Loading...
Contract 2022-126ADocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 CONTRACT APPROVAL FORM TO: BRIAN BULTHUIS, CITY MANAGER DS THRU: FREDDY SUAREZ, PROCUREMENT SERVICES DIRECTOR FROM: RAMSEY JIMENEZ, SENIOR PROCUREMENT AGENT SUBJECT: RECYCLING & RECLAMATION OF END -OF -LIFE -ELECTRONICS DATE: SEPTEMBER 22, 2022 THE PROCUREMENT SERVICES DIRECTOR RECOMMENDS THE FOLLOWING: 1. APPROVE: Agreement between the City of Clermont and ELECTRONIC RECYCLING CENTER, INC., to provide recycling & reclamation of end -of -life -electronics for the Public Services Department. The agreement shall take effect on the date of execution by both parties and shall remain in effect until August 31, 2023 unless renewed or terminated as provided by the Lake County contractual agreement. Upon mutual agreement, the agreement may be renewed for two (2) additional two (2) 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 provide recycling & reclamation of end -of -life -electronics contract number 22-926. The estimated annual expenditures is less than $10,000 and it is included in the Public Services Department budget. The Lake County contract was fully competed, advertised, and complies with the City of Clermont Purchasing Policy. 4. FISCAL IMPACT: The fiscal impact of $10,000 is included in the current year approved budget. 5. EXHIBITS: Lake County Bid Tabulation Electronic Recycling Agreement APPROVAL AUTHORITY Approved 131 Disapproved ❑ Reason/Suggestion (If disapproved) DocuSigned by: j°jVt. N"s City Manager 9/24/2022 jj�jffittass4ca. Title Date DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 AGREEMENT No. 2022-126 FOR RECYCLING & RECLAMATION OF END -OF -LIFE -ELECTRONICS THIS AGREEMENT, is made and entered into this 24th day of September 2022,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 ELECTRONIC RECYCLING CENTER, INC., whose address is: 5501 NW 36 Ave, Miami, FL, 33142, (hereinafter referred to as "CONTRACTOR"). WHEREAS, Lake County through the public procurement process awarded an Agreement for, RECYCLING & RECLAMATION OF END -OF -LIFE -ELECTRONICS Contract Number 22- 926; 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 22-926; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: 1. SCOPE OF WORK The CONTRACTOR shall furnish recycling and reclamation of end -of -life electronics as described in the Lake County Contract Number 22-926, 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. 2. THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and incorporated herein. 3. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties, and shall remain in effect until August 31, 2023 unless terminated or renewed by Lake County. B. 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 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 Piggyback Agreement RECYCLING & RECLAMATION OF END -OF -LIFE -ELECTRONICS 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. C. Upon mutual Agreement of the parties, this Agreement may be renewed for two (2) additional two (2) year terms. 4. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide to CITY the services contained under the Scope of Work 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 22-926 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. B. 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. C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any gasoline, diesel, kerosene, LP gas, and bio-diesel herein by CITY or by any agent or representative as in compliance with the terms 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 gasoline, diesel, kerosene, LP gas, and bio-diesel so as to comply with the warranties and specifications hereof. D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 5. PAYMENTS 1 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 Piggyback Agreement RECYCLING & RECLAMATION OF END -OF -LIFE -ELECTRONICS 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. 6. DISPUTE RESOLUTION - MEDIATION A. 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. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. C. 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. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. 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. 7.2. 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 2 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 Piggyback Agreement RECYCLING & RECLAMATION OF END -OF -LIFE -ELECTRONICS B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. 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 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. 8. 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. DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 Piggyback Agreement RECYCLING & RECLAMATION OF END -OF -LIFE -ELECTRONICS A. CONTRACTOR: Electronic Recycling Center, Inc. Attn: Eduardo Rodriguez 5501 NW 36 Ave, Miami, FL, 33142 A. OWNER: City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street, Clermont, FL 34711 9. MISCELLANEOUS 9.1. 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. 9.2. 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. 9.3. 