendor shall
provide City with renewal insurance certificates during the entire term of the Agreement and any
optional extensions.
13.01 CITY'S REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Tracy Herring
City of Round Rock, Environmental Services Division
Round Rock, Texas 78664
512-218-5559,Fax: 512-341-3316
14.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
15.01 DEFAULT
If Vendor abandons or defaults under this Agreement and is a cause of City purchasing
the specified Services elsewhere, Vendor agrees that it may be charged the difference in cost, if
any, and that it will not be considered in the re-advertisement of the Service and that it may not
be considered in future bids for the same type of work unless the scope of work is significantly
changed.
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to fully, timely and faithfully perform any of its material obligations
under this Agreement;
5
r r
B. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
C. Becomes insolvent or seeks relief under the bankruptcy laws of the United
States.
16.01 TERMINATION AND SUSPENSION
A. Either party has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to the other
ply.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause,upon ten(10) days' written notice to Vendor.
C. In the event City terminates under subsections (A) or (B) of this section, the
following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall
discontinue all Services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and contracts insofar as such orders and contracts are
chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor
shall submit a statement showing in detail the Services satisfactorily performed under this
Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if
undisputed. The parties agree that Vendor is not entitled to compensation for Services it would
have performed under the remaining term of the Agreement except as provided herein.
17.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees to the extent arising out of, or incident to, concerning or resulting from the
negligent or willful acts or omissions of Vendor, or Vendor's agents, employees or
subcontractors, in the performance of Vendor's obligations under this Agreement, no matter
how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of
City or Vendor (including, but not limited to the right to seek contribution) against any third
party who may be liable for an indemnified claim.
18.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
Vendor, its agents, employees and subcontractors shall use best efforts to comply with all
applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as
amended, and with all applicable rules and regulations promulgated by local, state and national
boards,bureaus and agencies.
6
19.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms of this Agreement. Neither party shall
assign, sublet or transfer any interest in this Agreement without prior written authorization of the
other party.
20.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
1. When delivered personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
Notice to Vendor:
Philip Services Corporation
ATTN: Legal Dept.
5151 San Felipe, Suite 1600
Houston,Texas 77056
AND TO:
Philip Reclamation Services
ATTN: Mykl Wallrath
4050 Homestead RD
Houston, TX 77028
Notice to City:
James Nuse, City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
8
22.01 EXCLUSIVE AGREEMENT
This document, and all appended documents, constitutes the entire Agreement between
Vendor and City. This Agreement may only be amended or supplemented by mutual agreement
of the parties hereto in writing.
23.01 DISPUTE RESOLUTION
If a dispute or claim arises under this Agreement, the parties agree to first try to resolve
the dispute or claim by appropriate internal means, including referral to each party's senior
management. If the parties cannot reach a mutually satisfactory resolution, then and in that event
any such dispute or claim will be sought to be resolved with the help of a mutually selected
mediator. If the parties cannot agree on a mediator, City and Vendor shall each select a mediator
and the two mediators shall agree upon a third mediator. Any costs and fees, other than attorney
fees, associated with the mediation shall be shared equally by the parties.
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
24.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the Services, responsibilities and duties specified herein and
that such Services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed in multiple counterparts, any
one of which shall be considered an original of this document; and all of which, when taken
together, shall constitute one and the same instrument.
IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates
indicated.
CITY OF ROUNQ ROC S ATTEST:
By:
Nyl yor Christine R. Martinez, Cit Se ret y
Date igned: -o? 7-r L/Date Signed:
PHILIP RECLAMATION SERVICES,HOUSTON, INC
By:
Printed Name:
Title:
Date Signed: ti/ a 3/ C L j
CITY OF ROUND ROCK
SPECIFICATION NO
02-2004-2
Request for Quotation (RFQ) Feb 2004
HOUSEHOLD HAZARDOUS WASTE COLLECTION
PART I
GENERAL
1. PURPOSE: The City seeks to establish an agreement with a reliable and
qualified Contractor to provide the following services for a Permanent
Household Hazardous Waste Collection Facility.
THESE SERVICES SHALL INCLUDE:
1.1 Training for City of Round Rock personnel on categorization,
segregating, packaging and spill remediation of household hazardous
waste (HHW) .
1.2 Containers and packing materials for the transportation of
household hazardous waste.
1.3 Transportation and disposal of household hazardous wastes for a
permanent HHW facility on scheduled pick up dates.
1.4 The successful contractor shall assume generator status.
2. DEFINITIONS: The following definitions will be used for identified
terms throughout the specification and bid document:
2.1. Agreement - A mutually binding legal document obligating the
Contractor to furnish the materials, goods, equipment or services,
and obligating the City to pay for the same.
2.2. Bidder identified throughout this specification shall describe
persons and entities that consider themselves qualified to provide
materials, goods, equipment and services.
2.3. City - Identifies the City of Round Rock, Williamson County,
Texas.
2.4. Contractor - A person or business enterprise providing goods,
equipment, labor and/or services to the City as fulfillment of
obligations arising from a solicitation and/or agreement.
2.5. Purchase Order - A mutually binding legal document obligating the
Contractor to furnish the goods, equipment or services, and
obligating the City to pay for the same.
