INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE

Similar documents
Rodent Baiting Vacant & Demolished Properties, Sewers, Baiting & Followup Baiting of Residential Areas

DEPARTMENT OF EMERGENCY SERVICES GAS MONITORS AND AIR FLOW CALIBRATORS

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

County of Allegheny City of Pittsburgh

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

PORTABLE VIDEO/ SPEAKER SYSTEMS FOR OUTDOOR PARK THEATRES

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Holt Public School District 5780 W. Holt Rd Holt MI

REQUEST FOR QUOTATION

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

Workforce Management Consulting Services

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

BERRIEN COUNTY ROAD DEPARTMENT

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

COUNTY OF COLE JEFFERSON CITY, MISSOURI

MANDATORY GENERAL TERMS AND CONDITIONS:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) CONTRACT NEGOTIATION

Watershed Educational Campaign Project

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB

County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D.

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

Request for Bid/Proposal

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

Request for Quotation Page One

REQUEST FOR QUOTE # 16471

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT

REQUEST FOR QUOTE Wake County Public School System

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

REQUEST FOR SEALED BID PROPOSAL

Deluxe Corporation Purchase Terms and Conditions

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

Pittsburgh, PA 15213

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

RFQ #2766 Sale of Surplus Scrap Metal

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

Request for Quotation Page One

REQUEST FOR PROPOSALS (RFP)

LAFOURCHE PARISH GOVERNMENT PURCHASING POLICIES AND PROCEDURES

Snow Removal Services Request for Proposals December 1, April 30, 2019

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

Proposal No:

INSTRUCTIONS TO BIDDERS

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

REQUEST FOR SEALED BID PROPOSAL

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Request for Quotation Page One

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION

County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D.

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR QUOTATION

MANDATORY GENERAL TERMS AND CONDITIONS

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

REQUEST FOR QUOTE # 22137

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

INDEPENDENT CONTRACTOR AGREEMENT

DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. for CHAIN LINK FENCE SPECIFICATION NO. 7153

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

REQUEST FOR QUOTATION

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

Description Cost PRE-BID CONFERENCE

INVITATION TO BID (ITB)

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

INVITATION PLEASE REFER TO BID NO TO BID

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

CITY OF GREENVILLE Danish Festival City

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

Introduction: Program Description:

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Transcription:

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3145NC DATE: December 11, 2012 Please quote the lowest prices at which you will furnish and DELIVER F.O.B. Point of Delivery, INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE in accordance with articles of agreement or any other instructions attached to this inquiry. Quotes will be received electronically until 3:00 P.M on: January 4, 2013 All quotes must be submitted electronically via http://www.govbids.com/scripts/papg/public/home1.asp. No quotes shall be accepted in person, by US Mail, by private courier, via oral or email communication, telephone or fax transmission. In arriving at the inquiry price, the quoter shall take into consideration all discounts for cash and all other credits and allowances. Amending the inquiry by quoting a discount or other uncalled for allowances may be cause for rejection of the quote. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ THIS IS A REQUEST FOR QUOTATION ONLY AND SHOULD NOT BE CONSTRUED AS AN ORDER ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE WORKSHEET FOR REFERENCE PURPOSES ONLY PRICING MUST BE SUBMITTED ONLINE OR BID WILL NOT BE ACCEPTED UNDER ANY CIRCUMSTANCES Year 1 Year 2 Year 3 Item Estimated Quantity & Location 2,200 pounds per month from the four (4) John. J. Kane Regional Centers Collection frequency weekly Cost per lb. (incinerated) Cost per lb. (infectious) Cost per lb. (incinerated) Cost per lb. (infectious) Cost per lb. (incinerated) Cost per lb. (infectious) #1 #2 #3 #4 #5 #6 Item Estimated Quantity & Location Collection frequency Year 1 Year 2 Year 3 Cost per lb. Cost per lb. Cost per lb. (untreated (untreated (untreated waste) waste) waste) 800 lbs. from Allegheny County Health Department Public Health Laboratory, Clack Health Center at 3901 Penn Ave., Pittsburgh, PA 15224. biweekly #7 #8 #9 100 lbs. from Allegheny County Health Department, Clack Health Center, Building #6 at 3939 Penn Avenue, Pittsburgh, PA 15224 biweekly #10 #11 #12 400 lbs. from Forbes Medical: Allegheny County Health Department at 3441 Forbes Avenue, Pittsburgh, PA 15213 biweekly #13 #14 #15 150 lbs. from the Office of the Medical Examiner, 1520 Penn Ave., Pittsburgh, PA weekly #16 #17 #18