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. 9.4. 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. 9.5. 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. 4 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 Piggyback Agreement RECYCLING & RECLAMATION OF END -OF -LIFE -ELECTRONICS 9.6. Assi _ ng ment Except in the event of a 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. 9.7. 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. 9.8. 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. 9.9. 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. DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 Piggyback Agreement RECYCLING & RECLAMATION OF END -OF -LIFE -ELECTRONICS 10. AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order / Notice To Proceed C. An applicable Contractor Quote or Statement of Work D. All documents contained in the Lake County Contract Number 22-926. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 24th day of September 2022 City of Clermont —DocuSigned by: Brian Bulthuis, City Attest: —DocuSigned by: Tic y A4 .a yd Rawt Tracy Ackroyd Howe, City 11 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 ELECTRONIC RECYCLING CENTER, INC. RDOCUSIgned by: By:h BEB659D154EC45B._ (Signature) Print Name: Eduardo Rodriguez Title: President Date: 9/23/2022 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 LAKE COUNTY, FL REAL FLORIDA • REAL CLOSE CONTRACT NO.22-926 For RECYCLING & RECLAMATION OF END -OF -LIFE ELECTRONICS LAKE COUNTY, FLORIDA, a political subdivision of the State of Florida, through its Board of County Commissioners (hereinafter "County") does hereby accept, with noted modifications, if any, the bid of ELECTRONIC RECYCLING CENTER, INC. (hereinafter "Contractor") to supply recycling and reclamation of end of life electronics to the County pursuant to County Bid number 22-926 with any included addenda (hereinafter "Bid"), with an opening date of 3/15/2022, and Contractor's Bid response dated 3/11/2022, thereto with all County Bid provisions governing. A copy of the Contractor's signed Bid is attached hereto and incorporated herein, thus making it a part of this Contract except that any items not awarded have been struck through. The attachments noted below (if any) are attached hereto and are also made a part of this Contract. ATTACHMENTS: Attachment 1 — Submittal Form with General Terms & Conditions acceptance signed by Contractor) Attachment 2 — Pricing Sheet Exhibit A — Scope of Work Exhibit B — Insurance Requirements Exhibit C — Lake County General Terms & Conditions version 5.6.21 (lakecountyfl.gov) electronically attached No financial obligation under this Contract shall accrue against the County until a specific purchase transaction is completed pursuant to the terms and conditions of this Contract. The County's Procurement Services Director shall be the sole judge as to the fact of the fulfillment of this Contract, and upon any breach thereof, shall, at his 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 9/1/2021 through 8/31/2023, except the County reserves the right to terminate this Contract immediately for cause and/or lack of funds and with thirty (30) day written notice for the convenience of the County. This Contract provides for two (2) two (2) year renewals at Lake County's sole option at the terms noted in the Bid. Modifications to this Contract must be in writing signed by the County's Procurement Services Director. Approved as to form and legality: Melanie Marsh, County Attorney LAKE COUNTY, FLORIDA Je ifer Bark , Conty Manager Date: /ae310�°2 PROCUREMENT SERVICES / A DIVISION OF THE OFFICE OF MANAGEMENT AND BUDGET P.O. BOX 7800.315 W. MAIN ST., RM 416, TAVARES, FL 32778 • P 352.343.9839 • F 352.343.9473 Board of County Commissioners • www.lakecountyfl.¢ov DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 ATTACHMENT 1 — SUBMITTAL FORM 22-926 The undersigned hereby declares that: Electronic Recycling Center, Inc 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 RECYCLING RECLAMATION END OF LIFE CYCLE ELECTRONICS for which Submittals were advertised to be received no later than 3:00 P.M. Eastern time on the date stated in the solicitation or as noted in an addenda. Furthermore, the undersigned is duly authorized to execute this document and any contracts or other transactions required by award of this Solicitation. 1.0 TERM OF CONTRACT The Contract will be awarded for an initial one (1) year term with the option for two (2) subsequent two (2) 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. 2.0 METHOD OF PAYMENT The Contractor must submit an accurate invoice to the County's using department's email. 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. The County will remit full payment on all undisputed invoices within 45 days from receipt by the appropriate County using department. The County will pay interest not to exceed 1 % per month on all undisputed invoices not paid within 30 days after the due date. All pricing will be FOB Destination unless otherwise specified in this solicitation document. Pricing submitted will remain valid for a ninety (90) day period. Vendor accepts MasterCard for payment: YES 3.0 CERTIFICATION REGARDING LAKE COUNTY TERMS AND CONDITIONS: I certify that I have reviewed the General Terms and Conditions for Lake County Florida and accept the Lake County General Terms and Conditions dated 5/6/21 as written including the Proprietary/Confidential Information section. 