Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2020-102ADocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
CONTRACT APPROVAL FORM
TO: SUSAN C. DAUDERIS, INTERIM CITY MANAGER DS
THRU: FREDDY SUAREZ, PROCUREMENT SERVICES DIRECTOR FS
DI
FROM: JINELLE LUGO, PROCUREMENT COORDINATO j(
SUBJECT: COLLECTION, RECYCLING AND PROPER DISPOSAL OF USED OIL AND RELATED
COMMODITIES
DATE: DECEMBER 17, 2020
THE PROCUREMENT SERVICES DIRECTOR RECOMMENDS THE
FOLLOWING:
1. APPROVE: Agreement between the City of Clermont and Synergy Recycling of Central
Florida, LLC to provide the collection, recycling, and proper disposal of used oil and related
commodities. The agreement shall take effect on the date of execution by both parties and
shall remain in effect for one (1) year, unless renewed or terminated as provided by the
Lake County contractual agreement. Upon mutual agreement, the agreement may be
renewed for four (4) additional one (1) year terms.
2. Why is this action necessary: In accordance with the City of Clermont Purchasing
Policy, the City Manager is authorized to approve contracts under $50,000 that do not
require a budget amendment.
3. ADDITIONAL INFORMATION: At the request of the Public Services Department, the
Procurement Services Department sought a contract with Lake County for Collection,
Recycling, and Proper Disposal of Used Oil and Related Commodities, contract number
20-0923. The estimated annual expenditures is less than $15,000 and it is included in the
Public Services Department budget. The Procurement Services Department issued RFI
2110-014 to notify local vendors of the City's intent to utilize other governmental entities'
contract. At the completion of the RFI the Procurement Services Department received no
interest. The Lake County contract was fully competed, advertised, and complies with the
City of Clermont Purchasing Policy.
4. FISCAL IMPACT: The estimated annual fiscal impact of $5,000 is included in the current
year approved budget.
5. EXHIBITS: Lake County Bid Tabulation
Collection, Recycling, and Proper Disposal of Used Oil and Related
Commodities Agreement
rSDocuSigned by::
U.SaJA, C Va.U.kXiS
Signature
APPROVAL AUTHORITY
Approved IN Disapproved ❑
Reason/Suggestion (If disapproved)
Interim City Manager 12/21/2020
Title
Date
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
AGREEMENT NO. 2020-102 FOR
COLLECTION, RECYCLING AND PROPER DISPOSAL OF USED OIL AND
RELATED COMMODITIES
THIS AGREEMENT, is made and entered into this 21st
day of December
2020, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation
under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont,
Florida, (hereinafter referred to as "CITY"), and SYNERGY RECYCLING OF CENTRAL
FLORIDA, LLC, whose address is: 510 Shotgun Rd, Suite 110, Sunrise, Florida 33326,
(hereinafter referred to as "CONTRACTOR").
WHEREAS, Lake County through the public procurement process awarded an Agreement
for the collection, recycling and proper disposal of used oil and related commodities, Lake
County Contract Number 20-0923;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto and Agreement in accordance with CITY's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms
and conditions of the Lake County Contract Number 20-0923;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I — SCOPE OF WORK
The CONTRACTOR shall furnish the collection, recycling and proper disposal of used oil
and related commodities as described in the Lake County Contract Number 20-0923, which
is attached hereto and incorporated herein as Exhibit "A" and shall perform everything
required by this Agreement and the other exhibits attached hereto. Provided, however, that
nothing herein shall require CITY to purchase or acquire any items or services from
CONTRACTOR that is not specified in the CITY's purchase order. To the extent of a
conflict between this Agreement and Exhibit "A", the terms and conditions of this
Agreement shall prevail and govern. In all instances the CITY purchasing policy,
resolutions and ordinances shall apply.
ARTICLE II — THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth
in the Agreement documents and the Unit Price Schedule as set forth in Exhibit `13%
attached hereto and incorporated herein.
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
ARTICLE III — TERM AND TERMINATION
1. This Agreement is to become effective upon execution by both parties, and shall
remain in effect until September 30, 2021 unless terminated or renewed by Lake
County.
2. Notwithstanding any other provision of this Agreement, CITY may, upon written
notice to CONTRACTOR, terminate this Agreement: a) without cause and for
CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if
CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general
assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with
any of the conditions of provisions of this Agreement; or e) CONTRACTOR is
experiencing a labor dispute, which threatens to have a substantial, adverse impact
upon the performance of this Agreement, without prejudice to any other right or
remedy CITY may have under this Agreement. In the event of such termination,
CITY shall be liable only for the payment of all unpaid charges, determined in
accordance with the provisions of this Agreement, for work, properly performed
and accepted prior to the effective date of termination.
3. Upon mutual Agreement of the parties, this Agreement may be renewed for four
(4) additional year term.
ARTICLE IV — PROVISION OF SERVICES AND COMPLETION OF WORK
1. The CONTRACTOR shall only provide to CITY the collection, recycling and
proper disposal of used oil and related commodities upon receipt of an
authorized order from CITY and shall provide the requested items in the
timeframe and as set forth in Lake County Contract Number 20-0923 or in the
specific purchase order or authorized order submitted by CITY. Nothing herein
shall obligate CITY to purchase any specific amount of product from
CONTRACTOR or create an exclusive purchase agreement between CITY and
CONTRACTOR. CITY shall not be obligated or required to pay for any items
received until such time as CITY has accepted the items in accordance with the
order provided to CONTRACTOR.
2. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify
CITY if it has an issue or question related to the fulfillment of the order or whether
there will be any delay in providing the items requested. Failure of
CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking
payment of any kind for any items that were delayed in delivery. Upon receipt of
notification of the delay, CITY may at its sole option cancel the order and seek the
items from any available source.
3. It is expressly understood and agreed that the passing, approval and/or acceptance
of any collection, recycling and proper disposal of used oil and related commodities
herein by CITY or by any agent or representative as in compliance with the terms
2
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
of this Contract shall not operate as a waiver by the CITY of strict compliance with
the terms of this Contract and the CITY may require the CONTRACTOR replace
the accepted collection, recycling and proper disposal of used oil and related
commodities so as to comply with the warranties and specifications hereof.
4. COMPANY specifically acknowledges that this Contract does not bind or obligate
CITY to purchase any minimum quantity of product during the term hereof.
ARTICLE V — PAYMENTS
In accordance with the provisions fully set forth in the Contract Documents,
CONTRACTOR shall submit an invoice to CITY upon completion of the services and
delivery of products to CITY as set forth in the applicable purchase order. CITY shall
make payment to the CONTRACTOR for all accepted deliveries and undisputed product
delivered and services provided, within thirty (30) calendar days of receipt of the invoice.
ARTICLE VI — DISPUTE RESOLUTION - MEDIATION
Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The mediation
shall be held in Clermont, Lake County, Florida, unless another location is mutually
agreed upon. Agreements reached in mediation shall be enforceable as settlement
Agreements in any court having jurisdiction thereof.
ARTICLE VII — INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance — The CONTRACTOR shall take out and
maintain during the life of this Agreement, Worker's Compensation Insurance for
all its employees connected with the work of this Project and, in case any work is
sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to
provide Worker's Compensation Insurance for all of the subCONTRACTOR
employees unless such employees are covered by the protection afforded by the
CONTRACTOR. Such insurance shall comply with the Florida Worker's
Compensation Law. In case any class of employees engaged in hazardous work
under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the CONTRACTOR shall provide adequate insurance,
satisfactory to the CITY, for the protection of employees not otherwise protected.
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
2. CONTRACTOR's Commercial General Liability Insurance — The
CONTRACTOR shall take out and maintain during the life of this Agreement,
Commercial General Liability and Business Automobile Liability Insurance as
shall protect it from claims for damage for personal injury, including accidental
death, as well as claims for property damages which may arise from operating under
this Agreement whether such operations are by itself or by anyone directly or
indirectly employed by it, and the amount of such insurance shall be as follows:
(a) CONTRACTOR's Commercial General Liability, $1,000,000 Each,
($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, &
Property Damage Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each, Bodily Injury &
Property Damage Occurrence, Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined
Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall
be amended to provide coverage on an occurrence basis.
3. Indemnification Rider
(a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify
and hold harmless the CITY and its employees from and against all claims,
damages, losses and expenses, including but not limited to reasonable
attorney's fees, arising out of or resulting from its performance of the Work,
provided that any such claim, damage, loss or expense (1) is attributable to
bodily injury, sickness, disease or death, or to injury to or destruction of
tangible property (other than the Work itself) , and (2) is caused in whole or
in part by any negligent act or omission of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them or
anyone for whose acts any of them may be liable, regardless of whether or
not such acts are caused in part by a party indemnified hereunder. Such
obligation shall not be construed to negate, abridge, or otherwise reduce any
other right to obligation of indemnity which would otherwise exist as to any
party or person described in this Article.; however, this indemnification
does not include the sole acts of negligence, damage or losses caused by the
CITY and its other contractors.
(b) In any and all claims against the CITY or any of its agents or employees by
any employee of the CONTRACTOR, any subcontractor, anyone directly
or indirectly employed by any of them or anyone for whose acts any of them
may be liable, the indemnification obligations under this Paragraph shall
not be limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for the CONTRACTOR
2
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
or any subcontractor under workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts.
(c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other
good and valuable consideration from the CITY for the indemnification
provided herein.
ARTICLE VIII — NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight courier
service to the address of the party set forth below. Any such notice shall be deemed given
when received by the party to whom it is intended.
CONTRACTOR: Synergy Recycling of Central Florida, LLC
510 Shotgun Rd, Suite 110
Sunrise, FL 33326
Attn: Elliott Paul, Manager
OWNER: City of Clermont
Attn: Darren S. Gray, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE IX — MISCELLANEOUS
1. Attorneys' Fees — In the event a suit or action is instituted to enforce or interpret
any provision of this Agreement, the prevailing party shall be entitled to recover
such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any
appeal, in addition to all other sums provided by law.
2. Waiver — The waiver by city of breach of any provision of this Agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this Agreement.
3. Severability — If any provision of this Agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision, or
part thereof, shall be deleted or modified in such a manner as to make the
Agreement valid and enforceable under applicable law, the remainder of this
Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
4. Amendment — Except for as otherwise provided herein, this Agreement may not be
modified or amended except by an Agreement in writing signed by both parties.
5
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
5. Entire Agreement — This Agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous Agreements between the parties with respect to the
performance of services by CONTRACTOR.
6. Assi ng ment — Except in the event of merger, consolidation, or other change of
control pursuant to the sale of all or substantially all of either party's assets, this
Agreement is personal to the parties hereto and may not be assigned by
CONTRACTOR, in whole or in part, without the prior written consent of city.
7. Venue — The parties agree that the sole and exclusive venue for any cause of action
arising out of this Agreement shall be Lake County, Florida.
8. Applicable Law — This Agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Public Records — Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records law,
to include, to:
(a) Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the services contemplated herein.
(b) Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that does
not exceed the cost provided in this Florida's Public Records law or as
otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as
authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost,
to the CITY all public records in possession of CONTRACTOR upon
termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure
requirements. CONTRACTOR shall use reasonable efforts to provide all
records stored electronically to the CITY in a format that is compatible with
the information technology systems of the CITY.
(e) IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTRACTOR SHALL
CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT
CITY CLERK'S OFFICE, (352) 241-7331.
Co
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
ARTICLE X — AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement
as if herein repeated.
Document Precedence:
1. This Agreement
2. Purchase Order / Notice To Proceed
3. An applicable Contractor Quote or Statement of Work
4. All documents contained in the Lake County Contract No. 20-0923
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this 21st day of December , 2020.
CITY OF CLERMONT
DocuuS1igned by: hVy
ESC$G1-7
Susan C. Dauderis, Interim City Manager
ATTEST:
DocuSigned by:
T," AdAQ,�-4 Nawt
Tracy Ackroyd Howe, City Clerk
7
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
SYNERGY RECYCLING OF CENTRAL FLORIDA, LLC
DocuSigned by:
By:
fwbff rain,
(Signature)
Print Name: Elliott Paul
Title: Owner
Date: 12/16/2020
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B y ,hibit A
L;kVE
COUNTY, FL
REAL FLORIOA • REAL CLOSE
CONTRACT NO. 20-0923
Collection, Recycling, and Proper Disposal of Used Oil and Related Commodities
LAKE COUNTY, FLORIDA, a political subdivision of the state of Florida, its successors and assigns
through its Board of County Commissioners (hereinafter "County") does hereby accept, with noted
modifications, if any, the submittal of Synergy Recycling of Central Florida, LLC thereinafter
"Contractor") for the provision of Collection, Recycling, and Proper Disposal ofUsed Oil and Related
Commodities to the County pursuantto County ITB number 20-0923 (hereinafter "ITB"), addenda no.
1, and Contractor's proposal response thereto with all County policies and provisions governing.
A copy of the Contractor's signed proposal is attached hereto and incorporated herein, thus making
it a part of this Contract. The attachments noted below (if any) are attached hereto and are also
made a part of this Contract.
Attachments: none
No financial obligation under this contracts hal I accrue against the County until a specific purchase
transaction is completed pursuant to the terms and conditions of this contract.
Contractor must submitthe documents hereinafter listed prior to commencement of this Contract:
Insurance Certificate.
The County's Procurement Services Director will be the sole judge as to the fact of the fulfillment of
this Contract, and upon any breach thereof, will, at his or her option, declare this contract
terminated, and for any loss or damage by reason of such breach, whether this Contract is
terminated or not, said Contractor and their surety for any required bond shall be liable.
This Contract is effective from October 1, 2020 through September 30, 2021 except the County
reserves the right to terminate this Contract immediately for cause and/or lack of funds and with
thirty (30) days written notice for the convenience of the County. This Contract provides for four (4)
one-year renewals at Lake County's sole option at the terms noted in the ITB.
