HomeMy WebLinkAboutVIII Evaluation Committee- Responses to RFP for Residential Yard and Bulky Waste ACE':UA I2-n2-q7
Item VTI1
"CC,N7fili OF GOOD I.II!NG-PRIDE OF WEST OR.1.1OE
S. SCOT I VANIIDRGRIFT
Ocoee
o` p CITY OFOCOEE C �NYHONERS
�� N. OWE
UANN
.1 150 N LAKESHORE DRIVE SCOTT ANDERSON
WW SCOFF A.GLASS
p OCOEE, FLORIDA 34761-2258
r}. ) (5 (407)656-2322 NANCY J.PARKER
�l 4� CITY MANAGER
F4�f G110�N` ELLIS SHAPIRO
MEMORANDUM
TO: The Honorable Mayor and Board of City Commissioners
FROM: Wanda B. Horton, Finance Directorcdf S
DATE. December 1, 1997
RE: Evaluation Committee- Responses to RFP for Residential Yard and Bulky Waste
A Request for Proposal (RFP) has been duly advertised for Residential Yard and Bulky Waste
collection for the City.
The Evaluation committee will consist of staff appointed by the City Manager and a City
Commissioner appointed by the City Commission. A mandatory pre-proposal conference for all
potential responders is scheduled for December 16, 1997 at 10:00 a.m.. Members of the
Evaluation committee are urged to attend. The deadline for proposal submittal is January 7, 1998
at 10:00 a.m.. Proposals will be opened shortly thereafter. A copy of the RFP is attached.
Action Requested
Staff respectfully requests that the City Commission select a representative to serve oil the
Evaluation Committee.
CITY OF OCOEE
RFP NO. 98-02
REQUEST FOR PROPOSALS (RFP) FOR:
RESIDENTIAL YARD AND BULKY WASTE
COLLECTION AND DISPOSAL
SUBMISSIONS ARE DUE AT THE ADDRESS SHOWN BELOW
NO LATER THAN WEDNESDAY,JANUARY 7, 1998
AT 10:00 AM, LOCAL TIME
CITY OF OCOEE
ATTN: CITY BUYER
150 N. LAKESHORE DRIVE
OCOEE, FLORIDA 34761-2258
PHONE: (407) 656-2322, EXT. 143
TABLE OF CONTENTS
I. OVERVIEW AND PROPOSAL PROCEDURES
II. PROPOSAL FORMAT
III. EVALUATION/SELECTION PROCESS; CRITERIA FOR
EVALUATION
IV. SCOPE OF CONTRACT SERVICES
V. GENERAL INSURANCE CONTRACT PROVISIONS
VI. INSURANCE TERMS AND CONDITOINS
VII. PERFORMANCE BOND CONDITIONS
VIII. PERFORMANCE BOND FORM
IX. PROPOSAL DOCUMENTS TO BE COMPLETED AND RETURNED
2
SECTION I - OVERVIEW AND PROPOSAL PROCEDURES:
A. INTRODUCTION/BACKGROUND
"[he City is seeking a contract for residential yard and bulky waste collection and
disposal within the corporate limits of the City of Ocoee. The City has, in the past.
performed these functions; however, due to escalating costs, to continue these
services, the City now feels it is necessary to solicit for contractual services to render
these services.
A mandatory pre-proposal conference will be held on Tuesday, December 16,
1997, at 10:00 A.M. in the Commission Chambers at Ocoee City Hall, 150 North
Lakeshore Drive, Ocoee, Florida. Questions concerning this Request for
Proposal will be answered at the pre-proposal conference. Questions must be in
written format on the forms included in this package and will be available at the
pre-proposal conference.
B. PROPOSAL SUBMISSION
A signed original and five copies of the complete proposal must be received by
Wednesday,January 7, 1998, by 10:00 AM, Local Time. The original and all copies
must be submitted to the City Buyer in a sealed envelope or container stating on the
outside the Proposer's name, address, telephone number, REP number and title, and
proposal due date and time.
The responsibility for submitting a response to this REP to the City Buyer on or
before the stated time and date will be solely and strictly that of the Proposer. The
City will in no way he responsible for delays caused by the U.S. Post Office or caused
by any other entity or by any occurrence. Proposals received after the proposal due
date and time will not be accepted and will not be considered and will be returned to
the Proposer unopened at the Proposer's expense.
C. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA
The contact person for this RFP is the City Buyer at (407) 656-2322, ext. 156.
Proposers are advised that from the date of release of this RFP until award of the
contract, no contact with City Personnel, including members of the City Commission,
related to this RFP is permitted except as authorized by the contact person. Any such
unauthorized contact may result in the disqualification of the Proposer's submittal.
Requests for additional information or clarifications must be made in writing to the
City Buyer. Requests by facsimile will be accepted at(407) 656-7835.
3
The City will issue responses to inquiries and any other corrections or amendments it
deems necessary in written addenda issued prior to the RFP due date. Proposers
should not rely on any representations, statements, or explanations other than those
made in this RFP or in any written addendum to this RFP. Proposers are required to
acknowledge the number of addenda received as part of their proposal. The Proposer
should verify with the City Buyer prior to submitting a proposal that all addenda
have been received.
D. PROPOSAL GUARANTY
All proposals must be accompanied by a proposal guaranty, payable to the City of
Ocoee, in the form of a cashier's check, or proposal bond in the amount of
$10,000.00. Failure by a Proposer to honor its proposal and, if selected, to enter into a
contract, execute all contract documents and submit all required insurance and
performance bond, within the time stated, shall cause the proposal guaranty submitted
with the proposal to be forfeited.
Any proposal which is not accompanied by the required proposal guaranty shall be
considered non-responsive and ineligible for award.
The proposal guaranty of the successful Proposer will be returned to it upon execution
of all required contract documents and City approval of any required insurance
certificates or bonds. Proposal guaranties submitted by other than the successful
Proposer will be returned to them after the successful Proposer has completed the
foregoing but in no event later than 75 days after the proposal due date.
E. MODIFICATION/WITHDRAWAL OF PROPOSAL
A Proposer may submit a modified proposal to replace any or all of a previously
submitted proposal until the proposal due date and time. Modifications received after
the proposal due date and time will not be accepted or considered.
Proposals shall he irrevocable until contract award and execution of all required
contract documents by the successful proposer unless the proposal is withdrawn in
writing prior to the proposal due date or upon expiration of seventy five (75) calendar
days after the proposal due date. Letters of withdrawal received after the proposal due
date will not be considered.