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 5.0 CONFLICT OF INTEREST DISCLOSURE CERTIFICATION: Except as listed below, no employee, officer, or agent of the firm has any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project; and, this Submittal is made without prior understanding, agreement, or connection with any Page 1 of 3 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 ATTACHMENT 1— SUBMITTAL FORM 22-926 corporation, firm, or person submitting a proposal for the same services, and is in all respects fair and without collusion or fraud. Eduardo Rodriguez 6.0 CERTIFICATION REGARDING BACKGROUND CHECKS: Under any County Contract that involves Contractor or subcontractor personnel working in proximity to minors, the Vendor hereby confirms that any personnel so employed will have successfully completed an initial, and subsequent annual, Certified Background Check, completed by the Contractor at no additional cost to the County. The County retains the right to request and review any associated records with or without cause, and to require replacement of any Contractor employee found in violation of this requirement. Contractor shall indemnify the County in full for any adverse act of any such personnel in this regard. Additional requirements may apply in this regard as included within any specific contract award. YES 7.0 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM The County does not establish specific goals for minority set -asides however, participation by minority and non -minority qualified firms is strongly encouraged. If the firm is a minority firm or has obtained certification by the State of Florida, Office of Supplier Diversity, (OSD) (CMBE), please indicate the appropriate classification(s) Hispanic not applicable and enter OSD Certification Number Click or tap here to enter text. and enter effective date Click or tap to enter a date. to date Click or tap to enter a date. 8.0 RECIPROCAL VENDOR PREFERENCE: Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VII, Sections 2-221 and 2-222; a process under which a local vendor preference program applied by another county may be applied in a reciprocal manner within Lake County. The following information is needed to support application of the Code: A. Primary business location of the responding Vendor: Miami, Florida B. Does the responding vendor maintain a significant physical location in Lake County at which employees are located and business is regularly transacted: NO If "yes" is checked, provide supporting detail: Click or tap here to enter text. 9.0 GENERAL VENDOR INFORMATION: Firm Name: Electronic Recycling Center, Inc Street Address: 5501 NW 36 Ave City: Miami State and ZIP Code: FL 33142 Mailing Address (if different): Click or tap here to enter text. Telephone: 305-482-9100 Fax: 305-471-9600 Federal Identification Number / TIN: 20-8910431 DUNS Number: 00-889-0497 10.0 SUBMITTAL SIGNATURE: I hereby certify the information indicated for this Submittal is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an authorized representative of this Vendor and/or empowered to execute this Submittal on behalf of the Vendor. Page 2 of 3 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 ATTACHMENT 1 — SUBMITTAL FORM 22-926 I, individually and on behalf of the Vendor, acknowledge and agree to abide by all terms and conditions contained in this solicitation as well as any attachments, exhibits, or addenda. Name of Legal Representative Submitting this Proposal: OdWrdo Read yam$ Date: 3/11/2022 Print Name: Eduardo Rodriguez Title: President Primary E-mail Address: mp@ercrecycling.com Secondary E-mail Address: er@ercrecycling.com 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. [The remainder of this page is intentionally blank] Page 3 of 3 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 EXHIBIT A — SCOPE OF SERVICES 22-926 Recycling/Reclamation End of Life Electronics 1. SCOPE OF SERVICES Contract shall be for household electronics (E-Cycling) collected at the Central Solid Waste Facility and at mobile collection events. The Central Solid Waste Facility is located at 13130 County Landfill Road, Tavares, Florida 32778. The County's Central Solid Waste Division collects end -of -life electronics from Lake County residents and other landfill customers. The elimination of this waste stream at the County's landfills is the focus of this RFP; however, certain electronic parts are valuable for their content of precious metal or may be reused by other consumers. At the present time, Lake County has 20-yard containers at the six (6) drop offs. Lake County will not provide larger containers at the sites. A full 20 yd container with material weights between 3000-3200 pounds. 