Any and all modifications to this Contract must be in writing signed by the County's Procurement
Services Director or designee,
LAKE COUNTY, FLORIDA
Senior Contracting Officer
Date: O`t `l k_0�0
Distribution: Original-RFPIContract File
Copy -Contractor, Department
Earning Community Confidence Through Excellence in Service"
Office of Procurement Services 315 W. Main, Suite 441 P.O. Box 7800
Tavares, Florida 32778-7800 Ph (352) 343-9839 Fax (352) 343-9473
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
Electronic Submission of Response
Synergy Recycling
20-0923 - Collection, Recycling, and Proper Disposal of Used Oil and Related Commodities
I hereby certify the information Indicated for this bid is true and accurate and that my electronic signature shot( have the some
legal effect as if made under oath; that l am an authorized representative of this Vendor and/or empowered to execute this
submittal an behalf of the Vendor. 1, Individually and on behalf of the Vendor, acknowledge and agree to abide by all terms and
conditions contained in this solicitalon as well as any attachments, exhibits, or addendum&
Name of Legal Representative Submitting this Bid: Elliott Paul
Date: Ju,9, 2020
Title; flllanaging Member
Primary E-maf l: gp_gWsy=gy=a ng&rg
Secondary E-mail: q�rg
The Individual "sinning" this a, note a}ftrrM that the facts stated herein are true aryd that the response to thL, solicitation, has been
submitted on behalf of the aforementioned Vendor.
IM
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
ATTACHMENT 1 — SUBMITTAL FORM 20-0923
The undersigned hereby declares that: Synergy Recycling of Central Florida has examined and
accepts the specifications, terms, and conditions presented in this Solicitation, satisfies all legal
requirements to do business with the County, and to furnish Collection, Recycling, and Proper
Disposal of Used Oil and Related Commodities -for which Submittals were advertised to be
received no later than 3:00 P.M. Eastern time on 07/29/20 or as noted in all addenda.
Furthermore, the undersigned is duly authorized to execute this document and any contracts or
other transactions required by award of this Solicitation.
All pricing will be FOB Destination unless otherwise specified in this solicitation document.
Vendor will accept payment through the County VISA -based payment system: YES
1.0 TERM OF CONTRACT
The Contract will be awarded for an initial one (1) year term with the option for four (4)
subsequent one (1) year renewals. Renewals are contingent upon mutual written agreement.
The Contract will commence upon the first day of the next calendar month after Board approval.
The Contract remains in effect until completion of the expressed and implied warranty periods.
The County reserves the right to negotiate for additional services/items similar in nature not
known at time of solicitation.
Contract prices resultant from this solicitation will prevail for the full duration of the Contract
unless otherwise indicated elsewhere. Prior to completion of each exercised term, the County
may consider an adjustment to price based on changes as published by the U.S. Department of
Labor, Bureau of Labor Statistics. Refer to Exhibit A -- Scope of Services. It is the Contractor's
responsibility to request in writing any pricing adjustment under this provision.
2.0 METHOD OF PAYMENT
The Contractor must submit an accurate invoice to the County's using department. The date of
the invoice must be after delivery but no more than 30 calendar days after delivery. Invoices
must reference the: purchase or task order; delivery date, delivery location, and corresponding
packing slip or delivery ticket signed by a County representative at the time of acceptance.
Failure to submit invoices in the prescribed manner will delay payment.
Payments will be tendered in accordance with the Florida Prompt Payment Act, Part VII,
Chapter 218, Florida Statutes. Tile County will remit full payment on all undisputed invoices
within 45 days from receipt by the appropriate Colony using department. The County will pay
interest not to exceed 1 %a per month on all undisputed invoices not paid within 30 days after the
due date.
3.0 CERTIFICATION REGARDING LAKE COUNTY TERMS AND CONDITIONS:
I cortify that I have reviewed the Lake County General Tenns and Conditions page and accept
the Lake County General Ten-ns and Conditions dated 10/10/2019 as written. YES Failure to
acknowledge may result in Submittal being deemed non -responsive.
4.0 CERTIFICATION REGARDING FELONY CONVICTION:
Has any officer, director, or an executive performing equivalent duties, of the bidding entity been
convicted of a felony during the past ten (10) years? NO
Page 1 of 3
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
ATTACHMENT) —SUBMITTAL FORM 20-0923
Date: 7/29/2020
Print Name. Elliott Paul
Title: Managing Member
Primary E-inait Address: eplau@synergyree.yalin.g.org
Secondary E-mail Address: blong@synergyrecycling
The individual signing this Submittal affirms that the facts stated herein are true and that the
response to this Solicitation has been submitted on behalf of the aforementioned Vendor.
[ne remainder of this page is intentionally blank]
Page 3 of 3
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
ATTACHMENT 3 — REFERENCES FORM
20-0923
List no more than five projects which best illustrates qualifications relevant to the Solicitation.
References must be less than five years old. LIST no more than two LAKE COUNTY
GOVERNMENT PROJECTS (past, current, prime, and subcontractor) FIRST.
neW Reeycling of Central Florida
PROJECT NAME: Disposal and Recovery of Waste Oil, Oily Water, Antifreeze
Agency: Solid Waste Authority
Address: 7501 N Jog Rd
City, State, Zip code: West Palm Beach FL 33412
Contact Person, Angel Lopez
Title: Purchasing
Email: Alopez Gr swa,ORG
Telephone: 561-640-3400
Project Cost: 4167.00
Compledon Date: 2022
SCOPE of Project (list tasks, outlines or descriptions of items). Collection of used oil filters and
antifreeze,
PROJECT NAME: Pickup and Disposal of Used Oil Filters and Haz Materilas
Agency: City of Gainesville Florida
Address: 34 SE 13th Rd Station 5
City, State, Zip code: Gainesville, F132627
-,Contact Parson: Paul Starling
Title: Contract Mgr
Email: starlingl-,@cityofgaineMile.org.
Telephone: 3523342609
Project Cost: 10,000
Completion Date: 2021
SCOP1? of -Project (list tasks, outlines or descriptions of items): collection of waste items oil
filters and antifreeze
PROJECT NAME: Pick up .and transpotation and recycling of used petroleum products
Agency: City of Tampa Florida.
Address: 1508 N Clark Ave
City, State, Zip code: Tampa Fl 33607
Contact Person: Connie Whie Arnold
Title: Director
Email, conode.wliite-arnold@tampagoy.net
tampagov.net
Telephone: 813-348-1034
Project Cost: estimated at 12,000
Completion Date: 2022
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LXrE
COUNTY, FL
10A - AfAt UM
or,r-icp, or, PROCUREMENT'SMVICES, PFIONE:- (351) 3-43-99.3�
$TO SUITS -43
315 MT MAIN. SET'i S 441 FAX; (352) 3 -9473
P0 BOX 1800
TAVARE48'VIL 32170800
ADDEND16M NO. I
Daft.- JWY21,1'2020
Invitation to laid (MR) �0-0923
Collect(on, Xteqyeliago a#q Proper Disposal of Usod Oil h04 90,1440 Ommodities
4.[$ (lic vendor's responsiblilty to ensure their receipt. qP all addenda, and to clearly acknowl.edgr, all
addonJa wlihin their initial bid qrpTqposI response. Acknowled&0ment 61.4y be 6011-firmod Other by
lnolusjon of A -�jgtwd copy of this addendum with th6jr.respoose by c�Qmplation andfor retuffi. of the
soll 1
gd 6, do dum m4
oltation, faitttr6 to ukhowW 04 ad 0 add6nduni akndwlodgotneoi..�,Wtiop of the,
prevent t . lip bid -or pp()posal from being considor.0 for awam.
Th.1s oddoillo qxp XMS. NOT eh.ax.ige the date for ieMpt of bids,
Q(16fioiiWAMW0*'
91, Line item !; Wh9tAt'.6 the ob ' otaminationis?
Al - Qbnta! liquids as ga.sotine, antlfieez6, pto,
.'M. ftEftes swill be such
Q�-,'Ljh: I 1s thiper drum with ho 60MAMInotons?
A�, Pads 611d'abso-'rh6fts dre' $ometimesmare tbatiodd liqu)(1:needs to
. - b dl aixod'kp &6'tontStoed, mator!%IA are placed in 4rum The ,paper ree clin g,
Q3. Li tie It 6;Bs0ft10d usage,of V
A13. J'he 06unty has not needed this itOn pl6kbd up, Wvmay in the -future, so the County is slinPly
asking for "a pride as txebde4.
Q4. Llne.item 7i What are the othet flqui.ds?
A4, This MM 04:n be HqU10 9011 its W400 Wel.
Ack-nowledgemoirat of Adde0dino:
Firm -N Wn- 01
Typed/Printed Naift
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
Mon(1104ud Su�uol
'Synerg.y OOOYCI(n 901` Central Florida LL6
Winter Haven, K 3388.1 lft2
Florida. De.parhnant of
Environmental Protectio
Bob Mbrflnez Ce-11ter
2-600 ]RIMNSIone Road
Tallaha$see, Pbrida 32399-2400
BE IfKNOWN irmAr
$.ymfty Reoyollng of Cohtml Florida LL'O
.3800 W bake Hamilton Or
' '
WOW Havoft, PL a3861 0.26-9
IS ORRbY RMSTeP.110 At A WOO OIL
R.Ielk Spott
Govemor
Carlos Lopez-Cantara
U. -Governor
N001) V410-0stoin
ge, M't [try
-jum 08, 201 a
8olf Transporter;,.rranafer. odIlty, Proaeogor,, Marketer, FJlter Trahaporter., ktor. Transfer Facility
(R.A.P)
The. Depgkleni orEnvironmQntal' PrPteption hereby Issues
Rogletrallon Numbor RA00005301 on Julho 08,2010
Trghtp'-O-Aor Typp: 8604MO Portor
This refitstration will oxpire on 061SO12019
this m0iflaale doeumOnts recelpt Of your-ShAuOl regjs1ratlon
Ond MAU01 NPOM It thd badsplayad ln� prominent pla qe
YOU1,61,41ne p4aym-c?mlVrooPlp1
DocuSign Envelope ID: 82906931-DBD3-4D68-8CO9-676A8D7E4A8B
10SYNERGYREC
ACORD.. CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DDIYYYY)
1 /31/2020
THIS CERTIFICATE 13 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCED, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL. INSURED, the polley(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
J Smith Lanier & Co of Albany
611 POINTE NORTH BLVD
Albany, GA 31721
229 803 2424
M4EACT Denise Poole
E 2298832424
BxD : - No : 229.436 7T 88
"I�aa• dpoole@jsmithianier.com
INSURE S) AFFORDING COVERAGE
NAIC 0
INSURER A. Indian Harbor ins. Co,
36940
INstIRED
Synergy Recycling, LLt;
510 Shotgun Rd., Suite 110
Sunrise, FL 33326-9430
INSURER 8: XL Specialty Insurance
37885
INSURER.c : XL Insurance America Inc.
24554
INSURER D.-
INSURER E :
INSURER F:
..-COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVESEENiSSUED TOTHE INSURED NAMEDABOVE FORTHF POLICYPERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OIL CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY SR ISSUED OR MAY PERTAIN, THE INSURANCE= AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS .AND CONDITIONS OF SUCH POLICIES LIMIT,St, SHOWN MAY HAVE BEEN REDUCED BYpoPAID 'i i.r' IMS.
TYPE OF INSURANCE .
N DL
80001
POLICY NUM elm
MhIlDD
MM
LIMITS
A
XI;
00MMERCIALeENERALLIABILnY
CLAIMS -MADE I X1 OCCUR
13E13002043113
510112019
051011202
F_ACHOCCURRENCE
$1000000
UNTED
occurre a
$100 000
MED EXP (Any Ohe Person)
$5,000
--
PVASONAL&ADVINJURY
$1,00Q.0Q0
GEN'LAGGREGATE LIMIT APPLIES PER:
X Policy FIJE o- F� LOG
OTHER;
GENERAL AGGREGATE
$2,000,000
PRODUCT$ • COMP/OP AGO
$2 ooa,aoQ
$
G
AUTOMOBILE
LIABILITY
ANYAUTO
SCHE
AU ONLY AUTOSULED
HIRED NON -OW NED
AUTO$ ONLY X AUTOS ONLY
I.A90401013 X MCS-90
AEGO03293500
510112019
051011202
t e aaddentslNaLE a IT
1,000 400
X
X(
BODILY INJURY (Per person)
$
BODILY INJURY (Per accldenl)
$
-
PROPERTY DAMAGE
eF aeddenO
$
X
$
13
_x
UMBRELLALIAB.
BfLCE58 LIAR
X
OCCUR
CLAIMS-MAoI
....:..UECO02043013
115/01/2019
0&01 /2020
EACH OCCURRE.NCE
$8 nQ n00
A(3f3REL]ATIs
$8 non 00a
RED) I XC RETENTION 10000
$
WORKERS COMPENSATION
ANDEMPLOYERS' LIABILITY VIN-
AIyY'CO P,RIETORIPARTN TEXECUTIVE .:_..
OFFfC �Ftarrmm&ME2WEXCLIJ
(*.adatory In NH) - -
If yes, describe under
DESCRIPTION OF OPERATIONS helovo.
N7A
_
_
PER OTH-
E.L. EACH ACCIDENT
$
E.L. DISEASE. EA EMPLOYEE
$
E.L. OiSEABE - POLICY LIMIT
s
A
Pollution Liab "" -.. -
Aggregate
Deductible
PECO01679805 "
0."rin11za19
oo1n112n
$S,nOn,00n
$16,000,000
$26,000
DESCRIPTION OF OPERATIONS J LOCATIONS 1 VEHIC1.9$ (ACORD 101, Addlltonal Remarks Schedule, may bp atlached If more apses is rognlmd)
Brevard County Board of County
Commissioners
2725 Judge Fran Jamieson Way,
Bldg C, 3rd Floor, Suite C-303
Viera, FL 32940
SHOUI:P ANY OF THU A90VE DESCRIBED POLICIES 199 CAl+foll:LLUD BSrone
THE EXPIRATION 0011 THI R14OF, NOTISE WILL 00 OELIVEREO IN
ACCORDANCE WITH THIS POLICY PROVI$1009.
AUTHORIZED REPRESENTATIVE
0198BL-2015 ACORD CORPORATION. All riahtn rwcrnrwd
ACORD 25 (20116103) 1 of 1 Tim ACORD name and Ingo are registered marks of ACOR6
147AgfiR911M4A4rk704 nVP
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
F6VMWMW9 Request for Taxpayer
Vtowbotpber0io) Identifibation Number and 4ortification
t7apa ant of tha'(raasury
ServIde0- Goto ww.1rs.9ovftrmWQ for Inetruotlons rind the latest Inforthation.
711-Ra-Mas �shown 66 Your lnoflm_o (ix thla Ilne: do not !pave t_Wline VanX.__
GO F00" to the
requester, Do not
-send to the (AS.