F. RFP POSTPONEMENT/CANCELLATION/REJECTION
The City reserves the right to waive any informalities or irregularities in Proposals, to
request clarification of information submitted in any Proposal, to request additional
information regarding Proposals, to further negotiate any Proposal. or to reject any or
all Proposals, and to readvertise for Proposals. The City also reserves the right to
extend the date and time period during which it will accept Proposals and to extend
4
the date or time scheduled for opening of Proposals. Award, if made, will be to the
responsible and qualified Proposer whose Proposal is responsive to this Invitation and
is in the best interest of the City based on the factors set forth in this Request and City
ordinances.
G. COST INCURRED BY PROPOSERS
All expenses involved with the preparation and submission of proposals to the City, or
any work performed in connection therewith, shall be borne by the Proposer(s) and
not be reimbursed by the City.
H. CLARIFICATIONS AND EXCEPTIONS
Clarifications or exceptions to the Request for Proposal shall be indicated on a
separate sheet labeled "Clarifications and Exceptions to Request for Proposal". If
you have clarifications and exceptions, indicate if you will enter into a contract as
prepared by the City if the City does not accept any changes requested.
I. SUNSHINE LAW
Proposers are hereby notified that all information submitted as part of a response to
this REP will be available for public inspection after opening of proposals, in
compliance with Chapter 286, Florida Statutes, known as the "Government in the
Sunshine Law."
J. NEGOTIATIONS
The City may award a contract on the basis of initial offers received, without
discussion, or may require proposers to give oral presentations based on their
proposals. The City reserves the right to enter into negotiations with the selected
Proposer and if the City and the selected Proposer cannot negotiate a successful
contract, the City may terminate said negotiations and begin negotiations with the
next selected Proposer. This process will continue until a contract has been executed
or all Proposals have been rejected. No Proposer shall have any rights in the subject
property or against the City arising from such negotiations.
K. RULES; REGULATIONS; LICENSING REQUIREMENTS
Proposers are expected to be familiar with and comply with all Federal. State. and
Local laws, ordinances, codes, and regulations that may in any way affect the services
offered, including the Americans with Disabilities Act, Title VII of the Civil Rights
Act, the EEOC Uniform Guidelines, and all other EEO regulations and guidelines.
Ignorance on the part of the Proposer will in no way relieve it from responsibility.
5
L. CONFLICT OF INTEREST
The award of this RFP is subject to provisions of State Statutes and City Ordinances.
All Proposers must disclose with their Proposal the name(s) of any officer, director, or
agent who is also an employee of the City of Ocoee. Further, all Proposers must
disclose the name of any City employee who owns, either directly or indirectly, an
interest of ten (10) percent or more in the Proposer or any of its affiliates.
M. PROPOSER'S RESPONSIBILITY
Before submitting proposal, each Proposer shall make all investigations and
examinations necessary to ascertain all conditions and requirements affecting the full
performance of the contract. No pleas of ignorance of such conditions and
requirements resulting from failure to make such investigations and examinations will
relieve the successful Proposer from any obligation to comply with every detail and
with all provisions and requirements of the contract documents, or will be accepted as
a basis for any claim whatsoever for any monetary consideration on the part of the
Proposer. Proposals which have erasures or corrections must be initialed in ink by the
Proposer.
N. RELATION OF CITY
It is the intent of the parties hereto that the successful Proposer shall be legally
considered to be an independent contractor and that neither the Proposer nor the
Proposer's employees and agents shall, under any circumstances, be considered
employees or agents of the City.
O. TIME COMPUTATION
Whenever any act is required to be done by a date that falls on a Saturday, Sunday, or
holiday, the deadline will be automatically extended to the next business day. The
holidays referred to in this section are: Thanksgiving Day, Christmas Day, Day after
Christmas,New Year's Day, and Martin Luther King, Jr. Day.
SECTION II -PROPOSAL FORMAT
Proposals must contain the below enumerated documents, each fully completed and
signed as required. Proposals which do not include all required documentation or are
not submitted in the required format, or which do not have the appropriate signatures
on each documents, may be deemed to be non-responsive. Non-responsive proposals
will receive no further consideration.
6 •
A. CONTENTS OF PROPOSAL
1. Table of Contents - Outline in sequential order the major areas of the proposal,
including enclosures. All pages must be consecutively numbered and correspond to
the table of contents.
2. Technical Proposal - Provide a narrative which addresses the scope of work, the
proposed approach to the work, the schedule of work, and any other information
called for by the RFP.
3. Price Proposal - State Proposer's total offering price, including the cost for providing
each component of the required services. The prescribed format for the price proposal
is appended and shall be used.
4. Qualifications - The minimum qualification requirements for this REP are described
below. Proposers must provide documentation which demonstrates their ability to
satisfy all of the minimum qualification requirements. Proposals which do not contain
such documentation may be deemed non-responsive.
5. Acknowledgment of Addenda and Proposer Information Forms
6. Any other document required by this REP such as the Questionnaire or Proposal
Guaranty.
B. MINIMUM REQUIREMENTS
Proposers must have a minimum of three years of prior experience in providing
similar services to a municipality of similar size in terms of number and type of
accounts. Taking special note of the criteria for evaluation set forth below, Proposers
shall include a statement of the number of years of their prior experience, their
financial stability, their references on contracts of similar size and scope, their level of
technical knowledge, educational degrees, and certifications obtained; the number and
description of the equipment they will use to perform their obligations under the
Contract, the age and condition of that equipment, the personnel and procedures they
will use to perform their obligations under the Contract, and any other factor relevant
to the evaluation of their proposal.
7
SECTION III- EVALUATION/SELECTION PROCESS: CRITERIA FOR
EVALUATION
The procedure for proposal evaluation and selection is as follows:
1. Request for Proposals issued
2. Receipt of Proposals
3. Opening and listing of all proposals received
4. An Evaluation Committee appointed by the City Manager and a City Commissioner
selected by the City Commission shall evaluate each Proposal in accordance with the
requirements of this REP. If further information is desired, proposers may be
requested to make additional written submissions. oral presentations and/or site
evaluations before the Evaluation Committee makes its recommendation to the
Commission.
5. 'Ihe City reserves the right, following receipt of the proposals, to request that any
Proposer submit a current Financial Statement.
6. The Evaluation Committee shall recommend to the Commission the proposal(s)
acceptance of which the Evaluation Committee believes to be in the best interest of
the City. The Evaluation Committee shall base its recommendations on the
following factors, weighted as follows:
a) Cost to the City: 0-40 points
b) Ability to provide high-quality service to the City's residents, as evidenced by type
and amount of equipment, personnel, and procedures: 0-30 points
c) Prior experience in the industry and prior service to City or to other groups of
residents in a high-quality manner: 0-15 points
d) Financial condition and stability of the Proposer and financial outlook for the
Proposer for the term of the contract: 0-15 points
The Evaluation Committee will use the Evaluation Form attached to this REP.