2. GENERAL REQUIREMENTS 2.1 Subcontractors: Portions of the work required under this Contract may be performed by subcontractors. Should the Contractor require subcontractors to perform any work during this Contract, Contractor must provide a list of subcontractors to the County for approval. Contractor shall be fully responsible for all acts and omissions of subcontractors and of persons directly or indirectly employed by them and of persons for those acts any of them may be liable to the same extent as if they were employed by the Contractor. Any work performed by the Contractor or subcontractor must meet all regulated deadlines. It is the sole responsibility of the Contractor that, should subcontractors be utilized by Contractor for any portion of the work, those subcontractors shall meet or exceed the same requirements as the Contractor. 2.2 R2 certification is a company level certification based on the R2 standard overseen by the R2 Technical Advisory Committee (TAC). Contractor shall be required to have this certification. 2.3 Notification and Reporting Requirements: Contractor shall provide the County with copies of EPA notifications for all out of country shipments of CRTs. 2.3.1 For CRTs destined for reuse: In addition to the currently required one-time notification for exports covering a twelve (12) month period, Contractor shall report: A. How often exports are shipped (frequency of shipments) B. Estimated total quantity to be exported C. All points of entry to and departure from transit countries D. Description of the mode of transport (sea, land, etc.) E. Name and address of the ultimate destination facility F. A description of the manner in which the CRTs will be reused 2.3.2 For CRTs destined for recycling: In addition to the currently required detailed notification to EPA and receiving country consent of exports for each individual shipment, annual reporting of: A. Total quantity of shipments in kilograms B. Frequency of shipments C. Ultimate destination facilities where the CRTs were recycled Page 1 of 6 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 EXHIBIT A — SCOPE OF SERVICES 22-926 Recycling/Reclamation End of Life Electronics 2.4 Safety: Contractor shall submit a Comprehensive Safety Plan for use by Contractor and its subcontractors. The Comprehensive Safety Plan shall include a Spill (Breakage) Contingency Plan for preventing, controlling and containing any breakage at the County's facilities. 2.5 Disposal: Contractor shall submit a Waste Disposal Site List that will include all sites Contractor shall use for the recycling of electronic scrap (i.e., end markets); and all sites Contractor shall use for the disposal of any hazardous portions of the County's scrap. This list shall include the name, address, telephone number, fax number and recycling or disposal methods of each site; and shall detail the type of wastes Contractor shall dispose of at each site. If the Waste Disposal Site is an incinerator, the Contractor shall furnish the Disposal Site's "Ash Management Plan." Additional or alternative disposal sites may be utilized by the Contractor with written authorization from the County. 2.6 Market Agreements: Proof of market agreements should be provided and may be in the form of letters of agreement/contracts on subcontractor letterhead or copies of agreements indicating scope of agreement, dates, and signatures. 2.7 FDEP Requirement: Contractor shall provide documentation from the Florida Department of Environmental Protection (FDEP) that Contractor has (1) provided the notification to the State of Florida pursuant to 40 C.F.R. section 273.32 as adopted by Florida as Rule 62- 730.185, Fla. Admin. Code, and (2) registered as a handler of universal waste mercury - containing devices pursuant to Rule 62-737.400(3), Fla. Admin. Code. Any hazardous portions of the County's waste that are not recycled or beneficially reused shall be delivered only to a fully permitted Part B Resource Conservation and Recovery Act (RCRA) facility which maintains a permit from the Environmental Protection Agency (EPA) or from an authorized state, and is designated as a Treatment, Storage and Disposal Facility as defined in 40 C.F.R. section 264. As part of this RFP, Lake County reserves the right to stipulate the method of disposal used for these wastes a give preference to use of recycling technology above disposal of the electronics waste. 2.8 Storage Containers and Materials: Contractor shall provide delivery and pick up service for their open roll -off boxes at the Central Solid Waste Facility during regular business hours. All wastes collected at the Central Solid Waste Facility will be stored in open roll -off containers for pick up according to mutual agreement between the Contractor and the County, and stipulations of DOT regulations. Service shall be received at the landfill facility specified by the County representative within seventy-two (72) hours of initial request. Contractor is responsible for the segregating and itemizing of electronics placed in roll -off containers (van trailers) which must be performed at their own facility. The Contractor shall return empty roll -offs (van trailer) to the Central Solid Waste Facility prior to picking up any additional containers. Contractor is required to submit a list of any components, commodities, or parts of the collected waste upon the County's request. Page 2 of 6 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 EXHIBIT A — SCOPE OF SERVICES 22-926 Recycling/Reclamation End of Life Electronics 2.9 Violations: Contractor shall notify the County within forty-eight (48) hours of receipt of any notice of a legal or regulatory action or any Notice of Violation taken against the Contractor or subcontractors utilized. 