2.6. Subcontractor - Any person or business enterprise providing goods,
equipment, labor, and/or services to a Contractor if such goods,
equipment, labor, and/or services are procured or used in
fulfillment of the Contractor's obligations arising from a
contract with the City.
PART II
GENERAL CLAUSES AND CONDITIONS
1. PAST PERFORMANCE: All vendors will be evaluated on their past
performance and prior dealings with the City to include, but not limited
EXHIBIT
"An
SPECIFICATION 2
NO. 02-2004-2
to, failure to meet specifications, poor quality, poor workmanship, late
delivery.
2. ABANDOMEM OR DEFAULT: A Contractor who abandons or defaults the work
on the contract and causes the City to purchase the services elsewhere
may be charged the difference in cost if any and will not be considered
in the re-advertisement of the service and may not be considered in
future bids for the same type of work unless the scope of work is
significantly changed.
3. COMPLIANCE WITH LAMS: The successful bidder shall comply with all
federal, state, and local laws, statutes, ordinances, rules and
regulations, and the orders and decrees of any court or administrative
bodies or tribunals in any matter affecting the performance of the
resulting contract,. including without limitation, workers' compensation
laws, minimum and maximum salary and wage statutes and regulations, and
licensing laws and regulations. When requested, the Contractor shall
furnish the City with satisfactory proof of its compliance.
4. INDEMNITY: Contractor shall indemnify, save harmless and defend the
City, its officers, agents, servants, and employees from and against any
and all suits, actions, legal proceedings, claims, demands, damages,
costs, expenses, attorney's fees and any and all other costs or fees
incident to the performance of the resulting contract and arising out of
a willful or negligent act or omission of the Contractor, its officers,
agents, servants and employees.
5. LIENS: Contractor agrees to and shall indemnify and save harmless the
City against any and all liens and encumbrances for all labor, goods and
services which may be provided under the resulting contract. At the
City's request the Contractor or subcontractors shall provide a proper
release of all liens or satisfactory evidence of freedom from liens
shall be delivered to the City.
6. VENUE: Both the City and the Contractor agree that venue for any
litigation arising from a resulting contract shall lie in Williamson
County.
7. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor
shall not be considered an employee of the City. The Contractor shall
not be within protection or coverage of the City's Worker' Compensation
insurance, Health Insurance, Liability Insurance or any other insurance
that the City from time to time may have in force and effect.
8. INVOICING: Contractor shall submit one original and one copy of each
invoice on a monthly basis to the following address:
City of Round Rock
Environmental Services
2008 Enterprise Drive
Round Rock, TX78664-5299
9. PROMPT PAYMENT POLICY: Payments will be made within thirty days after
the city receives the supplies, materials, equipment, or the day on
which the performance of services was completed or the day on which the
City receives a correct invoice for the supplies, materials, equipment
SPECIFICATION 3
NO. 02-2004-2
or services, whichever is later. The Contractor may charge a late fee
(fee shall not be greater than that which is permitted by Texas law) for
payments not made in accordance with this prompt payment policy;
however, this policy does not apply to payments made by the City in the
event:
9.1. There is a bona fide dispute between the City and Contractor
concerning the supplies, materials, services or equipment
delivered or the services performed that causes the payment to be
late; or
9.2. The terms of a federal contract, grant, regulation, or statute
prevent the City from making a timely payment with Federal Funds;
or
9.3. The is a bona fide dispute between the Contractor and a
subcontractor or between a subcontractor and its suppliers
concerning supplies, material, or equipment delivered or the
services performed which caused the payment to be late; or
9.4. The invoice is not mailed to the City in strict accordance with
instructions, if any, on the purchase order or contract or other
such contractual agreement.
10. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims
for overcharges associated with this contract which arise under the
antitrust laws of the Untied States, 15 USGA Section 1 et sec ., and
which arise under the antitrust laws of the State of Texas, Bus. and
Com. Code, Section 15.01, et sea.
PART III
SPECIFICATION
SPECIAL PROVISIONS
1.0 Bidder Requirements: The successful bidder shall:
1.1 Have been directly responsible for the performance of at least two
(2) household hazardous waste collection events or two (2)
hazardous waste collections involving direct contact with the
general public who are not hazardous waste generators as defined
in 40 CFR.
1.2 Comply with all federal, state and local regulations concerning
hazardous waste operations. No transporter or disposal facility
shall be utilized if said transporter or facility is not in
compliance with any permit, rule or regulation of the U.S.
Environmental Protection Agency (USEPA) , the Texas Commission of
Environmental Quality(TCEQ) , the Texas Railroad Commission (RRC) ,
the U.S. and Texas Departments Of Transportation (DOT) , or any
other regulatory authority or agency. This requirement applies to
all subcontractor utilized in the performance of this service.
1.3 Not be in default nor currently past due on any debt owed to the
City of Round Rock.
1.4 Divulge any and all environmental violations for which it was
cited during the last five calendar years. Provide this
information as an attachment to the official bid.
SPECIFICATION 4
NO. 02-2004-2
1.5 Submit a list of all subcontractors to be utilized in the
performance of this service.