W" 6 2 In if d ebova
8 Check Opoopriato loo0btf6doAl W6UW11160ilon of the pooftwhos.o name [a entered qn NAQ is Obq6l(only an.0 ofthe. 0 ply only lb
fallowing seven boKeaMtalh 0 InstrMlons on page
0)
Ifidly1duaftleproprietor oe Q 6 6,orporation El 8 Corporation p Po
stngls-rriemkier LUG ExeMpt payid 00der'(1t any)
UmIted llaWlllty company: Enter the tek 014991floallan (NO corporation, it;68 Oorpfttlok P-Partnership) 0.
NOO- Choolk tho Appro rlotobox-lh the lino above 0;nqjgh;a E.AOMPIM feo.rn FATQA reporting
LLO[fllhoOlOgs P Ingle -member LL6 that IsAsrRo4rdad 66M th6 -Own'or unless llio oyffier of tho-W W cede (l(phy)
at I 9d as a ulng.lia W� LLO thkfli 461 �IsMgdrded IrOM44 46r f6i t,
'Is. klW*ddrdid Wril the &i474boOld bhftW tfie PpPrdpdatie of-lis owner,
El Other (00 160vubtZhi). VP ld&eWnfl indblaRadduWdo the -VA)
( V AdIrOas'tnumbef, ot I hame MIATdro,
9 reel, enj:apt- -qr ovie no.) Sag �n%rvptloKi� as
si 0 --wtadn Rd. Stilte 110
0 q[tyh MAW, and ZIP m0o.
Sunrise, MUM
'ruitic0ount numberIa). here jooflonAl)
IMM
'15hteryoUr tIMIn-theapproprWto box, -Tho TIN provided rn. usil match the nw-ntk-q1ven on line I loavqld OdWalsacurity MAW
.
this IS generally your soolal soowity numWr (W). How4v . or, for a,
resident illIM, soJ4 Or6priotot, or dleregardod. entity, seetho Instro.Worka. for Part-J, later! For Other
If YOU do not
enttloo, It 19 year orAplOyer IdOdtlftatleln number (PIN.)i a number, too How to get a EM Ell
nr
MAR. if tho aoOonf N; lh mb?d1han ono nbmd, we rile Ifiettudlon's �or lhio, i, AM a6§ What Nimho 00 efyipiqy(or dentiileatido 6uriwO
W6&rTq 9 9 F?,OquiWter or ou
lv� th bnwWsOhgffibeirtotlfitaef
9 3 s
F0 I -I 3- 16 1 1' '1 11
1. The. nurnher-shown onthis form- 14 my correct taxpayer (dent0loat go I numb 6r`(0rj6rW.wailing far anU. W 'rt00U0ftM6),,afid
'a, I W, slot sub W to b4dktjp WithhoiOlho b4caoft.- m, backup withholding, or (b) I have, nIn Ma riot been.notflod ;by the Ite I Rov6n
i6lijedt -to bac . kop WIthh0ldIhw3A N q otirt bf 0allure to report all- Interest or dividends , or (i�) the IM b4iq , 00.
notified me th'i.4 j am
66 Mdor 6,40JOO t4# .Aokuo 40 0g; and
3. I.arn a U.S. oftn or other U.S, person (deflnpd bolow); and
-4.-Then PAT0Ab"0d0(d)Whf6r6d on this form (If tiny) tridloWng that 1--pm wmpttrorn MTOAToporklng W owo(a..
Certiflc inn fttstruatlans, You MU91 aroSg -bat ltoh AbbvA ify., r havabwn in6tif lad by the IRS thM yooaregunently �Q ' bfoa� to be(qkup yfithhqldlng because
y6p haV6_1WI6d t6' yopbrtAll -Ihtde�M ihd d1,Ad4nd6'qh your W rotuflm Fors al witaito t?afiwtJ,ans,)ieM 2-does. not apply. Fria, wrtgagq Imereat PaId", -
of tia, d6'h1ftutIbfn8,t6 ran IndlWaal retlrefnk arrai�&rnsnt �IHA), add:ao rally, p y o.nt
q A
t6olgh the i%yMbatidn, but y6u ftsVPtoVIde for NO If,. later..
Slgnatura of
Geoetal Instew0ong
soollon references are t Internal Reverme OWe Unless othorwls.e
rioted.1�1
Futore developments, For the lateot lWormation about developments
ftWad. W Ami W-9 and Its Iniaruotl6a&, ooah As: ladli - datlon engelod
'after they were pu*had, go to-w~hv.go14Fkmft.'
Purpose of, PQrM
An hidivitlual or entity (Finn"i *9 mtquwet) who is required to Swan,
Iriformeitloh r6turn w(th'thO 198 must Wain your aq.rmat Wxpayor
IdontiflWalon nurnw.CNN) witlah mky hia your tootal Sec. uritir number
(SSNj;
d - "r'ent"'OOtl"
tieXpayer tfol N;6r
(tMINJ,
other
Vnt�Ieon an Infor63atjon
0A InOlUde, �i tare not Ilmited
to
-Forr100.06INT -(4jt*6gt 6AeW drb-410)
onto 0. / / / /Al
th,666VO.Matibc
_9 .4ar mutual
Form. I d.90-0 ('stock or mutual fund sslqo and mr1ajn other
Icy W914.zwo)
rorH I Q,99 -8(prQsesalfrqfo rehl pot Idr!
4fd
Forfil 10991K (piordhorit ag'rc1 and ,third party.notworR transactions)
(tuition)
Porm 1090-10 (Panceloo debt)
s. 6rm IrO.607A.(aq quIsItjQn or abandwimpnIt of qppuripci property)
U-59 F WK W-9'only If Y04 area 0.'$, ppr,5qn (Inclod Ing a M510ont
alien), 11D proV1de-yo4r c6rreot TIN.'
mlght
b&-4Vbj90t;tb b4akup. withholding..800 Wbatk backup wlth*dino.,
Won
Oat, No. IMIX Form 0161
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
I -IN
y
400 310 STRFET NK
WINTC- R HAV5K'FL 38108 f M
ACCOUNTM
170,
SYNERGY RECYCLINO OF CENTRAL FLORID
ELUOTT PAUL.
0WO W LK HAMILTON OR
WINTER HAVEN, PL 08810000
3,800 W Ll,<-HAMILTON
0V
0-�4f � V 24 , 01
mEtN.
JESS
, P 8 j
'0
mom Lk+ WW N' K TO OR
SYNERGY RECYCLING -OP PENTRAL.-f).
EW07PAM,
W LK �800' -kA-MILTON-DR
'A N- ' 1 8 WINt-R-H FL .3-58B.1"000,0
REOM T'
RWSIOT NO,
DATI5,1881IEM I0/011-20 10
09PIA0- ON: 0301-2000
CLASO IDO", ProfoMlonials
40d*SfkC-F-TNW, WINTER HAVEN, r-LM861 (80)MI.0606
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
COLLECTION, RECYCLING, AND PROPER DISPOSAL OF USED OIL AND RELATED
COMMODITIES 20-0923
L^;AkJtE
COUNTY, FL
REAL (LRRIRA - REAL CLOSE
Office of Procurement Services
P.O. Box 7800.315 W. Main St., Suite 441 - Tavares, FL 32778
Solicitation Number:
20-0923
Solicitation Title:
COLLECTION, RECYCLING, AND PROPER DISPOSAL OF USED
OIL AND RELATED
COMMODITIES
Pre -Bid Conference:
See Section 3.0
Last Day to Ask Questions: 07/22/2020
CLOSING DATE:
07/29/2020
CLOSING TIME:
3:00 P.M. Eastern
Vendors shall complete and return all information requested by the specified time and date or Submittal
shall be rejected.
TABLE OF CONTENTS
1.0 PURPOSE OF SOLICITATION............................................................................................. 2
1.1 EXHIBITS.............................................................................................................................. 2
1.2 ATTACHMENTS.................................................................................................................. 2
2.0 POINT OF CONTACT......................................................................................................... 2
3.0 PRE -BID CONFERENCE........................................................................................................ 2
4.0 QUESTIONS, EXCEPTIONS, AND ADDENDA.................................................................. 2
5.0 METHOD OF AWARD... ............. ................................................ .......................................... 2
6.0 DELIVERY AND SUBMITTAL REQUIREMENTS ....................
Page 1 of 4
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
COLLECTION, RECYCLING, AND PROPIi R DISPOSAL OF USED OIL AND RELATED
COMMODITIES 20-0923
1.0 PURPOSE OF SOLICITATION
The purpose of this solicitation, is to solicit competitive scaled submittals to furnish
COLLECTION, RECYCLING, AND PROPER DISPOSAL OF USED OIL AND
RELATED COMMODITIES for Lake County, Florida,
1.1 EXHIBITS
Exhibit A — Scope of Work
Exhibit B — lnsurance.Requirements
-- -Exhibit C — Review the Lake Cougq General Terms and Conditions page dated 10/10/2019.
1.2 ATTACITWNTS
Attachment t — Submittal Form
Attachment 2 — Pricing Sheet
Attachment 3 ---- Reference Form
2.0 POINT OF CONTACT
Direct ail inquiries to the Contracting Officer (official point of contact) listed:
Ed. Tipton, CPSM, CPPO, CPPB, Senior Contracting Officer
Telephone: 3 52- 3 4 3- 9 8 3 9
E-mail: rtipton@lalcecountyil.gov
3.0 PRE -BID CONFERENCE
N/A
4.0 QUESTIONS, RXCEPTIONS, AND ADDENDA
Vendors must a.xamine all solicitation docrunents -including the Lake County General Terms
-:and Conditionsliag�l:coniinunietion, inquiries, or requests for exceptions are to be directed
to the'Cont.ractiug Officer -listed in Section 2.0, The last day for questions or requests for
exceptions is.07122/2020.: A.rr.addendum may be issued in response to any inquiry received,
= _hcli ohangrie ker�ns.provisians, or requirements of the solicitation.'No answers
ivory :resporis�ta grYest ons;submitted will be binding upon this solicitation unless released
_ _ ........,- -..T ... - -
unn::ty-e.sap. icrtatron and osted an the Lake Cauzr Formal Solicitation,
-_ -site rthiS-se�licitation: W ere: tl2e a appears to be a conflict between this solicitation and any
addenda, the last addendum ismed will prevail,
it °is :.tlie -Vendor7s-responsibiiity :to ensure receipt of all addenda and any accompanying
documentation, Failure to acknowledge each addendum may prevent the Submittal from being
considered for award,
Process clarification or procedure questions may be asked at any time to the Contracting Officer.
5.0 METHOD OF AWARD
Each Submittal will be evaluated for conformance as responsive and responsible using the
following criteria:
A. Proper submittal of ALL documentation as required by this Solicitation. (Responsive)
B. The greatest benefits to Lake County as it pertains to: (Responsible)
1. Total Cost;
Page 2 of 4
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
COLLECTION, RECYCLING, AND PROPER DISPOSAL OF USED OIL AND RELATED
COMMODITIES 20-0923
2. Delivery;
3. Past Performance. In order to evaluate past performance, all Vendors are required to
submit at least three verifiable references / relevant projects completed within the last
three years that are the same or similar in magnitude to this ITB. The County may be
listed as a reference. Use Attachment 3 — References Form;
4, All technical specifications associated with this Solicitation;
5. Financial Stability: A Dun and Bradstreet report may be used by the County to
evaluate Vendor's financial stability. All Vendors shall be prepared to supply a
financial statement upon request, preferably a certified audit of the last available fiscal
year.
6. Any other criteria that may be specific to your Solicitation.
Awards will be made to the most/lowest responsive, responsible, Vendor whose Submittal
represents the best overall value to the County when considering all evaluation factors.
The County reserves the right to make awards on a lowest price basis by individual item, group
of items, all or none, or a combination; with one or more Vendors; to reject any and all offers
or waive any minor irregularity or technicality in submittals received.
Submittals received before the closing date and time listed will be opened, recorded, and
accepted for consideration. Vendors' names will be read aloud and recorded. Submittals will be
available for inspection during normal business hours. in the Office of Procurement Services 30
calendar days after the Solicitation due date or after recommendation of award, whichever
occurs first.
6.0 DELIVERY AND SUBMITTAL REQUIREMENTS
A. Hand delivery of submittals will not be accepted.
B. RESPOND TO THIS SOLICITATION ON-LINE — Click Here for online submittal.
C;_ A response will not be accepted if completed and submitted after the official due date and
time.
D.. Submission ..indicates - a&.=.binding offer to the County and agreement of the terms and
conditions referenced in -this Solicitation. Do not make any changes to the content or format
of any form without County permission. All information must be legible,
E. Submittal must include:
❑ Completed Attachment 1— Submittal Forin;
o Submittal must be signed by an official authorized to legally bind the firm to its
provisions. Include a memorandum of authority signed by an officer of the company
if the signor is not listed as a corporate officer on the firtn's SunBiz registration..
© Proof of Sunbiz.org registration;
❑ Include a completed W-9 farm;
❑ Completed Addenda issued. Failure to include signed addenda may be cause for
Submittal to be considered non -responsive;
Q Completed Attaclunent 2 —Pricing Street;
❑ Completed Attachment 3 -- Reference Form;
Page 3 of 4
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
COLLECTION, RE, CYCLING, AND PROPER DISPOSAL OF USED OIL AND RELATED
COMMODITIES 20-0923
Q Proof of insurance or evidence of insurability at levels in Exhibit B — Insurance
Requirements;
❑ Any Contractor required licenses;
❑ And any additional submittafrequirements.
F. The County is not liable or responsible for any costs incurred in responding to this
Solicitation including, without limitation, costs for product or service demonstrations if
requested.
G. Interested parties may listen to the 3:01 P.M. solicitation opening by calling 1-�321-332-
7400, Conference ID '971 920 3 6# or clicking on this link: Join Microsoft Team r Meeting
[The remainder of this page intentionally left blank)
Page 4 of 4
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
EXHIBIT A -- SCOPE OF WORIC/SERVICES
20-0923 COLLECTION, RECYCLING, AND PROPER DISPOSAL OF
USED OIL AND RELATED COMMODITIES
W-, purpose of this solicitation is to award to one vendor for the collection, recycling and proper
disposal of used oil, used oil filters, used antifreeze, sludge, pacts and oil absorbents on an as -
needed basis,
This is an indefinite quantity term contract with no guarantee of wage volume or that services will
be required, The County does not guarantee a minimum or maximum dollar amount to be
expended resulting from this Invitation to Bid.