2.10 Training: All personnel involved in the handling, transportation, treatment and disposal of materials shall have all training required by Federal, State and local rules and regulations. Proof of HazCom certification and training shall be required from Contractor. 2.11 Permits/Licenses: Damages, penalties and fines imposed on or incurred by the County or the Contractor for failure to obtain and keep current any required licenses or permits, or for failure to comply with any rule, regulation or special condition, applicable directly or indirectly relating to, or resulting from, the handling, identification, transportation or disposal of materials handled by or managed by the Contractor shall be the responsibility of the Contractor. 2.12 Shipments: For each shipment, the County will supply a specific description of items seven (7) to ten (10) days prior to shipping. It shall be the Contractor's responsibility to review the description before shipping to ensure that the materials are listed and packed correctly. Additionally, the Contractor shall provide a staff member that is available by phone and fax. This staff member shall have experience and knowledge of the Contractor's company policies and Title 49 of the Code of Federal Regulations as it applies to shipping end -of -life electronics. This staff person should have the authority to answer questions that may arise during this process. Contractor shall follow all applicable United States Department of Transportation (DOT) regulations listed in 49 C.F..R., including Part 392 (Driving Commercial Vehicles), Part 393 (Parts and Accessories for Safe Operation) and Part 396 (Inspection, Repair and Maintenance) Contractor shall document all waste shipped by completing a Bill of Lading or similar shipping document that will be signed by both a representative of the County and the Contractor. Information such as "Type of Electronic Product" and "Unit Price" should be typed on the documents prior to accepting electronics. The number of units and the total price may be completed after loading the electronics. All shipping documents and invoices shall list each "Type of Electronic Product", "Number of Units" ", "Unit Price" and an extended price for the specified electronic product on its own line item. The "Total Price" will be the sum total of all extended prices listed on the document. It shall be conspicuously labeled and placed under the column of extended prices. Contractor shall submit invoices with line items in the same order as the price forms. Transportation costs shall be labeled and separated into individual line items. These line items are listed on Price Form 6, Associated Miscellaneous Metals, Transportation, & Mobile Collection Events. All shipping documents and invoices shall include the County's contact name, phone number, fax number, purchase order number (with issue date), specific location where equipment is consolidated, and pick up/delivery date and time. When picking up a shipment, Page 3 of 6 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 EXHIBIT A — SCOPE OF SERVICES 22-926 Recycling/Reclamation End of Life Electronics the Contractor shall allow a 45-minute pickup and processing time for each work order. In cases where this time is exceeded, additional time (not to exceed 1.5 hours per work order unless agreed to in writing by both parties) may be billed to the County at the rate submitted on Attachment 2 — Pricing Sheet, Associated Miscellaneous Metals, Transportation, & Mobile Collection Events. 2.13 Disposal/Recycling Documentation: Contractor shall provide the County with documentation of recycling/disposing actions for all materials within 90 days of receipt of materials. This documentation should be submitted to the County as a complete inventory list of material picked up and a certificate of recycling. 2.14 Reports: Contractor shall furnish to the Lake County Central Solid Waste Facility a detailed "Summary of Sales" by item description shown on the applicable price forms at the end of each quarter. The sales summary shall include the total number of each "Type of Electronic Product" and the total dollars of each type. 3. SPECIAL CONDITIONS 3.1. Accident Prevention and Barricades Precautions shall be always exercised for the protection of persons and property. Contractor shall conform to all relevant Federal, State and County regulations during such effort. Any fines levied by the above -mentioned authorities for failure to comply with these requirements shall be borne solely by Contractor. Barricades shall be provided by Contractor when work is performed in areas traversed by persons, or when deemed necessary by the County's Project Manager. 