Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery ... Package50.pdf · SOLID WASTE DIVISION...
Transcript of Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery ... Package50.pdf · SOLID WASTE DIVISION...
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
Cecil County Government
Purchasing Department
Bid 13-17:
Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
CECIL COUNTY GOVERNMENT:
DEPARTMENT OF PUBLIC WORKS
SOLID WASTE DIVISION
CECIL COUNTY PURCHASING DEPARTMENT
200 CHESAPEAKE BLVD., SUITE 1400
ELKTON, MARYLAND 21921
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
2
Bid 13-17:
Requests for Proposals
Sealed proposals for “Scrap Metals, Tire Rims, and Lead Acid Battery Recycling”, as
described in specifications, for Cecil County Government, Department of Public Works,
Solid Waste Division will be received from qualified proposers until 1:30 p.m. on
January 9, 2013 the Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton,
MD 21921. A pre-proposal conference for all those interested in submitting a proposal
will be held on 8:30am on December 17, 2012, at the Cecil County Central Landfill, 758
E. Old Philadelphia Rd. (Route 7), Elkton, MD 21921 in the Cecil County Roads
Division Conference Room (upstairs), to answer questions about the RFP and the
services to be provided hereunder. Attendance is not mandatory, but strongly encouraged.
The service will provide Scrap Metals, Tire Rims, and Lead Acid Battery recycling from
the Central Landfill located at 758 East Old Philadelphia Road, Elkton, MD. Additional
specifications and/or instructions to proposers may also be obtained by e-mailing
[email protected] or by calling the Purchasing Department (David Pyle, Purchasing
Agent) at 410-996-5395. Cecil County Government reserves the right to reject any or all
bids and to waive technicalities. All bids are based upon budgetary constraints.
Bid packages may be picked up at the Purchasing Office at a non-refundable cost of
$10.00 per package (including sales tax) or per copy on a compact disc. Bid packages are
provided on the Cecil County web-page (http://www.ccgov.org) as a .pdf document for
all vendors to download at no charge.
Electronically submitted bid proposals will not be accepted. Bid proposals are provided
as a .pdf document for all vendors to download. All vendors wishing to submit a
proposal should obtain an original set of documents from the Cecil County
Purchasing Department. If you choose to download the package from the website,
you shall notify the Purchasing Office via e-mail or phone. Not meeting this
requirement may result in your proposal being considered as non-responsive.
Changes or addendums to this proposal and/or other documents will be posted to
the proposal documents on the County web-page and sent directly to vendors who
have obtained an original set of proposal documents from the Purchasing Office.
The County is not responsible for information obtained from sources outside the
Cecil County Purchasing Office. Vendors obtaining electronic copies of the
proposal documents from outside the Purchasing Office will be directly responsible
for obtaining updates, changes or addendums either from the updated web-page or
by contacting the Purchasing Office.
All questions or discussions concerning this bid, bid documents, specifications, etc. shall
only be coordinated through the Purchasing Office. The County shall not be responsible
for information obtained outside the County Purchasing Office concerning this or any
other County bid, RFP, solicitation or quote.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
3
The Purchasing Office will provide vendor lists on the Cecil County web-site
(www.ccgov.org) for all solicitations published unless a vendor/contractor provides a
written request barring the disclosure of their information prior to specific proposal
award.
LOCAL CONTRACTORS PREFERENCE: Section 183-21 (after 12/1/12 Section 183-
10) of the Cecil County Code provides for Local Preference whereby Cecil County
Government reserves the right to show preference to local bidders in the purchase of
supplies, equipment and services.
Cecil County Government
By: David E. Pyle, CPPB
Purchasing Agent
Cecil County Government
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
4
Cecil County, Maryland
Bid 13-17
“Scrap Metals, Tire Rims, and Lead Acid Battery Recycling”
Instructions to Proposers
Proposals should be mailed or otherwise hand-carried in order to be received in the office
of the Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton 21921, prior to
1:30 pm, January 9, 2013. The proposals received after that time will be returned to the
proposer unopened.
Proposals should be submitted in a sealed envelope clearly marked in the lower left hand
corner: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling.
Before submitting proposals, the proposer should acquaint themselves with all governing
laws, ordinances, etc. and otherwise familiarize themselves with all matters, which may
affect the proposal. The act of submitting a proposal shall be considered as meaning that
the proposer has so familiarized themselves; therefore, there shall be no
misunderstanding or lack of information.
In accordance with Cecil County’s Affirmative Action policy against discrimination, no
person shall, on the grounds of race, color, creed, religion, sex, age, marital status,
national origin, handicap or disability, be excluded from full employment rights in,
participation in, be denied the benefits of, or be otherwise subjected to discrimination.
During the performance of the work and services hereunder, the Contractor, for
themselves, their assignees and successors in interest, agrees to comply with all federal,
state and local non-discrimination regulations.
One (1) original and one (1) copy of the proposal shall be submitted in a sealed
envelope.
Pre-Proposal Conference
A pre-proposal conference for all those interested in submitting a proposal will be held on
8:30am on December 17, 2012, at the Cecil County Central Landfill, 758 E. Old
Philadelphia Rd. (Route 7), Elkton, MD 21921 in the Cecil County Roads Division
Conference Room (upstairs), to answer questions about the RFP and the services to be
provided hereunder. Attendance is not mandatory, but strongly encouraged.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
5
CECIL COUNTY, MARYLAND
BID 13-17:
“Scrap Metals, Tire Rims, and Lead Acid Battery Recycling”
General and Specific Conditions
I. SCOPE
It is the intent and purpose of these specifications to secure proposals for: “Scrap
Metals, Tire Rims, and Lead Acid Battery Recycling”. Cecil County
Government reserves the right to determine acceptability of any service being
proposed.
a.) Background Information
i. The Cecil County Central Landfill accepts Scrap Metals and Lead Acid
Batteries from residential and commercial sources within Cecil County.
ii. Scrap Metals
1. Types of Scrap Metals collected include, but are not limited to,
copper, aluminum, steel, tin, brass, and Refrigerant Units.
