**IMPORTANT NOTICE**

  • The format of this RFP has been simplified.
  • Only the following pages require signatures:
  1. Exhibit A – Bid Response Packet, Bidder Information and Acceptancepage
  2. Must be signed by Bidder
  3. Exhibit A – Bid Response Packet, SLEB Partnering Information Sheet
  4. Must be signed by Bidder
  5. Must be signed by SLEB Partnerif subcontracting to a SLEB

Please read EXHIBIT A – Bid Response Packet carefully,INCOMPLETE BIDS WILL BE REJECTED. Alameda County will not accept submissions or documentation after the bid response due date.

COUNTY OF ALAMEDA

REQUEST FOR PROPOSAL No. 901106

for

Hazardous Waste Transportation and Disposal

For complete information regarding this project, seeRFPposted at contact the County representative listed below. Thank you for your interest!
Contact Person:Gina Temporal, Contracts Specialist I
Phone Number: (510) 208-9606
E-mail Address:

RESPONSE DUE

by

2:00 p.m.

on

October 23, 2013

at

Alameda County, GSA–Purchasing

1401 Lakeside Drive, Suite 907

Oakland, CA 94612

Alameda County is committed to reducing environmental impacts across our entire supply chain.

If printing this document, please print only what you need, print double-sided, and use recycled-content paper.

COUNTY OF ALAMEDA

REQUEST FORPROPOSALNo. 901106

SPECIFICATIONS, TERMS & CONDITIONS

for

Hazardous Waste Transportation and Disposal

TABLE OF CONTENTS

Page

I.STATEMENT OF WORK

A.INTENT

B.SCOPE/BACKGROUND

C.BIDDER QUALIFICATIONS

D.SPECIFIC REQUIREMENTS

E.DELIVERABLES / REPORTS

II.CALENDAR OF EVENTS

F.NETWORKING / BIDDERS CONFERENCES

III.COUNTY PROCEDURES, TERMS, AND CONDITIONS

G.EVALUATION CRITERIA / SELECTION COMMITTEE

H.CONTRACT EVALUATION AND ASSESSMENT

I.NOTICE OF RECOMMENDATION TO AWARD

J.TERM / TERMINATION / RENEWAL

K.QUANTITIES

L.PRICING

M.AWARD

N.METHOD OF ORDERING

O.INVOICING

P.ACCOUNT MANAGER / SUPPORT STAFF

IV.INSTRUCTIONS TO BIDDERS

Q.COUNTY CONTACTS

R.SUBMITTAL OF BIDS

S.RESPONSE FORMAT

ATTACHMENTS

EXHIBIT A -BID RESPONSE PACKET

EXHIBIT B - INSURANCE REQUIREMENTS

EXHIBIT C - VENDOR BID LIST

Specifications, Terms & Conditions

for Hazardous Waste Transportation and Disposal

I.STATEMENT OF WORK

A.INTENT

It is the intent of these specifications, terms and conditions todescribethe hazardous waste transportation and disposal services required by the County of Alameda Household Hazardous Waste (HHW) Program.

The County intends to award a 2-year contract (with up to three (3) one-year options to renew) to the bidder(s) selected as the most responsible bidder(s) whose response conforms to the RFP and meets the County’s requirements.

B.SCOPE/BACKGROUND

The County of Alameda is a predominantly urban county with approximately1.5 million residents living in over 545,000 households. The County operates three (3) permanent, fixed facilities to receive hazardous waste from County residents as well as from Conditionally Exempt Small Quantity Generators (CESQG). The County’s Permanent Household Hazardous Waste Collection Facilities (PHHWCF) are located as follows:

  1. Hayward Facility: 2901 West Winton Avenue, Hayward
  2. Livermore Facility: 5584 La Ribera Street, Livermore
  3. Oakland Facility: 2100 East 7th Street, Oakland

The HHW Program is operated by Alameda County’s Health Care Services Agency, Department of Environmental Health. The County assumes generator status for all hazardous waste shipped from the three PHHWCFs.

In Fiscal Year 2011-2012, transportation and disposal of household hazardous waste tendered approximately 2.0 million pounds of waste in over 150 shipments packaged in 55-gallon drums, cubic-yard totes, fiber-yard boxes, and 40-cubic-yard-roll-off containers. The Countyexpects to ship approximately 2.2 million pounds in 2013-14.