3.2. Business Hours of Operations The Lake County Public Works, Operations -Solid Waste is located at 13130 County Landfill Road, Tavares, FL 32778. Hours of operation are as follows: Days of Operation Hours of Operation Monday -Saturday 8:00 am to 5:00 pm Sundays, Memorial Day, Independence Closed Day, Labor Day, Thanksgiving Day, Christmas Day and New Year's Day And other days that may be necessary to address natural disasters and unforeseen events. 3.3. Certificate of Competency/Licensure, Permits, and Fees Contractor shall hold a valid Certificate of Competency or appropriate current license issued by the State or County Examining Board qualifying said person, firm, corporation or joint venture to perform the work. If work for other trades is required and will be performed by a subcontractor or vendor hired by Contractor, an applicable Certificate of Competency/license issued to the subcontractor/hired vendor shall be submitted. 3.4. Clean -Up Page 4 of 6 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 EXHIBIT A — SCOPE OF SERVICES 22-926 Recycling/Reclamation End of Life Electronics Contractor shall thoroughly clean up all debris associated with the acts and efforts of Contractor during the collection process. 3.5. Compliance with Federal Standards All work shall 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), and the National Fire Protection Association (NFPA). 3.6. Deletion of Facilities County may delete service for any facility when such service is no longer required with fourteen (14) calendar days' written notice to Contractor. 3.10 Labor, Materials, and Equipment Shall be supplied by Contractor Contractor shall furnish all labor, material, and equipment necessary for satisfactory contract performance. When not specifically identified in the technical specifications, such materials and equipment shall be of a suitable type and grade for the purpose. All material, workmanship, and equipment shall be subject to the inspection and approval of the County's Project Manager. 3.11 Protection of Property All existing structures, utilities, services, roads, trees, shrubbery, and property in which the County has an interest shall be protected against damage or interrupted services at all times by Contractor during the term of this contract; and Contractor shall be held responsible for repairing or replacing property to the satisfaction of the County which is damaged by reason of Contractor's operation on the property. In the event Contractor 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 Contractor. 3.12 Special Notice to Vendors Regarding Federal and/or State Requirements (E-Verify) Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of all new persons hired by Contractor during the term of the Contract. Contractor shall include in all contracts with subcontractors performing work shall utilize the U.S. Department of Homeland Security's E-Verify system in accordance with the terms governing use of the system to confirm the employment eligibility of all new employees hired by the subcontractors during the term of the Contract. 3.13 Toxic Substances/Federal "Right to Know" Regulations The Federal "Right to Know" Regulation implemented by the Occupational Safety and Health Administration (OSHA) and the Florida "Right -to -Know" Law requires employers to inform their employees of any toxic substances to which they may be exposed in the workplace, and to provide training in safe handling practices and emergency procedures. It Page 5 of 6 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 EXHIBIT A — SCOPE OF SERVICES 22-926 Recycling/Reclamation End of Life Electronics also requires notification to local fire departments of the location and characteristics of all toxic substances regularly present in the workplace. Contractor shall be required to provide two (2) complete sets of Safety Data Sheets (SDS) to County as needed. Any time the content of an SDS is revised, Contractor shall promptly provide a new SDS to the County which includes the new information relevant to the specific material. [The remainder of this page intentionally left blank] Page 6 of 6 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 EXHIBIT B — INSURANCE REQUIREMENTS 22-926 Vendor shall provide proof of insurance capabilities, including but not limited to, the requirements 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 five 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 cost 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 requirements at all times throughout the term of the Contract. Such policies of insurance, and confirming certificates of insurance, must ensure the Contractor in accordance with the following minimum 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 $50,000 Medical Expense $5,000 Contractual Liability Included Coverage must be provided on a per project basis. 