2. Types of refrigerant units collected include, but are not limited to,
refrigerators, air conditioners, and freezers.
3. Recycling Scrap Metals and refrigerant units helps remove
materials from the environment which may be hazardous, saves
natural resources, energy, and saves valuable landfill space.
iii. Tire Rims
• The Cecil County Central Landfill also accepts tires, on the rim
which are separated, the tire rims are currently removed for Scrap
Metals recycling by the County, and the tires are then recycled or
sent to a waste to energy facility.
iv. The Cecil County Central Landfill also accepts lead acid batteries from
residential and commercial sources within Cecil County.
• Types of lead-acid batteries collected include automotive, marine,
motor cycle, lawn mower, recreational vehicle, and deep cycle
batteries.
• Recycling lead acid batteries helps remove toxins from the
environment which may be hazardous to the public, saves natural
resources, energy, and saves valuable landfill space.
v. The Scrap Metals and Lead Acid Battery Recycling programs have existed
for over seventeen years. Tire Rim recycling has existed for over one
year.
II. SUBMISSION OF SERVICE DESCRIPTION
Each proposer shall furnish one (1) copy of the complete description and details
of service proposed.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
6
III. PRICING
The awarded contractor shall be invoiced after each pick-up of materials is
weighted and calculated and will be paid for within thirty (30) days of receipt of
the invoice. Unless otherwise specified, all Proposals shall be binding for one
hundred twenty (120) calendar days following the Proposal opening date, unless
extended by mutual consent of all parties.
All contracts and/or quantities are contingent on budgetary constraints. No
amounts, at any time during the term of the contract, will be deducted for
contamination of the loads due to Out-throws, providing it was loaded by the
contractor.
IV. TAXES
Cecil County is exempt from all sales tax and federal excise taxes and such tax
will not be allowed or included in the contract price.
V. RIGHT TO TERMINATE
The County may terminate a contract, in whole or in part, whenever the County
determines that such termination is in the best interest of the County, without
showing cause, upon giving ten (10) days written notice to the Contractor. The
Contractor shall pay the County for all materials collected as per the
specifications as of termination date. No consideration will be given for
anticipated loss of revenue to the Contractor on the cancelled portion of the
contract.
The Contractor's right to perform this contract may be terminated for default by
the County in the event services are not performed as called for or the contractor
has unsatisfactorily performed the services as called for in the contract.
Thereafter, the County may have the service performed by others, and the
Contractor shall be liable for payments to the County for the shortage of the
contract price for the remaining portion of the contract.
Upon termination for default, payment shall be made to the County for all
materials collected. Failure on the part of a successful Contractor to fulfill the
contractual obligations shall be considered just cause for termination of the
contract.
The Contractor shall stay current in their Federal, State, and County taxes
throughout the full term of any Contract issued. Failure to do shall be grounds for
termination of the Contract.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
7
VI. QUANTITIES
Cecil County Government is estimating that the quantity figures listed in this
proposal are for a one month period. Quantities may vary during each pickup
during the term of the open contract.
VII. BASIS OF AWARD
The award of the contract will be made only to the most responsible and
responsive proposer who meets the requirements of the proposal and is considered
best able to serve the interests of Cecil County. Cecil County reserves the right to
reject any and/or all proposals or to waive any technicalities it deems in the best
interest of Cecil County.
The County reserves the right to award a contract by individual items, in the
aggregate, or in combination thereof, or to reject any or all proposals and to waive
any informality in proposals received whenever such rejection or waiver is in the
best interest of the County.
In determining the "highest responsive, responsible proposer", in addition to
considering price, the County shall consider:
a) The ability, capacity and skill of the proposer to perform the contract or
provide the services required;
b) Whether the proposer can perform the contract or provide the service
promptly, or within the time specified, without delay or interference;
c) The character, integrity, reliability, reputation, judgment, experience and
efficiency of the proposer;
d) The quality of performance of previous contracts or services;
e) The previous and current compliance by the proposer with laws and
ordinances relating to the contract or service;
f) The sufficiency of the financial resources and ability of the proposer to
perform the contract or provide the service;
g) Whether the proposer is in arrears to the county on any debt or contract, is
in default on any surety to the county, or is delinquent as to any taxes or
assessments; and
h) Any other information that may have a bearing on the decision to award
the contract.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
8
VIII. LOCAL PERMITS
The Contractor is responsible for obtaining any required local permits and
licenses to satisfy any requirement of this scope of work.
IX. LAWS AND REGULATIONS
The Contractor at all times, shall observe and comply with all federal, state,
municipal and/or local laws, ordinances, rules and regulations in any manner
affecting the work to be done, and all such orders or decrees as may exist at
present and those which may be enacted later, of bodies or tribunals having
jurisdiction or authority over, and shall indemnify and save harmless the Owner
and all its officers, agents and employees against any claim or liability arising
from, or based from, or based on the violation of any such laws, ordinances, rules,
regulations, order or decree, whether such violations by the Contractor, or by any
sub-contractor or any of their agents and/or employees.
X. PERMITS AND LICENSES
a) The Contractor shall procure all permits and licenses, pay all charges and
fees and give all notices necessary and incident to the due and lawful
prosecution of the work.
b) The Contractor will set up an account with the Cecil County Treasurer’s
Office within ten (10) days of award of the contract. The Contractor shall
obtain a Cecil County Commercial Refuse Hauler License regardless of
the amount of Recyclables transported. Accounts and Commercial Refuse
Hauler Licenses can be obtained by contacting the:
Cecil County Treasurer’s Office
200 Chesapeake Blvd., Suite 1100
Elkton, MD 21921
410-996-5206 or 410-996-5390
c) Procurement of an account with the Cecil County Treasurer’s Office
and/or procurement of a Cecil County Commercial Refuse Hauler License
will be at the cost of the Contractor.