1.6 Obtain and maintain during the term of the Contract and subsequent
amendments, at no additional charge to the City of Round Rock, all
licenses, permits, authorizations, or any documents required by
federal, state, county and municipal governments and other
authorities so that the PERFORMING PARTY may conduct the work
necessary to fulfill the requirements of the Contract.
1.7 Complete an inventory form that indicates the contents of each lab
pack and the contents of the bulk packs transferred from the
collection site to authorized storage, treatment or disposal
facilities. Within seven (7) days following the scheduled pick up
dates one legible copy of each form shall be submitted to the City
of Round Rock's Project Representative under this Contract and
shall be attached hereto and incorporated herein as Exhibit C to
this Contract.
1.8 Establish and implement a procedure according to regulations
contained in 40 CFR 262,11 to identify unknown or partially
identified wastes. This procedure .shall at a minimum consist of
the following:
(1) Open and sample containers holding unknown or partially
identified wastes.
(2) Identify the wastes at the collection site or elsewhere in
sufficient detail to permit safe transportation in
accordance with applicable regulations.
(3) Identify the wastes at the collection site or elsewhere in
sufficient detail to permit proper disposal
1.9 PERFORMING PARTY shall train City of Round Rock personnel to
properly categorize, segregate and package wastes to ensure the
material meets applicable requirements for the transportation of
wastes. Spill remediation training will also be provided by the
PERFORMING PARTY. It shall also be the duty of the PERFORMING
PARTY to prepare the Generator's Waste Material Profile Sheet and
any required manifests. These documents shall be complete and
shall contain the necessary and appropriate signatures. The
PERFORMING PARTY shall sign as "generator" and the PERFORMING
PARTY or its subcontractor shall sign as "transporter" of the
waste.
The. PERFORMING PARTY shall be considered the Legal Generator of
all waste removed form the site pursuant to this Contract. The
PERFORMING PARTY shall not delegate this responsibility to any
subcontractor. Being considered legal generator of waste removed
form the site includes, but is not limited to, the PERFORMING
PARTY:
(1) being listed as the legal generator on block 3 of the
Uniform Hazardous Waste Manifest for such wastes which are
subject to manifesting under state or federal law.
(2) signing block 16 (Generator Certification) of the.Hazardous
Waste Manifest, where applicable, for any class waste
transported from the site, certifying proper classification,
packaging, labeling and shipping of the waste; and,
(3) signing the TCEQ-0757 form as the generator/representative
for the PERFORMING PARTY as the generator when the use of
that form is required by law.
SPECIFICATION 5
NO. 02-2004-2
Any storage, transportation or disposal of hazardous or
nonhazardous waste undertaken by the PERFORMING PARTY or
subcontractors under this Agreement shall comply with all
applicable local, state or federal regulations and law. No
transporter or disposal facility shall be utilized if said
transporter or facility is not in compliance with any permit, rule
or regulation of the EPA, US Department of Transportation, the
Texas Railroad Commission, the TCEQ or any other regulatory
authority or agency.
1.10 .The PERFORMING PARTY shall store wastes at its storage facility,
the PERFORMING PARTY shall store the wastes in compliance with the
requirements of the hazardous waste rules, 30 Texas Administrative
Code Chapter 335,. and local fire codes and ordinances. The
PERFORMING PARTY shall continue to store the wastes at the storage
facility, in accordance with these requirements, until authorized
to ship the wastes from the facility.
1.11 The PERFORMING PARTY shall treat or stabilize wastes, or perform
laboratory analyses on unidentified or partially identified
wastes, the PERFORMING PARTY shall treat, stabilize and analyze
the waste in compliance with the requirements of the hazardous
waste rules, Title 30 Texas Administrative Code Chapter 335.
1.13 Make and implement all arrangements needed for the proper disposal
of the wastes received during the scheduled pick up dates subject
to the provision in the last sentence of this paragraph. The
disposition of the wastes collected shall be by direct
transportation from the collection site to a licensed TSD
(Transportation, Storage and Disposal) facility authorized under
the Resource Conservation and Recovery Act (RCRA) , subject to
approval by to the City of Round Rock's Project Representative. In
addition, said disposal facility shall be free of any pending
enforcement or compliance proceedings with the EPA, TCEQ, or other
local and state regulatory agencies. If the wastes will be
disposed of outside of the State of Texas, the PERFORMING PARTY
shall indicate these facilities on Exhibit E to this Contract in
accordance with Attachment B to this Contract (relating to
Schedule of Deliverables) , Any facilities listed in Exhibit E of
this Contract by the PERFORMING PARTY are subject to approval by
to the City of Round Rock. Wastes that cannot be incinerated will
be authorized for disposal at a permitted hazardous waste
landfill. All wastes collected under the terms of this Contract
shall ultimately disposed of on or before the date referred to in
Attachment B to this contract (relating to Schedule of
Deliverables) . The EPA and TCEQ Identification Numbers for the
collection activities shall be submitted in accordance with
Attachment B to this Contract (relating to Schedule of
Deliverables), and shall be attached hereto and incorporated
herein as Exhibit F. These numbers will be used to identify and
treat collected wastes.