7. the City Commission shall consider the Evaluation Committee's recommendation
and if appropriate, approve the recommendation. The City Commission may reject
the Evaluation Committee's recommendation and select another proposal. In any
case, City Commission shall select the proposal acceptance of which the City
Commission deems to be in the best interest of the City. The City Commission may
also reject all proposals.
8
8. The City will then negotiate with the selected proposer to finalize a contract. If the
City Commission has so directed, the City may proceed to negotiate a contract with a
Proposer other than the top-ranked Proposer if the negotiations with the top-ranked
Proposer fails to produce a mutually acceptable contract within a reasonable period of
time.
9. A proposed contract is presented to the City Commission for approval. modification
and approval, or rejection.
IMPORTANT NOTE: By submitting a Proposal, all Proposers shall be deemed
to understand and agree that no property interest or legal right of any kind shall
he created at any point during the aforesaid evaluation/selection process until
and unless a contract has been agreed to and signed by both parties.
SECTION IV - SCOPE OF CONTRACT SERVICES
GENERAL INFORMATION
I. LIAISON BETWEEN CITY AND CONTRACTOR
All dealings, agreements, notices. and payments between the Contractor and the City
shall he directed by the Contractor to the Public Works Director or the City Manager's
designee.
2. COMMENCEMENT OF WORK
The work outlined in these specifications shall commence immediately upon receipt
of a Notice to Proceed.
3. TERM
3.1. The term of the Contract shall be for the period beginning thirty (30) days from date
of award unless contractor elects an earlier date and ending one year from this date,
subject to the option to extend as set forth below.
3.2. The city shall have the option, at its sole discretion, to renew this Contract for one
additional two-year term by giving written notice of renewal at least sixty (60) days
prior to the end of the initial term.
4. DEFINITION OF TERMS
The following terms shall have the following meanings:
9
4.I.Authorized Representative: The employee or employees designated by the City
Manager to represent the City in the administration and supervision of this Contract.
4.2.Proposer: Any person, firm, corporation, organization, or entity submitting a
proposal for the work performed.
4.3.City: City of Ocoee, Florida, and its authorized representatives.
4.4.Contract or Agreement: The contract executed by the City and the Contractor for
the performance of the work. The Contract shall contain substantially the terms
provided herein.
4.5.Contractor or Vendor: The person, firm, corporation, or entity with whom the City
has executed a contract for performance of the work and its duly authorized
representative.
4.6.Disposal Costs: The "tipping fees" charged to the Contractor for disposal of the yard
and bulky waste collected by the Contractor.
4.7.Garden and Yard Waste: Any and all accumulations of grass, palm fronds, leaves,
branches, shrubs, vines, trees, tree stumps, and other similar items generated by the
maintenance of lawns, shrubs, gardens. and trees. Waste generated by tree surgeons
or contract landscapers or lawn maintenance services is not Yard Waste.
4.8.Household Furniture: All movable compressible articles or apparatus, such as
chairs, tables, sofas, mattresses, etc., for equipping a house.
4.9.Landfill: Any solid waste land disposal area for which a permit, other than a general
permit, is required by S.403.707, Florida Statutes, that receives solid waste for
disposal in or upon land other than a land-spreading site, injection well, or a surface
impoundment.
4.10.Mechanical Container: Any detachable metal container designed or intended to be
mechanically dumped into a loader/packer type of garbage truck used by the
Contractor.
4.11.Multiple Dwelling Units: Any building containing two (2) but not more than four
(4) permanent living units, not including motels and hotels. Buildings containing over
four (4) living units are classified as commercial accounts unless service of a different
nature is approved by the City Manager.
4.12.Performance Bond: The form of security approved by the City and furnished by
the Contractor as required by the Contract as a guarantee that the Contractor will
execute the work in accordance with the terms of the Contract and will pay all lawful
claims.
I0
4.13.Residence: (Single Family) A detached building designed for or occupied
exclusively by one family.
4.14.Waste Regulations: Regulations prescribed by the City together with such
administrative rules, regulations, and procedures as may be established for the purpose
of carrying out or making effective the provisions of the Contract.
4.15.Remodeling and home Repairs Waste: Materials accumulated by the homeowner
or tenant during the course of a self-performed improvement project, prepared in
lengths not to exceed five(5) feet or forty (40) pounds in weight.
4.16.Residential Service: the waste collection service provided to persons occupying
residential dwelling units who are not receiving commercial service.
4.17.Solid Waste Disposal Facility: Any solid waste management facility which is the
final resting place for solid waste, including landfills and incineration facilities that
produce ash from the process of incinerating municipal solid waste.
4.18.Special Waste: Solid wastes that can require special handling and management
including, but not limited to, asbestos, whole tires. used tires, used oil, lead-acid
batteries. and biological wastes.
4.19.Specifications: Directions, provisions, and requirements contained in the Request
for Proposals, together with any written contract made or to be made setting out or
relating to the methods and manner for the work to be carried out.
4.20.White Goods: Inoperative and discarded refrigerators, ranges, water heaters,
freezers. small air conditioning units, and other similar domestic and commercial large
appliances.
4.21.Yard Waste - Regular: Vegetative matter resulting from yard and landscaping
maintenance, including materials such as tree and shrub trimmings, grass clippings,
palm fronds. or small tree branches. Such waste shall typically be bundled or placed
in containers which are susceptible to normal loading and collection as other
residential solid waste.
4.22.Yard Waste - Bulk: Large cuttings or vegetative and wood matter which are part of
normal yard maintenance which cannot be cut for placement in a container, bag, or
bundle due to the material exceeding the weight and size restrictions for regular yard
waste. Bulk yard waste shall be of a type as to be readily handled by the mechanical
equipment of the Contractor. Bulk yard waste does not include any form or matter or
debris resulting from tree removal, land clearing, land development, building
demolition or home improvement. This must be scheduled by the Contractor twice
per year.
4.23.Special Pick Ujs: The collection of discarded white goods and other non yard
waste items. Charges are determined by the quantity picked up i.e.-appliances $10.00,
box springs and mattress set$15.00
SERVICES TO BE PERFORMED BY CONTRACTOR
5. DESCRIPTION OF WORK
5.1. the Contractor shall collect all yard waste from all single-family homes and multi-
family units under common ownership within the corporate limits of the City. The
city currently services approximately 6,700 accounts. Approximately 45 new
residential customers are added monthly. Currently, no solid waste services are
provided on July 4th, Labor Day, Thanksgiving Day or Christmas Day.