XI. TRANSPORTATION
Prices quoted shall be net, including transportation and delivery/pickup charges
fully pre-paid by the seller, f.o.b. destination (Cecil County Landfill, 758 East Old
Philadelphia Rd, Elkton, MD 21901 or designated areas). No additional charges
will be allowed for packing, packages or partial delivery/pickup costs. By
submitting their quote, all vendors certify and warrant that the price offered for
f.o.b. destination includes only the actual freight/delivery rate cost at the lowest
and best rate and based upon actual weight of the goods to be shipped. Standard
commercial packaging, packing and shipping containers will be used, except as
otherwise specified herein.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
9
XII. INSURANCE REQUIREMENTS
WORKER’S COMPENSATION AND EMPLOYER’S LIABILITY
INSURANCE
(a) The Contractor shall take out and maintain during the life of the Contract
the Statutory Worker’s Compensation and Employer’s Liability Insurance for all
of his employees to be engaged in work on the project under the Contract.
(b) In case any portion of the project is sublet, the Contractor shall require all
of the sub-contractors similarly to take out and maintain during the entire life of
the Contract the Statutory Worker’s Compensation and Employer’s Liability
Insurance for all of their employees to be engaged in work in the project under the
Contract.
(c) The Contractor and/or the sub-contractor shall not begin work until the
Contractor has first filed with the County satisfactory evidence that insurance of
the above nature is in full force and effect (receipt of Certificate of Insurance
naming the Cecil County Government as an additional insured).
BODILY INJURY, LIABILITY AND PROPERTY DAMAGE LIABILITY
INSURANCE
The Contractor shall take out and maintain during the life of the Contract Bodily
Injury Liability and Property Damage Liability Insurance to protect him and any
sub-contractor performing work covered by the Contract from claims for damages
for personal injury, including accidental death, as well as claims for property
damage, which may arise from operations under the Contract, whether such
operations be by himself or by any sub-contractor or by anyone directly or
indirectly employed by either of them and the amount of such insurance shall not
be less than amounts shown in the following chart:
- General Liability: $2,000,000 Annual Aggregate
$1,000,000 Each Occurrence
$1,000,000 Products and Completed
Operations
$1,000,000 Personal Injury and
Advertising
- Business Auto Liability: $1,000,000 Combined Single Limit
- Worker’s Compensation: -- Statutory
- Excess $1,000,000 Each Occurrence
- Professional Liability: $1,000,000 (As Required)
.
Upon award of contract, the Contractor shall provide a copy of a Certificate(s) of
Insurance, with the Cecil County Government named as an Additional Insured to
liability coverage on the certificate(s), for the duration of the contract.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
10
NOTICE OF CANCELLATION
Commercial General Liability Insurance, Automobile Liability Insurance and
Workers Compensation insurance, as described above shall include an
endorsement stating the following:
"Thirty (30) days advance written notice of cancellation, non-renewal, reduction
and/or material change shall be sent to: Cecil County Government, Attn:
Purchasing Department, 200 Chesapeake Blvd., Suite 1400, Elkton, MD 21921."
Prior to starting performance of the contract and for each extension of the
contract, a certificate of insurance shall be furnished to the County. Insurance
companies providing insurance shall be acceptable to the County. The contractor
shall obtain at its own cost and keep in force and in effect during the term of the
contract. The proposer shall provide a Certificate of Insurance prior to award of
this contract.
XIII. DAMAGES
The Contractor shall be responsible for any and all injuries to persons and
damages to property resulting from the performance of the work specified,
materials applied and/or equipment used. The Contractor shall be responsible for
any litter or refuse created by the Contractor
XIV. TERM and TYPE OF CONTRACT
The term of the Contract shall be from date of execution until June 30, 2014, with
the option of extending the contract for an additional two (2) years in one year
increments by mutual agreement of the contracting parties without change to
specifications, including original proposal price.
Cecil County Government reserves the right to accept or reject any option for
contract renewal. Additionally, the Contractor is obligated to perform the
services as agreed upon within the proposal, which the Cecil County Government
requires in its operation. Should an emergency arise and the Contractor cannot
perform the required service as outlined within this agreement, the County
reserves the right to contract these services from other sources to meet these needs
without prejudice of this contract.
XV. ARITHMETICAL ERRORS
a) Any errors in computations will be corrected when the proposals are canvassed.
b) If the amount shown in words and its equivalent in figures do not agree, the
written words shall be binding. Ditto marks are not considered writing or printing
and shall not be used. In the event there is a discrepancy between the unit prices
and the extended totals, the unit prices shall prevail.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
11
c) In the event there is an error of the summation of the extended totals, the
computation by the Purchasing Office of Cecil County Government of the
extended totals shall govern.
XVI. SERVICE DELIVERY FAILURES
a) Failures of a Contractor to deliver services within the time specified, or within
reasonable time as interpreted by the County, shall constitute authority for the
County to purchase the services in the open market. On all such purchases, the
Contractor shall reimburse the County, within a reasonable time specified by the
County, for any expense incurred in excess of contract prices. Such purchases
shall be deducted from contract quantities.
XVII. NON-LIABILITY
a) The Contractor shall not be liable in damages for delay in shipment or failure to
deliver when such delay or failure is the result of fire, flood, strike, the
transportation carrier, act of God, act of Government, act of an alien enemy or by
any other circumstances which, in the County's opinion, is beyond the control of
the Contractor. Under such circumstances, however, the Purchasing Agent in
conjunction with the Contract Manager may at their discretion, cancel the
contract.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
12
PROPOSAL FORM
Scrap Metals, Tire Rims, and Lead Acid Battery Recycling
Subject: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling
To: Cecil County Government
Pursuant to your request inviting proposals to be received until 1:30 p.m. on January 9,
2013 in the Purchasing Agent’s office for “Scrap Metals, Tire Rims, and Lead Acid
Battery Recycling”, the Cecil County Government, Department of Public Works, Solid
Waste Division on the undersigned hereby submits the following proposal:
PROPOSAL PRICE FOR: Scrap Metals, Tire Rims, and Lead Acid Battery
Recycling
NOTE: Vendors may choose to make a proposal on Option A, B, or C, on all options, or
on any combination thereof.