1.14 Supply spill control materials and employees trained to initiate
immediate corrective action in the case of a spill or release
associated with the scheduled HHW pick up dates. . The preparedness
shall include the management and recovery of any unplanned spill
or release of wastes into the environment. These trained employees
SPECIFICATION 6
NO. 02-2004-2
shall also serve as chemists and/or technicians are referenced in
Attachment A. Documentation of training must be submitted in
accordance with Attachment B to this contract (relating to
Schedule of Deliverables) .
2.0 Scope of Services - General
2.1 The City of Round Rock will be operating a Household Hazardous
Waste Collection Facility beginning in May 2004.
2.2 All collection events will be held at the City of Round Rock
Recycling Center located at 310 Deepwood Drive in Round Rock, Texas.
2.3 Not accept any nonconforming wastes during the scheduled pick up
dates. Nonconforming wastes are listed in Exhibit D attached
hereto and incorporated herein by reference.
3.0 Scope of Services - Specific
The Performing Party shall provide the following:
(a) Training to City of Round Rock personnel (up to 5 staff members)
in proper categorization, segregation and packaging techniques for
Household Hazardous Waste Collection activities.
(b) Spill remediation procedures in reference to HHW.
(c) Adequate number of collection containers and required labels for
the City of Round Rock to package HHW and to bulk latex and
aerosol spray paint.
(d) Drums and collection containers to be delivered as specified in
Attachment B( Schedule of Deliverables) .
(e) Assume generator status of HHW picked up from the City of Round
Rock HHW facility.
(f) Transportation of containers of HHW to a licensed TSD facility.
(g) Disposal of HHW.
City of Round Rock shall:
(a) Conduct HHW collections independent of Contractor.
(b) Categorize, segregate and package HHW.
(c) Contact contractor when disposal is necessary.
For scheduled HHW Pick Up Dates
The Performing Party .shall provide the following:
(a)Adequate number of personnel on scheduled HHW pickup days ( disposal
chemists and/or technicians) who must have completed, at a minimum,
40- hour hazardous materials certification training and physically
SPECIFICATION 7
NO. 02-2004-2
`worked on three (3) chemical waste collection jobs (with references) ,
to perform all segregation, inventorying, packaging bulking,
manifesting and transportation activities for the collected wastes.
Documentation and references for all personnel must be submitted in
accordance with Attachment B to this RFQ (relation to Schedule of
Deliverables) , and shall be attached hereto and incorporated herein
as Exhibit B.
(b) Project Representative, as indicated in Attachment D, Article 18
of this Contract (relating to Project Representatives) . The
Project Representative shall review proposed collection site
procedures, shall attend meetings which will take place following
award of this Contract and prior to the collection date, and shall
oversee the operations being conducted by the PERFORMING PARTY and
any of its subcontractors.
(c) All equipment necessary to properly unload, handle, weigh,
identify unknowns or partially identified wastes, properly
package, label, and transport all collected wastes.
(d) All personal protective equipment required by all local, state
and federal regulations for hazardous waste operations.
(e) Shall pick up for transport and disposal all HHW collected by
the City of Round Rock.
City of Round Rock shall provide:
(a) John Deere skid loader with fork lift attachment.
3.1 The HHW collection facility will serve approximately 73,000
persons. Participation is expected to serve 800 to 1000 households
annually. It is estimated that six (6) tons of (prepackaged waste
weight) hazardous waste will be collected annually. All bids shall
be based on this anticipated total tonnage of waste as calculated
using prepackaged waste weight.
3.3 The scheduled pick up dates will be determined as the amount of
waste for disposal accumulates. The City of Round Rock will
notify a minimum of seven to ten working days prior to pick up.
3.4 The City of Round Rock will sort out all nonhazardous waste,
automotive products, latex paint, batteries, reusable pesticides,
herbicides and other material received during the collection
events.
3.5 The City or Round Rock shall accept only residential quantities
HHW from participants.
3.6 The City of Round Rock shall not accept nonconforming wastes
during collection activities. Nonconforming wastes are listed in
Exhibit D attached hereto and incorporated herein by reference.
4.0 Costs
4.1 All prices shall include: hazardous waste training, waste
analyses, packaging, transportation, storage, disposal, required
reporting, labor, per diem, travel and all necessary equipment,
supplies, and services.
SPECIFICATION 8
NO. 02-2004-2
4.2 Per ton disposal costs shall be based on prepackaged waste weight.
These costs shall be all inclusive (packaging, containers,
transport, disposal identification.
4.3 Unit prices must be submitted for all required equipment and
services listed below. The City of Round Rock's Project
Representative may require increases or decreases in the
quantities of items designated with (*) during the collection
program. See attachment A.
5.0 Additional Information
5.1 The City of Round Rock prefers that deep well injection not be
utilized as a method of disposal for any wastes collected at this
event.
6.0 The following items shall be submitted with the Bid Proposal on or
before Friday, February 27, 2004:
6.1 Attachment A Bid Tab
6.2 Attachment B Schedule of Deliverables
6.3 Exhibit A Disposal Chemist. Documentation
6.4 Exhibit B Technicians Documentation
6.5 Exhibit D Nonconforming Wastes
6.6 Exhibit E Commercial Hazardous and Solid Waste Management
Facilities Outside the State of Texas
6.7 Exhibit G Comptroller of Public Account; Certificate of
Good Standing
6.8 Exhibit J List of Subcontractors
6.9 Exhibit K Proof of Insurance
6.10 Exhibit L Project Representatives
The bid packet should be sent to:
Tracy Herring
City of Round Rock
Environmental Services
2008 Enterprise Drive
Round Rock, TX 78664
Direct questions to
512) 218-5559
tracyh@round-rock.tx.us
These Special Provisions, the attached form, Attachments A-B, and Exhibits A-L
are incorporated herein, and shall be a part of any contract resulting from
this specification.