INQUIRY for Infectious Waste Removal and Disposal Service RFQ# 3145NC PAGE 2 OF 8 Item Estimated Quantity & Location Collection frequency Cost per lb. (treated waste) Year 1 Year 2 Year 3 Cost per lb. Cost per lb. (untreated (untreated waste) waste) Cost per lb. (treated waste) Cost per lb. (treated waste) Cost per lb. (untreated waste) Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from an Allegheny County facility As needed #19 #20 #21 #22 #23 #24 Period of Contract: February 1, 2013 through January 31, 2014 with the option to renew at the prices indicated for year 2, ending January 31, 2015 and year 3, ending January 31, 2016 at the sole discretion of Allegheny County. SCOPE OF CONTRACT The contractor shall be required to provide for the removal, transportation and disposal of infectious waste from various County Departments at locations specified in this specifications. For the purposes of this contract, the term "Infectious Waste" shall be as defined in Section 271.1 of the Pennsylvania Department of Environmental Resources (PaDER) Rules and Regulations, 25 PA Code 271, Municipal Waste Management - General Provisions,: Infectious Waste - Municipal waste which, unless processed, disposed, stored, collected or transported in accordance with this article, is or may be contaminated by a disease-producing microorganism or material, or may harm or threaten human health. The term includes the following wastes unless they are generated by individual residences: a. Wastes generated by hospitalized patients who are isolated, or on blood and body fluid precautions, in order to protect others from their severe and communicable disease. b. Cultures and stocks of etiologic agents. c. Animal waste blood and animal blood products which are known or are suspected to contain contagious zoonotic pathogens, and human waste blood and blood products. d. Tissues, organs, body parts, blood and body fluids that are removed during surgery and autopsy. e. Wastes generated by surgery or autopsy of septic cases or patients with infectious diseases. f. Wastes that were in contact with pathogens in any type of laboratory work, including collection containers, culture dishes, slides, plates and assemblies for diagnostic tests; and devices used to transfer, inoculate and mix cultures g. Sharps. h. Wastes that were in contact with the blood of patients undergoing hemodialysis at hospitals or independent treatment centers. i. Carcasses and body parts of animals exposed to contagious zoonotic pathogens. j. Animal bedding and other wastes that were in contact with animals suffering from contagious zoonotic diseases due to natural infection or laboratory research, and their excretions, secretions, carcasses or body parts. k. Waste biologicals - for example, vaccines - produced by pharmaceutical companies for human or veterinary use. l. Food and other products that are discarded because of contamination with etiologic agents. m. Equipment and equipment parts contaminated with etiologic agents. Infectious waste generated at any County facility may consist of any single type or any combination of types of infectious waste as described above.

INQUIRY for Infectious Waste Removal and Disposal Service RFQ# 3145NC PAGE 3 OF 8 PACKAGING MATERIALS The awardee shall provide nominal corrugated Medical Waste boxes which are approximately 18 x 18 x 24 in size each, which provides approximately 4.3 cubic feet of capacity per box and with an approximate weight limit of 55 lbs. The awardee shall also supply sealing tape and plastic liners of sufficient size and number for lining such boxes. The awardee shall provide all boxes, sealing tape and plastic liners at no additional charge over the bid per pound rate. The awardee shall provide for the locations listed as Items #1 - #5 for Year 1, Year 2 and Year 3, as needed, leak-proof plastic reusable 30-gallon containers (approximately 4 cubic feet each) with attached interlocking lids. Each container shall have the approximate dimensions of 18 x 18.5 x 25 with an approximate 78.5 lb. weight limit for liquid and medical waste disposal. The awardee shall also include plastic liners for these containers. All containers and liners are to be provided at no additional charge over the bid per pound rate. Please indicate below the following weights: SEE THE TO BE FILLED OUT ATTACHMENT TO FILL IN YOUR INFORMATION BELOW Weight of the above-referenced corrugated box plus the liner used in the corrugated box Weight of the above-referenced plastic reusable container w/interlocking lid plus the liner used in the plastic container: In the weighing of the packaged waste loads, the weight of the transport packaging materials, regardless of whether a cardboard box/liner or reusable plastic container/liner are used, shall be subtracted from the gross weight of the packaged loads. The awardee shall provide a supply of transport packaging materials to the County in sufficient quantities to meet the County s storage capacity needs between scheduled removals. The awardee shall provide all packaging materials which shall include boxes, tape and labels for use in transporting wastes from the County facilities to the point of ultimate disposal. Such materials shall conform to all applicable federal, state and local regulations. The County shall be responsible for the proper packaging and labeling of wastes for storage and transportation or as otherwise required by 25 PA. Code 285. The awardee shall have the right to reject any package for removal if improperly prepared or if parcel integrity is questionable. The signature of the contractor s employee shall appear on the manifest form to indicate the awardee s acceptance of the condition of packaged waste loads. The awardee shall provide on an annual basis Department of Transportation (DOT) training in proper packaging techniques and use of the provided packaging materials to designated County employees.