Company Name: _____________________________________ ___________
Company Address:______________________________________________ ______
Company Telephone Number_________________ Company Fax Number
OPTION “A” Scrap Metals
Will you provide a container for Scrap Metals (yes/no)
Will you provide transportation of Scrap Metals (yes/no)
Will you compact Scrap Metals on site (Landfill) Metals (yes/no)
Description of Scrap Metals service proposed: ____________________
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
13
Size of Container (Cubic Yard, Cubic Feet, etc…): ______________________________
Percentage paid per Long Ton for Scrap Metals
Example: American Metal Market No. 2 bundles Philadelphia 60% per Long Ton
Amount Proposed written out Ninety % per Long Ton
American Metal Market, No. 2 bundles Philadelphia_______________% per Long Ton
Please write out the amount proposed here: % per Long Ton
OPTION “B” Tire Rims
Will you provide a container for Tire Rims (yes/no)
Will you provide transportation of Tire Rims (yes/no)
Description of service proposed pertaining to Tire Rims: ____________________
Percentage paid per Long Ton for Tire Rims
Example: American Metal Market No.1 Heavy Melt Philadelphia 30% per Long Ton
Amount Proposed written out Thirty % per Long Ton
American Metal Market, No. 1 Heavy Melt Philadelphia_______________% per Long
Ton
Amount proposed written out: % per Long Ton
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
14
OPTION “C” Lead Acid Batteries:
Will you provide a container for Lead Acid Batteries (yes/no)
Will you provide transportation of Lead Acid Batteries (yes/no)
What types of Lead Acid Batteries will you accept?
Description of service proposed pertaining to Lead Acid Batteries:
____________________
Percentage paid per pound for Lead Acid Batteries
Example: American Metal Market Undrained, whole old batteries (Pittsburgh high) 80% per pound
Amount Proposed written out Eighty % per pound
American Metal Market, Undrained, whole old batteries (Pittsburgh high)______ _% per pound
Amount proposed written out: % per pound
The undersigned swears (or affirms) under the penalty of perjury that the Proposers, its
agents, servants and/or employees, to the best of his/her knowledge and belief, have not
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
15
in any way colluded with anyone for and on behalf of the Proposer, or themselves, to
obtain information that would give the Proposer any unfair advantage over others, nor
have to gain any favoritism in the award of any contract resulting from this proposal. By
signing this proposal form, I acknowledge that I have read the entire proposal package.
Proposal Submitted by:
__________________________ ____________________________________
Witness Name of Firm or Dealer
__________________________ ____________________________________
Telephone Number Authorized Name & Signature
__________________________ ____________________________________
Fax Number Address (Street)
____________________________________
Address (City, State, Zip Code)
The above circled proposed “Option” is accepted and hereby ratified and confirmed by
Cecil County Government for the award of the “Scrap Metals, Tire Rims, and Lead
Acid Battery Recycling” contract this _____day of __________, 2013.
__________________________________
Tari Moore
County Executive
Cecil County Government
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
16
CERTIFICATION OF PROPOSER’S QUALIFICATIONS
All applicable questions shall be answered and included with the proposal. The data given shall be
clear and comprehensive. A copy of the Proposer’s State of Maryland Construction Firm License or
required applicable license shall be attached to this form. Information concerning this license can be
obtained from Cecil County Clerk of the Court’s Office at (410) 996-5373. You can also receive
information necessary for corporations to do business in the State of Maryland from the State of
Maryland Sales and Use Tax Division. Ask for a Corporation Qualifying Package at (410) 225-1340.
All vendors shall ensure they are qualified to do business within the State of Maryland. Businesses
established outside the State of Maryland shall be qualified as a Foreign Business to be eligible to
provide service within the State of Maryland. Questions concerning Foreign Businesses may be
referred to (410)-767-1170.
1. Name of Contract: Scrap Metals, Tire Rims, and Lead Acid Battery Recycling
2. Contract No.: Bid 13-17
3. Name of Proposer:_______________________________________________
4. Proposer’s Federal Employee I.D. No.:_______________________________
5. State of Maryland Construction Firm License No.:____________________
6. State of Maryland Control No.:___________________________________
7. Business Address: ___________________________________________
___________________________________________
8. When Organized:_____________________________________________
9. Where Incorporated:___________________________________________
10. Foreign Business No.: _________________________________________
11. Has the Proposer paid any sales tax on the equipment to be used on the project?
Yes _______________No __________________
12. If so, at what rate was the sales tax paid? __________________________
_____________Percent to State of_______________________________
13. How many years has the proposer been engaged in this business under your present firm name?
___________________________________________
14. Have you ever refused to sign a contract at your original proposal?
Yes _____________No_______________
15. Have you ever defaulted on a contract? Yes ____________No________________
Remarks: ___________________________________________________
16. Will you, upon request, furnish any other pertinent information that Cecil
County Government may require? Yes ____________No__________________
17. Do you assert that you qualify under definition of “Local Proposer” under Cecil County Code?
YES __ NO __ (If yes, attach appropriate documentation)
18. Does your business maintain a regular place of business in the State of Maryland (Resident)
_______ or would your business be considered Non-Resident ______?
Dated this _________ day of _________________, 2013.
19. Has the proposer or firm ever been disbarred, suspended or otherwise prohibited from doing work
with the federal government. Yes ____ No ____
(If yes, explain _______________________________________________________)
With the submission of this certification, the proposer thereto certifies that the information supplied is,
to the best of your knowledge, accurate and correct.