Vendors must provide all equipment and personnel required. to collect, transport, screen, treat and
recycle used oil, used antifreeze, used oil filters, sludge, pads and oil absorbents. The vendors
... must also be responsible to dispose of these materials according to the Florida Department of
Environmental Protection regulations.
Vedic must have e a mini i Yn n as "I, y Aaro ; the 1,n , waste • e a.,,..,..,po : .
.1n.,,,�s; .....��;�.aT� ,.,k..]"(:.i.�.., tij3vv W/ 1t."10 Aria �uv A,c�,�'irdvi3a rJaa�P Cullrntlfiiri� ii ua�lult,
treatments, disposal of the used oil, used oil filters, used antifreeze, sludge, pads and oil absorbents.
Vendors must have valid FDOT and EPA identifications numbers for the transportation of the used
oil, used oil filters, used antifreeze, studio, pads and oil absorbents, Vendors must include copies
of these identification numbers with their bad submittal. Vendor personnel must have the
appropriate State of Florida driver's licenses for the transportation of the materials,
Vendors vehicles must be labeled and placarded per state and federal requirements,
-: Vendors r ust :y e:, o.cedu es for preening unacceptable used oil, used oil filters, used antifreeze,
sludge; Toads and..oil absorbents. , Vendors are to attach a copy of these procedures or an explanation
or these procedures to their bid submittal,
-be- z s bnsible eorling all unusable products: Vendors w111 be responsible for
iosal--o ariy.-mator-ial-Ahat becomes contaminated along with any of the containers.
2-VehU6r =h9t ieleritify llxt e4t%optj storage or disposal facilities they will utilize during any
contract awarded for this ITB,
The vendors will need to submit the following for each facility utilized,
• Name of Facility
• Address of Facility
• Phone Number of the Facility
• Contact Person for the Facility
• Copies of Each Applicable State and/or Federal Permits
• Compliance Status
• .Any Notices of Violations in the Past Two (2) Years
o Explanations of Violations (Explain what changes that have occurred to snake the facility
appropriate and safe to utilize at this time)
Page I of 4
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
EXHIDI T A — SCOPE OF'WORI ISERVICES
20-0923 COLLECTION, RECYCLING, AND PROPER DISPOSAL OF
USED OIL AND RELATED COMMODITIES
The County reserves the right to inspect with reasonable notice any facility used for the
management of the used oils, filters and antifreeze.
Vendors must supply at no charge to the County all equipment (15, 30 or 55-gallon drums, etc.) to
store the used oil, used filters and used antifreeze. The amount of material to be recycled, treated
or disposed of will be determined by utilizing metered removal, gauging or physical measurement.
Vendors mast be able to make requested pick ups within 3 business days of being notified by the
County.
Vendors must also be able to train all necessary County employees on the proper storage of the
used oil, used oil filters, used antifreeze, sludge, pads and oil absorbents.
The County priority is to recycle and reuse products as deemed acceptable. Products not'recycled, .
reused or treated must be disposed per state and federal regulations.
Standard operational.hours of all the participating entities will be from 8:00am to 5:00pm Monday
through Friday. All pickup locations will be closed for County observed holidays. Actual hours
of operations and closures of the participating locations will be provided to any awarded vendors.
Consistent with the administrative needs of the County, certain relevant data regarding purchases
of goods and services -under County contracts is to be gathered and maintained. Accordingly, each
vendox under this contract is to provide monthly and quarterly reports to the County as to the nature
of the goods and services purchased from the vendor by the County during the preceding months,
These should also breakdown goods and services by each location.
Whil .th6 County.reservea.the.riglit..t6 add or delete locations, the following is a current list:of
locations being serviced by this contract:
Fleet Maintenance
20423 Independence Blvd
Groveland, FL 34736
Open: Monday -Friday
Central facility
13130 County Landfill Road
Tavares, FL 32778
Open: Monday -Saturday
Lady Labe
1200 Jackson Street
Lady Lake, FL 32 t 59
Open.: Tuesday and Saturday
Astor
54711 Astor Transfer Station Road
Astor, FL 32102
Page 2 of 4
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
E.XIIIBIT A — SCOPE OI, WOMSER VICES
20-0923 COLLECTION, RECYCLING, AND PROPER DISPOSAL OF
USED OIL AND RELATED COMMODITIES
Open, Tuesday and Saturday
Clermont Log House
10435 Loghouse Road
Clermont, FL 34711
Open: Wednesday and Saturday
Paisley
25014 Rancho Lane
Paisley, FL 32767
Opera.: Wednesday and Saturday
Pine Lances
32520 W. State Road 44
Deland, FT_; 32120
Open: Thursday and Saturday
PRICE REDETERMINATIOiNS
The contractor may petition for one or more price redeterminations where such price
redetenninations. are necessitated by documented increases in the cost of wages or fuel, Petitions
for price redoternninations should be made within thirty (30) calendar days of the anniversary date
of the contract and only after the contract has been in effect for at least one (1) year. Unless
otherwise expressly set forth in the contract, no other price redeterrninations will be allowed. All
price.redeter ninations j once issued�.will be prospective frarxr the date of approval unless otherwise
::. approved by a duly executed amendment to the contract.
A..,_ ]Basis .for Price. Redbterminations:. Price redetermination will be based solely upon changes :
::_: -_:. _ ticirr r-casts..ducurriented 6. either the Employment Cost Index C or Producer Price
yfL �
-. Index.(PPly) ' clT&gr is rplicable, as puublished by the Bureau of Labor Statistics. The base
----'irld rr�iilr-f.-t1II 11=U.e for the quarter in which the IT$ opens. The base index
-_ nir:thy-P7i11fQ_flemonth the ITB opens. Any subsequent price recle#ernainations
redprkkimination approved for that price redetermination category as the
:- . _...._ ... ".base. -'index nunabez.' . `i'he County shall have the right to audit the Contractor's records,
- „--......__- includ4 g `buti_z at=liri�itiec� to�-payroll, materials, and fuel cost records, to verify or otherwise
.investigate the validity of any price redetermination) request.
B. Wage Price Redetermination. When requesting a price redetermination based upon an increase
in wage costs, the ebntractor should refer to and utilize the Employment Cost Index, Total
Compensation; Private Industry, Index Number and Occupational Group at as prepared by the
Bureau of Labor Statistics in the U.S. Department of Labor located on the Statistics Site. The
base figure will be tied. to Trade, transportation, and utilities under the heading Service
Providing Industries. Wage price redetermination increases will be granted only by reason of
wage increases associated with the contractor's employees or subcontractors performing work
or services pursuant to the contract.
C. Minimum Wage Price Redetermination. If the minimum wage increases during the term of
the contract, including any renewal or extension period thereunder, the contractor may .petition
for price redetermination for those job categories where the pay to the contractor's employees
Page 3 of 4
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
El KHIRIT .A -- SCOPE OF WORK/SERVICES
20-0923 COLLECTION, RECYCLING, AND PROPER DISPOSAL Or
USED OIL AND RELATED COIV MODITIES
is the current minimum wage. Upon verification of the information provided, the County will
grant an increase of exactly the amount of the minimum wage increase (not the percentage
increase). The contractor must increase the pay to the employees by the amount the contractor
has requested, which shall not exceed the amount of the minimum wage increase. The amount
paid to the contractor will be the increase plus any written and documented increase in FICA,
Medicare, and Workers' Compensation insurance. The contractor must supply written
documentation of any other increase that is beyond the scope and control of the contractor. All
written documentation must satisfy the reasonable expectations of the Procurement Services
Director and Internal Auditor.
D. Fuel Price Redetermination. If the price of fiiel increases by a minimum of ten (10%) percent,
the contractor may petition for a fuel price redetermination. As a condition of petitioning for a
fuel price increase, the contractor will be required to petition for a fuel price redetermination
decrease if -the price of fuel decreases by a minimum of ten (10%) percent. Failure to make
such petition may be grounds for contract termination and shall entitle the County to a refund
of the cumulative increase 3n.pay tit the cullu'a4titr dire to any prior fuel p�Ilie zeueternrfnatron
xucreases. -Fuel price redetermination must be based solely upon changes as documented by
die Producer Price Index (PPI) for the commodities "Unleaded Gasoline .. WPU057104" or
"#2 diesel fuel - WPU057303," as such may be applicable to the Contractor's operations in
connection with the contractor's performance of the contract.
All Price Redetermination shall be calculated as demonstrated in this example:
Contractor indicated on the Submittal Form that thirty percent (30%) of the cost to provide the
producklservice is directly attributed to the redetermination category (wage, fuel, or material).
Current applicable PPI $200.50
----------Base index PPI - '179.20
PPI increase dollars $21.30
PPI increase percentage 11.9%
($21.30 + $179.20 = .1189)
-_ - Unit cost of the service is: $100.00
_ .. 30°/o of $100.00.is directly $30.00
attributed to the
redetermination category
$30.00 x 119% = $3.57
New unit price is $103.57
($100 + $3,57)
E. Expiration Upon Failure to Agree to Price Redetermination. If the County and the contractor
cannot agree to a price redetermination, then the contract will automatically expire without
penalty or -further expense to either party after a period of six (6) months following the
contractor's initial request for such price redetermination. Requests for pricee-redeterminations
not made in accordance with the provisions of this section shall be deemed- mull and void and
shall not be a valid reason or pretext for expiration or termination of the contract. If the contract
expires pursuant to the terms and conditions of this section, the County -reserves the might, at
no expense, penalty, or consequence to the County, to award any remaining tasks thereunder
to the next available most responsive and responsible contractor.
[The remainder of this page intentionally left blank]
Page 4 of 4
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
EXHIBIT B — INSURANCE REQUIREMENTS 20-0923
Vendor shall provide proof of insurance capabilities, including but not limited to, the i equirements
of this Solicitation.. Coverage does not have to be in effect prior to a Purchase Order or Contract
being executed by the County,
.Awarded. Vendor (Contractor) shall provide an original certificate of insurance reflecting coverage
in accordance with the requirements of this Exhibit B within live working days of such request. It
must be received and accepted by the County prior to contract execution and before work begins.
Contractor shall provide and maintain, insurance policies with a company(ies) authorized to do
business in the State of Florida, and which are acceptable to the County, insuring the Contractor
against any and all claims, demands, or causes of action whatsoever, for injuries received or
_ damage to property relating; to the performance of duties, services, or obligations of the Contractor
under the terms and provisions of the Contract without cast or expense to the County during the
entire term of any Contract. Contractor is responsible for timely provision of certificates of
insurance to the County at the Certificate Holder address evidencing conformance with the
Contract Tequirements at all times throughout the term of the Contract,
Such policies of insurance, and confirming certificates of insurance, must ensure the Contractor in
accordance Mich t he following tru i-Mrarl limits:
1. General Liability insurance on forms no more restrictive than the latest edition of the
Occurrence Form Commercial General Liability policy (CG 00 01) of the Insurance Services
Office or equivalent without restrictive endorsements, with the following minimum limits and
coverage;
Each Occurrence/General Aggregate $1,000,000/2,000,000
Products -Completed Operations $2,000,000
Personal & Adv. Injury $1,000,000
Fire Damage $50a 000
Medical Expense $5,000
_C:antractual Liability Included
.2.- .Automobile.liab.ility-iiisuiaiioc, including all owned., non -owned, scheduled, and hired autos
_. with the following minimum limits and coverage:
trtr--bined Single Limit $1,000,000
omgcnsat>on.:insimcdBased on proper reporting of classification codes and payroll
-.arrxvrmts .in:aeff&:dano W _—_Chapter 440, Florida Statutes, and any. other applicable law
_n' __:,re:uiritrgrvtirizscrrnperation.(Federal, maritime, etc.). If not required by law to maintain
.:;'WOr1Cer5-' GE911Gip nSa i(li lnS t nC �r llle Contractor must provide a notahzed statement to not
.-...: ,bold the County responsible for anypayment or compensation.
-- 4. ErAptoyers'-Liability insurance with the following minimum limits and coverage:
Each Accident $1,000,000
Disease -Each Employee $1,000,000
Disease -Policy Limit $1,000,000
5. Professional liability and specialty insurance (medical malpractice, engineers, architect,
consultant, environmental, pollution, errors and omissions, etc.) insurance as applicable, with,
minimum limits. of $1,000,000 and annual aggregate of $2,000,000.
Lake County, a Political Subdivision of the State of Florida, and the Board of County
Commissioners, must be named as additional insured as the County's interest may appear on all
applicable liability insurance policies.
The certificates of insurance must provide for a minimum of thirty (30) days prior written notice
Page I of 2
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
EXHIBIT B — INSURANCE REQUIREMENTS
20-0923
to the County of any change, cancellation, or nonrenewal of the provided insurance. It is the
vendor's specific responsibility to ensure that any such notice is provided within the stated
timofirarart.e to the County,
Contractor must provide a copy of all policy endorsements reflecting the required coverage, with
Lake County listed as an additional insured along with all required provisions to include waiver of
subrogation. Contracts cannot be completed without this required insurance
documentation. (Note: .A simple COI WILL NOT be accepted in lieu of the policy
endorsements).
Certificates of insurance must identify the applicable solicitation .number in the Description of
Opmations section of the Certificate. Certificate Holder must be;
LAKE COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF
FLORIDA, AND THE BOARD OF COUNTY COMMSSIONERS.
P.O. BOX 7800
TAVARES, FL 3Z778-7800
Certificates of insurance must evidence a waiver of subrogation in favor of the County, that
coverage will be primary and noncontributory, and that each evidenced policy includes a Cross
Liability or S everability of interests provision, with no requirement of premium payment by the
County.
Contractor will be responsible for subcontractors and subcontractors' insurance. Subcontractors
must provide certificates of insurance to the Contractor evidencing coverage and terms in
accordance with the Contractor's requirements.
All self -insured retentions must appear on the certificates and will be subject to approval by the
County. At the option of the County, the insurer must reduce or eliminate such self -insured
retentions, or the Contractor or subcontractor must procure a bond guaranteeing payznont of losses
and related claims expenses.
The County will bo exempt:'from,:-and in no way liable for, any sums of money, which may
.-:.:represezit - a -deductible:.ar;;�olf:ingured.ietention in any insurance policy. The payment of such
deduotibl"x::scll":ins ed- retention will be the sole responsibility of the Contractor or
subcontractor providing such insurance.