SPECIFICATION 9
NO. 02-2004-2
The City of Round Rock reserves the right to cancel the collection activities
if all bids received exceed the City of Round Rock budget for this program.
PART V
AMUMdENT TERMS AND CONDITIONS
1.0 AGREEMENT: The agreement resulting from this RFQ shall be for one
twelve-month period from the date of award with the option thereafter to
extend four additional twelve-month periods. Prices shall be firm for
the duration of the contract and extension periods, except as otherwise
provided for herein.
2.0 ORDER QUANTITY: The quantities shown on the RFQ are estimates only. No
guarantee of any minimum or maximum purchase is made or implied. The
.City will only order the amount needed to satisfy operating
requirements, which may be more or less than indicated.
3.0 PRICE ADJUSTMENT: The City may permit "unit price" adjustments upward,
only as a result of a cost increase is justified. Any price increase
shall be requested by the contractor in writing and accompanied with the
appropriate documentation to justify the increase. The Contractor may
offer price decreases at any time.
4.0 CANCELLATION:. Either party may cancel the contract, without penalty, by
providing 30 days prior written notice to the other party. Termination
shall not relieve the Contractor of any obligation or liability that has
occurred prior to cancellation. NOTE: This contract is subject to
cancellation, without penalty, at any time the City deems the Contractor
to be non-compliant with contractual obligations.
4.1 The contract may be canceled if three major complaints of
substandard performance are received in the same month from the same
division/department. The City retains the right to determine what
constitutes a major complaint.
5.0 NON-APPROPRIATION: The contract resulting from any quote using these
specifications is a commitment of the City's current revenues only. It
is understood and agreed that the City has the right to terminate this
contract at the end of any City fiscal year, if the governing body of
the City does not appropriate funds sufficient to purchase the estimated
yearly service, as determined by the City's budget for the fiscal year
in question. The City may effect such termination by giving Vendor a
written notice of termination end of its then current fiscal year.
6.0 CONTRACT ADMINISTRATOR: All work performed under this contract will be
supervised and verified by the City's designee noted below.
Tracy Herring at 512-218-5559
PART VI.
ATTACIRENTS
1.0 Attachments A and B
2.0 Exhibits A-L
Attachment A Quote Tab
1 7FWrntable Liquid lab pack„,Z 3 55 gal $ 5 $
2 mable liquid Poison lab pacik,,.z355 gal $ 12 $3 sive Liquid Acid lab pads,,�•3 30 gal $ 3 $
4 Caustic Aiicaline Liquid lab pads 30 gal $ 2 $
5 Poison Solid lab pack,,.z3 55 gal $ 4 $
6 Sodium Hydroxide lab pack•,2 3 30 gal $ 1 $
7 Oil based paint in cans"" yd 3 box $ 20 $
8 Latex paint bulloed in 55 gallon drums`'A3 55 gal $ 8 $
9 Aerosol Spray Paint(liquid only) 55 gal $ 1 $
10 Aerosol Cans lab pack.,zs 55 gal $ 3 $
11 Mercury debris lab pack” 3 5 gal $ 2 $
12 10xidlizers" 3 30 gal 1$ 5 $
"* Above Prices are to include all waste
transportation,identifaiciton,disposal,packaging charges
13 John Deere skid loader with Provided by city of Round Rock $0
fork lift attachment, drum dolle
14 Hazardous Materials Training for City staff per Person $ 5 $
(Categorkation,segregation and packaging of HHW)
15 Number of Field Personnel $ $
Per Pick Up Event per Hour
$ $
$ $
$
• Denotes Items where actual quantities may vary move or below bid quantity
In the event that the estimated prepackaged waste weight is surpassed at the collection event,the additional waste weight exceeding
the estimated waste weight shall be btiled for the following only:per mile waste transportation charge,tort/day waste storage charge,
per ton waste Incineration a ndlor landfilling charge,and Wchnician and disposal chemist labor charges per hour.
2 Unit price for transportation Is needed In the event that free storage or disposal is secured by City of Round Rock.Transportation unit
costs will be used to determine transportation casts owed to the Performing Party for transportation to a third party storage or
disposal facility.
3 The waste InClnefabon and waste landfilling per ton casts shall include all material necessary for the proper padkaging and
transport of all wastes collected.
Vendor Signature Date page,of
ATTACHMENT B
SCHEDULE OF DELIVERABLES
DATE ITEM
Due by March 5,2004 Attachment A -Bid Tab
Attachment B-Schedule of Deliverables
To Be Exhibit A-Disposal Chemists'Documentation
Submitted Exhibit B-Technicians'Documentation
with Quote
Exhibit E-Waste facilities outside of Texas
To Be Exhibit G-Certificate of Good Standing
Submitted Exhibit J-List of all subcontractors
with Quote Exhibit K-Proof of Insurance Exhibit L-Project Representatives
Exhibit L-Project Representatives
On or before Provide necessary training to up to 5 City of Round Rock staff members on the
April 23,2004 proper categorization,segregating and packaging of HHW.