INQUIRY for Infectious Waste Removal and Disposal Service RFQ# 3145NC PAGE 4 OF 8 SAMPLES TO BE SUBMITTED Before the time period that the bids are due, interested bidders shall send to the person named below a sample of the following items: 1) above-requested corrugated box/liner to be used in the corrugated box, 2) a sample of the abovereferenced plastic reusable container and liner to be used in the plastic container, 3) label and 4) tape which the supplier would provide should it be awarded a contract: Ms. Natalie Lund Kane Regional Center Glen Hazel 955 Rivermont Dr. Pittsburgh, PA 15207 NOTES: A. Award will be made for either treated or untreated waste or both whichever is in the best interest of the County. B. Bids for Items #1 through #5 shall include costs for all packaging materials and transportation, labor and disposal site fees. C. Bids shall not include Federal Excise Tax, transportation or state sales tax, as the County is exempt from such taxes. The bidder warrants that he has obtained, has in his possession and will furnish to the County upon request all permits and licenses required by federal, state and local regulations for the conduct of the business by which contract service will be rendered. The removal, transportation and disposal of infectious wastes by the awardee shall be accomplished in accordance with the rules, regulations, ordinances and statutes of any regulatory body with jurisdiction there over. Specific adherence to the governing regulations of the PaDER (Title 25: Chapters 95. 101, 271, 273, 283 and 285) as revised is mandatory. REGULARLY-SCHEDULED PICK UP The awardee shall provide infectious waste removal service at County facilities on a regularly scheduled basis as set forth in the contract award issued by the County to the awardee. The specific day of the week or date each month on which removal of waste from County facilities will occur shall be set by mutual agreement and for the mutual convenience of both the County and awardee provided that such removal shall take place between the hours of 8:00 A.M. and 3:00 P.M. on the day of service. The contractor shall be responsible for providing notice by telephone to the facility manager at least twenty-four (24) hours in advance of any anticipated delay of removal service. AS-NEEDED PICK UP The contractor may be required to perform infectious waste removal service from any County facility not specifically designated in these specifications. Such service shall include all service requirements as set forth herein and shall commence within twenty-four (24) hours of telephone notification to the awardee by the County. The County shall notify the contractor of the specific location where service is required and the approximate quantity and/or weight of infectious waste to be removed. The County shall provide the contractor with access to the location where service is required and police escort if requested by the contractor and deemed advisable by the County. The awardee shall provide all equipment, personnel, transport packaging and vehicles necessary to remove, carry and dispose of the entire quantity of infectious wastes prepared for removal at each of the County facilities designated in these specifications. The awardee shall maintain the availability of these resources for service of this contract and shall retain sufficient spare, replacement or alternate resources to ensure such service to the County. The awardee shall send a monthly report electronically to all using County departments requesting this report. WEIGHING EQUIPMENT The County shall provide weighing equipment at each site and shall guarantee its accurate operation and proper calibration. Weighing shall be conducted by a County employee in the presence of the contractor s employee and the agreed weight shall be entered on the manifest form. Weights shall be determined in such a manner as to exclude the weight of the contractor-supplied packaging materials (corrugated box/liner and reusable plastic container/liner) from the total weight of waste loads.