5.2.Frequency of Collection: The Contractor shall collect yard waste from residences
within the City at least one (1) time per week on the scheduled pick-up day of each
week. The City will be responsible for establishing program and public
information. Special pick-ups are collected weekly after receiving notification from
the City.
5.3.Hours of Collection: Collection shall begin no earlier than 7:00 AM and shall cease
no later than one half hour after sundown, provided that in the event of an emergency
or unforeseen circumstances, collection may be permitted at a time not allowed by this
paragraph. following approval by the City Manager.
5.4.Point of Pick-up of Yard Waste: Collection of yard waste shall be at curbside.
5.5.Preparation of Yard Waste for Collection: The Contractor shall pick up all yard
waste generated from residential units which has been properly prepared and stored
for collection as follows:
Yard Waste - Regular placed adjacent to the pavement or traveled way of the street in
containers or bundles shall be collected at least one day per week. Palm fronds and
bulky tree debris from trees on the swales shall he picked up as is.
Non-containerized Yard Waste and Yard Waste-Bulk will be collected by the
Contractor on a scheduled basis at no additional charge. Such service shall be
provided twice per year. In the event of a dispute between the Contractor and a
customer as to what constitutes bulky yard waste, the situation will be reviewed and
decided by the City Public Works Director, whose decision shalt be final.
12
5.6.Method of Collection of Yard Waste: The Contractor shall make collections with a
minimum of noise and disturbance to the householder. Any yard waste spilled by the
Contractor shall be picked up immediately by the Contractor. Garbage receptacles
shall be handled carefully by the Contractor and shall not he bent or otherwise abused.
Containers shall he thoroughly emptied and then left at the proper point of collection.
Plastic cans shall be inverted with covers placed topside up on the ground next to the
container. Any type receptacle found in a rack, cart, or enclosure of any kind shall be
turned upright to such rack, cart, or enclosure with lids placed securely and properly
on the top of said receptacles.
QUALITY OF SERVICE
6. CONTRACTOR'S PERSONNEL AND EQUIPMENT
6.l.Contractor's Officer(s): The Contractor shall assign a qualified person or persons to
be in charge of the operations within the City. The Contractor shall give the name(s)
of the person(s) to the City. Information regarding the person's experience and
qualifications shall also be furnished. Supervisory personnel must be available for
consultation with City staff within a reasonable and practicable time after notification
of a request for such consultation. The supervisor (s) shall operate a vehicle which
provides mobile communication for immediate contact with City Staff.
6.2.Conduct of Employees: The Contractor shall see to it that their employees serve the
public in a courteous, helpful, and impartial manner. Contractors collection
employees will be required to follow the regular walk for pedestrians while on private
property. No trespassing by employees will be permitted, nor crossing property of
neighboring premises unless residents or owners of both such properties shall have
given permission. Care shall be taken to prevent damage to property including cans,
carts, racks, trees, shrubs, flowers, and other plants.
6.3.Employee Uniform Regulations: The Contractor's collection employees shall wear
a uniform or shirt bearing the company's name. Lettering stitched on or identifying
patches permanently attached to uniform shirts and jackets will be acceptable. The
Contractor shall keep a record of employees' names and numbers assigned.
6.4.Compliance with State, Federal, and Municipal Law: The Contractor shall
comply with all applicable City, State, and Federal laws now or hereafter in effect
relating to wages, hours, and all other applicable laws relating to the employment or
protection of employees.
6.5.Fair Labor Standards Act: -fbe Contractor is required and hereby agrees by
execution of this Contract to pay all employees not less than the Federal minimum
wage and to abide by other applicable requirements as established by the Congress of
the United States in the Fair Labor Standards Act, as amended from time to time.
13
6.6.Each vehicle operator shall, at all times, carry a valid driver's license for the type of
vehicle that is being driven.
6.7.The Contractor shall provide operating and safety training for all personnel.
6.8.No person shall be denied employment by the Contractor for reasons of race, sex,
national origin, sexual orientation, creed, age, physical handicap, or religion.
6.9. Equipment: The Contractor shall have on hand at all times and in good working
order such equipment as shall permit the Contractor to adequately and efficiently
perform its contractual duties. Equipment shall be obtained from nationally known
and recognized manufacturers of garbage collection and disposal equipment.
Collection vehicles shall be of the enclosed loader packer type or other vehicle
designed to allow for efficient collection of yard waste. The equipment shall be kept
in good repair, appearance, and in a sanitary and clean condition at all times. Vehicles
used shall be marked with the name of the Contractor, business telephone number
and the number of the vehicle in letters not less than Jive (5) inches high on each side
of the vehicle. All replacement and additional vehicles shall be new equipment unless
otherwise agreed by the City. The Contractor shall have available reserve equipment
which can be put into service within two (2) hours of any breakdown. Such reserve
equipment shall correspond in size and capacity to the equipment used by the
Contractor to perform the contractual duties. A list of the Contractor's equipment
shall he given to the City at the time of each annual audit or upon reasonable request.
7. CONTRACTOR'S OFFICE
7.1.The Contractor shall provide. at its expense, a suitable office located within or in
close proximity to Orange County, open between 8:00 AM to 5:00 PM, Monday
through Friday, with a local telephone number available for the City of Ocoee where
complaints shall be received, logged, and handled during normal working hours of
each week and shall provide for prompt handling of emergency complaints and all
other special or emergency complaints or calls that are referred by the City. The
Contractor shall provide an after hours emergency telephone number.
CHARGES, RATES, AND LEVEL OF SERVICE
8. PAYMENT AND BILLING
8.1 Notification to Customers: The City shall be responsible for billing and direct
contact with the citizens.
8.2. Compensation: The City shall pay the Contractor for the performance of this
contract the sums due based on the unit prices as listed on the Rate Proposal Form
multiplied by the number of units as determined by the City on a month to month
basis in accordance with Section 8.3 below except for special pick ups, which will he
14
a pass through. subject to any conditions or deductions as provided under the executed
contract. Contractor's Unit Price Schedule for collections shall include disposal costs.
Contractor shall submit an invoice by the 1011 of each month for services rendered
during the preceding month which should include monthly tonnage identified by
category or type. Upon approval of invoice, payment will be made to the Contractor
within thirty days of receipt.