-_ - _ 1= =:Iailute=ta obtain 'and malntain:uch.iisurance asset out above will be considered a breach of
c6a: kt "d may result in termination of the Contract for default.
N h1f r:upproval bythe,Corm afany_insurance supplied by the Contractor or subcontractors, nor
_._-: -.. _: •.___.a.._failure _ .to -disapprove that ins�xrance, will relieve the Contractor or subcontractors of full
_responsibility for liability, .damages,_and accidents as set forth in this solicitation or any contract
arising from this solicitation. -
[Remainder of this page intentionally left blank)
page 2 of 2
DocuSign Envelope ID: 82906931-DBD3-4D68-8CO9-676A8D7E4A8B
AMPLE CERTIFICATE OF INSURANCE
Professional Services Contract
HIGH LIMITS
CERTIFICATE OF LIABILITY INSUIMNCE I DAM VmY9aYtiYr,
7315 CERTIFICATe IS ISSUED AS A (NATTER OF INFORMATION ONLY AND CONFER& NO RIGHTS UMN THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES tIOT AFFIRMATIVELY OR NEGATIVeLY AMENVr EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLMIES
Subcontractor's BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT coNsTritRE A CONTRACT BETWEEN THE ISSUING INSURERIS), AUTHORIZED
Insurance Broker REPRESENTATIVEORPRODUCER, AND T1fECERTIFICA7EICOLDER.
IMPORTAHTs If the cerilticato Holder is an ADDITIONAL INSURED, the poltay(tes) must be endorsed, N SUBROGATION IS WAIVEb, sub cot to
the term and.eonditiaris orthe Poway, certain poNcles may require an endorsement, A statement on this certificate does not annrer riDM5 tefho
certificate holder in lieu of such endorsement s ,
PROVOCET -
AGENGY MANAGER, INC
2500 BOND STREET
VNrWASITY PARK IL 60460-
onelN u� xnAeE ear
Famed Insured AtiT"WNER$
(ThisShoUld EMPLOYERS
match the
subcontractor
name listed on
the contract)
"Claims Made"
or "Modified t—
Occurrence" is
rtat acceptable
Auto Liability
must be Written
on an "any
auto" basis,
Including hirad% .
non -owned
► VENDOR
123 61AIN STREET
SAN FRANCISCO, CA45670
/•fYllICYIAI�CQ I-rFlY1L°li-A re �.unen.
THIS IS TO CERTIFY THAT THE POLTCIEB OF INSURANCE LISTED BELOW HAVE BREW ISSUED TO THE INSURE4 hiA &OAf 01M FOR THR POUCY PERICU
-IN=';50. !:iT!"J:".7Ys*Ai-'e7:t'.G n.".".' B.�C;J11ROJE.. 1 TEPA0 W. CONDITION 'OF AW a"kO.`.f :ACT OR O TIER fi +..UnKdT Yv/YH RESPPECir EO ;iuti" Irinr
CERTIMCtATG MAY 9E ISSUED OR MAY PERLAM, THE INSURANDA AFFORDED BY TW MLICIES DEECRIBEU HE" 15 BUSMOT 70 ALL THE TER101%
EXCLUSIONS MDWNDiTIONSGFSUWFOLICIES,U111 9BHOMMAYiiAVNBEENREDUCEDBYFA10CLAMS,
TO
7Y E dP I SaRAxCE ,
AWL
90fln
Y
PKICY E11P
L 8
...
991 ERALLIABILITY
Oohlslf:RclAJ._G u],sI�RT
01,NALSh�IOtt WOOR
Ti
M
123456709
03i07020
ON712021
a
1,000.000
A
flee,..:......
LI Np LJ Qrsnn
50,000
n P600
j3wW&fi0yNgIAy
1,00DA00
n BerlATJt
P I IATF3nICPd00A2
2,000,000
Q10,araeR.uant a BIn w OF�It
POLICY
000;000
�
A
AWOM INUCLauTa.lrr
ANY M74J FjyI �p
A4ir o NC IMISD IfArjDx
InRMAxTOfl . AUIN
x
345a78sio.
Oa191020
00r0712D21
Limit
-1.�.... 1000.000
w
00nLVINJURYlvor "mq
1
anDiL< INJunYiPEtAWdvll)
S
n
S
3
"�"='
-
1aaaR8LLA LIM
l{eLTAB
?
aCrl'at
etieusunng
_
pACIf GCChRIiFIdCE
Aeeuern�
����'���
N.
A re
n
'D,'
-lUrniillbry"INIe..:•;.;-v:�_�_
��oEscfllrttanCFOPEwATIaNs
lnenarvlNACRnAYIpJ -
r sMP69YERYtuslliTY
AAµNyYA 67.0R:pA11rNEAleJIECIrrNa
aPrltl s�h� flA1 eR¢xcLmEC2 :...'
fII"tee deeerlee a.
aam,r..�--.'-.--'
xJAX
-:,•
010B7U
004020
03r0712021
asTA
@ FJuGIr
t,e0d,000
P.J,IN9rA65.EAPe7APLCYe
.1 ..P00
Ie.L.CI Sa. NQt.DY LIIAIY
'1,OPP,000
Vr'Drds°t.
07aota]
007r=
M10712021
OGo $1,000,0001Agg$znna,oDo
Ce00HIPr[flxi DP00f1Ih111k0I Lao ATiOIto "a" jOt,Miw,mttryvola 19erdure, IYmalu Ir�ea h f84u1f6�1
d431)1rR018et Nama
Xel ticabLhotdar Ie grenteladManapnsuled statla Iy �i _G :Ig pF pN(y Drnl Auto 1,1B6Illtyypotctan art.a prhnary alid non conrdbutorybride. wh[y s ter
�ORbrod6lEen•aT9'Pmwlded �rtfMehr'RtCadI0li�iQ I9Obderrof(,`atleral LrCbDny, oiD LlalsiGty arsd 111raTkars' Can>PenanOcn,'illbty f3011 doyy m4tleR 9o0ca of
-Tanosl a06rcls4{14} daye farDan�IaymentaT premfunl ts;pmWrled.9hn Inewonooelddonaad bYthis csrPOcsW cantalnu Crosc Llabl0ly &6everabSlty at
Ilttsmsls proVIAlans-
Lake L:bl}aly, a pOT0oa1 1l1lQtYLSrOM1 Of Ulo Slate rsT
BHOULU ANY OF "19 ABOVE DEWRIBED POUCIP3i Oil CANCEL= UNADRE
THIS EXPIRATION DATE THEREOF. NOTICE VnLL nB RE,L MM) IN
Florida and tha Board of Owrily Cvmmlesionen
ArieONDANDH WITH 7L15 POLICY PRoMsions.
P,O. Box 7800
t lmicnnesnePueeUnrATN9
Tavares, FL 3270SM10
NVF/RV 'lair tRy FU�VQ]
Certificate holder
should read exactly
as shown Were
V Laan5Wn11 AWKU GUK1`UlXK1I0N, All f1Uhls 1`0991lBLL
'thd ACORD mono end logo arb r09181 rod mr4a al'ACOM)
Must be singed
by agent
"PLEASE REFER TO YOUR CONTRACTTO VERIFY COMPLIANCE WITH ALL REQUIREMENTS"
Date Certificate
♦ Produced
Agency Contact
0 Information
Minimum required
coverage Ilmits
This section
�+ must reference
the job num bar
& project name.
Description
should reads as
shaven here
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LADE COUNTY, 1 LORIDA -- G]EINE A L TEERMS AND CONDITIONS,
TABLE OF CONTENTS
DEFINITIONS......................................................................................................................................... 3
INSTRUCTIONS TO VENDORS...........................................................................................................
3
PREPARATIONOF PROPOSALS .........................................................................................................
4
COLLUSION................................................................,............................................................................
4
PROHIBITION AGAINST CONTINGENT FEES....................................................:.............................
4
CONTRACTING WITH COUNTY EMPLOYEES................................................................................
5
INCURREDEXPENSES.........................................................................................................................
5
AWARD....................................................................................................................................................
5
GRANTFUNDING ...... ............. ................. .............. ................................................................................
5
STATE REGISTRATION REQUIREMENTS ........................................................................................
6
PRIMECONTRACTOR ....... ...................................................................................................................
6
SUBCONTRACTING..............................................................................................................................
6
GENERAL CONTRACT CONDITIONS................................................................................................
6
GOVERNINGLAW ................ ................. .<_..,.,r,_.,.::,:----- ................,..---•........--•-....... ....... ,........ .,.,....:..6
COMPLIANCE OF. LAWS, REGULATIONS, AND LICENSES..........................................................
6
CONTRACTEXTENSION..................................................................,..,....................r..........,...............
6
MODIFICATIONOF CONTRACT.......................................................:................................................
7
ASSIGNMENT.........................................................................................................................................
7
NON-EXCLUS I VITY ...... ...................:................... . ......................... .......................................................
7
OTHERAGENCIES.................................................................................................................................
7
CONTINUATIONOF WORK .................................................................................................................
7
WARRANTY.......................................................................................................................................
7
DEFICIENCIES IN WORK TO BE CORRECTED BY THE CONTRACTOR ....................................
7
COUNTYIS TAX-EXEMPT..,...,..,.....:.....................................................,..............................................
8
-SHIPPING TERMS, F.O.H. PESTINATION...............................................,..................................,,.......
8
ACCEPTANCE 0J .QOOM OR SERVICES.........................................................................................
8
,..........,'........................ ........... ..:.......................... :..........
,....:-.:PURCHASKOF OTHERJT—EMS....,...........-..:.':r................. ........................ .:........ ..................... ....................
.�a—m.a.���.�as_.���SAJ�4.w-,�+�f.�.n .]-c.-,-u.:.✓'ttr:.J....�.v:ri.vi.nav�.r.1 trJl.iitw.r-,-.n:.naH..ivr............ ......rr,..................... ......,,.r,................. ,,,,......... .......
s 1/4ATERIAL_SAELTY.._.DA: A' SHEET_(MSDS)..................................................................................... 9
- TOBA QP�R-OD- TOTS,.:.,..,.:;....�:..........,.,................. ......... .........•..:......,,.................................................. 9
:. ...................... 9
PROTECTION-OF _PROPERTY .................................. ............................................................................. 9
CERTIFICATE OF COMPEITNCY/LICENSURE, PERMITS, AND FEES.....................................10
TRUTH IN NEGOTIATION CERTIFICATE.........................................................
10
COMPETENCY OF -VENDORS AND ASSOCIATED SUBCONTRACTORS..................................10
RESPONSIBILITY AS EMPLOYER.................................................................................................10
MINIMUM WAGES .................................... .. ........ ..,.........,............ ,......,....... .......... ...".............. ......>....1
I
INDEMNIFICATION .......................... ...................... ,............................................................. ,....,...,....11
TERMINATION FOR CONVENIENCE ..............................................................................................1
I
TERMINATION DUE TO UNAVAILABILITY OF CONTINUING FUNDING ...............................
I3
TERMINATION FOR DEFAULT .......... ................................... .......... ................. ............. •.,,................
I I
FRAUD AND MISREPRESEN'I'ATION..............................................................................................1
I
Page I of 1a
Version I.0.I.0.2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LAKE C IJIVTY IfLORIDA — GENERAL TERMS AND CONDITIONS
RIGIITTO AUDIT................................................................................................................................12
PROPRIETARY/CONFIDENTIAL INFORMATION ..........................................,...............................12
PUBLICENTITY CRIMES...................................................................................................................12
PUBLICRECORDS LAW.....................................................................................................................12
COPYRIGHTS......................................................................................................... 14
..............................
SOVEREIGNMWUNITY...................................................................................................................14
COMPLIANCE WITH FEDERAL STANDARDS ................................................... :........................ ...14
E-VERIFY..........................................................................................................................................4...14
r
HEALTR INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPP.A) ........................14
FORCEMAJEURE..............:............................................................,,.,...................I....I.............I.......15
NOCLAIM FOR DAMAGES...............................................................................................................15
CERTIFICATION REGARDING SCRUTINIZED COMPANIES..,,,......,.,,...........I..............I............15
NOTICES ...o ...:.......:.....
Page 2 of 15
Verslon 10,10.2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LAKE COUNTY2 PLORI -- N,+ RAL TERMS AND CONDITIONS
DEFfNITIONS
Contract: The agreement to perform the services set forth in a document signed by both parties with
any attachments specifically incorporated.
Contractor: The vendor to whom award has been made.
County: Labe County, Florida, a political subdivision of the ,State of Florida,
Proposal: Any offer submitted in response to a solicitation.
Solicitation: The written document requesting bids, quotes, or proposals from the marketplace.
Vendor: Any entity responding to a solicitation or performing under any resulting contract.
INSTRUCTIONS TO VENDORS
A. Vendor 0•ualification., The County requires Vendors provide evidence of compliance with the
requirements below upon. request:
1, Disclosure of Employment.
2. Disclosure of Ownership.
3, Drug -Free Workplace.
■i n ___ n t nn Forms
� t mot_ _ r._.
. 4. vd-9 an o s v9, r orals — as requiredby 'Me .internal Revenue Service.
5. Americans with Disabilities Act (ADA).
6. Conflict of Interest.
7, Debarment Disclosure AffideAt.
8, Nondiscrimination.
9, Family Leave,
10, Antitrust laws - By acceptance of any contract, the Vendor agrees to comply with all applicable
antitrust laws.
B. Public Enti jy Crimes: Pursuant to Section 287,133, Florida Statutes, a person or affiliate who has
been placed on: the convicte.d.vendor list following a conviction of a public entity crime may not be
awarded or porform.w.ork, as a contractor,- supplier, subcontractor, or contractor under a contract with
any public -bntity in-eicess of the threshold amount provided in Section 287.017, Florida Statutes,
for-:Catego Tvwo:.f0r a poriocl.:of:fruity-six (36) months from the date of being placed on the
convicted vendor list.
_ - ----C,s�r,tntso;'alicitatxa�xanrl Voiidcrs� Res onsibilitie: The Vendor shall be thoroughly familiar
q4iijaaf6ilffi Whis-srd citaEi n. Ignorance of these matters. by the Vendor will not be
---.- _= u eptech s a is: or: aryl ig-1✓lr -requirements of the County, or the compensation to be paid.