INQUIRY for Infectious Waste Removal and Disposal Service RFQ# 3145NC PAGE 5 OF 8 MANIFEST FORMS The awardee shall provide manifest forms for use in conducting a manifest system to provide a record of the "chain-ofpossession" of wastes removed from County facilities. It is necessary that the contract awardee track from the time it picks up the infectious waste loads at the County s facilities to the time it drops of the infectious waste loads at the disposal site. At a minimum, the manifest form must be of the carbon copy or other self-duplicating type, must provide at least two (2) duplicate copies for County records and shall contain the following information: a. Awardee s name and business address. b. Name of awardee s employee performing removal service. c. Date of removal. d. Name and location of County facility where service is rendered. e. Total weight of waste removed and number of parcels or packages removed for each facility. f. Name and location of disposal facility. g. Date on which delivery to disposal facility is made. h. Signature of the employee at the disposal facility who receives the certification of receipt of the waste load. At the time of removal of each waste load, one (1) duplicate copy of the manifest containing completed information except for items (g) and (h) above shall be given to the County. A completed manifest form containing all items of information listed above must be forwarded to the County within sixty (60) days of the date of removal for each waste load. The contractor shall maintain a file of all completed manifest forms for waste loads removed from County facilities and must be prepared to furnish copies of such forms upon request by the County. Title to waste loads shall be passed from the County to the awardee upon removal of such wastes from County facilities. The contractor, upon acceptance of waste from the County, shall be solely responsible for its further handling and for its delivery to the ultimate point of disposal. The County shall be responsible for the maintenance and cleanliness of the waste storage facilities at each service location. The contractor must maintain equipment used in the removal and transportation of wastes in a clean, sanitary and aesthetically acceptable condition at all times. PAYMENTS The awardee shall submit to the County s using departments on a monthly basis itemized invoices requesting payment for services rendered. Each invoice shall specify the time period during which invoiced services were rendered, the net weight of waste materials removed from County facilities, the unit price for each item of service or materials provided, and the total amount of payment due to the contractor. Invoices submitted for payment must be accompanied by and invoiced charges must be supported by copies of completed manifest forms. It shall be understood that service pertaining to each waste load removed from a County facility shall not be considered to have been rendered until and unless a completed manifest form indicating that such waste load has been delivered to the licensed disposal facility is presented to the County.

INQUIRY for Infectious Waste Removal and Disposal Service RFQ# 3145NC PAGE 6 OF 8 LOCATIONS Scheduled removal service shall be provided by the contractor at the following locations: 1. John J. Kane Regional Centers FACILITY MANAGER a) Kane Regional Center - Glen Hazel Natalie Lund 955 Rivermont Drive Kane Regional Center-Glen Hazel Pittsburgh, PA 15207 412-422-6807 b) Kane Regional Center McKeesport Natalie Lund 100 Ninth Avenue Kane Regional Center-Glen Hazel McKeesport, PA 15132 412-422-6807 c) Kane Regional Center Ross Natalie Lund 110 McIntyre Road Kane Regional Center-Glen Hazel Pittsburgh, PA 15237 412-422-6807 d) Kane Regional Center Scott Natalie Lund 300 Kane Boulevard Kane Regional Center-Glen Hazel Pittsburgh, PA 15243 412-422-6807 2. Allegheny County Health Department Joanne Davitt Public Health Laboratory 412-578-8095 Clack Health Center, Bldg. #8 3901 Penn Avenue Pittsburgh, PA 15224 3. Allegheny County Health Department Joanne Davitt Clack Health Center, Bldg. #6 412-578-8095 3939 Penn Avenue Pittsburgh, PA 15224 4. Forbes Medical: Allegheny County Health Department 3441 Forbes Avenue Pittsburgh, PA 15213 5. Medical Examiner s Office Tom Jakiela 1520 Penn Ave. 412-350-3731 Pittsburgh, PA 15222 EMERGENCY CONTACT Prior to the commencement of any resultant contract, the awardee shall provide to the Purchasing Agent whose contact information is listed on the cover page of this specification the name and telephone number of an emergency contact who must be reachable 24 hours a day, 7 days a week. The supplier s emergency contact person must return phone calls within two hours. INSURANCE The supplier shall obtain and maintain during the life of the Contract, with an insurance supplier rated not less than A- by A.M. Best, authorized to do business in the Commonwealth of Pennsylvania, the following insurance requirements: Automobile Liability. Bodily injury and property damage liability covering all non-owned and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident and $1,000,000 property damage, or $1,000,000 combined single limit - bodily injury and property damage. Bodily injury and property damage liability covering all owned automobiles for limits of not less than $300,000 bodily injury each person, each accident and $300,000 property damage, or $300,000 combined single limit bodily injury and property damage.