On or before May 1,2004 Provide necessary collection containers for HHW collection activities
(This will include 8 open head drums with 2"bungs for paint bulking)
On or before May 1,2004 Submit EPA and TCEQ Hazardous Waste Site ID Numbers in accordance Exhibit F
On or before May 1,2004 Operational Plan for the collection site in accordance with Exhibit I
Dates to be determined Conduct transport and disposal service on scheduled HHW Pick Up dates
(Pick up dates will occur quarterly with dates to be determined)
Drop of additional containers/supplies for proper categorization, segregation and
packaging of HHW
Within 14 days of Claims Release documentation with exhibit H.
Scheduled HHW Pick Copies of Inventory/Packing Forms/Waste Manifests and HHW Data Information
Up Date with Exhibit C.
Final disposal of all wastes shall be completed and invoice for payment mailed.
Performing Party Signature Date
Attachment B
Page 1
TABLE OF EXHIBITS
Exhibit A Disposal Chemists'Documentation(Must be submitted with the RFQ)
Exhibit B Technicians'Documentation(Must be submitted with the RFS
Exhibit C Inventory/Packing Forms/Hazardous Waste Manifests
Exhibit D Nonconforming Wastes(Provided by City of Round Rock)
Exhibit E Commercial Hazardous and Solid Waste Management Facilities Outside the
State of Texas(Must be submitted with the RFQ
Exhibit F EPA and TNRCC Identification Numbers
Exhibit G Comptroller of Public Accounts;Certificate of Good Standing(Must be
submitted with the RFI
Exhibit H Release of All Claims
Exhibit I Operational Phan for the Event(include Health and Safety Plan)
Exhibit I List of Subcontractors(Must be submitted with the RFS
Exhibit K Proof of Insurance(Must be submitted with the RFS
Exhibit L Project Representatives(Must be submitted with the RFQ)
EXHIBIT A
DISPOSAL CHEMISTS' DOCUMENTATION
(to be provided by the PERFORMING PARTS
Vendor Signature Date
EXHIBIT B
TECHNICIANS' DOCUMENTATION
(to be provided by the PERFORMING PART
Vendor Signature Date
EXHIBIT C
INVENTORY/PACKING FORMS
(to be provided by the PERFORMING PARTS
Vendor Signature Date
EXHIBIT D
NONCONFORMING WASTES
The following products and wastes shall not be accepted at the collection event.
1. Explosive or potentially shock sensitive materials.
2. Herbicides containing 2,4,5-T and Silvex
3. Fertilizers and Nutrients that are neither hazardous nor contain pesticide admixtures.
4. Products containing Pentachlorophenol.
5. Biological,etiologic,infectious materials and medical wastes.
6. Radioactive materials.
7. Any other wastes which the Project Representatives deem unacceptable.
City of Round Rock Date
EXHIBIT E
Commercial Hazardous Waste and Solid Waste Management Facilities
Outside the State of Texas
(to be provided by the PERFORMING PARTY)
Vendor Signature Date
EXHIBIT F
EPA AND TNRCC IDENTIFICATION NUMBERS
(to be provided by the PERFORMING PARTY)
Vendor Signature Date
EXIT J
LIST OF SUBCONTRACTORS
(to be provided by the PERFORMING PART
Vendor Signature Date
EXHIBIT K
PROOF OF INSURANCE
(to be provided by the PERFORMING PARTY)
Vendor Signature Date
E?SIT L
PROJECT REPRESENTATIVES
(to be provided by the PERFORMING PARTY)
Vendor Signature Date
Exhibit L
DESIGNATION OF PROJECT REPRESENTATIVES AND LOCATIONS FOR RECORD ACCESS
AND REVIEW
(a) The City of Round Rock hereby designates the individual named below as the person authorized
to give direction to the CONTRACTOR as a Project Representative of the City of Round Rods:
Tracy L.Herring
City of Round Rock
2008 Enterprise Drive
Round Rock,TX 78664
Telephone No. (512)218-5559
Fax No. (512)341-3316
Email tracyh@round-rock.tx us
(b) The CONTRACTOR hereby designates the individual named below as the person authorized to
receive direction from the City of Round Rock,to manage the work being performed,and to act
on behalf of the CONTRACTOR as a Project Representative:
(c) The CONTRACTOR designates the following location for record access and review pursuant to
Article 17 of the Contract or any other applicable provision:
EXHIBIT
..B..