The County is seeking vendors who are able to provide goods and services for proper hauling, recycling, reuse, treatment, and disposal of HHW and other specified wastes from the three (3) County owned and operated PHHWCF and at other locations for one day events from time to time. In addition to transportation and disposal, the Contractor shall be required to provide temporary, trained labor to work under direction of County staff in unloading, bulking, and packaging HHW. In addition, the Contractor may be required to provide HHW-handling, packaging, and personal protective equipment and other relatedsupplies.

The County currently operates the PHHWCFs as follows: The Oakland facility is open on a weekly basis 49-50 weeks per year Thursdays through Saturdays for general public use and selected Wednesdays for CESQG/Small business use. The Hayward and Livermore facilities are open alternate weeks, Thursdays through Saturdays for general public use and selected Wednesdays for CESQG/Small business use. The County uses a core crew of permanent County employees to manage the operations at the facility. The Contractor will provide trained temporary labor, transportation and disposal services. TheCounty may change operating schedules, days and hours, including increases and/or decreases throughout the term of the contract.

C.BIDDER QUALIFICATIONS

1.BIDDER Minimum Qualifications

a.Bidder shall be regularly and continuously engaged in the business of providing services to household hazardous waste customers of similar size and complexity as the County for at least five (5) years. Experience shall have been gained within the last seven (7) years.

(1)Bidder shall be qualified (or subcontract a qualified transporter) to transport some waste streams packaged in packaging as authorized in Department of Transportation(DOT) special packing authorizations SP-11396, SP-11624 and SP 12842.

(2)Bidder (or subcontract transporter) shall haveahazardous waste hauler status with Department of Toxic Substances Control (DTSC)and possess all local, regional, state and federal licenses, permits, registrations to haul Hazardous Waste.

(3)Bidder’s transfer, storage, reuse, recycling, treatment, and disposal facilities shall have appropriate local, regional, state, and federal licenses, permits, and registrations to perform the services proposed.

(4)All bidder supplied personnel (including technical/operational/supervisory, laborers, lead/forepersons, specialists, and field chemists)shall be in compliance with Occupational Safety and Health Administration (OSHA) 1910.120 requirements with regards to facial hair and respirator use, and under an OSHA compliant annual medical surveillance program. If awarded, the Contractor shall provide proof of these requirements at the request of County.

(5)Bidder shall possess all permits, licenses and professional credentials necessary to supply product and perform services as specified under this RFP.

D.SPECIFIC REQUIREMENTS

  1. Services required of the Contractor include, but are not limited to, the following:
  1. Contractor shall provide trained labor to unload HHW from resident’s vehicles, and process and package HHW waste under the direction of County staff.
  1. Contractor shall have executed Paintcare collector’s contract. Contractor shall collect, transport and dispose of all Paintcare eligible waste at no charge to the county.
  1. Contractor shall offer a range of disposal methods using the following hierarchy:

(1)Direct Reuse

(2)Recycling

(3)Beneficial Reuse/Use

(4)Incineration

(5)Treatment

(6)Landfill

(7)Other approved methods/technologies offering an equivalent level of protection.

If a specific disposal method(s) is identified in the DisposalMatrix Bid Form for a specific waste stream, Contractor shall quote a price for use of that method(s).

  1. One Day Events
  1. Contractor shall provide up to 12 turnkey,500 car, one (1) day events per year with no limits on quantity per car. Events shall accept e-waste, and pharmaceutical waste(excluding control substances) as well as traditional chemical HHW and other HHW accepted at thePHHWCF. Events shall be performed principally on Sundays. Contractor's services, with respect to one day events shall include, but are not necessarily limited to, the following:

(1)Pre-Event Coordination and Permits: The County will select dates, locate sites, coordinate with site property owners, assist the Contractor with obtaining EPA ID numbers, completing the permit by rule (PBR) notification, and assist contractor with preparing Operations and Contingency Plans for all temporary collection events.

(2)Safety Precautions: Contractor shall exercise precautions for the protection of persons and property. Contractor shall install adequate safety guards and protective devices for any and all equipment and machinery. Contractor shall ensure that its work proceeds under the highest standards of safety and prudence, and in compliance with all applicable Federal, State, and local laws and regulations relating to safety.