_________________________
(Name of Proposer)
By: _______________________
Title: ______________________
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
17
Scrap Metals, Tire Rims, and Lead Acid Battery Recycling
Bid 13-17
SPECIFICATIONS
I. INTENT
a) The following specifications are minimal requirements to be met by the
contractor submitting proposal proposals. Any changes or additional
requirements submitted as part of the contractor’s proposals shall be
provided on a separate sheet of paper for review for possible acceptance.
The County has the right to accept or refuse any change to the
requirements list below.
b) It is the intent of this Invitation to Bid (ITB) for Cecil County Government
(hereinafter "the County") to establish a term contract with a qualified and
experienced Contractor to provide all labor, material, supervision and
equipment necessary to provide Scrap Metals, Tire Rims, & Lead Acid
recycling services (hereinafter “Metal Recycling Services” on site and to
be collected thereafter at the Cecil County Central Landfill (hereinafter
"Landfill") located at 758 E. Old Philadelphia Rd., Elkton, MD 21921.
The Recycling services shall include facilitating transportation from the
Landfill, any processing or sorting, and transporting the Scrap Metals to
appropriate markets for sale.
II. CONTRACT ADMINISTRATION
a) CONTRACT MANAGER
i. The Contract Manager for this Contract shall be the County's Solid
Waste Management Division Chief or his or her duly authorized
representative. This shall be the Contractor's understanding in all
cases throughout this document.
ii. Decisions of the Contract Manager
1. To prevent misunderstanding the Contract Manager shall
decide any and all questions which may arise as to the
quality and acceptability of work performed and as to the
manner of performance and rate of progress of said work,
and shall decide all questions which may arise as to the
interpretation of any or all conditions relating to the work
and of the Specifications, and all questions as to the
acceptable fulfillment of the Contract on the part of the
Contractor.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
18
iii. Current Contract Manager Contact Information
1. Cecil County Solid Waste Management Division
Pete Bieniek, Chief
758 E. Old Philadelphia Rd.
Elkton, MD 21921
(410)-996-6275 extension 222
2. Contract Manager Authorized Representative
a. Cecil County Solid Waste Management Division
Tanya M. Adams, Recycling Coordinator
758 E. Old Philadelphia Rd.
Elkton, MD 21921
(410)-996-6275 extension 224
b) CONTRACT ADMINISTRATOR
i. To prevent misunderstanding, the Purchasing Office acting as the
Contract Administrator may review any decision made or issued
by the Contract Manager and may decide any and all questions
which may arise as to the acceptable fulfillment of the Contract on
the part of the Contractor in cooperation with the Contract
Manager.
ii. Any doubt as to the meaning of or any obscurity as to the wording
of these Specifications and Contract, and all directions and
explanations requisite or necessary to complete, explain or make
definite any of the provisions of the Specifications or Contract and
to give them due effect, will be resolved by the Contract
Administrator in consultation with the Contract Manager.
iii. The decision of the Contract Administrator shall be final and
conclusive and he shall have the authority hereunder to enforce and
make effective such decisions and orders if the Contractor fails to
respond promptly.
iv. Additional specifications and/or instructions to proposers may also
be obtained by e-mailing [email protected] or by calling the
Purchasing Department (David Pyle, Purchasing Agent) at 410-
996-5395.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
19
v. All inquiries will be shared with each vendor submitting a
proposal. The Purchasing Officer may issue an addendum to the
Contract providing the Contract Manager's determination and/or
interpretation.
III. DEFINITIONS
Unless otherwise indicated, or agreed to in the proposal, the following definitions
shall be used:
Business Day: Normal Operation Hours of Cecil County Central Landfill
excluding Saturdays and Holidays listed in specifications.
Buyer: Shall be known as the Contractor.
Conversion Factor: Shall mean 1.12 Short Ton = 1 Long Ton
Conversion Factor = (2240 pounds per Short Ton / 2000 pounds
per Long Ton) = 1.12 Short Ton
De-rim: Shall mean removing metal rims from tires and subsequent
collection of rims for recycling
Landfill: Shall mean the Cecil County Central Landfill located at 758 E. Old
Philadelphia Rd. (Rt. 7), Elkton, MD 21921
Lead Acid Battery Contract Price: This is the final per pound Price that the Contractor will pay the County for
the month of pickup of Lead Acid Batteries. This price will be reflected on
the Weight Ticket(s).
The Scrap Metals Contract Price = Consumer Buying Prices, Philadelphia #1
Bundles per Long Ton x Percentage Proposed by Contractor
x Conversion Factor
Long Ton: Shall mean the weight 2,240 pounds.
Out-Throws: Shall mean non-metallic items collected with or as part of metal
items.
Metal Recyclables: Scrap Metals, including Tire Rims, and Lead Acid Batteries
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
20
Refrigerant Unit: Any unit or appliance which uses a refrigerant, such as Freon.
Refrigerants include, but are not limited to, refrigerators, air
conditioning units, and freezers.
Scrap Metals: Any metal product and anything attached to it that is not
metallic, including but not limited to, auto parts, trailers/campers,
dryers, household appliances, grills, metal desks, cabinets, shelves,
chairs, bicycles, fence, lawnmowers, aluminum siding, pipes, wire,
crushed oil filters Freon appliances or other refrigerant units. This
definition excludes propane tanks and other gas cylinders and
tanks with valves present. Tire rims are not included in this
definition.
Scrap Metals Contract Price: This is the final per Short Ton Price that the Contractor will pay the County
for the month of pickup of Scrap Metals. This price will be reflected on the
Weight Tickets.
The Scrap Metals Contract Price = Consumer Buying Prices, Philadelphia #2
Bundles per Long Ton x Percentage Proposed by Contractor
x Conversion Factor
Seller: Shall be known as the County.