Quote Tab
71F=liquid lab pack•'�' 55 gal $185.00 5 $ 925.00
mmable liquid Prison lab pack•'�' 55 gal $185.00 12 $2220.00
3 Corrosive Liquid Acid lab pads 30 gal $145.00 3 1$435.00
4 Caustic Maine liquid lab pack 30 gal $145.00 2 $ 290.0 0
5 Poison Solid lab pack•'" 55 gal $185.00 4 $740.00
6 Sodom Hydroxa&.lab pack 30 gal $145.00 1 $145.00
7 of based paint in cans"A3 rd'bm( 1$370.00 20 $7400-00
8 latex Paint bugoed in 55 gallon drurns`'�' 55 gal $90.00 8 $720.00
9 Aerosol Paint Oquid oW 550 $ 90.00 1 $90.00
10 Aerosd Cans lab pads•'�' 55 gal $ 210.0 0 3 $630.00
"a*
11 Mercury debris lab pads ' 5 gat $ 2 $
12 OA&MM 30 gal $ .00 5 1$1075.00
Above Prices are to include all waste
transportation,identifaiciton j disposal, ckaging charges
i
John Deere skid loader with ProvidedRom
ml by City of Rod Roar $0
fork liftattachment,drum dolle
14 Hazardous Materials Training for City slat[ per Person $ 5 $
(�. 4pa*v M 215.00 1075.00
Lj
15 Number of Flea PersonrW 2 $ 80.00' 1 $ 80.00*
Per Pickup Event 1 chemist/1 tech) pa Hour
$ $
$ 16, 145.00
Denotes items where aduat qurardies may vary above or below bid quantity
' M Yue event Mat the estimated prepacanged waste weight is surpassed at Yee c-11- n event,the adddionar waste weft aceedng
the estimated waste weight shah be biped for the Mowing only:Per mpe waste transportation duarge,tonlday waste storage dorge,
per ton waste incineration uxft UndfdGng charge,and tedv klan and disposal cimnist tabor dnarges per hoax.
2 Unit price for transportation is needed in the event that free storage a do q,- is secured by City of Round Rode Transportation unit
costs wip be used to deter**transportation costs owed to the Performing Party for transportation to a tl*d party storage or
disposal may.
The waste incineration and waste landrrpi V per ton Costs shah inckWe d material necessary for the proper packaging and
transport of al wastes cokcted.
Vendor Signature Date nW 1 d 1
EXHIBIT C
1. INSURANCE: The Vendor shall procure and maintain at its sole cost and expense for the
duration of the Agreement or purchase order resulting from a response to this Invitation to
Bid/Specification insurance against claims for injuries to persons or damages to property
which may arise from or in connection with the performance of the work as a result of this
bid by the successful bidder, its agents, representatives, volunteers, employees or
subcontractors.
1.1. Certificates of Insurance and endorsements shall be furnished to the City and
approved by the City before work commences.
1.2. The following standard insurance policies shall be required:
1.2.1. General Liability Policy
1.2.2. Automobile Liability Policy
1.2.3. Worker's Compensation Policy
1.3. The following general requirements are applicable to all policies:
1.3.1. Only insurance companies licensed and admitted to do business in the State
of Texas shall be accepted.
1.3.2. Deductibles shall be listed on the Certificate of Insurance and are acceptable
only on a per occurrence basis for property damage only.
1.3.3. Claims made policies shall not be accepted, except for Professional Liability
Insurance.
1.3.4. Upon request, certified copies of all insurance policies shall be furnished to
the City
1.3.5. Policies shall include,but not be limited to,the following minimum limits:
1.3.5.1.Minimum Bodily Injury Limits of$300,000.00 per occurrence.
1.3.5.2.Property Damage Insurance with minimum limits of$50,000.00 for
each occurrence.
1.3.5.3.Automobile Liability Insurance for all owned, non-owned, and hired
vehicles with minimum limits for:
1.3.5.3.1. Bodily Injury of $100,000.00 each person, and
$300,000.00 for each occurrence, and
1.3.5.3.2. Property Damage Minimum limits of$50,000.00 for each
occurrence.
1.3.5.4.Statutory Worker's Compensation Insurance and minimum
$100,000.00 Employers Liability Insurance.
1.3.6. Coverage shall be maintained for two years minimum after the tennination
of the Agreement.
1.4. The City shall be entitled, upon request and without expense, to receive copies of
insurance policies and all endorsements thereto and may make reasonable request
for deletion, revision, or modification of particular policy terms, conditions,
limitations, or exclusions (except where policy provisions are established by law
or regulation binding either of the parties hereto or the underwriter of any of such
policies). Upon such request by the City, the Vendor shall exercise reasonable
efforts to accomplish such changes in policy coverage and shall pay the cost
thereof. All insurance and bonds shall meet the requirements of the bid
specification and the insurance endorsements stated below.
1.5. Vendor agrees that with respect to the required insurance, all insurance contracts
and certificate(s) of insurance will contain and state, in writing, on the certificate
or its attachment, the following provisions:
1.5.1. Provide for an additional insurance endorsement clause declaring the
Vendor's insurance as primary.
1.5.2. Name the City and its officers, employees, and elected officials as
additional insured's, (as the interest of each insured may appear) as to all
applicable coverage.
1.5.3. Provide thirty days notice to the City of cancellation, non-renewal, or
material changes
1.5.4. Remove all language on the certificate of insurance indicating:
1.5.4.1.That the insurance company or agentibroker shall endeavor to
notify the City; and,
1.5.4.2.Failure to do so shall impose no obligation of liability of any kind
upon the company, its agents,or representatives.
1.5.5. Provide for notice to the City at the addresses listed below by registered
mail:
1.5.6. Vendor agrees to waive subrogation against the City, its officers,
employees, and elected officials for injuries, including death, property
damage, or any other loss to the extent same may be covered by the
proceeds of insurance.