- = - L�, :`l e tricted 37iscussia� _From e "-d.ate-of solicitation issuance until final County action, Vendors will
not discuss =any part af-.the:-soliciWion with any employee, agent, or other representative of the
County except- as expressly authorized by the designated procurement representative. The only
communications that will be considered pertinent to a solicitation are appropriately signed written
documents from the Vendor to the designated procurement representative and any relevant written
document promulgated by the designated procurement representative.
F. Changes to Proposal: Prior to the scheduled due elate, a Vendor may change its Proposal by
submitting a new one with a letter on the flrm's letterhead, signed by an authorized agent stating that
the new submittal replaces the original. The new submittal must contain the letter and all information
as required in the solicitation.
G. Withdrawal of Proposal: A Proposal will be irrevocable unless it is withdrawn as provided in a
solicitation: A Proposal may be withdrawn, either physically or by written notice, at any time prior
to solicitation award. If withdrawn by written notice, that notice must be addressed to, and received
Page 3 of 15
Version 10.10.2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LATE COUNTY, FLORIDA - GENERAL TERMS AND CONDITIONS
by, the designated procurement representative. The letter must be on company letterhead and signed
by an authorized agent of the Vendor.
R Conflicts within the Solicitation: Where there appears to be a conflict between the General Terms
and Conditions, Special Conditions, the Technical Specifications, the Pricing Section, or any
addendum issued, the order of precedence will be: the last addendum issued, the Proposal Price
Section, the Technical Specifications, the Special Conditions, and then the General Terins and
Conditions. It is incumbent upon the Vendor to identify such conflicts to the designated procurement
representative prior to the Proposal due date.
I. Prompt Payment Terms: Payment for all purchases by County agencies will be made in a timely
manner and interest payments will be made on late payments in accordance with Part VII, Chapter
M, Florida Statutes, known as the Florida Prompt Payment .Act, The Vendor may offer cash
discounts for prompt payments; however, such discounts will not be considered in determining the
lowest price during Proposal evaluation.
PREPARATION OF PROPOSALS
1A, The mirig nsection of a solicitation defines requirements of items to be purchased and m.- be r---^ +�
completed and submitted with the Proposal. -Use of any other .form or alteration of the form may
result in rejection of the Proposal.
B. The Proposal submitted must be legible. Vendors shall type or use an ink to complete the Proposal.
All changes must be crossed out and initialed in ink. Failure to comply with these requirements may
cause the bid. to be rejected,
C. An authorized agent of the Vendor's film must sign the Proposal. The County may reject any
Proposal not signed by an authorized agent.
D. The Vendor may submit alternate Proposals for the same solicitation provided that such offer is
allowable under.tU.Iorms..and Conditions:. The alternate Proposal must meet or exceed the minimum
.Tequirements -aAd b-o.subinitted as a separate Proposal marked "Alternate Proposal".
is :a..discrepaiacy..b_etween-the unit prices and any extended prices, the unit prices will
prevail.
A_... &. My "Proposal; rccevod after tlid..designated receipt date will be considered late and will not be
considered for award.
COLLUSION
`-z�-=p hdre•:tauo 4.,or:_xrrore-rolat6d roes acli.:subrnit a Proposal for the same contract, such Proposals will
:'------' be-liires uzied to be collusive -"Related partie4" mean the Vendor or the principals of the Vendor which
. have a director indirect ownership interest in another Vendor for the same contract or in which a parent
companyor the principals of the parent company of one Vendor have a direct or indirect ownership
interest in another Vendor for the same contract, Furthermore, any prior understanding, agreement, or .
connection between two (2) or more corporations, firms, or persons submitting a Proposal for the same
materials, supplies, services, or equipment will also be presumed to be collusive. Proposals found to be
collusive will be rejected, Vendors which have been found to have engaged in collusion may be
considered non -responsible and may be suspended or debarred. Any contract resulting from collusive
bidding may be terminated for default.
PROHIBITION AGAINST CONTINGENT FEES
The Vendor warrants that they have not employed or retained any company or person, other than a bona
fide employee working solely for the Vendor to solicit or secure the Contract and that they have not paid
Page 4 of 15
Version 10.10.2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
.._ „
LAKE COUNTY, FLORIDA-- GENERAL TERMS AND CONDITIONS
or agreed to pay any person, company, corporation, individual., or firm, other than a bona fide employee
working ,solely for the Vendor, any consideration contingent upon or resulting from the award or malting
of the Contract.
CONTRACTING WITH COUNTY EMPLOYEES
Any County employee or immediate family member seeking to contract with the County shall seek a
conflict of interest opinion from the County Attorney prior to submittal of a Proposal. The affected
employee shall disclose the employee's assigned function within the County and interest or the interest
of his or her immediate family in the proposed contract and the nature of the intended contract.
INCURRED EXPENSES
A solicitation does not commit the County to make an award nor will the County be responsible for any
cost or expense which may be incurred by any Vendor in preparing and submitting a Proposal, or any
cost or expense incurred by any Vendor prior to the execution of a purchase order or contract.
AWARD
A. The Contract resulting frorn a solicitation may be awarded to the responsible Vendor which submits
a Proposal determined to provide the best value to the County with price, technical, and other
applicable factors considered. The County reserves the right to reject any and all Proposals, to waive
irregularities or technicalities, and to re -advertise for all or any part of this solicitation as deemed in
its best interest. The County will be the sole judge of its best interest.
B. When there are multiple line items in a solicitation, the County reserves the right to award on an
individual item basis, any combination of items, total low bid, or in whichever manner deemed in
the best interest of the County. This provision specifically supersedes any method of award criteria
stated in the solicitation when such action is necessary to protect the best interests of the County.
C. The County reserves the right to reject any and all Proposals if it is determined that prices are
excessive or determined to be unreasonable, or it is otherwise determined to be in the County's best
interest to do so.
D. Award of a solicitation will be rmade to firms satisfying all necessary legal requirements to do
business with the County. The County .may conduct a pre -award inspection of the Vendor's site or.
_hold a--pre-award qualification- hearing..to determine if the Vendor is capable of performing the
requirements of a solicitation.
7. B -: The :Vendor's performance as a Contractor or subcontractor on previous County contracts will be
considered in evaluating the responsibility of the Vendor.
F. Any tie situations will be resolved in consonance with current written procedure in that regard.
G. Award of the contract resulting from this solicitation may be predicated on compliance with and
submittal of all required documents as stipulated in the solicitation.
H. A Vendor wishing to protest any award decision resulting from a solicitation may do so per the
Procurement Protest Procedures site.
GRANT FUNDING
In the event any part of a Contract is to be firnded by federal, state, or other local agency monies, the
Vendor hereby agrees to comply with all requirements of the funding entity applicable to the use of the
monies, including Rill application of requirements involving the use of minority firms, women's business
enterprises, and labor surplus area firms. Contractors are advised that payments under the Contract may
be withheld pending completion and submission of all required forms and documents required of the
Contractor pursuant to the grant funding requirements.
Page 5 of 15
Version.10.10.2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LADE COUNTY FLORIDA — GENERAL 'PERMS AND CONDITIONS
STATE REGISTRATION REQUIREMENTS
Any entity conducting business in Florida. shall either be registered or have applied for registration with
the Florida Department of State in accordance with Florida law, unless exempt from registration. A copy
of the registration may be required prior to award of a Contract. Additional information is available
fi•om the Florida Department of State, Division of Corporations, by visiting the Florida Department of
State home page.
PRIME CONTRACTOR
The Vendor awarded a Contract shall act as the Prime Contractor and will assume frill responsibility for
the successful performance under the Contract. The Vendor will be considered the sole point of contact
regarding meeting all requirements of the Contract. All subcontractors may be subject to advance review
by the County regarding competency and security concerns. No change in subcontractors may be made
without the consent of the County after the award of the Contract. Vendor will be responsible for all
insurance, permits, licenses, and related matters for any and all subcontractors. County may require the
Vendor to provide any insurance certificates required by the work to be performed even if the
subcontractor is self -insured.
SUBCONTRACTING
Unless otherwise stipulated in a solicitation, the Contractor shall not subcontract any portion of the work
without the prior written consent of the County. Subcontracting without the prior convent of the County
may result in termination of the Contract for default.
GENERAL CONTRACT CONDITIONS
The Contract will be binding upon and will inure to the benefit of each of the parties and of their
respective successors and permitted assigns. The Contract may not be amended, released, discharged,
rescinded or abandoned, except by a written instrument duly executed by the parties. The failure of any
party at any time to enforce any of the provisions of the Contract will in no way constitute or be construed
as a waiver of such provision or of any other provision of the Contract, nor in any way affect the validity
of, or the right to enforce, each and every provision of the Contract, Any dispute arising during Contract
performance that is not readily rectified by coordination between the Vendor and the County user
_.__.... department will be referred to Procurement Services.
GOVERNING LAW
- The inteipreta.tion, -effect, and validity of any contract will be governed by the laws and regulations of
=the State ofElorida:, and Lake County, Florida. Venue of any court action will be solely in Lake County,
Florida. The vendor hereby waives its right to a jury trial.
COMPLIANCE OF LAWS, REGULATIONS, AND LICENSES
The Vendor shall comply with all federal, state, and local laws and regulations applicable to provision
of the goods or services specified in a solicitation. During the term of a Contract, the Vendor assures
that it is in compliance with Title VII of the 1964 Civil Rights Act, as amended, and the Florida Civil
Rights Act of 1992, in that the Vendor does not on the grounds of race, color, national origin, religion,
sex, age, disability or marital status, discrimination in any form or manner against its employees or
applicants for employment. The Vendor understands that any Contract is conditioned upon the veracity
of this statement.
CONTRACT EXTENSION
The County has the unilateral option to extend a Contract for up to ninety (90) calendar days beyond the
current Contract period. In such event, the County will notify the Vendor in whiting of such extensions.
Rage G of 15
Version 10,10,2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LADE COUNTY FLORIDA -- GENERAL TERMS AND CONDITIONS
The Contract may be extended beyond the initial ninety (90) day extension upon mutual agreement
between the County and the Contractor. Exercise of the above options requires the prior approval of the
Procurement Services Director.
MODIFICATION OF CONTRACT
Any Contract resulting from a solicitation may be modified by mutual consent of duly authorized parties,
in writing through the issuance of a modification to the Contract or purchase order as appropriate. This
presumes the modification itself is in compliance with all applicable County procedures.
ASSIGNMENT
The Contractor shall not assign or transfer any Contract resulting from a solicitation,'including any
rights, title or interest in the Contract, or its power to execute such Contract to any entity without the
prior written consent of the County. This provision includes any acquisition or hostile takeover of the
Contractor. Failure -to comply in these regards may result in termination of the Contract for default.
NON -EXCLUSIVITY
it is the intent of the Cowsty to enter into an agreement that will satisfy its needs as described within a
solicitation. However, the County reserves the right to perform, or cause to be performed, all or any of
the work and services described in a solicitation in the manner deemed to represent its best interests. in
no case will the County be liable for billings in excess of the quantity of goods or services provided
under the Contract,
OTHER AGENCIES
Other governmental agencies may xnal{e purchases in accordance with -the Contract with Contractor
consent. Purchases are governed by the Contract's terms and conditions except for the Change in agency
name. Each agency will be responsible and liable for its own purchases for materials or services received.
CONTINUATION OF WORK
;Any work that. a mrrionces prior t%: end will extend, beyond the expiration date of any Contract period
must; unless terminated by i utual writton agreement between the County and the Contractor, continue
change to the then current prices, terms and conditions.
WARRANTY.
AIL=+ssitiranties.prc.sriir�piidstbxiade available to the County for goods and services covered
` _- 5,----- y a s acitaticin 11: gofl°ds: i n sh-dMust�be fitlly guaranteed by the Vendor against factory defects
by the most favorable commercial warranty given for
le;qu utlt� - duT5=o s rvXces and the rights and remedies provided in the Contract will
he in ac ditiowto-the warranty and Flo not limit any right afforded to the County by any -other provision
of a solicitation. Contractor shall correct any and all apparent and latent defects that may occur within
the manufacturer's standard warranty period at no expense to the County. The special conditions of a
solicitation may supersede the rnanrxfacturer's standard warranty.
DEFICIENCIES IN WORD TO BE CORRECTE, D BY TIN CONTRACTOR
Contractor shall promptly correct all apparent and latent deficiencies or defects in works or any work
that fails to conform to the Contract documents regardless of project completion status. All corrections
must be made within seven (7) calendar days after such rejected defects, deficiencies, or non -
conformances are verbally reported to the Contractor by the County's project administrator. Contractor
must boar all costs of correcting such rejected work. If the Contractor fails to correct the 'work within
the period specified, the County may, at its discretion, notify the Contractor, in writing, that the
Contractor is subject to contractual default provisions if the corrections are not completed to the
Page 7 of 15
Versfort 10.10.2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LAKE COUNTY FLORIDA — GENERAL TERMS AND CONDITIONS
satisfaction of the County within seven (7) calendar days of receipt of the notice. If the Contractor fails
to correct the work within the period specified in the notice, the County may place the Contractor in
default, obtain the services of another Contractor to correct the deficiencies, and charge the incumbent
Contractor for these costs, either through a deduction from the final payment owed to the Contractor or
through invoicing. If the Contractor fails to honor this invoice or credit memo, the County may terminate
the contract for default.
COUNTY IS TAX-EXEMPT
When purchasing on a direct basis, the County is generally exempt from Federal Excise Taxes and all
State of Florida sales and use taxes (85-801387470OC-1). Visit Lake County Tax Exemption Certificate
gaga to print a copy of the certificate. Except for items specifically identified by the Vendor and accepted
by the County for direct County purchase under the Sales Tax Recovery Program, Contractors doing
business with the County are not exempt from paying sales tax to their suppliers for materials to fulfill
contractual obligations with the County, nor will any Contractor be authorized to use any of the County's
Tax Exemptions in securing such materials.
,SHIPPING TERMS. F.O.S. DESTINATION
The F.O.B. point for any product ordered as a result of a solicitation will be F.O.B.; DESTINATION —
Inside Delivery, FREIGHT ALLOWED. The County will not consider any Proposal showing a F.O.B.
point other than F.O.B.; Destination — Inside Delivery.
ACCEPTANCE OF GOODS OR SERVICES
The products delivered as a result of a solicitation will remaill the property of the Contractor, and services
rendered under the Contract will not be deemed complete, until a physical inspection and actual usage
of the products or services is accepted by the County and must be in compliance with the terms in the
contract, fully in accord with the specifications and of the highest quality.