INQUIRY for Infectious Waste Removal and Disposal Service RFQ# 3145NC PAGE 7 OF 8 Commercial General Liability. Bodily injury and property damage liability as shall protect the Supplier and any subcontractor performing work under the Contract, from claims of bodily injury or property damage which arise from operation of the Contract, whether such operations are performed by the supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate, or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products, operations, personal injury liability and contractual liability, assumed under the indemnity provision of the Contract. Professional Liability. Coverage as shall protect the Supplier and any subcontractor performing work under the Contract, from claims errors and omissions which arise from operation of the Contract, whether such operations are performed by the Supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 each occurrence/aggregate and $1,000,000 excess liability, each occurrence/aggregate. Worker s Compensation and Employers Liability. The supplier shall meet the statutory requirements of the Commonwealth of Pennsylvania, $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit Proof of Insurance. The supplier shall not commence any work in connection with the Contract until it has obtained all of the foregoing types of insurance and proof of such insurance has been approved by County. The supplier shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. Deductibles. The County shall be exempt from, and in no way liable for any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the supplier and/or subcontractor providing such insurance. Additional Insured. The County shall be named as an additional insured for operations or services rendered under the general liability coverage. The supplier s insurance shall be primary of any self-funding and/or insurance otherwise carried by the County for all loss or damages arising from the supplier operations under this agreement. Certificates of such insurance will be furnished to the County and shall contain the provision that the County be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring supplier. Documents. Should any or all of the required insurance coverage be self-funded/self-insured, a copy of the Certificate of Self-Insurance or other documentation from the County Department of Insurance shall be furnished. If any part of the work under the Contract is sublet, the subcontractor shall be required to meet all insurance requirements set forth in the Contract, provided that types and amounts of insurance to be maintained by each subcontractor shall be adjusted to an amount reasonably necessary to cover the risks associated with such subcontractor s role in the project. The parties stipulate that the supplier will maintain each type of insurance set forth above at a coverage level equal to at least half of the amount set forth above for such type of insurance. However, nothing contained herein shall relieve the supplier from meeting all insurance requirements or otherwise being responsible for the subcontractor. No program of self-insurance shall apply to any of the foregoing coverages without prior approval of the County. The successful bidder shall be responsible to require his sub-contractors to comply with all of the insurance requirements of this agreement. The Director may waive or modify any of the insurance requirements at his discretion. The use of the name of a manufacturer or of any special brand or make in describing an item does not restrict bidders to that manufacturer. The means or the method used is simply to indicate the character or quality of the articles desired; however, the articles on which bids are submitted must be of such character or quality that they will serve the purpose for which they are to be used equally as well as that specified. If bidding on other than the make, model or brand specified the manufacturer's name and catalogue reference must be given.

INQUIRY for Infectious Waste Removal and Disposal Service RFQ# 3145NC PAGE 8 OF 8 MBE AND WBE CONSIDERATIONS - In accordance with Section 911.03 C. of the Allegheny County Administrative Code, the County wishes to contract with and asks that, unless otherwise prohibited in the RFQ, its suppliers consider contracting with Minority Business Enterprises (MBE) and Women Business Enterprises (WBE). Suppliers may take necessary steps to ensure that MBEs and WBEs have an opportunity to compete for and perform contracts. Suppliers are encouraged to contact the Allegheny County Department of Minority, Women and Disadvantaged Business Enterprises at 412-350-4309 or review the web site at www.county.allegheny.pa.us/mwdbe/index.asp for assistance in identifying qualified MBE and WBE firms. ANTI-SWEATSHOP PROVISIONS The attached Anti-Sweatshop Document must be completed and submitted with your electronic quotation. DELIVER F.O.B. Point of Delivery PERIOD OF CONTRACT: February 1, 2013 through January 31, 2014 with the option to renew at the prices indicated for year 2, ending January 31, 2014 and year 3, ending January 31, 2015 at the sole discretion of Allegheny County. OPTION TO EXTEND The Division of Purchasing and Supplies, reserves the right, upon notice to the supplier, to extend the Contract or any part of the Contract for up to three (3) months, upon the same terms and conditions after the indicated expiration date as described in the Contract. This will be utilized to prevent a lapse in Contract coverage for the goods or services indicated on the Contract, and only for the time necessary to enter into a new Contract. When applicable, an extension notice will be issued defining the exact extension of the Contract; all other terms and conditions of the extended Contract will remain in full force and effect. The County reserves the right to reject any and all quotes, also the right to waive any minor discrepancies in the quotes when deemed to be in the best interest of the County. The County reserves the right to acquire more, less, or none at all of the quantities stated throughout the life of the contract. The County retains the right to terminate this contract upon thirty (30) days written notice.