8.3. Billing Procedures: On the first day of each month, the Contract payment(s) for
Collection shall be adjusted to correspond with the occupancy of existing or new
buildings and the demolition of old buildings. The adjustment made on the first day
of each month shall be for buildings either occupied or demolished during the second
month preceding the adjustment; for example, any change which is made on June F'
of any year will be for buildings occupied or demolished in April of the subject year.
Any existing unit shall be considered unoccupied whenever the City has temporarily
terminated water service, at the customer's request only. Any new unit shall be
considered to be occupied when a certificate of occupancy has been issued and water
service has been provided to the unit's occupant(s). Proof of demolition shall be
demolition permits issued by the Building Department (Protective Inspections). The
Contract adjustments will be based on unit costs included in the Contractor's original
bid. The City will notify the Contractor of any existing unit that is considered
unoccupied and of any new unit that is considered to he occupied.
8.4.Adjustments in Disposal Cost: The parties acknowledge that the contract price is
based on the current Tipping Fee schedule of Orange County Landfill at time of
award; however, it is recognized that, from time to time, the actual cost charged to the
Contractor by a disposal agency for disposal of waste at the disposal site may change.
In the event of a change in the tipping fee at the Orange County Landfill, the
Contractor may request, and the City upon submission of sufficient proof of such
change and an adverse financial impact on the Contractor's operations under this
contract, shall grant such increase in contract price for the disposal cost as will
compensate for the actual change of disposal cost to the Contractor. Decreases in
disposal cost shall be cause for a like decrease in contract price.
CONTRACT PERFORMANCE/PENALTIES/DEFAULT
9. CONTRACT PERFORMANCE
9.l.lhe Contractor's performance of this Contract shall he supervised by the Public
Works Director or designee. If at any time during the life of the Contract,
performance is considered unsatisfactory to the Public Works Director or designee,
the Contractor shall increase the work force, tools, and equipment as needed to
properly perform this Contract. The failure of the Public Works Director or his
designee to give such notification shall not relieve the Contractor of his obligation to
perform the work at the time and in the manner specified by this Contract.
15
92.The Contractor shall furnish the Public Works Director with every reasonable
opportunity for ascertaining whether or not the work, as performed, is in accordance
with the requirements of the Contract.
9.3.The Public Works Director may appoint qualified persons to inspect the Contractor's
operation and equipment at any reasonable time and the Contractor shall admit
authorized representatives of the City to make such inspections at any reasonable time
and place.
9.4.1he failure of the City at any time to require performance by the Contractor of any
provision thereof shall in no way affect the right of the City thereafter to enforce
same; nor shall waiver by the City of any breach of provisions hereof be taken or held
to be a waiver of any succeeding breach of such provision or as a waiver of any
provision itself.
10. COOPERATION/COORDINATION
10.1.The City and its authorized representatives shall be permitted free access for the
inspection of all work, equipment, and facilities of Contractor.
IO2.'fhe Contractor shall cooperate with authorized representatives of the City in every
reasonable way in order to facilitate the progress of the work contemplated under this
Contract. The Contractor shall have at all times a competent and reliable English-
speaking (anglophone) representative on duty authorized to receive orders and to act
in the case of the Contractor's absence.
11. COMPLAINTS AND COMPLAINT RESOLUTION
11.1.Complaints: All citizen complaints shall be directed or referred to the City who
will contact the Contractor for resolution of the situation. The Contractor shall
prepare, in accordance with the format approved by the City. and maintain a register
of all complaints forwarded by the City and indicate the disposition of each complaint.
Such record shall be available for City inspection at all times during business hours.
The form shall indicate the day and time the complaint was received and the day and
time it was resolved. All complaints shall be resolved within a 24 hour period,
except when a complaint is received after 12:00 noon on the day preceding a holiday
or on a Saturday, in which cases the complaint shall be resolved no later than the next
working day. A monthly listing of all the complaints filed and their disposition shall
be provided to the Public Works Director on a monthly basis. Legitimacy of
challenged complaints shall be determined on the basis of a joint inspection by the
Public Works Director and representative of the Contractor. Disputes that cannot be
16
resolved with the Public Works Director shall be referred to the City Manager whose
decision shall be final.
11.2. Disputes about Collection of Certain Items: It is recognized that disputes may
arise between the City and Contractor with regard to the collection of certain items
due to disputes over the specific language of the Contract. The Public Works Director
may from time to time notify the Contractor by telephone to remove all such waste.
Should the Contractor fail to remove the waste within twenty-four (24) hours from the
time of notification. The City may do so, and all costs incurred by the City shall be
deducted from compensation due the Contractor. If it is determined that disputed
waste did not conform to contract specifications, the Contractor shall he entitled to
reimbursement of the deduction.
12. SUBCONTRACTORS
Subcontractors will not be permitted under the terms of this Contract.
SECTION V- GENERAL INSURANCE CONTRACT PROVISIONS
A. ASSIGNMENT
The contract and the rights and privileges thereunder shall not be assigned or
otherwise transferred by Contractor except with the express written approval of the
City. The city reserves the right in its sole and absolute discretion to approve or
disapprove any such requested assignment or transfer of the contract. the City may
require that any proposed assignee submit similar documentation to that provided by
the Contractor at the time of award of the contract. No assignment or transfer shall be
effective until the assignee or transferee has executed with the City a Contract of
Acceptance, subject to approval by the city. evidencing that the assignee or transferee
accepts the assignment or transfer subject to all of the terms, conditions and
limitations imposed herein. Any such assignment or transfer shall be in form and
content subject to the approval of the City.
B. INDEMNIFICATION
The Contractor shall indemnify, defend and hold completely harmless the City, its
elected representatives, officers, employees and agents of each, from and against any
and all liabilities, losses, suits, claims, demands_judgments, fines, damages, costs and
expenses (including all costs for investigation and defense thereof, including. but not
limited to court costs, expert fees and reasonable attorneys fees and paralegal fees and
attorneys and paralegal fees on appeal) which may be incurred by, charged to or
recovered from any of the foregoing (i) by reason or on account of damage to or
destruction of any property of the City, or any property of, injury to or death of any
17
person resulting from or arising out of the performance under this Contract, or the acts
or omissions of Contractor officers. agents, employees, licensees or invitees,
regardless of where the damage, destruction, injury or death occurred, unless such
liability, loss, suit, claim, demand, judgment, fine, damage, cost or expense was
proximately caused solely by City's negligence or by the joint negligence of City and
any person other than Contractor or Contractor's officers, agents, employees.
licensees or invitees, or (ii) arising out of the failure of Contractor to keep, observe or
perform any of the covenants or agreements herein to be kept. observed or performed
by Contractor. City agrees to give Contractor reasonable notice of any suit or claim
for which indemnification will be sought hereunder, to allow Contractor or its insurer
to compromise and defend the same to the extent of its interests and to reasonably
cooperate with the defense of any such suit or claim. The provisions of this Section
shall survive the expiration or earlier termination of the term of this Contract with
respect to any acts or omissions occurring during the term of this.Contract.
C. TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the Contractor, the Contractor
shall fail to fulfill in a timely manner, or otherwise violate any of the covenants,
agreements, or stipulations material to the Contract, the City shall thereupon have the
right to terminate the services then remaining to be performed by giving written notice
to the Contractor of such termination which shall become effective upon receipt by the
Contractor of the written termination notice.
In that event, the City shall compensate the Contractor in accordance with the
Contract for all services performed by the Proposer prior to termination, net of any
costs incurred by the City as a consequence of the default.
Notwithstanding the above, the Contractor shall not be relieved of liability to the City
for damages sustained by the City by virtue of any breach of the Contract by the
Proposer, and the City may reasonably withhold payments to the Contractor for the
purposes of set-off until such time as the exact amount of damages due the City from
the Contractor is determined.
SECTION VI-INSURANCE TERMS AND CONDITIONS
A. The Contractor shall be responsible for its work and every part thereof, and for all
materials, tools, appliances and property of every description, used in connection with
the performance of the contract. "fhe Contractor shall specifically and distinctly
assume, and does so assume, all risks of damage or injury to property or persons used
or employed on or in connection with the work and of all damage or injury to any
person or property wherever located, resulting from any action or operation under the
contract or in connection with the work. It is understood and agreed that at all times
the Contractor is acting as an independent contractor.
I8
B. The Contractor, at all times during the full duration of this Contract, including extra
work in connection with this Contract, shall meet the following requirements:
L Maintain Worker's Compensation and Employer's Liability Insurance to meet the
statutory requirements of the State of Florida.
2. Maintain Commercial General Liability Insurance in amounts prescribed by the
City (see checklist for limits) to protect the Contractor in the interest of the City
against all risks of injury to persons (including death) or damage to property wherever
located resulting from any action or operation under the Contract or in connection
with the work. This policy is to provide coverage for premises/operations,
independent contractor, broad form property damage, products completed operations
and contractual liability.
3. Maintain Automobile Liability Insurance including Property Damage covering all
owned, non-owned or hired automobiles and equipment used in connection with the
work.
4. Maintain any additional coverage required by the City as indicated on the
Insurance Check List.
5. Name the City of Ocoee as an additional insured on all liability policies required
by the Contract. When naming the City of Ocoee as an additional insured, the
insurance companies shall agree and will endorse the policies to state that the City
will not be liable for the payment of any premiums or assessments.
6. No change or cancellation in insurance shall be made without thirty (30) days
written notice to the City.
7. All insurance policies shall be issued by companies authorized to do business
under the laws of the State of Florida, and those companies must have a rating of at
least B+:VI or better per Best's Key Rating Guide, latest edition.
8. Original signed Certificates of Insurance, evidencing such coverage and
endorsements as required herein, shall he filed with and approved by the City before
work is started. The certificate must state Proposal Number and Title. Upon
expiration of the required insurance, the contractor must submit updated certificates of
insurance during the tenure of this Contract.
9. It is understood and agreed that all policies of insurance provided by the
Contractor are primary coverage to any insurance or self-insurance the City possesses
that may apply to a loss resulting from the work performed in the Contract.
19
C. The liability insurance coverage shall extend to and include the billowing contractual
indemnity and hold harmless contract:
"The contractor hereby agrees to indemnify and hold harmless the City of Ocoee , its
officers, agents. and employees from all claims for bodily injuries to the public in and
up to the amount of $1,000,000 for each occurrence and for all damages to the
property of others in and up to the amount of$1,000,000 for each occurrence per the
insurance requirement under the specifications including costs of investigation. all
expenses of litigation, including reasonable attorney lees and the cost of appeals
arising out of any such claims or suits arising out of any and all acts or omissions by
the Contractor, its agents, servants, or employees, or through the mere existence of the
project under contract."
The foregoing indemnity contract shall apply to any and all claims and suits other than
claims and suits arising out of the sole and exclusive negligence of the City, its
officers, agents, and employees, as determined by a court of competent jurisdiction.
1. The Contractor will notify its insurance agent without delay of the existence of the
Hold Harmless Contract contained within the Contract, and furnish a copy of the Hold
Harmless Contract to the insurance agent and carrier.
2. The Contractor will obtain and maintain contractual liability insurance in adequate
limits for the sole purpose of protecting the City under the I bold I lannless Contract
from any and all claims arising out of contractual operations.
D. All policies issued to cover the insurance requirements herein shall provide full
coverage from the first dollar of exposure and shall he made available to the City upon
request to the Contractor. No deductibles will he allowed in any policies issued on the
Contract unless specific safeguards have been established to assure an adequate fund
for payment of deductibles by the insured and approved by the City.
F. Compliance by the Contractor with the foregoing requirements as to carrying
insurance and furnishing copies of the insurance policies shall not relieve the
Contractor of its liabilities and obligations under any Section or provision of the
Contract.
F. Insurance coverage required shall be in force throughout the contract term. Should the
contractor fail to provide acceptable evidence of current insurance within seven days
of receipt of written notice at any time during the Contract term. the City shall have
the right to consider the Contract breached and declare a default by the Contractor.
G. If the Contractor does not meet the insurance requirements of the specifications,
alternate insurance coverage, satisfactory to the City,may he considered.
20
SECTION VII-PERFORMANCE BOND CONDITIONS
A. "the Contractor shall furnish a Performance Bond in the form attached to these
specifications as security for the performance of this Contract with the City. Said
performance bond will be fifty percent (50%) of the Contract amount as calculated at
award and adjusted yearly on the anniversary date of the Contract, if it is extended, to
remain in force for the duration of this Contract. Premium for the bond described
above shall be paid by the Contractor. This bond shall be written by a surety company
licensed to do business in the State of Florida.
B. The Surety shall be a company or companies satisfactory to the City. Any surety shall
be required to have a resident agent in the State of Florida and shall be duly licensed
to conduct business therein. The requirements of Florida resident agent may be
waived by the city if evidence satisfactory to the City is provided that applicable
requirements have been met to permit service of process on a State official under State
law.