Any goods or services purchased as a result of a solicitation or Contract may be tested/inspected for
compliance with specifications. In the event that any aspect of the goods or services provided is found
to be defective or does not conform to the specifications, the County reserves the right to terminate the
Contract or initiate corrective action on the part of the Contractor, to include return of any non -compliant
goods.to the:Contractor_at-the Contractor's expense, requiring the Contractor to either provide a direct
replacement for -the -item; or a fitil -credit for the returned item. The Contractor shall not assess any
additional ebargeg.for:any ccinforfi-iing action taken by the County under this clause. The County will
-- - not be responsible4o7pay-for any-product=or service that does not conform to the Contract specifications.
In-addition,=an-y-defective product -or service or any product or service not delivered or performed by the
date specified in a purchase order or Contract, may be procured by the County on the open market, and
any increase in cost may be charged against the Contractor. Any cost incurred by the County in any re -
procurement plus any increased product or service cost will be withheld from any monies owed to the
Vendor by the County for any Contract or financial obligation.
ESTIMATED QUANTITIES
Estimated quantities or dollars are for the Vendor's guidance only and may be used in the award
evaluation process. No guarantee is expressed or implied as to quantities or dollar value that will be
used during the Contract period. The County is not obligated to place any order for a given amount
subsequent to the award of a solicitation. In no event will the County be liable for payments in excess of
the amount due for quantities of goods or services actually ordered.
Page 8 of 7
Version 10.10.201.9
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LAKE COUNTY l A71S1JJL3..�" l]f1yA\,�-A�1\1 �1A7 AND CONDITIONS
PURCHASE OF OTIMR ITEMS
While the County has listed all major items within a solicitation, there may be ancillary or similar items
purchased by the Comity during the term of a Contract. The Contractor will provide a price quote for
the ancillary items, The County may request price quotes from all Contractors under Contract if there
are multiple Contracts. The County reserves the right to award these ancillary items to the primary
Contractor, another Contract Contractor based on the lowest price quoted, or to acquire the items through
a separate solicitation.
Although a Contract may identify specific locations to be serviced, it is hereby agreed and understood
that any County department or facility may be added or deleted to the Contract at the option of the
- County. The location change will be addressed by formal Contract modification. The County may obtain
price quotes for the additional facilities -.froze other Vendors in the event that fair and reasonable pricing
is not obtained from the Contractor, or for other reasons at the County's discretion, It is hereby agreed
and understood that the County may delete service locations when such service is no longer required,
upon fourteen (14) calendar days' written notice to the Contractor.
SAFETY
The Contractor will be responsible for initiating, maintaining, and supervising all safety precautions and
programs in connection with the work and for complying with all requirements of the Occupational
Safety and Health Administration Act (OSHA). The Contractor shall take all necessary precautions for
the safety of and shall provide the necessary protection to prevent damage, injufy, or loss to persons or
property.
The Contractor shall provide all standard equipment, work operations, safety equipment, personal
protective equipment, arld lighting required or mandated by State, Federal, OSHA, or Americans with
Disabilities Act of 1990 (ADA) regulations.
The Contractor shall designate a competent person of its organization whose duty will be the prevention
accidents__at -thc_-.Mte..:: Th s per.uri '�rzst be literate and able to communicate fially in the English
.. :. -- language because of the iiecessily t6T0iA job instructions and signs, as well as the need far conversing
with . County . personnel.- ..This person -must be the Contractor's superintendent unless otherwise
- designated in writing by the Contractor to the Contract Manager.
-_ MATERIAL SAFETY DATA SHE, ET (MSDS)
_- -� Thc: Contractor=xs�espo i ib: e_tci,-:trrl ure h ounty has received the latest version of any MSDS required
2��rr -Sect oxi-191-1�00�vi#h lrc axst shipment of any hazardous material, The Contractor shall
r ~ ::M pxanapxly_provideMSD:S _ 6- au Garrity with the now information relevant to the specific material
at any time the content of an MSDS is revised.
TOBACCO PRODUCTS
Tobacco use, including both smoke and smokeless tobacco is prohibited on County owned property,
CLEAN-UP
If applicable, all unusable materials and debris must be removed from the premises at the end of each
workday and disposed of in an appropriate manner. The Vendor shall thoroughly clean lip all areas
where work has been involved as mutually agreed with the associated user department's project manager
upon final completion.
PROTECTION OF PROPERTY
All existing structures, utilities, services, roads, trees, shrubbery, and property in which the County has
an interest must always be protected against damage or interrupted services by the Contractor during the
Page 9 of 15
Version 10.10.2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
m - -- LAKE, CO 1r1TY.�I{' FLORIDA G,lIa1VERAE TERMS, AN])ONDITIONS C,,,,.,:__,W,�„�
term of a Contract. The Contractor will be held responsible for repairing or replacing property to the
satisfaction of the County which is damaged by reason of the Vendor's operation on the property. In the
event the Vendor fails to comply with these requirements, the County reserves the right to ,secure the
required services and charge the costs of such services back, to the Contractor.
CERTIFICATE OF COMPETENCY[LICENSURE, PERMITS, AND FEES
Any Vendor that submits an offer in response to a County solicitation shall, at the time of such offer if
requured, hold a valid Certificate of Competency or appropriate current license issued by the State or
County Examining Board qualifying the Vendor to perform the work proposed. If work for other trades
is required in conjunction with a solicitations and will be performed by subcontractors hired by the
Vendor, an applicable Certificate of Competency/license issued to the subcontractors must be submitted
with the Vendor's offer; provided, however, that the County may at its option and in its best interest,
allow the Vendor to supply the subcontractors certificateilicense to the County during the offer
evaluation period. The Vendor is responsible to ensure that all required licenses, permits, and fees (to
include any inspection .fees) required for a project are obtained and paid for, and shall comply with all
laws, ordinances; regulations, and building or other code requirements applicable to the wort,
contemplated in a solicitation, Damages, penalties, or tires imposed on the County or the Vendor for
failure to obtain required licenses, permits, inspection or other fees, or inspections will be borne by the
Vendor.
TRUTH IN NEGOTIATION CERTIFICATE
Any organization awarded a Contract must execute a truth -in -negotiation certificate stating that the wage
rates and other factual unit costs are accurate, complete, and current, at the time of contracting for each
Contract that exceeds One Hundred Ninety -.Five Thousand dollars ($195,000,00). Any Contract
requiring this certificate will contain a provision that the original Contract price and any additions will
be 'adjusted to exclude any significant sums by which the County determines the Contract price was
..-increased :dua to:�naccurate;-incomplete, ox non -current wage rates and other factual unit costs. All such
Oon tract 4ustih6hts Will be made within one (1) year following the end of the Contract,
OOi1�iiPETE�I.CY=C1PiC� "ORS AND ASSOCIATED SUBCONTRACTORS
__ 1L= e�ed.•fromx B s,which are regularly engaged in the business of providing or
distrih.uting the:�goods:o ervices=�lescril�ed in the solicitation, and who can produce evidence of a
�� ,nansiste�nt -satisfautor eaorrl ot`letformanice. The County may consider any evidence available to it of
technical,..nan .vtlner quul.iiioations and abilities of any Vendor responding under a
,.- . solicitation,<�icluclinn pastfonceith`the County. Vendor must have sufficient financial support
- „- aiid:or;anizatri_taerisuxe satiffao�ory e4ivery Linder the stated solicitation teis and conditions of any
ontrac;t awarded. In the vvennt-the--Venndof intends to subcontract any part of its work or will obtain the
- goods specifically offered under -the Contract from another source of supply; the Vendor may be required
to verify the competency of its subcontractor or supplier. The County roscives the right, before awarding
the Contract, to requite a Vendor to submit such evidence of its or its subcontractor's qualifications.
RESPONSIBILITY AS EMPLOYER
The employees of the Contractor will always be considered its employees, and not an employees or
agents of the County. The Contractor shall provide employees capable of performing the work, as
required: The County may require the Contractor to remove any employee it deerns unacceptable. All
employees of the Contractor may be required to wear appropriate identification.
Page 10 of 15
Version 10.10,2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
+ _ i + { D CONDITIONS
��C OUNTY'i'LOItID,r# -- GIwN»RAL TItJR.MS AN
MINIMUM WAGES
Under the Contract, the wage rate paid to all laborers, mechanics and apprentices employed by the
Contractor for the work under the Contract, must not be less than the prevailing wage rates for similar
classifications bf work as established by the Federal Government and enforced by the U.S. Department
of Labor; Wages and Hours Division, and Florida's Minimum Wage requirements in Axticle X, Section
24 (f) of the Florida Constitution and enforced by the Florida Legislature by statute or the State Agency
for Workforce Innovation by rule, whichever is higher.
INDEMNIFIC.A,,TION.
To the extent permitted by law, the Contractor shall indemnify and hold harmless the County and its
officers, employees, agents and instrumentalities from any and all liability, losses or damages, including
attorneys' fees and costs of defense, which the County or its officers, employees, agents or
instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any
kind or nature. arising .out of, relating to or resulting from the performance of.the Contract by the
Contractor or its employees, agents, servants, partners, principals or subcontractors. The Contractor
shall pay all claims and losses in connection with those claims and losses, and shall investigate and
defend all claims, suits or actions of any !dud ornature in the name of the County, where applicable,
including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees' which may be
incurred. The Contractor expressly understands and agrees that any insurance protection required by the
Contract or otherwise provided by the Contractor will in no way limit the responsibility to indemnify,
Keep and hold harmless and defend the County or its officers, employees, agents and instrumentalities
as provided in a solicitation or any Contract arising from a solicitation.
TERMINATION FOR. CONVENIENCE
The County, at its sole discretion, reserves the right to terminate the Contract upon thirty (30) days'
written notice. Upon receipt of sucli xotice, the Contractor shall not incur any additional costs under the
-Contract..-The County will, be liable-.only=for reasonable. costs incurred by the Contractor prior to Notice
..of tomainatiori. The County will be the sole judge of "reasonable costs."
;.:.-..-_ := TEIlllrt IATYON.DUE 'TO UNAVAILABILITY OF COP TINUING FUNDING
Whcnfutis=of=e:riof appraptiated tirw:dther�vise made available to support continuation of performance in
:: � s 1 �lZ ►i a fi : -al y ar tic: ntrdd will be cancelled, and the Contractor will be reimbursed
Rf W :° .foi-the _reasoria to value f rr : o ienurring costs incurred amortized in the price of the supplies or- .
serviceshasks delivered under the contract.
TERMINATION FOR. DEFAULT
'The-Ctsutyres rv-es the .right=to'tei'i-riinate:any Contract arising from a solicitation, in part or in whole,
or affect other appropriate remedy in'the event the Contractor fails to perform in accordance with the
terms and conditions stated in the Contract. The County fiu-ther reserves the right to suspend or debar
the Contractor in accordance with the County's ordinances, resolutions and administrative orders. The
Contractor will be notified by letter of the County's intent to terminate and the Contractor will be given
ton (14) days to cure the breach. In the event of termination for default, the County may procure the
required goods and services from any source and use any method deemed in its best interest. All re -
procurement costs will be borne by the Contractor.
FRAUD AND MISK, PRESS, NTATION
Any individual, corporation or other entity that attempts to meet :its contractual obligations through fiaud,
misrepresentation or other material misstatement, may be debarred for up to five (5) years. The County
as a further sanction may terminate or cancel any other Contracts with such individual, corporation. or
Page 11 of 15
Verslon 10.10.2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LAVE COUNTY I+'L�' RIJDA --- GENERAL TERMS AND CONDITIONS
entity with such Vendor held responsible for all direct or indirect costs associated with termination or
cancellation, including attorneys' fees.
RIGHT TO AUDIT
The County reserves the right to require the Contractor to submit to an audit, by any auditor of the
County's choosing, The Contractor shall provide access to all of its records, which relate directly or
indirectly to this Agreement at its place of business during regular business hours. The Contractor shall
retain all records pertaining to this Agreement and upon request make them available to the County for
three (3) complete calendar years following expiration of the Agreement. The Contractor agrees to
provide such assistance as tray be necessary to facilitate the review or audit by the County to ensure
compliance with applicable accounting and financial standards.
If the Contractor provides technology services, the Contractor must provide Statement of Standards for
Attestations Engagements (SSAE) 16 or 18 and System and Service Organization Control (SOC) reports
upon request by the County. The SOC reports must be full Type 11 reports that include the Contractor's
description of control processes, and the independent auditor's evaluation of the design and operating
effectiveness of controls. The cost of the reports will be paid by the Contractor.
If an audit inspection or examination pursuant to this section discloses overpricing or overcharges of any
nature by the. Contractor to the County in excess of one percent (10/6) of the total contract billings, in
addition to making adjustments for the overcharges, the reasonable actual cost of the County's audit
must be reimbursed to the County by the Contractor. Any adjustments or payments which must be made
as a result of any such audit or inspection of the Contractor's invoices or records must be made within a
reasonable amount of time, but in no event may the time exceed ninety (90) calendar days, from
presentation of the County's audit findings to the Contractor.
This provision is hereby considered to be included within, and applicable to, any subcontractor
agreement entered into by the Contractor in performance of any work under this Agreement.
PROPRIETARY/CONFIDENTIAL >I•NFORMATIO.N
. Vendors --are hereby'h6tified .that. all iiiforination submitted as part of a Proposal will be available for
_ . -publiq inspec andri-co
itnpliance-with ChapTer 119 of the Florida Statutes (the "Public Record Act" ). The
- -- - -;.=: _ endor. shoi�l _ i� t sutsmit =ui� t nfoxmati�ota:<xn response to a solicitation whieb the Vendor considers
Wt or 66nfzdenhal...=- The:;sttbrrrWion of an information to the Count to connection with a
pr- cry-;.� ..:. y information y • . .
w solid iti:a v ll l .d err d:auw&ivetAraMxelease of the submitted information unless such information
is exempt or confidential under the Public Records Act.
PUBLIC ENTITY CRIMES
-.A person or affiliate who has been placed on the convicted vendor list following a conviction of a public
entity crime may not be awarded or perfoxxtt work as a contractor, ,supplier, subcontraotor, or consultant
under a contract with any public entity in excess of the threshold amount provided in Florida. Statutes,
Section 287.017 for Category Two for a period of thirty-six (36) months from the date of being placed
on the convicted vendor list.