1.5.7. Provide that all provisions of this Agreement concerning liability, duty,
and standard of care together with the indemnification provision, shall be
underwritten by contractual liability coverage sufficient to include such
obligations within applicable policies.
1.5.8. All copies of the Certificate of Insurance shall reference the project name,
bid number or purchase order number for which the insurance is being
supplied.
1.5.9. Vendor shall notify the City in the event of any change in coverage and
shall give such notices not less than thirty days prior notice to the change,
which notice shall be accomplished by a replacement Certificate of
Insurance.
1.5.10. All notices shall be mailed to the City at the following addresses:
Assistant City Manager City Attorney
City of Round Rock City of Round Rock
221 East Main Street 309 East Main Street
Round Rock,TX 78664-5299 Round Rock,TX 78664
1.6. Approval, disapproval, or failure to act by the City regarding any insurance
supplied by the Vendor shall not relieve the Vendor of full responsibility or
liability for damages and accidents as set forth in these requirements. Neither
shall bankruptcy, insolvency, or denial of liability by the insurance company
relieve the Vendor from liability.
1.7. If the Vendor employs, contracts with or otherwise permits any other individual or
entity to perform any of the obligations of the Vendor, then any and all of these
individual or entities shall be bound by the same insurance requirements as the
successful bidder.
2. WORKERS COMPENSATION INSURANCE: Texas Labor Code, Section 406.098
requires workers' compensation insurance coverage for all persons providing services on
building or construction projects for a governmental entity.
2.1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the Texas Workers' Compensation
Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or
TWCC-84), showing statutory workers' compensation insurance coverage for the
person's or entity's employees providing services on a project, for the duration of
the project.
2.2. Duration of the project - includes the time from the beginning of the work on the
project until the Vendor's/person's work on the project has been completed and
accepted by the City.
2.3. Persons providing services on the project ("subcontractor") in Section 406.096
includes all persons or entities performing all or part of the services the Vendor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the Vendor and regardless of whether that person has employees. This
includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or
employees of any entity, which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering equipment
or materials, or providing labor, transportation, or other service related to a project.
"Services"does not include activities unrelated to the project, such as food/beverage
vendors,office supply deliveries,and delivery of portable toilets.
2.4. The Vendor shall provide coverage,based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, that meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all employees of the
Vendor providing services on the project, for the duration of the project.
2.5. The Vendor must provide a certificate of coverage to the City prior to being awarded
the Agreement.
2.6. If the coverage period shown on the Vendor's current certificate of coverage ends
during the duration of the project, the Vendor must, prior to the end of the coverage
period, file a new certificate of coverage with the City showing that coverage has
been extended.
2.7. The Vendor shall obtain from each person providing services on a project, and
provide to the City:
2.7.1. A certificate of coverage, prior to that person beginning work on the project,
so the City will have on file certificates of coverage showing coverage for
all persons providing services on the project; and
2.7.2. No later than seven calendar days after receipt by the Vendor, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project.
2.8. The Vendor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
2.9. The Vendor shall notify the City in writing by certified mail or personal delivery,
within 10 calendar days after the Vendor knew or shall have known, or any change
that materially affects the provision of coverage of any person providing services on
the project.
2.10. The Vendor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating
how a person may verify coverage and report lack of coverage.
2.11. The Vendor shall contractually require each person with whom it contracts to
provide services on a project,to:
2.11.1. Provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, that meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all its
employees providing services on the project, for the duration of the project;
2.11.2. Provide to the Vendor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all
employees of the person providing services on a project, for the duration of
the project;
2.11.3. Provide the Vendor,prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on
the current certificate of coverage ends during the duration of the project;
2.11.4. Obtain from each other person with whom it contracts, and provide to the
Vendor:
2.11.5. A certificate of coverage, prior to the other person beginning work on the
project; and
2.11.6. A new certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project
2.11.7. Retain all required certificates of coverage on file for the duration of the
project and for one year thereafter;
2.11.8. Notify the City in writing by certified mail or personal delivery, within 10
calendar days after the person knew or shall have known, of any change that
materially affects the provision of coverage of any person providing services
on the project; and
2.11.9. Contractually require each person with whom it contracts, to perform as
required by paragraphs (A through G), with the certificates of coverage to
be provided to the person for whom they are providing services.
2.12. By signing the solicitation associated with this specification,or providing,or causing
to be provided a certificate of coverage, the Vendor is representing to the City that
all employees of the Vendor who will provide services on the project will be covered
by workers' compensation coverage for the duration of the project,that the coverage
will be based on proper reporting of classification codes and payroll amounts, and
that all coverage agreements will be filed with the appropriate insurance carrier or, in
the case of a self-insured, with the Commission's Division of Self-Insurance
Regulation. Providing false or misleading information may subject the Vendor to
administrative penalties, criminal penalties,civil penalties, or other civil actions.
2.13. The Vendor's failure to comply with any of these provisions is a breach of contract
by the Vendor that entitles the City to declare the Agreement void if the Vendor
does not remedy the breach within ten calendar days after receipt of notice of breach
from the owner.