(3)Equipment and Supplies: Contractor shall furnishall supplies and equipment necessary to carry out its work, including personal protective equipment.

(4)Waste Management: Contractor shall provide the same waste management practices as provided to the Permanent HHWCF’s in this bid.

(5)Paintcare Waste:Paintcare eligible waste shall be packaged, transported, and disposed of at no cost to the program.

  1. For Turnkey Eventsthat are Coordinated with Permanent HHW facilities Contractor will also :

(1)Contractor and County staff shall consult to determinewhich low volume waste streams will be transported to the permanent facility for consolidation and which high volume waste streams shall be packaged, transported, and disposed of directly from the collection site and including, but not limited to:Paintcare eligible products; paint related material; solvents; motor oil; universal waste; and E-Waste.

(2)Reusable HHW shall be separated from the waste, displayed in a strategic location and offered to temporary collection event participants. All leftover reusable HHW shall be transported to the permanent HHW facility for reuse.

  1. For Turnkey Eventsthat are not coordinated with Permanent HHW facilities Contractor will also:

(1)Contractor shall package, transport and dispose of all collected waste directly without coordination with the Permanent HHW facilities.

(2)Paintcare eligible waste shall be packaged, transported,and disposed of at no cost to the program.

  1. Door-to-Door Program

a.Contractor shall provide a “Door-to-Door” program coordinated with the Permanent HHW facilities in compliance with California Health and Safety code Sections 25218.1 (c) and 25218.5. For more information on Door-to-Door collections can be found at: Health and Safety Code Section 25218-25218.13

  1. All waste collected shall be delivered to one (1) of the permanent facilities for consolidation and disposal as designated by the program
  1. The County shall perform the promotional, advanced customer contact, scheduling, and routing tasks.
  1. Contractor shall provide appropriately qualified and trained labor, adequate vehicle packaging, and safety supplies and consumables to perform door-to-door collection tasks in the following two (2) scenarios:

(1)“Classic” door-to-door HHW Program servingup to 15 individual households/2000lbs/day per vehicle.

(2)Hybrid door-to-door event at multifamily development or toxic block party serving up to 50 households/5000lbs per event/day/vehicle.

  1. Contractor shall ensure that its work proceeds under the highest standards of safety and prudence, and in compliance with all applicable Federal, State, and local laws and regulations.
  1. Labor
  1. Contractor shall provide trained hazardous materials laborers, and lead/forepersons to perform services under the contract. This will include assisting the County staff in the operation of the facilities. The number of laborers per operational day will vary depending on the needs of the County. At times, Contractor shall provide field chemist level personnel to replaceCounty staff such as during vacations or other staff shortages.
  2. Contractor provided technical/operational/supervisory, laborers, lead/forepersons, specialists and field chemists shall be medically qualified to wear full-face APR respirators, and under an OSHA compliant annual medical surveillance program.
  3. Contractor shall supply trained hazardous material laborers in the types, quantities, locations, and at the start times as requested by the County.
  4. Contractor provided laborers, lead/forepersons, specialists, field chemists shall be equipped by the vendor with MSHA approved full-face air purifying respirators Level D work attire, ANSI approved steel-toed boots, and prescription safety eyewear if required.
  5. Contractor shall make available an OSHA “qualified person” to inspect and maintain Contractor supplied respirators.
  6. The County for labor at the Permanent HHW facilities will provide consumable safety equipment, such as, chemical protective suits, gloves, respirator cartridges, face shields, and non-prescription safety spectacles, as required.
  7. Contractor shall require that laborers and other staff attend County task specific training as requested by County.
  8. The County will provide potable water, access to break/lunchrooms, restroom facilities, including showers, soap, towels, and sufficient time at the end of each work period to properly perform personal decontamination.
  9. Contractor may subcontract for some, part, or all labor services. Subcontracted labor will be considered as employees of the Contractor, and their work shall be subject to all provisions of the contract. TheCounty will deal only with the Contractor, who shall be responsible for the performance of laborers.
  10. Contractor shall be responsible for competency, performance, conduct, appearance, integrity of laborers, and be responsible for taking any disciplinary action with respect to provided labor as may be necessary. Contractor shall promptly follow up with any laborer issues brought to their attention by County or members of the public.
  11. Training

(1)All technical/operational/supervisory laborers, lead/forepersons, specialists and field chemists shall have at a minimum:

(a)40 hour “Hazwoper” training as specified in 29CFR1910.120;

(b)Acontinuous record of eight (8) hour “Hazwoper” refreshers annually within one (1) year of initial 40 hour training;

(c)HM181/215 DOT “Hazmat Worker” training as specified in 49CFR172.704 on a triennial basis;

(d)OSHA compliant annual respiratory protection training;

(e)Respirator fit testing annually according to OSHA standards using MSHA approved full face APR respirators. (Winning bidder(s) shall consult with the County on the choice of respirators);

(f)OSHA Compliant Blood Borne Pathogens training; and

(g)All other federal or state required training.