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3145NC This Letter Agreement is made and entered into this 07 day of February, 2013. In accordance with the specifications, terms, and conditions of Inquiry Number RFQ-3145NC, you Joseph Fazio Medical Waste Recovery, Inc. 9 Broadway, Suite 30 Denville, NJ 07834 Phone: (973) 983-8400 Fax: (973) 983-8404 jfaziojr@mwr.us.com Agree to furnish, supply, or deliver to the County of Allegheny, the following goods and/or services: INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE Medical Waste Recovery Inc. $5,467.50 Item Description UOM Qty Unit Price Ext Price 1 Weekly Collection: John. J. POUND 2200 $0.3000 $660.00 Kane Regional Centers cost per pound incinerated 2/1/13-1/31/14 2 Weekly Collection: John. J. Kane Regional Centers cost per pound infectious 2/1/14-1/31/15 3 Weekly Collection: John. J. Kane Regional Centers cost per pound incinerated 2/1/15-1/31/16.30 cents per pound, $7.00 per pick up fee POUND 2200 $0.2500 $550.00 POUND 2200 $0.3000 $660.00.30 cents per pound, $7.00 per pick up fee

INQUIRY AWARD for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3145 Page 2 of 6 Medical Waste Recovery Inc. $5,467.50 Item Description UOM Qty Unit Price Ext Price 4 Weekly Collection: John. J. POUND 2200 $0.2500 $550.00 Kane Regional Centers cost per pound infectious 2/1/13-1/31/14 5 Weekly Collection: John. J. Kane Regional Centers cost per pound incinerated 2/1/14-1/31/15 6 Weekly Collection: John. J. Kane Regional Centers cost per pound infectious 2/1/15-1/31/16 7 Biweekly Collection: 800 lbs. from Allegheny County Health Department Public Health Laboratory, Clack Health Center at 3901 Penn Ave., Pittsburgh, PA 15224.2/1/13-1/31/14 8 Biweekly Collection: 800 lbs. from Allegheny County Health Department Public Health Laboratory, Clack Health Center at 3901 Penn Ave., Pittsburgh, PA 15224.2/1/14-1/31/15 POUND 2200 $0.3000 $660.00.30 cents per pound, $7.00 per pick up fee POUND 2200 $0.2500 $550.00 POUND 800 $0.2500 $200.00 POUND 800 $0.2500 $200.00

INQUIRY AWARD for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3145 Page 3 of 6 Medical Waste Recovery Inc. $5,467.50 Item Description UOM Qty Unit Price Ext Price 9 Biweekly Collection: 800 lbs. POUND 800 $0.2500 $200.00 from Allegheny County Health Department Public Health Laboratory, Clack Health Center at 3901 Penn Ave., Pittsburgh, PA 15224.2/1/15-1/31/16 10 Biweekly Collection: 100 lbs. from Allegheny County Health Department, Clack Health Center, Building #6 at 3939 Penn Avenue, Pittsburgh, PA 15224 2/1/13-1/31/14 POUND 100 $0.2500 $25.00 11 Biweekly Collection: 100 lbs. from Allegheny County Health Department, Clack Health Center, Building #6 at 3939 Penn Avenue, Pittsburgh, PA 15224 2/1/14-1/31/15 12 Biweekly Collection: 100 lbs. from Allegheny County Health Department, Clack Health Center, Building #6 at 3939 Penn Avenue, Pittsburgh, PA 15224 2/1/15-1/31/16 13 Biweekly Collection: 400 lbs. from Forbes Medical: Allegheny County Health Department at 3441 Forbes Avenue, Pittsburgh, PA 15213 2/1/13-1/31/14 POUND 100 $0.2500 $25.00 POUND 100 $0.2500 $25.00 POUND 400 $0.2500 $100.00