Short Ton: Shall mean the weight of 2,000 pounds.
Tire Rims: Metal rims from tires
Tire Rim Contract Price: This is the final per Short Ton Price that the Contractor will pay the County
for the month of pickup of Tire Rims. This price will be reflected on the
Weight Tickets.
The Tire Rims Contract Price = Consumer Buying Prices, No. 1 Heavy Melt,
Philadelphia per Long Ton x Percentage Proposed by Contractor
x Conversion Factor
Weight Slips: Shall mean a ticket generated by a Weighmaster or other County
employee operating the scales at the Landfill where goods shall be
collected, which ticket shall identify the County, transporter
(Contractor), material, and weight.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
21
IV. WORK TO BE PERFORMED
a) CONTRACTOR RESPONSIBILITIES
i. The Contractor shall be responsible for accepting Recyclables from
the Landfill to markets for sale on an as needed or scheduled basis
which will be determined by the Contract Manager.
1. The Contractor will remove Tire Rims from tires collected
and may collect Tire Rims in a separate container on site
2. The Contractor will provide either a container, able to be
secured, or a scheduled weekly pickup for Lead Acid
Batteries
3. The Contractor will NOT remove Scrap Metals, Tire Rims,
or Lead Acid Batteries from the Landfill unless they have
scheduled the removal with the Contract Manager.
4. The Contract Manager may schedule regular pickups with
the Contractor in accordance with the nature of the
proposal.
5. The Contractor will NOT remove any Recyclables from the
Landfill during Saturdays or County Holidays in which the
Landfill is in operation.
ii. The Contractor's vehicles shall be easily identifiable with
Contractor's name and/or license number and the Cecil County
Treasurer’s Office issued Cecil County Landfill Identification
sticker.
iii. Contractor shall collect Scrap Metals as is, including tires on
bicycles, lawn mowers and trailers, cloth on umbrellas, wood on
benches, etc. Under no circumstances shall the Contractor shred,
sort, or otherwise alter/change the material to be collected at the
site.
1. Tires shall be De-rimmed on site.
2. At no time shall the Contractor invoice the County for any
materials or contaminants within the load of Recyclables.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
22
3. If the contractor wishes to immediately reload and return
Out-throws to Landfill, the Landfill will accept them at no
charge.
iv. Solid Gas cylinders with valves, if found in the Scrap Metals, and
deemed unacceptable by the Contractor, should be set to the side
by the Contractor for recycling by a separate contractor.
v. Any materials set to the side should be reported to the Contract
Manager or designee.
vi. The Contractor shall be responsible for the removal of Freon and
other ozone depleting compounds prior to recycling of materials.
Refrigerant removal shall be performed by a certified technician in
compliances with the EPA Clean Air Act, Section 608.
vii. The Contractor shall report, any materials collected in Cecil
County and taken elsewhere than the Cecil County Central Landfill
for disposal and/or recycling biannually to the County Recycling
Coordinator in accordance with the provisions of Cecil County
Code 239 Refuse Haulers, Commercial.
viii. The Contractor shall accept all designated Recyclables
1. At a minimum, the materials to be accepted are defined in
Section III.
ix. The Contractor's acceptable Scrap Metals materials may expand
beyond items listed in this specification.
1. The Contractor may propose adding additional metal
recyclables to the list of items during the term of this
contract for the duration of the contract term including
renewals upon County acceptance.
x. The Contractor for this Scrap Metals recycling services contract
shall comply with all Federal, State, County and Local statutes,
ordinances and regulations applicable for the removal of
refrigerant(s) and marketing of Scrap Metals.
xi. The Contractor shall demonstrate prior satisfactory experience in
removing, hauling and marketing Scrap Metals.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
23
xii. County Landfill scales shall be used to weigh all incoming and
outgoing vehicles, containers and materials. County generated
tickets shall be used to invoice the Contractor at the Contract Price
for that material (see Definitions).
xiii. Contractor's negligent, accidental or intentional failure, to weigh in
and out of the Landfill shall result in a payment to the County for
that load based upon two times the highest paid amount made by
the Contractor during the course of the contract to date.
xiv. Contractor shall cover loads before leaving the Landfill.
xv. Contractor may not separate or sort Scrap Metals at the Landfill
due to lack of space and safety issues.
1. Tire Rims may be separated at the Landfill
xvi. Contractor may store equipment on site for the express purpose of
storing, compacting, or loading Recyclables.
xvii. Contractor shall not store tools or fuel for Contractor's equipment
on site.
xviii. The Contractor shall collect and remove Recyclables within ten
(10) business days of being contacted by the Contract Manager that
there is sufficient material(s) to pickup or as otherwise scheduled
with the Contract Manager.
xix. Contractor shall remove Recyclables from the Landfill per
specifications Monday through Friday between the hours of 7:30
a.m. and 3:30 p.m. while the scale house is staffed and operating.
No pickups shall be made at any other times.
xx. All material may contain a minimal amount of Out-throws.
xxi. No recyclable materials shall contain known hazardous materials
other than normal refrigerants.
1. The Contractor will provide a certificate of recycling to the
Contract Manager within thirty (30) days of pickup for the
refrigerant collected from refrigerant units at the Landfill.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
24
b) COUNTY RESPONSIBILITIES
i. Gas Cylinders
1. The County shall not be responsible for the removal of
valves or making sure there are holes in gas cylinders.
2. The County reserves the right to separately collect, recover,
and recycle gas cylinders of all types under a separate
account.
ii. Pickup Scheduling
1. The Contract Manager will schedule pickup of materials
with the Contractor.
iii. Weighing Loads
1. The County shall weigh Recyclables in and out of landfill
using certified scales and provide driver with a scale ticket.
iv. Collection
1. The County shall collect Recyclables from residential and
commercial sources.