21
SECTION VIII- PERFORMANCE BOND FORM
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS that
as
Principal, hereinafter called Contractor and
as
Surety, hereinafter caused Surety. are held and firmly bound unto the City of Ocoee,
Florida, as Obligee, in the amount of
_ ($_ ) for the
payment whereof Contractor and Surety hind themselves. their heirs, executors.
administrators, successors and assigns,jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written contract dated
entered into a contract with the City of Ocoee for:
RFP NO. 98-02, RESIDENTIAL YARD WASTE AND BULKY WASTE
COLLECTION AND DISPOSAL, in accordance with the terms and conditions of
said contract, which is hereby referred to and made a part hereof as if fully set forth
herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the above bounded principal shall well and truly keep, do and perform each and
every, all and singular, the matters and things in said contract set forth and specified to
be by said Principal kept, done and performed, at the times and in the manner in said
contract specified, or shall pay over, make good and reimburse to the above named
Obligee, all loss and damage which said Obligee may sustain by reason of failure or
default on the part of said Principal so to do, then this obligation shall be null and
void; otherwise shall remain in full force and effect, subject, however, to the
following conditions:
Any suit under this bond must be instituted before the expiration of two (2) years from
the date on which final payment under the Contract falls due.
29
No right of action shall accrue on this bond to or for the use of any person or
corporation other than the Obligee named herein or the heirs, executors.
administrators or successors of the Obligee.
In WITNESS WHEREOF, the above named parties have caused this Bond to be
executed by their appropriate officials of the day of
1997.
Witness: PRINCIPAL
(If sole Proprietor or partnership)
(Firm Name)
By
Title: (Sole Proprietor or partner)
PRINCIPAL (If Corporation)
(Corporate Name)
By
(President)
Attest:
(Secretary)
COUNTERSIGNED BY (CORPORATE SEAL)
RESIDENT FLORIDA
AGENT OF SURETY: SURETY:
(Copy of Agent's current
License as issued by State of By:
Florida Insurance Commissioner
shall be attached hereto)
23
CERTIFICATE AS TO CORPORATE PRINCIPAL
1. . certify that 1 am the Secretary of the Corporation named
as Principal in the foregoing bond; that who signed the
said bond on behalf of the Principal, was then of said
Corporation; that I know his/her signature, and said signature hereto is genuine: and
that said bond was duly signed, sealed, and attested for and in behalf of said
Corporation by authority of its governing body.
Corporate
Secretary Seal
ACKNOWLEDGMENT OF ATTORNEY-IN-FACT SURETY
(STATE OF FLORIDA)
COUNTY OF
Before me, a Notary Public, duly commissioned, qualified and acting,
personally appeared who says that (s)he is the Attorney-in-Fact for the
(Surety) and that (s)he has been authorized by the Surety to execute the foregoing
bond on behalf of the Surety named therein in favor of the City of Ocoee, Florida.
Said person is personally known to me, or has produced (specify type of
identification,i.e., driver's license and number. state of issue,
etc.) and did take an oath.
or did take an oath attesting to the truth and correctness of the statements made.
WI TNF:SS my hand and official seal, at the County and State aforesaid, on the day
and year aforesaid.
(Attach Power of Attorney)
Notary Public
State of Florida-at-Large
My commission Expires: _
24
SECTION IX- PROPOSAL DOCUMENTS TO BE COMPLETED AND
RETURNED TO CITY
25
PROPOSER INFORMATION
RFP NO. 98-02
Submitted by:
Proposer
(Entity):
Signature:
Name(Typed):
Address:
City/State:
Telephone:
Fax:
It is understood and agreed by Proposer that the City reserves the right to reject any
and all proposals, to make awards on all items or ally items according to the best
interest of the City, and to waive any irregularities in the RFP or in the proposals
received as a result of the RFP. It is also understood and agreed by the Proposer that
by submitting a proposal, Proposer shall be deemed to understand and agree than no
property interest or legal right of any kind shall be created at any point during the
aforesaid evaluation/selection process until and unless a contract has been agreed to
and signed by both parties.
(Authorized Signature) (Date)
(Printed Name)
(Tille)
?6
REQUEST FOR PROPOSAL NO - 98-02
ACKNOWLEDGMENT OF ADDENDA
Directions: Complete Part I or Part II, whichever applies.
Part I: Listed below are the dates of issue for each Addendum received in connection
with this RFP:
Addendum No. 1, Dated
Addendum No. 2, Dated
Addendum No. 3 , Dated
Addendum No. 4, Dated
Addendum No. 5, Dated
Part It: No addendum was received in connection with this RFP.
Verified with Purchasing staff
Name of staff Date
(Proposer- Name) Date
(Signature)
27
DECLARATION
TO: City of Ocoee, Florida,
Submitted this day of . 1997.
The undersigned, as Proposer. declares that the only persons interested in this proposal are
named herein; that no other person has any interest in this proposal or in the Contract to
which this proposal pertains;that this proposal is made without connection or arrangement
with any other person; and that this proposal is in every respect fair and made in good
faith, without collusion or fraud.
The Proposer agrees if this proposal is accepted. to execute an appropriate City of Ocoee
document for the purpose of establishing a formal contractual relationship between the
Proposer and the City of Ocoee, Florida, for the performance of all requirements to which
the proposal pertains.
This proposal is accompanied by a Proposal Guaranty in the form of a Cashier's Check or
Proposal Bond in the amount of $10.000.00. The City of Ocoee reserves the right to reject
any and all security tendered to the City. Proposal Guaranty will he refunded when the
City of Ocoee and the accepted Proposer have executed all required contract documents
and the city has approved any required insurance certificates and bonds, but in no event
later than 75 days after the proposal due date.
(If Proposer is an individual sign
on this line.
(SEAL)
(If Proposer is a partnership, lilt
in name of the partnership.
Followed by the signature of the
general partner signing) PRovosra's NAME MINIM oR-Ivvnu
(SEAL)
(A PAR'ILNI'RSI III)
By: (SEAL)
GLNLI:LL PAR'MACS SIONAI URL
(IIiNLRAI,PAR 6fICS NAME PRINTIIU 01(TYPED
J$
Name and business address of all principals and partners if a partnership (if a limited
partnership, list information for general partner only):
(If Proposer is a corporation, Lill
in the name of the corporation,
followed by the signature of the
authorized officer or agent signing,
followed by his title. (NASA:of CORPORA FION)
By:
(SIGNA LUKE OF AU I I lokILED OFF IF
its
(TOM
IOPFICFI S NAME IRON FED OR TAPED
(AFFIX CORPORATE SEAL)
The Proposer is a corporation organized under the laws of the State of
and authorized by law- to make this Proposal and perform all work
and furnish materials and equipment required under the Contract Documents. If
Proposer is a foreign corporation. the corporation is (or is
not,) registered with the Secretary of State of the State of Florida (Attach copy of
registration).