PUBLIC RECORDS LAW
Pursuant to section 119.0701(2)(a), Florida Statutes, the County is required to provide Contractor with
this statement and establish the following requirements as contractual obligations pursuant to the
Agreement:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 119, FLORIDA, STATUTES, TO THE DONTRACTOWS DUTY
Page 12 of 15
Version 10.10.2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LADE COUNT ' FLORIDA GE, NERAL TERMS AND CONDITIONS
TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 352-343-98399.
PURCHASING LAKECAUNTYFL.GOV, by mall, Office of Procurement
Services, Attn: Ron Falange, P.A. Box 7800 Tavares, FL 327M
By entering into this Contract, Contractor acknowledges and agrees that any records maintained,
generated, received, or kept in connection with, or related to the performance of sci vices provided under,
this Contract are public records subject to the public records disclosure requirements of section
119,07(1), Florida Statutes, and Article 1, section 24 of the Florida Constitution. Pursuant to section
119,0701, Florida Statutes, any Contractor entering into a contract for services with the County is
required to;
A. Keep and maintain public records required by the County to perform the services and work provided
pursuant to this Contract. -
B. Upon request from the County's custodian of public records, provide the County with a copy of the
requested records or allow the records to be inspected or copier' within a reasonable time at a cost
that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by
law.
C. Ensure that public records that are exempt or confidential and exempt from publie records disclosure
requirements are not disclosed except as authorized by law for the duration of the Contract term and
following completion or termination of the Contract if the Contractor does not transfer the records
to the County.
D. Upon completion or termination of the Contract, transfer, at no cost, to the County all public records
in the possession of the Contractor or keep and maintain public records required by the County to
perform the service. if the Contractor transfers all public records to the County upon completion or
termination of the Contract; the Contractor shall destroy any duplicate public records that are exempt
or confidential and exempt from public records disclosure requirements. If the Contractor keeps and .
i 4intains..priblio:rec.orals-upan.Ooampletiori or termination of the Contract, the Contractor shall meet
--:— -_ _ atequiibm-on( records. A11 records stored electronically must be --- - — -- -
_.
pro i - -Ab_t d"County luponte:quest :from the County's custodian ofpublic records, in a format that
. - ==sozxipatible with the information technology systems of the County.
-- = .l oquests irasped:or crop ubli records::relating to the-County's Contract for services must be made
IfContractor-reoeives any such request, Contractor shall instruct the.requestor
- to -y..:dbes not possess the records requested, the County. shall..
immediately notify -the Contractor of such request, and the Contractor iuust provide the records to the
County or otherwise allow the records to be inspected or copied within a reasonable time.
Contractor acknowledges that failure to provide the public records to the County within, a reasonable
time maybe subject to penalties under section 119.10, Florida Statutes. Contractor further agrees not
to release any records that are statutorily confidential or otherwise exempt front disclosure without first
receiving prior written authorization from the County. Contractor shall indemnify, defend, and hold the
County harmless for and against any and all claims, damage awards, and causes of action, arising from
the Contractor's failure to comply with the public records disclosure requirements of section 119.07(1),
Florida Statutes, or by Contractor's failure to maintain public records that are exempt or confidential and
exempt from the public records disclosure requirements, including, but not limited to; any third party
claims or awards for attorney's fees and costs arising therefrom. Contractor authorizes CoLatty to seek
Page 13 of 15
Version 10,10,2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LAIC; COUNTY, FLORIDA — GENERAL TERMS AND CONDITIONS
declaratory, injunctive, or other appropriate relief against Contractor from a Circuit Court in Lalce
County on an expedited basis to enforce the requirements of this section.
COPYRIGHTS
Any copyright derived from a Contract will belong to the author, The author and the Contractor shall
expressly assign to the County nonexclusive, royalty free rights to use any and all information provided
by the Contractor in any deliverable or report for the County's use which may include publishing in
County documents and distribution as the County deems to be in its nest interests. If anything included
in any deliverable limits the rights of the County to use the information, the deliverable will be
considered defective and not acceptable and the Contractor will not be eligible for any compensation.
SOVERE, IGN IMMUNITY
County expressly retains all rights, benefits and immunities of sovereign immunity in accordance with
Section 768.28, Florida Statutes. Nothing PO will be deemed as a waiver of immunity or the limitations
of liability of County beyond any statutory limited waiver of immunity or limits of liability. Nothing in
this PO will inure to the benefit of any third party for the purpose of allowing any claim against County,
which would otherwise be barred tinder the law,
COMPLIANCE WITH FEDERAL STANDARDS
All items to be purchased trader a Contract must be in accordance with all governmental standards to
include, but.not be limited to, those issued by the Occupational Safety and Health Administration
(OSHA), the National. Institute of Occupational Safety Hazards (NIOSH), aad the National Fire
Protection Association (NFPA).
.U+ -VERIFY
Upon award of a Contract, .thc Contractor shall utilize the -U.S. Department of Homeland Security's E-
Verifr.system in -accordance with the. -terms governing use of the system to confirm the employment
:...:...eligibility bf all new .persons hired by the Contractor during the term of the Contract.
:-The'..=Contractov—sh4. iri-elude:in:a11-:contracts with subcontractors performing work pursuant to any
`-::==ontrt;te5ees:reiie�entthatstitbcontractorsutilizetheU.S. Departmenn# ofl3omeland Security's
ae'aotlane wifhhtetns governing use of the system to confirm the employment
ibilityTafAlw� loyem.hired by subcontractors during the teen of the subcontract.
_ _ MA1LT1F[ INSU LAiN(:.1 TORTADYLITY .AND ACCOUNTABILITY ACT (MPPA.)
- :____..--The :Connractor -may: b required to- eatocuto a Business Associate Agreement, pursuant to the Health.
InsumceF -Portability -and Accountability -Act of 1996 (P.L. 104-191) (codified at 42 U.S.C. Section
1320d, et. seq.), and regulations contained in 45 C.F.R. Parts 160 and 164.
If the Contractor obtains any information governed by 42 U.S.C. Section 290dd-2 and the regulations
implemented by the Substance Abuse and Mental Health Services Administration at 42 C.F.R. Part 2
(collectively referred to as the "SAMHSA regulations"), whether froze the County or another source,
while providing services to the County under this Agreement, the Contractor shall only use or disclose
that information pursuant to the SAMHSA regulations.
The Contractor will also comply with any and all laws under the State of Florida governing the
confidentiality of health information, including but not limited to records or other documents containing
medical, menW health, or substance abuse information.
Page 14 of 15
Version 10.10,2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
LADE COUNTL„i+LORmA -. GENERAL TERMS AND CONDITIONS
FORCE MAJEURE
The parties will exercise every reasonable effort to meet respective obligations under the Contract, but
will not be liable for delays resulting from force majeure, or other causes beyond reasonable control,
including, but not limited to, compliance with revisions to Government law or regulation, acts .ofnature,
acts or omissions of the other party, fires, strifes, national disasters, wars, riots, transportation problems
or any other cause whatsoever beyond the reasonable control of the parties. Any such cause may be
cause for appropriate extension of the performance period.
NO CLAIM FOR DAMAGES
No claim for damages or any claim other than for an extension of time may be made or asserted against
the County because of any delays. No interruption, interference, inefficiency, suspension, or delay in
the commencement or progress of the work will relieve the Contractor of duty to perform or give rise to
any right to damages or additional compensation from the County. The Contractor's sole remedy will
be the right to seek an extension to the Contract time. However, this provision will not preclude recovery
of damages by the Contractor for hindrances or delays Clue solely to fraud, bad faith, or active interference
on the part of the County.
CERTIFICATION REGARDING SCRUTINIZED COMPANIES
The Contractor hereby certifies that, pursuant to Section 287.135, Florida Statutes, it is not listed on the
Scrutinized Companies that Boycott Israel and is not participating in a boycott of Israel. 'The Contractor
understands that pursuant to Section 287.135, Florida Statutes, the submission of a false certification
may subject it to civil penalties, attorneys' fees, and costs. The Contractor further understands that any
contract with the County for goods or services may be terminated at the option of the County if the
Contractor is found to have submitted a false certification or has been listed on the Scrutinized
Companies that Boycott Israel list or is participating in a boycott of Israel.
For purchases of $1 million or more:
y, submitting a response to .anysolicitation, the Contractor hereby certifies that, pursuant to Section
287.135; T-lorida -Statutes, Jt is, not listed -on the Scrutinized Companies with activities in the Iran
Petrolot>�n-E�riergyS ectot.-List::or-.the.Sd tinized. Companies with Activities in Sudan List, is not listed
ize d-_Companies =that Boymott1grael and is not participating in a boycott of Israel, and is
-7� .-ono- engaged rabusin.�s-op�eratiansirr..Citbanr Syria. The Contractor understands that pursuant to Section
.S7FI3S,:.Eloddag&tatutes,4he:'submission,_of a false certification may subject it to civil penalties,
-attefavy-0 fees,4.a:ndl costs: _ :Th&Xontraet�r. further understands that any contract with the County for
-- -. =-- ow ang"J ices:�of °l millir ai.:irior -m y-be terminated at the option of the County if th Contractor
--- .—.-- __:is if6dion or has been listed on the Scrutinized Companies with
. activitics in the Iran ketroleum E4crgY Sector List or the Scrutinized Companies with Activities in Sudan
List, is listed on the Scrutinized. Companies that Boycott Israel list or is participating in a boycott of
Israel, or is engaged in business operations in Cuba or Syria.
NOTICES
All notices given by one party to the other party -under a contract'inust be delivered to the receiving
party's address set forth on the Contract either by band, qualified courier, or email and will be deemed
received the clay after it is transmitted. For County, it Feast he addre'ssed to the Office of Procurement
Services, PO Box 7800, 315 West Main Street, Suite 441, Tavares, Florida, 32778 or
purcha sing�lakccounty#1. gov.
[THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLAND]
Page 15 of 15
Version 10.10.2019
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
Al l,Fi:.NrVltIV 1 4 - I'fU4 )%A;1 bNU I Exhibit B 20-0923
e.:
our! Ir
SAVE AND SUBMIT AS AN EXCEL FILE
The Contractor will furnish all labor, materials, tools, transportation and equipment necessary to provide
services to County. Actuals are unknown and are estimated for evaluation purposes only.
1
Used Ail Recycling
Price paid to the County Gallon 13,322 $0.00 $0.00
f
Price paid by the County Gallon 13,322 $0.00 $0.00
2
Used Oil -Contaminated Disposal
Price paid to the County Gallon 1 $0.00 $0.00
Price paid by the County Gallon 1 $0.00 $0.00
1
3
Used Oil filter Recycling
Price paid to the County Each 1 1,326 $0.00' $0.0.0
Price paid by the County Each 1,320 I$0.00 $0.00
4
�+seu Mneiireexe Recycling
Price paid to the County Gallon 1,841 $0.00 $0,00
Price paid. by the County Gallon 1,841 $0.00 I$0.00
5
Pads and Oil Absorbents Recycling
Price paid to the County I Each 330 $0.00 $0.00
Price paid by the County {E Each 330 1$85.00 I$28,050.Op
I
6
Sludge, Recycling
Price paid to the County Gallon 1 $0.00
1$0.00
Price paid by the County I Gallon 1 $2.26 $2.26
I
7
Other Liquids Recycling
Price paid to the County Gallon 1 $0.00 $0.00
..Price'pbld by -the County Gallon 1 $1.86 $1,86
8
: VAC Truck with'.op&rator Dour 1 $110.00 $110.00
_ - Grand Total $28,164.12
9
Name and telephone number of person to contact for emergency service:
Name: Jeff Englin
Telephone: 813-410-4974
Disaster Assistance Contact person: Jeff Englin
Disaster Contact Number(s): 81.3-410-4974
10
Calendar days required to commence contract: 7
The following information Is required for price redetermination consideration.
Assuming prices quoted. nclude costs for vehicles, maintenance, repair, insurance, fuel,
wages, Insurances, other employee benefits, materials, overhead, operating expenses, etc,,
0.00%
what percentage of the rate is directly attributed to the cast of fuel?
Which does the firm use: Diesel fuel or Gasoline?
Diesel
Assuming prices quoted include costs for vehicles, maintenance, repair, insurance, fuel,
wages, materials, overhead, operating expenses, etc,, what percentage of the rate Is directly
0.00%
attributed'to the cost of wages?
This is an indefinite quantity contract with no guarantee use of services. The County does not guarantee a dollar
amount to be expended on any contract resulting from this solicitation.
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
ITB No. 20-0923 Collection, Recycling, and Proper Disposal of
Used Oil and Related Commoditeis
Synergy Recycling of Central Florida
3800 W. Lake Hamilton Drive
Winter Haven, FL 33881
866-492-6789
Item
Description
UOM
QTY
Unit Price
Total Price
1
Used Oil Recycling
GAL
13,322
$0.00
$0.00
2
Used Oil -Contaminated
Disposal
GAL
1
$0.00
$0.00
3
Used Oil Filter Recycling
EA
1,320
$0.00
$0.00
4
Used Antifreeze Recycling
GAL
1,841
$0.00
$0.00
5
Pads and Oil Absorbents
Recycling
EA
330
$85.00
$28,050.00
6
Sludge Recycling
GAL
1
$2.26
$2.26
7
Other Liquids Recycling
GAL
1
$1.86
$1.86
8
VAC Truck with Operator
HOUR
1
$110.00
$110.00
GRAND TOTAL BID PRICE
$28,164.12
DocuSign Envelope ID: 82906931-DBD3-4D68-8C09-676A8D7E4A8B
ITB No. 20-0923 Collection, Recycling, and Proper Disposal of
Used Oil and Related Commoditeis
Petrotech Southeast, Inc.
23800 County Road 561
Astatula, FL 34705
407-656-8114
Item
Description
UOM
QTY
Unit Price
Total Price
1
Used Oil Recycling
GAL
13,322
$0.50
$6,661.00
2
Used Oil -Contaminated
Disposal
GAL
1
$3.00
$3.00
3
Used Oil Filter Recycling
EA
1,320
$0.00
$0.00
4
Used Antifreeze Recycling
GAL
1,841
$0.75
$1,380.75
5
Pads and Oil Absorbents
Recycling
EA
330
$85.00
$28,050.00
6
Sludge Recycling
GAL
1
$1.25
$1.25
7
Other Liquids Recycling
GAL
1
$3.00
$3.00
8
VAC Truck with Operator
HOUR
1
$135.00
$135.00
GRAND TOTAL BID PRICE
$36,234.00