2. Automobile liability insurance, including all owned, non -owned, scheduled, and hired autos with the following minimum limits and coverage: Combined Single Limit $1,000,000 3. Workers' compensation insurance based on proper reporting of classification codes and payroll amounts in accordance with Chapter 440, Florida Statutes, and any other applicable law requiring workers' compensation (Federal, maritime, etc.). If not required by law to maintain workers' compensation insurance, the Contractor must provide a notarized statement to not hold the County responsible for any payment or compensation. 4. Employers' 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. With regards to General Liability, additional insured for Page 1 of 2 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 EXHIBIT B — INSURANCE REQUIREMENTS 22-926 ongoing operations (CG 2010 or equivalent) and products and completed operations (CG 2037 or equivalent) must be provided. The certificates of insurance must provide for a minimum of thirty (30) days prior written notice 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 timeframe 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 he accepted in lieu of the policy endorsements). Certificates of insurance must identify the applicable solicitation number in the Description of Operations section of the Certificate. Certificate Holder must be: LAKE COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA, AND THE BOARD OF COUNTY COMMISSIONERS. P.O. BOX 7800 TAVARES, FL 32778-7800 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 Severability 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 payment of losses and related claims expenses. The County will be exempt from, and in no way liable for, any sums of money, which may represent a deductible or self -insured retention in any insurance policy. The payment of such deductible or self -insured retention will be the sole responsibility of the Contractor or subcontractor providing such insurance. Failure to obtain and maintain such insurance as set out above will be considered a breach of contract and may result in termination of the Contract for default. Neither approval by the County of any insurance supplied by the Contractor or subcontractors, nor a failure to disapprove that insurance, 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: 74043660-66B8-428F-BB71-2087AFD1F387� It C ATTACHMENT 2 - PRICING SHEET 22-926 Recycling/Reclaimation End of Life Electronics Electronic Recycling Center, Inc SAVE AND SUBMIT AS AN EXCEL FILE The Contractor will furnish all labor, materials, tools, transportation and equipment necessary to provide services to County recycling and end of life electronics. Services will be performed in accordance with the specifications listed. SECTION 1. DISPOSAL OF WHOLE (UNALTERED) ELECTRONICS ITEM # Type of Electronic Product Size Method of Processing Estimated Quantity Price Per Unit 1 PCs/CPUs All Reclaim* 1,474 $8.00 2 Laptops All Reclaim* 286 $12.00 3 Servers All Reclaim* 9 $8.00 4 CRT Monitors All Reclaim* 728 -$10.00 5 LCD Monitors All Reclaim* 563 $3.00 6 CRT Televisions All Reclaim* 5,512 -$10.00 7 Wood Television All Reclaim* 208 -$10.00 8 Projection Television All Reclaim* 321 -$10.00 9 Fax Machines/Scanners/Copiers All Reclaim* 1,068 $1.00 10 LCD Television All Reclaim* 1,984 $0.00 11 Imise. All Reclaim* 4,841 $0.00 Instructions for Section 1 Overall Total of Prices per Unit: This total will be combined with the overall total of Price Form Number 4 to determine the basis of award, the overall highest bid amount to be paid to the County. This total will be used to Determine the award of bid only. *Reclaim means to beneficially recycle. $8.00 SECTION 2. DISPOSAL OF WHOLE (UNALTERED) ELECTRONICS ESTIMATED WEIGHT QUANTITIES ITEM # Type of Electronic Product Size Method of Estimated Price Per Processing Quantity Unit Hazardous 1 PCs/CPUs All Waste 1,474 $3.00 Landfill* Hazardous 2 Laptops All Waste 286 $5.00 Landfill* Hazardous 3 Servers All Waste 9 $3.00 Landfill* DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 ATTACHMENT 2 - PRICING SHEET 22-926 Recycling/Reclaimation End of Life Electronics Hazardous 4 CRT Monitors All Waste 728 -$10.00 Landfill* Hazardous 5 LCD Monitors All Waste 563 $1.50 Landfill* Hazardous 6 CRT Televisions All Waste 5,512 -$10.00 Landfill* Hazardous 7 Wood Television All Waste 208 -$10.00 Landfill* Hazardous 8 Projection Television All Waste 321 -$10.00 Landfill* Hazardous 9 Fax Machines/Scanners/Copiers All Waste 1,068 $0.50 Landfill* Hazardous 10 LCD Television All Waste 1,984 $0.00 Landfill* Hazardous 11 Misc. All Waste 4,841 $0.00 Landfill* Instructions for Section: 2 *If "METHOD OF PROCESSING" is anything besides "HAZARDOUS WASTE LANDFILL", vendor must declare the process. Consult the "SPECIAL CONDITIONS" of this Bid package for important directives on the disposal of hazardous portions of the County's waste. Method of Processing: Indicate price per -unit on individual items. Indicate price per -pound on combined total items. 