2. The County shall, to the best of its ability, keep Out-thows
out of the Scrap Metals.
3. At no time will the County be financially or legally
responsible for any Out-throws delivered to your facility.
V. PERFORMANCE AND LAWS
a) All work performed shall be of high quality in accordance with good
practices, procedures and industry standards. The Contractor shall
conform to all Federal, State and Local laws and governmental
regulations.
b) The Contractor shall assume liability for all applicable local, state and
federal laws, including but not limited to transportation of Recyclables and
any applicable laws governing the processing of Recyclables.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
25
VI. TITLE AND RESPONSIBILITY FOR RECYCLABLES
a) The County agrees that title to the Recyclables shall pass to the Contractor
at the time that Recyclables are accepted by the Contractor. The County
shall assume all responsibility for the Recyclables until accepted by the
Contractor.
VII. QUANTITIES
a) Quantities are a guideline and are not guaranteed to be available.
b) The Contractor is obligated to collect all Recyclables in accordance with
the specifications of the contract regardless of quantity.
c) Quantities over the last ten years and the average for Scrap Metals and
Lead Acid Batteries from the Cecil County Central Landfill:
Table 7a Scrap Metals
Annual Year 2000 2001 2002 2003 2004 2005 2006 2007 2008 2009 2010 2011 AVG
Short Tons 1295 1338 881 1280 1537 1071 1492 1130.73 619.06 628.68 635.29 454.17 1030.16
0
500
1000
1500
2000
20
00
20
01
20
02
20
03
20
04
20
05
20
06
20
07
20
08
20
09
20
10
20
11
OUTGOING SCRAP METAL Cecil County Central Landfill
(2000-2011 in short tons annually)
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
26
Table 7b Lead Acid Batteries
Annual Year 2000 2001 2002 2003 2004 2005 2006 2007 2008 2009 2010 2011 AVG
Short Tons 36 39 29 23 46 30 35 52.16
15.88
24.06
16.47
22.97 31
Pounds
72000
78000
58000
46000
92000
60000
70000
104320
31760
48120
32940
45940
61590
VIII. PRICE ADJUSTMENT
a) Scrap Metals
a. In submitting proposals, each Contractor shall set forth the percentage of
the amount they will pay to the County for Scrap Metals in accordance
with the contract. The floor price shall be $0.00 for all materials. This
percentage and floor price shall remain fixed during the overall life of the
contract.
b) Tire Rims
a. In submitting proposals, each Contractor shall set forth the percentage of
the amount they will pay to the County for Tire Rims in accordance with
the contract. The floor price shall be $0.00 for all materials. This
percentage and floor price shall remain fixed during the overall life of the
contract.
0
10
20
30
40
50
60
20
00
20
01
20
02
20
03
20
04
20
05
20
06
20
07
20
08
20
09
20
10
20
11
Cecil County Solid Waste Management Division
Historic Lead Acid Battery Tonnages (Short Tons)
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
27
c) Lead Acid Batteries
a. In submitting proposals, each Contractor shall set forth the percentage of
the amount they will pay to the County for Lead Acid Batteries in
accordance with the contract. The floor price shall be $0.00 for all
materials. This percentage and floor price shall remain fixed during the
overall life of the contract.
IX. RECYCLABLE MATERIAL PRICING METHODOLOGY
a) Scrap Metals
i. The Contractor shall, within thirty days of the effective County
invoice date, pay the County a percentage of a per ton fee determined
from the following methodology:
ii. The value of this material shall be based on the Consumer Buying
Prices, Philadelphia Market, Grade No. 2 bundles, Long Ton price
in the American Metal Market (AMM) for Scrap Metals.
iii. This price shall be adjusted upon the first AMM issue each month
for material delivered until the next month's issue.
iv. If the published rate is a range, the high figure shall be used to
determine the market price. If no price is posted, then the previous
month's price shall remain in effect. The value of this material
shall have a floor price of Zero ($0.00) for the contract period.
i. This material does not include tire rims, which will be collected
separately.
1. The Contractor shall pay the Scrap Metals Contracted Price
by the Short Ton. The Tire Rim Contracted Price is
calculated by using the following formula:
The Scrap Metals Contract Price =
AMM Consumer Buying Prices, Philadelphia #2 Bundles per Long Ton x % Proposed x Conversion Factor
2. The Conversion Factor is 1.12 Short Tons per Long Ton
and is determined by dividing 2240 pounds per Short Ton
by 2000 pounds per Long Ton. The Conversion Factor is
used to convert Long Tons to Short Tons for the purposes
of determining the Scrap Metals Contract Price
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
28
3. Example: AMM August 1, 2013
Consumer Buying Prices, Philadelphia #2 Bundles = $220 per Long Ton
Scrap Metals Contract Price = $220.00 per Long Ton x 80% proposed x 1.12
Scrap Metals Contract Price = $197.12 per Short Ton
b. Tire Rims
i. The Contractor shall, within thirty days of the effective County
invoice date, pay the County a percentage of a per ton fee determined
from the following methodology:
ii. The value of this material shall be based on the Consumer Buying
Prices, Philadelphia Market, Grade No. 1 Heavy Melt, Long Ton
price in the American Metal Market (AMM) for Scrap Metals.
iii. This price shall be adjusted upon the first daily issue of AMM
each month for material delivered until the next month's issue.
iv. If the published rate is a range, the high figure shall be used to
determine the market price. If no price is posted, then the previous
month's price shall remain in effect. The value of this material
shall have a floor price of Zero ($0.00) for the contract period.
v. At no time will the County pay for the service of having Tire Rims
removed from tires. The Contractor will remove tires from rims
and recycle the Tire Rims.
vi. Tire Rims shall be separate from Scrap Metals in order to weigh
them separately across the Landfill scales.