(2)Contractor personnel designated as supervisory shall also have at a minimum OSHA hazardous waste supervisors training, in addition to the above-mentioned training.

(3)Contractor shall provide proof of current compliance with training requirements prior to the start of the contract and at any other time if requested by County.

  1. Management of Waste
  1. Contractor shall loadwithin five (5) working days of request by the County any or all of the wastes accepted at the three (3) County PHHWCFs according to specified waste classifications listed on the Disposal Matrix Bid Form. Contractor shall immediately transport them to appropriate waste management facilities for reuse, recycling, treatment, or disposal until the waste is no longer classifiable as hazardous or until the waste reaches final disposition.
  1. PHHWCF Waste Types and Handling:

(1)Waste-stream descriptions, typical proper shipping names, packing methods, typical container sizes and types, predicted quantities (for the current operating scenario), and desired disposal methods are shown on the Disposal Matrix Bid Form. Contractor must collect, package and transport all items accepted at the PHHWCFs.

As a summary of these requirements, the PHHWCFs will accept all hazardous wastes (hazardous wastes as defined in the California Health & Safety Code, Section 25117, and in the California Code of Regulations Title 22, Section 66260.10) except explosives, radioactive wastes, compressed gas cylinders in excess of fifty (50) pounds or five (5) gallons volume, and the following wastes, as classified by the 1991 Uniform Fire Code:

(a)Unclassified detonatable organic peroxides

(b)Class Four (4) detonatable unstable (reactive) materials

(c)Class Three(3) detonatable unstable (reactive) materials

(d)Highly toxic compressed gases

(2)The Contractor shall prepare any waste profiles necessary for disposal and allow the use of generic profiles for lab packs.

(3)The Contractor shall be responsible for moving containerized hazardous wastes out of the storage buildings at the PHHWCFs and onto their truck.

(4)The Contractorshall be responsible for unloading any deliveries from Contractor vehicles and into the storage buildings at the PHHWCFs.

(5)The Contract shall move drums manually with a drum dolly; lead acid batteries shall be moved on pallets or tubskids with a pallet jack.

(6)Contractor shall be responsible for insuring regulatory compliance for all materials provided under the contract. This responsibility will include, but not be limited to, DOT requirements for containers and OSHA requirements for personal protective equipment.

  1. Contractorshall load and transport waste (in either County tendered containers or Contractor provided Roll Off Boxes) at any and all of the PHWCCF’s and transport to authorized disposal sites according to the specified waste classifications and designated facilities in the Disposal Matrix Bid Form for reuse, recycling treatment or disposal until the waste is no longer classifiable as hazardous waste or until the waste reaches its final disposition.
  1. Contractorshall provide:

(1)Roll Off Boxes including liners and bracing materials to comply with DOT-SP 11624. Please refer to DOT-SP 11624 for more information.

(a)There shall be five (5) Roll Off Boxes at County facilities at any given time. Contractorshall replace a full Roll Off Box with an empty lined Roll Off Box as a part of the shipping transaction.

(2)Labor to load ready to ship drums, kegs, boxes, pallets or other non-bulk or bulk containers.

(3)Transportation and disposal as enumerated in the Disposal Matrix Bid Form.

(4)Contractor shall prepare a report that includes the typical and maximum time a shipment is in transit between the pickup at a County facility and the date the shipment is received at a facility which can sign the receiving facility portion of the manifest (at which any further transportation of the material in original containers will not show the County as generator on the container or shipping paper).

  1. County will provide:

(1)Unless specifically identified as a Contractor responsibility, County shall tender waste in properly closed, marked, and labeled waste containers.

(2)ICC compliant loading dock with dock plate, pallet jack, drum dolly.

(3)Shipping papers.