'Y' is equivalent to paid to Lake County "-" is equivalent to Lake County shall pay SECTION 3. RECYCLING OF DE -MANUFACTURED* ELECTRONICS ITEM # Type of Electronic Product Size Method of Price Per processing Unit Hazardous 1 PCs/CPUs All Waste $2.00 Landfill* DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 ATTACHMENT 2 - PRICING SHEET 22-926 Recycling/Reclaimation End of Life Electronics Hazardous 2 Laptops All Waste $4.00 Landfill* Hazardous 3 Servers All Waste $2.00 Landfill* Hazardous 4 CRT Monitors All Waste -$10.00 Landfill* Hazardous 5 LCD Monitors All Waste $1.00 Landfill* Hazardous 6 CRT Televisions All Waste -$10.00 Landfill* Hazardous 7 Wood Television All Waste -$10.00 Landfill* Hazardous 8 Projection Television All Waste -$10.00 Landfill* Hazardous 9 Fax Machines/Scanners/Copiers All Waste $0.50 Landfill* Hazardous 10 LCD Television All Waste $0.00 Landfill* Hazardous 11 Misc. All Waste $0.00 Landfill* Instructions for Section 3: *DE -MANUFACTURED means to be broken into component parts by Lake County and offered for processing to the vendor. **If "METHOD OF PROCESSING" is anything besides "HAZARDOUS WASTE LANDFILL", vendor must declare the process. Consult the "SPECIAL CONDITIONS" of this Bid package for important directives on the disposal of hazardous portions of the County's waste. Indicate price per -unit on individual items. Indicate price per -pound on combined total items. "+" is equivalent to paid to Lake County %" is equivalent to Lake County shall pay SECTION 4. RECYCLING OF DE -MANUFACTURED* ELECTRONICS ITEM # Type of Electronic Product Method of Price Per Size processing Unit 1 Wire All Reclaim* $0.25 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 ATTACHMENT 2 - PRICING SHEET 22-926 Recycling/Reclaimation End of Life Electronics 2 Low Grade Boards All Reclaim* $0.20 3 High Grade Boards All Reclaim* $1.00 4 Yokes All Reclaim* $0.40 5 Plastic Housings All Reclaim* $0.05 6 TV Guns All Reclaim* $0.05 7 Printer All Reclaim* $1.00 8 VCR/DVD Player All Reclaim* $0.05 9 Stereo All Reclaim* $0.05 10 Fax Machine All Reclaim* $1.00 11 Laptop Computer All Reclaim* $8.00 12 Loose Drives All Reclaim* $0.20 Instructions for Section 4: Overall Total of Prices per Unit: This total will be combined with the overall total of Price Section 1 to determine the basis of award, the overall highest bid amount to be paid to the County. This Total will be used to determine the award of bid only. $0.45 *DE -MANUFACTURED means to be broken into component parts by Lake County and offered for processing to the vendor. **Reclaim means to beneficially recycle. Indicate price per -pound on component items. is equivalent to paid to County "-" is equivalent to County shall pay SECTION 5. REUSE OF WHOLE (UNALTERED) ELECTRONICS Item # Type of Electronic Product Size Method of Processing PRICE Per Unit 1 Computer Monitor All Reuse* $3.00 2 Television < 19 inches Reuse* -$10.00 3 Television > 19 inches Reuse* -$10.00 4 Central Processing Unit All Reuse* $8.00 5 Projection Television All Reuse* -$10.00 6 Printer All Reuse* $1.00 7 VCR/DVD Player All Reuse* $0.00 8 Stereo/Misc. Home Electronics All Reuse* $0.00 9 Fax Machines/ Scanner/Copiers All Reuse* $1.00 10 Laptop Computer All Reuse* $12.00 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 ATTACHMENT 2 - PRICING SHEET 22-926 Recycling/Reclaimation End of Life Electronics Instructions for Section 5 *Reuse means to utilize the electronic unit for its intended purpose. Indicate price per -unit on individual items. Indicate price per -pound on combined total items. 'Y' is equivalent to paid to Lake County "-" is equivalent to Labe County shall pay SECTION 7. TRANSPORTATION AND ADDITIONAL TIME Item # Item Description Percent of Price to be Paid to Lake County I Billing Rate per Roll -Off $0.00 2 Billing Rate per Roll -Off Return $0.00 3 Billing Rate per Service Call $0.00 Billing Rate per 30-minute Period for Additional 4 Pick -Up Time $0.00 5 Billing Rate per 20-Yard Open -Top Delivered by $0.50 County to Vendor Facility 6 Other Shipment Method N/A SECTION 8: MOBILE COLLECTION EVENTS Billing Rate per Hour, per Employee for Staffing Mobile Collection Events $35.00 Lake County is exempt from all taxes (Federal, State, Local). A Tax Exemption Certificate will be furnished upon request for any direct purchasing. Contractor will be responsible for payment of taxes on all materials purchased by the Contractor for the project. Lake County will not accept nor authorize payment for travel time or expenses of service personnel to any of Lake County's facility locations. The hourly rate must commence on the job site. Billable time will be for service work performed. 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: 74043660-66B8-428F-BB71-2087AFD1F387 Lake County - Vendor Bids Firm Name Electronic Recycling Center, Inc Oceanside Electronics Inc. Stream Recycling COUNTY, FL REAL FLORIDA • REAL CLOSE Solicitation Number: 22-926 Solicitation Title: Recycling/Reclamation End of Life Electronics Open Date: Feb 18, 2022, 12:00:00 AM Close Date: Mar 15, 2022, 3:00:00 PM Location MIAMI, FL Fort Pierce, FL Tampa, Florida https://procurement.lakecountyfl.gov/respondents/22-926 1/2 DocuSign Envelope ID: 74043660-66B8-428F-BB71-2087AFD1F387 Lake County - Vendor Bids https://procurement.lakecountyfl.gov/respondents/22-926 2/2