vii. The Contractor shall pay the Tire Rims Contracted Price by the
Short Ton. The Tire Rim Contracted Price is calculated by using
the following formula:
The Tire Rims Contract Price =
AMM Consumer Buying Prices, Philadelphia #1 Heavy Melt per Long Ton x % Proposed x Conversion Factor
viii. The Conversion Factor is 1.12 Short Tons per Long Ton and is
determined by dividing 2000 pounds per Short Ton by 2240
pounds per Long Ton. The Conversion Factor is used to convert
Long Tons to Short Tons for the purposes of determining the Scrap
Metals Contract Price
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
29
ix. Example: AMM October 9, 2012
Consumer Buying Prices, Philadelphia #2 Bundles = $303 per Long Ton
Tire Rims Contract Price = $303.00 per Long Ton x 50% proposed x 1.12
Tire Rims Contract Price = $169.68 per Short Ton
c. Lead Acid Batteries
i. The Contractor shall, within thirty days of the effective County
invoice date, pay the County a per pound fee according to fair market
value, based on the American Metal Market Index, for Undrained,
whole lead acid batteries at the time of pickup from the Landfill.
ii. This price shall be adjusted upon the first daily issue of AMM
each month for material delivered until the next month's issue.
iii. If the published rate is a range, the high figure shall be used to
determine the market price. If no price is posted, then the previous
month's price shall remain in effect. The value of this material
shall have a floor price of Zero ($0.00) for the contract period.
iv. The month of effective price quotation corresponds to the month that
the day of pickup falls in.
v. The Lead Acid Battery Contract Price = ''Non Ferrous Scrap Prices"
for Undrained Whole Old Batteries (high side) Pittsburg area x %
proposed by Contractor
vi. Example: AMM August 1, 2012
Lead – Undrained Whole Old Batteries Pittsburg (high) = $0.26 per pound
Lead Acid Batteries Contract Price = $0.26 per pound x 70% proposed
Tire Rims Contract Price = $0.18 per pound
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
30
Notes: Vendors may propose on Options A, B, or C or any combination thereof on the
proposal sheet.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
31
Cecil County Government
200 Chesapeake Blvd
Elkton, MD 21921
Indemnity/Hold Harmless Agreement
To the fullest extent permitted by law, the undersigned Organization agrees to indemnify
and hold Cecil County Government, its elected and appointed officials, employees and
volunteers, and others working on behalf of Cecil County Government, harmless from
and against all loss, cost, expense, damage, liability or claims, whether groundless or not,
arising out of the bodily injury, sickness or disease (including death resulting at any time
there from) which may be sustained or claimed by any person or persons, or the damage
or destruction of any property, including the loss of use thereof, based on any act or
omission, negligent or otherwise, of the Organization, or anyone acting on its behalf in
connection with or incident to Bid 13-17; “Scrap Metals, Tire Rims, and Lead Acid
Battery Recycling”, except that the Organization shall not be responsible to Cecil
County Government on indemnity for damages caused by or resulting from Cecil County
Government's sole negligence; and the Organization shall, at it own cost and expense,
defend any such claims and any suit, action, or proceeding which may be recovered in
any suit, action or proceeding, and any and all expense including, but not limited to,
costs, attorney's fees and settlement expenses, which may be incurred therein.
Name of Organization: _______________________________________________
Authorized Signature: ________________________________________________
Address of Organization: _____________________________________________
Phone: _______________________________ Date: ______________________
Return this letter with Proposal Package
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
32
LOCAL CONTRACTORS PREFERENCE
Cecil County Code entitled “Local Preference” reads as follows:
“Cecil County reserves the right to show preference to “local bidders” in the
purchase of supplies, equipment and services. The amount shall not exceed six
percent (6%) of the amount bid or quoted, and/or $60,000, whichever is less. A
“local bidder” is defined as an individual or business that maintains a place of
business or maintains an inventory of merchandise and/or equipment in Cecil
County, is licensed by Cecil County and/or the State of Maryland, if required and
is subject to Cecil County real and/or personal property taxes. Any “local bidder”
in default on payment of any county or state tax or license shall not be eligible to
receive preference until all taxes or licenses due are paid.
Bidders are cautioned to note the specific and several requirements that may
qualify a bidder for local preference consideration. A bidder wishing to receive
local preference consideration must be able to demonstrate qualification under all
the noted requirements.
No bidder should assume, regardless of whether the bidder qualifies under the
definition of “local bidder” that the County Executive of Cecil County would
grant preference on this contract to any bidder. Cecil County Government
reserves the right to do so under Section 183-21 of the Cecil County Code but is
not bound to do so under any circumstance, regardless of precedent.
Any bidder that wishes to be considered a “local bidder” in the Cecil County
Government award of the contract shall submit with the bid any and all
documentation that proves that the bidder, identified by name in the submitted
bid, meets the definition of “local bidder.” Neither Cecil County Government nor
the Procurement officer shall be bound by any information or documentation
provided by the bidder after opening of the bids. However, the County reserves
all rights to investigate a bidder’s potential qualification as a “local bidder” and
use any relevant information in its determination of a bidder’s qualification under
the definition, regardless of when it is obtained.
Bid 13-17: Scrap Metals, Tire Rims, & Lead Acid Battery Recycling
33
CONTRACTOR PROPOSAL CHECKLIST
The following is a checklist to assist the contractor in verifying all required information is
provided at the Proposal Opening. It remains the contractor’s responsibility to ensure all
information is complete and attached, including information, which may not be listed on
this checklist. Any information missing at the time of the proposal opening may result in
rejection of the proposal. No proposals will be accepted after the designated proposal
opening time.
1. Completion of Certification of Proposer’s Qualifications (CBQ-1) and attached
applicable copies of required license and proof of Maryland Qualification and/or
Registration.
2. Proposal package labeled properly for identification.
3. Indemnity/Hold Harmless Agreement shall be signed and provided at proposal
opening.
4. Completion of Cost Sheet.
5. Product information enclosed, including warranty information.