INQUIRY AWARD for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3145 Page 4 of 6 Medical Waste Recovery Inc. $5,467.50 Item Description UOM Qty Unit Price Ext Price 14 Biweekly Collection: 400 lbs. from Forbes Medical: Allegheny County Health Department at 3441 Forbes Avenue, Pittsburgh, PA 15213 2/1/14-1/31/15 15 Biweekly Collection: 400 lbs. from Forbes Medical: Allegheny County Health Department at 3441 Forbes Avenue, Pittsburgh, PA 15213 2/1/15-1/31/16 16 Weekly Collection: 150 lbs. from the Office of the Medical Examiner, 1520 Penn Ave., Pittsburgh, PA 2/1/13-1/31/14 17 Weekly Collection: 150 lbs. from the Office of the Medical Examiner, 1520 Penn Ave., Pittsburgh, PA 2/1/14-1/31/15 POUND 400 $0.2500 $100.00 POUND 400 $0.2500 $100.00 POUND 150 $0.2500 $37.50 POUND 150 $0.2500 $37.50 18 Weekly Collection: 150 lbs. from the Office of the Medical Examiner, 1520 Penn Ave., Pittsburgh, PA 2/1/15-1/31/16 POUND 150 $0.2500 $37.50

INQUIRY AWARD for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3145 Page 5 of 6 Medical Waste Recovery Inc. $5,467.50 Item Description UOM Qty Unit Price Ext Price 19 As Needed: Miscellaneous New POUND 500 $0.2500 $125.00 Location: up to 500 hundred (500) lbs. at any single time from an Allegheny County facility (treated waste) 2/1/13-1/31/14 20 As Needed: Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from an Allegheny County facility (untreated waste) 2/1/14-1/31/15 21 As Needed: Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from an Allegheny County facility (treated waste) 2/1/15-1/31/16 22 As Needed: Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from an Allegheny County facility (untreated waste) 2/1/13-1/31/14 23 As Needed: Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from an Allegheny County facility (treated waste) 2/1/14-1/31/15 POUND 500 $0.2500 $125.00 POUND 500 $0.2500 $125.00 POUND 500 $0.2500 $125.00 POUND 500 $0.2500 $125.00

INQUIRY AWARD for INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE RFQ# 3145 Page 6 of 6 Medical Waste Recovery Inc. $5,467.50 Item Description UOM Qty Unit Price Ext Price 24 As Needed: Miscellaneous New Location: up to 500 hundred (500) lbs. at any single time from an Allegheny County facility (untreated waste) 2/1/15-1/31/16 POUND 500 $0.2500 $125.00 ANTI-SWEATSHOP PROVISIONS By executing the proposal document, the Supplier certifies that nothing has come to its attention that would lead it to believe that any of the goods or products provided herein were made under sweatshop conditions, as defined by Part 9, 5-903.02 as amended, of Article 903 of the County s Administrative Code (Ordinance Number 08-07-OR) If the County is presented with information that would lead the County to reasonably believe that the Supplier or its suppliers may be obtaining goods or products for sale, re-sale, lease or rental to the County that where made under sweatshop condition, upon request of the County, the Supplier shall disclose information, data and materials reflecting Supplier s practices as they pertain to the procurement and manufacturing of goods/products in compliance with the Anti- Sweatshop provisions of the County s Administrative Code. PERIOD OF CONTRACT: February 1, 2013 through January 31, 2014 with the option to renew at the prices indicated for year 2, ending January 31, 2015 and year 3, ending January 31, 2016 at the sole discretion of Allegheny County. DELIVERY F.O.B. Point of Delivery OPTION TO EXTEND The Division of Purchasing and Supplies, reserves the right, upon notice to the supplier, to extend the Contract or any part of the Contract for up to three (3) months, upon the same terms and conditions after the indicated expiration date as described in the Contract. This will be utilized to prevent a lapse in Contract coverage for the goods or services indicated on the Contract, and only for the time necessary to enter into a new Contract. When applicable, an extension notice will be issued defining the exact extension of the Contract; all other terms and conditions of the extended Contract will remain in full force and effect. The County and City retain the right to terminate this contract upon thirty (30) days written notice. YOU ARE ADVISED NOT TO MAKE ANY DELIVERIES OF GOODS OR OTHERWISE BEGIN PERFORMANCE UNTIL EXPRESSLY DIRECTED. Your performance, when it begins, shall conform to the terms of your quote and the County's Inquiry. Bidder agrees to make available to the Councils of Government, Municipalities, Authorities and School Districts within Allegheny County, all items contained in this inquiry at the price quoted for the entire Contract Period. Bidder agrees to make available to all political sub-division and authorities of the Commonwealth of Pennsylvania all items contained in this inquiry at the price quoted for the entire Contract Period. The County retains the right to terminate this contract upon thirty (30) days written notice. This Letter Agreement is duly signed on the day and year first written above, by the party below, who intends to be legally bound hereby. Nick Calabrese, Purchasing Agent