State the full names and business addresses of each officer, director and holder of 10%
or more of the corporation's outstanding stock. Please include the corporate office or
title of all individuals listed.
29
QUF1STIONAIRF
1. Describe relevant experience and qualifications in waste management and
collection of residential yard and bulky waste, including number of years of
relevant experience in operating similar business:
2. Give the names and locations of places at which proposer has operated similar
businesses, together with dates of operation:
Types of Operation Name Location Dates
(a)
(h)
(c)
(d)
(e)
3. State in approximate terms the largest gross receipts Proposer has realized from
the operation of the businesses mentioned in Item #2 in any one place in one(I)
year.
$ Year : Location
4. Have any similar contracts held by Proposer for work similar to the proposed
work ever been canceled or terminated prior to the expiration of the contract term?
Yes () No ()
/J yes, give details on a separate sheet.
5. List those City of Ocoee agencies if any. with which the Proposer has had contracts
or agreements during the past three (3) years.
(a)
(b)
(c)
30
6. Has the Proposer or any principals of the applicant organization failed to qualify
as a responsible bidder, refused to enter into a contract after all award has been
made, failed to complete a contract during the past live (5) years, or been declared
to be in default in any contract in the last five (5 ) years or had a contract
terminated due to a default or alleged default in the last five (5) years?
If yes, please explain:
7. Has any surety or bonding company ever been required to perform upon the
proposers (or any of its principals') default?
If yes, attach a statement naming the company. the date, the amount of the bond
and the circumstances surrounding said default and performance.
8. Has the proposer or any of its principals ever been declared bankrupt or
reorganized under Chapter I I or put into receivership?
If yes, give date, court jurisdiction, action taken, and any other explanation
deemed necessary.
9. References: Give three (3) references as to experience and ability:
Name Company Phone No.
.
9
3.
9a. Equipment: List all equipment and reserves intended for use with this contract as
follows:
Year Make/Model Condition
10. Without going into individual homes, have you carefully inspected the areas
where collection is required? Yes No
11. Have you and/or your legal advisor reviewed the legal requirements and language
that will be reflected in the contract? Yes No
12. Person or persons interested in this proposal and Qualification
Form (have) (have not) been convicted by a Federal, State,
County, or Municipal Court of any violation of law, other than traffic violations.
To include stockholders over ten percent(10%). (Strike out inappropriate words)
Explain any convictions:
13. Lawsuits (any) pending or completed involving the corporation, partnership or
individuals with more than ten percent (10%) interest:
A. List all pending lawsuits:
32
B. List all judgments from lawsuits in the last five (5) years:
C. List any criminal violations and/or convictions of the proposer and/or any of
its principals:
14. Conflicts of Interest. The following relationships are the only potential, actual, or
perceived conflicts of interest in connection with this proposal:
(If none, so state.)
The Proposer understands that information contained in this Questionnaire will be
relied upon by the City in awarding the proposed Contract and such information is
warranted by the Proposer to be true. The undersigned Proposer agrees to furnish
such additional information, prior to acceptance of any proposal relating to the
qualifications of the proposer, as may be required by the City Manager or his
designee.
"the Proposer further understands that the information contained in this questionnaire
may be confirmed through a background investigation conducted by the Ocoee
Police Department. By submitting this questionnaire the Proposer agrees to cooperate
with this investigation, including but not necessarily limited to fingerprinting and
providing information for credit check.
33
CITY OF OCOEE
REQUEST FOR PROPOSAL NO. 98-02
PROJECT(S): RATE PROPOSAL, YARD WASTE COLLECTION
AND DISPOSAL CONTRACT
I (We) propose to collect and dispose of yard waste from all residential customers
within City of Ocoee and to provide collection service in complete accordance with
the provisions of the Contract Document.
The monthly residential rate per dwelling unit for pickup prescribed in the REP shall
be:
YARD WASTE AND BULKY PICKUPS AT CURBSIDE
A. Total Rate S Per month per unit for single-family
residences, townhouses, duplexes
B. Total Rate S Per month per multi-family dwelling units
(4 units or less)
PRICES SET FORTI I.ABOVE ARE FIRM AND ARE NOT SUBJECT TO
ADJUSTMENT EXCEPT AS DEFINED IN TIIE REP.
CORPORATE SEAL AFFIXED
ATTEST: PROPOSER:
Signature (Name)
Title
34
ATTACHMENTS
(If applicable. Maps, graphs, charts, etc.)
35
CLARIFICATIONS AND EXCEPTIONS
TO REQUEST FOR PROPOSAL
PROPOSER:
Do you have any clarifications and exceptions to the Request for Proposal?
YES NO
If yes, will you enter into a contract if the City does not accept any of the changes requested?
YES NO
If yes, state below all clarifications and exceptions.
36
INSURANCE CHECK LIST
XXX I. Workers' Compensation and Employer's Liability per the Statutory limits of
the state of Florida.
XXX 2. Commercial General Liability (occurrence form), limits of liability
$1,000.000.00 per occurrence for bodily injury property damage to include
Premises/Operations; Products and Completed Operations; Independent
Contractors; Broad Form Property Damage Endorsement and Contractual
Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements"of specifications).
XXX 3. Automobile Liability - $I.000,000.00 each occurrence -owned/non-
owned/hired automobiles included.
4. Excess Liability - $ .00 per occurrence to follow the primary
coverage.
XXX 5. The City must be named as and additional insured on the liability policies;
and it must be stated on the certificate.
6. Other Insurance as indicated:
Builders Risk completed value $
Liquor Liability $
Fire Legal Liability $
Protection and Indemnity $
Employee Dishonesty Bond $
Other-Professional Liability $1,000,000
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. A rating of R+:VI or better in Besf s Key Rating Guide, latest edition.
XXX 9. The certificate must state the proposal number and title.
PROPOSER AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may be required within five(5)days after proposal opening.
Proposer Signature of Proposer
37
EVALUATION FORM - RFP NO.
RESIDENTIAL YARD WASTE COLLECTION AND DISPOSAL
Evaluation Criteria Proposer A Proposer B Proposer C Proposer D Proposer E
Cost to the City
(0-40 Points)
Ability to provide
hign-quality service
(0-30 Points)
Prior experience
in industry/service
(0-15 Points)
Financial condition
and stability
(0-15 Points)
Total Points