EA NUMBER: 5195-14 REQUEST FOR EXECUTIVE ACTION RENEW I3145 PER RFQ-3145NC EA Title: Administrative Services Originating Department: Run Date: 02/06/2014 Page 1 of 1. Department: Office: Contact: Administrative Services Court House 436 Grant Street Pittsburgh PA 15219 Purchasing and Supplies Julia Valeriano Ext: 4482 Est Cost: Est Revenue: County Match: Future Impact: $0.00 $0.00 $0.00 Authorized by : John Deighan 02/04/2014 Division Manager Authorized by : Alan Caponi 02/04/2014 Director Date Submitted By Agency: 02/04/2014 Included In Budget: Cost Center: Job: Operating Date Approved: 02/06/2014 Object: Summary: Renew contract # i3145 with Medical Waste Recovery, Inc. per Specification Number RFQ-3145NC. Explanation: It is requested by John Deighan, Chief Purchasing Officer, Division of Purchasing and Supplies upon the recommendation of Thomas Jakiela, Medical Examiner s Office, that approval be granted to exercise the first of two one-year renewal options on Contract # i3145 with Medical Waste Recovery, Inc. per Specification Number RFQ-3145NC. The term for the renewed contract(s) shall be February 1, 2014 to January 31, 2015 All other terms and conditions of the original agreement shall remain unchanged and in full effect. The original period of contract was February 1, 2013 through January 31, 2014. Operating Budget Various Cost Centers Object Code 56203 Total amount: $25,000 Contract Contract Amount # No. Vendor Project # Start Date End Date Ag # Previous $ Change $ $ Fee 1 MEDICAL WASTE RECOVERY, INC. 02/01/2014 01/31/2015 0.00 0.00 0.00 NO Approved as Submitted Certified and Sealed : Electronically Approved. cc: Controller Law Department Approved Conditionally /s/ William Mckain 02/06/2014 Budget & Finance Denied County Manager Date

EA NUMBER: 5639-14 REQUEST FOR EXECUTIVE ACTION I3145 - NAME CHANGE OF SUPPLIER MWR EA Title: Administrative Services Originating Department: Run Date: 04/15/2014 Page 1 of 1. Department: Office: Contact: Administrative Services Court House 436 Grant Street Pittsburgh PA 15219 Purchasing and Supplies Julia Valeriano Ext: 4482 Est Cost: Est Revenue: County Match: Future Impact: $0.00 $0.00 $0.00 Authorized by : John Deighan 04/14/2014 Division Manager Authorized by : Alan Caponi 04/14/2014 Director Date Submitted By Agency: 04/14/2014 Included In Budget: Cost Center: Job: Date Approved: 04/15/2014 Object: Summary: Approval be granted to change the vendor name on contract # i3145 with Medical Waste Recovery, Inc. to Triumvirate Environmental, LLC under Specification Number RFQ-3145NC, Infectious Waste Removal and Disposal Service. Explanation: It is requested by John Deighan, Chief Purchasing Officer, upon the recommendation of Julia Valeriano, Purchasing Agent, that approval be granted to change the vendor name on contract # i3145 with Medical Waste Recovery, Inc. to Triumvirate Environmental, LLC, under Specification Number RFQ-3145NC, Infectious Waste Removal and Disposal Service. The change is necessary because Triumvirate Environmental, LLC bought out Medical Waste Recovery, Inc. as of March 5, 2014. All other terms and conditions of the original agreement are to remain the same. The original award was approved on December 11, 2012 via Letter Agreement. The one-year renewal option was exercised via Executive Action No. 5195-14 approved on February 6, 2014. Contract Contract Amount # No. Vendor Project # Start Date End Date Ag # Previous $ Change $ $ Fee 1 TRIUMVIRATE ENVIRONMENTAL LLC 02/01/2014 01/31/2015 0.00 0.00 0.00 NO Approved as Submitted Certified and Sealed : Electronically Approved. cc: Controller Law Department Approved Conditionally /s/ William Mckain 04/15/2014 Budget & Finance Denied County Manager Date